Request for Quotations for Works · Purchase Order/ Letter of acceptance. Quotation Authorised by:...
Transcript of Request for Quotations for Works · Purchase Order/ Letter of acceptance. Quotation Authorised by:...
Agricultural Bank of Namibia (Agribank)
Request for Quotations for Works
RENOVATIONS TO THE AGRIBANK ZAMBEZI BRANCH OFFICE IN KATIMA MULILO
Procurement Reference No: W/RFQ/AGRI – 01/2019-2020
Cost of Bidding Documents: N$300
Name of Bidder: ______________________________________ Closing Date: 27 May 2020 at 11H00.
Agricultural Bank of Namibia, 10 Post Street Mall, Windhoek, Namibia, Telephone: +264 61 207 4327,
Email: [email protected]
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
2
Letter of Invitation
W/RFQ/AGRI – 01/2019-2020
20 March 2020 Dear Sirs, Request for Quotations for the Renovations to the Agribank Zambezi Branch Office in
Katima Mulilo
The Agricultural Bank of Namibia (Agribank) invites you to submit your best quote for the works described in detail hereunder. Any resulting contract shall be subject to the terms and conditions referred to in the document. Queries, if any, should be addressed to Ms. Victoria Hauwanga at the following email address: [email protected]. Please prepare and submit your quotation in accordance with the instructions given or inform the undersigned if you will not be submitting a quotation. Yours faithfully, _______________________
Ms. Victoria Hauwanga Head of Procurement Management Unit Agricultural Bank of Namibia (AGRIBANK)
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
3
Contents Section I Instructions to Bidders Section II Quotation Letter Appendix to QL - Bid Securing Declaration Written Undertaking 1. Employer's Details 2. Procurement Details 3. Undertaking Section III Statement of Requirements A. Scope of Works, Specifications and Performance Requirements B. Drawings Section IV Bill of Quantities Section V Specifications and Compliance Sheet Section VI General Conditions of Contract Section VII Special Conditions of Contract Section VIII Schedules to be Completed
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
4
SECTION I: INSTRUCTIONS TO BIDDERS 1. Rights of Public Entity
The Agricultural Bank of Namibia reserves the right: (a) to split the contract as per the lowest evaluated cost per lot; and (b) to accept or reject any quotation or to cancel the quotation process and reject
all quotations at any time prior to contract award.
2. Availability of Bid Documents Bidders may purchase the bid document as follow: (a) Prospect bidders will be required to pay a non-refundable administration fee of
N$ 300.00 including VAT, during the bidding process. (b) Electronic Payments can be done through the following account: Account Name : Agricultural Bank of Namibia Bank Name : Standard Bank Account Number : 041469380 Branch Number : 082372 Swift Code : SBNMNANX (c) A valid proof of payment must be emailed to [email protected]
before we issue a Bidding Document. (d) Bidders should ensure that a valid proof of payment accompany the Bidding
document during the Bid submission process.
3. Preparation of Quotations You are requested to quote for the works mentioned in Section III, by completing, signing and returning: (a) the Quotation Letter in Section II with its annex for Bid Securing Declaration,
where applicable; (b) the Priced Activity Schedule in Section IV; (c) the Specifications and Compliance Sheet in Section V; and (d) any other attachment as deemed appropriate
You are advised to carefully read the complete Request for Quotations document, including the Special Conditions of Contract in Section VII, before preparing your Quotation. The standard forms in this document may be retyped for completion but the Bidder is responsible for their accurate reproduction.
4. Validity of Quotations The quotation validity period shall be 90 days from the date of bid submission deadline.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
5
5. Eligibility Criteria
To be eligible to participate in this Quotation exercise, you should: (a) submit a valid certified copy of Company Registration Certificate certified by
the Namibian Police; (b) submit an original valid Good Standing Tax Certificate or certified copy
certified by the Namibian Police; (c) submit an original valid Good Standing Social Security Certificate or certified
copy certified by the Namibian Police; (d) submit a valid certified copy by the Namibian Police of Affirmative Action
Compliance Certificate, proof from Employment Equity Commissioner that bidder is not a relevant employer, or exemption issued in terms of Section 42 of the Affirmative Action Act, 1998;
(e) submit a certificate indicating SME Status (for Bids reserved for SMEs); (f) submit signed Bid-securing Declaration; (g) submit an undertaking on the part of the Bidder that the salaries and wages
payable to its personnel in respect of this proposal are compliant to the relevant laws, Remuneration Order, and Award, where applicable and that it will abide to sub-clause 4.6 of the General conditions of Contract if it is awarded the contract or part thereof; and;
(h) Additional eligibility criteria required: (i) It is an explicit condition of this contract that no unskilled or semi-
skilled labourer(s) may be employed on the works unless he or she is a
Namibian citizen. It is a further condition that no skilled Non-Namibian
person may be employed on the works unless the Contractor can prove
that there is no suitable trained Namibian citizen available; Contractors
shall further note that the availability of Namibian persons must be
reinvestigated by him/her each year, and if a suitable person is then
available, he shall be employed in the place of a non-Namibian person;
(ii) It is a requirement of NORED [the ECB license utility in the Region]
that all Medium Voltage works undertaken in their license area be done
by NORED registered companies. Bidders shall ensure that they are
properly registered or eligible for registration with NORED as no
construction work may be undertaken by a successful Bidder unless
same has been duly registered and authorized thereto.
6. Bid Security/Bid Securing Declaration Bidders are required to subscribe to a Bid Securing Declaration for this procurement process.
7. Works Completion Period The completion period for works shall be 40 calendar days after acceptance and issue of Purchase Order. Deviation in completion period shall not be accepted.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
6
8. Sealing and Marking of Quotations Quotations should be sealed in a single envelope, clearly marked with the
Procurement Reference Number, addressed to the Public Entity with the Bidder’s name at the back of the envelope.
9. Submission of Quotations
Quotations should be deposited in the Bid Box located at Agribank Building, 10 Post Street Mall, Windhoek, Namibia, Ground Floor, not later than 27 May 2020, 11H00. Quotations by post or hand delivered should reach 10 Post Street Mall, Windhoek, Namibia, Ground Floor by the same date and time at latest. Late quotations will be rejected. Quotations received by e-mail will not be considered.
10. Opening of Quotations Quotations will be opened internally by the Public Entity immediately after the
closing time referred to in section 8 above. A record of the Quotation Opening session stating the name of the Bidders and the amount, the presence or absence of a Bid-Securing Declaration will be put on our website within five working days of the Opening.
11. Evaluation of Quotations
The Public Entity shall have the right to request for clarifications in writing during evaluation. Offers that are substantially responsive shall be compared on the basis of evaluated cost, subject to Margin of Preference where applicable, to determine the lowest evaluated quotation.
12. Technical Compliance
The Specifications and Compliance Sheet details the minimum specifications of the works to be carried out. The specifications have to be met, but no credit will be given for exceeding the specifications.
13. Prices and Currency of Payment Prices for the execution of works shall be fixed in Namibian Dollars as quoted. Quotations shall cover all costs of labour, materials, equipment, overheads, profits
and all associated costs for performing the works, and shall include all duties. The whole cost of performing the works shall be included in the items stated, and the cost of any incidental works shall be deemed to be included in the prices quoted.
14. Margin of Preference Not Applicable.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
7
15. Award of Contract The Bidder having submitted the lowest evaluated responsive quotation and qualified
to perform the works shall be selected for award of contract. Award of contract shall be by issue of a Purchase Order/Letter of Acceptance in accordance with terms and conditions contained in Section VI: Contract Agreement and General Conditions of Contract.
16. Performance Security
The successful bidder shall upon acceptance of its offer submit a Performance Security as per the format contained in the Schedule for an amount of 10 % of the contract price.
17. Notification of Award and Debriefing
The Public Entity shall after award of contract promptly inform all unsuccessful bidders in writing of the name and address of the successful bidder. Furthermore, the Public Entity shall attend to all requests for debriefing made in writing within 7 days of the unsuccessful bidders being informed of the award.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
8
SECTION II: QUOTATION LETTER (to be completed by Bidders)
[Complete this form with all the requested details and submit it as the first page of your quotation
with the Priced Activity Schedule and documents requested above. A signature and authorisation on
this form will confirm that the terms and conditions of the RFQ prevail over any attachments. If your
quotation is not authorised, it will be rejected
Quotation addressed to:
Procurement Reference Number:
Subject matter of Procurement: We offer to execute the Works detailed in the Statement of Requirements, in accordance with the terms and conditions stated in your Request for Sealed Quotations referenced above. We confirm that we are eligible to participate in this Quotation exercise and meet the eligibility criteria specified in Section 1: Instructions to Bidders We undertake to abide by the Conduct of Bidders and Suppliers as provided under the Public Procurement Act during the procurement process and the execution of any resulting contract.
We have read and understood the content of the Bid Securing Declaration (BSD) attached hereto and subscribe fully to the terms and conditions contained therein. We further understand that this subscription could lead to disqualification on the grounds mentioned in the BSD.
The validity period of our Quotation is _________ days [insert number of days] from the date of the bid submission deadline. We confirm that the prices quoted in the Priced Activity Schedule are fixed and firm and will not be subject to revision or variation, if we are awarded the contract prior to the expiry date of the quotation validity. Works will commence within_______________ [insert number] days from date of issue of Purchase Order/ Letter of Acceptance or site handover whatever occurs last. Works will be completed within _______________ [insert number]days from date of issue of Purchase Order/ Letter of acceptance.
Quotation Authorised by:
Name of Bidder Company’s Address and seal
Contact Person
Name of Person Authorising the Quotation: Position: Signature:
Date Phone No./E-mail
Appendix to Quotation Letter
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
9
BID SECURING DECLARATION
(Section 45 of Act) (Regulation 37(1) (b) and 37(5))
Date: [Day | month | year] Procurement Ref No.: …………………………………. To: Head of Procurement Management Unit Agricultural Bank of Namibia (AGRIBANK) 10 Post Street Mall Windhoek Namibia I/We* understand that in terms of section 45 of the Act a public entity must include in the bidding document the requirement for a declaration as an alternative form of bid security. I/We* accept that under section 45 of the Act, I/we* may be suspended or disqualified in the event of (a) a modification or withdrawal of a bid after the deadline for submission of bids during
the period of validity; (b) refusal by a bidder to accept a correction of an error appearing on the face of a bid; (c) failure to sign a procurement contract in accordance with the terms and conditions set
forth in the bidding document, should I/We* be successful bidder; or (d) failure to provide security for the performance of the procurement contract if required
to do so by the bidding document. I/We* understand this bid securing declaration ceases to be valid if I am/We are* not the successful Bidder Signed: ....................................................................................... ........................................................... [insert signature of person whose name and capacity are shown] Capacity of: [indicate legal capacity of person(s) signing the Bid Securing Declaration]
Name: ................................................................................................................................................... [insert complete name of person signing the Bid Securing Declaration]
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.]
*delete if not applicable / appropriate
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
10
Republic Of Namibia
Ministry of Labour, Industrial Relations and Employment Creation
Witten undertaking in terms of section 138 of the Labour Act, 2015 and section 50(2)(D) of the Public Procurement Act, 2015
1. EMPLOYERS DETAILS
Company Trade Name:……………………………………………………… Registration Number :...……………………………………………………... Vat Number: ………………………………………………………………… Industry/Sector: ……………………………………………………………… Place of Business:…………………………………………………………….. Physical Address:…………………………………………………………….. Tell No.:……………………………………………………………………… Fax No.:………………………………………………………………………. Email Address:……………………………………………………………….. Postal Address:……………………………………………………………….. Full name of Owner/Accounting Officer:……………..……………………... ……………………………………………………………………………....... Email Address:………………………………………………………………..
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
11
2. PROCUREMENT DETAILS Procurement Reference No.:…………………………………………………….. Procurement Description: ……………………………………………………….. …………………………………………………………………………………… …………………………………………………………………………………… Anticipated Contract Duration: …………………………………………………. Location where work will be done, good/services will be delivered: ………….. …………………………………………………………………………………… 3. UNDERTAKING I ……………………………………………[insert full name], owner/representative of ………………………………………………………….[insert full name of company] hereby undertake in writing that my company will at all relevant times comply fully with the relevant provisions of the Labour Act and the Terms and Conditions of Collective Agreements as applicable. I am fully aware that failure to abide to such shall lead to the action as stipulated in section 138 of the labour Act, 2007, which include but not limited to the cancellation of the contract/licence/grant/permit or concession. Signature: …………………………….. Date: ………………………………….. Seal:…………………………………….
Please take note:
1. A labour inspector may conduct unannounced inspections to assess the level of compliance
2. This undertaking must be displayed at the workplace where it will be readily accessible and visible by the employees rendering service(s)
in relations to the goods and services being procured under this contract.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
12
SECTION III: STATEMENT OF REQUIREMENTS
A. SCOPE OF WORKS, SPECIFICATIONS AND PERFORMANCE REQUIREMENTS
AA. SCOPE OF WORKS, GENERAL SPECIFICATIONS AND
PERFORMANCE REQUIREMENTS AB. STANDARD ELECTRICAL SPECIFICATIONS AC. STANDARD MECHANICAL SPECIFICATIONS AD. PROJECT HANDOVER DOCUMENTATION AE. SCHEDULE OF INFORMATION REQUIRED – BIDDER
DETAILS
B. DRAWINGS
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
13
A. SCOPE OF WORKS, SPECIFICATIONS AND PERFORMANCE REQUIREMENTS
AA. SCOPE OF WORKS, GENERAL SPECIFICATIONS AND
PERFORMANCE REQUIREMENTS AA.1 STATUS OF PROJECT SPECIFICATIONS
The specifications contained herein shall be read in conjunction with the other sections as contained in the bidding document. A submission to execute the works is a declaration that the Bidder, his Sub–Contractors (if applicable), Suppliers and Representatives on site are allowed by Law, duly registered in the respective trades as required, are experienced and competent to work on all the different disciplines described and intended here below. The Bidder shall therefore critically study the designs and bring any errors or omissions to the Employer at least 2 days prior to the closing date of the Bid. Any changes made to the specifications or drawings deemed necessary shall be issued by the Employer by way of an official notice to all the Bidders. Submission of a Bid shall therefore constitute agreement by the Bidder that the units specified herein and offered by the Bidder will perform the specified duties stated in the documents and that the office will be brought to be 100% operational within the contract period as stated herein. Bid drawings must be handed in with the completed Bid document as bids without drawings will be regarded as incomplete. The Contractor shall sign these drawings and clearly mark all proposed alterations, deviations and errors with a red ink pen. The Employer invites Bidders for the installation and the successful Bidder shall be the Contractor. Bidders shall study the conditions of contract and make themselves fully aware of and allow for all conditions and requirements as the Employer will not accept any responsibility for any disputes after submission of the quotation.
AA.2 GENERAL DESCRIPTION OF THE WORKS The works include office renovation works comprising the electrical and electronics installation, the ventilation/air-conditioning installation, dry wall and glazed glass partitioning installation and general maintenance/building works. The complete works comprises the supply, delivery, installation and commissioning of the installations as specified and indicated on the drawings and the Priced Activity Schedule / Bill of Quantities, and free maintenance for 12 months during the guarantee period, to provide the Employer with a fully functional office. The description serves to outline the extent of the works, but does not limit the amount of work, which may be required by the Contractor under this contract. The Priced Activity Schedule / Bill of Quantities states approximated quantities. The specifications list preferred Suppliers and Makes of equipment. Bidders are welcome to submit alternative Bid offers, only if main offer as specified herein has
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
14
been priced as well or alternatively, if prior acceptance has been obtained from the Employer, before the submittal of Bids. The Employer accepts no responsibility whatsoever if prospective Bidders are not strictly following Bid procedures as described herein.
