ministry of agro-industry & food security

176
Ministry of Agro-Industry & Food Security BIDDING DOCUMENTS for Design-Build and Turnkey Contracts (Single Stage Two-envelope) of Construction of a Slaughter House At Five Ways, Wooton MOAIFS: Q34/2017-2018/OAB - CPB/56/2017 OPEN INTERNATIONAL BIDDING Public Body (Employer) Ministry of Agro-Industry & Food Security 9th Floor, Renganaden Seeneevassen (ex NPF) Building Cnr Jules Koenig & Maillard Streets Port Louis 23 April 2018

Upload: others

Post on 12-May-2022

7 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Ministry of Agro-Industry & Food Security

Ministry of Agro-Industry &

Food Security

BIDDING DOCUMENTS

for

Design-Build and Turnkey Contracts

(Single Stage Two-envelope) of Construction of a Slaughter House

At Five Ways, Wooton

MOAIFS: Q34/2017-2018/OAB - CPB/56/2017

OPEN INTERNATIONAL BIDDING

Public Body (Employer) Ministry of Agro-Industry & Food Security

9th Floor, Renganaden Seeneevassen (ex NPF) Building

Cnr Jules Koenig & Maillard Streets

Port Louis

23 April 2018

Page 2: Ministry of Agro-Industry & Food Security

Foreword

The Standard Bidding Documents for Design-Build and Turnkey, follow the Standard Bidding Documents of the Asian Development Bank (ADB), and have been prepared pursuant to section 7(c) of the Public Procurement Act 2006 for use by public bodies, mainly for procurement of works on a Design Build concept. The Single-Stage (one or two envelope) procedure assumes that prequalification of bidders has taken place before bidding. For projects where the Public Body is unsure of the specifications or technologies it should opt for and wish to be aware of the solutions available in the market, consideration should be given to the Two Stage Bidding Document.

Those wishing to submit comments or suggestions on the Bidding Documents or to obtain additional information on procurement in Mauritius are encouraged to contact:

The Director Procurement Policy Office

Ministry of Finance and Economic Development Level 8, Emmanuel Anquetil Building, Port Louis, Mauritius

Tel: No. (230)201-3760 & Fax: No. (230)201-3758 Email: [email protected]

Page 3: Ministry of Agro-Industry & Food Security

3

Preface

The Standard Bidding Documents for Design-Build projects may be used through

national or international competitive bidding. Their use is encouraged as the procedures and practices they incorporate have been developed through broad international practice and experience.

The Conditions of Contract for Design-Build of FIDIC’s Conditions of Contract from “Plant

and Design-Build”, First Edition 1999. Some proposed clauses for Part II (Conditions of Particular Application) of the FIDIC Conditions have been included in Part II. Finally, it would be up to the Public Body (Employer) to adapt the Conditions of Particular Application to suit the requirements of specific projects.

In respect to past experience, the Contractor may not always be responsible for total

design as the contract may contain components where the Employer has provided the design criteria or where the Employer wishes to execute part of the detailed design under the supervision of the Contractor.

Page 4: Ministry of Agro-Industry & Food Security

4

B I D D I N G D O C U M E N T S Issued on: 23 April 2018

for

Design-Build and Turnkey

Contracts

(Single Stage Two-envelope)

Construction Of A Slaughter House

At Five Ways, Wooton

Procurement Reference No.: MOAIFS: 34/2017-2018/OAB - CPB/56/2017

OPEN INTERNATIONAL BIDDING

Public Body (Employer):

Ministry of Agro-Industry & Food Security,

9th Floor, Renganaden Seeneevassen (ex NPF) Building

Cnr Jules Koenig & Maillard Streets

Port Louis

Page 5: Ministry of Agro-Industry & Food Security

5

Table of Contents

Preface ..................................................................................................................................................... 3

Invitation for Bids .................................................................................................................................... 6 Table of Clauses ...................................................................................................................................... 9

Section 1. Instructions to Bidders ........................................................................................................... 10 A. General ........................................................................................................................................ 10 B. Bidding Documents ................................................................................................................... 18 C. Preparation of Bids .................................................................................................................... 19 D. Submission of Bids .................................................................................................................... 23 E. Opening and Evaluation of Technical Proposal .................................................................... 25 F. Opening and Evaluation of Price Proposals .......................................................................... 28 G. Award of Contract ...................................................................................................................... 30

Section 1 A - Evaluation and Qualification Criteria ................................................................................ 33

Section 2. Part I – General Conditions of Contract .................................................................................. 48

Section 3. Part II –Conditions of Particular Application ............................................................. 50

Section 4. Employer’s Requirements ...................................................................................................... 66 GENERAL ............................................................................................................................................... 67 The slaughter house ............................................................................................................................. 68 Schedule of Accommodation:- ............................................................................................................. 69 Format of Bidder’s Proposal: ................................................................................................................ 73 SPECIFICATIONS AND PERFORMANCE SPECIFICATION ........................................................................ 75 General Specifications .......................................................................................................................... 77

Section 5 Bidder’s Qualification ........................................................................................................... 115 Form of Technical Proposal ................................................................................................................ 129 Form of Price Proposal ....................................................................................................................... 132

Section 6. Sample Forms ...................................................................................................................... 138 Form of Bid Security (Bank Guarantee) .............................................................................................. 139 Form of Bid-Securing Declaration ....................................................................................................... 140 Form of Contract Agreement ............................................................................................................. 141 Form of Performance Security............................................................................................................ 142 Form of Advance Payment Security ................................................................................................... 143 Form of Cost Structure for Value Added per Product ........................................................................ 144 Format of CV ....................................................................................................................................... 145

Section 7. Schedules ............................................................................................................................ 146 Activity Schedule ................................................................................................................................ 147 I. Recommended Spare Parts ........................................................................................................ 170

Section 8. Location/ Site Plan ............................................................................................................... 173

Section 9. Checklist ............................................................................................................................. 175

Page 6: Ministry of Agro-Industry & Food Security

6

Invitation for Bids

Page 7: Ministry of Agro-Industry & Food Security

7

INVITATION FOR BIDS Date: 23 April 2018 Procurement Reference No. MOAIFS: Q34/2017-2018/OAB - CPB/56/2017 1. The Ministry of Agro Industry and Food Security ('the Employer") invites sealed bids

from prequalified eligible bidders for design-build/turnkey and completion of a Slaughter House at Five Ways, Wooton.

2. Bidders may obtain further information from, and inspect and acquire the bidding

documents, at The Ministry of Agro Industry and Food Security, Level 9, Renganaden Seeneevassen Building, Cnr Jules Koenig and Maillard Streets, Port Louis. Attn: Mr.B.B.S. Lutchmeea, Tel. No: 230 211 8500, Fax No: 230 208 6990.

3. All bids must be accompanied by a bid security of Mauritian Rupees Two Million only

(MUR 2 Million) or an equivalent amount in a freely convertible currency and must be delivered to The Central Procurement Board, 1st Floor, Social Security House, Julius Nyerere Street, Rose Hill at or before 13.30 hours (local time) on 14 June 2018. Bids will be opened immediately thereafter in the presence of bidders' representatives who choose to attend.1

4. In the comparison of bids, the Employer will grant a margin of preference to

[Alternative A] 2 eligible goods manufactured in Mauritius [Alternative B] 6 eligible domestic contractors including eligible joint

ventures with foreign contractors in accordance with the procedures outlines in the bidding documents.

1 Coordinate with sub-Clause 27, 1, Instructions to Bidders, Bid Opening. 2 Select only one of the two alternatives, See Instructions to Bidders, Clause 34, Alternative A and Alternative B.

Page 8: Ministry of Agro-Industry & Food Security

SECTION 1

INSTRUCTIONS TO BIDDERS (SINGLE STAGE BIDDING PROCEDURE)

Page 9: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

9

Section 1 - Instruction to Bidders

Table of Clauses

A. General

1. Scope of Bid 2. Public Entities Related to

Bidding Documents & to challenge & appeal.

3. Corrupt or Fraudulent Practices

4. Eligible Bidders 5. Eligible Materials, Equipment

and Services 6. Qualification of the Bidder 7. One Bid per Bidder 8. Cost of Bidding 9. Site Visit

B. Bidding Documents

10. Content of Bidding Documents 11. Clarification of Bidding

Documents 12. Amendment of Bidding

Documents C. Preparation of Bids

13. Language of Bid 14. Documents Comprising the Bid 15. Bid Form and Price Schedules 16. Bid Prices 17. Currencies of Bid and Payment 18. Bid Validity 19. Bid Security/Bid Securing

Declaration 20. Alternative Proposals by

Bidders 21. Pre-Bid Meeting 22. Format and Signing of Bid

D. Submission of Bids

23. Sealing and Marking of Bids 24. Deadline for Submission of

Bids 25. Late Bids 26. Modification and Withdrawal of

Bids

E. Opening and Evaluation of

Technical Proposals

27. Opening of Technical bids 28. Process to be Confidential 29. Clarification of Technical

Proposals 30. Preliminary Examination of

Technical Proposals 31. Evaluation and Comparison of

Technical Proposals 32. Invitation to Attend Opening of

Price Proposals F. Opening of Price Proposals

33. Bid Opening of Price Proposals

34. Proposals to be Confidential 35. Clarification of Price Proposals 36. Preliminary examination of

bids and determination of responsiveness

37. Correction of Errors 38. Conversion to Single

Currencies 39. Evaluation and Comparison of

Price Proposals 40. Margin of Preference

G. Award of Contract

41. Award 42. Employer’s Right to Accept

any Bid and to Reject any of all Bids

43. Notification of Award 44. Signing of Contract 45. Performance Security

Page 10: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

10

Section 1. Instructions to Bidders

A. General

1. Scope of Bid 1.1 The Ministry of Agro-Industry & Food Security (hereinafter referred to as "the Employer"), wishes to receive bids for design-build/ turnkey and completion of a Slaughter House at Five Ways, Wooton comprising of a proposed slaughter house with administrative support facilities and administrative block of an approximate area of 2500 m2 and 600 m2 respectively, as defined in these bidding documents ("the Works"). A budget MUR 250 million inclusive of a contingency sum of MUR 5 Million but exclusive of VAT is earmarked for the project as defined in these bidding documents (hereinafter referred to as "the Works").

The bidding method is: Open International Bidding. The

CPB reference is: CPB/56/2017. Note: Bids above this amount will be rejected.

1.2 The successful bidder will be expected to complete the Works within 450 calendar days from the date of commencement of the Works.

2. Public Entities Related to Bidding Documents & to challenge & appeal

2.1 2.2

The public entities related to these bidding documents are the Public Body, acting as procurement entity, the Procurement Policy Office, in charge of issuing standard bidding documents and responsible for any amendment these may require, and the Independent Review Panel, set up under section 45 of the Public Procurement Act 2006 (hereinafter referred to as the Act.)

Sections 43, 44 and 45 of the Act provide for challenge and review mechanism. Unsatisfied bidders shall follow procedures prescribed in Regulations 48, 49 and 50 of the Public Procurement Regulations 2008 to challenge procurement proceedings and award of procurement contracts or to file application for review at the Independent Review Panel. Challenges in respect of this procurement should be addressed to:

The Permanent Secretary

Ministry of Agro-Industry and Food Security

9th Floor, Renganaden Seeneevasen Building, Port Louis

Tel. No.: +230 210 2713

Fax No.:+230 212 4417 / +230 201 3920

Email Address: [email protected]

Page 11: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

11

3 In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, agents, sub-consultants, sub-contractors, service providers, suppliers and/or their employees to influence the procurement process or contract execution for undue advantage is improper.

4 “Another party” refers to a public official acting in relation to the procurement process or contract execution. In this context, “public official” includes Purchaser’s staff and employees of other organizations taking or reviewing procurement decisions.

Application for review should be filed at the Independent Review Panel at:

The Chairperson,

Independent Review panel,

Level 9, Wing B

Emmanuel Anquetil Building

Pope Henessy Street

Port-Louis,

Mauritius.

Tel. No. +230-201 3921

3. Corrupt or Fraudulent Practices

3.1 It is the policy of the Government of the Republic of Mauritius to require Public Bodies, as well as bidders, suppliers, and contractors and their agents (whether declared or not), personnel, subcontractors, sub-consultants, service providers and suppliers, observe the highest standard of ethics during the procurement and execution of contracts. 3 In pursuance of this policy, the Government of the Republic of Mauritius:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party4;

Page 12: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

12

5 “Party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.

6 “Parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, noncompetitive levels.

7 “Party” refers to a participant in the procurement process or contract execution.

(ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; 5

(iii) “collusive practice” is an arrangement between two or more parties6 designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party7 or the property of the party to influence improperly the actions of a party;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede the Employer’s investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or

(bb) acts intended to materially impede the exercise of the Employer’s inspection and audit rights provided for under sub-clause 4.2 below.

(b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question; and

will sanction a firm or an individual, at any time, in accordance with prevailing legislations, including by publicly declaring such firm or individual ineligible, for

Page 13: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

13

b A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are used depending on the particular bidding document) is one which either has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that are accounted for in the evaluation of the bidder’s pre-qualification application or the bid; or (ii) appointed by the Purchaser.

a stated period of time: (i) to be awarded a public contract; and (ii) to be a nominatedb sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a public contract.

3.2 Furthermore, bidders shall be aware of the provision under sub-clause 15.2 (f) of the Conditions of Contract, Part I.

3.3 In pursuance of this policy, Bidders shall permit the Employer to inspect any accounts and records and other documents relating to the Bid submission and contract performance, and to have them audited by auditors appointed by the Employer.

3.4 3.5

Bidders, suppliers and public officials shall also be aware of the provisions stated in sections 51 and 52 of the Public Procurement Act which can be consulted on the website of the Procurement Policy Office (PPO) : ppo.govmu.org The Employer commits itself to take all measures necessary to prevent fraud and corruption and ensures that none of its staff, personally or through his/her close relatives or through a third party, will in connection with the bid for, or the execution of a contract, demand, take a promise for or accept, for him/herself or third person, any material or immaterial benefit which he/she is not legally entitled to. If the Employer obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-Corruption Laws of Mauritius or if there be a substantive suspicion in this regard, he will inform the relevant authority(ies)and in addition can initiate disciplinary actions. Furthermore, such bid shall be rejected.

4. Eligible Bidders 4.1

A Bidder, and all parties constituting the Bidder, shall have the nationality of an eligible country subject to section 17 of the Act. A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, or incorporated, and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract including related services.

(a) With a view to facilitating participation by bidders,

the public body shall accept the submission by bidders of equivalent documentation when particular documents required by the bidding documents are not available or issued, for example, in a foreign bidder’s country of origin.

(b) Public bodies may also accept certifications from

Page 14: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

14

4.2 4.3 4.4

bidders attesting to compliance with eligibility requirements.

Public bodies may require the submission of signed statements from the bidders, certifying eligibility, in the absence of other documentary evidence establishing eligibility. Eligibility requirements may concern: (a) business registration, for which evidence may include the certificate of company registration;

(b) tax status, for which documentation of tax registration and tax clearance are relevant;

(c) certifications by the bidder of the absence of a debarment order and absence of conflict of interest; and

(d) certification of status regarding conviction for any offence involving fraud, corruption or dishonesty. A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest with one or more parties in this bidding process, if :

(a) they have a controlling partner in common; or

(b) they receive or have received any direct or indirect subsidy from any of them; or

(c) they have the same legal representative for purposes of this bid; or

(d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the Bid of another Bidder, or influence the decisions of the Employer regarding this bidding process; or

(e) a Bidder participates in more than one bid in this bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which the party is involved. However, this does not limit the inclusion of the same subcontractor in more than one bid; or

(f) a Bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the contract that is the subject of the Bid; or

(g) a Bidder, or any of its affiliates has been hired (or is proposed to be hired) by the Employer as Engineer for the contract.

(a) A firm that is under a declaration of ineligibility by the

Page 15: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

15

4.5 4.6 4.7

Government of Mauritius in accordance with applicable laws at the date of the deadline for bid submission and thereafter shall be disqualified.

(b) Bids from firms appearing on the ineligibility lists of African Development Bank, Asian Development Bank, European Bank for Reconstruction and Development, Inter-American Development Bank Group and World Bank Group shall be rejected.

Links for checking the ineligibility lists are available on the PPO’s website: ppo.govmu.org

Government-owned enterprises in the Republic of Mauritius shall

be eligible only if they can establish that they: (i) are legally and financially autonomous; (ii) operate under commercial law; and (iii) that they are not a dependent agency of the Government.

(1) While submitting any bid, a foreign individual, firm, company

or institution, shall specify whether or not any agent has been appointed in Mauritius, and if so:

(a) the name and address of the agent;

(b) the figure of the commission amount payable to the agent, type of currency and mode of payment;

(c) any other condition agreed with the agent; and income tax registration certificate of the local agent and acceptance letter of the agent.

(2) If a bid submitted stated that there is no local agent, and if it

is proved thereafter that there exists an agent or if a bid has stated an amount for a commission and it is proven that there exists a higher amount for that commission, action shall be taken against him for suspension and debarment in accordance with section 53 of the Act.

(1) In accordance with CIDB Act 2008 and as subsequently

amended, Contractors and Consultants currently operating in the CONSTRUCTION INDUSTRY have the statutory obligation to be registered with the Construction Industry Development Board (CIDB) accordingly.

(2) Subject to paragraph (5), Foreign contractors/consultants as defined in the CIDB Act will have to apply for and obtain a Provisional Registration prior to bidding for any CONSTRUCTION project. If the contract is awarded to a foreign contractor the latter shall have to apply for and obtain a Temporary Registration before starting the project.

(3) Contractors/Consultants whether local or foreign under

an existing or intended joint venture will be eligible as a

Page 16: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

16

4.8

joint venture if, in addition to their respective individual registration, they obtain a Provisional Registration for the joint venture prior to bidding for any CONSTRUCTION project. If an existing or intended joint venture is awarded the contract it shall have to apply for a Temporary Registration prior to starting the project.

(4) Sub-contractors, Consultants and sub-consultants

undertaking works or assignments in any CONSTRUCTION project are subject to registration as applicable to Contractors/Consultants.

(5) Paragraph (2) shall not apply to Contractors who have

been carrying out works during the last 20 years and Consultants who have been providing consultancy services during the last 10 years, preceding 01 March 2017 in the CONSTRUCTION INDUSTRY; and where at least two thirds, or such other percentage as may be prescribed, of the total number of their employees are citizens of Mauritius.

(6) A Foreign contractor or consultant referred to in

paragraph (5) shall, for the purpose of registration, make an application with the CIDB and obtain a valid registration certificate prior to bidding for this project.

(7) Bidders are strongly advised to consult the website of the

CIDB cidb.govmu.org for further details concerning registration of contractors/consultants.

Bidders shall provide such evidence of their continued eligibility satisfactory to the Public Body, as the Public Body shall reasonably request.

5. Eligible Materials, Equipment and Services

5.1 The materials, equipment, and services to be supplied under the Contract shall have their origin in eligible source countries as defined in Sub-Clause 4.1 above and all expenditures made under the Contract will be limited to such materials, equipment, and services. At the Employer's request, bidders may be required to provide evidence of the origin of materials, equipment, and services.

5.2 For purposes of Sub-Clause 5.1 above, "services" means the works and all project-related services including design services.

5.3 For purposes of Sub-Clause 5.1 above, “origin" means the place where the materials and equipment are mined, grown, produced or manufactured, and from which the services are provided. Materials and equipment are produced when, through manufacturing, processing or substantial or major assembling of components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or

Page 17: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

17

8 If considered necessary, reference may also be made to work in hand, future commitments, and current litigation.

utility from its components.

6. Qualification of the Bidder

6.1

To be qualified for award of contract, the bidders shall: (a) submit written confirmation of authorization to sign on behalf of the Bidder which could be in the form of power of attorney or in any other form demonstrating that the representative has been duly authorized to sign or; and

(b) have adequate financial capacity and technical capability to undertake the Contract. This will include the updating and reassessment of information which may previously have been considered during prequalification and an assessment of bidder's proposals regarding work methods, scheduling and resourcing which shall be provided in sufficient detail to confirm the bidder’s capability to complete the works in accordance with the Employer's Requirements and the time for completion.8 (c) for the case of a construction project, be duly registered with the CIDB for Building Construction Works in the grade that would allow him to perform the value of work for which he is submitting his bid. (d) have to ascertain that sub-contractors, consultants or sub-consultants proposed for executing works or assignments in the construction sector are duly registered with the CIDB in accordance with CIDB Act 2008 and as subsequently amended.

6.2 Bids submitted by a joint venture of two or more firms as partners shall comply with the following requirements: (a) the bid, and in case of a successful bid, the Form of

Contract Agreement, shall be signed so as to be legally binding on all partners;

(b) one of the partners shall be authorized to be in charge;

and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the partners;

(c) the partner in charge shall be authorized to incur

liabilities, receive payments and receive instructions for and on behalf of any or all partners of the joint venture and the entire execution of the Contract;

(d) all partners of the joint venture shall be jointly and

severally liable for the execution of the Contract in accordance with the Contract terms, and a relevant statement to this effect shall be included in the authorization mentioned under (b) above as well as in the Bid Form and the Form of Contract Agreement (in case of a successful bid); and

(e) a copy of the agreement entered into by the joint venture

partners shall be submitted with the bid.

Page 18: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

18

6.3 Bidders shall also submit proposals of work methods and

schedule in sufficient detail to demonstrate the adequacy of the bidder’s proposals to meet the Employer's Requirements and the completion time referred to in Sub-Clause 1.2 above.

7. One Bid per Bidder

7.1 Each bidder shall submit only one bid either by itself, or as a partner in a joint venture. A bidder who submits or participates in more than one bid will cause all those bids to be rejected.

8. Cost of Bidding 8.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Employer shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

9. Site Visit 9.1 The bidder is advised to visit and examine the Site of Works and its surroundings and obtain for itself on its own responsibility all information that may be necessary for preparing the bid and entering into a contract for the design-build and completion of the Works. The costs of visiting the Site shall be at the bidder's own expense.

9.2 The Bidder and any of its personnel or agents will be granted permission by the Employer to enter upon its premises and lands for the purpose of such visit, but only upon the express condition that the Bidder, its personnel, and agents will release and indemnify the Employer and its personnel and agents from and against all liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the inspection.

9.3 The Employer may conduct a Site visit concurrently with the Pre-Bid Meeting referred to in Clause 21.

B. Bidding Documents

10. Content of Bidding Documents

10.1 The bidding documents are those stated below, and should be read in conjunction with any Addenda issued in accordance with Clause 12: Invitation for Bids Section 1 Instructions to Bidders 1A Evaluation and Qualification Criteria 2 Part I - General Conditions 3 Part II - Conditions of Particular Application 4 Employer's Requirements 5 Form of Bid and Appendix to Bid 6 Sample Forms 7 Schedules 8 Location/ Site Plan

10.2 The bidder is expected to examine carefully the contents of the bidding documents. Failure to comply with the requirements of bid submission will be at the bidder's own risk. Pursuant to Clause 30, bids which are not substantially responsive to the

Page 19: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

19

requirements of the bidding documents will be rejected.

11. Clarification of Bidding Documents

11.1 A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing or by fax (hereinafter the term “fax" is deemed to include electronic transmission) at the Employer's address indicated in the Invitation for Bids. Requests for clarification should be received by the Employer not later than 21 days prior to the deadline for submission of bids; The Public body will reply to queries at latest 14 days prior to the submission of bids. Copies of the Employer's response, including a description of the inquiry, will be forwarded to all purchasers of the bidding documents.

12. Amendment of Bidding Documents

12.1 At any time prior to the deadline for submission of bids, the Employer may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents by issuing addenda.

12.2 Any addendum thus issued shall be part of the bidding documents pursuant to Sub-Clause 10.1, and shall be communicated in writing or by fax to all purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum by fax to the Employer.

12.3 To afford prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer may extend the deadline for submission of bids, in accordance with Clause 24.

C. Preparation of Bids 13. Language 13.1 The Bid as well as all correspondence and documents relating to

the bid exchanged by the Bidder and the Employer, shall be written in English. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, such translation shall govern.

Notwithstanding the above, documents in French submitted with the bid may be accepted without translation.

14. Documents Comprising the Bid

14.1 14.2

The Bid submitted by the bidder shall comprise two envelopes submitted simultaneously, one containing only the technical proposal and the other the price proposal The Technical Proposal shall contain the following:

(i) Bid Form for Technical Proposal and Appendix to Technical proposal;

(ii) Form of Bid Security or Bid Securing Declaration; (iii). Written Authorization for signing the bids; (iv) Information on Qualification as per section 1A of the

ITB;

Page 20: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

20

14.3

(v) Confirmation of Eligibility; (vi) Schedule of Major Items of Equipment; (vii) Schedule of Major Items of Constructional Plant; (viii) Schedule of Key Personnel; (ix) Schedule of Subcontractors; (x) Schedule of Recommended. Spare Parts; (xi) Schedule of Compliance with the Bidding

Document; and (xii) any other materials required to be completed and

submitted by bidders in accordance with these Instructions to Bidders.

The Price proposal shall contain the following:

(i) Bid Form for Price Proposal and Appendix to Price Proposal;

(ii) Schedules of Prices

I. Recommended Spare Parts.

15. Bid Form and Price Schedules

15.1 The Bidder shall complete the Bid Form and the appropriate Price Schedules furnished in the bidding documents in the manner and detail indicated therein, following the requirements of Clauses 16 and 17;

16. Bid Prices 16.1 Unless specified otherwise in Employer's Requirements, Bidders shall quote for the entire facilities on a “single responsibility" basis such that the total bid price covers all the Contractor's obligations mentioned in or to be reasonably inferred from the bidding documents in respect of the design, manufacture, including procurement and subcontracting (if any), delivery, construction, installation and completion of the facilities. This includes all requirements under the Contractor's responsibilities for testing, pre-commissioning and commissioning of the facilities and, where so required by the bidding documents, the acquisition of all permits, approvals and licenses, etc., operation maintenance and training services and such other items and services as may be specified in the bidding documents, all in accordance with the requirements of the Conditions of Contract.

16.2 Bidders shall give a breakdown of the prices in the manner and detail called for in the Schedules of Prices.

16.3 In the Schedules, Bidders shall give the required details and a breakdown of their prices, including all taxes, duties, levies, and charges payable in the Employer's country as of twenty eight (28) days prior to the deadline for submission of bids, as follows: (a) Design including all necessary drawings and

documentation for the Work. Not Applicable.

(b) Plant and equipment to be supplied from outside the Employer's country (Schedules of Prices: II) shall be quoted on a CIF port-of entry. In addition, the FOB price and import duties and taxes shall also be indicated

Page 21: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

21

separately. Not Applicable.

(c) Plant and equipment manufactured or fabricated within the Employer's country (Schedules of Prices: III) shall be quoted on an EXW (ex-factory, ex-works, ex-warehouse or off-the-shelf, as applicable) basis and shall be inclusive of all costs as well as duties and taxes paid or payable on components and raw materials incorporated or to be incorporated in the facilities. In addition VAT shall be indicated separately. Not Applicable.

(d) Civil Works, Installation and Other Services shall be quoted separately (Schedules of Prices: IV) and shall include rates or prices for all labour, contractor's equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including local transportation, operations and maintenance services, the provision of operations and maintenance manuals, training, etc. where identified In the bidding documents, as necessary for the proper execution of the Civil Works, Installation and Other Services. Not Applicable.

(e) Recommended spare parts shall be quoted separately (Schedules of Prices: VI) as specified in either subparagraph (b) or (c) above in accordance with the origin of the spare parts.

16.4 Not Applicable.

16.5 Prices quoted by the bidder shall be subject to adjustment during performance of the contract to reflect changes in the cost of labor, fuel, material, equipment and transport components in accordance with the procedures specified in Sub Clause 13.17 of the Conditions of Particular Application. The price adjustment provision will not be taken into consideration in bid evaluation. Bidders are required to indicate the source of labor, equipment and material indices in the Schedule of Coefficients and Indices for Price Adjustment. Not Applicable.

17. Bid Currencies 17.1 Prices shall be quoted in Mauritian Rupees (MUR).

18. Bid Validity 18.1 Bids shall remain valid for a period of 120 days or up to 11 October 2018, whichever is the latest as from the deadline date set for submission of bids. The deadline date being counted as day one of the validity period.’

18.2 In exceptional circumstances, prior to expiry of the original bid validity period, the Employer may request that the bidders extend the period of validity for a specified additional period. The request and the responses thereto shall be made in writing or by fax. A bidder may refuse the request without forfeiting its bid security or having the bid securing declaration executed. A bidder agreeing to the request will not be required or permitted to modify its bid, but will be required to extend the validity of its bid security or bid

Page 22: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

22

securing declaration for the period of the extension, and in compliance with Clause 19 in all respects.

19. Bid Security 19.1 The Bidder shall furnish, as part of its bid, a bid security in the amount of Mauritian Rupees Two Million only (MUR 2 million) which shall be valid for a period of 150 days, i.e. up to 10 November 2018.

19.2 The bid security shall be from a local commercial bank. The format of the bank guarantee shall be in accordance with the sample form of bid security included in Section 6. The bid security shall remain valid for 30 days beyond the original validity period for the bid, and beyond any period of extension subsequently requested under Sub-Clause 18.2.

19.3 Any bid not accompanied by an acceptable bid security shall be rejected by the Employer as nonresponsive.

19.4 The bid securities of unsuccessful bidders will be returned as promptly as possible.

19.5 The bid security of the successful bidder will be returned when the bidder has signed the Contract Agreement and furnished the required performance security.

19.6 The bid security may be forfeited (a) if the bidder withdraws its bid, except as provided in

Sub-Clause 26.1 ; (b) if the bidder does not accept the correction of its bid

price, pursuant to Sub-Clauses 29.1 and 35.1; or (c) in the case of a successful bidder, if it fails within the

specified time limit to

(i) sign the Contract Agreement, or (ii) furnish the required performance security, or

20. Alternative

Proposals by Bidders

20.1 Bidders shall submit offers which comply with the documents, including the basic Employer's Requirements as indicated in the bidding documents. Alternatives will not be considered. The attention of bidders is drawn to the provisions of Clause 30 regarding the rejection of bids which are not substantially responsive to the requirements of the bidding documents.

