MINISTRY OF INFRASTRUCTURE, HOUSING AND …gov.tc/images/Tenders/TR_16-70_ITT.pdfMINISTRY OF...
Transcript of MINISTRY OF INFRASTRUCTURE, HOUSING AND …gov.tc/images/Tenders/TR_16-70_ITT.pdfMINISTRY OF...
MINISTRY OF INFRASTRUCTURE, HOUSING AND
PLANNING
Public Works Department South Base
Grand Turk Tel. (649) 338-2510 Turks & Caicos Islands Fax. (649) 946-2900 British West Indies
Wednesday, 1 February 2017
The Turks and Caicos Islands Ports Authority invites open tenders from contractors with
a valid contractor license for the project:
SUPPLY AND ERECTION OF MOBILE CONTAINER OFFICE – PORT
AUTHORITY, PROVIDENCIALES
Tender Reference Number TR 16/70
Bidders should be in possession of a valid business license or receipt of payment for
same.
Further information and tender documents are available upon request in electronic format
from Mr. Andy Robinson, Director, Turks and Caicos Islands Ports Authority, at e-mail
[email protected] or from the Turks and Caicos Islands Government’s website at
https://www.gov.tc/government-tenders.
Tenders are to be submitted by 9:00 am on Wednesday, 1 March 2017 to the Secretary
to the Procurement Board.
B – INSTRUCTIONS TO TENDERERS: Tender Reference Number: TR 16/70
1. The Turks and Caicos Islands Ports Authority invites open tenders from qualified
Contractors for the project:
SUPPLY AND ERECTION OF MOBILE CONTAINER OFFICE – PORT
AUTHORITY, PROVIDENCIALES
in accordance with the Conditions of Participation, Tender Documents, Specifications
and Drawings.
2. The full set of Tender Documents will consist of the following.
a. Tender Notice
b. Instructions to Tenderers
c. FIDIC 1999 Green Book Draft Contract
d. Certificate of Non Collusion
e. Scope of Works
f. Bill of Quantities
g. Contract Drawings
h. Tender Evaluation Criteria
i. Tender Envelope Label
3. Tenders in conformity with all elements of Section 5 below should be enclosed in a
sealed envelope with the Tender Envelope Label attached firmly to the front.
The sealed envelope should not carry any identification mark indicating the sender
of the envelope. This may result in immediate disqualification.
4. Tenders must be received at the address shown on the address label on or before
9am Turks & Caicos Islands time on Wednesday, 1 March 2017. Tenders will be
opened publicly at the meeting of the Procurement Board on that date.
It is the Tenderer's responsibility to ensure that a tender which is not delivered by their
hand is received on or before the time stated for closing of tenders. Tenders delivered
after the deadline will be returned unopened. Late tenders delivered by courier or
messenger will be returned unopened to the addressee on the courier receipt. If no return
address is provided late tenders may be opened to determine a return address.
5. The Tenderer shall submit a Tender Package consisting of:
a. A signed and initialled Evaluation Criteria form, which includes the following
i. A completed and signed Non-Collusion Certificate (1 Original)
ii. A copy of current valid business license or receipt of payment for this
year’s business license (1 Copy)
iii. Certificate of Good Standing (if a limited Company) or copy of Certificate
of Registration (for other entities). (1 Copy)
iv. Copy of letter from bank no older than 6 months as evidence of good
financial standing. (1 Copy)
v. Copy of letter from NIB as evidence of good standing. (1 Copy)
vi. Copy of letter from NHIB as evidence of good standing. (1 Copy)
vii. Statement of declaration of no conflict of interest. (1 Copy)
viii. Statement of declaration of any contracts cancelled for non-performance
in the last 5 years. (1 Copy)
ix. Statement of declaration that no bankruptcy or insolvency proceedings are
held against the Company or its Principals. (1 Copy)
x. Statement of declaration of no litigation against the Company or its
Principals. (1 Copy)
xi. A list of all sub-contractors proposed with similar information in (i) to (iii)
and (v) to (x) above supplied by each subcontractor. (5 copies of the list
and one copy each of i to iii and v to x for each sub-contractor)
xii. Any comments on the Draft Contract (if no comments are received it is
assumed that the bidder will be content to agree the Contract without
amendments.) (1 Copy)
xiii. Suggestions, recommendations and suitable solutions to problems with
carrying out the contracted Works (1 Copy)
xiv. Any other supporting information that will justify your tender prices. (1
Copy)
b. Five (5) copies of the signed Agreement and Offer (page 3) and the Attestation
Clauses (page 22) of the FIDIC Green Book, complete with schedules as listed
below which will form part of the Contract.
c. The following information which will be evaluated according to the Evaluation
Criteria.