AA.3 LOCATION OF THE SITE AND SITE CONDITIONS
The site is located on an existing commercial complex on Erf 1021/1022, Hage Geingob Street, Katima Mulilo, Zambezi Region, Namibia. The Contractor shall be responsible for traffic/parking management and safety of his construction plant & equipment. The location of the site is given by the following GOOGLE MAPS coordinates: 17°30'05.6"S 24°16'28.8"E
AA.4 INSPECTION OF SITE
The Bidder shall have carried out a full and detailed inspection of the site, and the bidding document prior to the submission of a Bid for the project. By such an inspection, the Bidder shall be deemed to be fully informed as to the nature and degree of complexity of the project, the constructional problems related thereto, the conditions under which the work is to be carried out and the means of access to the site and generally, of all matters which may influence his Bid. No claim of any nature whatsoever will be considered after the submission of the Bid, due to failure on part of the Bidder to fulfil this obligation.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
15
For arrangements to access the site for inspection, Bidders should make an appointment with the Agribank Zambezi Branch Manager, Mr. Bennick Kamwi, who can be reached at [email protected]
AA.5 SITE SERVICES
The Contractor shall make his own arrangements for the acquisition of water, power and all other services required to complete the works and shall be responsible for the cost thereof.
AA.6 SITE FACILITIES REQUIRED
AA.6.1 Facilities for Project Manager
The Contractor shall provide a table and chairs, suitable for 4 people for site meetings. The Contractor shall further make provision for a 20m measuring tape and a site instruction book (triplicate type), which shall be at the Project Manager's disposal at any time.
AA.7 SITE MEETINGS
Site meetings shall be held fortnightly and attended by an authorised representative of the Contractor with delegated authority to take contractually binding decisions.
AA.8 EXPERIENCE AND FACILITIES OF THE CONTRACTOR
The Contractor shall provide proof that he is fully equipped to complete the entire project. Particulars of previous / similar projects should be submitted with the Bid. The Employer may request to inspect the workshop or factory where the equipment will be manufactured. The Contractor’s Engineer shall be the responsible person for the full period of the Contract, i.e. from the date of site establishment until the certificate of final handover is issued. Submission of an offer to execute these works is a declaration that the Bidder is an experienced, competent Contractor in the specified disciplines, and has an adequate complement of qualified staff to undertake these works. Sufficiently qualified technicians shall be provided by the Contractor to supervise the manufacturing, installation and commissioning of all works. The names and C.Vs. of applicable personnel shall be disclosed within the Bid document. The Employer has the ability to reject such a candidate and the Contractor is obliged to employ more suitable candidates to the satisfaction of the Employer. The ruling of the Employer in
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
16
this regard will be final and no negotiation will follow, as it is expected of the Contractor to include costs for such personnel in his Bid. Failure to provide qualified technicians will invalidate the Bid. These technicians shall be on site for the course of the relevant installations.
AA.9 INFORMATION, DIAGRAMS, DRAWINGS AND MANUALS TO BE SUBMITTED
As part of his Bid and subsequent contract, it will be required from the Bidder to submit certain documents in accordance with the following program: With the Bid (at Closing Date):-
Marked-up copies of all drawings indicating in red all required alterations to the concrete, brickwork or whatever other aspect falling outside the scope of his contract;
Manufacturer's pamphlets and/or brochures illustrating all equipment offered; Sketches/rough drawings showing the principle of the design in general and
specifically where it deviates from the proposed layout and details given by the Project Manager. Attention should be given to space requirements, ease of maintenance, practical problems during installation, etc. in drawing up sketches. If no such sketches are submitted or if any aspect of the design is not specifically detailed or highlighted, it will be assumed that the Project Manager's proposal is acceptable, practical and economical;
Any other information that the Bidder regards necessary to clarify his offer. A detailed programme of the works in the form of a Gantt Chart.
Within 2 days after Award of the Contract:-
Working drawings of all electrical boards showing layouts, equipment used and dimensions of boards for approval;
The following technical documents form part of the scope of work by the contractor and shall be submitted for approval in accordance with the requirements in the Standard Specifications: -
Equipment Data Schedule complete with all attachments as specified under standard specifications.
Shop and General Assembly Drawings of complete system; Submit design drawings and structural, mechanical, and "U" value
calculations; Builders Requirements Sketches (where plinths, openings in walls etc are
needed); Schematic wiring diagrams and field wiring diagram; Plan showing locations of all the controls (man-machine interfaces) as well as
all the distribution panels and Motor Control Centre(s) (MCC’s); A plan showing the required locations, routes and sizes of conduits (to be
provided by others); Front panel layouts of all control panels and MCC’s; Control Philosophy or Functional Description on Controls;
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
17
Submit all other drawings showing details of builders work, construction, installation, and operation; size, shapes, and thickness of materials; joints and connections; reinforcing; hardware; mechanical devices; electrical devices; and design and detail data for work of other trades affected by New Generator Installation; (These need to be communicated to other trades at a very early stage).
On Completion:
A complete set of "As-Built" drawings in AutoCAD © format; Final resistance test certificates; Continuity measurement results to be conducted on the completed sections of
the installation; Cable schedule indicating sizes, lengths of all LV cables installed; HVAC commissioning certificate as required; A certificate of acceptance by the Employer; Complete set of maintenance/operating manuals.
All certificates shall be completed in an orderly and logical manner and shall be bound in booklet form with a protective cover. The text of instructions, diagrams and drawings shall be "English".
AA.10 INTERPRETATION OF DOCUMENTS AND DRAWINGS
The drawings and specification shall be considered binding in regard to quality, quantity, general scheme, system arrangement and function of the contract work. During the execution of the work, one set of the latest revisions of the construction drawings and the specification shall be kept available by the Contractor, for the Project Manager’s reference on site. Discrepancies between the drawings, specification and/or the schedules shall be drawn to the attention of the Project Manager immediately such discrepancies are discovered. The positions of equipment, service outlets, etc., as shown on the drawings are approximate, and in some cases diagrammatic. The Contractor must verify the actual positions of all equipment on site before construction and/or installation thereof can commence as no extra's will be allowed for any alterations to work proceeded with before proper verification. Before fixing any equipment, the Contractor shall check on his detail drawings for the exact positioning of outlets and/or equipment. Any discrepancies in the drawings must be pointed out to the Project Manager.
AA.11 MAINTENANCE AND GUARANTEE
The maintenance and guarantee period shall be twelve (12) months from the date of successful first delivery acceptance and shall comply with the relevant clauses of the Standard Specification.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
18
It is required that Bidders allow for 12 months maintenance services of the installation, four visits, one every 3 months after successful practical completion.
AA.12 OPERATION AND MAINTENANCE MANUALS
On completion of the installation, three sets of electrical and mechanical manuals, incorporating inter alia the following shall be handed over to the Project Manager:
Layouts and Technical Specifications Operational Instructions Fault Finding Charts Spare Parts List and Numbers (Agents for spares’ contact details) Maintenance Instructions
AA.13 SITE WORK AA.13.1 General
All site work necessary for the complete and satisfactory erection and operation of all work shall be executed by the Contractor and shall be deemed to be included in the Contract Price.
AA.13.2 Site Establishment The Contractor shall be responsible for the delivery of equipment and plant to storage at the site and transporting of the same to positions of permanent erection or storage. The Contractor will be held responsible for any loss, damage or breakage of the equipment, parts and material during transit from the place of manufacture and supply to the site. Packing materials and packages shall be adequate for complete protection of all items of equipment, materials and parts against any possible damage while they are being shipped and/or transported to the site. The cost of packing material and all handling shall be deemed to be included in the Contract Price.
AA.13.3 Storage on Site The Contractor shall be responsible for any loss or damage to plant, equipment, materials and parts stored on site pending erection. The cost of providing the necessary storage, protection and storing off the ground where necessary shall be borne by the Contractor unless specified otherwise herein. The Contractor shall provide all the necessary plant and appliances for the erection of the permanent equipment and he shall be responsible for the safety and adequacy of such erection plant and appliances. All necessary work required for the fixing of supports for equipment and cables, such as the drilling of holes for wall bolts, shall be executed by the Contractor.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
19
AA.14 QUALITY CONTROL MEASURES
All installations (Electrical, Mechanical, partitioning, as well as general building works) shall be done according to the relevant specifications as per SANS.
AA.14.1 Quality Control Plan When requested by the Project Manager, the Contractor shall submit a Quality Control Plan (QCP) for approval for electrical and mechanical installations. The QCP shall be compiled by an accredited Inspection Authority, the costs of which shall be borne by the Contractor. The QCP should be strictly adhered to and the Project Manager should be updated on a regular basis regarding the progress.
AA.14.2 Material – Standard Codes of Manufacture All materials shall be of the highest quality of their respective kinds in compliance with SANS, BSS or DIN codes if not specifically called for in this document. The Contractor shall furnish certified test reports of the materials when required by the Project Manager. The chemical composition, tensile strength, elastic limit and elongation of the various materials used shall under no circumstances be inferior in quality to the minimum requirements of this specification. All components shall be new and shall be manufactured from sound materials, completely free from visible imperfections such as surface corrosion, pitting, cracks, blowholes etc. No castings, forging or weld joints will be accepted in a condition known to be faulty, even under guarantee of replacement in case of failure.
AA.14.3 Stress Relieving Components manufactured partly or in full of forging, casting or welding processes shall be subjected to suitable stress relieving methods.
AA.14.4 New Plant and Equipment All plant and equipment shall be of reputable make, robust in its construction and proven in the applicable working environment and industry. When a List of Preferred Suppliers are issued the Contractor strictly must comply with this requirement but are allowed to offer alternatives to the specification for consideration.
AA.14.4 Rejection of Inferior Work and Material All inferior work or work containing inferior material, shall be rejected by the Project Manager at his discretion, where upon the Contractor shall immediately remove and rectify the works as required and bear all costs in connection therewith.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
20
AA.15 INSPECTION, TESTING AND COMMISSIONING
AA.15.1 General This section provides an overview on the actions required to achieve the specified performance of the installation and the efficient operation of the entire system to the satisfaction of the Project Manager. The Contractor shall properly test and call for inspection by the Project Manager, any work which is to be covered, concealed, built-in, otherwise closed up or rendered inaccessible before such closing up takes place. The Project Manager may require any work of this nature which he has not been called on to inspect before closing up, to be uncovered, or made accessible to its inspectors entirely at the Contractor's expense, making good included.
AA.15.2 Scope All works shall be subject to inspection, testing and commissioning in accordance with the contract documentation, Supply Authority requirements, Post and Telecommunications requirements and all requirements of appropriate Standards. The Contractor shall be responsible for arranging and giving due notice to all relevant parties for the execution of inspection, testing and commissioning. During the course of the inspections, testing and commissioning the Project Manager will compile a list of items, which require remedial works or further attention by the Contractor. All remedial and other works required shall be executed timeously by the Contractor. The Contractor shall complete all remedial and other work within seven (7) days of the list of required items being provided by the Project Manager. The Contractor shall give due notice to the Project Manager of the intention to carry out inspection, testing and commissioning procedures. A minimum period of notice of seven (7) days will be required. The Contractor shall be responsible for providing necessary plant, equipment, machinery and materials, necessary for the full and complete execution of the required testing and commissioning procedures. The Contractor shall be responsible for all costs related to the inspection, testing and commissioning procedures. Should there be any reason to doubt the accuracy of instruments, equipment etc., provided by the Contractor for the purposes of testing and commissioning, the Contractor shall, at his own expense, take the necessary steps to replace such items or to prove their accuracy to the satisfaction of the Project Manager. Following the successful completion of inspection, testing and commissioning procedures to the satisfaction of the Project Manager, the Contractor shall provide, in triplicate, copies of all testing and commissioning records. Such records shall include manufacturer's test certificates, where applicable, as well as records of measurements taken and witnessed on site.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
21
AA.15.3 Cost for Commissioning All balancing, setting and testing shall be done by the Contractor entirely at his own expense. Whether included as a scheduled item in the Priced Activity Schedule / Bill of Quantities as contained herein or not, the Contractor shall be responsible for the testing, setting, balancing and commissioning of the entire installation and the costs thereof. The costs for the commissioning of specialised equipment that forms part of the scope of supply shall be included in the total price for the project.
AA.15.4 Commissioning Staff If specified, a responsible and sufficiently qualified Commissioning Technician shall be employed by the Contractor to supervise the commissioning and testing of the all works. The name and C.V. of this person will be disclosed to the Project Manager in the beginning of the project. The Project Manager has the ability to reject such a proposal and the Contractor is obliged to employ more suitable candidates to the satisfaction of the Project Manager. The Project Manager’s ruling in this regard will be final and no negotiation will follow, as it is expected of the Contractor to include costs for such a person in his bid.
AA.15.5 Preparation for Commissioning and Testing The Contractor shall, when required, provide the Project Manager with equipment selection and performance data for all major items of plant. All test instruments shall be checked for accuracy by the Manufacturers, Suppliers or approved laboratory and certificates showing the verification of the accuracy of test instruments shall be supplied to the Project Manager. Commissioning of equipment and systems shall not be undertaken if damage to the equipment, systems or the building could result due to incomplete and incorrect installation work.
AA.15.6 Test Records
Upon completion of the testing and commissioning of the works, the Project Manager shall be provided with a Commissioning Report, which shall contain the information - listed here below. If the Project Manager is satisfied with the contents of the report a Performance Acceptance Inspection will be scheduled by the Project Manager. The commissioning report shall contain the following information: -
a) An Index listing the contents of the report b) Calibration certificates for the test instruments. The Project Manager may
require that an Accredited Inspection Authority should approve calibration certificates.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
22
c) Calibration certificates of all instrumentation and safety devices (e.g. electricity meters) shall be obtained from Suppliers, when instrumentation forms part of the works. If required by the Project Manager, calibration or accuracy of these instruments must be verified on site.
d) Factory Commissioning Certificates of all plant and equipment that were tested by Suppliers or Manufacturers prior to delivery to site.
e) Tabulated test recordings, setting out the test procedure, the tested component/item, specified performance, the measured performance.
f) Electrical Compliance Certificates in terms of the relevant SANS/SANS code, issued by a qualified Electrician as required by the OSH Act.
g) A list of all the electrical drives indicating the measured running current of every item. Settings on all electrical overload devices should be listed.
h) If applicable, confirmation that all tests as required by the Statutory Law and/or Local Authorities has been conducted to the satisfaction of these respective Authorities.
i) HVAC commissioning certificates as required.
AA.15.7 Performance and Capacity Tests
Tests are required to demonstrate specified capacity and general operating characteristics of all systems and equipment and shall be undertaken by the Contractor under the direction of the Project Manager at time of final inspection. Where applicable, all installations shall be tested to full design capacity or beyond.
AA.15.8 Instruction Period The Contractor shall instruct the Employer in the correct operation and use of all specialist installations. For this purpose, the Contractor shall allow for the time of a competent instructor for a total of two (2) hours on site and one trip to the Site for the purpose of providing such instruction. During this session, the Contractor shall fully explain the layout, operation and maintenance of the installations to the Employer or the Employer's representative. At the conclusion of this period of instruction, the Contractor shall obtain from the Employer an acknowledgement in writing that the instruction has been properly given for the prescribed period. A copy of the acknowledgement shall be forwarded to the Project Manager.
AA.15.9 Manufacturer's Data The Contractor shall obtain and supply to the Project Manager copies of relevant manufacturer's data. This data should include the following: -
a) Technical information in relation to the installation and connection of equipment and plant.
b) Information in relation to the maintenance and servicing of equipment and plant.
c) Test certificates of manufacturer's testing of equipment, plant and materials
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
23
where required under the contract documentation and SANS, BS or IEC Standards.
Copies of all relevant information shall be handed to the Project Manager. Where plant and equipment is normally provided with specialized tool kits, these shall be handed to the Project Manager upon completion of the contract.
AB. STANDARD ELECTRICAL SPECIFICATIONS
AB.1 CONTRACTOR’S RESPONSIBILITIES
The electrical works shall be carried out strictly in accordance with the following:
Labour Act No. 11 of 2007 of Namibia relating to the Health and Safety of Employees at Work, as amended
The Machinery and Occupational Safety Act No. 6 of 1983 of South Africa and the relevant regulations as amended.