21. Pre-Bid Meeting 21.1 A Pre-Bid Meeting is not applicable.

21.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.

21.3 The bidder is requested to submit any questions in writing or by fax, to reach the Employer not later than one week before the meeting.

Page 23: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

23

21.4 Minutes of the pre-bid meeting, including the text of the questions

raised, without identifying the source, and the responses given, together with any response prepared after the meeting, will be transmitted promptly to all Bidders who have acquired the Bidding Document from the sources indicated in the Invitation for Bids. Any modification of the Bidding Document that may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an addendum pursuant to ITB 12.2 and not through the minutes of the pre-bid meeting.

21.5 Nonattendance at the pre-bid meeting will not be a cause for disqualification of a bidder.

22. Format and Signing of Bid

22.1 The bidder shall prepare one (1) original and two (2) copies of the technical proposal and financial proposal, comprising the bid as described in Clause 14 of these Instructions to Bidders, and clearly marking each one as: "ORIGINAL- TECHNICAL PROPOSAL", “ORIGINAL PRICE PROPOSAL”, and “COPY NO. 1 – TECHNICAL PROPOSAL”, “COPY NO 1 FINANCIAL PROPOSAL” etc. as appropriate. In the event of discrepancy between them, the original shall prevail. The copies should be identical to the original

22.2 The original and all copies of the bid shall be typed or written in indelible ink (in the case of copies, photocopies are also acceptable) and shall be signed by a person or persons duly authorized to sign on behalf of the bidder, pursuant to Sub-Clauses 6.1 (a). All pages of the bid where entries or amendments have been made shall be initialed by the person or persons signing the bid.

22.3 The bid shall contain no alterations, omissions or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be initialed by the person or persons signing the bid.

22.4 The bidder shall furnish information as described in the Form of Bid on commission or gratuities, if any, paid or to be paid relating to this Bid, and to contract execution if the bidder is awarded the contract.

D. Submission of Bids

23. Sealing and

Marking of Bids 23.1 23.2

The bidder shall seal the original copy of the technical proposal, the original copy of the price proposal and each copy of the technical proposal and each copy of the price proposal in separate envelopes clearly marking each one as: “ORIGINAL TECHNICAL PROPOSAL”, ÖRIGINAL PRICE PROPOSAL”, “and COPY NO. 1 – TECHNICAL PROPOSAL”, “COPY NO 1- PRICE PROPOSAL” etc. as appropriate. The Bidder shall seal the original bids and each copy of the bids in an inner and an outer envelope, duly marking the envelopes as “ORIGINAL” and “COPY” .

Page 24: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

24

23.3 The inner and outer envelopes shall

(a) be addressed to the Employer at the following address: The Chief Executive, Central Procurement Board, 1st Floor, Social Security House, Julius Nyerere Avenue (ex-Moka Road), Rose-Hill Mauritius (b) bear the following identification:

Bid for Design-Build and Turnkey Contracts (Single Stage Two-envelope) of Construction of a Slaughter House at Five Ways Wooton

Bid Reference Number: MOAIFS: Q34/2017-2018/OAB - CPB/56/2017

DO NOT OPEN BEFORE 14.00 hours (Local Time) on 14 June 2018.

23.4 In addition to the identification required in Sub-Clause 22.3, the

inner envelope shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared "late" pursuant to Clause 25.

23.5 If the outer envelope is not sealed and marked as above, the Central Procurement Board (CPB) will assume no responsibility for the misplacement or premature opening of the bid.

24. Deadline of Submission of Bid

24.1 Bids must be received by the CPB at the address specified above no later than 13.30 hours( local time) at latest on 14 June 2018.

24.2 The CPB may, at its discretion, extend the deadline for submission of bids by issuing an addendum in accordance with Clause 12, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will thereafter be subject to the extended new deadline.

25. Late Bids 25.1 Any bid received by the CPB after the deadline for submission of bids prescribed in Clause 24 will be rejected and returned unopened to the bidder.

26. Modification and Withdrawal of Bid

26.1 The bidder may modify or withdraw its bid after bid submission, provided that written notice of the modification or withdrawal is received by the CPB prior to the deadline for submission of bids.

26.2 The bidder's modification or withdrawal notice shall be prepared, sealed, marked and delivered in accordance with the provisions of Clause 23, with the outer and inner envelopes additionally marked "MODIFICATION" or "WITHDRAWAL", as appropriate. A

Page 25: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

25

withdrawal notice may also be sent by fax but must be followed by a signed confirmation copy.

26.3 No bid may be modified by the bidder after the deadline for submission of bids, except in accordance with Sub-Clauses 26.2.

26.4 Withdrawal of a bid during the interval between the deadline for submission of bids and the expiration of the period of bid validity specified In Sub-Clause 18.1 may result in the forfeiture of the bid security or in the execution of the bid securing declaration pursuant to Sub-Clause 19.6 or 19.1 respectively whichever is applicable.

E. Opening and Evaluation of Technical Proposal

27. Bid Opening 27.1 27.2

The CPB will open the technical proposal, including modifications made pursuant to Clause 26, in the presence of bidders representatives who choose to attend, at as from 14.00 hrs (local time) on 14 June 2018 at the following location: Central Procurement Board Conference Room, 1st Floor, Social Security House, Julius Nyerere Avenue (ex-Moka Road), Rose-Hill The bidders' representatives who are present shall sign a register evidencing their attendance. The price proposals will remain unopened and will be held in the custody of the CPB until the time of bid opening of the price proposals after evaluation of the technical proposals. The time and date and location of the bid opening will be communicated in writing or by fax by the CPB.

27.3 Envelopes marked “'WITHDRAWAL" shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 26 shall not be opened.

27.4 The bidders' names, bid modifications and withdrawals, the presence or absence of bid security or bid securing declaration, and such other details as the CPB may consider appropriate, will be announced and recorded by the employer at the opening. The bidders' representatives will be required to sign this record.

27.5 The CPB shall prepare minutes of the bid opening, including the information disclosed to those present in accordance with Sub-Clause 27.4.

28. Process to Be

Confidential 29. Clarification of

28.1 29.1

Information relating to the examination, clarification, evaluation and comparison of bids and recommendations for the award of a contract shall not be disclosed to bidders or any other persons not officially concerned with such process. Any effort by a bidder to influence the CPB processing of bids or award decisions may result In the rejection of the bidder's bid. To assist in the examination, evaluation and comparison of bids,

Page 26: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

26

Technical Proposals and contacting the Employer

29.2 29.3 29.4

the CPB may, at its discretion, ask any bidder for clarification of its bid. The request for clarification and the response shall be in writing or by fax, but no change in the price or substance of the bid shall be sought, offered or permitted except as required to confirm the correction of arithmetic errors discovered by the CPB in the evaluation of the bids in, accordance with Clause 37. Subject to Sub-clause 29.1, no bidder shall contact the CPB on any matter relating to its bid from the time of the bid opening to the time the contract is awarded. If the bidder wishes to bring additional information to the notice of the CPB, it should do so in writing. If a Bidder does not provide clarifications of its bid by the date and time set in the CPB request for clarification, its bid may be rejected. Any effort by the bidder to influence the CPB in the CPB's evaluation of technical proposals, bid comparison or the CPB's decisions on acceptance or rejection of bids may result in the rejection of the bidder's bid.

30. Preliminary Examination of Technical Proposals and Determination of Responsiveness

30.1 30.2 30.3

Prior to the detailed evaluation of the technical proposals, the CPB will determine whether each bid (i) meets the eligibility criteria of the Public Body;(ii) has been properly signed; (iii) is accompanied by the required securities; (iv) is substantially responsive to the requirements of the bidding documents; and (v) provides any clarification and/or substantiation that the CPB may require pursuant to Clause 29. A substantially responsive bid is one which conforms to all the terms, conditions and requirements of the bidding documents, without material deviation or reservation. A material deviation or reservation is one: (i) which affects in any substantial way the scope, quality or performance of the Works; (ii) which is inconsistent with the bidding documents and limits in any substantial way, the CPB’s rights or the bidder's obligations under the Contract; or (iii) whose rectification would affect unfairly the competitive position of other bidders presenting substantially responsive bids. If a bid is not substantially responsive, it will be rejected by the CPB, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation.

31. Evaluation and Comparison of Technical

31.1 The CPB will carry out a detailed evaluation of the bids in order to determine whether the bidders are qualified and whether the technical aspects are substantially responsive to the

Page 27: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

27

Proposals requirements set forth in the bidding documents. In order to reach such a determination, the CPB will examine the information supplied by the Bidders and other requirements in the bidding documents, taking into account the following factors: (a) Qualification

(I) the determination will take into account the Bidder's financial, technical and production capabilities and past performance; it will be based upon an examination of the documentary evidence of the Bidder's qualifications submitted by the Bidder, pursuant to Sub-Clause 6.1(b) as well as such other information as the Employer deems necessary and appropriate; and

(ii) an affirmative determination will be a prerequisite for the Employer to continue with the evaluation of the technical proposal; a negative determination will result in rejection of the Bidder's bid.

(b) Technical

(i) overall completeness and compliance with the Employer's Requirements and criteria specified at Section 1A of the Instructions to Bidders;

(ii) compliance with the time schedule called for in Appendix to Technical proposal and alternative time schedules offered by Bidders as evidenced by a milestone schedule provided with the bid.

(iii) type, quantity and long-term availability of spare

parts and maintenance services;

(iv) any deviations to the commercial and contractual provisions stipulated in the bidding documents.

(v) Technical and financial Evaluation as per

Evaluation Criteria described in Section 1A – and in Employer’s Requirements.

32. Invitation to

Attend Opening of Price Proposals

32.1 32.2

At the end of the evaluation of the technical proposals the CPB will invite bidders who have submitted substantially responsive technical proposals and who have been determined as being qualified for further evaluation, to attend the bid opening of the price proposals. Bidders shall be given reasonable notice of the price proposal bid opening. The CPB will notify unsuccessful Bidders on the grounds of being substantially non-responsive to the requirements of the bidding documents and return the unopened price proposal after the selection process is complete.

Page 28: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

28

33. Opening of Price

Proposals 34 Process to be

Confidential 35 Clarification of

Price Proposals and Contacting the Employer

36. Preliminary

Examination of Price Proposals and Determination of Responsiveness

33.1 33.2 33.3 34.1 35.1 35.2 35.3 36.1 36.2

F. Opening and Evaluation of Price Proposals

The CPB will open the price proposals of all bidders, who submitted substantially responsive technical proposals and qualified for further evaluation, at the time and date and at the location communicated to the bidders. The bidder's representatives who are present shall sign a register evidencing their attendance. The bidder's names, the Bid Prices, any discounts, and such other details as the CPB may consider appropriate, will be announced and recorded by the CPB at the opening. The bidder's representatives will be required to sign this record. The CPB shall prepare minutes of the bid opening, including the information disclosed to those present in accordance with Sub-Clause 33.2. Information relating to the examination, clarification, evaluation and comparison of bids and recommendation for the award of a contract shall not be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful bidder has been announced. Any effort by a bidder to influence the CPB’s processing of bids or award decisions may result in the rejection of the bidder's bid. To assist in the examination, evaluation and comparison of price proposals, the CPB may, at its discretion, ask any bidder for clarification of its bid. The request for clarification and the response shall be in writing or by electronic mail, but no change in the price or substance of the bid shall be sought, offered or permitted except as required to confirm the correction of arithmetic errors discovered by the CPB in the evaluation of the bids in accordance with Clause 37. Subject to Sub-Clause 35.1, no bidder shall contact the CPB on any matter relating to its bid from the time of opening of price proposals to the time the contract is awarded. If the bidder wishes to bring additional information to the notice of the employer, it should do so in writing. Any effort by the bidder to influence the CPB in the CPB's evaluation of price proposals, bid comparison or contract award decisions may result in the rejection of the bidder's bid. The CPB will examine the bids to determine whether they are complete, whether the documents have been properly signed, whether the bids are substantially responsive to the requirements of the bidding documents; and whether the bids provide any clarification and/or substantiation that the CPB may require pursuant to Clause 35. A substantially responsive bid is one which conforms to all the terms, conditions and requirements of the bidding documents, without material deviation or reservation, and includes the

Page 29: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

29

37. Correction of

Errors

36.3 37.1 37.2

amendments and changes, if any, requested by the CPB during the evaluation of the bidder's technical proposal. If a price proposal is not substantially responsive, it will be rejected by the CPB, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation. Price Proposals determined to be substantially responsive will be checked by the CPB for any arithmetical errors. Arithmetical errors will be rectified on the following basis:

(a) If there is a discrepancy between the unit rate and the total cost that is obtained by multiplying the unit rate and quantity, the unit rate shall prevail and the total cost will be corrected unless in the opinion of the CPB there is an obvious misplacement of the decimal point in the unit rate, in which case the total cost as quoted will govern and the unit rate corrected.

(b) If there is a discrepancy between the total bid amount and the sum of total costs, the sum of the total costs shall prevail and the total bid amount will be corrected.

The amount stated in the Form of Bid for Price Proposal will be adjusted by the CPB in accordance with the above procedure for the correction of errors and, shall be considered as binding upon the bidder. If the bidder does not accept the corrected amount of bid, its bid will be rejected, and the bid security may be forfeited or bid securing declaration executed, whichever is applicable, in accordance with Sub-Clause 19.6(b) or 19.1 respectively.

38. Conversion to Single Currency

38.1 The CPB will convert the amounts in various currencies in which the Bid Price is payable to the currency of the Employer's country at the selling exchange rates officially prescribed for similar transactions as established by Bank of Mauritius on the date of opening of bids. Not Applicable.

39. Evaluation and Comparison of Price Proposals

39.1 39.2 39.3 39.4

The CPB will evaluate and compare only the bids determined to be substantially responsive in accordance with Clause 36. Not Applicable. Not Applicable. Not Applicable.

39.5 (a) Not Applicable.

(b) The Employer reserves the right to accept or reject any variation, deviation or alternative offer. Variations, deviations, and other factors which are in excess of the requirements of the bidding documents or otherwise result in the accrual of unsolicited benefits to the Employer shall not be taken into account in bid evaluation. (c) The estimated effect of the price adjustment provisions of

the Conditions of Particular Application, applied over the

Page 30: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

30

period or execution of the Contract, shall not be taken in bid evaluation.

(d) If the bid of the successful bidder is substantially below the

Employer’s estimate for the contract, the Employer may require the bidder to produce detailed price analysis to demonstrate the internal consistency of those prices. After evaluation of the price analysis, the Employer may require that the amount of the performance security set forth in Clause 45 be increased at the expense of the successful bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful bidder under the Contract.

40. Margin of

Preference 40.1 40.2 40.3

Not Applicable Not Applicable Not Applicable

G. Award of Contract

41. Award 41.1 (a) Subject to Clause 42, the Employer will award the Contract to

the bidder whose bid has been determined to be substantially responsive to the bidding documents and who has offered the lowest Evaluated Bid Price, provided that such bidder has been determined to be (i) eligible in accordance with the provisions of Clause 4; and (ii) qualified in accordance with the provisions of Clause 6. (b) The Employer shall, prior to award, request the lowest substantially responsive bidder to submit a “Tax Clearance Certificate” from the Mauritius Revenue Authority (MRA) within a period of one week, confirming that the bidder has filed his tax returns and paid tax due.

(c) In case the successful bidder does not submit the “Tax Clearance Certificate” the Employer may consider the next lowest substantially responsive bidder to equally comply with Paragraph (b) above.

(d) The facility to apply for the Tax Clearance Certificate electronically is available on MRA Website.

42. Employer’s Right to Accept any Bid and to Reject any or all Bids

42.1 Notwithstanding Clause 41, the Employer reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of Contract, without thereby incurring any liability to the affected bidder or bidders.

43. Notification of Award

43.1 Following the identification of the selected bidder and subject to the notification and the time period referred to in accordance with section 40 of the Act for major contracts, the Public Body shall, prior to expiration of bid validity period, issue award to the successful Bidder. The Employer will:

(a) notify the successful bidder by fax, confirmed by registered letter, that its bid has been accepted. This letter (hereinafter and in the Conditions of Contract called

Page 31: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

31

the "Letter of Acceptance") shall name the sum which the Employer will pay the Contractor in consideration of the execution, completion and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Conditions of Contract called “the Contract Price").

(b) within seven days from the issue of Letter of Acceptance, publish on the Public Procurement Portal (publicprocurement.govmu.org) and the Employer's website, the results of the Bidding Process identifying the bid and lot numbers and the following information:

(i) name of the successful Bidder, and the Price it offered, as well as the duration and summary scope of the contract awarded; and

(ii) an executive summary of the Bid Evaluation Report.

43.2 The notification of award will constitute the formation of the

Contract.

43.3 Upon the furnishing by the successful bidder of a performance security and preference security (where applicable) the Employer will promptly notify the other bidders that their bids have been unsuccessful. Not Applicable.

44. Signing of Contract Agreement

44.1 At the same time that he notifies the successful bidder that its bid has been accepted, the Employer will send the bidder the Form of Contract Agreement provided in the bidding documents, incorporating all agreements between the parties.

44.2 Within 28 days of receipt of the Form of Agreement, the successful bidder shall sign the Form and return it to the Employer.

45. Performance Security

45.1 Within 28 days of receipt of the letter of acceptance from the Employer, the successful bidder shall furnish to the Employer a performance security in an amount of Ten (10) percent of the Contract Price in accordance with the Conditions of Contract. The form of performance security provided in Section 6 of the bidding documents may be used or some other form acceptable to the Employer.

45.2 Failure of the successful bidder to comply with the requirements of Clauses 44 or 45 shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security or execution of the bid securing declaration which ever is applicable.

Preference Security

45.3 (a) Not Applicable

46. Debriefing 46.1 The Employer shall promptly attend to all debriefing for the contract made in writing and within 30 days from the date of the publication of the award or date the unsuccessful bidders are

Page 32: Ministry of Agro-Industry & Food Security

Section 1 – Instruction to bidders

32

informed about the award, whichever is the case by following regulation 9 of the Public Procurement Regulations 2008 as amended.

Page 33: Ministry of Agro-Industry & Food Security

Section 1 A – Evaluation & Qualification Criteria

33

Section 1 A - Evaluation and Qualification Criteria Evaluation will be carried out in the first instance, based on the technical aspects solely. Criteria for technical evaluation shall be as follows: (i) Evaluation of Preliminary Design 25% (ii) Evaluation of Key Personnel (as below) 75%

Contract Manager 20% Architect 15% Structural/Civil Engineer 5% Mechanical Engineer 10% Electrical Engineer 5% Quantity Surveyor 5% Slaughter House Veterinary Expert 5% HACCP Certification Specialist 10%

TOTAL 75% Bidders providing Key Personnel with qualification and experience beyond the minimum requirement of the Employer and having successfully completed a number of projects of similar nature and complexity than minimum Employer requirement will score higher marks for Section (ii) of the Technical Evaluation. Financial evaluation of only those Bidders, scoring more than 60% marks in each sub category (i) and (ii) of the evaluation criteria and 75% overall shall be considered as responsive for further evaluation. The price quoted by each responsive bidder will be awarded marks on a percentage basis with the lowest scoring the maximum marks. The technical and financial marks of each responsive bidder will be lumped in the ratio: 75% for technical and 25% for financial. The bid having scored the maximum aggregate marks on technical and financial evaluation will be the best evaluated and will be awarded the contract The prices shall be compared as per a prorated marking system. The lowest financial proposal (Fm) will be given the maximum mark (Sm) allocated for that component and the marks for others for that component shall be computed as follows:

S = Sm x Fm/F Where F is the price of the proposal for that component under consideration.

(Example: if the price quoted by the lowest bidder is Rs. 300 000 and the maximum marks allocated for the financial Proposal for that component is 25 marks, the lowest bidder gets 25 marks and a bidder having quoted Rs. 500 000 gets (Rs 300 000/ Rs 500 000) x 25, that is, 15 marks and so on and so forth for the other bidders)

Page 34: Ministry of Agro-Industry & Food Security

Section 1 A – Evaluation & Qualification Criteria

2. Qualification

Factor 2.1 Eligibility

Sub-Factor

Criteria

Documentation

Required Requirement

Bidder

Single Entity

Joint Venture, Consortium or Association All

partners combined

Each

partner At least

one partner

2.1.1 Nationality Nationality in accordance with ITB 4.1.

Must meet requirement

N/A Must meet requirement

N / A Form ELI –1.1 and 1.2, with attachments

2.1.2 Conflict of Interest

No- conflicts of interests as described in ITB 4.3.

Must meet requirement

N/A Must meet requirement

N / A Form of Technical Proposal

2.1.3 Country Ineligibility

Not having been declared ineligible by the Public Body as described in ITB 4.1.

Must meet requirement

N/A Must meet requirement

N / A Form of Technical Proposal

2.1.4 Government Owned Entity

Compliance with conditions of ITB 4.5

Must meet requirement

N/A Must meet requirement

N / A Form ELI –1.1 and 1.2, with attachments

2.1.5 Ineligibility based on a United Nations Resolution or Mauritian Law

Not having been excluded as a result of the laws of Republic of Mauritius or official regulations, or by an act of compliance with UN Security Council resolution, in accordance with ITB 4.4.

Must meet requirement

N/A Must meet requirement

N / A Form of Technical & Financial Proposal

Page 35: Ministry of Agro-Industry & Food Security

Section 1 A – Evaluation & Qualification Criteria

35

Factor 2.2 Historical Contract Non-Performance

Sub-Factor

Criteria

Documentation Required Requirement

Bidder

Single Entity

Joint Venture, Consortium or Association

All partners combined

Each partner

At least one partner

2.2.1 History of non-

performing contracts Non-performance of a

contract did not occur within

the last five years prior to

the deadline for application

submission, based on all

information on fully settled

disputes or litigation. A

fully settled dispute or

litigation is one that has been

resolved in accordance with

the Dispute Resolution

Mechanism under the

respective contract, and

where all appeal instances

available to the bidder have

been exhausted.

Must meet

requirement

by itself or as

partner to

past or

existing JV

N / A

Must meet

requirement

by itself or

as partner to

past or

existing JV

N / A

Form CON - 2

Page 36: Ministry of Agro-Industry & Food Security

Section 1 A – Evaluation & Qualification Criteria

36

Factor 2.2 Historical Contract Non-Performance

Sub-Factor

Criteria

Documentation Required Requirement

Bidder

Single Entity

Joint Venture, Consortium or Association

All partners combined

Each partner

At least one partner

2.2.2 Litigation Bidders shall provide a

history of litigation over the

past TEN (10) years

Bidders with a consistent

history of court/arbitral

award decisions against it

may be qualified

Must meet

requirement

by itself or as

partner to

past or

existing JV

N / A Must meet

requirement

by itself or as

partner to

past or

existing JV

N / A Form CON – 2

Page 37: Ministry of Agro-Industry & Food Security

Section 1 A – Evaluation & Qualification Criteria

37

9

Factor 2.3 Financial Situation

Sub-Factor

Criteria

Documentation

Required Requirement

Bidder

Single Entity

Joint Venture, Consortium or Association

All partners combined

Each partner

At least one partner

2.3.1 Historical Financial Performance

Submission of audited accounts or if not required by the law of the bidder’s country, other financial statements acceptable to the Employer, for the last 3 years to demonstrate the current soundness of the bidders financial position

Must meet requirement

N / A Must meet requirement

N / A Bidders shall fill in Key Financial Information Form.

9 (a) Local bidders who are not required to file Audited Accounts should submit copies of Financial Statements filed at the Registrar of Companies prior to deadline set for the submission of bids.

Page 38: Ministry of Agro-Industry & Food Security

Section 1 A – Evaluation & Qualification Criteria

38

Factor 2.3 Financial Situation

Sub-Factor

Criteria

Documentation

Required Requirement

Bidder

Single Entity

Joint Venture, Consortium or Association

All partners combined

Each partner

At least one partner

2.3.3. Financial Resources

The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet: (i) The following cash-flow requirement MUR 50 Million and (ii) With respect to specific cash flow requirement, the Bidder should submit documentary evidence mentioning the name of the project and its CPB reference, where applicable. Non-submission of the supporting document may lead to rejection of the bid.

Must meet requirement

Must meet requirement

N / A

N / A Form FIN –3.3

Page 39: Ministry of Agro-Industry & Food Security

Section 1 A – Evaluation & Qualification Criteria

39

Factor 2.3 Financial Situation

Sub-Factor

Criteria

Documentation

Required Requirement

Bidder

Single Entity

Joint Venture, Consortium or Association

All partners combined

Each partner

At least one partner

Documentary evidence may comprise but not limited to: (1) Bank Certificate (2) Certificate from Auditors (3) Certificate from a Registered Accountancy firm.

Page 40: Ministry of Agro-Industry & Food Security

Section 1 A – Evaluation & Qualification Criteria

40

Factor 2.4 Experience

Sub-Factor

Criteria

Documentation

Required Requirement

Bidder

Single Entity Joint Venture, Consortium or Association

All partners combined

Each partner At least one partner

2.4.1 General Experience

Contractors should be registered with the CIDB for Building Construction Works in the grade that would allow him to perform the value of work for which he is submitting his bid.

Must meet requirements

Must meet requirements

N/A N/A Valid Registration Certificate from CIDB

2.4.2 (a) Specific Experience

(i) Participation as prime contractor for the construction of at least one building with a component of Mechanical and Electrical equipment with a value of at least MUR 50M, that has been successfully completed. (ii) One Contract Manager having successfully completed the construction of at least one slaughter house of similar size and complexity (iii) One Registered Architect having successfully designed at least one Slaughterhouse

Must meet requirement

Must meet requirement

Must meet requirement

N/A N/A N/A

N/A N/A N/A

Must meet requirement

Must meet requirement

Must meet requirement

Form EXP 2.4.2(a)

Page 41: Ministry of Agro-Industry & Food Security

Section 1 A – Evaluation & Qualification Criteria

41

Factor 2.4 Experience

Sub-Factor

Criteria

Documentation

Required Requirement

Bidder

Single Entity

Joint Venture, Consortium or Association

All partners combined

Each partner At least one partner

project of similar size and complexity that has been successfully completed.

2.4.2 (b) Specific Experience in Key Activities

For the above or other contracts executed stipulated at clause 2.4.2 (a) above, the specific experience in key activities are as follows: (a) Supply, Installation and Commissioning of slaughtering and other allied equipment in a slaughterhouse of similar size to the proposed works

Must meet requirements

N/A

N/A

Must meet requirements

Form EXP 2.4.2(b)

Page 42: Ministry of Agro-Industry & Food Security

Section 1 A – Evaluation & Qualification Criteria

42

Factor 2.4 Experience

Sub-Factor

Criteria

Documentation

Required Requirement

Bidder

Single Entity

Joint Venture, Consortium or Association

All partners combined

Each partner At least one partner

(b) Supply, Installation and Commissioning of carcasses chilling and holding facilities for a slaughterhouse of similar size to the proposed works (c) Implementation of HACCP and EU Norms as Registration (EC) No. 852/2004, Regulation (EC) 853/2004, Regulation 854/2004 and Regulation (EC) No. 1244/2007 for a cattle/pig/goat/sheep/deer slaughtering compound. (d) Design and Construction of a Treatment Plant to treat waste from a cattle/pig/goat/sheep/deer slaughtering compound.

Page 43: Ministry of Agro-Industry & Food Security

Section 1 A – Evaluation & Qualification Criteria

43

Factor 2.4 Experience

Sub-Factor

Criteria

Documentation

Required Requirement

Bidder

Single Entity

Joint Venture, Consortium or Association

All partners combined

Each partner At least one partner

NOTE: Experience in the above key activities (a) – (d) may also be met through specialist sub-contractors.

Page 44: Ministry of Agro-Industry & Food Security

Section 1 A – Evaluation & Qualification Criteria

44

2.5 Personnel

The Bidder must demonstrate that it will have the personnel (Design & Contractor’s Superintendence) for the key positions

that meet the following requirements:

2.5.1 Design Personnel

No. Position Total Work Experience

(years)

In Similar position

Experience (years)

1

Architect shall be an Architect registered with the Professional Architects Council

(Mauritius) or equivalent Body and having at least 10 years experience and having

successfully designed at least one Slaughterhouse project of similar size and complexity

that has been successfully completed.

10 5

2

Structural/Civil Engineer shall be a Civil Engineer registered with the Council of

Professional Engineers (Mauritius) or equivalent body with a minimum of 10 year’s

experience and shall have handled at least one Building Construction project with a

component of M&E with a value of at least MUR 50M.

10 5

3

Mechanical Engineer shall be Mechanical Engineer registered with the Council of

Professional Engineers (Mauritius) or equivalent body with a minimum 10 years existence

and shall have handled at least one Building Construction project with a component of

M&E with a value of at least MUR 50M.

10 5

4

Electrical Engineer shall be Electrical Engineer registered with the Council of Professional

Engineers (Mauritius) or equivalent body with a minimum 10 years experience and shall

have handled at least one Building Construction project with a component of M&E with a

value of at least MUR 50M.

10 5

5

Quantity Surveyor shall be a Quantity Surveyor who is registered with the Professional/

Quantity Surveyor’s Council (Mauritius) or equivalent body with a minimum of 10 year’s

experience and shall have handled at least one Building Construction project with a

component of M&E with a value of at least MUR 50M.

10 5

Page 45: Ministry of Agro-Industry & Food Security

Section 1 A – Evaluation & Qualification Criteria

45

No. Position Total Work Experience

(years)

In Similar position

Experience (years)

6

EIA/PER Specialist shall have at least 5 years of professional experience in carrying out

Environmental Impact Assessment (EIA)/ Preliminary Environmental Report (PER)

including at least one EIA/PER for a similar type of project.