Submit a list of proposed equipment and other resources that will be used
on the project including their ownership and availability. The serial
number and overall condition of each piece of major equipment should be
given with evidence of ownership. (5 copies)
Submit a list of similar projects that were successfully completed showing
your and/or your company’s experience in this field, including month and
year completed and the value of works (5 Copies)
Proposed work program and schedule for the works showing completion
of the Works in the contracted timeframe (5 copies)
A method statement demonstrating that you understand the scope of the
work. (5 copies)
d. Five (5) printed copies of the completed Bill of Quantities.
e. One (1) electronic copy of the completed Bill of Quantities (in Microsoft
Excel format).
f. One (1) electronic copy of the full set of tender documents and all supporting
documents (pdf).
Electronic copies are required and must be submitted on CD, memory stick or any
other appropriate portable storage device.
6. Tenders that do not fully comply with the conditions set out in the above instructions may
not be considered by the Employer for evaluation. If necessary clarifications will be
sought from the bidders prior to final evaluation. A contract will be negotiated with the
preferred bidder.
7. Telegraphic Tenders, Tenders by Telex, Tenders by fax or by email will not be accepted.
Tenderers may revise their Tender subsequent to its submission, the revision being in
writing and stating that it supersedes the previous submission, provided such revision is
received at the offices stated above before the date and time stipulated. Revisions must
state the revised Work Item by number and description, the original and revised Unit
Price and Total Amount for the Item, and the original and revised Total Amount of
Tender. Such revisions shall be marked and addressed as stated above and identified as
"Revisions to Tender". Revisions will not be accepted after the time and date of receipt of
Tenders. No Tender may be altered or amended after having been opened.
8. Tenders shall be typed or printed in block letters, and must be legible in all respects. If
the Tender is corrected, changed erased or altered in any way, each and every such
correction, change, erasure or alteration must be dated and initialed.
9. Tenders shall be in the English Language.
10. In case of an arithmetical error in the Bill of Quantities, the tendered unit prices shall
govern and adjustments will be made to the total amount to suit.
11. Tenders shall be valid for a period of ninety (90) calendar days from the date stated for
the opening of Tenders.
12. The successful Tenderer shall be required to submit a Performance Guarantee, Advance
Payment Bond, Certificate of Insurance and other Documents as specified in the Contract
Documents.
13. Tenders shall be submitted based on the exact details and materials shown or specified in
the Tender Documents.
14. Tenderers shall have no interest in any Tender other than their own, and they shall have
no connection with any person, firm or corporation making a Tender for the same Works.
15. Tenderers shall at their own expense visit, inspect and consider the Works Site, its
surroundings and climatic conditions and obtain for themselves at their own
responsibility all information, including the Tender Documents, Bill of Quantities and
Drawings that may be necessary for making a Tender and entering into a Contract.
Failure of the successful Tenderer to carry out the requirements of this Clause shall in no
way exonerate him from his responsibilities for successfully performing the Works and
carrying out his obligations under the Contract. Information derived from maps, plans,
Specifications, profiles, reports or Drawings or from the Engineer or his assistants, or the
Employer shall not relieve the Tenderer of the responsibility of making his own
assessment of conditions and difficulties that will attend the execution of the Work. The
interpretation of the data disclosed by borings or other preliminary investigations is not
guaranteed by the Engineer or Employer. The successful Tenderer shall not at any time
after the execution of the Construction Contract be entitled to payment for any claim
whatsoever based on incorrectly assumed conditions and any misunderstanding in regard
to the nature, conditions or character of the Works to be done under this Contract.
16. Any Tender which in the opinion of the Evaluation Panel is so unbalanced between the
various Contract Items as to be detrimental to the interest of the Employer may be
rejected.
An unbalanced Tender is defined as a Tender whose various items may consist of one or
both of the following:
a. Unusually high mobilization amount when compared to other Tenders and the
Engineer's Estimate.
b. Unusually higher or lower unit price amounts when compared to other
Tenders and the Engineer's Estimate, resulting in a perceived element of
prepayment to the Contractor.
17. Tenderers shall also note that:
a. Incomplete Tenders and those that do not comply essentially with the
Specifications or do not entirely conform to the Tender Documents may be
rejected and may not be considered.
b. The Employer may declare tendering void when none of the Tenders comply
with the Tender Documents or Specifications or when it is evident that there
has been a lack of competition and/or that there has been collusion amongst
Tenderers or other participants.
c. All Tenders at the sole discretion of the Employer may be rejected if they are
higher than the official budget established by the Employer by an amount
sufficient to provide reasonable justification for such action.
d. Tenders will be rejected if an original tender is not submitted with an
alternative Tender
e. Tenders will be rejected if improperly executed and documented.
f. NO TENDER WILL BE CONSIDERED UNLESS A COMPLETED
AND SIGNED NON COLLUSION CERTIFICATE IS ATTACHED .