The Namibian Electricity Safety Code, 2009: Electricity Act, 2007
The Code of Practice for the Wiring of Premises - SANS 10142-1, IEC 61439-2/3 as amended.
The relevant local bye-laws and regulations of the supply authority. The Contractor shall take note of his responsibilities in respect of:
As-built drawings to be submitted upon completion of the contract.
Conflicts between specification and drawing if any such conflict is discovered whereupon the Project Manager shall be informed.
It is a requirement of this Bid document that the successful Contractor be registered
or be eligible to be registered with the Local Electricity Supply Authority (NORED)
at the time of bidding or bid award.
AB.2 SUMMARY OF ELECTRICAL WORKS
Supply and installation of internal and external luminaires (light fittings and Fluorescent tubes).
Supply and installation of Wire ways (cable ladders, cable trays, uPVC sleeves, draw boxes, etc.) for electrical and electronic (Fire Detection, Access
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
24
Control, Data, Telephone, CCTV etc.) cabling as per relevant drawings.
Supply and installation of socket outlets, Essential/UPS (Red) & Non-Essential (White) Switched Socket Outlets, 2 x Power Poles, RJ11 and RJ45 (Telephone and Data) outlets.
AB.3 POWER (UTILITY) POLES
Utility poles (Similar or equal to “Cabstrut”) shall be wired from the main distribution board via existing conduit. The outlet clusters shall be of the German Standard type with 1 x 16Amp, 250Vac, single phase + neutral + earth (2P + E), + 1 x RJ45 Data / Computer network point, shielded, suitable for category 6 and up to 250 MB fast Ethernet networks, + 1 x RJ11 Telephone Socket with or without a 1 x 16Amp, 250Vac, red DEDICATED/UPS single phase + neutral + earth (2P + E) switched socket outlets on a support frame. The “Legrand” range of outlet clusters is commercially available and will be an acceptable standard. All alternative types of switched outlet sockets and outlet clusters must be approved by the Project Manager prior to placing orders / installation.
AB.4 SWITCHES
All light switches shall be rated to carry 16A. All light switches shall be wall- and/or flush-mounted, weatherproof, and of the same approved manufacturer and shall be fitted with suitable, approved cover plates. Mounting heights for switches shall be 1200mm AFFL, unless otherwise indicated on the drawings. The “Legrand” range of light switches is commercially available and will be an acceptable standard.
AB.5 LIGHTING INSTALLATION
This section covers light fittings to be installed. Only new light fittings shall be utilized in the interior of the building. Light fittings used in the interior of the building shall be watertight, and have a further stainless steel grid cover protection to prevent covers and the fluorescent lamps from falling onto the ground. The relevant layout drawings show the type (alphabetic), required numbers and approximate position of light fittings to be supplied. Final positions of light fittings must be determined on site taking into consideration all other services and/or structures. Clashes with other services or structures must be pointed out to the Project Manager as soon as it becomes apparent, who will then issue instruction to clarify the matter. All light fittings shall comply with the General Standard Specification as well as any one of the following codes: -
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
25
SANS 10114 Part I and part II SANS 056 SANS 890/1 SANS 529
Light fittings used in this Bid are marked by an alphabetic numbering system, each indicating a different type of light fitting. The typical light-fittings are specified in the Priced Activity Schedule / Billl of Quantities. All light fittings offered shall be commercially available and comply with the specification. It does, however, not restrict the bidders from submitting alternative light fittings. Full details (brochures, pamphlets) shall be submitted with all alternative light fittings offered. Alternative offers must be separately priced on a covering letter.
AB.6 UNDER SINK GEYSER
The supply and installation of hot water cylinders does not form part of this contract. However, provision of electrical supply connections to these cylinders, does, and shall be carried out in accordance with Standard Specification, of this document, with the exception of sprague tubing which is to be "Kopex" or equal approved flexible conduit and glands. The Contractor shall liaise closely with the Plumbing or Solar Water Heating System Contractor as to the exact position of each isolator in relation to the cylinder. These isolators will be of the rotary with ratings as indicated below. The Plumbing or Solar Water Heating System Sub-contractor will be responsible for the connecting up his plant to this isolator. The “Clipsal 56 Series” range of isolators is commercially available and will be an acceptable standard. Samples of the Isolators to be installed shall be submitted to the Project Manager for approval prior to placing order / installing. The small geyser isolators shall have the following ratings:-
No. of Poles : 2-Pole or 3-Pole (Live & Neutral) Voltage : 230 or 400V Rating : 20A (unless specified otherwise) IP Rating : IP 56
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
26
AB.7 FINAL CONNECTIONS TO OUTDOOR AIRCON UNITS
The Bidder must make provision for the installation of air-con compressor unit feeder cables from the distribution boards to the outdoor isolators / maintenance switches. The feeders shall terminate onto a local, wall mounted, isolator adjacent to each compressor. These isolators will be of the rotary, lockable type with ratings as indicated on the drawings. The Contractor will be responsible for connecting up his plant to this isolator. The “Gewiss” range of isolators is commercially available and will be an acceptable standard. Samples of the Isolators to be installed shall be submitted to the Project Manager for approval prior to placing order / installing.
AB.8 CABLE SUPPORT, CHANNELS, WIRE WAYS AND CABLE STRUCTURING
Wiring between the distribution boards and isolators, power outlets, luminaries and switches shall be drawn in 20mm [light circuits], 25mm [switched-socket circuits and isolators] or 50mm [other loads] galvanised steel conduits, power skirting, channels [P2000 - 41 x 41mm] and/or trunking. Conduits shall be PVC in the wall, cast into concrete slab and/ or fixed to the underside of slab in area’s with suspended ceiling with appropriate saddles. Aluminium conduits must be used for interior surface installations], affixed to the walls with stainless steel brackets. Conduit joints will only be allowed in conduit lengths exceeding 3m. Conduit routes shall be carefully planned to avoid cross-overs. Where a cross-over is inevitable, one conduit only shall be offset to cross the other. Cross-overs shall be as short as possible and shall be uniform. Power channels and shall be galvanised punched base cable trays complete with all accessories, IP65. Cable tray shall be used as wire ways for the loads and sub distribution panel feeder circuits in the Finishing plant area. They are to be installed against the steel trusses and walls hall trading area. Where otherwise installed in roof space, threaded rod shall be used for suspension of the trays if support on trusses is not possible. Cables shall be laid and fixed firmly to the perforated trays by means of cable ties and shall be spaced evenly and uniformly next to each other, without excessive crossing and bundling. Power skirting shall be used in the office and shall be of the 2 compartment, 2 layer type with minimum total dimensions of 190 x 50mm, mounted against the brickwork. The power skirting shall be of the “Legrand DLP-S Universal” or equivalent PVC type sections with snap-on covers. The power skirting shall be installed complete with bends, elbows, end caps and etc. The colour of preference shall be White. A sample shall be submitted to the Project Manager for approval prior to ordering and installation.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
27
AB.9 CABLE INSTALLATION
The low voltage distribution cables from various distribution boards to fixed isolator points and/or electrical control boxes shall be via armored 600-1000Vac, PVC/SWA/PVC, stranded copper conductors as specified in the relevant drawings. Low voltage cables shall comprise of multi-core, copper conductors, PVC/SWA/PVC grade 600/1000V insulated cables together with a bare copper earth continuity conductor. The Contractor shall ensure that the exact lengths of cable are measured on site prior to placing his orders. No joints shall be allowed in new cables and no payment shall be made for left-over lengths of cable. Low voltage cables shall be installed in cable trays and/or channels and/or sleeves as indicated in relevant drawings. Cable location, routes, cable trays and channel details are shown on the relevant layout drawings. All cable installation work shall be done in accordance with SANS 10198 and to the satisfaction of the Employer and the Project Manager. The storage, transportation, handling and laying of underground cables shall conform to SANS 10198 and to BS 6004, and the Contractor shall have adequate and suitable equipment (SANS 10142) and labor to ensure that no damage is done to cables during such operations. Twisted or kinked cables, or cables damaged in any other way, will be rejected.
AB.10 COMMUNICATIONS CABLE INSTALLATIONS
The Contractor shall supply and install sleeves pipes as shown on the layout drawings, with appropriate diameter for all communication cable installations. All sleeves shall be PVC (in concrete) and a rust free, steel draw wire shall be installed in all sleeves. Draw boxes and cover plates shall be supplied by the Contractor.
AB.11 STATUTORY EARTHING
The Contractor shall supply and install all statutory earthing systems to the electrical services, structures and piping services strictly in accordance with the "Standard Code of Practice for the Wiring of Premises". The general requirements regarding the installation shall be in accordance with the Standard Specification herein.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
28
AB.12 INTRUSION ALARM SYSTEM
AB.12.1 General The primary purpose of an intrusion detection system (IDS) is to detect and signal the presence of an intruder or an intrusion attempt into a secured area. A secured area can be a selected room, an entire building, or group of buildings. The term 'supervised area/premises' herein after is used to describe the protected area or building. In principle, a basic intruder detection system will comprise a means to interface with the system user(s), e.g. a keypad with alpha-numeric display permitting authorised persons to interact with the system by setting and un-setting the IDS and viewing status indications. Control electronics connected to the user interface will perform the set and unset functions and will have provision to receive inputs from detection devices distributed throughout the supervised area/premises in strategically located positions. The action of signalling the intrusion event (or to use the correct terminology, ‘to notify’) is also made by the control electronics. The component parts of an IDS should be housed in discrete enclosures having a back-up a power supply. The system will have multiple detectors and a means of raising the alarm (sounders). This should be by means of audible siren, visible indicator (e.g. a strobe light) or a transceiver capable of sending an electronic signal or message to a monitoring centre or guarding force located either at the supervised premises or on another site remote from the supervised premises.
AB.12.2 Intrusion Alarm System General Requirements The system shall be able to interface with an electronic perimeter intrusion detector system comprising vibration sensitive piezoelectric microphonic cable directly attached to the fence and connected to dual zone electronic signal analyzers. The perimeter intrusion detector system shall be capable of detecting intruders cutting, climbing or jacking the fence. The system shall be capable of discriminating between intruder generated events and those generated by the environment and small animals.
AB.12.3 Intrusion (PIR) Detection & Burglar Alarm Systems Control Panel
The system shall be a modular type IDS system providing the option to expand the installation in future by means of expansion modules. Modules should be connected to a common bus at the most convenient location and their zone inputs shall be assigned to the desired zone and partition. Keys-witches, remote controls, and unused module inputs not to use zones. Once installed, all common bus modules (including motion detectors) should be able to be programmed remotely via a keypad.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
29
IDS system shall be programmable complete with required software to allow
for proper functioning and interface with Local Area Network. E.g. WinLoad, or the BabyWare PC software.
IDS system shall be an integrated access control solutions. The alarm system user database must be able to manage the access for up to 32 doors, and the monitoring of these doors must have the function to be included in any partition.
The IDS system is required to be installed with the function to allow the user to control and monitor the security system remotely through any web browser. E-mail notifications of important system events such as alarms; arm/disarm events, and troubles should be sent to users.
The IDS systems must include a Wireless Communication module- control panels with wireless communication capabilities to report system events via IP, GPRS, and/or GSM.
The IDS systems must include a, Voice Communication module - voice-assisted module that can be programmed to call up to 5 telephone numbers in the event of an alarm.
The IDS system must be able to add an Access Control system to provide additional control over who has access to your premises.
AB.12.4 Alarm Control Panel
The Control Panel shall conform to the following minimum requirements:
Zones : 8 to 192 On Board Zones : 8 Partitions : 8 User Codes : 999 Panel In-Field Firmware : Upgradeable Access Control (doors) : 32 Events Buffered : 2048 PGMs : 250 (5 on board) Virtual Zones : 32 Expansion Modules : 254 Software : e.g. Winload / NEware / BabyWare Listen-In Capabilities Patented 2 opto-coupler dialer circuit (US Patents 5751803, RE39406) Communicator Modules : Report via GSM/GPRS 7Ah SLA backup battery, 16.5VAC transformer
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
30
AB.12.5 Key Pads The Keypad module shall conform to the following minimum requirements:
Zone alarm display: the zones in alarm are shown until the system is disarmed 32-character blue LCD with programmable labels Language: English 1 Addressable Zone and 1 PGM Output Independently set chime zones 14 one-touch action buttons 3 keypad-activated panic alarms Adjustable backlight, contrast and scroll speed Display time using the 12Hr or 24Hr format
AB.12.6 Motion Detectors
The Motion Detectors shall conform to the following minimum requirements:
110 Degree Indoor Sensors - Patented Digital Motion Detection (no analogue circuitry) - Digital Auto Pulse Signal Processing - Digital Shield algorithm software - Metal shield maximizes protection from EMI and RFI signals - 12m X 12m range with 110° viewing angle
360 Degree Indoor Sensors - Two operational modes (addressable and or conventional relay operation) - Dual opposed element sensor - Digital Detection - 7m x 6m at 2.4m (height) detection range - 11m x 6m at 3.7m (height) detection range
90 Degree Outdoor Sensors - Impact and temperature resistant casing (-35°C to 50°C) - Digital Motion Detection - False-alarm free - Dual Optical Filtering System - UV protected lens - Dual optics (2 dual opposed element sensors) - Digital Dual Opposed Detection - Multi-level sensitivity adjustment - Two operational modes (Bus or Relay operation)
AB.12.7 Sounders
Indoor
- Sound Pressure = 95db @ 1m - Two tones - steady and warble driver is built-in - 15 watt power rating - Durable ABS plastic - Built-in Tamper Plate protects wires from attack
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
31
Outdoor - Sound Pressure = 110db @ 1m - 6 to 12vDC combination speaker and siren drive - Dual tone - warble or steady - Enclosed wires - 30 watt power rating - Built-in Tamper Plate protects wires from attack - Weatherproof
Strobe Warning Light
- High intensity flashes for fast premises identification - 6 to 12 volts DC operation in single unit - Wide angle coverage - Provision made for Snap-In Tamper Switches - Weather resistant for outdoor use
AB.12.8 Expansion Modules
The Expansion Modules shall conform to the following minimum requirements:
Compatible with control panel. 4 fully programmable 5A relay outputs Deactivate PGM after event and/or timer Pulse PGM output for fire alarms In-flied firmware upgradeable
AB.12.9 Magnetic Door/ Window Sensors
The Magnetic Sensors shall conform to the following minimum requirements:
Magnet included Surface mount contacts
AB.12.10 Interface Unit
Interface units shall be provided as required. Compatible with control panel.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
32
AC. STANDARD MECHANICAL SPECIFICATIONS
AC.1 SUMMARY OF MECHANICAL WORKS
Supply and installation of a functional HVAC system consisting of 3 x ceiling cassette split units,5x wall mounted split units, fresh air fan and ducting and wall mounted extraction fans as outlined in relevant Project drawings and schedule of quantities attached hereto.
Supply and installation of an under counter geyser (10L). AC.2 DUCTWORK
This specification covers the air distribution system as shown on the Bid drawings and approved installation drawings. Ductwork shall be manufactured in accordance with the Standard Specification for Air Conditioning Ductwork, SANS 1238. Ductwork shall be erected in accordance with the Code of Practice for the Installation. Testing and Balancing of Ductwork for Air Conditioning SANS. 0173. Unless otherwise specified in the “Project Specification”, ductwork and accessories shall be manufactured from galvanised steel sheeting to SANS. 934-1969, “Commercial Coating Thickness”.
AC.2.1 Fabrication Standards Ductwork shall be fabricated and installed in accordance with the following specification which shall be read in conjunction with the standards laid down by the Sheet Metal and Air conditioning Contractors National Association (of America) (SMACNA) which standards shall be adhered to in detail excepting only as hereinafter specified.
AC.2.2 Cross Joints All cross joints in duct work shall be sealed with a liberal coating of 3M or equal Duct Sealer.