5

7

Slaughterhouse Veterinary Expert shall be a Veterinary Expert who is registered with

relevant recognized professional bodies with at least 10 years of professional experience in

Veterinary Medicine and shall have specific experience in slaughterhouse procedures and

operations

10

8

HACCP Certification Specialist shall have at least 10 years of professional experience,

with and having successfully processed the certification of at least one

cattle/pig/goat/sheep/deer slaughtering plant in line with HACCP and Regulation (EC) No.

852/2004, Regulation (EC) No. 853/2004, Regulation (EC) No. 854/2004 and Regulation

(EC) No. 1244/2007.

10

The Bidder shall provide details of the proposed personnel and their experience records in the relevant Forms included in Section 5 – Forms Bid and Appendices to Bid. Documentary evidence to be submitted.

Page 46: Ministry of Agro-Industry & Food Security

Section 1 A – Evaluation & Qualification Criteria

46

2.5.2 Contractor’s Superintendence

No. Position Total Work Experience

(years)

In Similar position Experience

(years)

1

One full time Contract Manager who is a Registered Engineer with the Council of

Professional Engineers (Mauritius) or equivalent body and has a minimum of 10 years

experience in Building construction works and having successfully completed the

construction of at least one slaughter house project of similar size and complexity.

10 5

2

A full time Site Agent holding a minimum ten years experience in the Building

Construction Works of a project of an equivalent size; and holding at least the Diploma in

Building and Civil engineering from the University of Mauritius or any similar

qualifications.

10 5

3 One General Foreman with a minimum of 5 years experience in construction works 10 5

4

One Electrical Technician with a minimum of 5 years experience holding the Part II

Electrical Engineering Technician’s Certificate 280 or 803 of the City and Guilds of

London, or equivalent.

10 5

5

One experienced Electrician holding the National Trade Certificate (NTC) in electrical

installation works (Module 1,2,3) issued by the Mauritius Examinations Syndicate and the

MITD (Ex-IVTB)

5 2

6 One qualified Health and Safety Officer. 5 2

Page 47: Ministry of Agro-Industry & Food Security

Section 1 A – Evaluation & Qualification Criteria

47

2.6 Equipment

The Bidder must demonstrate that it will have access to the key Contractor’s equipment listed hereafter:

No. Equipment Type and Characteristics Minimum Number required

1 Mobile Crane (50 Ton) 2

2 Concrete mixer with weight batcher (10 m3) 4

3 Asphalt Paver – 155 HP 1

4 Grader – 185 HP 1

5 Loader (1m3) 2

6 Vibrating Roller (12T-20T) 2

7 Excavator – 175 HP 2

8 Backhoe Loader (10T) 2

9 Lorries 20T capacity 4

10 Lorries 10T capacity 2

The Bidder shall provide further details of proposed items of equipment using the relevant Form.

Page 48: Ministry of Agro-Industry & Food Security

Section 2 – General Conditions of Contract _________________________________________________________________________________________________

48

Section 2. Part I – General Conditions of Contract

Page 49: Ministry of Agro-Industry & Food Security

Section 2 – General Conditions of Contract _________________________________________________________________________________________________

49

Section 2. Part I – General Conditions

Notes on the Conditions of Contract

The Conditions of Contract comprise two parts: Part I – General Conditions (Section 2 of this document), and Part II – Conditions of Particular Application (Section 3 of this document) as per FIDIC Plant and Design Build First Edition 1999. The standard text of the FIDIC General Conditions of contract should be retained intact to facilitate its reading and interpretation by bidders. Any amendments and additions to the General Conditions, specific to the contract in hand, should be introduced in the "Particular Conditions of Contract". Sample Particular Conditions, applicable to the above FIDIC Conditions of Contract some of which have been adopted from the Standard Bidding Document of Millennium Challenge Corporation of United States of America, are included under Section 3, for ease of bidding documents preparation. The Public Body should not consider these sample Particular Conditions as exhaustive as it is its responsibility to amend these conditions to best suit the particular project. Copies of the FIDIC Conditions of Contract can be obtained from:

FIDIC Secretariat P.O. Box 86 1000 Lausanne 12 Switzerland Facsimile: 41 21 653 5432 Telephone: 41 21 653 5003

Page 50: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

50

Section 3. Part II –Conditions of Particular Application

1. General Provisions

Sub-Clause 1.1.1 The Contract

Amend Subpara. 1.1.1.1 (“Contract”) by adding the following at the end: “The words ‘Agreement’ and ‘Contract’ are used interchangeably.”

Amend Subpara. 1.1.1.8 (“Tender”) by adding the following at the end: “The word ‘tender’ is synonymous with ‘Bid,’ and the words ‘Letter of Tender’ with ‘Letter of Bid’, and the words ‘Appendix to Tender’ with ‘Appendix to Bid,’ and the words ‘tender documents’ with ‘Bidding Documents.’”

Sub-Clause 1.1.3 Dates, Tests, Periods and

Completion

Amend Sub-Para. 1.1.3.7 by inserting the following after the reference to Sub-Clause 11.1: “which extends over twelve months except if otherwise stated in the Appendix to Bid”.

Sub-Clause 1.4 Replace the text of Sub-Clause 1.4 and add the following: "The law of the Contract is the law of Mauritius. “The language is the English language"

Sub-Clause 1.5 Priority of Documents

Delete the list of documents listed under (a) to (h) and add the following:

"(a) the Contract Agreement;

(b) the Letter of Acceptance; (c) the Employer’s Requirements; (d) the Bid; (e) the Conditions of Contract, Part II; (f) the Conditions of Contract, Part I; (g) the Schedules; (h) the Drawings; and (i) the Contractor’s Proposal."

Sub-Clause 1.12 Confidential Details

Replace the text of Sub-Clause 1.12 with the following: “The Contractor’s and the Employer’s Personnel shall disclose all such confidential and other information as may be reasonably required in order to verify the Contractor’s compliance with the Contract and allow its proper implementation; provided that the requirements of this Sub-Clause 1.12 shall not apply to authorized Representatives of the Employer and the Employer’s Audit. “Each of the Parties shall treat the details of the Contract as private and confidential, except to the extent necessary to carry out their respective obligations under the Contract or to comply with applicable Laws. Each

Page 51: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

51

of them shall not publish or disclose any particulars of the design and of the Works prepared by the other Party without the previous agreement of the other Party. However, the Contractor shall be permitted to disclose any publicly available information, or, with the prior consent of the Employer, information otherwise reasonably required to establish its qualifications to compete for other projects. If any dispute arises as to the necessity of any publication or disclosure of the details of the Contract, the same shall be referred to the Employer whose determination shall be final. The Contractor shall ensure that the requirements imposed on the Contractor by this Sub-Clause apply equally to each Subcontractor.”

Sub-Clause 1.13 Compliance with Laws

Amend Sub-Clause 1.13(b) by adding the following at the end: “unless the Contractor is impeded to accomplish these actions and shows evidence of its diligence.”

3. The Engineer

Sub-Clause 3.1 Engineer’s Duties and Authority

Amend Sub-Clause 3.1 by replacing the word “may” in the first sentence of the third paragraph with the word “shall”. Amend Subpara. (b) of Sub-Clause 3.1 by deleting the word “and” at the end. Amend Subpara. (c) of Sub-Clause 3.1 by replacing the period at the end with “; and”.

Amend Sub-Clause 3.1 by adding the following at the end: “(d) any act by the Engineer in response to a Contractor’s request

except otherwise expressly specified shall be notified in writing to the Contractor within 28 days of receipt.

“The following provisions also shall apply: “The Engineer shall obtain the specific approval of the Employer before taking action under the-following Sub-Clauses of these Conditions:

(i) Sub-Clause 4.12 [Unforeseeable Physical Conditions]: Agreeing to or determining an extension of time and/or additional cost.

(ii) Sub-Clause 10.1 [Taking-over of the Works and Sections]: Prior to issuing Taking-Over Certificate.

(iii) Sub-Clause 11.9 [Performance Certificate]: Prior to issuing Performance Certificate.

(iv) Sub-Clause 13.1 [Right to Vary]: Instructing a Variation, except if such a Variation would increase the Accepted Contract Amount by less than the percentage specified in the Appendix to Bid.

Page 52: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

52

(v) Sub-Clause 13.3 [Variation Procedure]: Approving a proposal for Variation submitted by the Contractor in accordance with Sub-Clause 13.1 [Right to Vary] or 13.2 [Value Engineering], except if such a Variation would increase the Accepted Contract Amount by less than the percentage specified in the Appendix to Bid.

(vi) Sub-Clause 13.4 [Payment in Applicable Currencies]: Specifying the amount payable in each of the applicable currencies.

“Notwithstanding the obligation, as set out above, to obtain approval, if, in the opinion of the Engineer, an emergency occurs affecting the safety of life or of the Works or of adjoining property, he may, without relieving the Contractor of any of his duties and responsibility under the Contract, instruct the Contractor to execute all such work or to do all such things as may, in the opinion of the Engineer, be necessary to abate or reduce the risk. The Contractor shall forthwith comply, despite the absence of approval of the Employer, with any such instruction of the Engineer. Within 7 days of having issued such emergency instructions, the Engineer shall submit written documentation of such instructions to the Employer. The Engineer shall determine an addition to the Contract Price, in respect of such instruction, in accordance with Clause 13 [Variations and Adjustments] and shall notify the Contractor accordingly, with a copy to the Employer.”

4. The Contractor

Sub-Clause 4.1 Contractor’s General Obligations

(a) Add the following sentence to precede the existing text under Sub-Clause 4.1: "The Contractor is required to check the design criteria and calculations (if any) included in the Employer’s Requirements, to confirm their correctness, in its bid and to assume full responsibility for them."

‘Amend sub-clause 4.1 by adding the following at the end’.

“The Contractor and its Subcontractors, including their respective personnel and affiliates, shall at all times during the term of this Contract have the nationality of a country or territory eligible, in accordance with the contract., The Contractor or a Subcontractor and their respective personnel and affiliates shall be deemed to have the nationality of a country if it is a citizen or constituted, incorporated, or registered, and operates in conformity with the provisions of the laws of that country.

“All Equipment, Materials, Plant and any services to be incorporate in or required for the Works shall have their origin in Eligible Countries.

“For the purpose of this Sub-Clause 4.1, “origin” means the place where the Equipment, Materials or Plant have been mined, grown, cultivated, produced, manufactured, or processed; or through

Page 53: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

53

manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics, purposes or utility from its underlying components. With respect to any services, the term “origin” means the place from which the services are supplied.”

“The contractor shall permit, and shall cause its subcontractors and consultants to permit, the employer and/or persons authorized by the employer to inspect the contractor’s offices and all accounts and records relating to the performance of the contract and the submission of the bid, and to have such accounts and records audited by auditors appointed by the employer if requested by the employer.”

Sub-Clause 4.2 Performance Security

Name the existing text as Sub-Clause 4.2 (i) Amend Sub-Clause 4.2 (i) by adding the following at the

end: “Without limitation to the other provisions of this Sub-Clause 4.2, whenever the Engineer determines an addition to the Contract Price as a result of a change in cost and/or legislation or as a result of a Variation amounting to more than 25 percent of the portion of the Contract Price payable in a specific currency, the Contractor, at the Engineer’s written request, shall promptly increase the value of the Performance Security in the applicable currency by an equal percentage. “The Performance Security of a joint venture or other consortium shall be issued so as to commit fully all members of the joint venture or other consortium. The performance security shall be in the form of a bank guarantee, issued either (a) by a bank located in the country of the Employer or a foreign bank through a correspondent bank located in the country of the Employer, or (b) directly by a foreign bank acceptable to the Employer. The performance security shall be denominated in the types and proportions of currencies in which the Contract Price is payable The cost of complying with the requirements of this clause shall be borne by the contractor

Sub-Clause 4.3 Contractor’s Representative

Amend Sub-Clause 4.3 by adding the following at the end: “If the Engineer determines that the Contractor’s Representative or any of these persons are not fluent in the said language, the Contractor shall make competent interpreters available during all working hours in a number deemed sufficient by the Engineer.”

Sub-Clause 4.8 Safety Procedures

Amend Sub-Clause 4.8 by adding the following at the end: “The Contractor shall notify the Engineer and Employer within 48

Page 54: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

54

hours or as soon as reasonably possible after the occurrence of any accident which has resulted in damage or loss of property, disability or loss of human life, or which has or which could reasonably be foreseen to have a material impact on the environment and shall submit to the Engineer and Employer no later than 28 days after the occurrence of such an event, a summary report thereof.”

Sub-Clause 4.18 Protection of the Environment

Amend Sub-Clause 4.18 by adding the following at the end: “The Contractor shall be responsible for ensuring that all Subcontractor’s and Contractor’s Personnel understand and operate in accordance with the principles and requirements of the environmental and social impacts provisions of this Sub-Clause. “The Contractor’s program shall demonstrate clearly the procedures and methods of working that the Contractor and its Subcontractors will adopt to comply with the environmental and social impacts requirements of this Sub-Clause. “The Contractor shall ensure the adequate disposal of construction and excavation wastes. “The Contractor shall restore the Site to original conditions or to a state as set out in the Employer’s Requirements after the completion of the Works.”

Sub-Clause 4.21 Progress Reports

Amend Sub-Clause 4.21 by adding the following at the end: “Within 7 days of the submission by the Contractor of each monthly progress report, the Engineer and the Employer shall meet with the Contractor to discuss the progress of the Works.”

5. Design

Sub-Clause 5.4 Technical Standards and Regulations

Add the following sentence to the end of the Sub-Clause 5.4: "In respect of technical specifications and standards, any national or international standards which promise to confer equal or better quality than the standards specified will also be acceptable."

6. Staff and Labor

Sub-Clause 6.4 [Labour Laws]

To add at the end of this sub-clause: Notwithstanding the above provisions and any other provisions under Part I, the employer and the contractor shall comply with the following: 1.1 (a) The rates of remuneration and other conditions of work of

the employees of the Contractor shall not be less favourable than those established for work of the same character in the trade concerned-

(i) by collective agreement applying to a substantial

Page 55: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

55

proportion of the workers and employers in the trade concerned;

(ii) by arbitration awards; or

(iii) by Remuneration Regulations made under the Employment Relation Act 2008.

(b) Where remuneration and conditions of work are not regulated in a manner referred to at (a) above, the rates of the remuneration and other conditions of work which are not less favourable than the general level observed in the trade in which the contractor is engaged by employers whose general circumstances are similar.

1.2 No contractor shall be entitled to any payment in respect of work performed in the execution of the contract unless he has, together with his claim for payment, filed a certificate:

(a) stating the rates of remuneration and hours of work of the various categories of employees employed in the execution of the contracts;

(b) stating whether any remuneration payable in respect of work done is due;

(c) containing such other information as the authorized officer administering the contract may require to satisfy himself that the provisions under this clause have been complied with.

1.3 Where the where the authorized officer is satisfied that remuneration is still due to an employee employed under this contract at the time the claim for payment is filed, he may, unless the remuneration is sooner paid by the Contractor, arrange for the payment of the remuneration out of the money payable under this contract.

1.4 Every contractor shall display a copy of this clause of the contract at the place at which the work required by the contract is performed.

Sub-Clause 6.8 Contractor’s Superintendence

Amend Sub-Clause 6.8 by adding the following at the end: “If the Engineer determines that the Contractor’s Personnel providing superintendence have inadequate knowledge of such language, the Contractor shall make competent interpreters available during all working hours in a number deemed sufficient by the Engineer.”

Sub-Clause 6.12 Foreign Personnel

Add the following Sub-Clause 6.12: “The Contractor may bring in to the Country any foreign personnel who are necessary for the execution of the Works to the extent allowed by the applicable Laws. The Contractor shall ensure that these personnel are provided with the required residence visas and work permits. The Employer will, if requested by the Contractor, use

Page 56: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

56

his best endeavors in a timely and expeditious manner to assist the Contractor in obtaining any local, state, national, or government permission required for bringing in the Contractor’s personnel.

“The Contractor shall be responsible for the return of these personnel to the place where they were recruited or to their domicile. In the event of the death in the Country of any of these personnel or members of their families, the Contractor shall similarly be responsible for making the appropriate arrangements for their return or burial.”

Sub-Clause 6.13 Prohibition of Harmful Child Labor

Add the following Sub-Clause 6.13: “The Contractor shall not employ any child to perform any work that is economically exploitative, or is likely to be hazardous to, or to interfere with, the child's education, or to be harmful to the child's health or physical, mental, spiritual, moral, or social development.”

Sub-Clause 6.14 Employment Records of Workers

Add the following Sub-Clause 6.14: “The Contractor shall keep complete and accurate records of the employment of labor at the Site. The records shall include the names, ages, genders, hours worked and wages paid to all workers. These records shall be summarized on a monthly basis and submitted to the Engineer, and these records shall be available for inspection by auditors during normal working hours. These records shall be included in the details to be submitted by the Contractor under Sub-Clause 6.10 [Records of Contractor’s Personnel and Equipment].”

Sub-Clause 6.__ Measures against Insect & Pest Nuisance

The Contractor shall at all times take the necessary precautions to protect all staff and labour employed on the Site from insect and pest nuisance, and to reduce the dangers to health and the general nuisance occasioned by the same. The Contractor shall provide its staff and labour with suitable prophylactics for the prevention of malaria and take steps to prevent the formation of stagnant pools of water. The Contractor shall comply with all the regulations of the local health authorities and shall arrange to spray thoroughly with approved insecticide all buildings erected on the Site. Such treatment shall be carried out at least once a year or as instructed by such authorities."

Sub-Clause 6.__ Epidemics

In the event of any outbreak of illness of an epidemic nature, the Contractor shall comply with and carry out such regulations, orders and requirements as may be made by the Government or the local medical or sanitary authorities, for the purpose of dealing and overcoming the same."

Sub-Clause 6.__ Alcoholic Liquors or Drug

"The Contractor shall not, otherwise than in accordance with the statutes, ordinances and government regulations or orders for the time being in force, import, sell, give, barter or otherwise dispose of any alcoholic liquor or drugs, or permit or suffer any such importation, sale, gift, barter or disposal by his Subcontractors, agents staff or labour."

Sub-Clause 6.__ “The contractor shall not give, barter or otherwise dispose of to any

Page 57: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

57

Arms and Ammunition person or persons, any arms or ammunition of any kind or permit or suffer to the same as aforesaid.”

Sub-Clause 6.__ Festivals and Religious Customs

The Contractor shall in all dealings with his staff and labour have due regard to all recognized festivals, days of rest and religious or other customs.”

7. Plant, Materials and Workmanship

Sub-Clause 7.7 Ownership of Plant and Materials

Add the following sub-clause after sub-clause 7.8 (a) Any materials, equipment, services or design services

which will be incorporated in or required for the Contract, as well as the Contractor’s Equipment and other supplies, shall have their origin in eligible source countries.

(b) For the purpose of this clause, "services" means the works

and all project-related services including design services. (c) For the purposes of this clause, "origin" means the place

where the materials and equipment were mined, grown, produced, or manufactured, or from which the services are provided.

(d) The origin of Goods and Services is distinct from the

nationality of the Supplier."

8. Commencement, Delays and Suspension Sub-clause 8.4 Extension of Time for completion Sub-Clause 8.6 Rate of Progress

Replace paragraph (c) as follows – ( c ) exceptionally adverse climatic conditions, defined as any one of the following events (1) Minimum of 100mm rainfall recorded in one day at the

nearest rain station, (2) An official declaration of “Torrential rain” by the

Meteorological Department of Mauritius, and (3) Cyclone warning class III or Class IV Amend Sub-Clause 8.6 by inserting the following at the end: “Additional costs of revised methods, including acceleration measures, instructed by the Engineer to reduce delays resulting from causes listed under Sub-Clause 8.4 [Extension of Time for Completion] shall be paid by the Employer, without generating, however, any other additional payment benefit to the Contractor.”

Sub-Clause 8.12 Resumption of Work

Amend Sub-Clause 8.12 by inserting the following at the end: “after receiving from the Engineer an instruction to this effect under Clause 13 [Variations and Adjustments].”

11. Defects Liability

Sub-Clause 11.3 Extension of Defects

Amend Sub-Clause 11.3 by inserting the following at the end of the first sentence of the first paragraph:

Page 58: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

58

Notification Period “attributable to the Contractor.”

13. Variations and Adjustments

Sub-Clause 13.1 Right to Vary

Amend Sub-Clause 13.1 by deleting the word “or” at the end of clause (ii) in the second paragraph and by inserting the following at the end of the first sentence of the second paragraph: “or (iv) such Variation triggers a substantial change in the sequence or progress of the Works.”

Sub-Clause 13.7 Adjustments for Changes in Legislation

Amend Sub-Clause 13.7 by adding the following at the end: “Notwithstanding the foregoing, the Contractor shall not be entitled to such an extension of time if the same shall already have been taken into account in determining an extension and such Cost shall not be separately paid if the same shall already have been taken into account in the indexing of any inputs to the table of adjustment data in accordance with the provisions of Sub-Clause 13.8 [Adjustments for Changes in Cost].”

Sub-Clause 13.8 Adjustments for Changes in Cost

Amend Sub-Clause 13.8 by inserting the following after the first sentence of the second paragraph: “Adjustment shall be made for the first time during the term of the Contract at the end of month [insert number of months into the Contract], and [insert frequency] thereafter.”

14. Contract Price and Adjustment

Sub-Clause 14.1 The Contract Price

Amend Subpara. (b) of Sub-Clause 14.1 by deleting the phrase “except as stated in Sub-Clause 13.7 [Adjustments for Changes in Legislation]”.

[If payment for any part of the Works is to be made on the basis of measurement, that part of the Works must be defined in the Contract and the following wording added.]

Amend Sub-Clause 14.1 by adding the following at the end: “The Engineer shall agree or determine the value of those parts of the Works which are to be measured, in accordance with Sub-Clause 3.5 [Determinations]. Measurement shall be made of the net actual quantities of those parts. “Whenever the Engineer requires any part of the Works to be measured, reasonable notice shall be given to the Contractor’s Representative, who shall:

(a) promptly either attend or send another qualified representative to assist the Engineer in making the measurement, and

(b) supply any particulars requested by the Engineer.

Page 59: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

59

“If the Contractor fails to attend or send a representative, the measurement made by (or on behalf of) the Engineer shall be accepted as accurate. “Except as otherwise stated in the Contract, wherever any Permanent Works are to be measured by records, they shall be prepared by the Engineer. The Contractor shall, as and when requested, attend to examine and agree the records with the Engineer, and shall sign the same when agreed. If the Contractor does not attend to examine and agree these records, they shall be accepted as accurate. “If the Contractor examines and disagrees with the records, and/or does not sign them as agreed, then the Contractor shall notify the Engineer of the respects in which the records are asserted to be inaccurate. After receiving this notice, the Engineer shall review the records and either confirm or vary them. If the Contractor does not so notify the Engineer within 14 days after being requested to examine the records, they shall be accepted as accurate.”

Sub-Clause 14.2 Advance Payment

Amend Sub-Clause 14.2 by deleting the phrase “, as an interest-free loan” from the first sentence of the first paragraph.

Amend Sub-Clause 14.2 by replacing the fifth paragraph with the following: “Unless stated otherwise in the Appendix to Bid, the advance payment shall be repaid through percentage deductions from the interim payments certified by the Engineer in accordance with Sub-Clause 14.6 [Issue of Interim Payment Certificates], as follows:

(a) deductions shall commence in the next Interim Payment Certificate following that in which the total of all interim payments (excluding the advance payment and deductions and repayments of retention) certified to the Contractor has reached the percentage of the Accepted Contract Amount stipulated in the Appendix to Bid less Provisional Sums; and

(b) deductions shall be made at the amortization rate stated in the Appendix to Bid of the amount of each Interim Payment Certificate (excluding the advance payment and deductions for its repayments as well as deductions for retention money) in the currencies and proportions of the advance payment until such time as the advance payment has been repaid; always provided that the advance payment shall be completely repaid prior to the time when the percentage of the Accepted Contract Amount less Provisional Sums stipulated in the Appendix to Bid has been certified for payment.”

Amend Sub-Clause 14.2 by inserting the following after “become

due” in the final sentence: “and in the case of termination under Clause 15 [Termination by Employer] or Sub-Clause 19.6 [Optional Termination, Payment and Release], ”

Page 60: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

60

Sub-Clause 14.3 Application for interim Payment Certificate Sub-Clause 14.7 Payment

Amend Sub-Clause 14.3 by inserting the following at the end of the paragraph: Schedule of Payment: (i) Design and Supervision Fees Approval of Design = 40% of this component During Construction Works = 50% Pro-rate on progress of works End of Defect Liability period = 10% (ii) Payment to Contractors Fees

Payment to be effected based on progress as per Activity Schedule, adjusting for retention money

This sum shall be disbursed subject to satisfactory performance of the supervision team. Amend Sub-Clause 14.7 by replacing the first line with the following: “The Employer shall pay or cause to be paid to the Contractor:”

Sub-Clause 14.8 Delayed Payment

Amend Sub-Clause 14.8 by replacing the second paragraph with the following: “These financing charges shall be calculated at the annual rates of interest and shall be paid in the currencies indicated in the Appendix to Bid.”

Sub-Clause 14.9 Payment of Retention Money

Amend Sub-Clause 14.9 by adding the following at the end: “When the Taking-Over Certificate has been issued for the Works and the first half of the Retention Money has been certified by the Engineer for payment, the Contractor shall be entitled to substitute a guarantee, in the form annexed to the Particular Conditions or in another form approved by the Employer and provided by an entity approved by the Employer, for the second half of the Retention Money. The Contractor shall ensure that the guarantee is in the amounts and currencies of the second half of the Retention Money and is valid and enforceable until the Contractor has executed and completed the Works and remedied any defects, as specified for the Performance Security in Sub-Clause 4.2 [Performance Security]. On receipt by the Employer of such guarantee, the Engineer shall certify and the Employer shall pay, or cause to be paid, the second half of the Retention Money. The release of the second half of the Retention Money against such guarantee shall then be in lieu of the release under the second paragraph of this Sub-Clause. The Employer shall return the guarantee to the Contractor within 21 days after receiving a copy of the Performance Certificate. “If the Performance Security required under Sub-Clause 4.2 [Performance Security] is in the form of a demand guarantee, and the amount guaranteed under it when the Taking-Over Certificate is issued is more than half of the Retention Money, then the Retention Money guarantee will not be required. If the amount guaranteed under the Performance Security when the Taking-Over Certificate is issued is less than half of the Retention Money, the Retention Money guarantee will only be required for the difference between half of the Retention Money and the amount guaranteed under the

Page 61: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

61

Performance Security.”

Sub-Clause 14.11 Application for Final Payment Certificate

Amend Sub-Clause 14.11 by inserting the following in the first sentence of the second paragraph after “may reasonably require”: “within 28 days from request of the Engineer’”

15. Termination by Employer

Sub-Clause 15.6 Corrupt or Fraudulent Practices

Add the following Sub-Clause 15.6: It is the policy of the Government of the Republic of Mauritius to require Public Bodies, as well as bidders, suppliers, and contractors and their agents (whether declared or not), personnel, subcontractors, sub-consultants, service providers and suppliers, observe the highest standard of ethics during the procurement and execution of contracts. 10 In pursuance of this policy, the Government of the Republic of Mauritius:

(d) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party11;

(ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; 12

(iii) “collusive practice” is an arrangement between two or more parties13 designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly,

10 In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, agents, sub-consultants, sub-contractors, service providers, suppliers and/or their employees to influence the procurement process or contract execution for undue advantage is improper.

11 “Another party” refers to a public official acting in relation to the procurement process or contract execution. In this context, “public official” includes employer’s staff and employees of other organizations taking or reviewing procurement decisions.

12 “Party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.

13 “Parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, noncompetitive levels.

Page 62: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

62

any party14 or the property of the party to influence improperly the actions of a party;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede the Employer’s investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or

(bb) acts intended to materially impede the exercise of the employer’s inspection and audit rights provided for under sub-clause 4.1 Part II of the contract.

(a) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question; and

(b) will sanction a firm or an individual, at any time, in accordance with prevailing legislations, including by publicly declaring such firm or individual ineligible, for a stated period of time: (i) to be awarded a public contract; and (ii) to be a nominatedb sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a public contract.

(c) The Contractor shall take steps to ensure that no person acting for it or on its behalf will engage in any type of fraud and corruption during the contract execution.

Transgression of the above is a serious offence and appropriate actions will be taken against such contractor.

16. Suspension and Termination by Contractor

Sub-Clause 16.2 Termination by Contractor

Amend Subpara. (d) of Sub-Clause 16.2 by adding the following at the end: “in such manner as to materially and adversely affect the economic

14 “Party” refers to a participant in the procurement process or contract execution. b A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are used depending on the particular bidding document) is one which either has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that are accounted for in the evaluation of the bidder’s pre-qualification application or the bid; or (ii) appointed by the Employer.

Page 63: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

63

balance of the Contract and/or the ability of the Contractor to perform the Contract,”

Amend Subpara. (f) of Sub-Clause 16.2 by deleting the word “or” at the end.

Amend Subpara, (g) of Sub-Clause 16.2 by replacing the period at the end with “; or”.

Amend Sub-Clause 16.2 by adding the following at the end of the first paragraph: ”(h) the Contractor does not receive the Engineer’s instruction

recording the agreement of both Parties on the fulfillment of the conditions for the commencement of Works under Sub-Clause 8.1 [Commencement of Works].”

17. Risk and Responsibility Sub-Clause 17.3 Employer’s Risks

Amend Sub-Clause 17.3 by replacing the first line with the following: “The Employer’s risks, insofar as they directly affect the design and execution of the Works,”

Sub-Clause 17.6 Limitation of Liability

Amend Sub-Clause 17.6 by replacing the first paragraph with the following: “Neither Party shall be liable to the other Party for loss of use of any Works, loss of profit, loss of any contract or for any indirect or consequential loss or damage which may be suffered by the other Party in connection with the Contract, other than as specifically provided in Sub-Clause 8.7 [Delay Damages]; Sub-Clause 11.2 [Cost of Remedying Defects]; Sub-Clause 15.4 [Payment after Termination]; Sub-Clause 16.4 [Payment on Termination]; Sub-Clause 17.1 [Indemnities]; Sub-Clause 17.4 (b) [Consequences of Employer’s Risks] and Sub-Clause 17.5 [Intellectual and Industrial Property Rights].”