18. Should there be any doubt or obscurity as to the meaning of the Tender Documents or as
to anything to be done or not to be done by the Contractor, or as to these Instructions, or
as to any other matter or thing, the Tenderer shall set forth in writing a request for
clarification and submit the same to the Employer not later than ten days before the date
of Tender receipt. A response will be provided by the Engineer within three days in the
form of an Addendum, and sent to all Tenderers and be incorporated in the Tender
Documents.
19. All addenda issued by the Engineer prior to the Tender date shall be attached to and shall
form part of the Tender.
20. All moneys referred to in the Tender Documents are in the currency of the United States
of America ($U.S.) unless otherwise stated.
AP/asb 17.11.2004 FIDIC Green Book Std 1
GOVERNMENT OF THE TURKS AND CAICOS ISLANDS
SHORT FORM OF CONTRACT FOR CONSTRUCTION
DATE: 2017
CONTRACTOR:
WORKS: SUPPLY AND ERECTION OF MOBILE CONTAINER OFFICE –
PORT AUTHORITY, PROVIDENCIALES
CONTRACT No.: PA 16/02 C
TENDER REFERENCE No. TR 16/70
ATTORNEY GENERAL’S CHAMBERS
WATERLOO ROAD
GRAND TURK
TURKS AND CAICOS ISLANDS
BRITISH WEST INDIES
AP/asb 17.11.2004 FIDIC Green Book Std 2
CONTENTS
Page
Agreement 3
Offer 3
Acceptance 4
Appendix 5
Particular Conditions 9
Advance Payment Guarantee 14
Attestation Clauses of Short Form of Contract for Construction 16
AP/asb 17.11.2004 FIDIC Green Book Std 3
GOVERNMENT OF THE TURKS AND CAICOS ISLANDS
SHORT FORM OF CONTRACT FOR CONSTRUCTION
AGREEMENT
The Employer is TURKS AND CAICOS ISLANDS PORTS AUTHORTY of South Dock,
Providenciales, Turks and Caicos Islands, British West Indies.
The Contractor is of , TURKS AND CAICOS ISLANDS The Employer desires the execution of certain Works known as SUPPLY AND ERECTION
OF MOBILE CONTAINERIZED – PORT AUTHORITY, PROVIDENCIALES
OFFER
The Contractor has examined the documents listed in the Appendix which forms part of this Agreement, and offers to execute the Works in conformity with the Contract for the sum of
(US$ ) or such other sum as may be ascertained under the Contract.
This offer, of which the Contractor has submitted 5 (Five) signed originals, may be accepted by the Employer by signing and returning one original of this document to the Contractor before 30
May 2017. The Contractor understands that the Employer is not bound to accept the lowest or any offer
received for the Works.
That the Contractor understands and agrees that their name, the Island on which the work is to be carried out, the project details, the start and completion date of the project and the contract amount will appear in the Gazette in accordance with the Tendering process for this project.
The Contractor warrants that it has paid up to date all National Insurance Board
and National Health Insurance Contributions. The Contractor understands and
agrees that failure to pay the aforementioned will result in the payments for works
done being withheld until proof of payment is supplied to the Director of
Public Works Department or can alternatively result in the termination
of the Agreement.
Signature: Date: 2017
Name: Authorised to sign on behalf of:
Capacity:
AP/asb 17.11.2004 FIDIC Green Book Std 4
ACCEPTANCE
The Employer has, by signing below, accepted the Contractor’s offer and agrees that in consideration of the execution of the Works by the Contractor, the Employer shall pay the Contractor in accordance with the Contract. This Agreement comes into effect on the date when the Contractor receives one original of this document signed by the Employer.
Signature: Date: 2017
Name: Authorized to sign on behalf of: Capacity: THE TURKS AND CAICOS ISLANDS
PORTS AUTHORITY
AP/asb 17.11.2004 FIDIC Green Book Std 5
APPENDIX
This Appendix forms part of the Agreement.
[NOTE: with the exception of the items for which the Employer’s requirements have been inserted, the Contractor shall complete the following information before submitting his offer.]
Item Sub-Clause Data
Documents forming the Contract listed in the order of priority
(all of which are either annexed or have been
signed in triplicate for identification purposes on behalf of the parties): 1.1.1
Document (delete if not applicable) Document Identification
(a) The Agreement Annexed.
(b) Particular Conditions Annexed.
(c) General Conditions The General Conditions of the Fédération Internationale des Ingénieurs- Conseils (“FIDIC”)
Short Form of Contract, First Edition 1999 ISBN 2-88432-024-5.