AC.2.3 Flexible Connections All ducts connections to vibrating equipment shall consist of a flanged joint, followed by a flexible connector consisting of a neoprene covered fiberglass cloth affixed on either side of the joint in a double lock seam to form an airtight flexible joint with a minimum 50 mm separation between metal edges. The Standard "Duro-Dyne" prefabricated flexible duct connector complies with these specifications. Ducting at flexible joints shall be so supported that the ductwork is held square with the adjoining duct and no stress is imposed upon the flexible joint. Flexible ducts shall be equal to WIREMOLD type 57K comprising glass fiber fabric, PVC coated, spirally-wound metal inserts and having a 25mm thick PVC covered
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
33
fiberglass insulating jacket. Where flexible ducts connect to normal sheet metal ductwork or other equipment, use a liberal coating of 3M or equal Duct Sealer, seal the joint with DURO-DYNE or equivalent 75mm wide duct tape and finish with an approved clamp ring or metal strapping to ensure an airtight joint.
AC.2.4 Circular Ductwork Circular ducting shall be of the spiral type.
AC.2.5 Accessories The contractor is to provide all hangers and supports that are to be hot dipped galvanised after fabrication to SANS. 763-1997, “General Coating Thickness”. No explosive fasteners to the building structure shall be allowed, only approved expanding bolts or clamps are permissible. The ductwork shall be connected to the air terminals by means of flexible ducting of two-element spiral connection composed of a corrosion-resistance and a coated fabric with a mineral base. When stated on the drawings, the ductwork shall have 25 mm thick, factory-fitted, non-combustible insulation, aluminium foil finished. Where shown on the drawings and/or where required for inspection and maintenance, access panels shall be installed in the ducting as per SANS 1238.
AC.2.6 Insulation Insulation shall in all instances be applied by specialist contractors and be of the highest standard. Any section not installed to the approval of the Project Manager shall be re-done at the Contractor's expense. Prior to insulation being fitted, all pressure testing shall be completed satisfactorily. Insulation, cladding and vapour barriers shall be painted as specified. All items of plant likely to operate at temperatures below the surrounding ambient dew point shall be insulated and provided with a vapour barrier. All air ducts carrying heated or cooled air, except where specifically excluded shall be thermally insulated. Internal duct insulation shall consist of not less than 25mm thick neoprene or flexible fabric faced fibreglass which shall be secured to the duct by means of suitable adhesive in addition to metal fasteners, generally in accordance with SANS 1238. External insulation shall generally be in accordance with SANS 0173. It shall be similar to FRK type. Fibreglass density shall be a minimum of 24kg/m3 for internal insulation and external insulation in unexposed areas. For external insulation in exposed areas such
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
34
as plantrooms, service trenches and service ducts, the minimum density shall be 48kg/m³. Thermal conductivity in both instances shall not exceed 0,037 W/mºK. In unexposed areas such as roof spaces, etc., external insulation shall be protected with a neoprene or aluminium foil cover. These shall be strapped at intervals not exceeding 500mm with nylon straps and buckle clips or similar approved method. All air conditioning ductwork externally insulated shall be provided with a continuous vapour barrier, sealed with adhesive aluminium tape or equal. The vapour barrier shall comply with the flammability requirements for sealing membranes as per SANS 1238. Particular care shall be taken with insulation at ductwork joints to ensure maximum possible insulation of duct surfaces. External insulation in exposed areas shall comprise 40mm thick fibreglass to cover all flanges, joints, etc. It shall be externally clad with a galvanised sheetmetal skin over a vapour barrier and painted to specification. Horizontal surfaces and joints in the sheet metal cladding shall be such that they shed water. Flexible ducting shall be proprietary made complete with insulation at least 40mm thick fiberglass equivalent and an acceptable fire retardant outer layer. Where flexible-ducting joins on to sheet metal ducting the joints shall be sealed with foil backed adhesive tape.
AC.2.7 Duct Supports All ductwork shall be securely supported by hangers, brackets and other appropriate forms of support. All supports and hangers for air duct installed shall be rigid galvanized steel rod, angle bar or U-channel construction. All ductwork shall be securely supported so as to prevent vibrations or movements and arranged to allow expansion due to thermal stresses without distortion of the ductwork, rupture of insulation or damage to the supporting structure. Ductwork supports shall be positioned close to dampers, diffusers and all similar equipment which are not subjected to distortion, in addition to those hangers and supports generally required. Allowance shall be made in ductwork construction for instrument and controls connections and adequate local stiffening shall be incorporated to provide ridge mountings. Sleeves shall be fitted to ducts at points where they pass through walls, floors and ceilings. Ductwork penetrations to walls and floors shall be packed with an approved insulation (fire rated, if required) and shall be flanged on both sides of the penetrations. All angle iron brackets used are to be neatly cut and the ends must be grinded smooth. Holes in mild steel brackets for bolts are to be drilled and no holes cut with a cutting torch will be permitted.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
35
No ducts are to be hung from other services.
AC.2.8 Identification A pointer 150 mm long shall show the direction of flow. Also colour coded labels with writing in words, identifying the service of the duct shall be provided at:
d) Point of origin. e) On either side of walls, floor and partitioning. f) At intervals not exceeding 20 m.
Insulated and/or painted ductwork shall have the identification marks and flow arrows applied after insulation/painting has been completed. Lettering of the labels shall be at least 50 mm high.
AC.2.9 Pressure Testing Pressure testing for medium and high-pressure ducting, shall be in accordance with the Code of Practice for the installation, Testing and Balancing of Ductwork for Air Conditioning SANS. 0173. Low pressure ducting must be pressure tested as follows:
a) The duct pressure shall be at least 2 times maximum operating pressure, or 150 Pa, whichever is greater.
b) Smoke shall be introduced into the duct section under test. c) All leaks letting out visible smoke, shall be closed up with approved duct
sealing compound. d) A further pressure test shall be performed at the duct pressure specified in (a)
above and leaks sealed until a maximum allowable leakage rate is reached of 48%, suitable de-rated for the volume handled by the duct section being tested.
Pressure testing shall be performed with the spigots installed, temporarily capped, but before the application of the external insulation.
AC.3 AIR CONDITIONING AC.3.1 Split Type Air Conditioning Unit
AC.3.1.1 General
This specification covers the requirements for split type, air-cooled air-conditioning units. The units shall be completely self-contained, direct expansion, unitary air-cooled units. The air conditioners shall generally be in accordance with SANS 1125 with sound levels not exceeding the values specified in the Project Specification
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
36
The unit shall consist of an indoor section, consisting of a casing, heater (if applicable), filters, coil, supply air fan(s) and controls. The outdoor section consists of a casing, compressor(s) and condenser section. The unit shall be complete with adjustable supply air grille, interconnecting refrigerant piping and drain piping. The unit shall comply with the local authority by-laws. The unit shall comply with the 'Safety Code for Mechanical Refrigeration', SAS-B9.1.
AC.3.1.2 Type The unit shall be either of the heat pump or cooling only type as stipulated in Project Specification. The indoor unit shall be either of the ceiling suspended type, the high wall type, the cassette type, the vertical type or the console type, as specified in the Project Specification. The unit shall be suitable for operation from an electrical supply as specified in the Project Specification. The unit shall be suitable for the location shown on the Project Manager's drawings. Ample clearance shall be available for operation and maintenance.
AC.3.1.3 Duty The unit shall be selected for the duty as specified in the Project Specification. The unit shall be selected to operate under the selected duty continuously, 24 hours per day, each day, without breakdown. Selection curves, graphs or tables, obtained from actual test data shall be available and submitted to the Project Manager, showing the operating point for which the unit was selected. Special care shall be taken during the selection of the units to take the altitude above sea level, and the indoor unit entering conditions into account. The unit shall be sized and designed to operate within the outside air temperature limits, as specified in the Project Specification.
AC.3.1.4 Casing The casing of both the indoor and outdoor sections shall be of robust construction and completely insulated to prevent condensation of moisture and to muffle sound. The casings shall have readily removable panels for easy access to all components
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
37
which require service and maintenance. The casings shall be of baked enamel finish to an approved colour. When so specified in the Project Specification, the indoor unit shall have positive introduction of outside air into the room, controllable by means of a damper.
AC.3.1.5 Compressors The outdoor unit shall contain the matching compressor unit, air-cooled condenser, condenser fan within a waterproof painted and corrosion protected casing. The indoor/outdoor units shall be interconnected with refrigerant piping (separately insulated suction and delivery piping for reverse cycle units), electric wiring and interlocking control cabling. Where visible and/or exposed to the weather or possible mechanical damage refrigerant piping and cabling shall be run inside galvanised sheet steel trunking, neatly erected and painted as specified. The compressors shall be hermetic scroll type and be equipped with an inverter controller, capable of changing the rotating speed to follow variations in cooling and heating load. Motors shall be suitably rated and inherently protected against overload. If required by Project Specification, the compressor shall be of the inverter technology The compressors shall be located in a sound attenuating compartment, and shall be equipped with suitable vibration isolators. Minimum safety protection to be provided is high discharge pressure.
AC.3.1.6 Condensers Unless otherwise specified in the Project Specification, the condenser coils shall have copper tubes with aluminium fins. The condenser fans shall be of the propeller or centrifugal fan type with life lubricated bearings. For reverse cycle heating units, including split type units, a proper drippan with drainage piping as above shall be provided for the outdoor units where dripping can create unacceptable conditions. Where drainage piping is required to be installed flush mounted, positioning and chasing shall be done in good time to meet construction programmes.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
38
AC.3.1.7 Refrigerant Circuits Where multiple compressors are used, each compressor shall have its own independent refrigerant circuit. Adequate provision must be made to prevent liquid floodback to the compressor(s). Refrigerant piping shall be copper, properly dehydrated and tested for leaks. The suction line shall be insulated to prevent condensation. The piping shall run perpendicular to building components and be securely bracketed.
AC.3.1.8 Filters Filters shall be fire resistant, washable, dry media type.
AC.3.1.9 Evaporator Coils
The evaporator coils shall be made of copper tube, with aluminium fins, unless otherwise specified in the Project Specification. The number of rows shall not be less than 3. The insulated condensate drainpan shall be of galvanised steel and be tilted towards the drain outlet.
AC.3.1.10 Supply Air Fans
The fan(s) shall be direct driven centrifugal fan(s) with life lubricated bearings. Motors shall be suitably rated and inherently protected against overload.
AC.3.1.11 Heating
Heating shall be via reverse (Heat pump) cycle. No resistive heating will be accepted.
AC.3.1.12 Controls
The unit's operation shall be controlled by a control switch and an adjustable thermostat located in an easily accessible position. The thermostat shall switch the heater and the compressor automatically in accordance with the room load, and have a dead zone of 1 °C between heating and cooling. Maximum differential to be 2 °C. The switch shall have 3 positions: OFF/AC/FAN. Units with multiple compressors shall be designed for staggered compressor start-up.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
39
AC.3.1.13 Testing
On completion of the installation and placing into full operation thereof, the unit shall be tested on a sample basis, in the presence of the Project Manager to prove conformance of the equipment supplied and the system installed with the requirements of the specification.
The performance test will consist of recording:
a) Power input. b) Air quantity delivered. c) Air entering conditions. d) Air leaving conditions.
All test instruments must have recently validated certificates. The following shall be included into the total system's Operation & Maintenance' Manual:
a) All performance curves, charts and tables showing operation points. b) Test report of acceptance tests. c) Maintenance instructions and schedules for all parts of the a/c unit. d) Spares part list for all parts of the a/c unit.
A Certificate of Completion will only be issued by the Project Manager upon satisfactory completion of the test, and when the system is operating to the complete satisfaction of the Project Manager.
AC.4 REFRIGERATION (A/C) PIPEWORK AC.4.1 General
Refrigeration pipework between refrigeration condensing units and direct expansion cooling coils in air handling units shall be installed in full accordance with the requirements. Refrigeration piping shall be carried out in seamless, bright, clean refrigeration quality copper tubing received from its suppliers with capped or sealed ends. Soft annealed tubing shall be used on all pipe sizes below 19 mm OD whilst hard drawn tubing shall be utilised on all larger sizes. Joints on soft copper lines shall be flared type, forged or drawn brass fittings similar or equal to “Mueller-Brass” being used. For joints on hard drawn copper lines use sweat fittings in conjunction with a suitable flux and silver solder. All pipe cuts shall be neatly reamered and cleaned prior to making joints.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
40
AC.4.2 Liquid Refrigerant Lines Liquid refrigerant lines shall incorporate the following components should they not be included within the refrigeration condensing units:
a) Bypass-flow replaceable desiccant type filter-dryers, angle types rated for the full refrigeration duty of each system.
b) Y-Type full-flow strainers. c) Isolating valves of the diaphragm type to the filter dryers. d) Moisture-indicating type single part liquid sight glasses. e) Angle type, back seating, capped liquid charging valves with flare charging
connections fitted with flare-fitting cap nuts. f) Liquid line solenoid valves. g) Thermostatic expansion valves of the external equaliser type, at the air
handling units.
AC.4.3 Vibration Eliminators Vibration eliminators of “Anaconda” or equal make shall be installed in the positions indicated on the diagrams.
AC.4.4 Suction Lines Suction lines shall be vapour-proof insulated with 38 mm thick pre-formed heavy density fibreglass sections covered with 8,0 kg canvas, the latter lapped and glued with a suitable adhesive. Two costs of “Isoclad” liquid plastic membrane shall then be applied followed by a final paint finish, as later specified herein.
AC.4.5 Fittings Fittings shall be insulated with neatly mitred fibreglass pipe sections, all butting and rough edges to be skim-coat plastered with hard setting compound or an asbestos plastering compound. Two costs of “Isoclad” shall then be applied followed by the pint finish, as later specified herein.
AC.4.6 Supports Refrigeration pipework shall be supported at not exceeding 2 m centres. Pipes shall be securely clamped to points of support using suitable holder bats. Insulated piping shall have mouldered cork inserts of 50 mm thickness in place or normal insulation where supports occur, vapour-proofing at such positions being carefully executed. All refrigeration pipework passing through plant room walls shall have mouldered cork surrounds of 50 mm thickness by width not less than that of the wall, vapour proofing at such positions being carefully executed. The sensing bulb of the thermostatic expansion valves shall be securely fastened to the suction lines using copper strip and brass screws.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
41
AC.4.7 Layout Particular care shall be exercised to ensure that pipework is neatly run in straight lines, this applying more to the soft copper tubing. Pipes shall pitch 25 mm in 6 m in the direction of flow to prevent oil traps.
AC.4.8 Pressure Testing Refrigerant Piping Field charged systems shall pressure tested and thereafter be vacuum tested.
Refrigerant pipes and equipment shall be tested under vacuum and indications of leaks shall not be permitted at a pressure of 0,68 kPa absolute, maintained for a period of one hour with the vacuum pump uncoupled.
Refrigerant pipes and equipment shall be tested with clean dry nitrogen with
a small quantity of refrigerant for a period of 24 hours at a test pressure of 1,1 times the appropriate maximum working pressure in terms of SABS 0147 – 1978 : code of Practice for Refrigeration and Air-Conditioning Installations.
All connections shall be inspected for leaks by mean of a sensitive leak detector and soap bubble test. Test records shall be submitted of all pipe sections installed.
AC.5 CONDENSATE DRAIN PIPING
Materials Ceiling void : uPVC all piping exposed to AIR CONDITIONING INSTALLATION damage : copper uPVC piping exposed to direct sunlight required a UV resistant paint coating
Sizing
Strict as per relevant drawing
Slope preferably : 1:50 Min : 1:100
Accessories required
first 3 m of condensate line (if mounted in ceiling void) shall be Insulated P-Trap shall be installed if the condensate line terminates in the sewer Reticulation (To prevent the migration of unwanted odours).
All pipes, vessels etc. operating below ambient dew point shall be insulated and a
vapour barrier provided.