18. Insurance

Sub-Clause 18.1 General Requirements for Insurance

Amend Sub-Clause 18.1 by adding the following at the end: “The insuring Party shall be entitled to place all insurance relating to the Contract (including, but not limited to the insurance referred to in Clause 18 [Insurance]) with insurers from any eligible source

country unless otherwise stated in the Appendix to Bid.”

Sub-Clause 18.5 Insurance for Design

Add the following Sub-Clause 18.5: “The Contractor shall effect professional indemnity insurance which shall cover the risk of professional negligence in the design of the Works. This insurance shall be for a limit of not less than the

Page 64: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

64

amount stated in the Appendix to Bid, with no limit on the number of occurrences. The Contractor shall maintain the professional indemnity insurance in full force and effect until 5 years after the Time for Completion. The Contractor undertakes to notify the Employer promptly of any difficulty in extending, renewing or reinstating this insurance.”

19. Force Majeure

Sub-Clause 19.4 Consequences of Force Majeure

Amend Sub-Clause 19.4 by inserting the following at the end of Subpara. (b): “, including the costs of rectifying or replacing the Works and/or Goods damaged or destroyed by Force Majeure, to the extent they are not indemnified through the insurance policy referred to in Sub-Clause 18.2 [Insurance for Works and Contractor’s Equipment].”

20. Claims, Disputes and Arbitration

Sub-Clause 20.1 Contractor’s Claims

Amend Sub-Clause 20.1 by inserting the following as a new paragraph between subparagraphs 6 and 7: “Within the above defined period of 42 days, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine (i) the extension (if any) of the Time for Completion (before or after its expiry) in accordance with Sub-Clause 8.4 [Extension of Time for Completion], and/or (ii) the additional payment (if any) to which the Contractor is entitled under the Contract.”

Amend Sub-Clause 20.1 by deleting paragraph 8 (in the order of paragraphs prior to the amendment made above) and replacing it with the following new paragraph: “If the Engineer does not respond within the timeframe defined in this Sub-Clause, either Party may consider that the claim is rejected by the Engineer and either Party may refer such claim to the DAB in accordance with Sub-Clause 20.4 [Obtaining Dispute Adjudication Board’s Decision].”

Sub-Clause 20.2 Appointment of the Dispute Adjudication Board

Amend Sub-Clause 20.2 by inserting the following at the end of the first sentence of the second paragraph: “, each of whom shall be fluent in the language for communication defined in the Contract and shall be a professional experienced in the type of construction involved in the Works and with the interpretation of contractual documents.”

Sub-Clause 20.6 Arbitration

Amend Sub-Clause 20.6 by replacing the first paragraph with the following: “Any dispute not settled amicably and in respect of which the DAB’s decision (if any) has not become final and binding shall be finally

Page 65: Ministry of Agro-Industry & Food Security

Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________

65

settled by arbitration. Unless otherwise agreed by both Parties, the dispute shall be referred to the competent court of Mauritius or for Arbitration under Mauritian Laws.

Page 66: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

66

Section 4. Employer’s Requirements

Page 67: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

67

Section 4. Employer’s Requirements GENERAL The Ministry of Agro Industry and Food Security (MOAIFS) intends to construct a slaughter house, administrative block and Waste treatment plant at Five Ways, Wooton on a Design & Build basis satisfying all international norms and standards. The Slaughter house also includes ancillaries, services and site works as more fully described in Section 4 of the Bid Document. Proposals on a design and build basis are being invited. Each Contractor/bidder shall seek the services of Consultants namely Architect, Civil/Structural Engineer, Mechanical Engineer, Electrical Engineer, Quantity Surveyor, EIA/PER Specialist, Slaughterhouse Veterinary Expert, HACCP Certification Specialist, or other related technical input. The site is situated at Five Ways, Wooton and is of an extent of 22,800m2 (5A40) on proposed site. A location/site plan is herewith annexed. The project shall consist of:

1. an abattoir which will comprise the following:

3 separate lines for the slaughter of cattle, pigs and sheep/goat/deer;

An administrative block;

Waste treatment plant;

Full implementation of HACCP and EU Norms as per Regulation (EC) No. 852/2004, Regulation

(EC) No. 853/2004, Regulation (EC) No. 854/2004 and Regulation (EC) No. 1244/2007;

Access roads, Parking, loading and unloading bays, and

all other ancillary services.

The areas of the proposed slaughterhouse and administrative block will be approximately 2500m2 and 600m2 respectively. The construction of the Slaughterhouse will comprise the following six major components among others

Preparation of EIA/PER and detailed design;

Work Supervision and Project Management;

Realization of civil and building works;

Supply and installation of M&E (Mechanical and Electrical Systems);

Supply and installation of Slaughtering equipment; and

Implementation of HACCP and Certification.

Page 68: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

68

The slaughter house The slaughterhouse will be designed to slaughter up to 15 cattle, 25 pigs and 25 sheep/goat/deer; an hour. At this slaughter rate, the processes will be both manual and mechanized (Automatic operation of the process) as per EU Norms. Bidder should cater in the design for any increase in demand in the future. The slaughter house building will be a single storey reinforced concrete structure of about 2500m². The floor of the building shall be adequately raised in respect to the finished ground level. This arrangement shall assist the removal of offal and waste at a separate level from finished product into road transport vehicles. It also assists in simplifying the underfloor drainage piping network connecting the floor drainage outlets in process areas. The internal walls and flooring in the abattoir section of the plant will be constructed in concrete block wall, plaster, reinforced concrete with screed, cladded with polyurethane finish or equivalent as required. The walls and ceilings of the carcase chillers and processing areas will be rendered and cladded with prefabricated insulated paneling as per the specialist specification and design. The design will be such that slaughtering will be undertaken in accordance with EU Norms. Cattle and sheep/goat/deer will be able to be slaughtered according to Halal rites. The slaughter process operations will be as per international norms. After stunning and bleeding the carcases will be hoisted-up and suspended from a single hind leg on roller-hooks on a static overhead rail. The operators will carry-out their various dressing operations on the carcase whilst standing on a series of operation platforms of varying heights. After dressing, the carcases will be split into “side”, weighed and graded; thereafter, it is anticipated that the majority of dressed carcases will be chilled to a deep-bone temperature of approximately 7°C. Carcase chilling and holding facilities will be provided with a holding capacity equivalent to at least 2 day’s slaughter throughput. Offal products resulting from the slaughtering activities will be processed and dispatched in either the “warm” or chilled condition, as desired. The offal products will include:

Hocks

Heads

Hides

Green offal (tripe, intestines, etc.)

Tails

Red offal (heart, liver, spleen, lungs, etc.)

Blood, trimmings and condemned material will be collected and transferred to the By-products Rendering Plant for further processing.

Page 69: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

69

Schedule of Accommodation:- a. The Slaughter House shall comprise of the following –

1 open shedded area for each line (i.e. cattle, pig and sheep/goat/deer),

1 contumacial slaughterhouse closed and covered,

1 open shedded pre-mortem waiting area for each line (i.e. cattle, pig and sheep/goat/deer),

3 open paths for animals, concrete floor,

1 slaughtering area for each line (i.e. cattle, pig and sheep/goat/deer),

1 veterinary inspection room for each line.

1 insulated suspected/ infected cellars for each line (i.e. cattle, pig and sheep/goat/deer),

3 white offals working areas,

2 hides working areas,

3 lockers areas for the slaughtering areas,

1 insulated cellar for cattle pre-chilling,

1 insulated cellar for sheep/goat/deer pre-chilling,

1 insulated cellar for pigs pre-chilling,

1 corridor and dispatch area for carcasses for each line (i.e. cattle, pig and sheep/goat/deer),

1 electrical room,

1 compressor room,

1 boiler room and water pumping,

1 spare service room,

1 insulated cellar for scanning area for traceability

1 insulated cellar for preservation of cut for each line (i.e. cattle, pig and sheep/goat/deer),

1 insulated cellar for preservation of white offals for each line (i.e. cattle, pig and sheep/goat/deer),

Any other amenities which deem to form part of the Slaughterhouse to satisfy EU Norms

b. Administrative Support Facilities The Slaughter house will be provided with the necessary support facilities which will include:

A perimeter Security Fence with external Staff and Visitors Car Parking,

A common Gate House, Time Office, Clinic and Laundry with working clothes store,

An Administration Office,

A Laboratory and Veterinarians’ Office and Change Rooms,

Separate Change rooms and Ablutions for supervisory staff and both “clean” and “unclean” production workers,

A Central Kitchen with separate Dining Rooms for both “clean” and “unclean” production workers,

A Livestock Reception Area and Lairages (holding pens) with a holding capacity equivalent to one day’s Slaughter,

A Livestock Reception/ Veterinarians Office,

An Operating Plant and Vehicle Maintenance Workshop,

A Paint and Lubricant Inflammable Materials Store.

Provision of storage of water

Provision for incinerator

Provision of access road

Page 70: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

70

c. Administrative Block The administrative block will operate independently from the slaughter house and will house the

following;

Building Services Office (2 persons)

Transport Office (10 persons)

Health control Office (3 persons)

Sales Office (3 persons)

Procurement Office (2 persons)

Human Resource Office (2 persons)

Administration Office (2 persons)

Receptionist (1 person)

Conference room (15-20 persons)

Mess room for staff

Mess room for workers (25-30 persons)

Library

Archives

Pantry-kitchen

Store room (2 persons)

Senior Personnel’s Offices (4 persons)

Secretary Office (1 person)

General Manager Office (1 person)

Toilet Facilities male & female (4-5 for each)

Any other ancillary(ies) (to be listed)

d. Site works and other Requirements:-

Boundary wall with gate at main entrance and exit Fencing with separate entrance for lorries carrying soil

Tarmac area to cater for site parking

Yard lighting

Water tanks as per requirements

Rain water disposal

Garbage disposal

Firefighting as per requirements

Landscaping, pavements, etc.

External Toilet Facilities for public,

Secured Parking facilities for at least fifty (50) cars, 10 Lorries, with twenty (20) secured covered parking for staff.

CCTV Camera

Among others any other innovative/ futuristic detailing/ equipment, accessories and additional facilities.

The building must be designed with flexibility to support adaptability and change, and ensure eco-friendly green measures such as rainwater harvesting, maximum use of solar energy, etc.

e. Mains Electricity A mains electricity supply will be required at 400 volts, 3 phase, 50 Hz. Depending on the electrical load, this may need transformer, switchgears and metering. An emergency Diesel generating set will be required to ensure the continuity of the Slaughterhouse operations in the event of mains electricity failure.

f. Mains Water A clean, potable water supply of 240 kilolitres is required (Bidder to calculate the daily quantum). It will be advantageous if a mains water supply is available to service the industrial site, alternatively, it is hoped that there will be subterranean aquifers available which can be drawn upon.

Page 71: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

71

g. Access to the site A sealed “all-weather” road access to the site suitable for all types of road vehicles, whether they be livestock trucks, feed trucks or refrigerated trucks for finished products, is essential.

h. Effluent Treatment and Disposal Due to Remote area of the project, it is unlikely that there will be a mains effluent connection to the slaughter house site. It is therefore anticipated that the effluent discharged from the Slaughter house will be pre-treated with final treatment accomplished by means of a series of anaerobic and aerobic lined earthen dams or lagoons. The Final treated effluent can then be used for crop irrigation purposes.

i. Refrigeration, Air Conditioning and Ventilation A separate plant room will be provided to house the equipment needed to generate the chilling and freezing refrigeration effects required in the various processes employed in the slaughtering and processing activities. Typically the refrigerant will use Ammonia as the medium of refrigeration.

j. By-products Rendering Plant Approximately 2,600 litres of blood and 10,000kg of solid waste organic material will be generated as a result of slaughtering activities on a daily basis.

This waste organic material will be cooked, sterilized and dried in a rendering process by the use of high pressure steam in order to produce high protein meals and tallow. The blood and meat and bone meal can be used as an ingredient to boost the protein level in animal feedstuffs or as a fertilizer. The tallow is commonly used in soap manufacture.

k. Steam Generation Plant As mentioned above, the high energy demand of the rendering processes is provided by the use of high pressure steam. Therefore a suite of steam boilers will be provided which, subject to investigation, can be fired by a range of fuels depending on availability and price. It is proposed that the Steam Generator Plant serve the demands of the other industrial plants such as the slaughter house.

l. Hot and Warm Water Generation In order to maintain the necessary levels of hygiene in the slaughtering and meat processing procedures the use of hot and warm water is essential. A Hot Water Generation Plant is therefore provided which heats and stores the hot requirements at a temperature of 85°C, which ensures sterilization. The various temperatures of warm water requirements are achieved by blending hot water with cold water.

Hot water is generated largely by use of waste heat recovered from by-products rendering operations and through the burning of methane gas recovered from the effluent treatment processes as an energy source. Any shortfall of energy from these sources is supplemented by the use of steam from the boiler installation.

m. Other facilities required Services – M&E – Electrical, Mechanical, Fire fighting, Fire Alarm, related security systems, Rain water disposal Garbage disposal Landscaping/Leveling, tarmac, pavement, access and driveway

n. Aesthetics The Building(s) shall be designed to have the best aesthetic appearance. The structure shall be in harmony with the surrounding features, existing infrastructures and environment.

o. Eco-Friendly Design The Building and site works are to be designed eco-friendly. Proposals shall include energy efficient and sustainable systems including rainwater harvesting, solar water heater(s), natural light, natural ventilation, photovoltaic panels, AC with VFD, T5/LED lights, sensors & detectors and permeable sustainable green paving for parking.

p. Ease of Maintenance Proposals to take into consideration the aspect of normal maintenance as well as cost of maintenance.

(i) Low maintenance or maintenance free materials to be proposed.

Page 72: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

72

(ii) Ease and means to maintain internal and external fittings and fixtures to be considered.

Page 73: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

73

Format of Bidder’s Proposal: The bidder shall submit appropriate drawings and reports to explain his scheme. Though detailed working drawings are not expected at this stage, the scheme shall be detailed enough to enable the pricing to be realistic. The following shall be the schedule of the proposal. Site and Location Plan – min Scale 1:250, showing proposed finish levels of the building, tarmac, drainage, external ground levels, sewerage system, rain water disposal system, water supply reticulation, landscaping, setbacks, access road, fencing, gates, etc. The following to a min scale of 1:100

Floor plans

Roof plan

Sections (min 2)

Elevations

A minimum of 2 perspective views and 3D model or/and a model of the project on its site at a minimum 1:500 Scale

3D walkthrough virtual animation of minimum of 5 minutes Proposal to also include the following:

A schedule of finishes

Schedule of sanitary wares & fittings.

Schedule of openings & ironmongeries

Technical literature and details for Polyurethane flooring or alternates, floor & wall tiles, etc.

International Standards used. Structural and Civil Engineering drawings showing the general design proposal layouts plan, sections and detail of structural members. Mechanical and Electrical drawings showing the general design proposal and sections. A report of not more that 20 (A4/ A3) pages each explaining the general concept as regards the methodology of the construction, architectural, structural & civil, mechanical & electrical design proposals. Detailed schedule of areas and the specifications proposed by the bidder vis a vis the requirements mentioned in the Architectural Brief, must be submitted in a tabular form. Any other typical details, which the bidder may consider as an important feature of his proposal to an appropriate scale. Contract Sum Analysis as per format enclosed in Section 7 but to be modified and elaborated, as necessary, based on the design. Proposed programme of works, sequence and methods to be applied for the execution of the works.

Detailed Working Drawings:- Within a maximum of 3 months from the date of issue of letter for acceptance, the successful bidder shall submit to the Employer EIA report approved by relevant Authorities and after obtaining clearance from Building Plan Committee submit all detailed drawings. for approval as to the suitability and adequacy of the permanent works designed by the Contractor. Proposal shall cater for the requirements of the various regulatory authorities namely Ministry of Housing & lands, Ministry of Health & Quality of Life, Waste water Authority, Traffic Management Road & Safety Unit, Fire Department Services, Road Development Authority (RDA) and Ministry of Public Infrastructure and Land Transport. Bidder shall liaise with all these authorities for necessary clearances and permit required for execution of the project The scope of works also include all excavation and connection to CWA and CEB, Drainage connection, septic tank and absorption pit, etc.

Page 74: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

74

Three (3) copies of the below mentioned documents are to be submitted: (a) Full design with calculations certified by the Contractor’s Engineers (b) Complete Architectural, M & E and Engineering drawings with layout, sections, reinforcement

drawings, including connection details scale to be as follows: (i) General site layout – 1:100 (ii) Layout of the Buildings – 1:50 (iii) Detail of columns and beam sections – 1:20

(c) Specifications of methods The Contractor shall forward his submission which shall be complete in all aspects and in sufficient details to enable the Employer to fully understand and evaluate the Contractor’s Design. If in the opinion of the Employer, the Contractor’s submission does not meet the requirements of the contract, the Employer will notify the Contractor who shall make appropriate amendments and shall forward three copies of amended calculations, drawings and specifications. The procedure described above shall apply to all re-submissions.

Work shall not start until the Employer has approved the relevant drawings and once approval has given, no alternations shall be made to the drawings without further approval of the Employer.

Supervision:- The Contractor shall ensure that the works are regularly supervised by its consultancy team made up of the Architect, Civil/Structural Engineer, Mechanical Engineer, Electrical Engineer, Quantity Surveyor, EIA/PER Specialist, Slaughterhouse Veterinary Expert, HACCP Certification Specialist, or other related technical input as per T.O.R described in Section 4 and to the satisfaction of the Employer’s Representative/Project Manager during construction and maintenance period. Schedule of Payment: (i) Design and Supervision Fees Approval of Design = 40% of this component During Construction Works = 50% Pro-rate on progress of works End of Defect Liability period = 10% (ii) Payment to Contractors Fees

Payment to be effected based on progress as per Activity Schedule, adjusting for retention money

This sum shall be disbursed subject to satisfactory performance of the supervision team.

Special conditions for contractor to comply with and allow in his bid price

1. Contractor is to restrict himself to site allocated to him including the main access and shall take all necessary precautions to keep these areas in tidy conditions, free from dust and minimum noise during the demolition works and appropriately secure and hoard the construction site and the access road if need be.

2. Contractor to allow for the protection of existing structures and for providing special care so as not

to interfere unnecessarily with or so as to accommodate any services installations that may be met with and including for health, safety and security requirements for the users, third parties in adjoining properties and roads at all times in accordance with laws and regulations.

3. Contractor to allow for deviation of existing services underground or above that run on site and

that interfere with the works.

4. Bidder is requested to submit Certificate for Aluminium Openings during implementation stage (as

per format at page 81 of the Bid Document).

Page 75: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

75

SPECIFICATIONS AND PERFORMANCE SPECIFICATION

1.1 Scope of works:

The scope of works of the proposed Slaughter House shall comprise of the following but not limited to: (a) Planning, Design and detailing of the project, (b) Preparation of EIA/PER and detailed design, (c) Its construction and site development, (d) Commissioning and handing over of the project including all services, facilities and amenities, (e) Maintenance during the defect liability period, (f) Training of the workers prior to completion of the project, (g) The project shall be completed in strict compliance with the following:

(i) All requirements of the Employer as mentioned in the Bid Document

(ii) Standard specification as included in Section 4 of the Bid Document unless specified separately in the document.

(iii) Architectural, Structural and Services Drawings, design calculations and specification submitted by the successful bidder and duly approved by the Employer.

(iv) As per instructions and guidelines given in the Bid Documents.

1.2 General Conditions

1.2.1 The bidder shall seek the services of consultants (Design Personnel) namely Architect, Civil/Structural Engineer, Mechanical/Electrical Engineer, Quantity Surveyor, EIA/PER Specialist, Slaughterhouse Veterinary Expert, HACCP Certification Specialist or other related technical input and shall seek the services of Contractors Superintendence namely Contract Manager, Site Agent, General Foreman, Electrical Technician, Electrician and Health and Safety Officer. In case of association/partnership/joint venture a letter of undertaking shall be submitted with the proposal.

1.2.2 The word of Architect shall mean an Architect registered with the Professional Architects Council (Mauritius) or equivalent Body and having at least 10 years experience and having successfully designed at least one Slaughterhouse project of similar size and complexity that has been successfully completed.

1.2.3 The word of Civil/Structural Engineer shall mean a Civil Engineer registered with the Council of

Professional Engineers (Mauritius) or equivalent body with a minimum of 10 year’s experience and shall have handled at least one Building Construction project with a component of M&E with a value of at least MUR 50M.

1.2.4 The word of Mechanical Engineer shall mean a Mechanical Engineer registered with the

Council of Professional Engineers (Mauritius) or equivalent body with a minimum 10 years experience and shall have handled at least one Building Construction project with a component of M&E with a value of at least MUR 50M.

1.2.5 The word of Electrical Engineer shall mean an Electrical Engineer registered with the Council of

Professional Engineers (Mauritius) or equivalent body with a minimum 10 years experience and shall have handled at least one Building Construction project with a component of M&E with a value of at least MUR 50M.

1.2.6 The word of Quantity Surveyor shall mean a Quantity Surveyor who is registered with the

Professional/ Quantity Surveyor’s Council (Mauritius) or equivalent body with a minimum of 10 year’s experience and shall have handled at least one Building Construction project with a component of M&E with a value of at least MUR 50M.

1.2.7 The word of EIA/PER Specialist shall mean a EIA/PER Specialist who has at least 5 years of

professional experience in carrying out Environmental Impact Assessment (EIA)/ Preliminary Environmental Report (PER) including at least one EIA/PER for a similar type of project.

Page 76: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

76

1.2.8 The word of Slaughterhouse Veterinary Expert shall mean a Veterinary Expert who is

registered with relevant recognized professional bodies with at least 10 years of professional experience in Veterinary Medicine and shall have specific experience in slaughterhouse procedures and operations.

1.2.9 The word of HACCP Certification Specialist shall mean a specialist who has at least 10 years

of professional experience and having successfully processed the certification of at least one cattle/pig/goat/sheep/deer slaughtering plant in line with HACCP and Regulation (EC) No. 852/2004, Regulation (EC) No. 853/2004, Regulation (EC) No. 854/2004 and Regulation (EC) No. 1244/2007.

1.2.10 The word of Contract Manager shall mean a Contract Manager who is a Registered Engineer

registered with the Council of Professional Engineers (Mauritius) or equivalent body and has a minimum of 10 years experience in Building construction works and having successfully completed the construction of at least one slaughter house project of similar size and complexity.

Page 77: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

77

General Specifications

1.3.Works

1.3.1 The M & E works shall be carried out by a sub-contractor, whom the bidder shall select.

1.3.2 Changes, alterations, modifications or deviations in the approved drawings, specifications,

details etc. are not allowed, at any stage, without written approval of the Employer.

1.3.3 The project will be implemented and coordinated by the Ministry of Agro- Industry and Food Security who may act on its own or through any authorized agent. Contractor to ensure that all consultants who prepared the bid submission shall avail themselves during the Post- Contract period as directed by the employer or his agent.

1.3.4 Standard specification

For convenience, and in order to establish the necessary standards of quality, reference has to be made to specifications issued by Mauritius Standard Bureau or other widely recognized bodies viz, BS, EN, ASTM, or ISO…. Such specification shall be referred to as “Standard Specification” and shall be the latest editions of such standard specification and amendments as may have been issued prior to the same date. Bidders to submit the relevant standards and specifications to which the respective components e.g. sound, lighting etc have been designed.

In referring to Standard Specifications, the following abbreviations are used;

BS British Standards ISO International Organization for Standardization

If the contractor proposes to use a Standard Specification other than that specified, three copies of the proposed Standard Specification in English shall be submitted to the Employer /Architect/ Engineer not less than 28 days before approval of the Standard Specification is required.

Copies in English language, of all standards used in connection with the works shall be supplied to the Employer/Architect/Engineer.

1.4 Contractor’s Superintendence With reference to the Clause 4.3 of the General conditions of Contract, the Contractor’s representative who shall have full authority in respect of the works and at least one of the technical assistant shall be able to speak English fluently and reasonable proportion of foremen shall have a working knowledge of English Language. Correspondence between Contractor or Contractor’s Representative and the Consultants and Employer or Employer’s representative shall be in English.

1.5. Materials for the Works

All materials supplied by the Contractor shall comply with the appropriate International Standards Specification, unless otherwise required. Documentary evidence, and certification where required should be submitted.

A copy of the standard specification is available at the MPI Architect section for reference. The Contractor shall, before placing any order for materials, manufactured articles or Machinery for

incorporation in the works, submit for approval of the Employer the source, the specifications, technical sheets and catalogues.

No materials, manufactured articles or machinery shall be ordered or obtained which has not been previously approved. All material shall be delivered to the site in sufficient period of time before they are required for use in the works to enable the Employer to take such samples as he may wish for

Page 78: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

78

testing and approval. Any materials condemned as unsuitable for the works shall be removed from site at the Contractor’s expense.

The Contractor may propose alternative materials to those specified, provided that they are of equivalent quality and subject to the Employer’s approval. Tiles - All tiles shall be of appropriate ISO standard. GRASS PLANTING

a) Clean the whole site, remove bushes, shrubs, plants, other vegetations and boulders. Uproot all

existing trees trunks and roots, cart away all unwanted materials.

b) Level the ground by cutting and filling, bringing the levels as shown on the whole area with heavy

roller and make good all depressing by additional imported good soil wherever necessary.

c) Supply and spread a layer of 300mm vegetable soil compacted thickness.

d) Plant grass “Chiendent & Bourique” using fertilizer and maintain watering till there is sign of

healthy spread over.

ANTI-TERMITE TREATMENT

The anti-termite treatment must create a complete chemical barrier in the sub-structure of the buildings.

A 10-year guarantee certificate must be provided to the approval and satisfaction of the Employer.

PAINTS

External coating paints shall be waterproof and be guaranteed against discoloration, bacterial growth,

cracking, chipping and peeling off from the masonry surfaces for a period of not less than five (5) years.

All paints, stains and varnishes applied shall be eco-friendly with zero VOCs (Volatile Organic

Compounds) or low VOCs (less than 5%).

ALUMINIUM WINDOWS AND DOORS

1.0 GENERAL

1.1 SUBMISSION

1. Submit shop drawings.

2. Show detailed window assembly, including: large scale details of members and

materials, of brackets and anchorage devices and of connection and jointing details fully

dimensioned layouts for positioning of brackets and anchorage devices to structures, dimension

gauges, thickness, glazing details, description of materials including catalogue members,

products and manufacturer’s names, aluminium alloy and temper designations, finish

specifications and all other pertinent data.

3. Samples of each aluminium section to be used on the project.

4. A certificate from a Registered Professional Engineer certifying that the Aluminium

openings fixed in place shall withstand cyclonic winds of not less than 280 km/hr. This certificate

shall in no way waive or diminish the contractor’s liability towards the Employer.

1.2 DELIVERY AND STORAGE

1. Adequately protect aluminium and aluminium finishes to prevent damage thereto during

fabrication, storage, shipping, handling and installation.

2. Deliver, handle and store units by methods approved by manufacturer. Protect from

damage and staining.

3. Protect sills and stools after installation with boards of heavy paper or other suitable

protection, secured in place, to prevent staining or scratching. Do not remove protection before

final cleaning.

Page 79: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

79

1.3 WARRANTY

1. The Contractor shall submit a warranty of five years in writing from the manufacturer.

2. In addition to the above, insulating glass units shall carry manufacturer’s standard

warranty of minimum five years for defective materials and ten years for seals.

3. The Warranty shall include resistance to cyclonic winds of not less than 280 km/hr and

water tightness.

2.0 PRODUCTS

2.1 MATERIALS

1. Aluminum openings – .Aluminum openings shall be of the following trade names - “ALUNION” ,” HUECK” , “PECHINEY” or equivalent .

1.Aluminium openings shall be of aluminum alloy 6060 A.G.S and shall be to BS EN 1192 and BS EN 1529 regarding height , width , thickness & squareness or as per manufacture’s specification. For water & air tightness opening shall comply to BS EN 12207 OR BS EN12208.Resistance to wind load shall be to BS EN 12210 and to withstand cyclonic winds as per current wind gusts pressure over 280 km/hr substantiated with calculations and certificates as required and to the approval of the Engineer.

2. Openings to be water & air tight BS 16375 Part 1 class A 3. Handle and lock to be BS 6093 Part 1 4. Gasket (E.P.D.M) to BS 4225 Part 1 5. Opening to assembly to BS 6093 and Glazing to BS 6262 6. Corned cleat any other reinforcement to be used must be of same aluminum material

3.0 EXECUTION DESIGN

1. Allow full expansion and contraction of window framing members without causing stress

within the window assembly as result of such expansion and contraction.

2. Tolerate structural deflection and distortion structure, under design criteria conditions,

without load on window assembly.

3.1 FABRICATION

1. Make profiles of framing members as shown on drawings.

2. Entire assembly shall be watertight throughout.

3. Fabricate complete units in shop to provide minimum tolerance and hairline joints

throughout.

4. Assemble members by stainless steel screws. All connections shall be internally sealed

in factory with approved sealing compound. Exposed frame sealants are not acceptable.

5. Aluminium extrusions shall be designed to provide sufficient section modules to safely

resist imposed loads but minimum thickness of any part of the load bearing extrusion shall be 3

mm. Glazing stops may be 6 mm. Be prepared to submit design data as requested by the

Engineer.

6. Conceal interconnecting members and fasteners in completed assembly.

7. Do not place manufacturer’s name plates, labels or any other finished means of

identification on exposed finished parts.

8. Provide weep holes in tubular members to drain and condensation.

9. Glass stops shall provide edge margins recommended by glass manufacturer.

10. Paint all metal surfaces in contact with concrete or masonry, plastic, mortar or dissimilar

metals with protective lacquer or bituminous coating.

11. Mitre and full length vulcanise joints in weatherstripping.

Page 80: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

80

4.0 INSTALLATION

1. Provide all fastenings or anchors required to be built in under work of other sections.

2. Use only concealed fastenings.

3. Securely install components so that they line up square in true, straight flat and/or flush

plated, plumb and level free from distortion.