(d) Scope of Works Schedule 1
(e) The Bill of Quantities Schedule 2
(f) The Specification N/A
Time for Completion 1.1.9 Within 60 days from the Commencement date.
Law of the Contract 1.4 Law of the Country.
Language 1.5 English.
AP/asb 17.11.2004 FIDIC Green Book Std 6
Provision of Site 2.1 On the Commencement Date
Authorised person 3.1 The Director
Ports Authority South Dock Providenciales
Turks and Caicos Islands British West Indies. *
Name and address of 3.2 Ditto. Employer’s representative
Performance security (if any):
Amount 4.4 Not Applicable.*
Form 4.4 Annexed
Contractor’s ultimate parent 4.4 company (if any) Not Applicable
Requirements for Contractor’s 5.1 design (if any) Not Applicable
Programme:
Time for submission 7.2 Not Applicable
Form of programme 7.2 MS Project
Amount payable due to failure to 7.4 US $100 (One Hundred
complete within contract time United States dollars) per day up to a maximum of 10% (ten per cent.)* of the sum stated in the
Agreement.
Period for notifying defects 9.1 & 11.5 90 (ninety) days * calculated from the date stated in the notice under Sub-Clause 8.2.
Variation procedure:
AP/asb 17.11.2004 FIDIC Green Book Std 7
Daywork rates 10.2 Not Applicable
Valuation of the Works:
Lump sum Price 11.1
Lump sum price with 11.1
schedules of rates
Lump sum price with bill of quantitities 11.1
Remeasurement with tender bill of quantities 11.1 Applicable
Cost reimbursable 11.1
Total advance payment 11.1A Not Applicable
Advance Payment guarantee 11.1A Not Applicable Number and timing of installments 11.1A Not Applicable
of Advance payment
Repayment amortization of 11.1A Not Applicable Advance payment
Percentage of value 11.2 Materials: Not Applicable
Materials and Plant Plant: Not Applicable
Percentage of retention 11.4 10% (Ten per cent.).* One Half will be issued within fourteen
(14) days of issuing the Take Over Certificate.
Currency of payment 11.7 United States dollars.
Rate of interest 11.8 3% (Three per cent.) above the base rate of Scotia Bank.
Insurances: 14.1 To be provided by the contractor within 7 (Seven) days of
receiving the signed copy of this contract.
AP/asb 17.11.2004 FIDIC Green Book Std 8
Type of cover* Amount of cover* Exclusions*
The Works, Materials, Plant The sum stated in the and fees Agreement plus 15%
(fifteen per cent.). Contractor’s Equipment None.
Third Party injury to persons US $250,000.00
and damage to property (Two Hundred and Fifty Thousand United States dollars).
Workers US $250,000.00 (Two Hundred and Fifty Thousand United States
dollars). Other cover*
Arbitration:
Rules 15.3 UNCITRAL
Arbitration Rules as in force on
the Commencement Date.
Appointing authority 15.3 President of FIDIC or his nominee.
Place of Arbitration 15.3 Grand Turk.
* Employer to amend as appropriate.
AP/asb 17.11.2004 FIDIC Green Book Std 9
PARTICULAR CONDITIONS
Sub – Clause 1.1 – Definitions
Sub – Clause 1.1.4 shall be deleted, and the following substituted:
“1.1.4 “Employer” means the person named in the Agreement and the legal successors in
the title to this person, and his permitted assignees.”
Sub – Clause 2.5 – Assignment
Add the following Sub – Clause 2.5 after Sub – Clause 2.4:
“The Employer may, without the consent of the Contractor, assign the benefit of the Contract
after either the expiry of the period stated in the Appendix, or the remedying of notified defects,
or the completion of outstanding work, all as referred to in Sub – Clause 9.1, whichever is the
later, or the termination of the Contract.’’
Sub – Clause 4.4 – Performance Security
Sub – Clause 4.4 shall be deleted, and the following substituted:
“If stated in the Appendix, the Contractor shall deliver to the Employer within 14 (fourteen) days
of the Commencement Date a performance security in a form and from a third party approved by
the Employer, and a parent company guarantee from the Contractor’s ultimate parent company
(if any) identified in the Appendix. In return for a suitable abatement in price, the Employer may
in his sole discretion accept a parent company guarantee alone. The forms of performance
security and parent company guarantee annexed shall be used, with such modifications as may
be necessary properly to bind the guarantors and benefit the Employer.”