The Drain connection of each indoor unit to the main Header should be of Min.25mm dia. The header pipe should be MIN 40mm dia. The drain pipe should be of hard PVC, whereas the connection of the indoor unit to the hard PVC pipe.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
42
Piping shall be with flexible braided pipe. The drain piping should be insulated with 13 mm thick tubular Nitrile Rubber Elastomeric insulation and the cassette type units shall be provided with condensate drain water pump it should lift the water to the drain headers automatically.
AD. PROJECT HANDOVER DOCUMENTATION
AD.1 General The equipment shall be new and of the most modern but proven design. Definite preference shall be given to locally manufactured and/or locally available equipment, robust types of equipment for which highly skilled and specialized maintenance personnel are not required. Moving parts shall operate reasonably silently and shall be so arranged to be easily and readily accessible for removal, maintenance and repair. Adequate protection shall be provided for the exclusion of vermin, birds and insects from all moving, enclosed or live parts and to prevent damage to insulation by vermin. The design of all equipment shall be such that regular maintenance, lubrication or adjustment shall not be required at intervals of less than one week. In particular, the equipment shall comply with the requirements of Occupational Health and Safety Act dealing with the general and safety measures for machinery and the generation, transformation, distribution and use of electrical energy.
AD.2 As-Built Drawings The Contractor shall provide the Project Manager with a complete signed transparent set of "as-built" drawings as a prerequisite to final payment; and the Project Manager shall turn the set over to the Employer after having established their correctness. The "as-built" set shall include all electrical work. "As-Built" drawings shall be maintained on a current basis as work progresses.
AD.3 Operations and Maintenance Manuals and Data Books
Three (3) complete sets of manuals shall be prepared by the Contractor and issued to the Project Manager. The documents shall contain sufficient information and detail to enable the Employer to operate, maintain, dismantle, re-assemble and adjust all parts of the works. It shall also contain enough information to allow trouble shooting as well as to order spare parts. The Works shall not be considered completed for the purposes of final hand-over until the above documentation has been completed to the satisfaction of the Project Manager. On the day of first handover, a draft copy of the document shall be handed to the Project Manager for perusal, upon which the latter will issue comments. The
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
43
revised document (if required) shall be completed and re-submitted to the Project Manager within a period of three (3) weeks. The manuals shall be in the ruling language and shall be neatly bound in suitable strong covers with external protection with plastic sheets. The manuals shall consist of:-
a) INDEX
b) DESIGN OF PLANT - General Assembly Drawings (GA’s)
c) OPERATING OF PLANT
- Automatic and Manual Start-up and Shut-down Procedures - Operation and Sequence of all Automatic Controls (Functional
Description) - Operator Procedures during Operation, i.e. Checks during Operation and
Emergency Procedures - Scheduled description of all Control and Safety Instruments, listing
function, make, model range, and differential (when applicable), and setting of instrument.
- Functions of all switches, indication lamps, reset button and alarms, and instruments for adjustments and re-setting on control devices and cutout switches.
d) TEST & COMPLIANCE CERTIFICATES
- A Copy of the final Test Report or Certificate as accepted by a Qualified Project Manager.
- A complete DATABOOK, approved by an Accredited Inspection Authority.
e) PLANT AND EQUIPMENT
- A scheduled list of all plant and equipment to include Employer’s label number, Description, Make and Model and Suppliers Name and Contact Details.
- Descriptive Literature of Suppliers, to include detail assembling instructions and descriptions, significant maintenance and operational procedures, performance curves or charts.
f) MAINTENANCE SCHEDULES - A schedule on each item or component of the plant, containing the plant
number, A description of the Plant, the frequency and extend of preventative maintenance procedures, defining both minor and extensive maintenance operations.
- List of critical parts (spare parts) that should be kept by the Employer, together with a description of each part, make & model or part number and the contact details of the Supplier.
- List of Special Tools or safety equipment that would be necessary in the servicing of the plant.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
44
g) DRAWINGS & AS-BUILT DOCUMENTS - List of all drawings - Photographically reduced to size A3 copies of all as-installed design
drawings and diagrams as compiled by the Office of the Project Manager. - Full size Workshop/Equipment drawings as prepared by Contractor. - Full Size As-Built Plant Layout Drawings, showing actual sizes of all
plant and equipment, ducts, and pipes, location of dampers and controls and the measured quantities of the different services as build and commissioned by the Contractor. These drawings shall include plant descriptions & numbers as issued by the Employer.
- As-Built Control and Wiring Diagrams, noting where applicable, the control points, settings, variable rates, bands, ranges of any variable on the installation, to permit checking and adjustment of instruments, controls and motor control functions.
- DB & MCC Diagrams and Panel Layouts (should include label numbers) - As-Built Cable Schedules with Label Numbers as issued by the Employer - Electronic copies of all drawings shall be issued to the Project Manager in
AutoCAD R14 format, unless requested otherwise.
AD.4 Technical Particulars and Guarantees of Material and Equipment The Schedule of Equipment Offered shall list the technical particulars and guarantees to be supplied by the Bidder in respect of the material and equipment offered by him for execution of the Contract. The benefit of any and all periods of guarantee by manufacturers which may be not be expired at the end of the period of maintenance, shall be transferred to the Employer by the Contractor.
AD.5 Installation Guarantees and Free Maintenance The Contractor shall maintain and service all installations, in accordance with the following requirements for a period of twelve months, calculated from the date of Practical Completion or, in the event of more than one certificate having been issued by the Project Manager, from the respective dates so certified. During the "Maintenance Period" the Contractor shall service the installations regularly at quarterly intervals and make good any defects. The Maintenance of the installations shall be carried out during normal working hours and at each service, the Contractor shall attend to the following:
a) Report to an official nominated by the Employers on arriving and again on leaving the Works. Such person shall sign a monthly "Service Report" giving details of any defects reported and made good, temperature readings taken, etc. A copy of each "Service Report" shall be submitted to the Project Manager by the Contractor within fourteen (14) days of each service.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
45
b) Check the function of each item of the installations including all automatic controls and safety devices for correct operation and lubricate, tighten connections, adjust, clean and/or replace components and ancillaries as necessary.
c) Repair and/or replace any defective parts or equipment by normal wear and tear / manufacturing defects.
d) Check the electrical switch panels replacing any burnt contacts or pilot lamp bulbs, which have failed and tighten any loose connections.
e) Attend to any complaints made with respect to the installations by the official nominated by the Employer, being the only other person authorised to instruct the Contractor or make any complaint (other than the Project Manager). No person shall have any right to instruct or make any complaint to the Contractor during this period.
While attending to any Defects and the Servicing of the installations, the Contractor shall not unduly disturb the functions of the staff in the areas concerned.
AD.6 Spares and Servicing Materials for Maintenance The Contractor shall deliver the specified spare parts to the Employers for safekeeping by the latter in order that repairs to the Plant can be executed with minimal delay, such parts being provided packaged in complete sets each duly labelled with their function. When applicable the following parts shall be free issue to the Employer, upon completion of the project. THREE sets of panel keys. The Contractor shall also supply with the above spares, lubricants and servicing material of all the types referred to in the Contractor's Maintenance Manual and in sufficient quantity for one full routine servicing of the complete installation In addition the Contractor shall enter in a Schedule of Spare Parts, all the essential spares to be kept on site to ensure continuity of operation and satisfactory maintenance of the equipment. Spares to be provided shall generally be sufficient for one major overhaul of one of every different type of machine or equipment. These spares may be required to be supplied as part of the contract and the prices quoted shall include packing for permanent storage and protecting the spares against corrosion and damage. Larger spares may be packed individually or by grouping in adequately sealed containers with labels indicating the contents thereof for bulk storage.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
46
AE. SCHEDULE OF INFORMATION REQUIRED – BIDDER
DETAILS 1. Individual
Bidders or Individual Members of Joint Ventures
1.1 Constitution or legal status of Bidder: [attach copy]
Place of registration:
Principal place of business:
Evidence of signatory authorized to sign the bid ( if applicable): [attach]
1.2 Annual amounts of construction works performed during the last ________years to the amount of N$ _______________
1.3 Number ____of works of a nature and amount similar to the Works performed as prime Contractor over the last ____ years.
Project/Contract name
and country Name of Employer and
contact person Type of work performed and year of completion
Value of contract in NAD
(a)
(b)
(c)
(d)
(e)
(f)
(g)
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
47
1.4 Major items of Contractor’s Equipment proposed for carrying out the Works.
Item of equipment Description, make, and age (years)
Condition (new, good, poor) and
number available
Owned, leased (from whom?), or to be purchased (from whom?)
(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p)
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
48
1.5 Qualifications and experience of key personnel proposed for administration and execution of the Contract. Also Attach biographical data.
Position Name Qualifications and Years of
General Experience
Years of experience in
proposed position
(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n)
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
49
1.6 Proposed subcontracts and firms involved. Refer to General Conditions of Contract Clause 7.
Sections of the Works Value of
subcontract Subcontractor
(name and address) Experience in similar work
(a) (b) (c) (d) (e) (f)
1.7 Financial reports for the last 3 years: Financial Statements,
Audited Accounts, etc. [List below and attach copies.] 1.8 Evidence of access to financial resources to meet the
qualification requirements: cash in hand, lines of credit, etc. List below and attach copies of support documents.
1.9 Name, address, and telephone, telex, and facsimile numbers of banks that may provide references if contacted by the Public Entity.
1.10 Information on current litigation(s) in which the Bidder is involved.
Other party(ies) Cause of dispute Amount involved
(a) (b) (c) (d) (e)
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
50
1.11 Proposed Program (work method and schedule). Descriptions,
drawings, and charts, as necessary, to comply with the requirements of the Bidding Documents.
2. Additional Requirements
2.1 Bidders should provide any additional information requested in the Bidding Document. Written acknowledgement and acceptance of Employer’s specific requirements for bid to be deemed responsive
The Bidder must complete this form in full.
Date: _______________
Procurement Reference No: _______________
We, the undersigned, declare that we acknowledge and accept (a) that according to ITB 10, the requirements set out in Table 2.1
below must be met, and (b) for our Bid to be determined responsive, our Bid must score at
least 60% on the Responsiveness Score Sheet in Table 2.1.
Name:
In the capacity of:
Signed:
Duly authorized to
sign the Bid for and on behalf of:
Date:
Seal of Company
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
51
Table 2.1: Responsiveness Score Sheet Item No
Relevant experience of the contractor related to the assignment
Number of projects successfully executed by Bidder
Number of projects and years
Scores
Total
1 Supply and Install of Air-Conditioning Systems
At least two (2) projects during the last five (5) years
≥2 5 25 ≥5 8
Any single installation project valued at one million (N$1 000 000.00) or more
≥N$1, 000, 000
12
2 Supply and Install of Small Power & Light Systems
At least two (2) projects during the last five (5) years
≥2 5 20
≥5 7
Any single installation project valued at one million (N$1 000 000.00) or more
≥N$1, 000, 000
8
3 General Maintenance At least two (2) projects during
the last five (5) years
≥2 5 15
≥5 5
Any single maintenance project valued at half million (N$500,000.00) or more
≥N$ 500 000
5
4 General Building Works
At least two (2) projects during the last five (5) years
≥2 5
20 ≥5 7
Any single maintenance project valued at half million (N$500,000.00) or more
≥N$1, 000, 000
8
5 Contract Manager/Supervisor Five (5) years’ experience in relevant assignment 5
5 National Diploma in Civil/Mechanical/Electrical Engineering
6 Financial Statements, audited for the last three years ( attach copies) 5 5 7 Letter of intent from commercial bank to provide performance guarantees
5 5
8 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, minimum line of credit N$ 1,000,000.00. Attach copies of support documents.
5 5
9 Grand Total (out of 100)
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
52
B. DRAWINGS
List of Attached Drawings
Drawing no. Title and Description Revision
ARCHITECTURAL DRAWINGS
W1497-A-101 FLOOR LAYOUT - W1497-A-201 SECTIONS-SHEET 1 OF 2 - W1497-A-202 SECTIONS-SHEET 1 OF 2 - W1497-A-203 RECEPTION COUNTER LAYOUT & DETAILS - W1497-A-301 LOCALITY - W1497-A-204 DRY WALL DETAILS - ELECTRICAL DRAWINGS
W1497/E1-100 LIGHTING LAYOUT - W1497/E1-200 SMALL POWER LAYOUT -
MECHANICAL DRAWINGS
W1497/M7-101 HVAC LAYOUT - W1497/M7-300 GENERAL NOTES - W1497/M7-301 SPLIT AC STANDARD DETAILS -
FOR INSPECTIO
N ONLY
FOR INSPECTIO
N ONLY
FOR INSPECTIO
N ONLY
FOR INSPECTIO
N ONLY
FOR INSPECTIO
N ONLY
FOR INSPECTIO
N ONLY
FOR INSPECTIO
N ONLY
FOR INSPECTIO
N ONLY
FOR INSPECTIO
N ONLY
FOR INSPECTIO
N ONLY
FOR INSPECTIO
N ONLY
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
53
SECTION IV: PRICED ACTIVITY SCHEDULE Procurement Reference Number: W/RFQ/AGRI – 01/2019-2020 REFER TO THE ATTACHED BILL OF QUANTITIES. The objectives of the Bill of Quantities (BoQ) are:
a) to provide sufficient information on the quantities of Works to be performed to enable bids to be prepared efficiently and accurately; and
b) when a Contract has been entered into, to provide a priced BoQ for use in the periodic valuation of Works executed.
The General Conditions of Contract, the Special Conditions of Contract (if any), the Specifications and the Drawings are to be read in conjunction with the BoQ. The BoQ comprises items covering the Contractor's profit and costs of general liabilities and of the construction of temporary and permanent works. The Bidder is at liberty to insert a rate of his own choosing for each item in the schedule and his attention is drawn to the fact that the Contractor has the right, under various circumstances, to payment for additional works carried out and that the Project Manager is obliged to base his assessment of the rates to be paid for such additional work on the rates inserted in the schedule by the Contractor. Unless otherwise stated, items are measured net in accordance with the drawings, and no allowance has been made for waste. The prices and rates to be inserted in the BoQ are to be the full inclusive prices to the Employer for the work described under the several items. Such prices shall cover all costs and expenses that may be required in and for the construction of the work described, and shall cover the cost of all general risks, liabilities, and obligations set forth or implied in the documents on which the Bid is based. The Bidder shall ensure that his rates are exclusive of Value Added Tax (VAT) as laid down in existing legislation. A price or rate is to be entered against each item in the BoQ, whether the quantities are stated or not. An item against which no price is entered will be considered to be covered by the other prices or rates in the BoQ. The Bidder must price each item in the Schedule in BLACK INK. The quantities of this BoQ shall be regarded as approximate and not necessarily the actual amount of work to be done nor shall these quantities be considered as limiting or extending the amount of work to be done or material to be supplied by the Contractor. The Contract Price for the completed contract shall be computed from the actual quantities of work done and valued at the unit rates and Bid prices against the respective items in the BoQ. The BoQ must not be used for the ordering of materials and the Contractor is advised to acquire his own information from the Specifications and Drawings and to consult with the Project Manager before materials are ordered. Bill of Quantities Authorised By: Name: Signature:
Position: Date:
Authorised for and on behalf of: Company
FOR INSPECTIO
N ONLY
INDEX
NOTES TO BIDDERS
1. Preliminaries 1
2. Alterations 18
3. Carpentry and Joinery 19
4. Ceilings, Partitioning etc. 22
5. Ironmongery 26
6. Metalwork 27
7. Tiling 28
8. Plumbing and Drainage 29
9. Glazing 34
10. Paintwork 35
11. Electrical Installations 39
12. Mechanical Installation 43
Final Summary 49
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
BILL NO. 1
PRELIMINARIES
1) The"General Conditions of Contract" as included inthe "Standard Bidding Documents for Request For Quotation(Works)" shall be the form approved.
NOTES
2) Bidders are referred to the abovementioned documents for the full intent andmeaning of each clause thereof (hereinafter referred to by heading and clausenumber only) for which such allowance must be made as may be considerednecessary.