4. Make joints neat and fine as practicable. Allow for full expansion and contraction and

take into consideration climatic conditions prevailing at time of installation.

5. Fasten galvanised steel supports and slips with galvanised bolts and fasten aluminium

members with stainless steel screws and bolts.

6. Ensure that corner joints of frames are watertight.

7. Clean aluminium and glass surfaces that are to receive glazing materials with an oil

removing solvent and wipe dry.

8. Glaze windows with factory-glazed wrap around vinyl glazing channels.

9. Place setting blocks at quarter points for each type of glass.

10. Comply with tape manufacturer’s recommendations regarding use of spacers for certain

glass sizes.

11. Install glass with clean-cut edges, leaving spaces to expansion and contraction between

edge of glass and inside of frame as recommended by glass manufacturer.

12. Finish tape and glazing with straight unwaving sight lines.

13. Conform to sealant manufacturer’s written recommendations for cleaning, priming,

backing and joint design to suit type and location of joint and temperature conditions at time of

application.

14. Mask adjacent surface likely to become marred with sealant or primer, using non-

thermosetting easily removed masking.

15. Apply sealant using pressure-operated gun fitted with suitable nozzles approved by the

sealant manufactures. Apply in accordance with manufacturer’s directions and

recommendations.

16. Apply sealant in such a manner as to assure good adhesion to sides of joints and to

completely fill voids in joints. Form surfaces of sealant smooth, concave, free from ridges,

wrinkles, sags, air pockets and imbedded impurities.

17. Remove masking tape, soils and sealant which may have been deposited on surfaces

near joints.

18. Seal all window frames to adjacent materials both sides.

5.0 CLEANING

1. When directed, inspect work and remove protective wrappings, coatings and devices

and clean glass and aluminium surfaces. Use methods which will not scratch or damage glass,

paint or coatings.

Page 81: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

81

CERTIFICATE FOR ALUMINIUM OPENINGS

in accordance with the requirements of (Clauses 1.1 and 1.3) of the Specifications of

the contract for the Supply and fixing of Aluminium Openings for the project (Name of

Project) …………………………………………………………………………………………

I, the undersigned Registered Professional Engineer, hereby certify that the aluminium

openings which have been fixed at (Location) ………………………………………………

have been designed to resist cyclonic winds of 280 Km/hr.

Name of Engineer: …………………………………………………………………

Registration Number with the Council of Professional Engineers: ……………

Signature: ……………………………

The following part is to be signed by the Contractor.

In the event of a failure of these openings due to cyclonic winds of 280 km/hr or less,

(Name of Contractor)

……………………………………………………………………………. undertakes to

replace these opening and make good all damages of these openings.

Name: ……………………………...………………………………………

In the capacity of: …………………………………………………………

Signed: ……………………………………..………………………………

Duly authorized to

Signed the certificate for and on behalf of: ..……………………………

Date: ………………………………..………………………………………

Seal of Company: …………………………………………………………

(To be submitted during implementation stage)

Page 82: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

82

STAINLESS STEEL

1.0 Speciifcations shall be as per drawings and grade 316.

2.0 Sample shall be certified and approved by MSB or an independent and recognized Laboratory at the

Contractor’s Cost.

SPECIFICATIONS OF THE WATERPROOFING SYSTEM The Subcontractor for waterproofing works must be specialist waterproofing contractors registered with the CIDB. 1.0 The Waterproofing System

The waterproofing system, unless otherwise specified, shall meet the following performance specifications:

either (a) a SBS elastomeric bitumen system in double layers, torched bonded and of total minimum thickness of 4.2 mm with a granular finish, as described below: a) The first layer should be a SBS (Styrene – Butadiene – Styrene) elastomeric bitumen system

reinforced with non woven glass fibre Md(50 gm2) torched applied with a minimum thickness of 1.7 mm.

2 The second layer should be a SBS (Styrene – Butadiene – Styrene) elastomeric bitumen

system reinforced with non woven glass fibre matt having a minimum thickness of 2.5 mm. This layer should have a highly reflective white slate flakes finish to help the cooling down of the surface temperature of the roofing system by reflection and applied by torch.

or (b) a PVC system of minimum thickness of 1.2mm, mechanically fastened and welded at joints.

OR Any other alternative system, provided it is duly supported with all technical specifications and backup information and literature to allow a proper assessment of the treatment proposed.

2.0 Performance Specifications of the Waterproofing System 2.1 The system shall be capable of accepting minor structural movements without damage. 2.2 The system shall be such as to prevent the growth of plants on it. It shall be root resistant. 2.3 The system shall not be adversely affected by waterponding and shall be rot resistant. 2.4 The system shall be fire resistant up to 3 hours. 2.5 The system shall resist cyclonic winds of 280 Km per hour. This shall be confirmed in writing by

the Manufacturer, Socotec, Bureau Veritas or a Registered Professional Engineer. 2.6 The system shall be, unless specified otherwise, resistant to foot traffic and light concentrated

loads associated with installation and maintenance operations. 2.7 The system shall comply to European, American or South African Standards. 2.8 The system and its installations shall conform strictly to Manufacturer’s specifications. 2.9 The system to be UV stable. 3.0 Preparation of surface to receive the Waterproofing treatment 3.1 The Waterproofing Contractor shall ensure that the slope of the substrate is adequate to prevent

waterproofing and is according to Manufacturer’s Specifications. 3.2 The surface of the substrate shall be reasonably smooth and free from holes and projections

which might puncture or otherwise damage the waterproofing system to be applied. 3.3 The surface of the substrate shall also be dry and shall be thoroughly cleaned of dust and loose

materials prior to the laying of the waterproofing system. 3.4 After being satisfied with the above conditions, the waterproofing Contractor shall then issue a

certificate stating that the substrate, which is to receive the new waterproofing system, is according to Manufacturer’s Specifications.

Page 83: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

83

3.0 Application of the Waterproofing System

The waterproofing system shall be applied by experienced and skilled labour. The waterproofing Contractor shall be required to provide proof of the experience and skill of its proposed labour on the works.

4.0 Inspection of Waterproofing System 4.1 The waterproofing treatment shall be carried out to the satisfaction of the Architect. 4.2 The Contractor shall ensure that the waterproofing system is free from wrinkles, buckles, blisters

(trapped air) and other damage. Any damage or defects to the waterproofing system shall be corrected at the Contractor’s cost, and to the Architect’s approval.

4.3 The contractor shall carry out a water test on the finished work, and seek the Architect’s approval

for the same. The test shall consist in filling the whole treated area with water (after plugging the rainwater pipes outlets) and retaining the water on the treated surface for 24 hours, or as directed by the Architect. Any leak/defect found shall be repaired at the Contractor’s cost and another water test carried out to confirm the same, the whole to the Architect’s satisfaction.

4.4 The contractor shall clean adjacent surfaces of spillage and spatterings of any adhesive

materials used in the works. 5.0 Water Test 5.1 The contractor shall allow in his rates for a water test to be carried out after laying the screed to

fall, to confirm the absence of any water-ponding. The Test shall be verified and approved by the Architect.

6.0 Guarantee Certificate 6.1 On satisfactory completion of the waterproofing works, the Contractor shall submit a certificate of

guarantee against leakage, defective materials and defective installation of the completed waterproofing system. Any such defects or leakage occurring during the guarantee period shall be promptly and completely corrected, including all affected work, at no additional cost to the Employer.

6.2 The said guarantee shall be in effect for a period of ten (10) years from the date of the practical

completion certificate. The guarantee shall be signed by the Contractor and countersigned by the Manufacturer’s representative and shall be submitted to the Employer.

TIMBER SPECIFICATIONS JOINERY WORK GENERALLY All joiner’s work generally shall be cut and framed together on the commencement of the works, but shall not to be wedged up or glued until the building is ready for fixing same. All work shall to be properly, tennoned, shouldered, wedged, pinned, bradded, etc. as directed and to the satisfaction of the Interior Designer and all properly glued up with best quality approved glue. Oval or round brads or nails shall be used for fixing on face work, heads properly mails punched in and the holes filled with putty or as otherwise described. FINISH TO WOODWORK All exposed faces of woodwork shall be wrot, which shall mean bringing up the surface after planning with sand paper to a smooth satin like finish. DOOR FRAMES AND LININGS Door frames and linings shall be constructed to the sizes and details shown on the drawings. Joints between style and head shall be mitred. Fixing irons shall consist of 300 mm long g.m.s hoop not less than 3 mm thick bent up at 75 mm at one end and twice screwed to the frame and the other end built into the walls, and cast into lintols to the depth of 225 mm deep, the straps shall be cut off to the full depth of the lintol.

Page 84: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

84

10 mm diameter galvanized metal dowels shall be fixed to each end of the frames and let into the floor concrete to a depth of at least 50 mm. Door linings shall be screwed to wooded fixing dovetail shaped and let into the walls and lintol with the same number of fixing irons to frames. DOORS Doors shall be provided and fixed to the sizes and details shown on the drawings. Doors shall be free from all blemishes and shall be rubbed down to a satin like finish. Framed, ledged and braced doors shall be made to the sizes shown on the drawings and the nailing in construction shall be driven from the face side, the heads of nails shall be punched d the holes filled with putty. Butts and hinges shall be to the sizes and type specified and be fixed with the full number of screws and on no account shall nails be used. PLYWOOD Plywood shall be to the specified thickness and shall comply with BS 1455, plywood shall be Grade 1 where varnished and Grade 2 where painted. Concealed side of plywood can be Grade 3. BLACKBOARD Blackboard shall be to thickness shown on drawings and shall conform to BS 3444 and 3583. GLUES All glues to be used for joinery works shall be the best of their respective kind and shall conform to BS 745,1444,1203 and 1204. SCREWS Screws to be used for the joinery works shall be brass and shall conform in every respect to BS 1210. NAILS Nails shall be galvanized mild steel wire nails – all on accordance with BS 1202. MOISTURE CONTENT OF TIMBER The Contractor is to ensure that the moisture content of the various items if joinery delivered to the site should be at least 12%. SHRINKAGE The arrangement, jointing and fixing of all joinery works shall be such that shrinkage in any part and in any direction shall not impair the strength and appearance of the finished work and shall not cause damage to contiguous materials or structure. TOLERANCE Reasonable tolerance shall be provided at all connections between joinery works and the building carcass, whether of masonry or frame construction, so that any irregularities, settlements or other movements shall be adequately compensated. FABRICATION The joiner shall perform all necessary mortising, tennoning, grooving, matching, tonguing, housing, rebating and all other works necessary for correct jointing. He shall also provide all metal plates, screws, nails and other fixings that may be ordered by the Interior Designer or that may be necessary for the proper execution of the joinery works specified. The joiner shall also carry out all works necessary for the proper construction of all framings, linings, etc. and for their support and fixing in the building. JOINTS The joinery shall be constructed exactly as shown on the Interior Designer’s details. Where joints are not specifically indicated they shall be the recognized forms of joints for each position. The joints shall be made so as to comply with BS 1186, Part 2: 1971.

Page 85: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

85

Loose joints are to be used where provision must be made for shrinkage or other movement acting other than in the direction of the stresses of fixing or loading. Glued joints are to be used where provision need not be made for shrinkage or other movements in the connections, and where sealed joints are required. All glued joints shall be cross-tongued or otherwise reinforced. All nails, sprigs, etc., are to be punched and puttied. Where glued joints are to be carried out surfaces in contact are to have a good swan of planed finish. All cutting edges of tools are to be sharp to avoid “burnishing”. The surface of plywood to be glued should be lightly dressed with sand or glass paper. The sand or glass paper must not be allowed to clog and cause “burnishing”. Members in constriction to be joined by gluing are to be of similar conversion. All surfaces to be glued are kept clean, free from dirt, sawdust, oil and any other contamination. Adequate pressure should be applied to glued joints to ensure intimate contact is maintained whilst the glue is setting. Mixing application and setting conditions should be in accordance with the glue maker’s instruction. “Adhesives” for joints in non-loadbearing internal work and for joints in work where the moisture content is always less that 16 per cent can be casein or organic glues. For work under damp conditions (moisture content normally 20 per cent or more or conditions liable to fungal attack): resin type adhesive are to be used.

SCRIBING All skirtings, architraves, plates and other joinery works shall be accurately scribed to fit the contour of any irregular surface against which they may be required to form a close butt connection. FLUSH DOORS Flush doors shall be semi-solid cored and shall be lined on both sides with 4 mm Grade 2 plywood for painting or 4 mm Grade 1 teak plywood where shown. The doors shall be lipped with 10 mm thick hardwood strips on (4) for sides and shall be fitted and hung to frames as detailed on drawings and specified previously. Doors shall otherwise conform to BS 459. PROCEDURE MEASUREMENTS FOR JOINERY The Contractor is to take all measurements for joinery works at the building, and not from the Interior Designer’s drawings, except where the work is specified to be “built in”. FIXED-IN-JOINERY Where joinery works are specified to be “fixed-in” or inserted in the positions, they are to occupy after the surrounding or enclosing carcass has been constructed. It shall be the responsibility of the contractor to ensure that the necessary fixings are incorporated in the carcass. Alternatively, the Contractor shall construct such ground works as are required to provide a suitable base and fixing for the joinery works. The spaces enclosed in the ground works and behind joinery works, shall be filled in solid with plaster. The Contractor is to secure “fixed-in” joinery works so that they are plumb and true to the shapes and dimensions shown on the working drawings and details. Vertical junctions shall be solidly bedded with mortar, wedged or otherwise secured, as may be specified or as is most appropriate in the circumstances, but a clearance is to be maintained in all overhead junctions so that settlements in the building carcass may take place without stressing or otherwise loading the joinery works.

Page 86: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

86

Joinery works shall not be fixed in position until after all floor, wall and ceiling surfaces have been formed or constructed, unless otherwise specified. JOINERY ASSEMBLED IN-SITU Where joinery works are specified to be “assembled in situ” and all stresses of support and fixing are to be engaged in the building, it shall be the responsibility of the Contractor to ensure that the necessary fixings are incorporated in the carcass; alternatively, the Contractor shall construct such ground works as are required to provide a suitable base and fixing for the joinery works. The spaces enclosed in the ground works and behind the joinery works shall be filled in solid with plaster or weak concrete. In situ joinery works shall not be executed until after all floor, wall and ceiling surfaces have been formed or constructed, unless otherwise specified. DRAWINGS Work is not the commence until the Interior Designer has approved the manufactured full-size setting out drawings to be provided by the Contractor. Suggestions which the manufacturer may wish to make modifying the construction and joints shown on the Engineer’s drawings will be considered. INSPECTION Facilities are to be given for the Interior Designer to inspect all work in progress in shops and on the site. TIME FOR DELIVERY None of the joinery is to be delivered until it is required for fixing in the building. Joinery which does not require to be built in as the work proceeds is not to be brought to the site and fixed until the building in enclosed. TRANSPORT AND PROTECTION The joinery is to be kept under a waterproof cover during transit and it is to be similarly covered and kept clear of the ground on the site. It is to be handled and stacked carefully to avoid damage. MAKE GOOD DEFECTIVE WORK Should any shrinkage or warping occur or any other defects appear in the joiner’s work before the end of the defects liability period such defective work is to be taken down and renewed to the Interior Designer’s satisfaction and any work disturbed in consequence must be made good at the Contractor’s expense. Should any shrinkage or warping occur or any defects appear, which cannot be rectified the Contractor shall remove such defective work and replace by new one at his own expense.

Metal works – All structural metal members to be hot dipped galvanized 85 microns, primed, painted and coated with appropriate fire resistance treatment. General- Materials to be included in the works, e.g. flooring, cladding, Sanitary Appliances, Doors, Acoustics, etc. shall meet all the required international standards. 1.6 Third Party Obligations The Contractor shall not demolish or otherwise interfere with any building or anything connected therewith unless and until permitted to do so. The Contractor shall take special care to prevent injury, damage, trespass on private lands, crops, fences, entrances and other properties including the adjoining sites of other contracts, adjacent to the works.

Page 87: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

87

The Contractor must make all necessary arrangements in these connections with adjoining land owners and other Contractor or with Officer appointed for the purpose in case of Government property and assure the observance by his workmen of all regulations and laws appertaining thereto. The Contractor shall make his own arrangements with landowners concerned for access to the site of the works. Similarly, the Contractor shall make his own arrangement for access to and for procurement of, any materials for the construction of the Works. The Contractor shall identify the Employer against all claims for failure to full fill the above obligations and all other claims arising from failures of a similar nature. 1.7 Works executed by the Employer or other Contractors The Employer reserves the right to execute, on site, works not included under this Contract and to employ for this purpose either his own employees or other Contractor whose contract may be either a sub-contract under this contract or an entirely separate contract. The contractor shall ensure that neither his own operations nor trespass by his employees shall interfere with the operations of the Employer, or his sub-contractor employed on such works and the same obligations shall be imposed on the Employer or Contractor in respect of work being executed under this Contract. 1.8 Liaison with Police and other Officials The contractor shall keep in close contact with the authorities regarding their requirements for the control of workmen, movement of traffic, passage through urban areas or other matters and shall provide assistance or facilities which may be required by such officials, in the execution of their duties. 1.9 First Aid, Welfare and safety precautions The contractor shall provide, equip and maintain an adequate First aid Station on the site of works and provide all necessary transport and shall have experienced First Aid personnel available for attending to minor accidents. The Contractor shall allow in his price and be responsible for the cost of all site welfare arrangements and requirements. All works is to be executed in a safe and responsible manner and the Contractor is to proceed in accordance with the provisions of the appropriate legislation. 1.10 Alteration to and preservation of services When work is being carried out in the vicinity of overhead power lines, the contractor is responsible for ensuring that all persons working in such areas are aware of all the necessary precautions to be taken in the vicinity. The Contractor’s attention is drawn to BS162 which states safe clearance for various voltages. In all cases where such works are exposed, they shall be properly shored or hung up. Special care must be exercised in refilling to compact the ground under mains, cables etc. And not to cover up exposed water meters and water meters and stopcock, etc………………… Poles supporting cables, adjacent to the works, shall be kept securely in place until the work is Completed and then shall be made safe and permanent. Should the Contractor expose any existing services which may interfere with or be damaged by the construction, he shall liaise with the Authorities concerned who will instruct the Contractor as to what measures are required to remove, alter, change or re-direct existing services. The Contractor shall allow for all related costs.

Page 88: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

88

Any damage to, or interference with existing services, occasioned during the progress of the Works, shall be deemed to be the responsibility of the Contractor, who shall undertake to make good at his own expense any damage so caused to the existing services or other features and shall be liable in respect of all claims arising from such damage or interference however occasioned. 1.11 Laboratory Tests:

All tests required for the selection of materials, design of mixes, control of materials and workmanship in order to comply with the Specifications and Performance Requirements and Employer’s Requirements, shall be carried out in a laboratory approved by the Employer’s Representative.

The Contractor should note that all tests needed to comply with quality of materials and workmanship is deemed to be included in the quoted price for the works and that no extra claim would be entertained for laboratory tests.

Copies of test results shall be submitted to the Employer’s representative with the minimum delay.”

1.12 Protection of the Works:

The Contractor shall carefully protect from degradation by weather, all work and materials which may be affected thereby, and allow in his tender for all pumping, shoring, temporary drains and sumps, necessary for the purpose and shall clear away and make good at his own cost to the satisfaction of the Employer’s Representative all damage caused thereby.

1.13 Site conditions: “

“The Contractor shall obtain at his own cost all information about the site, including hydrological, climatic and sub-surface conditions, from the relevant Authorities to ensure that the design makes due allowance for problems such as flooding, poor soil conditions, etc.” Clause 4.9 of the conditions of contract to be modified accordingly.

1.14 As Built Drawings and Design Warranty:

“After completion of the Works and at least eight (8) working days before the date of taking over, the Contractor shall submit to the Employer’s Representative as-built drawings and a Design Warranty.

The as-built drawings and Design Warranty shall be supplied at the Contractor's expense. The drawings shall be in six (6) copies, two (2) of which shall be tracings and also in soft copy.

Failure to supply the as-built drawings and Design Warranty in time shall automatically prevent the issue of the Taking over Certificate.”

Page 89: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

89

TERMS OF REFERENCE FOR ARCHITECT

The Architectural design, implementation and supervision shall be carried out to the entire satisfaction of

the Employer’s requirements, term of reference and representative. The Architectural design and

supervision shall be done by an Architect.

1. Requirements

Experience and Qualifications:

Qualification and skills

Bachelor’s Degree in Architecture having a minimum of 10 years of Post Registration

experience;

Has to be registered with the relevant recognized professional bodies;

Excellent command of written and spoken English.

Specific professional experience

The Architect shall have successfully designed at least one Slaughterhouse of similar

size and complexity that has been successfully completed.

1.0 DESIGN

The services to be provided by the Architect shall include but shall not be limited to the following:

Preliminary Stage:

(a) Submission of a design report, on A4 size, including the conceptual design

(b) Submission of preliminary Architectural drawings including site & location plans, layouts,

sections, elevation, perspective views and 3D model of the proposal.

Working Drawings:

Submission to the Employer, for his approval, prior to start of works, of three copies of the following

complete detailed working Architectural drawings, schedule of finishes, etc. as per the Bidder’s

format.

(i) Prepare brief with schematic layouts (if any), ensure carrying out detailed survey of the existing

site and facilities and submission of report. Ensure that the layout and design of the new Slaughter house

and its ancillary services satisfy the requirements of the Client and is of international norm.

(ii) Assist in preparing detailed planning of the project;

(iii) Assist the successful bidder to consult the relevant authorities concerned including the

Government Fire Services, Ministry of Housing, Lands and Town & Country Planning and Ministry of

Health and Quality of Life, to ensure that the proposed design comply with all statutory regulations

prevailing in this country and to obtain other clearances as may be required;

(iv) Prepare

(a) Architectural Drawings

(b) Working Drawings for construction purposes

(c) Specifications and Materials for all Buildings (Architectural)

(v) Attend Buildings Plan Committee at the Ministry of Public Infrastructure and Land Transport.

(vii) be responsible for:

Page 90: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

90

a. Supervision of the works during the execution stage

b. Give instructions for appropriate repairs to faulty works, if any is observed during construction.

c. Assist the successful bidder to initiate timely action for appointment of nominated Sub-

Contractors (if any) within Main Contractor’s programme;

d. issuing completion and defect liability certificates for the Contract;

e. collaborate with Quantity Surveyor for valuations and certifying payments;

f. liaise with the bidder on any matter pertaining to this project, as and when required;

g. performing any other duties that may be required by the bidder in relation to this project;

h. arrange for the submission to the bidder at the completion of the Project two complete sets of as-

made drawings on negatives (CD) and hardcopy, maintenance manuals, guarantee certificates;

i. Assist and submit materials for reply to Director of Audit and Parliamentary Questions and also

attend Public Accounts Committee.

Page 91: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

91

TERMS OF REFERENCE FOR CIVIL/STRUCTURAL ENGINEER

The structural design, implementation and supervision of the Works involved in the project shall be

carried out to the entire satisfaction of the Employer’s Representative. The structural design and

supervision of Works shall be done by a Civ i l / Structural Engineer.

1. Requirements

Experience and Qualifications:

Qualification and skills

Bachelor’s Degree in Civil / Structural Engineering having a minimum of 10 years of Post

Registration experience;

Has to be registered with the relevant recognized professional bodies; and

Excellent command of written and spoken English

Specific professional experience

The Structural Engineer shall have handled at least one Building Construction project

with a component of M&E with a value of at least MUR 50M.

Requirements for Structural and Civil Engineering Works:

1.0 DESIGN

The services to be provided by the Civil/Structural Engineer shall include but shall not be limited to the

following:

Preliminary Stage:

(c) Submission of a design report, on A4 size, including the conceptual design, design parameters,

materials, assumptions, standards and preliminary calculations;

(d) Submission of preliminary structural drawings of Civil Engineering Works including layouts,

sections and site plan;

Working Drawings:

Submission to the Employer, for his approval, prior to start of works, of three copies of the following

documents:

(a) Full design calculations certified by the Civil/Structural Engineer;

(b) Soil test report;

(c) Detailed Engineering Drawings with layouts, sections and reinforcement drawings certified by the

Civil/Structural Engineer. Scale to be as follows:

(i) Site layout 1:100

(ii) Structural layout drawings, reinforcement drawings 1:50

(iii) Sections and details 1:20

(d) Specifications

Page 92: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

92

Design shall meet the following requirements:

I Loads

(a)

Dead Loads: Loads of material and finishes to be those given by the appropriate British

Standards with latest amendments. Where not given it will be actually ascertained from the

determination of their respective density by an approved testing authority, e.g. M.S.B. and/or

Ministry of Public Infrastructure & Land Transport (Public Infrastructure Division), Phoenix.

(b) Live/Superimposed loads

They will be those recommended in BS 6399: Part 1 (1996) with latest amendments and BS

6399: Part 3 for roofs. Loads for storage areas where specified should be calculated based on

the materials to be stored and agreed with Employer. These loads will be considered as

superimposed loads.

(c) Wind Loads

All buildings and other structures and their components will be designed to withstand wind loads

as calculated by British Standard Code of Practice CP3. Ch V: Part 2 1972 including subsequent

amendments to date.

They will be designed for the basic wind speed V i.e. 3 second gust wind speed estimated to

exceed on the average once in 50 years but not less than 280 Km/hour.

Additionally the buildings, structures and components including construction and expansion

joints will be designed for normal rainfall including rain storm with or without cyclone winds to

achieve the desired performance for water tightness by the Architect. The Civil/Structural

Engineer is required to advise the Architect accordingly.

(d)

II

Water Loads

The loads due to water in any water retaining structure shall be calculated as per BS 8007.

Durability

(a) Design and Construction

The buildings and other structures are required to be designed and built to comply with durability

as required in the relevant British Standard Codes of Practice.

(b) Code Napoleon for “Gros Ouvrages”

Design and construction of buildings and all other structures and all the structural

elements/components are to be governed by the provisions of the Code Napoleon.

III

Fire resistance

Page 93: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

93

All buildings and other structures and all structural elements/components are required to be

designed for the necessary fire resistance according to the relevant British Standards.

IV Tests

The Civil/Structural Engineer shall arrange for the necessary site and laboratory tests, as

required, to ascertain the safe allowable bearing capacity of the soil strata on which foundations

of all structures are to be built. The Civil/Structural Engineer shall submit all such test results to

the Employer so as to justify his assumptions made in his design calculations. Foundations will

be designed and constructed as recommended in British Standard 8004 with all amendments to

date. All charges for such tests shall be deemed to be included in his quoted price.

V

Superstructure

1. In all cases reinforced and/or plain concrete, design and construction of the buildings will

comply in all respects with the latest edition of British Standard 8110.

2. In all cases load-bearing walls will comply with latest edition of BS5628 including all

amendments to date for materials and components design and workmanship for load

bearing walls.

3. Design and construction of superstructure and for its parts/components in structural steel

shall comply in all respects with latest edition of British Standard 5950 including all

amendments to date.

4. Design and construction of superstructure and/or its part components in structural timber

will comply in all respects with latest edition of British Standard 5268 “Structural use of

timber” including all amendments to date.

5.

6.

7.

Contraction/expansion joints shall be designed and constructed to comply with the

requirements of section eight “Movement joints” of BS 8110 Part 2 including all

amendments to date.

Design and construction of aluminium sections and members shall comply in all respects

with latest edition of British Standard 8118 including all amendments to date.

Design and construction of glazing elements shall comply in all respects with latest

edition of relevant British Standards including all amendments to date

VI Substructure and Superstructure - other items

(a) Design and construction of any part of the sub-structure and foundations will comply in all

respect with BS 8004 “Foundations” including all amendments to date.

(b) Design and construction of any part of the civil works will comply in all respect with the

relevant British Standards.

Page 94: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

94

(c) Design and construction of any part of the structure for water retaining reinforced concrete

structure without tanking membrane as required by specifications will comply in all respect

with BS 8007 “Code of Practice” for design of concrete structures for retaining aqueous

liquids. Water tests of such water retaining structures need to be done as per BS 8007.

2.0 SUPERVISION

The Civil/Structural Engineer will be fully responsible for the technical inspection, supervision and

monitoring of all the structural and civil engineering works involved in the project under reference. The

Civil/Structural Engineer shall provide a full-time Civil/Structural Engineer on the project to ensure

adequate supervision, and such other additional staff required for the proper performance of the duties

assigned.

These duties of the Civil/Structural Engineer shall include but shall not necessarily be limited to the

following:

general inspection of the construction of the Engineering works in order to ensure that the

Engineering works are carried out in accordance with the requirements and intention of the

design and structural instructions given.

attendance at the site meetings/visits for the duration of the project;

checking bidders/nominated sub-contractors/suppliers drawings for permanent works for

conformity with design requirements and including detailed checking of shop details for erection

fit;

making arrangements for the inspection and testing of such material and plant as are usually

inspected or tested;

give instructions for appropriate repairs to faulty works, if any is observed during construction.

detailed checking of reinforcement in position on the site;

constant supervision during concreting operations;

detailed checking of structural steelwork;

detailed checking of structural works with other materials like Aluminium, Timber, etc.;

inspection on site of special formwork;

checking of the setting out of the following portions of the Engineering works such as:

(a) Reinforced concrete works

(b) Line and level of formwork

(c) Line and level of structural steelworks

(d) Holding down bolts for structural steelworks

(e) Structural elements of the glazing system, etc.

The Contractor shall submit to the Employer’s Representative copies of all approvals given by the Engineer at the end of each week.

Page 95: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

95

TERMS OF REFERENCE FOR MECHANICAL ENGINEER

The Mechanical Engineer shall be responsible for the design, supervision, testing and commissioning of

the Mechanical and allied installations.

1. Requirements

Experience and Qualifications:

Qualification and skills

Bachelor’s Degree in Mechanical Engineering having a minimum of 10 years of Post

Registration experience;

Has to be registered with the relevant recognized professional bodies; and

Excellent command of written and spoken English.