Sub – Clause 7.4 – Late Completion
AP/asb 17.11.2004 FIDIC Green Book Std 10
Sub – Clause 7.4 shall be deleted, and the following substituted:
“If the Contractor fails to complete the Works within the Time for Completion, the Contractor’s
only liability to the Employer for such failure shall be to pay the amount stated in the Appendix
for each day for which he fails to complete the Works, but if the maximum of such amount (if
any) stated in the Appendix is reached, the Employer may by notice terminate the Contract
immediately. The Contractor shall then demobilize from the Site, leaving behind Materials and
Plant and any Contractor’s Equipment which the Employer instructs in the notice is to be used
until the completion of the Works.”
Sub – Clause 11.1A – Advance Payment
Add the following Sub – Clause 11.1A after Sub – Clause 11.1:
“The Employer shall make an advance payment, as an interest-free loan for mobilization. If the
Appendix states that an advance payment guarantee is required, the Employer shall not be
required to make any advance payment until the Contractor submits such a guarantee in
accordance with this Sub-Clause. The total advance payment, the number and timing of
installments (if more than one), and the applicable currencies and proportions, shall be as stated
in the Appendix.
Unless and until the Employer receives the advance payment guarantee (if required), or if the
total advance payment is not stated in the Appendix, this Sub-Clause shall not apply.
The Employer shall pay the Contractor the first installment of the advance payment within 21
(twenty-one) days after receiving a statement in respect thereof (which the Contractor shall be
entitled to submit under Sub-Clause 11.2) and after the Employer receives (i) the performance
security and (ii) a guarantee (if required) in amounts and currencies equal to the advance
payment. This guarantee shall be issued by an entity and from within a country (or other
jurisdiction) approved by the Employer, and shall be in the form annexed, with such
modifications as may be necessary properly to bind the guarantor and benefit the Employer, or in
another form approved by the Employer.
AP/asb 17.11.2004 FIDIC Green Book Std 11
The Contractor shall ensure that the guarantee is valid and enforceable until the advance payment
has been repaid, but its amount may be progressively reduced by the amount repaid by the
Contractor. If the terms of the guarantee specify its expiry date, and the advance payment has
not been repaid by the date 28 (twenty-eight) days prior to the expiry date, the Contractor shall
extend the validity of the guarantee until the advance payment has been repaid.
The advance payment shall be repaid through percentage deductions from all gross payments due
to the Contractor, at the percentage stated in the Appendix. If the advance payment has not been
repaid prior to the issue by the Employer of a notice under Sub-Clause 8.2 or prior to termination
under Sub-Clause 12.1 and 12.2 or 12.3 or 13.2 (as the case may be), the whole of the balance
then outstanding shall immediately become due and payable by the Contractor to the Employer.
Payments to the Contractor under Sub-Clauses 11.3, 11.4, 11.5, 11.6 and 11.7 shall be subject to
this Sub – Clause.
Sub – Clause 11.3 – Interim Payments
The second paragraph of Sub-Clause 11.3 shall be deleted, and the following substituted:
“The Employer may withhold interim payments until he receives the performance security and
parent company guarantee under Sub-Clause 4.4 (if any).”
Clause 11.9 – Taxes and Duties
Add the following Sub – Clauses 11.9 after Sub – Clause 11.8:
“No Turks and Caicos Islands Government duties on construction materials relating to this
specific project only (except Turks and Caicos Islands Government National Insurance and
National Health Insurance contributions properly payable) are payable on works undertaken on
behalf of the Turks and Caicos Islands Government.”
AP/asb 17.11.2004 FIDIC Green Book Std 12
Sub – Clause 12.1 – Default by Contractor
Add the following new first paragraph to Sub-Clause 12.1:
“If the Contractor has given (before or after the award of the Contract), or gives, or offers to give
(directly or indirectly) to any person any bribe, gift, gratuity, commission or other thing of value,
as an inducement or reward:
(i) for doing or forbearing to do any action in relation to the Contract and/or its award, or (ii) for showing or forbearing to show favour or disfavour to any person in relation to the
Contract and/or its award,
or if any of the Contractor’s employees, agents or subcontractors has given (before or after the
award of the Contract), or gives, or offers to give (directly or indirectly) to any person any such
inducement or reward (however, lawful inducements and rewards to Contractor’s employees
shall not entitle termination); or has misrepresented facts, or has used collusive practices, in
order to influence the award of the Contract; then the Employer may by notice terminate the
Contract immediately: and shall be entitled (in addition to any other rights of the Employer under
the Contract or otherwise) to recover from the Contractor the amount or value of any such
inducement or reward (if any). Upon the service of such notice, the Contractor shall demobilise
from the Site, leaving behind Materials and Plant and any Contractor’s Equipment which the
Employer instructs in the notice is to be used until the completion of the Works.”