3) Bidders are referred to page 1/6 item F regarding the adjustment ofpreliminaries in any/all compensation events when pricing these preliminariesitems in respect to "Fixed, Time or Value" relation.
CONDITIONS OF BUILDING CONTRACT
Item
Clause 1: Definitions
Fixed:...........................Time:............................Value:...........................
1
GENERAL
Item
Clause 2: Interpretations
Fixed:...........................Time:............................Value:...........................
2
Item
Clause 3: Language and Law
Fixed:...........................Time:............................Value:...........................
3
-1-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Item
Clause 4: Project manager's decisions
Fixed:...........................Time:............................Value:...........................
4
Item
Clause 5: Delegation
Fixed:...........................Time:............................Value:...........................
5
Item
Clause 6: Communications
Fixed:...........................Time:............................Value:...........................
6
Item
Clause 7: Sub-contracting
Fixed:...........................Time:............................Value:...........................
7
Item
Clause 8: Other contractors
Fixed:...........................Time:............................Value:...........................
8
Item
Clause 9: Personnel and Equipment
Fixed:...........................Time:............................Value:...........................
9
Item
Clause 10: Employer’s and Contractor’s Risks
Fixed:...........................Time:............................Value:...........................
10
-2-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Item
Clause 11: Employer’s Risks
Fixed:...........................Time:............................Value:...........................
11
Item
Clause 12: Contractor’s Risks
Fixed:...........................Time:............................Value:...........................
12
Item
Clause 13: Insurance
Fixed:...........................Time:............................Value:...........................
13
Item
Clause 14: Site Data
Fixed:...........................Time:............................Value:...........................
14
Item
Clause 15: Contractor to Construct the Works
Fixed:...........................Time:............................Value:...........................
15
Item
Clause 16: The Works to Be Completed by the Intended Completion Date
Fixed:...........................Time:............................Value:...........................
16
Item
Clause 17: Approval by the Project Manager
Fixed:...........................Time:............................Value:...........................
17
-3-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Item
Clause 18: Safety
Fixed:...........................Time:............................Value:...........................
18
Item
Clause 19: Discoveries
Fixed:...........................Time:............................Value:...........................
19
Item
Clause 20: Possession of the Site
Fixed:...........................Time:............................Value:...........................
20
Item
Clause 21: Access to the Site
Fixed:...........................Time:............................Value:...........................
21
Item
Clause 22: Instructions
Fixed:...........................Time:............................Value:...........................
22
Item
Clause 23: Appointment of the Adjudicator
Fixed:...........................Time:............................Value:...........................
23
Item
Clause 24: Procedure for Disputes
Fixed:...........................Time:............................Value:...........................
24
-4-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Item
Clause 25: Program
Fixed:...........................Time:............................Value:...........................
25
TIME CONTROL
Item
Clause 26: Extension of the Intended Completion Date
Fixed:...........................Time:............................Value:...........................
26
Item
Clause 27: Acceleration
Fixed:...........................Time:............................Value:...........................
27
Item
Clause 28: Delays Ordered by the Project Manager
Fixed:...........................Time:............................Value:...........................
28
Item
Clause 29: Management Meetings
Fixed:...........................Time:............................Value:...........................
29
Item
Clause 30: Early Warning
Fixed:...........................Time:............................Value:...........................
30
-5-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Item
Clause 31: Identifying Defects
Fixed:...........................Time:............................Value:...........................
31
QUALITY CONTROL
Item
Clause 32: Tests
Fixed:...........................Time:............................Value:...........................
32
Item
Clause 33: Correction of Defects
Fixed:...........................Time:............................Value:...........................
33
Item
Clause 34: Uncorrected Defects
Fixed:...........................Time:............................Value:...........................
34
Item
Clause 35: Contract Price
Fixed:...........................Time:............................Value:...........................
35
COST CONTROL
Item
Clause 36: Changes in the Contract Price
Fixed:...........................Time:............................Value:...........................
36
-6-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Item
Clause 37: Variations
Fixed:...........................Time:............................Value:...........................
37
Item
Clause 38: Cash Flow Forecasts
Fixed:...........................Time:............................Value:...........................
38
Item
Clause 39: Payment Certificates
Fixed:...........................Time:............................Value:...........................
39
Item
Clause 40: Payments
Fixed:...........................Time:............................Value:...........................
40
Item
Clause 41: Compensation Events
Notwithstanding the provisions of this clause, the preliminaries shall be adjusted on thebasis of fixed, time and value related items.
Fixed:...........................Time:............................Value:...........................
41
Item
Clause 42: Tax
Fixed:...........................Time:............................Value:...........................
42
-7-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Item
Clause 43: Currencies
Fixed:...........................Time:............................Value:...........................
43
Item
Clause 44: Price Adjustment
Fixed:...........................Time:............................Value:...........................
44
Item
Clause 45: Retention
Fixed:...........................Time:............................Value:...........................
45
Item
Clause 46: Liquidated Damages
Fixed:...........................Time:............................Value:...........................
46
Item
Clause 47: Bonus
Fixed:...........................Time:............................Value:...........................
47
Item
Clause 48: Advance Payment
Fixed:...........................Time:............................Value:...........................
48
Item
Clause 49: Securities
Fixed:...........................Time:............................Value:...........................
49
-8-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Item
Clause 50: Dayworks
Fixed:...........................Time:............................Value:...........................
50
Item
Clause 51: Cost of Repairs
Fixed:...........................Time:............................Value:...........................
51
Item
Clause 52: Labour Clause
Fixed:...........................Time:............................Value:...........................
52
Item
Clause 53: Completion
Fixed:...........................Time:............................Value:...........................
53
FINISHING THE CONTRACT
Item
Clause 54: Taking Over
Fixed:...........................Time:............................Value:...........................
54
Item
Clause 55: Final Account
Fixed:...........................Time:............................Value:...........................
55
Item
Clause 56: Operating and Maintenance Manuals
Fixed:...........................Time:............................Value:...........................
56
-9-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Item
Clause 57: Termination
Fixed:...........................Time:............................Value:...........................
57
Item
Clause 58: Fraud and Corruption
Fixed:...........................Time:............................Value:...........................
58
Item
Clause 59: Payment upon Termination
Fixed:...........................Time:............................Value:...........................
59
Item
Clause 60: Property
Fixed:...........................Time:............................Value:...........................
60
Item
Clause 61: Release from Performance
Fixed:...........................Time:............................Value:...........................
61
Item
Samples of materials
The contractor shall furnish at his own cost such samples of materials and specimens ofcolours as may be called for by the Project Manager for his approval.
Fixed:...........................Time:............................Value:...........................
62
SPECIFIC PRELIMINARIES
-10-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Item
Samples of workmanship and mockups
The contractor shall furnish such samples of workmanship as may be called for by theProject Manager for his approval.Where an assembly of various elements of the buildings is required, which is notincorporated in the works, this shall be arranged by the contractor. Any cost involvedshall be borne by the employer.
Fixed:...........................Time:............................Value:...........................
63
Item
Ordering of materials
Should the Bills of Quantities be used for ordering materials, this shall be entirely at thecontractor's risk.
Fixed:...........................Time:............................Value:...........................
64
Item
Offices
The contractor shall provide, maintain and remove on completion office accommodationfor meetings held on site. The office shall be provided with tables and chairs sufficientfor the maximum number of persons attending meetings and shall be kept clean.
Fixed:...........................Time:............................Value:...........................
65
Item
Main notice board
The contractor shall provide, erect where directed, maintain and remove on completionthe main noticeboard complying with the requirements of the Institute of NamibianArchitects, with the title of the project and the names of the employer, the architect, thequantity surveyor, the consulting engineers and the contractor signwritten thereon.
Fixed:...........................Time:............................Value:...........................
66
-11-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Item
Water
The contractor shall provide all water for the works, including all necessary temporaryplumbing, removing same and making good on completion.
Fixed:...........................Time:............................Value:...........................
67
Item
Electricity and lighting
The contractor shall provide all necessary electricity and artificial lighting for the works,including all necessary temporary installation work, removing same and making good oncompletion.
Fixed:...........................Time:............................Value:...........................
68
Item
Telephones
The contractor shall provide, maintain and remove on completion a PT telephone on sitefor use by all persons engaged upon the works and shall be entitled to recover the costof outgoing calls from those making them.
Fixed:...........................Time:............................Value:...........................
69
Item
Toilets
The contractor shall provide, maintain in a thoroughly clean and tidy condition propertoilets for the use of the workmen and remove same on completion.
Fixed:...........................Time:............................Value:...........................
70
-12-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Item
Payment of preliminaries
The amount to be included in each monthly certificate in respect of preliminaries costsshall be calculated from the priced items within the preliminaries section of the bills ofquantities.
The contractor and project manager shall agree a division of the priced preliminariesitems into:
1) an initial or establishment charge, payment of which shall bemade to the contractor on proof that the relevant expenditures have been made;2) a monthly charge, and3) a final or dis-establishment charge
Should the contractor and project manager be unable to agree such division then theproject manager shall make a fair and reasonable division.
In arriving at such division cognisance shall be taken of such factors as:
1) Premiums for policies of insurance and performance guarantees being renewableannually,2)Plant, scaffolding and the like remaining the property of the contractor or the hiringcompany and the capital cost thereof not being treated as part of the initial charge.
In the event of an extension of time for the completion of the works the monthly chargebe recalculated on the same basis as originally but taking into account the revisedcontract period and the amounts already paid to the contractor.
Fixed:...........................Time:............................Value:...........................
71
Item
Protection
The contractor shall provide for the protection of all work for which a certificate ofpractical completion has not been issued and which is liable to be damaged from anycause. The contractor shall be responsible for any damage which may occur and shallmake good at his own expense.
Fixed:...........................Time:............................Value:...........................
72
-13-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Item
Protection of existing and/or partially occupied works
The contractor shall provide all reasonable measures necessary to protect the existingand/or partially occupied works to ensure that they are not damaged and he shallremove such protection on completion.
Fixed:...........................Time:............................Value:...........................
73
Item
Site security
The contractor shall provide all watching and lighting necessary for general site security.
Fixed:...........................Time:............................Value:...........................
74
Item
Notice before covering work
The contractor shall give adequate notice to the project manager whenever any workor materials which are subjected to the project manager's inspection or remeasurementare to be covered in or concealed in any way. In default of such notice being receivedsuch work or materials shall be uncovered and later made good at the contractor'sexpense.
Fixed:...........................Time:............................Value:...........................
75
Item
Disturbance
The contractor shall execute the whole of the works with a minimum of disturbance tothe adjoining premises, any parts of the works already handed over and the occupantsof those premises and/or parts.
Fixed:...........................Time:............................Value:...........................
76
-14-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Item
Clearing and cleaning
The contractor shall regularly clean and clear away all rubbish and excess materials asthe works proceed and, on completion, leave the works in a clean and satisfactory statefor immediate use and occupation.
Fixed:...........................Time:............................Value:...........................
77
Item
Vermin
The contractor shall take all necessary precautions to keep the works and site free fromvermin during construction and shall leave the works vermin free on completion.
Fixed:...........................Time:............................Value:...........................
78
Item
Workmen's Compensation Insurance.
The Contractor and domestic sub-contractors shall insure workmen in terms of theEmployee Compensation Act 5 of 1995 and shall deposit immediately with the ProjectManager written confirmation of evidence of registration under the Workmen'sCompensation Act when signing the Contract.
Persons not falling under the abovementioned Act must be insured under individualPersonal Accident Insurance policies to the satisfaction of the Project Manager.
Fixed:...........................Time:............................Value:...........................
79
Item
Open Fires.
No open fires will be permitted. Any workmen or labourers lighting fires in unauthorisedplaces are to be immediately dismissed.
Fixed:...........................Time:............................Value:...........................
80
-15-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Item
As built drawings
The contractor shall furnish the Project Manager with a set of marked drawingsindicating the positions of installations as actually built.
Fixed:...........................Time:............................Value:...........................
81
-16-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
PRELIMINARIES
SECTION 1
BILL 1
AmountPageNo
COLLECTION
PROVISIONAL BILLS OF QUANTITIESDN2020-02
16
15
14
13
12
11
10
9
8
7
6
5
4
3
2
1Total Brought Forward from Page No.
-17-
PRELIMINARIESBILL 1SECTION 1
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Final Summary N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
BILL 1
ALTERATIONS
Attention is directed to the relevant sections of the ModelPreambles to Trades which forms a part of this Bill and mustbe read in conjunction herewith.
NOTES:
The Contractor is to allow in his prices for temporary storingall re-usable material securely on-site.
The Contractor shall be responsible for compiling a completelist of all re-usable material which will be presented to thePrincipal Agent for verification.
All material removed and not re-used on this project, exceptbrickwork and concrete, is to be handed to the Employer.Said material is to be transported to the local stores of theregional office of Agribank and a signed receipt thereforemust be obtained from the regional representative. TheContractor is to allow in his prices for all transport costsinvolved therein.
All redundant material is to be removed to an approveddump site.
REMOVAL OF EXISTING WORK
4m2Acoustic tile suspended ceilings including suspension grid,hangers, etc
1
Taking down and removing roofs, floors, panelling, ceilings,partitions, etc
2NoVitreous china wash hand basin2
Taking out and reinstate piping, sanitary fittings, etcincluding disconnecting piping from fittings and makinggood floor and wall finishes (making good tiling andpaintwork elsewhere)
-18-
ALTERATIONSBILL 1SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried Forward to Summary of Section No. 2 N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
BILL 2
NOTES:
Attention is directed to the relevant sections of the ModelPreambles to All Trades which forms a part of this Bill andmust be read in conjunction herewith
CARPENTRY AND JOINERY
PANELLING, ETC.
71m2
Panelling of 2 700mm x 1 800mm x 12mm "MelawoodVerzaca Oak" or similar and approved decorative melaminefaced board fixed to brickwall or drywall in strict accordancewith the manufacturers instructions, including all necessarybrandering, etc.
1
Interior type particle board with matched veneer as perarchitects drawing no: 63-05
-19-
CARPENTRY AND JOINERYBILL 2SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Supplementary preambles
Joinery fittings have been measured as complete units i.e. thecomponents of the units have not been separately measured.The descriptions, therefore, of such units shall be deemed toinclude all components, assembling, housing, notching,glueing, blocking, planting on and screwing with countersunkscrews, edge strips, decorative plastic finish, glass,ironmongery, metalwork, paint or varnish finishes, etc.
All sizes for Joinery Fittings are overall size as indicated on theArchitect's drawings. All sizes must first be checked andverified on site before commencing with the manufacture ofany Joinery Fitting.
Sanitary fittings, basins, taps, etc., have been elsewheremeasured.
Prices for Joinery Fittings must, amongst others, allow formanufacturing, protection during transporting, off loading,storing, setting up, building in, pointing between fitting andplaster with an approved silicone compound, cleaning up oncompletion and commissioning to the complete satisfactionof the Architect.
JOINERY FITTINGS
1NoFloor sink cupboard size 3000mm long x 600mm wide x900mm high complete (Sink elsewhere measured)
2
Floor and wall cupboards complete
1No
1x Aluminium table with tempered glass table top size900mm x 900 x 750mm high and 4x Powder coatedaluminium and textilene chairs size 560x860x460mm high
3
Loose furniture
1NoU-Shaped Reception Counter 8 950mm x 900mm x 1 050mmhigh overall with top, shelves, drawers complete
4
Reception Counter as per Consultants drawings no. W1497-A-203
-20-
CARPENTRY AND JOINERYBILL 2SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
CARPENTRY AND JOINERY
SECTION 2
BILL 2
AmountPageNo
COLLECTION
PROVISIONAL BILLS OF QUANTITIESDN2020-02
20
19Total Brought Forward from Page No.
-21-
CARPENTRY AND JOINERYBILL 2SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried Forward to Summary of Section No. 2 N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
BILL 3
NOTES:
Attention is directed to the relevant sections of the ModelPreambles to All Trades which forms a part of this Bill andmust be read in conjunction herewith
CEILINGS, PARTITIONS AND ACCESS FLOORING,ETC.