Specific professional experience

The Mechanical Engineer shall have handled at least one Building Construction project

with a component of M&E with a value of at least MUR 50M.

SPECIFICATIONS FOR MECHANICAL SERVICES INSTALLATION

Scope of works

The services to be provided by the Mechanical Engineer shall include but not limited to the following:

Bid Stage:

Submission of a design report on A4 size, including the conceptual design, design parameters,

material, any assumption considered for the design, the standard applicable and a preliminary

design calculation for the three independent lines of the slaughterhouse

Submission of preliminary mechanical drawings on A2 size paper inclusive of layouts, sections,

schematics and site plans.

Working Drawings

Submission to the Employer for his approval, prior to start of works, three copies of the following

documents:

Full detail calculations of all Mechanical Design

Detailed Mechanical drawings with layout, section and location of all slaughterhouse equipment

and all rail works from the bleeding section up to the delivery section.

The scope of works for the Mechanical Services Installation for the Export Slaughterhouse at Wooton, Mauritius shall include the followings but not limited to:

1. Water supply: An adequate supply of potable water (storage and treatment) must be made

available.

2. Plumbing Installation including hot, cold and warm water system

3. Sanitation comprising waste , sewerage and effluent management prior to disposal to waste

water management system

4. Compressed Air System

5. Slaughter house equipment sign for cattle, pigs and sheep/goat/deer

6. Fire Fighting system

7. Measures contributing to green building design

Page 96: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

96

8. Lairage facilities

9. Trucks supply of refrigerated type and truck washing facility

10. Health and Safety as per OHSA 2005

11. Any other installations not mentioned above but related to Mechanical and allied services

required for the proper and smooth operation of the slaughter house.

12. Testing and commissioning of the whole system.

The Mechanical Engineer shall be responsible for the design, supply, installation, testing and commissioning of the above-mentioned works. The Mechanical Engineer shall ensure that his design is compliant with the relevant British Standards or European standards for Export Slaughterhouse. Design Brief for Mechanical Services

1. Water Supply

The estimated water required daily for the slaughterhouse is about 2400 Kilolitres. The water must

be available at an effective pressure (about 1.5 bar). Sufficient storage water supply should be made

available for two (2) days. Separate water meters should be provided for the three lines (cattle, goat

and pig). Appropriate duty pumps and jockey pumps should be provided to maintain a constant flow

of potable water to all points on the slaughterhouse inclusive of the lairage and truck washing bays.

The possible use of borehole shall be investigated for the new slaughterhouse. However, all the

requirements as per Mauritian laws and local authorities (CWA, Water Resources Unit, etc) shall be

considered for necessary clearances and implementation.

2. Plumbing Installation including hot, cold and warm water system

a. Cold Water System

The cold water distribution system shall be a pressurized system consisting of booster pumps and

jockey pumps complete with appropriate pressure vessel. The pumps shall be housed in an

appropriate pump house and clearance of about 1m from wall shall be made available for ease of

maintenance. All surface mounted piping to draw off points shall be uPVC pressure type rated at a

nominal pressure of 16 bars. Underground piping shall be of HDPE pipe with electro-fusion fitting

rated at a nominal pressure of 16 bars. The uPVC pressure pipe shall be in compliance with BS

4514, 150 R 161. The HDPE pipe shall conform to BS 6437.

The cold water booster system to be provided shall be of standard catalogue products from a well-

known manufacturer and made to European Standards. It shall be a compact system, fully factory

assembled, sequential, each equipped with variable speed drive and cascade operation. The pumps

shall consist of multistage centrifugal pumps with horizontal or vertical axis pre-piped, pre-wired

complete with control panel, strainer, stop valves at inlet, outlet and non-return valves at outlets.

The system shall be supplied complete with a control system which completely automates the

system. Furthermore, the pumps shall be automatically primed at all times. The pumps shall be also

capable of being started/stopped manually.

Pumps shall have high reliability and quiet running. All critical parts such as casing, impeller,

shaft to be stainless steel.

Page 97: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

97

Pressure regulating valve shall be provided at pump outlet to control line pressure

Pump motor to be fully enclosed, fan cooled, rated IP 54 complete with overload/thermal

protection and automatic reset.

Control panel with indicator lights for all modes including normal operation, standby, failure

etc.

Pump controller shall ensure automatic use of one pump if the other is out of order and also

even use of both pumps.

Pump assembly and pressure vessel to be properly mounted/ anchored as per

manufacturer’s recommendations.

Dry running shall be prevented by means of float switch installed in the water tank.

Ball valve located in valve blocks as well as pressure regulators shall be provided at main branches as to

limit pressure and isolate the system in the event of repairs or maintenance. All valves used shall be

WRAS approved and water hammer arrestors shall be as required.

To protect the surface pipe-work against direct sunlight, all exposed uPVC pipe shall be painted with UV

resistant paint and finished with emulsion paint of similar colour as the back ground paint.

The whole pipe-work shall be tested at 10 bars and a certificate shall be submitted to the

Architect/Mechanical Engineer.

All pipe work running horizontally and vertically shall be supported at intervals as specified by BS EN

12056. All screws used shall be of stainless steel type.

b. Hot water system

The hot water system shall be a pressurized system and should be a combination of solar water heater

and hot water from boiler and appropriate heat exchangers. The estimated amount of hot water at about

90°C should be about 300m3per day.

The boiler shall be appropriately sized complete with the heat exchanger system as well as a water

treatment plant for softening purposes. The pipe works shall be correctly sized for providing the adequate

amount of water to the three slaughter lines.

The hot water for sterilization points should be at 82°C while warm water at the wash basins should be at

about 45°C. For wash down purposes, the temperature of the water should be about 50°C.

All pipe works shall be appropriately insulated in accordance with BS 5970 and BS 5422 or any

equivalent European Standards. No insulation material shall contain asbestos and shall be CFC free. All

insulation shall be carried out in accordance with manufacturer’s specifications and material safety data

sheet.

Hot water system shall be designed so as to minimize risks of scalding, check valves shall be fitted and

protection against cross flow shall be ensured in the design of the hot water system.

Temperature indicators capable of being read at reasonable distance shall be installed at hose outlets

and at source of hot water supply.

The hot water system shall comply with EN 1487, EN 1488, EN 1489, EN 1490 and EN 1491.

Page 98: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

98

Different colour – coded pipelines must identify those carrying hot, cold and warm water.

Sanitation comprising waste, sewage and effluent management prior to disposal to waste water

management system

The waste and sewage system shall be designed according to BS and European Standard EN 12056:

2000

The waste and sewage system shall be designed to provide the following:

Prevent transmission of foul air throughout the slaughterhouse

Minimize the blockage and adequate access in case of any blockage

Provide effective conveyance of discharge from all point and sanitary appliances.

Avoidance of overhead drain lines in the slaughterhouse and processing rooms

Adequate drainage throughout the slaughterhouse

Drains for separate dirty and condemned water

Toilet and urinal drain line shall be separate from drain lines

One drain inlet should be provided for every 40m2 of floor space

Drain covers shall be of galvanized material with about 4cm2 apertures

Drain shall be of minimum of 30 cm x 30 cm

All exposed waste piping shall be uPVC non pressure type. Waste pipe cast in slab shall be uPVC PN

10/ SN 8.

Provision of rodding eye shall be made at change of direction and shall be in the direction of flow.

All waste pipes shall end into gully trap before final discharge into adjacent manhole. PVC bottle traps

are to be connected at discharge of wash basin, drinking fountain and wash troughs. PVC floor traps

through the slab shall be installed as indicated. All uPVC pipes shall be cleaned with PVC cleaner before

jointing. All pipe work running horizontally and vertically shall be supported at intervals as specified by

BS EN 12056. All screws used shall be of stainless steel type.

To protect the surface pipe-work against direct sunlight, all exposed uPVC pipe shall be painted with UV

resistant paint and finished with emulsion paint of similar colour as the back ground paint.

Manhole cover shall be heavy duty cast iron complying with BS 497 and EN 124. Manhole which would

be subjected to vehicular loads shall be in reinforced concrete as per detailed of the Civil Engineer.

Appropriate trash submersible pumps preferable with stainless impellers shall be used with waste pipes

of uPVC pressure type rated to withstand a pressure of 6 bars and in compliance with BS 4514. Any

underground sewage pipes shall be minimum 250mm with rubber ringed joint.

The sewage system must comply with the municipal standards. An appropriate effluent treatment and

screening shall be provided for the treatment of the slaughterhouse waste. A series of trash pumps shall

be installed for the pumping of the effluent from the collection and storage sumps to the effluent

Page 99: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

99

screening equipment. An appropriate compactor truck must be provided for the collection of the solid

waste from the effluent treatment plant.

3. Fire Fighting System

General To ensure the safety of the occupants in the slaughterhouse as well at the delivery bays, workshop and lairage. An adequate fire protection system proposed for the different parts shall be of standards as per following relevant British Standards

BS EN 671

BS EN 12259

BS 5306

BS EN 12845

BS 5041

Class ‘C’ Galvanised Iron/BMS Schedule 40 The hose reel system shall consist of the following:

A booster pump

A stand-by pump

Reticulation system within the slaughterhouse and in the yard

Hose reel in appropriate casing preferably of stainless steel type

Water storage tank of about 20 m³

The fire fighting pump set shall be specifically designed for fire-fighting purposes and shall be from well-

known manufacturer. All hose reel shall be equipped with globe valve, about 25 m neoprene hose,

nozzles. Pumps shall be diesel driven and shall consist of multistage centrifugal pumps.

Contamination by dripping from bearing, gearbox, lubricants and motors must be avoided.

A combination of dry powder and carbon dioxide fire extinguishers shall be installed at appropriate

locations as recommended by the Government Fire Service and the relevant British Standard

Page 100: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

100

4. Compressed air system

The compressed air system shall consists of an appropriately designed compressor to supply

compressed air to the three respective slaughter lines in the slaughterhouse while considering the

compressed air requirement of all pneumatic equipment to be used complete with pressure switches,

check valves, air receivers, pressure gauges, drain, safety valve, refrigerated air driers, line filters and

lubricators to the specifications as detailed by manufacturers of pneumatic equipment. Delivery air

pressure shall be at 7 bars.

Reticulate the compressed air to all draw off points in the slaughterhouse in compliance with updated

British or European Standards (Class ‘C’ Galvanised Iron/ BMS Schedule 40, etc).

5. Incinerator

The incinerator shall be appropriately designed according to the prevailing Mauritian Legislation. The

height of the chimney should be higher than the height of the slaughterhouse with appropriately designed

supports.

The size should be enough to incinerate carcasses of cattle/sheep/deer/pig of appropriate size and must

be at least 50 m from the slaughterhouse and service facilities

The incinerator must be used in line with a blood coagulator for all blood not collected by butchers. The

coagulator shall be appropriately designed for slaughtering capacity of the slaughterhouse. The blood

coagulator shall be able to coagulate the blood into “cakes” for incineration purposes. Appropriate drains

and pipeline and pumps shall be designed to transfer the blood from the bleeding line to the coagulator

room/ incinerator room.

6. Maintenance Workshop

Provision shall be made for a maintenance workshop for the proper maintenance of all equipment to be

used in the slaughterhouse. It shall be equipped with the specific tools and testing equipment for the

repairs of the abattoir equipment.

7. Lairage facilities

All the individual pen shall be drained separately as far as possible. All the pens must be provided

drinking trough for potable water and water supply. Cold water washing points must be provided

complete with hoses and reels with a maximum of 20m. Provision of weighing station with scale for all

three lines shall be made. Truck washing facilities for livestock delivery shall be provided for each the

three types of animals. The washing point shall be equipped with hoses and reel and a pressure of 1.5

bar

Page 101: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

101

8. Slaughterhouse equipment

The Mechanical Engineer shall design, supply and install all rail works, slaughterhouse equipment,

platforms, wash hand basin, wash hand basin sterilizers, wash hand basin saw sterilizers, inclusive of all

hoists for all three distinct separate lines as per requirement of the process flow to European standard for

export slaughterhouse. All stunners to be provided shall be in accordance with the all religious

requirement and in line with European standards. Appropriate scales shall be provided for the three lines.

Equipment selected should be easily cleaned, simple design with ease of cleaning, made of non-

corrosive and rust resistance material of food grade type. The equipment shall be designed with quick

opening devices that require simple or no tools for ease of maintenance.

A computerized slaughterhouse tracking, weighing, grading and data collection system to be used by

management from reception of the animals to the generation of the financial accounting of the

slaughterhouse complete with all the workstations and scales shall be provided.

9. Any Other Installations Not Mentioned Above

Based on the above requirements, the Contractor shall take into consideration any other M&E services

not taken into account in this document but may deemed be essential for the proper and smooth

functioning of the export slaughterhouse in its design.

10. Testing and Commissioning

Upon completion of the installation, the contractor shall carry out and be responsible for the testing and

commissioning of all slaughterhouse equipment to ensure that each and every equipment is in proper

working order as per manufacturer’s specifications and to the satisfaction of the Mechanical Engineer of

MPI. Any equipment or material damaged during the commissioning stage shall be replaced by new

ones free of charge. Same shall be re-tested and commissioned free.

a. The slaughterhouse equipment , cold water, hot water, compressed air, ventilation system,

sewage, waste water treatment plant, incinerator, boiler and fire fighting system, refrigerated

delivery trucks and slaughterhouse equipment shall be thoroughly tested and commissioned

by the Contractor to demonstrate and prove to the client that the above are capable of

achieving the specified performances .

b. All tests should be carried out with recognized standards such as CIBSE, British standard and

European standard mentioned.

c. All tests will be witnessed by the Client representative. Test certificates shall be submitted by the

Contractor to the Client upon successful completion of the testing.

The Contractor shall provide all skilled labour, supervision, apparatus and instruments required for the

testing and commissioning exercise

Page 102: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

102

11. Drawings

The contractor shall be responsible for the provision of detailed working drawings for all equipment to be

installed. The working drawing should be produced in accordance with the agreed program of work.

Upon completion of the works, the Contractor shall submit to the employer As-made drawings duly vetted

by the Mechanical Engineer for:

Slaughterhouse equipment installation

Cold and Hot water Installations

Waste and Sewage Installations

Fire-fighting Installations

Incinerator Installations

Boiler and Softener Installations

Livestock trucks, Lairage facilities and Refrigerated trucks washing bay Installations

Compressor Installations and compressed air reticulation system

The workshop manuals all the Mechanical Installations and Refrigerated truck shall be submitted to the

Client for maintenance purposes.

12. Defects Liability period

The defects liability period shall be 12months duration. The contractor shall carry out all necessary

repairs and maintenance free of charge during that period. All the defects due to material or bad

workmanship appearing during this period shall be made good by the Contractor at his own cost.

Bidder to submit Schedule of material with Country Origin and Make.

Page 103: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

103

TERMS OF REFERENCE FOR ELECTRICAL ENGINEER

Experience and Qualifications:

Qualification and skills

Bachelor’s Degree in Electrical Engineering having a minimum of 10 years of Post

Registration experience

Has to be registered with the relevant recognized professional bodies; and

Excellent command of written and spoken English.

Specific professional experience

The Electrical Engineer shall have handled at least one Building Construction project

with a component of M&E with a value of at least MUR 50M.

ELECTRICAL ENGINEERING WORKS

Duties of the Electrical Engineer

1.0 DESIGN

The services to be provided by the Electrical Engineer shall include but shall not be limited to the

following:

Bid Stage:

(e) Submission of a design report, on A4 size, including the conceptual design, design parameters,

materials, assumptions, standards and preliminary design calculations;

(f) Submission of preliminary electrical drawings including layouts, sections and schematics;

Working Drawings:

Submission to the Employer, for his approval, prior to start of works, of three copies of the following documents:

(e) Full design calculations certified by the Electrical Engineer;

(f) Detailed Electrical Engineering Drawings with layouts, sections and locations of all

equipment.

The Electrical Engineer shall be responsible for the design, supervision, testing and commissioning of

the electrical and allied installations.

A. Requirements of the electrical works

The electrical & allied installations shall involve mainly:

1. Electrical Installation comprising, among others, CEB power supply, Main LV panel, Distribution

boards, cabling works, indoor, outdoor and yard lighting, provision of power socket outlets and power

points for equipment, provision of clean power supply to sensitive equipment, earthing system,

installation of a stand-by generating plant, lightning protection and other electrical requirements, as

necessary and according to British Standards and CIBSEE.

2. Ventilation and air conditioning installation comprising, among others, central and individual air

conditioning systems, provision of cold rooms, ventilation systems. Any fresh air infiltration system

shall also be provided, if required.

Page 104: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

104

3. Fire alarm system.

4. Data points and local area network/ Telephone network.

5. CCTV System.

6. Access Control.

7. Implementation of measures contributing to energy saving and use of renewable energy.

8. Any other installations not mentioned above but related to Electrical and allied services.

The services to be provided by the Consultant shall include among others the following: -

1. SURVEY AND DESIGNING

1.1 Electrical Installations

1.1.1 To liaise with the client and other parties to obtain maximum amount of information pertaining to

the Electrical & Allied installations required for the setting up of the Slaughter House.

1.1.2 To carry out research works in connection with construction of Slaughter house

(Best Practice in Electrical Installations)

1.1.3 To carry out basic and detailed designs of comprehensive electrical power, indoor and outdoor

lighting, switchgear, all cabling works, lightning protection, earthing systems of the entire

building based on the survey carried out and the actual requirements of the Client. These

shall be to MS63 and prevailing British Standards. These shall include, among others, the

following services:

a. To design and draw up preliminary schemes based on the electrical requirements

furnished and in agreement with the Client and on the rating of all apparatus/equipment

that will be installed in the building and its premises.

b. To assess the capacities and type of stand-by generator/s required complete with bulk

fuel storage and fuel intake and to specify the capacity of the CEB transformers/supply,

as necessary, and to specify the main supply cable from the transformer to the

Generator Room.

c. To design the Generator Room and to specify the necessary switchgear and

control/changeover panels, capacitor banks, bus duct, essential and non-essential

panels, as necessary with the appropriate load shedding in agreement with the Client.

d. To design the distribution systems and prepare single line diagrams with details of

accessories and equipment.

e. To make detailed specifications of all electrical items, including outdoor/indoor

equipment, essential and non-essential panels, all cabling works, power control systems,

capacitor panel and related items.

Page 105: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

105

f. To design and prepare detailed layout drawings for the individual power, indoor lighting

including emergency exit lighting, outdoor and yard lighting, cable and duct layouts,

lightning protection and earthing system/s with separate earthing for any special

equipment/network as necessary. All special requirements for power and other sockets

of the Client shall be satisfied.

g. To prepare detailed electrical layouts floor-wise and as necessary for the setting up of

the slaughter house.

h. To design all devices and equipment to provide clean and uninterrupted power supply to

special equipment as required by the client.

1.2 Air Conditioning, Ventilation and Cold Rooms

To carry out basic and detailed designs of the required air conditioning and ventilation systems for all

necessary areas and cold rooms in agreement with the Client. These shall include, among others, the

following services:

a. To specify the type of system/s appropriate and to calculate the capacities of the air

conditioning plant and units required according to the requirements of the Client and

according to specific requirement of the area/s to be air conditioned, taking into account

any special requirements that may need to be applied for certain areas.

b. To design and specify the type of ventilation and air filtration system, if required

anywhere in the building.

c. To specify the type and to calculate the capacities and dimensions of cold rooms

according to the requirements of the Client.

d. To design and specify any special requirements for thermal protection.

e. To design ducting, piping and air conditioning plant room layouts floor-wise and to

specify all electrical requirements of the air conditioning system/s together with insulation

f. To prepare air conditioning system details in plans and sections.

1.3 Fire Detection System

To carry out basic and detailed designs of the required fire detection system for all necessary areas in

agreement with the Client. These shall include, among others, the following services:

a. To study the fire hazard and local statutory requirements for fire protection.

b. To study the fire protection and fire alarm systems and prepare the schematic layouts

accordingly.

c. To prepare detailed layout drawings floor-wise for installation of the fire detection system

Page 106: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

106

1.4 Implementation of Measures Contributing to Energy Saving and Use of Renewable Energy

1.4.1 To carry out a complete survey to determine all measures which can contribute to energy saving

such as use of energy saving lamps, use of energy efficient plants and equipment, provision

of a building management system and so on.

1.4.2 To carry out basic and detailed design of a grid-connected photovoltaic (PV) system for the

production of electricity in agreement with the client. To liaise with the CEB and other

authorities for obtaining relevant information regarding the design and setting up of a PV

system.

1.4.3 To advise on any other renewable energy which can be made use of and to carry out basic and

detailed design of systems required for their exploitation.

1.5 Data points and local area network/ Telephone network

1.5.1 To carry out basic and detailed designs of comprehensive local area network and

telephone network to meet client requirements in terms of communication facilities.

1.5.2 To specify equipment of the system proposed.

1.6 CCTV system

1.6.1 To carry out detailed design of CCTV systems taking into consideration the latest technology

used in the system and shall consist of the following:

IP based CCTV system complete with all accessories;

Latest Windows compatible software for monitoring and recording;

Wired network system;

Laptop/mobile viewing using internet facilities;

Power supply to the system.

1.7 Access Control

1.7.1 To carry out detailed design of access control system to be implemented using latest technology.

1.8 Any other installations and services not mentioned above but related to Electrical and

Allied services

1.8.1 To liaise with the client to obtain maximum amount of information pertaining to the Electrical

items/installations/systems and Allied works required for the construction of the slaughter house.

1.8.2 To carry out a detailed design of any Electrical and allied services not mentioned above but

required for the proper functioning of a slaughter house.

1.8.3 To liaise with local authorities and other parties if required.

2. SPECIFICATIONS

To ensure that all Electrical items/installations/systems and Allied works are to prevailing British

standards and that technologies prescribed in specifications for the electrical and allied

installations are sustainable on the long run with regards to standards and availability of spares

for at least five years.

Page 107: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

107

To prepare detailed specifications (general specifications as well as particular specifications)

and price activity schedules or bill of quantities, including schedule of rates for the Electrical

items/installations/systems and Allied works.

3. TESTING AND COMMISIONING

To supervise testing, commissioning and recommending of the handing over to the client by the

contractor

To vet all test certificates, O&M manuals and as-made drawings.

4. MAINTENANCE CONTRACT

To advise the client on appropriate course of action in the event of general or partial

malfunction/ failure of Electrical items/installations/systems and Allied works.

To draft a comprehensive maintenance programmes on behalf of the client for the proper

upkeep of Electrical items/installations/systems and Allied works.

To draft a maintenance contract for the client after the warranty period

5. TRAINING

To determine the training facilities to be provided to the client’s staff by the contractor.

6. GENERAL

To include any other duties for the proper design, implementation or any other cognate work on

the above subject.

To attend to and advise on defects during the guarantee/defects liability period.

To attend to all queries and meetings regarding audit query, public account committee,

arbitration and on any other issues as may be requested by the Client.

assume full responsibility with regard to the design, calculations and drawings;

check and approve detailed drawings of the suppliers and manufacturers;

prepare and submit required sets of completion drawings to enable the Client to obtain

completion certificate from the concerned authorities. 3 additional sets of ‘as-made drawings’

should be submitted to the Client; 1 set of as made drawings shall be submitted in soft copy

(pen drive) (AUTOCAD);

assist the Q.S in checking and preparing of interim certificates; value the work in progress

during the construction period at monthly interval and valuation of the contracts;

Coordinate with the Client and various Consultants during the progress of works

Attend the coordination, technical and site meetings, general inspection of the construction

works to ensure that the works are carried out in accordance with the requirements,

specifications and designs.

Page 108: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

108

2.1. CEB Supply and Liaison with CEB/Other Authorities

The power supply shall be derived from an independent 400V/230V 50 Hz three-phase CEB source and

a meter dedicated for the building. The contractor shall liaise with CEB for the installation of the

power supply including all works related thereon. The power cable from CEB shall run underground to

feed the Main Distribution Board, MDB, via the CEB meter. The contractor shall meet all the

requirements from CEB including the installation of protective switchgears, underground conditions and

the CEB meter room/board including any necessary structure required by CEB. The contractor shall also

assist the client for the follow up of the three-phase application from the client to CEB including all

requirements of grid code. All cost incurred in connection with the services/utilities shall be included in

the contract.

CEB for laying of HV cables and connections to the Transformer/main switchboard and any work

thereon.

Mauritius Telecom for laying of main telephone cables and connections to the Other Authorities

required in this project

connections to the PABX and any work thereon.

2.2. Civil works

The Contractor shall include in their quotation for all civil works related to the electrical installation, prime

rated generator set, air-conditioning installation, and other installation mentioned in this document.

2.3. Labels and Danger Notices

All main circuits and sub circuits shall be clearly and neatly labelled for quick circuits identification. A

schematic layout for each distribution shall be displayed in each distribution Board.

Suitable warning notices in red lettering on white background shall be provided on each distribution

boards. Label shall bear identifications on drawings and voltage also.

Suitable “Danger” plates shall be securely affixed on the distribution boards and mounted in prominent

position. Each danger notice shall be fabricated in enamel sheet steel. Symbols shall be in red on white

background and shall be to British Standard.

2.4. Distribution Boards

Supply, install and commission free standing Main Distribution Board c/w busbars, MCCB and main

RCD, MCB and associated RCD, energy meters and other accessories. The MDB shall be according to

IP 547 and shall be of galvanised steel with polyester paint finish and hinged lockable and earthed door.

The MDB shall be of minimum breaking capacity 50kA and shall be big enough to accommodate

incoming and outgoing feeders.

Page 109: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

109

Sub Distribution Boards (SDBs) and Sub-Sub Distribution Boards (SSDBs) shall be fireproof and

according to IP 44 with Class II insulation integrated with rails and cable trays. SDBs and SSDBs shall

be wall mounting and shall be of minimum 10kA and 6kA respectively. The Electrical Engineer shall

determine the locations of all distribution boards.

All circuits and instrument in the Distribution Boards shall be properly labelled with perspex and danger

notices fixed on panels. Plasticised schematic layout shall be fixed in respective Distribution Boards.

The hinged door of the DBs shall be lockable with keys. 30% of spare capacity shall be allowed in all

DBs. There shall be ample space in the panel to allow for easy access when required for manual work.

2.5. Electrical Accessories

All electrical accessories such as switches, sockets, double pole switches, etc. shall be to the relevant

British Standards. All accessories except lighting switches shall have a neon indicator and be flush

mounted in suitable boxes.

Bidder to submit Schedule of material with Country Origin and Make.

Page 110: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

110

TERMS OF REFERENCE FOR QUANTITY SURVEYOR

1. Requirements

Experience and Qualifications:

Qualification and skills

Bachelor’s Degree in Quantity Surveying having a minimum of 10 years of Post

registration experience;

Has to be registered with the Professional Quantity Surveyor`s Council of Mauritius or

equivalent body; and

Excellent command of written and spoken English

Specific professional experience

The Quantity Surveyor shall have handled at least one Building Construction project with

a component of M&E with a value of at least MUR 50M.

A. PRE-CONTACT

1. Work within a consultancy team and the bidder.

2. Prepare and submit cost estimates for the project at inception stage, preliminary design

stage and final design stage.

3. Cost planning, cost monitoring and cost report during the various stages of design to ensure

that there is no over-run in project cost or to show how this will be achieved and

communication with the bidder and various members of the design team.

4. Prepare a projected cash flow for the contract.

5. Prepare and submit in a timely manner full tender documentation including all specifications

of materials and workmanship, bills of quantities, conditions of contracts, etc. all in sufficient

detail to enable prospective tenderers to submit their bids without any ambiguity.

6. Advise on any aspect that can influence the project’s cost and measures that can be taken in

order to ensure that the budget for the project is not exceeded.

7. Confirm with the bidder and all consultants for allowance to be made in the Bill of Quantities

with regards to sub-contract works if any.

8. Assist the Architect, Structural Engineer and Mechanical & Electrical Engineer in the

preparation of subcontract documentation.

9. Assist in finalising appointment of nominated sub-contractors in compliance with normal

tender procedures or otherwise.

10. Carry out analysis of tenders received in conjunction with the Architect, Civil & Structural

Engineer, Mechanical Engineer and Electrical Engineer and submit tender report, draft letter

of award and any other necessary contract document for signature.

11. Negotiate tenders with one or more selected contractors should the need arise. Formal

written approval of the Employer must be obtained prior to any negotiations.

Page 111: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

111

B. POST CONTRACT

1. Prepare a revised projected cash flow for the contract.

2. Assist the Bidder in valuing any extra works and building up rates for any new item of works

under this contract.

3. Carry out any re-measurement necessary under the contract.

4. Attend site meetings and coordination meetings regularly.

5. Assist and advise the bidder and consultants on all contractual dispute with the sub-

contractors.

6. Assist the bidder in ensuring a sound financial management of the contract and in the

preparation of monthly cost report.

7.

a. Checking, assessing, negotiating of claims in relation to extension of time in accordance

with the conditions of contract. This includes all contractual claims and not limited to

loss and expense claims.

b. However, any assessment of claims other than the value of works shall not be included

in the valuation subject to the prior notification and consent of the Employer.

8. Preparation and submission of certified final account statement.

9. Carry out such other duties as may be required of him on this project.

10. Assist the Employer in replying queries from audit and other committees including attending

meetings in connection when requested to do so.

Page 112: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

112

TERMS OF REFERENCE FOR EIA/PER SPECIALIST

1. Requirements

Experience and Qualifications:

Qualification and skills

A Bachelor’s Degree in relevant field with at least 5 years of professional experience in

carrying out Environmental Impact Assessment (EIA)/ Preliminary Environment Report

(PER); and

Excellent command of written and spoken English.

General professional experience

The EIA/PER Specialist should have carried at least one (1) EIA/PER for similar type of

project.

The EIA/PER Specialist shall provide the following services:

1. Assist the team to select appropriate technique and procedures for the project;

2. Prepare various routine reports and correspondence and prepare all complex reports.

3. Coordinate with all staff specialists and prepare all filed reports and provide assistance to all

personnel.