At the beginning of the second (formerly first) paragraph of Sub-Clause 12.1, the word “If” shall
be deleted, and the words “Further, if” substituted:
Sub – Clause 12.4 – Payment upon Termination
Sub – Clause 12.4 (c) shall be deleted, and the following substituted:
“(c) if the Employer has terminated under Sub – Clause 7.4 or 12.1 or 12.3, the Employer
shall be entitled to a sum equivalent to 20% (twenty per cent.) of the value of those parts
of the Works not executed at the date of the termination,”
AP/asb 17.11.2004 FIDIC Green Book Std 13
Sub – Clause 15.1 – Adjudication
Add at the end of Sub – Clause 15.1:
“Any Adjudicator’s Agreement shall provide:
(a) that the Agreement shall be governed by the law of the Turks and Caicos Islands, and that
all disputes which may arise under, out of, or in connection with, or in relation to, the
Agreement shall be submitted to the jurisdiction of the courts of the Turks and Caicos
Islands; and
(b) that the language of the Agreement shall be English.”
Sub – Clause 15.3 – Arbitration
Add at the end of Sub – Clause 15.3:
“Subject to this Clause 15, all disputes shall be submitted to the jurisdiction of the courts of the
Turks and Caicos Islands.”
AP/asb 17.11.2004 FIDIC Green Book Std 14
ADVANCE PAYMENT GUARANTEE
To: THE PORT AUTHORITY OF THE TURKS AND CAICOS ISLANDS of
Government Compound, Grand Turk, Turks and Caicos Islands, British West Indies
(hereinafter called “the Employer”).
Re: Contract Name and No: SUPPLY AND ERECTION OF MOBILE CONTAINER –
PORT AUTHORITY, PROVIDENCIALES, PA 16/02 C TENDER REFERENCE
No.: TR 16/70
(“the Contract”).
In accordance with the Conditions of Contract (Sub-Clause 11.1A (Advance Payment)) of the
Contract, of
(“the Contractor”) is required to provide the Employer with a guarantee in amounts and
currencies equal to the advance payment, namely:
US$
We, of ,
unconditionally and irrevocably guarantee to pay (as primary obligor and not as surety merely) to
the Employer on his first demand without any right of objection whatsoever on our part and
without any Employer’s first claim to the Contractor, amounts from time to time so demanded
not exceeding the amount[s] stated above.
We shall be, and continue to be, liable under this guarantee even if the Contract is or becomes
not binding on, or unenforceable against, the Contractor, for any reason whatever. No alterations
in the Contract, or in the Works described therein, and no extension of time, forbearance or
forgiveness, nor any act, matter or thing whatsoever except expiry in accordance with its terms
AP/asb 17.11.2004 FIDIC Green Book Std 15
or an express release by the Employer, shall in any way release or reduce our liability under this
guarantee. References to the Contract in this guarantee shall include all amendments, variations
and additions to it, whether made before or after the date hereof. We hereby waive notice of any
such amendment, variation or addition.
The amount of this guarantee shall be progressively reduced by the amount of the advance
payment repaid by the Contractor in accordance with the Contract.
This guarantee (as so progressively reduced) shall remain valid and in full effect until the
Employer receives full repayment of the amount[s] stated above from the Contractor.
The proper law of this guarantee shall be the law of the Turks and Caicos Islands, and all matters
relating hereto shall be determined by the courts of the Turks and Caicos Islands.
IN WITNESS whereof we have caused this guarantee to be executed as a Deed this
day of 2017
THE COMMON SEAL of
was hereunto affixed in the presence of:
Director
Secretary
AP/asb 17.11.2004 FIDIC Green Book Std 16
ATTESTATION CLAUSES OF SHORT FORM OF CONTRACT FOR
CONSTRUCTION
EXECUTED under Seal for and on behalf of
THE TURKS AND CAICOS ISLANDS PORTS AUTHORTY
by
_______________________________
in the presence of:
_______________________________
WITNESS
_______________________________
Print Name
EXECUTED under Seal for and on behalf of
_______________________________
DIRECTOR
_______________________________ Print Name
in the presence of:
_____________________________ ____________________________
WITNESS DIRECTOR/SECRETARY
______________________________ ______________________________
Print Name Print Name
Certificate of Non-Collusion
Tender Reference Number: TR 16/70
TURKS AND CAICOS ISLANDS GOVERNMENT
TENDER SUBMISSION CERTIFICATE OF NON-COLLUSION
I/we certify that this tender is made in good faith, and that we have not fixed or adjusted the
amount of the tender by or under or in accordance with any agreement or arrangement with any
other person. I/we also certify that we have not and i/we undertake that we will not before the
award of any contract for the work:
I. Disclose the tender price or any other figures or other information in connection with the
tender to any other party (including any other company or part of a company forming part
of a group of companies of which i am/we are a part of) nor to any sub-contractor
(whether nominated or domestic) nor supplier (whether nominated or domestic) or any
other person to whom such disclosure could have the effect of preventing or restricting
full competition in this tendering exercise
II. Enter into any agreement or arrangement with any person that they shall refrain from
tendering, that they shall withdraw any tender once offered or vary the amount of any
tender to be submitted
III. Otherwise collude with any person with the intent of preventing or restricting full
competition
Pay, give or offer pay or give any sum of money or other valuable consideration directly or
indirectly to any person for doing or having done or causing or having caused to be done in
relation to another tender or proposed tender for the work any act or thing of the sort described at
i), ii) or iii) above.