Electrical light fittings, diffusers, panels, etc generally are"lay in" units of the same dimensions as the suspensiongrid described and allowance must be made accordinglyfor their support inclusive of any flexibility insetting out thatmay be required (ceiling panels have not been deducted andpricing is to take cognisance thereof)
Note:
SUSPENDED CEILINGS
21m2Ceilings suspended not exceeding 1,0m below steel trusses1
9.5mm "Rhino" or similar and approved gypsumplasterboard ceiling with taped and skimmed joints finishedwith gypsum skim plaster trowelled to a smooth polishedsurface fixed to "Donn screw up" or similar and approvedgrid system
4m2Vertical ceilings 150mm deep including 32 x 32mm sawnsoftwood brandering at 200mm centres
2
28m"Donn SM 25" or similar and approved wall channel securedto wall at 450mm maximum centres (Colour: White)
3
Cornices
PARTITIONS ETC
-22-
CEILINGS, PARTITIONS AND ACCESS FLOORING, ETCBILL 3SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
"Rhino-Drywall" partitioning shall comprise 63.5mmUltraSTEEL Drywall studs inserted at maximum 600mmcentres into 63.5mm Drywall steel track at top and bottomand clad both sides with 12.5mm thick "Rhinoboard" fixedwith 25mm Drywall streaker screws spaced at maximum220mm centres, stagger joints between boards, all joints tobe taped and jointed as per manufacturer's instructions.(Addweldmesh reinforcing inside frame before cladding.)
Intersections and abutments are measured separately anddescriptions shall be deemed to include any additional studs,corner beads, jointing compound, tape, etc.
Wall paper and/or paint and varnish finishes are measuredelsewhere
"Rhino-Drywall" partition systems
18mPartitioning 2 500mm high with bottom track plugged4
7mPartitioning 2 790mm high with bottom and top tracksplugged
5
23mPartitioning 2 980mm high with bottom track plugged andtop track fixed to suspended ceiling tees
6
17NoExtra over partition high for vertical abutment7
2NoExtra over partition for intersection abutment8
1NoExtra over partition 2 860mm high for corner9
4No
Extra over partition for 40mm semi-solid flush door 813mm x2 032mm high with "Sapele" veneer on both sides andhardwood edge strips to vertical edges hung to and includingstandard natural anodised aluminium door frame with onepair of 100mm nylon washered aluminium hinges,including "Solid 315/A40-810/B190" or similar and approveddouble cylinder lockset and additional studding, trimming,etc.
10
Doors
-23-
CEILINGS, PARTITIONS AND ACCESS FLOORING, ETCBILL 3SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
2No
Extra over partition for single door size 900mm x 2 100mmhigh hung to and including standard natural anodisedaluminium door frame with one pair of 100mm nylonwashered aluminium hinges, including "Solid 315/A40-810/B190" or similar and approved double cylinder lockset.
11
Purpose made natural anodised aluminium doors and doorframes including accessories glazed with 6.8mm "clearvue"float glass plunged to Rhino Board Partitioning
1No
Extra over partition for single door size 1 600mm x 2 100hung to and including standard natural anodised aluminiumdoor frame with one pair of 100mm nylon washeredaluminium hinges, including "Solid 315/A40-810/B190" orsimilar and approved double cylinder lockset.
12
-24-
CEILINGS, PARTITIONS AND ACCESS FLOORING, ETCBILL 3SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
CEILINGS, PARTITIONS AND ACCESS FLOORING, ETC
SECTION 2
BILL 3
AmountPageNo
COLLECTION
PROVISIONAL BILLS OF QUANTITIESDN2020-02
24
23
22Total Brought Forward from Page No.
-25-
CEILINGS, PARTITIONS AND ACCESS FLOORING, ETCBILL 3SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried Forward to Summary of Section No. 2 N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
BILL 4
NOTES:
Attention is directed to the relevant sections of the ModelPreambles to All Trades which forms a part of this Bill andmust be read in conjunction herewith
IRONMONGERY
8No"Union 6105-06SS" or similar and approved sandpiperstainless steel lever handle on rose
1
HANDLES, ETC.
7No"Union 5305-05SS" or similar and approved Euro profilecylinder escutcheon
2
ESCUTCHEONS
7No"UNION AL8700SS" or similar and approved aluminium doorstop with annodised silver finish
3
DOOR SUNDRIES
2No"Franke Stratos" or similar and approved soap dispenser4
BATHROOM FITTINGS
2m"Franke Stratos" or similar and approved paper toweldispenser
5
DRAWER FILLING CABINETS
16NoBank of 4 filling cabinets each 470 x 630 x 1 320mm highbolted together
6
"WALTONS" steel drawer filling cabinets with standardbaked enamel finish
-26-
IRONMONGERYBILL 4SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried Forward to Summary of Section No. 2 N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
BILL 5
NOTES:
Attention is directed to the relevant sections of the ModelPreambles to All Trades which forms a part of this Bill andmust be read in conjunction herewith
METALWORK
WELDED SCREENS, GATES, ETC.
2NoSecurity gate to suit steel door frame size 813 x 2032mm high1
Security gates formed of 40mm x 40mm x 3mm mild steelsquare hollow section perimeter frame with two similarhorizontal rails filled in with 40mm x 40mm x 2mm mildsteel square hollow section vertical bars at 136mm centresincluding one pair "weld-on" hinges 120mm long per leafand two 40mm x 3mm flat section plate 2 064mm longwelded to steel door frame (elsewhere), including preparingdoor for cylinder lockset and all ironmongery
ALUMINIUM WINDOWS, DOORS, ETC
1NoAluminium shopfront size 14 780mm x 2 500mm high2
Purpose-made natural anodised aluminium doors with6.38mm laminated safety glass and plugged to brickwork orconcrete complete as per Consultant's drawings
4NoExtra over single door size 900mm x 2 500mm high (overall)3
2NoExtra over fixing to wall4
-27-
METALWORKBILL 5SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried Forward to Summary of Section No. 2 N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
BILL 6
NOTES
Attention is directed to the relevant sections of the ModelPreambles to All Trades which forms a part of this Bill andmust be read in conjunction herewith.
TILING
WALL TILING
3m2Walls1
300mm x 600mm x 8.5mm Thick (PC=N$300.00) approvedfull body porcelain wall tiles fixed with an approvedadhesive to plaster (plaster elsewhere measured) and flushpointed with grey cement grouting to:
-28-
TILINGBILL 6SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried Forward to Summary of Section No. 2 N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
BILL 7
NOTES
Attention is directed to the relevant sections of the ModelPreambles to All Trades which forms a part of this Bill andmust be read in conjunction herewith.
PLUMBING AND DRAINAGE
-29-
PLUMBING AND DRAINAGE (PROVISIONAL)BILL 7SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
uPVC pipes and fittingsSewer and drainage pipes and fittings shall be jointed andsealed with butyl rubber rings.Soil, waste and vent pipes and fittings shall be solvent weldjointed
uPVC pressure pipes and fittingsPipes for water supply shall be of the class stated.Pipes of 40mm diameter and smaller shall be plain endedwith solvent welded uPVC loose sockets and fittings.Pipes of 50mm diameter and greater shall have sockets andspigots with push-in type integral rubber ring joints.Bends shall be uPVC and all other fittings shall be cast iron, allwith similar push-in type joints
Copper pipesPipes shall be hard drawn and half-hard pipes of the classstated. Class 0 (thin walled hard drawn) pipes shall not bebent. Class 1 (thin walled half-hard), class 2 (half-hard) andclass 3 (heavy walled half-hard) pipes shall only be bent withbenders with inner and outer formers. Fittings to copperwaste, vent and anti-syphon pipes, capillary solder fittingsand compression fittings shall be "Cobra Watertech" type.Capillary solder fittings shall comply with ISO 2016. Onlycompression fittings shall be used in walls or in ground
Flush pansFlush pans shall have straight or side outlets and "P" or "S"traps as necessary
Stainless steel basins, sinks, wash troughs, urinals, etc.Units shall have standard aprons on all exposed edges andtiling keys against walls where applicable
SUPPLEMENTARY PREAMBLES
-30-
PLUMBING AND DRAINAGE (PROVISIONAL)BILL 7SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
Waste unionsDescriptions of waste unions shall be deemed to includerubber or vulcanite plugs and chains fixed to fittings
Exposed concrete surfacesExposed surfaces of concrete stormwater channels, coverslabs, inspection eye marker slabs, gulley tops, cleaning eyetops, catchpits, inspection chambers, etc. shall be finishedsmooth with plaster
1No
"Franke code: cascade CDX621-120 Insert Sink" or similarapproved stainless steel double bowl sink with one tapholeand 90mm Basket Strainer waste fittings with overflow fixedin position on kitchen cupboard (cupboard elsewheremeasured)
1
Stainless Steel
1No32mm "Cobra No. 340" or similar and approved chromiumplated bottle trap with 200mm long tail pipe with wall flange
2
TRAPS ETC.
TAPS, VALVES ETC.
2No"Cobra Code 232/350" or similar and approved angleregulating valve with 350mm service connection
3
"Cobra Watertech" or similar and approved
1No
"Stiebel Eltron SHU10" or similar and approved 10 litreelectric water heater fitted underneath sink complete withsocket connection, tap and overflow and indicator light
4
ELECTRIC WATER HEATERS
1No"50 GPD Dawn Water" or similar approved water purifier withpump
5
WATER PURIFIER SYSTEM
-31-
PLUMBING AND DRAINAGE (PROVISIONAL)BILL 7SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
1m50mm Pipes chased into brick walls6
Class 9 uPVC pipes
1No50mm Bend7
Extra over Class 9 uPVC pipes for fittings
WATER SUPPLIES
1m15mm Pipes8
Class 0 copper pipes
1No15mm Fittings9
Extra over Class 0 copper pipes for capillary fittings
4No
9kg Approved dry chemical powder fire extinguishercomplete with initial charge fixed to and including 320mm x780mm x 20mm thick "Supawood" or similar and approvedbackpanel with chamfered edges all round with front andsides painted with and including "Neo Silk Signal Red" orsimilar and approved enamel paint, including all necesaryprimers, etc. and concealed fixed to walls with and includingfour 6mm diameter rawl bolts 100mm long
10
FIRE APPLIANCES ETC
-32-
PLUMBING AND DRAINAGE (PROVISIONAL)BILL 7SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
PLUMBING AND DRAINAGE (PROVISIONAL)
SECTION 2
BILL 7
AmountPageNo
COLLECTION
PROVISIONAL BILLS OF QUANTITIESDN2020-02
32
31
30
29Total Brought Forward from Page No.
-33-
PLUMBING AND DRAINAGE (PROVISIONAL)BILL 7SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried Forward to Summary of Section No. 2 N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
BILL 8
GLAZING
Attention is directed to the relevant sections of the ModelPreambles to All Trades which forms a part of this Bill andmust be read in conjunction herewith
NOTES:
MIRRORS
2NoStandard mirror size 600mm x 900mm four times holed andscrewed to wall
1
3mm Silvered float glass copper backed mirrors withbevelled edges holed for and fixed with chromium plateddome capped mirror screws with rubber buffers to plugs inbrickwork or concrete
23m2Reflective window tint2
Sundries
-34-
GLAZINGBILL 8SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried Forward to Summary of Section No. 2 N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
BILL 9
NOTES
Attention is directed to the relevant sections of the ModelPreambles to All Trades which forms a part of this Bill andmust be read in conjunction herewith.
PAINTING
Remove loose and flaking paint back to a sound substrate andfirm edge by scrapping and sanding. Spot prime bare areaswith appropriate primer. Clean with POLYCELL SUGAR SOAPPOWDER CLEANER solution to remove all contaminants andchalked material. Rinse with clean water to remove all tracesof SUGAR SOAP. Sand glossy enamel surfaces to a matt finishto aid adhesion.
PAINTWORK ETC TO PREVIOUSLY PAINTED WORK
ON FLOATED PLASTER
85m2External smooth plastered walls1
Prepare and apply one coat "Plascon X107" or similar andapproved acrylic first coater, stop with "Plascon Mendall 90"or similar and approved filler and apply two coats "PlasconWall and All" or similar and approved paint on:
243m2Internal smooth plastered walls2
Prepare and apply one coat "Plascon Plaster Primer" orsimilar and approved plaster primer and two coats "PlasconDouble Velvet Luxury Wall Coating" or similar and approvedpure acrylic paint on:
PAINTWORK ETC TO NEW WORK
ON METAL
-35-
PAINTINGBILL 9SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
8m2Burglars, etc.3
Prepare and apply one coat "Plascon Metal Primer" orsimilar and approved metal primer and two coats "PlasconSuper Acrylic Polvin " or similar and approved pure acrylicpaint on:
1m2Pressed steel door frames4
ON WOOD
2m2Doors5
Stop, fill and sand down and clean wood surfaces. Applytwo coat "Spic and Span Wood coat" or similar andapproved polyurethane coating on
ON PLASTERBOARD
25m2Ceilings6
Prepare and apply one coat "Plascon Merit Plaster Primer"or similar and approved, thinned 20% with "Spick and Span"or similar and approved turpine, stop with "Plascon InteriorPolyfilla" and two coats "Plascon Polvin Super Acrylic PVA"or similar and approved paint on
431m2On partitions7
-36-
PAINTINGBILL 9SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
PAINTING
SECTION 2
BILL 9
AmountPageNo
COLLECTION
PROVISIONAL BILLS OF QUANTITIESDN2020-02
36
35Total Brought Forward from Page No.
-37-
PAINTINGBILL 9SECTION 2
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried Forward to Summary of Section No. 2 N$
FOR INSPECTIO
N ONLY
PROVISIONAL BILLS OF QUANTITIESDN2020-02
SECTION SUMMARY - BUILDINGSBillNo
PageNo
Amount
18ALTERATIONS1
21CARPENTRY AND JOINERY2
25CEILINGS, PARTITIONS AND ACCESS FLOORING, ETC3
26IRONMONGERY4
27METALWORK5
28TILING6
33PLUMBING AND DRAINAGE (PROVISIONAL)7
34GLAZING8
37PAINTING9
-38-
SECTION 2RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Final Summary N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
BILL 1
Attention is directed to the relevant sections of the ModelPreambles to All Trades which forms a part of this Bill andmust be read in conjunction herewith
ELECTRICAL INSTALLATION
POWER INSTALLATION: FIXTURES AND FITTINGS
SUM
Power (utility) pole, equipped with 2 x 16A socket outlets, 2xUPS socket outlets, 2x RJ11 (Telephone) outlet, 2 x RJ45(Data) outlets. Power pole to extend to the ceiling toaccommodate the cabling running in the wire mesh tray.Similar or equal to Cabstrut Station Master/Unimod
1
Supply, deliver and install internal fitting and power points
1No
Desktop Pop-up Box,equipped with 1 x 16A socket outlet, 1 xUPS socket outlet, 1 x RJ11 (Telephone) outlet, 1 x RJ45(Data) outlets. Accommodate cabling between existing circuitand pop-up box, incl wiring. Similar or equal to Legrand
2
SUMExtra-over: Connections to existing UPS3
13m
2 Compartment power skirting (PVC) in each cubicle,equipped with 1 x 16A socket outlets, 1 x UPS socketoutlets,1 x RJ11 (Telephone) Outlets and 1 x RJ45 (Data)Outlets. Power skirting to go up through the ceiling toaccommodate the cabling running in the wire mesh tray. Seedrawing W1497/E1-200 for arrangement. Similar or equal toCabstrut EDM211
4
SUMExtra-over: Connections to existing UPS5
13NoLED decorative downlights similar or equal to ILM2046
4No1200x600 recessed fluorescent with double parabolic louvreand 3 x 36w lamps to match existing lights
7
4NoSecurity lights incl daylight switch, similar or equal to ILMGalaxy Halogen Floodlight at outside the building
8
-39-
ELECTRICAL INSTALLATIONBILL 1SECTION 3
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
2No600x600 recessed fluorescent with double parabolic louvreand 3 x 18w lamps to match existing lights
9
2No
Extra-over: Surface mounted, 16A, 2P +PE socket outlet and 1x RJ45 outlet (Projector/TV power point) recessed in brickwallincl. epoxy coverplate incl wiring.