4. Gather all data for all complex filed data.

5. Design all project proposals and calculate all non complex project budgets and fees.

6. Collaborate with specialists and technicians and organize all field work and collaborate with

vendor to perform all research on associate literature.

7. Perform various geotechnical investigations on all water and transportation facilities.

9. Manage all communication with subcontractors and assist to design all projects.

10. Provide support to all geotechnical studies and perform site investigations.

11. Manage all communication with clients and prepare all project proposals.

Page 113: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

113

TERMS OF REFERENCE FOR SLAUGHTERHOUSE VETERINARY

EXPERT

The Slaughter House Veterinary Expert shall work within a team comprising of the Team Leader,

Consulting Architect, Structural Engineer, Quantity Surveyor, Mechanical Engineer, Electrical Engineer,

HACCP Certification Specialist and EIA/PER Specialist for the project.

1. Requirements

Experience and Qualifications:

Qualification and skills

Bachelor’s Degree in Veterinary Sciences and at least 10 years of professional

experience in Veterinary Medicine;

Has to be registered with the relevant recognized professional bodies; and

Excellent command of written and spoken English.

Specific professional experience

The Slaughterhouse Veterinary Expert shall have specific experience in slaughterhouse

procedures and operations.

The Slaughter House Veterinary Expert shall provide the following services:

1. Should assist the architect in the design to ensure the single flow of carcass.

2. To assist the architect to include all the different modules of the slaughter house with appropriate dimensions.

3. To assist in the design and the positioning of the different units of the slaughter house to

facilitate HACCP certifications.

4. To assist the mechanical engineer in the selecting and the installation of the different equipment to ensure that they are user friendly.

Page 114: Ministry of Agro-Industry & Food Security

Section 4 – Employer’s Requirements

114

TERMS OF REFERENCE FOR HACCP CERTIFICATION SPECIALIST

The HACCP Certification Specialist shall work within a team comprising of the bidder, Consulting

Architect, Structural Engineer, Quantity Surveyor, Mechanical Engineer, Electrical Engineer, Slaughter

House Veterinary Expert and EIA/PER Specialist for the project.

1. Requirements

Experience and Qualifications:

Qualification and skills

A Bachelor’s Degree in relevant fields and

Excellent command of written and spoken English.

General professional experience

At least 10 years of professional experience and having successfully processed the

certification of at least one cattle/pig/goat/sheep/deer slaughtering plant in line with

HACCP and Regulation (EC) No. 852/2004, Regulation (EC) No. 853/2004, Regulation

(EC) No. 854/2004 and Regulation (EC) No. 1244/2007.

The HACCP Certification Specialist shall provide the following services:

1. Assist the team to select appropriate technique and procedures for the project;

2. Use expert knowledge of Food Hygiene & Health rules and regulations to evaluate

compliance, measure hazard and risk and recommend corrective action

3. Full implementation of HACCP and EU Norms,

4. Full implementation of sampling procedures and ensure compliance with local and

international legislation pertaining to Food & Hygiene standards

5. Ensure Personal Hygiene standards, uniform code and code of behavior among staff,

6. Training to all staff involved in the importation, quarantine, transportation, handling,

processing and veterinary inspections with proper training records.

7. Cleaning procedures to prevent the contamination of meat and to minimize the presence of

microorganisms on animal transport vehicles and crates.

8. Ensure waste management according to HACCP

9. Conduct statutory inspections and audits of premises to ensure compliance with food safety

10. Preparation of Slaughterhouse for Certification.

Page 115: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid _________________________________________________________________________________________________

115

Section 5 Bidder’s Qualification To establish its qualifications to perform the contract in accordance with Section 1 (Clause 6: Qualification of the Bidder) the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder

Page 116: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid _________________________________________________________________________________________________

116

Form ELI 1.1

Bidder Information Sheet

Date: ______________________ Bidder’s Reference Bidding No.: ________________

Page ________ of _______ pages

1. Bidder’s Legal Name

2. In case of JV, legal name of each party:

3. Bidder’s actual or intended Country of Registration:

4. Bidder’s Year of Registration:

5. Bidder’s Legal Address in Country of Registration:

6. Bidder’s Authorized Representative Information

Name:

Address:

Telephone/Fax numbers:

Email Address:

7. Attached are copies of original documents of:

Articles of Incorporation or Registration of firm named in 1, above, in accordance with ITB Sub-

Clauses 4.2.

In case of JV agreement, JV agreement in accordance with ITB Sub-Clauses 6.2

In case of government owned entity from the Employer’s country, documents establishing legal and financial autonomy and compliance with the principles of commercial law, in accordance with ITB Sub-Clause 4.5.

Page 117: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid _________________________________________________________________________________________________

117

Form ELI 1.2

Party to JV Information Sheet

Date: ______________________

Bidder’s Reference No.: ___________________ Invitation for Bid No.:_________

Page ________ of_ ______ pages

1. Bidder’s Legal Name:

2. JV’s Party legal name:

3. JV’s Party Country of Registration:

4. JV’s Party Year of Registration:

5. JV’s Party Legal Address in Country of Registration:

6. JV’s Party Authorized Representative Information

Name:

Address:

Telephone/Fax numbers:

Email Address:

7. Attached are copies of original documents of:

Articles of Incorporation or Registration of firm named in 1, above, in accordance with ITB Sub-Clauses 4.2.

In case of government owned entity from Mauritius, documents establishing legal and financial autonomy and compliance with the principles of commercial law, in accordance with ITB Sub-Clause 4.5.

Page 118: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid _________________________________________________________________________________________________

118

Form CON – 2

Historical Contract Non-Performance

Bidder’s Legal Name: _______________________ Date: _____________________ JV Partner Legal Name: _______________________ ___________________

Bidder’s Reference No.: __________________ Page _______ of _______ pages

Non-Performing Contracts in accordance with (Evaluation and Qualification Criteria)

Contract non-performance did not occur during the stipulated period, in accordance with Sub-Factor

2.2.1 of Section 1A (Evaluation and QualificationCriteria)

Contract non-performance during the stipulated period, in accordance with Sub-Factor 2.2.1 of

Section 1A (Evaluation and QualificationCriteria).

Year Outcome as Percent of Net Worth

Contract Identification

Total Contract Amount (current

value, MUR equivalent)

______

______

Contract Identification: Name of Employer: Address of Employer: Matter in dispute:

___________

Pending Litigation, in accordance with Section 1A (Evaluation and Qualification Criteria)

No pending litigation in accordance with Sub-Factor 2.2.2 of Section 1A (Evaluation and

Qualification Criteria)

Pending litigation in accordance with Sub-Factor 2.2.2 of Section 1A (Evaluation and Qualification

Criteria), as indicated below

Year Outcome as Percent of Net Worth

Contract Identification

Total Contract Amount (current

value, MUR equivalent)

______

______

Contract Identification: Name of Employer: Address of Employer: Matter in dispute:

___________

______

______

Contract Identification: Name of Employer: Address of Employer: Matter in dispute:

___________

Page 119: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid _________________________________________________________________________________________________

119

Form CCC

Current Contract Commitments / Works in Progress

Bidders and each partner to a JV should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.

Name of contract Employer, contact address/tel/fax

Value of outstanding work (current MUR equivalent)

Estimated completion date

Average monthly invoicing over last six months (MUR month)

1.

2.

3.

4.

5.

etc.

Page 120: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid _________________________________________________________________________________________________

120

Form FIN3.3

Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts as indicated in Section 1A (Evaluation and Qualification Criteria)

Source of financing Amount (MUR equivalent)

1.

2.

3.

4.

Page 121: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid _________________________________________________________________________________________________

121

Financial Situation

[The following table shall be filled in for the Bidder and for each member of a Joint Venture]

Bidder’s Name: [insert full name] Date: [insert day, month, and

year]

Bidder’s Party Name:[insert full name]

OIB No. and title: [insert OIB number and

title]

Page [insert page number] of [insert total number]

pages

1. Financial data

Type of Financial information in (currency)

Historic information for previous [insert number] years, [insert in words](amount in currency)

Year 1 Year 2 Year 3 Year4 Year 5

Statement of Financial Position (Information from Balance Sheet)

Total Assets (TA)

Total Liabilities (TL)

Total Equity/Net Worth (NW)

Current Assets (CA)

Current Liabilities (CL)

Working Capital (WC)

Information from Income Statement

Total Revenue (TR)

Profits Before Taxes (PBT)

Page 122: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid _________________________________________________________________________________________________

122

2. Financial documents

The Bidder and its parties shall provide copies of financial statements for [number] years pursuant

Section III, Qualifications Criteria and Requirements. The financial statements shall:

(a) reflect the financial situation of the Bidder or partner to a JV, and not sister or

parent companies.

(b) be independently audited or certified in accordance with local legislation.

(c) be complete, including all notes to the financial statements.

(d) correspond to accounting periods already completed and audited.

Attached are copies of financial statements15 for the [number] years required above; and

complying with the requirements

15 If the most recent set of financial statements is for a period earlier than 12 months from the date of application, the reason for this should be justified.

Page 123: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid _________________________________________________________________________________________________

123

Experience Form Exp 4.1

General Experience

Bidder’s Legal Name: ____________________________ Date: _____________________ JV Partner Legal Name: ____________________________Bidder’s Reference No.: ________________ Page _______ of _______ pages

Starting Month /

Year

Ending Month /

Year

Years*

Contract Identification

Role of Bidder

______

______

Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address:

_________

______

______

Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address:

_________

______

______

Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address:

_________

______

______

Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address:

_________

______

______

Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address:

_________

______

______

Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address:

_________

*List calendar year for years with contracts with at least nine (9) months activity per year starting with the

earliest year

Page 124: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid _________________________________________________________________________________________________

124

Form EXP – 2.4.2(a)

Specific Experience

Bidder’s Legal Name: ___________________________ Date: _____________________ JV Partner Legal Name: _________________________Bidder’s Reference No.: __________________

Page _______ of _______ pages

Similar Contract Number: ___ [insert specific number] of ___ [insert total number of contracts required.

Information

Contract Identification _______________________________________

Award date

Completion date

_______________________________________

_______________________________________

Role in Contract Contractor

Management

Contractor

Subcontractor

Total contract amount __________________________

__

MUR______

If partner in a JV or subcontractor,

specify participation of total contract

amount

__________%

_____________

MUR______

Employer’s Name: _______________________________________

Address:

Telephone/fax number:

E-mail:

_______________________________________

_______________________________________

_______________________________________

_______________________________________

Similar Contract No. __[insert specific number] of ___[insert total number of contracts] required

Information

Description of the similarity in accordance with Sub-Factor 2.4.2(a) of Section 1A (Evaluation and Qualification Criteria):

Amount _________________________________

Physical size _________________________________

Complexity _________________________________

Methods/Technology _________________________________

Page 125: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid _________________________________________________________________________________________________

125

Similar Contract Number: ___ [insert specific number] of ___ [insert total number of contracts required.

Information

Physical Production Rate

_________________________________

Page 126: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid _________________________________________________________________________________________________

126

Form EXP – 2.4.2(b)

Specific Experience in Key Activities

Bidder’s Legal Name: ___________________________ Date: _____________________

JV Partner Legal Name: _________________________ Bidder’s Reference No.: __________

Subcontractor’s Legal Name: ______________ Page _______ of _______ pages

Information

Contract Identification _______________________________________

Award date

Completion date

_______________________________________

_______________________________________

Role in Contract Contractor

Management

Contractor

Subcontractor

Total contract amount _________________________ MUR______

If partner in a JV or subcontractor,

specify participation of total contract

amount

__________%

_____________

MUR_______

Employer’s Name: _______________________________________

Address:

Telephone/fax number:

E-mail:

_______________________________________

_______________________________________

_______________________________________

_______________________________________

Page 127: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid _________________________________________________________________________________________________

127

Form EXP – 2.4.2 (b)(cont.)

Specific Experience in Key Activities (cont.)

Bidder’s Legal Name: ___________________________ Page _______ of _______ pages

JV Partner Legal Name: ___________________________

Subcontractor’s Legal Name: __________________________

Information

Description of the key activities in

accordance with Sub-Factor 2.4.2(b) of

Section 1A (Evaluation and Qualification

Criteria):

Page 128: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid _________________________________________________________________________________________________

128

Section 5. Forms of Bid and Appendices to Bid

Form for Equipment

The Bidder shall provide adequate information to demonstrate clearly that it has the

capability to meet the requirements for the key equipment listed in Section 1A (Evaluation

and Qualification Criteria). A separate Form shall be prepared for each item of equipment

listed, or for alternative equipment proposed by the Bidder. The Bidder shall provide all the

information requested below, to the extent possible.

Item of equipment

Equipment

information

Name of manufacturer

Model and power rating

Capacity

Year of manufacture

Current

status

Current location

Details of current commitments

Source Indicate source of the equipment

Owned Rented Leased Specially manufactured

Omit the following information for equipment owned by the Bidder.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Page 129: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid 129 _____________________________________________________________________________________________

129

Form of Technical Proposal Name of Contract: ______________________________________________________________ To: __________________________________________ (Insert name and address of Employer) ___________________________________________________ Gentlemen: (1) We have examined the Conditions of Contract, Employer's Requirements & Specifications, Schedules, Addenda Nos ______ and the matters set out in the Appendix hereto. We have understood and checked these documents and have not found any errors in them. We accordingly offer to design, execute and complete the said Works and remedy any defects fit for purpose in conformity with these documents and the enclosed Proposal. (2) We hereby confirm that the bid complies with:

(a) the Bid validity, and

(b) the Bid Security, (3) We have no conflict of interest according to ITB Clause 4.3.

(4) We have taken steps to ensure that no person acting for us or on our behalf will engage in

any type of fraud and corruption as per the principles described hereunder, during the bidding process and contract execution:

i.We shall not, directly or through any other person or firm, offer, promise or give to

any of the Public Body’s employees involved in the bidding process or the execution

of the contract or to any third person any material or immaterial benefit which he/she

is not legally entitled to, in order to obtain in exchange any advantage of any kind

whatsoever during the tender process or during the execution of the contract.

ii. We shall not enter with other Bidders into any undisclosed agreement or

understanding, whether formal or informal. This applies in particular to prices,

specifications, certifications, subsidiary contracts, submission or non-submission of

bids or any other actions to restrict competitiveness or to introduce cartelisation in

the bidding process.

iii.We shall not use falsified documents, erroneous data or deliberately not disclose

requested facts to obtain a benefit in a procurement proceeding.

We understand that transgression of the above is a serious offence and appropriate actions will be taken against such bidders.

(5) We hereby declare that we are bound by the terms and conditions as well as the price proposal submitted in the separate envelope.

We are, Gentlemen Yours faithfully Signature ___________________ in the capacity of __________ duly authorized to sign bids for and on behalf of ________________________________________________________________ Address ___________________________________________________________________

Page 130: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid 130 _____________________________________________________________________________________________

130

Appendix to Technical Proposal

Bidders should fill in the remaining blank spaces in the Appendix. Bidders are required to sign each page of the Appendix to Bid.

Conditions of Contract Sub-Clause

Parties and Persons 1.1.2.2 Employer is Ministry of Agro-Industry & Food Security

1.1.2.4 Engineer is: Deputy Director, Agricultural Services

Dates, Tests, Periods and Completion

1.1.3.3 1. 90 days for completion of EIA/PER and detailed design from commencement date

2. 360 days for execution of works after handing over of

site to contractor.

Defects Notification Period

1.1.3.7 Defects Notification Period shall be: 365 days as from taking over certificate

Works and Goods 1.1.5.6 Sections of the Works shall be as follows: Not Applicable

Communications 1.3(a) Agreed systems of electronic transmission are: Not Applicable

1.3(b) Address of the Employer is: Permanent Secretary, Ministry of Agro-Industry and Food Security, 9th Floor Renganaden Seeneevasen Building Port Louis.

1.3(b) Address of the Engineer is: Deputy Director, Ministry of Agro-Industry and Food Security, 9th Floor Renganaden Seeneevasen Building Port Louis.

1.3(b) Address of the Contractor is: ___[insert information]______________________.

Law and Language 1.4 Law in force governing the Contract is Laws of Mauritius

1.4 Ruling language of the Contract is: English.

1.4 Language for communication is: English.

Right of Access to the Site

2.1 “Employer shall give the contractor access to site 14 days after commencement date and possession of site 14 days after submission of all approved program, design drawings, calculations, approvals, bonds and securities, evidence of insurances and other required document at that stage.”

Engineer’s Duties and Authority

3.1(ii) Engineer’s authority to instruct a Variation is limited to: 0.5% of the Contract Price.

3.1(iii) Engineer’s authority to approve a proposal for Variation submitted by the Contractor is limited to: 0.5% of the

Contract Price.

Performance Security 4.2 Performance Security will be in a form acceptable to

Page 131: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid 131 _____________________________________________________________________________________________

131

Employer in the amount of: 10 % of the Accepted Contract Amount.

General Design Obligations

5.1 Contractor’s obligation to notify the Employer of errors, faults or defects in the Employer’s Requirements is: 15

days from the Commencement Date.

Working Hours 6.5 Normal working hours are as per local labour and Mauritian laws

Delay Damages 8.7 Delay damages shall be in the amount of: MUR 250,000 per day in the currencies and proportions in which the Contract Price is payable.

8.7 Maximum amount of delay damages shall be: 10% of the final Contract Price.

Plant and Materials intended for the Works

14.5(b)(i) 14.5(c)(i)

Interim payments for approved plant and materials delivered on site only is payable

Delayed Payment 14.8 Financing charges shall be at the prevailing rate of interest at the legal rate for each occurrences in which payments are made.

General Requirements for Insurances

18.1 (a) Insurance for design

Evidence of insurance and policies to be submitted before the commencement date

(b) Other insurance

Evidence of insurance to be submitted before the date of possession of site by contractor and policies within 14 days after possession.

Insurance for Works and Contractor’s Equipment

18.2(d) Deductibles per occurrence shall be nil or the minimum possible and at the sole expense of the contractor

Insurance against Injury to Persons and Damage to Property

18.3 Limit of occurrence shall not be less than MUR 10 Million per occurrence, with the number of occurrences unlimited. This cover shall be extended to the Employer and its representatives

Insurance for Design 18.5 Limit for insurance shall not be less than: Professional Indemnity Insurance of MUR 5.0 Million

for each consultant

Initials of signatory of Bid _____________________________________

Page 132: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid 132 _____________________________________________________________________________________________

132

Form of Price Proposal Name of Contract: ______________________________________________________________ To: ___________________________________________(Insert name and address of Employer) ___________________________________________________ Gentlemen:

(a) We have examined the Conditions of Contract, Employer's Requirements & Specifications, Schedules, Addenda Nos _____ and the matters set out in the Appendix hereto. We have understood and checked these documents and have not found any errors in them. We accordingly offer to design, execute and complete the said Works and remedy any defects, fit for purpose in conformity with these documents and the enclosed Proposal, for the fixed lump sum of (in currencies, of payment) _________ or other such sums as may be determined in accordance with the terms and conditions of the Contract. The above amounts are in accordance with the Price Schedules herewith and are made part of this bid.

(b) We agree to abide by this Bid until _____________ and it shall remain binding upon us and maybe accepted at any time before that date. We acknowledge that the Appendix forms part of our Bid.

(c) We have no conflict of interest in accordance with ITB Sub-Clause 4.3;

(d) If our bid is accepted, we will provide the specified performance security, preference security (if applicable), commence the Works as soon as reasonably possible after receiving the Employer's Representative's notice to commence, and complete the Works in accordance with the above-named documents within the time stated in the Appendix to Technical Proposal.

(a) Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below:

Name and Amount and Purpose of Commission Address of Agent Currency or Gratuity _______________________________ __________________ _________________________ _______________________________ __________________ _________________________ _______________________________ __________________ _________________________ (if none, state “none”).

(f) We have taken steps to ensure that no person acting for us or on our behalf will engage

in any type of fraud and corruption as per the principles described hereunder, during the bidding process and contract execution:

i. We shall not, directly or through any other person or firm, offer, promise or give to

any of the Public Body’s employees involved in the bidding process or the

execution of the contract or to any third person any material or immaterial benefit

which he/she is not legally entitled to, in order to obtain in exchange any

advantage of any kind whatsoever during the tender process or during the

execution of the contract.

ii. We shall not enter with other Bidders into any undisclosed agreement or

understanding, whether formal or informal. This applies in particular to prices,

specifications, certifications, subsidiary contracts, submission or non-submission

of bids or any other actions to restrict competitiveness or to introduce cartelisation

in the bidding process.

Page 133: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid 133 _____________________________________________________________________________________________

133

iii We shall not use falsified documents, erroneous data or deliberately not disclose

requested facts to obtain a benefit in a procurement proceeding.

We understand that transgression of the above is a serious offence and appropriate actions will be taken against such bidders.

(g) We understand that:- a. you are not bound to accept the lowest or any bid you may receive; and

b. this bid, together with your written acceptance, shall constitute a binding contract

between us, until a formal contract is prepared and executed. We are, Gentlemen Yours faithfully Signature ___________________ in the capacity of __________ duly authorized to sign bids for and on behalf of ________________________________________________________________ Address __________________________________________ __________________________________________ Date _____________________________________

Page 134: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid 134 _____________________________________________________________________________________________

134

Appendix to Price Proposal

Bidders should fill in the remaining blank spaces in the Appendix. Bidders are required to sign each page of the Appendix to Bid.

Conditions of Contract Sub-Clause

Parties and Persons 1.1.2.2 Employer is Ministry of Agro-Industry & Food

Security

1.1.2.4 Engineer is: Deputy Director, Agricultural Services

Communications 1.3(a) Agreed systems of electronic transmission are: Not applicable

1.3(b) Address of the Employer is: Permanent Secretary, Ministry of Agro-Industry and Food Security, 9th Floor Renganaden Seeneevassen Building Port Louis. Not applicable

1.3(b) Address of the Engineer is: Deputy Director, Ministry of Agro-Industry and Food Security, 9th Floor Renganaden Seeneevassen Building Port Louis.

1.3(b) Address of the Contractor is: Not applicable

Law and Language 1.4 Law in force governing the Contract is Laws of Mauritius

1.4 Ruling language of the Contract is: English.

1.4 Language for communication is: English.

Provisional Sums 13.5(b)(ii) Percentage for overhead charges and profits for adjustment of Provisional Sums shall be: Not Applicable

Adjustments for Changes in Cost

13.8 See Schedule of Adjustment Data below. Not Applicable

Advance Payment

14.2 Total advance payment shall be: 10 % of the Accepted Contract Amount less Provisional and Contingency sums. Number and timing of installments of the advance payment shall be: One Installment after handing over of site and start of works. Currency in which the advance payment shall be paid is: in proportion of the currencies of the Accepted Contract Amount.

14.2 Repayment of the advance payment shall start after certification of: Twenty (20)% of the Accepted

Contract Amount.

Page 135: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid 135 _____________________________________________________________________________________________

135

14.2 Recovery of the advance payments shall be in the amount of: 12.5 % of the amount of monthly Interim

Payment Certificates.

14.2 Advance payment shall be recovered in full prior to the time when: Eighty (80) % of the Accepted Contract Amount has been certified for payment.

Application for Interim Payment Certificates

14.3(c) Amount to be retained shall be Ten (10 )%) of Interim Payment Certificates.

14.3(c) Limit of retention money shall be: Ten (10 )%) the Contract Price.

Schedule of Payment: (i) Design and Supervision Fees Approval of Design = 40% of this component During Construction Works = 50% Pro-rate on progress of works End of Defect Liability period = 10% (ii) Payment to Contractors Fees

Payment to be effected based on progress as per Activity Schedule, adjusting for retention money

This sum shall be disbursed subject to satisfactory performance of the supervision team.

Issue of Interim Payment Certificates

14.6 Minimum amount of an Interim Payment Certificates shall be five (5) % with no more than one (1)

submission per month.

Delayed Payment 14.8 Financing charges shall be at the prevailing rate of interest at the legal rate for each occurrences in which payments are made.

Payment of Retention Money

14.9 Payment for each Section shall be as follows:

Not applicable

Currencies of Payment 14.15 Currencies of payment shall be: Mauritian Rupees (MUR)

Initials of signatory of Bid _____________________________________

Page 136: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid 136 _____________________________________________________________________________________________

136

Personnel

Form PER-1: Proposed Personnel

Bidders should provide the names of suitably qualified personnel to meet the specified

requirements stated in Section 1A (Evaluation and Qualification Criteria). The data on their

experience should be supplied using the Form below for each candidate.

1. Title of position

Name

2. Title of position

Name

3. Title of position

Name

4. Title of position

Name

5. Title of position

Name

6. Title of position

Name

etc Title of position

Name

Page 137: Ministry of Agro-Industry & Food Security

Section 5. Forms of Bid and Appendices to Bid 137 _____________________________________________________________________________________________

137

Form PER-2: Resume of Proposed Personnel

The Bidder shall provide all the information requested below.

Position

Personnel

information

Name

Date of birth

Professional qualifications

Present

employment

Name of employer

Address of employer

Telephone

Contact (manager / personnel

officer)

Fax

E-mail

Job title

Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular

technical and managerial experience relevant to the project.

From To Company, Project, Position, Relevant Technical and Management

Experience

Page 138: Ministry of Agro-Industry & Food Security

Section 6. Sample Forms _________________________________________________________________________________________________

138

Section 6. Sample Forms

Table of Contents Form of Bid Security 139 Form of Bid Securing Declaration 140 Form of Contract Agreement 141 Form of Performance Security 142 Form of Advance Payment Security 143 Form of Cost Structure for Value Added Calculation per Product 144 Format of CV 145

Page 139: Ministry of Agro-Industry & Food Security

Section 6. Sample Forms _________________________________________________________________________________________________

139

Form of Bid Security (Bank Guarantee)

............................................Bank’s Name and Address of issuing Branch or Office

............................................................

Beneficiary:.................................Name and Address of Public Body………..................................

Date: ..................................................................................................................................

BID GUARANTEE No.: ......................................................................................................

We have been informed that ......................[name of the Bidder]……...... (hereinafter called "the Bidder") has submitted to you its bid dated ....................(hereinafter called "the Bid") for the execution of .............................[name of contract] ......................... under Invitation for Bids No..........................[IFB number] ….................. (“the IFB”). Furthermore, we understand that, according to your conditions, bids must be supported by a bid security. At the request of the Bidder, we ..................................[name of Bank] ...................... hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ............................[amount in figures]…........................ .(..............amount in words...................) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

(a) has modified or withdrawn its Bid after the deadline for submission of its bid during the period of bid validity specified by the Bidder in the Form of Bid; or

(b) has refused to accept a correction of an error appearing on the face of the Bid; or (c) having been notified of the acceptance of its Bid by the Public Body during the

period of bid validity, (i) fails or refuses to sign the contract Form, if required, or (ii) fails or refuses to furnish the performance security, in accordance with the Instructions to Bidders.

This guarantee shall expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of the contract signed by the Bidder and the performance security issued to you upon the instruction of the Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder of the name of the successful bidder; or (ii) thirty days after the expiration of the Bidder’s Bid. Consequently, any demand for payment under this guarantee must be received by us at the office on or before ........................................[Public Body to insert date]................................................. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758. (Applicable to overseas bidders only).

.......................................................[Bank’s seal and authorized signature(s)] .........................

Page 140: Ministry of Agro-Industry & Food Security

Section 6. Sample Forms _________________________________________________________________________________________________

140

Form of Bid-Securing Declaration

Date: [insert date (as day, month and year)] Bid No.: [insert number of bidding process]

Alternative No.: [insert identification No if this is an alternative bid ]

To: [insert complete name of Public Body]

I/We*, the undersigned, declare that:

I/We* understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration. I/We* accept that I/we* may be disqualified from bidding for any contract with any Public Body for the period of time as may be determined by the Procurement Policy Office under section 35 of the Public Procurement Act, if I am/we* are* in breach of any obligation under the bid conditions, because I/we*:

(a) have modified or withdrawn my/our* bid after the deadline for submission of bids during the period of bid validity specified in Instructions to Bidders; or

(b) have refused to accept a correction of an error appearing on the face of the bid; or

(c) having been notified of the acceptance of our bid by the [insert name of public

body] during the period of bid validity, (i) have failed or have refused to execute the Contract, if required, or (ii) have failed or have refused to furnish the Performance Security, in accordance with the Instructions to Bidders.

I/We* understand this Bid Securing Declaration shall cease to be valid (a) in case I am/we are the successful Bidder, upon receipt of copies of the contract signed by me/us and the issuance of the Performance Security; or (b) in case I am/we are* not the successful Bidder, upon the earlier of (i) the receipt of your notification of the name of the successful Bidder; or (ii) thirty days after the expiration of the validity of my/our* bid.

Signature: …………………………………………………………….. Name: [insert complete name of person signing the Bid Securing Declaration] In the capacity of: [Insert the position of the signatory in the company].................. Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder] Dated on ____________ day of __________________, _______ [insert date of signing] Corporate Seal [where appropriate] [Note: In case of a Joint Venture, the Bid Securing Declaration must be in the name of all partners to the Joint Venture that submits the bid.] [*Please delete as appropriate]

Page 141: Ministry of Agro-Industry & Food Security

Section 6. Sample Forms _________________________________________________________________________________________________

141

Form of Contract Agreement This Agreement made this _____ day of ____________ 20 _____ between ________________ _____________________________________________________________________________ of ___________________________________________________________________________ (hereinafter called “the Employer") of the one part and __________________________________ of ____________________________________________ (hereinafter called "the Contractor") of the other part Whereas the Employer desires that the Works known as ________________________________ should be designed and executed by the Contractor, and has accepted a Bid by the Contractor for the design, execution and completion of such Works and the remedying of any defects therein. The Employer and the Contractor agree as follows: 1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents shall be deemed to form and be read and construed as part of

this Agreement:

(a) The Letter of Acceptance dated ____________ (b) The Employer's Requirements (c) The Addenda nos. ___________ (d) The Bid dated _______________ (e) The Conditions of Contract (Parts I and II) (f) The completed Schedules, and (g) The Contractor's Proposal.