I/we further declare that I/we have no knowledge either of any sum quoted or of any other
particulars of any other tender for this contract by any other party.
We further certify that the principles described above have been, or will be, brought to the
attention of all sub-contractors, suppliers and associated companies providing services or
materials connected with the tender and any contract entered into with such sub-contractors,
suppliers or associated companies will be made on the basis of compliance with the above
principles by all parties.
I/we acknowledge that any breach of the foregoing provisions shall lead automatically to this
tender being disqualified and may lead to criminal or civil proceedings.
The Turks and Caicos Islands Government shall treat any tender received in confidence but
reserves the right to make the same available to any other funding organisation or statutory
regulatory authority either having jurisdiction over the works or who may now or at any time in
the future have statutory power to require disclosure of this tender.
In this certificate, the word ‘person’ includes any persons and anybody or association,
incorporated or unincorporated; any agreement or arrangement includes any transactions, formal
or informal and whether legally binding or not; and ‘the work’ means the work in relation to
which this tender is made.
Signature…………………………………. in capacity of ……….……….…….………..…
Print Name: …………………………..………… Date…………………………………....
Duly authorised to sign tenders and acknowledge the contents of the certificate of non-collusion
for and on behalf of:
Name of firm………………………………………………………………………...……………
Full postal address…………………………………………………………………….…………….
…………………………………………………………………………………………..…………..
…………………………………………………….. E-mail…………………………………….…
Telephone no………………………….…….……. Fax no ……………………………………….
SCOPE OF WORKS FOR
SUPPLY AND ERECTION OF MOBILE CONTAINER OFFICE – PORT AUTHORITY,
PROVIDENCIALES
TR 16/70
SPECIFICATIONS
GENERAL
Supply of mobile/container office with the following dimensions: 28’ long by 8’ wide 1. The mobile/container office should include a general open office space, an enclosed
office, kitchen, and separate male and female bathrooms
2. The mobile office should be supplied with air conditioning and include plumbing and
electrical installations
3. The successful bidder will be responsible for removing and erecting the new mobile
office on its existing base
4. The successful bidder will be responsible for connection of plumbing and electricity
The Contractor shall provide all labor, materials, equipment, and incidentals necessary to perform
the installation of the mobile/container office as specified.
All debris, solids or semi-solids returning from the construction operations shall be removed from
the site and disposed of at a legally permitted site for that purpose. At a minimum all materials
shall be removed from the site at the end of each work day. Under no circumstances will the
Contractor be allowed to accumulate debris etc., on the site of work beyond the stated time.
MATERIALS AND PROCEDURES
All materials will be at the Contractors expense to Supply and install mobile/ container office at
Port Authority in Providenciales.
TIME TO COMPLETE
The Contractor shall complete the work within 60 days of the issuance of commencement.
ITEM Description Unit Rate Measurment Total
DESIGN AND CONSULTANCY COSTS
1 Design Cost Item 1Production of drawings including As-Built Item 1
Procure and Ship Containerized office Item 1
2 CONSTRUCTION
Site Clearance Item 1
Erect Containerized office Iten 1
Connect plumbing Item 1
Connect electricity Item 1
Grand Total -$
Tender Evaluation Criteria – TR 16/70
The Contractor is required to sign this Section which contains all the criteria that the employer will use to evaluate Tenders and qualify Tenderers. Bidders shall provide all the information
requested within the bidding document to be considered for evaluation. Omission of required
information may result in being disqualified or not being considered further as appropriate.
Part 1 – Qualification to be considered.
1. Non-collusion certificate (attached), completed with original signature. (PLEASE ENSURE IT IS COMPLETED AND SIGNED)
Required
2. Copy of Current Business License in the appropriate class of business or
receipt of payment.
Required
3. Copy of Certificate of Good Standing (if a Limited Company) or copy of Certificate of Registration (for other entities).
Required
4. Copy of letter from bank no older than 6 months in the name of the
company, as evidence of good financial standing
Required
5. Copy of letter from NIB in the name of the company if a registered company, as evidence of good standing.
Required
6. Copy of letter from NHIB in the name of the company if a registered
company, as evidence of good standing.