3. In consideration of the payments to be made by the Employer to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the Employer to design, execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor, in consideration of the design,

execution and completion of the Works and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

In Witness whereof the parties hereto have caused this Agreement to be executed the day and year first before written in accordance with their respective laws. Authorized signature of Employer Authorized signature of Contractor SEAL SEAL (if any) (if any) in the presence of: in the presence of: Name ___________________________ Name ___________________________ Signature ________________________ Signature ________________________ Address _________________________ Address _________________________

Page 142: Ministry of Agro-Industry & Food Security

Section 6. Sample Forms _________________________________________________________________________________________________

142

Form of Performance Security (Bank Guarantee)

To: _______________________________________________________ [name of Employer] _______________________________________________________ [name of Employer] WHEREAS____________________________________ [name and address of Contractor] (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. ____________ dated ______ to execute __________________________________________ [name of Contract and brief description of Works] (hereinafter called "the Contract"); AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with its obligations in accordance with the Contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of __________________________________ [amount of Guarantee]16 _______________________________________ [in words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of ______________________________________ [amount of Guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until the date of issue of the Performance Certificate. Signature and Seal of the Guarantor ______________________________ Name of Bank ______________________________ Address ______________________________

Date ______________________________

16 An amount is to be inserted by the Guarantor, representing the percentage of the Contract Price specified in the

Contract, and denominated either in the currency(ies) of the Contract or in a freely convertible currency acceptable to the Employer.

Page 143: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

143

Form of Advance Payment Security (Bank Guarantee)

To: _____________________________________________________ [name of Employer] _____________________________________________________ [address of Employer] _____________________________________________________ [name of Contract] Gentlemen: In accordance with the provisions of the Conditions of Contract, Sub-Clause 13.2 (“Advance Payment") of the above-mentioned Contract, ________________________________ [name and Address of Contractor] (hereinafter called “the Contractor") shall deposit with ________________________________________________ [name of Employer] a bank guarantee to guarantee its proper and faithful performance under the said Clause of the Contract in an amount of _____________________________________________ [amount of Guarantee]17 __________________________________________________________ [in words]. We, the ____________________________ [bank], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to ________________________________________________ [name of Employer] on its first demand without whatsoever right of objection on our part and without its first claim to the Contractor, in the amount not exceeding __________________________________________________________ [amount of Guarantee]1 __________________________________________________________ [in words]. We further agree that no change or addition to or other modification of the terms of the Contract or of Works to be performed thereunder or of any of the Contract documents which may be made between _______________________________________________ [name of Employer] and the Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until ________________________________________________ [name of Employer] receives full repayment of the same amount from the Contractor.

Yours truly, ______________________________________ Signature and Seal: ______________________________________

Name of Bank/Financial Institution: ______________________________________ Address: ______________________________________

Date: ______________________________________

17 An amount is to be inserted by the Bank or financial institution representing the amount of the Advance Payment,

and denominated either in the currency(ies) of the Advance Payment as specified in the Contract, or in a freely convertible currency acceptable to the Employer.

Page 144: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

144

Form of Cost Structure for Value Added per Product

COST STRUCTURE FOR VALUE ADDED CALCULATION PER PRODUCT

Rs Rs

Raw Materials, Accessories & Components

Imported (CIF)

..................

..................

Local (VAT & Excise Duty Fee)

................

.................

Labour Cost

Direct Labour

.................

..................

Clerical Wages

..................

..................

Salaries to Management

..................

..................

Utilities

Electricity

..................

..................

Water

..................

..................

Telephone

..................

..................

Depreciation

..................

..................

Interest on Loans

..................

..................

Rent

..................

..................

Other (please specify)

........................................

..................

..................

........................................

..................

..................

........................................

..................

..................

TOTAL COST

Local Value Added = Total Cost – Cost of imported inputs x 100 Total Cost

The cost structure should be certified by a Certified Accountant

Page 145: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

145

Format of CV Name ……………………………………………………………... Profession ……………………………………………………………… Years with firm ……………………………………………………………… Nationality ……………………………………………………………… Proposed Position In Team ………………………………………………………………. Key Qualification ………………………………………………………………..

(Under this heading, give outline of staff member’s experience and training most pertinent to assigned work on proposed team. Describe degree of responsibility held by staff member and relevant previous assignments and give dates and locations. Education (Under this heading, summaries College/University and other specialized education of staff member, giving name of schools, dates attended and degrees obtained. Use up to a quarter pages) Experience Record (Under this heading, list all positions held by staff members since graduation, title of positions held and location of assignment. For example in last ten years, also give types of activities performed and Employers references, where appropriate. Use up to three quarters of a page). Languages (Indicate proficiency in speaking, reading and writing of each language by “excellent “,”good”, “fair” or “poor”)

Signature of staff members………………………………………..Date…………………………

Page 146: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

146

Section 7. Schedules

Page 147: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

147

Section 7. Schedules

CONSTRUCITON OF A SLAUGHTER HOUSE AT WOOTON

Activity Schedule Section 1:- Building works

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

1. PRELIMINARIES & GENERAL COSTS

The Contractor is to allow for costs related to

Preliminaries and General Conditions of Contract

requirements including the following but not limited

to setting out of works, site management,

Contractor's Office, overheads, tools, plants,

scaffolding ,store, stacking and storage of

materials, Employer’s facilities, insurances, bonds,

watchmen, light, electricity, signboard, protection,

security of workmen, etc… and works on site,

temporary hoardings and gantries, pumping and

dewatering, police requirements etc

Note: The Bidder is advised to visit and inspect

the site for which he is tendering prior to

submission of his offer as no claims will be

allowed on the grounds of ignorance of the

Conditions under which the works will be executed.

In particular, the Bidder must decide for himself

the existing ground levels, detection, deviation and

protection of existing services, the nature of

the ground and subsoil to be excavated at his own

risks and costs and shall be responsible to

construct the foundation to the full satisfaction

of the Engineer. Sum

2. Preliminaries work on site

Allow for providing special care so as not to

interfere unnecessarily with or so as to

accommodate any services installations

that may be met. Sum

TOTAL CARRIED TO COLLECTION SHEET (PAGE 168)

Page 148: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

148

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

3 Slaughter House

A SUBSTRUCTURE

All works below underside of screed, including

damp proof membrane, together with relevant

excavations, cutting and filling in all types of soil

including rock excavations and foundations and

including Anti- termite treatment Sum

B SUPERSTRUCTURE

B.1 FRAME

Reinforced concrete frame including beams, ties,

columns and the like

B.1.1 GROUND FLOOR

B.1.1.1 Columns (including ties) Sum

B.1.1.2 Beams Sum

B.2 ROOF STRUCTURE

B.2.1

Reinforced concrete slab including parapet walls, upstands,

gutters, stub columns, columns, beams and expansion joints.. Sum

B.3 ROOF COVERINGS

All works to include roof screeds, roof tiles and finishings.

Screed laid to slope comprising of an approved

Waterproofing compound.

B.3.1 Double layer waterproofing membrane Sum

TOTAL CARRIED TO COLLECTION SHEET (PAGE 168)

Page 149: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

149

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

B.4 ROOF DRAINAGE

All work to include rainwater heads and roof outlets

B.4.1 Rainwater heads Sum

B.4.2 Outlets Sum

B.4.3 Downpipes Sum

B.5 STAIRS, if any

B.5.1 STAIRS STRUCTURE

B.5.1.1 Reinforced concrete structure including landings and half

landings. Sum

Reinforced concrete/block structure for lift shaft Sum

B.5.2 STAIR FINISHES

B.5.2.1 Finishes to threads, risers, landings, half landings, ramps

surfaces, strings and soffits Sum

B.5.3 STAIR BALUSTRADES AND HANDRAILS

B.5.3.1 Balustrades and handrails to stairs, landings and

stairwells Sum

B.6 EXTERNAL WALLS

Not withstanding the ‘Standard Form of Cost Analysis’ Sum

this item shall not include external wall finishes

All works forming the external enclosing walls Sum

B.6.1 Hollow concrete blocks

Ground floor Sum

TOTAL CARRIED TO COLLECTION SHEET (PAGE 168)

Page 150: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

150

DESCRIPTION UNIT QTY RATE AMOUNT

C WINDOWS AND EXTERNAL DOORS

Opening sizes shall be checked on site prior to Sum

manufacture

All works including frames, linings, trims, ironmongery, Sum

Burglar-proofing, glazing and finishes. Concrete work to

include all lintels, cills and work to reveals of openings

all as per specifications and drawings

C.1 GROUND FLOOR

C.1.1 Windows Sum

C.1.2 Burglar Proofing Sum

C.1.3 Door Sum

D INTERNAL WALLS AND PARTITIONS

All works to include internal vertical divisions within the

buildings and including screens, borrowed lights, Sum

moveable space, dividing partitions, sliding/folding

partitions, glazing including all fixtures and fittings to

Project Manager’s approval.

D.1 HOLLOW CONCRETE BLOCKS

D.1.1 Ground Floor Sum

D.2 INTERNAL DOORS

Opening sizes shall be checked on site prior to Sum

manufacture

All works including frames, linings, moulded architraves, trims,

ironmongery, Sum

glazing and finishes. Concrete work to

include all lintels, cills, thresholds and work to reveals of

openings

all as per specifications and drawings

TOTAL CARRIED TO COLLECTION SHEET (PAGE 168)

Page 151: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

151

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

D.2.1 Ground Floor Sum

E INTERNAL AND EXTERNAL FINISHES

E.1 WALL FINISHES

Notwithstanding the 'Standard Form of Cost Analysis' this Sum

item shall include external Wall Finishes

Work to include all Finishes applied to walls both Sum

internally and externally.

E.1.1 GROUND FLOOR

E.1.1.1 Rendering Sum

E.1.1.2 Painting Sum

E.1.1.3 Tiling to bathroom areas Sum

E.1.1.3 polyurethane finish or equivalent Sum

E.2 FLOOR FINISHES

All works to include screeds, skirtings and finishes to floor Sum

surfaces

E.2.1 GROUND FLOOR

Plain screed, Polyurethane finish or equivalent

E.2.1.1 Homogeneous non-skid ceramic tiles Sum

E.2.1.2 Nosing tiles as specified to staircase Sum

E.3 CEILING FINISHES

All works to include finishes to surfaces and soffits Sum

including sides and soffits of beams and construction and

finishes of suspended ceilings

TOTAL CARRIED TO COLLECTION SHEET (PAGE 168)

Page 152: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

152

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

E.3.1 GROUND FLOOR

E.3.1.1 Rendering Sum

E.3.1.2 Painting Sum

F.1 Sanitary Appliances

All sanitary appliances such as shower fixtures, wash hand

basins, sinks, etc...

WC’s, urinals and toilet roll holders, towel rails, traps, waste

fittings, overflows and taps, etc.

F.1.1 WC unit Sum

F.1.2 WC for disable Sum

F.1.3 Shower tray with floor trap Sum

F.1.4 Wash hand basin fixed to worktop Sum

F.1.5 Toilet roll holder Sum

F.1.6 Towel rails Sum

F.1.7 Mirrors Sum

G BUILDERS WORK IN CONNECTION WITH SERVICES

AND EXTERNAL WORKS

G.1 Work incidental to sanitary fittings, disposal installations,

rainwater pipes, fire, electrical installations, telephone and

plumbing installations Sum

G.2 Coordination with all engineering installations marking

and setting of position of all works. Sum

G.3 Cutting and forming all holes, materials, chases, PVC,

sleeves and the like and making good finishes Sum

TOTAL CARRIED TO COLLECTION SHEET (PAGE 168)

Page 153: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

153

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

4 ADMINISTRATION BLOCK

A SUBSTRUCTURE

All works below underside of screed, including

damp proof membrane, together with relevant

excavations, cutting and filling in all types of soil

including rock excavations and foundations and

including Anti- termite treatment Sum

B SUPERSTRUCTURE

B.1 FRAME

Reinforced concrete frame including beams, ties, Sum

columns and the like

B.1.1 GROUND FLOOR

B.1.1.1 Columns (including ties) Sum

B.1.1.2 Beams Sum

B.3 ROOF STRUCTURE

Sum

B.4 ROOF COVERINGS

All works to include roof screeds, roof tiles and finishings.

Screed laid to slope comprising of an approved Sum

waterproofing compound.

B.4.1 Double layer waterproofing membrane Sum

TOTAL CARRIED TO COLLECTION SHEET (PAGE 168)

Page 154: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

154

B.5 ROOF DRAINAGE

All work to include rainwater heads and roof outlets Sum

B.5.1 Rainwater heads Sum

B.5.2 Outlets Sum

B.5.3 Downpipes Sum

B.7 EXTERNAL WALLS

Not withstanding the ‘Standard Form of Cost Analysis’

this item shall not include external wall finishes

All works forming the external enclosing walls

B.7.1 Hollow concrete blocks Sum

B.7.1.1 Ground floor Sum

TOTAL CARRIED TO COLLECTION SHEET (PAGE 168)

Page 155: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

155

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

C WINDOWS AND EXTERNAL DOORS

Opening sizes shall be checked on site prior to Sum

manufacture

All works including frames, linings, trims, ironmongery,

burglarproofing, glazing and finishes. Concrete work to Sum

include all lintels, cills and work to reveals of openings

all as per specifications and drawings

C.1 GROUND FLOOR

C.1.1 Windows Sum

C.1.2

Doors

Sum

C.1.3 Burglar Proofing Sum

C.1.4 Glazed openings in timber/Aluminium Sum

D INTERNAL WALLS AND PARTITIONS

All works to include internal vertical divisions within the

buildings and including screens, borrowed lights,

moveable space, dividing partitions, sliding/folding

partitions, glazing including all fixtures and fittings to

Architect`s approval.

D.1 HOLLOW CONCRETE BLOCKS

D.1.1 Ground Floor Sum

TOTAL CARRIED TO COLLECTION SHEET (PAGE 168)

Page 156: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

156

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

D.2 INTERNAL DOORS

Opening sizes shall be checked on site prior to Sum

manufacture

All works including frames, linings, moulded architraves, trims,

ironmongery,

glazing and finishes. Concrete work to

include all lintels, cills, thresholds and work to reveals of

openings

all as per specifications and drawings

D.2.1 Ground Floor Sum

E INTERNAL AND EXTERNAL FINISHES

E.1 WALL FINISHES

Notwithstanding the 'Standard Form of Cost Analysis' this

item shall include external Wall Finishes

Work to include all Finishes applied to walls both

internally and externally.

E.1.1 GROUND FLOOR

E.1.1.1 Rendering Sum

E.1.1.2 Painting Sum

E.1.1.3

Tiling to toilet areas

Sum

E.2 FLOOR FINISHES

All works to include screeds, skirtings and finishes to floor

surfaces

E.2.1 GROUND FLOOR

TOTAL CARRIED TO COLLECTION SHEET (PAGE 168)

Page 157: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

157

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

E.2.1.1 Homogeneous non-skid ceramic tiles Sum

E.2.1.2 Nosing tiles as specified to steps Sum

E.3 CEILING FINISHES

All works to include finishes to surfaces and soffits

including sides and soffits of beams and construction and

finishes of suspended ceilings

E.3.1 GROUND FLOOR

E.3.1.1 Rendering Sum

E.3.1.2 Painting Sum

E.3.1.3

Gypsum/pvc false ceiling including all necessary cut outs for

light fitting , grills for airconditioningetc Sum

E.4 FINISHES TO OTHER MEMBERS

E.4.1 Apply Varnish/paint to external entrance door Sum

E.4.2 Apply Varnish/paint to internal door Sum

E.4.3 Apply Varnish/paint to balustrades Sum

E.4.4 Apply Varnish/paint to timber truss and column Sum

E.4.5 Apply primer and paint to metal members Sum

TOTAL CARRIED TO COLLECTION SHEET (PAGE 168)

Page 158: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

158

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

F.1 Sanitary Appliances

All sanitary appliances such as shower fixtures, wash hand

basins, sinks, etc...

WC’s, urinals and toilet roll holders, towel rails, traps, waste

fittings, overflows and taps, etc. Sum

F.1.1 WC unit Sum

F.1.2 WC for disable Sum

F.1.3 Towel rails Sum

F.1.4 Wash hand basin fixed to worktop Sum

F.1.5 Toilet roll holder Sum

F.1.6 Mirrors Sum

G BUILDERS WORK IN CONNECTION WITH SERVICES

AND EXTERNAL WORKS

G.1 Work incidental to sanitary fittings, disposal installations,

rainwater pipes, fire, electrical installations, telephone and

plumbing installations Sum

G.2 Coordination with all engineering installations marking

and setting of position of all works. Sum

G.3 Cutting and forming all holes, materials, chases, pvc,

sleeves and the like and making good finishes Sum

TOTAL CARRIED TO COLLECTION SHEET (PAGE 168)

Page 159: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

159

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

5 WASTEWATER TREATMENT PLANT Sum

6

CEB Supply including Transformer and switchgears from the

main road to the site Sum

7 CWA Supply Sum

8 SITE WORKS & MINOR BUILDINGS Sum

Pump room

Gate post

Transformer /generator room

9

Site Works, Fencing, Tarmac, boundary wall, septic tank,

manholes, leaching field, catch pits, etc Sum

10 Main access road Sum

Any other works/items not listed above but which Sum

are deemed to be carried out as per specifications and drawings

for successful completion of the works

(list below)

TOTAL CARRIED TO COLLECTION SHEET (PAGE 168)

Page 160: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

160

SCHEDULE OF MATERIALS

Section 2:- For Mechanical Works

Item

Description

Unit

Qty

Rate

Total Amount

(Rs)

1 (i) (ii) (iii) 2 (i) (ii) (iii) (iv) 3 (i) (ii) (iii) (iv) 4 (i) (ii)

Cold water system Booster pumps and jockey pumps equipped with variable speed drive complete with appropriate pressure vessel. The pumps shall be pre-wired( factory assembled) Electronic control panel, 3 ph,400 V, 50 Hz with sequential function and cascade operation Float level switch, heavy duty preferable non-mercury type, complete with control and power cables. Vibration isolating mounting for each pump set. Cold water pipe work and accessories Underground cold water feed pipe work from reservoir to water tanks- HDPE PN 10 HDPE PN 16 pipes, uPVC PN 16 pipes Ball valves, Valve Chamber, Pressure Regulating Valve, Air Release Valves, Non Return valves, Water Hammer Arrestors potable drinking points. Other items not included above which are required for complete operation of the cold water system Hot Water System Pressurized hot water system with combination of solar water heater and hot water from boiler and appropriate heat exchangers. Boiler complete with softening plant and heat exchangers Hot water pipes and accessories inclusive of sterilizers, wash

hand basins , insulation, check valves, protection against

cross flow and temperature indicators

Other items not included above which are required for complete operation of the hot water system

Sewage and effluent management

Sewage and treatment plant

Trash pumps and sewer line

Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot

1 1 1 1 1 1 1 1 1 1 1 1 1

Page 161: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

161

(iii) (iv) (v) 5 (i) (ii) (iii) (iv) (v) (vi) 6 (i) (ii) (iii) 7 (i) (ii) (iii) (iv)

Compactor truck

Sewer pipes and accessories

Other items not included above which are required for complete operation of the sewer and effluent management system

Fire Fighting System

Booster and stand-by pumps complete control system and pre-wired Reticulation system within the slaughterhouse and in the yard Hose reel in appropriate casing preferably of stainless steel type Storage Water Tank of about 20 m3Complete with ball valves and Ball cock

Dry powder and carbon dioxide fire extinguishers as per

Government Fire Services requirement

Other items not included above which are required for complete operation of the fire fighting system Compressed air system

Compressor with delivery pressure of 7 bars with flow rate determined by requirement of slaughterhouse equipment Supply of compressed air line to the three respective slaughter lines complete with pressure switches, check valves, air receivers, pressure gauges, drain, safety valve, refrigerated air driers, line filters and lubricators. Other items not included above which are required for complete operation of the fire fighting system Incinerator Incinerator complete with controls, chimney and accessories Blood coagulator and blood tank Blood pumps complete with controls, drains and pipelines Other items not included above which are required for complete operation of the Incinerator/ Blood coagulator and blood tank system

Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

Page 162: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

162

8 (i) 9 (i) (ii) (iii) (iv) (v) 11 (i) (ii) 12 (i)

Maintenance Workshop Set of tools and equipment required for maintenance of the slaughterhouse equipment recommended by the manufacturers complete with all special tools and personal protective equipment Lairage Cold water draw off point cleaning purposes for all three separate lines Hoses and accessories Draw off point for water trough Weighing balance and accessories for control prior to slaughtering for all three lines Draw off points for washing bay for dirty delivery trucks Slaughterhouse equipment Design, manufacture and install all rail works, slaughterhouse equipment, platforms, wash hand basin, wash hand basin sterilizers, wash hand basin saw sterilizers, apron wash, boot wash inclusive of hoists, bleeding equipment as per design information to acceptable export slaughterhouse standards for all three lines. Computerized slaughterhouse tracking, weighing, grading and data collection system from reception of the animals to the generation of the financial accounting of the slaughterhouse complete with all the workstations and scales shall be provided. Testing and Commissioning Testing and commissioning of all slaughterhouse equipment to ensure that all the equipment are in proper working order as per manufacturer’s specifications and to the satisfaction of the client. Any Other Installations Builder’s works, civil works and other additional works related to the mechanical services Supply of three(3) sets of as made drawing for mechanical services of each slaughter line and equipment installations Supply of three(3) sets of as made drawing for hot and cold water installations Supply of three(3) sets of as made drawing for sewage and effluent management installations

Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot Lot

1 1 1 1 1 1 1 1 1 1 1 1 1

Page 163: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

163

Supply of three(3) sets of as made drawing for fire fighting installations Supply of three(3) sets of as made drawing for compressed air installations Supply of three(3) sets of as made drawing for incinerator and blood treatment installations Supply of three(3) sets of as made drawing for lairage facilities installations Supply of three(3) sets of Operation and Maintenance Manuals for all mechanical installation and equipment Any other item not mentioned but necessary to complete the mechanical installations associated with the slaughterhouse( Details to be submitted)

Lot Lot Lot Lot Lot

1 1 1 1 1

TOTAL MECHANICAL CARRIED TO MAIN SUMMARY

(PAGE 169)

Page 164: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

164

PRICE ACTIVITY SCHEDULE

Section 3:- For Electrical Works

Item No. Description Quantity

Rate Amount

Supply, installation, testing and commissioning

of the following:

1.0 Distribution Boards

1

.

1

Free standing MDB Sum

1

.

2

Sub Distribution Boards c/w enclosure,

protective devices, distribution block & control

devices as per schematic layout.

Sum

2.0 Generator Set

2.1

Prime rated Generator set KVA capacity c/w

changeover panel, electrical installation, diesel tank

with ‘full’ diesel, associated work and other

requirements mention in this bid document.

Sum

2.2 Factory inspection and witnessing factory

acceptance test at manufacturer’s place Sum

3.0 Wire ways for electrical, Fire alarm system and

other cables to be used.

3.1 Conceal Conduit, flexible conduit and accessories,

trunkings, pipes, etc. Sum

3.2 Cable trays, cable ladders and accessories Sum

4.0 Luminaires

4.1 Luminaires as per layout Sum

Page 165: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

165

5.0 Cables

5.1 Cables as per schematic layouts & drawings. Sum

5.2 Main cables Sum

6.0 Electrical accessories & Equipment

6.1 Switched sockets outlets including industrial type

and weatherproof, Double pole switches, etc. Sum

6.2 Switches Sum

6.3 Isolators Sum

6.4 Switching of lights as per requirements. Sum

6.5 Extractors fan Sum

6.6 Capacitor bank Sum

6.7 UPS Sum

7.0 Fire Alarm System

7.1 Fire Detectors Sum

7.2 Call points (break glass) Sum

7.3 Cables Sum

7.4 Sounders Sum

8.0 Testing & Measuring equipment Sum

9.0 Lightning Protection System Sum

10.0 Firefighting – CO2 gas Sum

11.0 Air-conditioning System

11.1 DC type air conditioning system Sum

11.2 Cold Rooms including control for run/standby

and automatic operation Sum

11.3 Fresh air intake system Sum

11.4 Central air conditioning system Sum

11.5

Factory inspection and witnessing factory

acceptance test at manufacturer’s place for central

air conditioning system

Sum

Page 166: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

166

12.0 Provision of Lightning Protection System Sum

13.0 Spare light fittings Sum

14.0 Allow for liaison with local Authorities Sum

15.0 Site Work

Trenching Work & make good

15.1 Trenching for electrical cable, fire alarm cable any

other cables Sum

15.2 Draw pit

15.3 Electrical cable, fire alarm cable any other cables Sum

15.4 Pressure PVC Pipe

1

5

.

5

110mm & 63mm pressure PVC pipes (electrical

cable, fire alarm cable any other cables) Sum

16.0 All associated civil & Builders work Sum

17.0 CCTV system including Camera units, Cables and

accessories Sum

18.0 Telephone Network including PABX unit, telephone

sockets, telephone sets, cables and accessories. Sum

19.0 Access control system including Access control

units, Cables and accessories Sum

20.0 LAN Network including RJ45 sockets, cables and accessories

Sum

21.0

Intruder alarm system including Intruder Alarm

panel, Provision for connection of panel to the

nearest Police station, Panic alarm, Intruder

detectors, Cables and accessories,

Sum

22.0 Power points to mechanical systems Sum

23.0

Testing and commissioning of the following:,

Electrical system including Generator set, UPS,

telephone system, LAN network system, access

Sum

Page 167: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

167

control system, intruder alarm system and fire alarm

system.

24.0 Drawings & Manuals & Test Certificates

24.1 Shop Drawings & Builders work drawings Sum

24.2 As-Made Drawings and Test Certificates Sum

24.3 Manuals sum

24.4

Submission of all Testing/commissioning

tools/equipment and all operation/maintenance

tools for the project as per specifications

Sum

25.0

Any other items not mentioned but needed to

complete the installation (contractor to submit

details)

a.

b.

c.

d.

e.

Sum

TOTAL ELECTRICAL WORKS CARRIED TO

MAIN SUMMARY (PAGE 169)

Page 168: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

168

COLLECTION SHEET

Page No Amount (Rs) Brought Forward From Pg 147

148

149

150

151

152

153

154

155

156

157

158

159

160

Total Building Works

Carried To Main

Summary (Page 169)

Page 169: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

169

MAIN SUMMARY

Rs Cs

(i) Section 1: Building works (Page 168) (ii) Section 2: Mechanical works (Page 163) (iii) Section 3: Electrical Works (Page 167)

Sub-Total Works (A)

(iv) Design and Supervision Fees

Sub Total (B) [(iv) +(A)]

Discount, if any, (C)

Total Excluding VAT (D) [(B)-(C)]

Contingency Sum Allow for a Contingency sum of Rupees Five million to be used at the discretion of the employer and deducted in whole or part, if not required. (E)

5,000,000

00

TOTAL AMOUNT EXCLUSIVE OF VAT AND CONTINGENCY (F) = (D) + (E) to be carried forward to Form of Price Proposal paragraph (a)

Signature of Contractor…………………………………………………

Name of Contractor………………………………………………………

Date…………………………………………………………………………

VAT Registration No………………………………………………………

Company Seal………………………………………………………………..

Page 170: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

170

I. Recommended Spare Parts

Item

Description

Make

Origin

Quantity

Sum

TOTAL

Prices shall not be included in the Main summary Sheet and will not be taken into consideration in the Bid Evaluation.

Page 171: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

171

SCHEDULE OF MATERIALS/EQUIPMENT

Materials Make/Origin Model Ref No.

1 Distribution boards

2 LED Luminaire

3 Floodlight

4 Emergency Luminaire

5 Oval LED Luminaire- 11 W

6 Luminaire Support

7 Extractor fan

8 Unswitched socket Wp

9 Twin socket

10 Isolator

11 Switches

12 Dimming instrument

13 Support for luminaires

14 MCB

15 RCD

16 PVC conduit

17 Cable tray

18 Switch socket

19 Switch waterproof

20 Industrial socket

21 PVC conceal conduit

22 PVC pressure pipe

23 Hand Driers

24 Fire alarm panel

25 CO2 Fire Extinguisher

26 Generator set

27 Cables

28 Pure copper Earth rod

29 Surge protector

30 Lightning protection

31 Double pole switch

32 MCCB

33 Isolating switch

Page 172: Ministry of Agro-Industry & Food Security

Section 7. Schedules _________________________________________________________________________________________________

172

34 Air Conditioner

56 Cold Rooms

57 (list below other items not

mentioned)

Page 173: Ministry of Agro-Industry & Food Security

Section 8. Location/ Site Plan _________________________________________________________________________________________________

173

Section 8. Location/ Site Plan

Page 174: Ministry of Agro-Industry & Food Security

Section 8. Location/ Site Plan _________________________________________________________________________________________________

174

Section 8. Location/ Site Plan

Page 175: Ministry of Agro-Industry & Food Security

Section 9. Checklist _________________________________________________________________________________________________

175

Section 9. Checklist

The bidder should ensure that the table below is completed and attached to the bid document at the time of submission

Page 176: Ministry of Agro-Industry & Food Security

Section 9. Checklist _________________________________________________________________________________________________

176

CHECKLIST FOR SUBMISSION - Self Adherence

DOCUMENTS TO BE INCLUDED IN TECHNICAL ENVELOPE A Bidder use Office Use

Yes No Yes No Remarks

Drawings, Reports and models

DOCUMENTS TO BE INCLUDED IN TECHNICAL ENVELOPE A1

1. Bid Form for Technical Proposal and Appendix to Technical Proposal

2.Written Authorization for signing the bid

3.Information on Qualification ;(as per clause 6.1 of the ITB )

4.Confirmation of Eligibility as per clause 4

5. Schedule of Key Personnel

6 Schedule of Subcontractors;

7. Forms of acceptance by Consultants

8.C V of personnel & Consultants

9.Schedule of compliance sheets

10. Bid Security

DOCUMENTS TO BE INCLUDED IN FINANCIAL ENVELOPE B

Bidder use

Office use

Yes No Yes No

1.Bid Form for Price Proposal

2.Appendix to Price Proposal

…………………………………………………(Signature of Bidder)