Required
7. I certify that neither I nor any of the other Directors or Principals of the Company have a Conflict of Interest within this tender
Required
Initial here
8. I certify that no contracts with the Company have been cancelled for non-performance in the last 5 years
Required
Initial here 9. I declare that no bankruptcy or insolvency proceedings are held against
the Company or its Principals Required
Initial here 10. I declare that there is no litigation against the company or the Principals Required
Initial here
11. A list of sub-contractors proposed is attached including information in 1 to 3 and 5 to 10 above for each sub-contractor.
Only if Sub-contractors proposed
12. Comments on the Draft Contract (if no comments attached it is assumed that the bidder will be content to agree the Contract without amendments.)
Optional
13. Suggestions, recommendations and suitable solutions to problems with carrying out the contracted Works
Optional
14. Any other supporting information that will justify your tender prices Optional
I certify that I have read the whole of the tender documentation and that the above
information is correct.
Signature of Principal of Company: _______________________Date: __________________
Print Name:__________________________ in the Capacity of: _______________________
Telephone Number: _________________ Email address: __________________________
Part 2 Evaluation
2.1 Points for Quality (A)
Description Maximum points (A)
Experience, Technical Capacity and Resources
Measure Submit a list of proposed equipment and other
resources that will be used on the project including
their ownership and availability. The serial
number and overall condition of each piece of
major equipment should be given with evidence of
ownership.
2 Requirement Evaluation will be based on the suitability of the
equipment to be able to carry out the Works.
Measure Submit a list of similar projects that were
successfully completed showing your and/or your
company’s experience in this field, including
month and year completed and the value of works
5
Requirement Consideration will be given to recent projects that
are similar to this project that have been completed
successfully
Measure Proposed work program and schedule for the
works showing completion of the Works in the
contracted timeframe (detailed schedule showing
works proposed to be completed within the
contract schedule time will receive the maximum
points)
5
Requirement Give duration and sequence of activities as they relate to this project
Show all aspects/sections of the works represented in the schedule
Give procurement plan, duration of procurement activities and delivery
schedule
Give sequence and timing for inspections
testing and approval of materials
Show resources equipment and labour
needed for each activity
Give overall duration of the project
Measure A method statement demonstrating that you
understand the scope of the work (attach a methodology explaining how you intend to execute the works and the process in doing so).
8
Requirement Sequence of activities as you would
undertake to execute the project
Details of how each activity will be
undertaken
Site accessibility and control
User/Owner accessibility of the property
Traffic Control schedule and details
Health and Safety plan
Waste disposal, noise control and consideration to the Environment
Quality Assurance Plan
Total Points for Section A 20
For Bidders to be considered for the Evaluation of Price they have to achieve 15 points or
more in the Evaluation of Quality A. Bidders attaining less than 15 points may not be
considered further.
2.2 Evaluation of Price
2.21 Each tender will also be corrected for arithmetical errors. In case of an arithmetical error
in the Bill of Quantities, the tendered unit prices shall govern and adjustments will be made to
the total amount to suit.
2.22 If a bid exceeds the budgeted amount without any good reason it may not be considered
further.
2.23 Tender prices that the Evaluation Panel deem to be unrealistically, low without any
justification from the bidder, may not be considered further.
2.24 Tenders will be considered as to whether they are unbalanced in their pricing. If it is
deemed that they are, they may not be considered further.
2.25 Points for Price
Points for price will be calculated based on the following formula:
Lowest Corrected Bid X 80 = Number of points for Price (B)
Corrected Bid Price
Tender evaluation table
The total number of points for each contractor will be calculated by adding Points for Quality
(A) and to Points for Price (B) to give a total score (out of 100).
Preference Bidder No.1 Bidder No.2 Bidder No.3 Bidder No.4
Total Quality (A)
Price (B)
Overall Total (Quality & Price)
The ‘preferred bidder’ is the company submitting the tender with the highest combined scores for
Quality (A) and Price (B).
If an agreement cannot be reached with the ‘preferred bidder’ the bidder with the next highest
points will be nominated as the ‘preferred bidder’. Negotiations will be undertaken with the
preferred bidder and each subsequent ‘preferred bidder’ until contractual agreement is reached.
TENDER ENVELOPE LABEL
Tender for: SUPPLY AND ERECTION OF MOBILE
CONTAINER OFFICE – PORT AUTHORITY,
PROVIDENCIALES
To be returned by: 9am on Wednesday, 1 March 2017
Contract No: PA 16/02 C
Tender Reference No: TR 16/70
To: Secretary to the Procurement Board
Office of the Deputy Governor
Waterloo Plaza (upstairs Scotiabank)
Waterloo Road
Grand Turk
Turks and Caicos Islands