10
1No
Extra-over: Flush mounted on a 100 x 100 x 50mm drawbox,16A, 2P +PE socket outlet (Projector/TV power point)recessed in brickwall incl. epoxy coverplate incl wiring.
11
10No
Extra-over: Flush mounted, 1L1W light switch on100x50x50mm GMS drawbox and 20mm PVC conduit,recessed in partitioning incl. epoxy coverplate.
12
1No
Extra-over: Surface mounted, 16A Weather proof socketoutlet 20mm PVC conduit, recessed in brickwall incl. epoxycoverplate incl wiring.
13
1No
Extra-over: Flush mounted, 20A geyser isolator on a100x100x50mm drawbox outlet 20mm PVC conduit,recessed in brickwall incl. epoxy coverplate incl wiring.
14
100m
Cabling & wiring as required, incl. terminations, joint/splicekits, conduits and all other sundry items for a completeinstallation.
15
75m300mm wire mesh tray to be installed above the ceiling.16
12No16A, double pole weather proof isolators IP65, incl wiring17
2NoLiaise with Town Council/NORED to increase the powersupply to 100A
18
1NoLiaise with Telecom Namibia for telephone connection incl.connection fees.
19
SECURITY INSTALLATION
4No360° Ceiling Mounted Digital Motion Detector as Paradox'sMotion Detector DG467 OR similar approved.
20
Supply, deliver and install equipment and cabling
-40-
ELECTRICAL INSTALLATIONBILL 1SECTION 3
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
1No
Security Alarm Expandable Control Panel, c/w main panelhousing, expander cards, siren box, siren horn, power supplyunit, 7Ah SLA backup battery, 16.5VAC transformer,strobelight, tamper switch and receiver for remote arming. Equal orsimilar to Paradox.
21
1No32-Character Hardwired LCD Keypad Module. As ParadoxSpectra K32LCD OR similar approved
22
50m6-Core Alarm Cabling23
1NoGPRS/GMS Communicator Module - PCS20024
1NoRed Strobe Light mounted on external wall25
1NoAuxiliary Internal Horn Sounder. 102dB sound output @ 1m.26
50m
Cabling & wiring as required for security installations, incl.terminations, joint/splice kits, conduits and all other sundryitems for a complete installation.
27
-41-
ELECTRICAL INSTALLATIONBILL 1SECTION 3
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
ELECTRICAL INSTALLATION
SECTION 3
BILL 1
AmountPageNo
COLLECTION
PROVISIONAL BILLS OF QUANTITIESDN2020-02
41
40
39Total Brought Forward from Page No.
-42-
ELECTRICAL INSTALLATIONBILL 1SECTION 3
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried Forward to Summary of Section No. 3 N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
BILL 2
Attention is directed to the relevant sections of the ModelPreambles to All Trades which forms a part of this Bill andmust be read in conjunction herewith
MECHANICAL INSTALLATION
NOTES:Air Conditioning:Air Conditioners shall be supplied complete with mountingbrackets, refrigerant piping, insulation, drain piping,condensate drain (if required)control gear, conduit andtrunking for positions & routes as indicated on the relevantdrawings. All compressors shall be inverter controlled.
Refrigerant piping:Inclusive of liguid and gas lines, insulation, all fittings,hangers, designed and installed strictly in accordance withthe Supplier's specifications
Condensate drain piping:Installed in ceiling voids and services shafts, complete with allfittings, P-traps when connecting to the sewer network,hangers and sloping at a gradient not less than 1:100, butstrictly in accordance with Suppliers specifications
Ducting: All Ducting Galvanised Mild Steel TO SABS 1238-1979. Pricing to include: Duct Hangars, wall brackets, wallopenings and sealing and all materials needed for installationshall be included with rates.
AIR CONDITIONING : UNITS, VENTILATION AND PIPING
3NoS-1: 9 kW Ducted Hide-Away Unit (Indoor & outdoor unit,c/w wired remote control)
1
Supply, deliver and install units
40mExtra over: Ø25 uPVC Condensate piping2
40mExtra over: Refrigerant piping (gas)3
-43-
MECHANICAL INSTALLATIONSBILL 2SECTION 3
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
40mExtra over: Refrigerant piping (liquid)4
6mExtra over: 100mm GMS TRUNKING.5
4NoS-2: 3 kW High wall split unit (Indoor & outdoor unit, c/wremote control and drain pump)
6
30NoExtra over: Ø25 uPVC Condensate piping7
60mExtra over: Refrigerant piping (gas)8
60mExtra over: Refrigerant piping (liquid)9
10NoExtra over: 100mm GMS TRUNKING.10
1NoS-3: 4.5 kW High wall split unit (Indoor & outdoor unit, c/wremote control)
11
2mExtra over: Ø25 uPVC Condensate piping12
2mExtra over: Refrigerant piping (gas)13
2mExtra over: Refrigerant piping (liquid)14
1mExtra over: 100mm GMS TRUNKING.15
Supply, deliver and install ventilation
10mØ300 GMS.16
Spiral Ducting, GMS (Uninsulated)
10mØ150 GMS.17
4mØ150 Flexible GMS.18
3NoØ300 to Ø15019
Branch junctions on round ducts, cut and fit on site.
-44-
MECHANICAL INSTALLATIONSBILL 2SECTION 3
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
4NoSAD-2, circular supply air diffuser similar or equal to EuropairCVD, Ø150 spigot - 600x600mm face size
20
Diffusers and Grilles
1NoWG-1 wall grille c/w front access primary filter box andfilters, 400x300mm
21
5NoDG-1 door grille c/w telescopic back frame, 300x300mm22
3No
WF-1: Wall mounted extraction fan similar or equal to VorticeVario, 60l/s @ 100Pa complete with all required accessoriesfor a complete installation
23
Fans
3NoExtra over: Electrical start stop gear incl cabling etc.connected with light switch
24
1NoSAF-1: Inline,direct driven mixed flow fan supplying 0.3 m³/s@ 250Pa complete with accessories as specified.
25
1Noextra over: Adapter piece to fit ducting26
1Noextra over: Adapter piece to fit wall grille27
1NoExtra over: Electrical start stop gear incl cabling etc.connected with light switch
28
SUMMaintenance and guarantee for 12 months of the completeinstallation
29
Maintenance
SUM
Replacement parts required for the 1 year maintenanceperiod (as per supplier's recommendation /guideline) (incl. airfilter, oil etc.)
30
SUM
Testing, balancing and adjusting the complete Mechanicalinstallations. (incl. provision for all tools and measuringdevices required)
31
Testing & Commisioning
-45-
MECHANICAL INSTALLATIONSBILL 2SECTION 3
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
AmountItemNo
Quantity Rate
PROVISIONAL BILLS OF QUANTITIESDN2020-02
SUMGastightness test complete as specified for AC installation32
SUMCommissioning the installation33
SUMEquipment Data Schedules34
Pre-implementation technical dossier, which includes:
SUMContractor's Drawings : Shop drawings on completeinstallation
35
SUMContractor's Drawings : Builders Requirements Sketches(where plinths, openings in walls etc are needed)
36
SUMContractor's Drawings : Electrical wiring diagrams37
SUMProvide 1 set of mark-up As-Built drawings in hardcopy38
Post-implementation technical dossier, which includes:
SUM3 Sets of Operating and Maintenance Manuals39
SUMIssuing of test / commissioning certificates as specified40
-46-
MECHANICAL INSTALLATIONSBILL 2SECTION 3
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Collection N$
FOR INSPECTIO
N ONLY
MECHANICAL INSTALLATIONS
SECTION 3
BILL 2
AmountPageNo
COLLECTION
PROVISIONAL BILLS OF QUANTITIESDN2020-02
46
45
44
43Total Brought Forward from Page No.
-47-
MECHANICAL INSTALLATIONSBILL 2SECTION 3
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried Forward to Summary of Section No. 3 N$
FOR INSPECTIO
N ONLY
PROVISIONAL BILLS OF QUANTITIESDN2020-02
SECTION SUMMARY - SPECIALIST INSTALLATIONS, ETC.BillNo
PageNo
Amount
42ELECTRICAL INSTALLATION1
47MECHANICAL INSTALLATIONS2
-48-
SECTION 3RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Final Summary N$
FOR INSPECTIO
N ONLY
PROVISIONAL BILLS OF QUANTITIESDN2020-02
PageNo
FINAL SUMMARYSection
NoAmount
17PRELIMINARIES1
38BUILDINGS2
48SPECIALIST INSTALLATIONS, ETC.3
50,251.00Item
Allow the contingent sum of N$ 50,251.00 (FIFTY THOUSANDTWO HUNDRED AND FIFTY ONE NAMIBIA DOLLARS) forgeneral contingencies to be used as directed by the ProjectManager and to be deducted in part or whole if not required
CONTINGENCIES
N$NETT CONSTRUCTION COST
N$VAT
-49-
RENOVATION TO AGRIBANK ZAMBEZI BRANCH OFFICEIN KATIMA MULILO
Carried to Bid N$
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
54
SECTION V: SPECIFICATIONS AND COMPLIANCE SHEET Procurement Reference Number: W/RFQ/AGRI – 01/2019-2020 [Bidders should complete columns C and D with the specifications and performance of the Works
offered. Also state “comply” or “not comply” and give details of any non-compliance/deviation to
the specifications required. Attach detailed technical literature if required. Authorise the
specifications offered in the signature block below]
Item No
Specifications and Performance Required
Compliance of Specifications and
Performance Offered
Details of Non-Compliance/
Deviation (if applicable)
A B C D
1 ELECTRICAL LIGHT FITTINGS & LUMINAIRE Light fittings and Luminaire to comply with SANS 475.
2 PVC POWER SKIRTING AND UTILITY POLES Power Skirting as specified on drawings and BOQ.
3 Power (Utility) Poles as specified on drawings and BOQ
4 9kW Ceiling cassette split AC unit equal or similar to Daikin, Midea, Samsung complete as specified on drawings and BOQ.
5 3kW High wall mounted split AC unit equal or similar to Daikin, Midea, Samsung complete as specified on drawings and BOQ.
6 4.5kW High wall mounted split AC unit equal or similar to Daikin, Midea, Samsung complete as specified on drawings and BOQ.
7 Wall mounted extraction fan complete as specified on drawings and BOQ.
8 Supply air fan equal to TD Silent, complete as specified on drawings and BOQ.
Specifications and Compliance Sheet Authorised By: Name: Signature:
Position: Date:
Authorised for and on behalf of: Company
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
55
SECTION VI: GENERAL CONDITIONS OF CONTRACT AND CONTRACT AGREEMENT
Any resulting contract shall be placed by means of a Purchase Order/Letter of Acceptance and shall be subject to the General Conditions of Contract (GCC) for the Procurement of Goods (Ref.
W/RFQ-GCC) available on the link below:
https://www.dropbox.com/sh/4wnf8q5dwzzuyme/AABS4AOjZC25D9UDinGIXLVPa/Standard%20Bidding%20Forms%20and%20Documents/Works?dl=0&preview=General+Conditions+for+Work
s+Request+for+Sealed+Quotation+2017.pdf&subfolder_nav_tracking=1 except where modified by the Special Conditions below.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
56
SECTION VII SPECIAL CONDITIONS OF CONTRACT Procurement Reference Number: W/RFQ/AGRI – 01/2019-2020 The clause numbers given in the first column correspond to the relevant clause number of the General Conditions of Contract.
GCC Clause Reference Special Conditions
Employer GCC 1.1(r)
The Employer is: Agricultural Bank of Namibia (AGRIBANK) 10 Post Street Mall WINDHOEK NAMIBIA
Intended Completion Date GCC
The intended completion date is: 03 July 2020.
Project Manager GCC 1.1(y)
The Project Manager is: Burmeister & Partners (PTY) Ltd Tel: 061 379000 Fax: 061 379001 PO Box 1496, Windhoek Ms. Diana Katjiuongua
Site GCC 1.1(aa)
The Site is located at Erf No. 1021/1022 along Hage Geingob Street, Katima Mulilo, Namibia and is defined in Drawings No.: W1497-A-301-Locality.
Start Date GCC 1.1(dd)
The Start Date shall be: 24 June 2020.
The Works GCC 1.1(hh)
The Works consist of: The supply, delivery, installation, testing and commissioning and free maintenance during the Defects Liability period for partitioning, minor electrical works, air-conditioning system and security system for the Agribank Zambezi Branch Office in Katima Mulilo.
Interpretation GCC 2.2
The project will be completed in the following sections:
Not Applicable
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
57
GCC Clause Reference Special Conditions
Interpretation GCC2.3
The following additional documents shall form part of the contract:
a) Contract Agreement
b) Letter of acceptance/Purchase order
c) Specifications
d) Drawings
e) Priced Activity Schedule / Bill of Quantities
f) Schedules
Language and Law GCC 3.1
The language of the contract is English
The law that applies to the Contract is the law of Namibia.
Project Manager’s Decisions 4.1
The Project Manager shall obtain specific approval from the Employer before carrying out any of his duties under the Contract which in the Project Manager’s opinion will cause the amount finally due under the Contract to exceed the Contract Price or will give entitlement to extension of time. This requirement shall be waived in an emergency affecting safety of personnel or the Works or adjacent property.
Delegation GCC 5.1
The Project Manager may delegate his/her duties.
Notices GCC 6
Any notice shall be sent to the following addresses: For the Employer, the address shall be: Agricultural Bank of Namibia 10 Post Street Mall Windhoek Namibia For the Contractor, the address shall be as given on the first page of the Purchase Order/Letter of Acceptance and the contact name shall be ________________________________
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
58
GCC Clause Reference Special Conditions
Insurance GCC 13.1
Except for the cover mentioned in (d)(i) hereunder, the other insurance covers shall be in the joint names of the Contractor and the Employer and the minimum insurance amounts shall be:
(a) for the Works, Plant and Materials: Contract Price + 10%
(b) for loss or damage to Equipment: included in Contractor’s all risk cover (minimum cover N$1 million)
(c) for loss or damage to property (except the Works, Plant, Materials,
and Equipment) in connection with Contract: N$3 million
(d) for personal injury or death:
(i) of the Contractor’s employees: as per Labour Act
(ii) of other people: N$ 5 million
(e) for loss or damage to materials on-site and for which payment have been included in the Interim Payment Certificate, where applicable.
The Contractor shall choose to take the insurance covers indicated above as separate covers or a combination of the Contractor’s All Risks coupled with the Employer’s liability and First Loss Burglary, after approval of the Employer. All insurance covers shall be of nil or the minimum possible deductibles at sole expense of the contractor.
Site Date GCC 14.1
The site Data shall be: W1497-A-301-Locality.
Possession of the Site GCC 20.1
The Site Possession Date shall be: Within 3 days after the Contract signature and having received the Performance Security, insurances and programme of Works.
Procedure for Disputes GCC 24
No Adjudicator shall be appointed under the contract and arbitration shall not apply. If any dispute arises between the Employer and the Contractor in connection with or arising out of the Contract, the parties shall seek to resolve any such dispute by amicable agreement. If the parties fail to resolve such dispute by amicable agreement, within 14 days after one party has notified the other in writing of the dispute, then the dispute shall be referred to court by either party.
Program GCC 25.1
The Contractor shall submit a Program for the Works with his Bid.
GCC 25.3 Program updates shall be required.
Defects Liability Period GCC 33.1
The Defects Liability Period is: 365 days.
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
59
GCC Clause Reference Special Conditions
Payment Certificates GCC 39.7
Payment shall be made as per progress of works with payment for materials on site.
Payments GCC 40
The amount certified by the Project Manager shall be paid in full within 30 days of receipt by the Employer of an invoice, supported by:
(a) the payment certificate; and (b) a certificate of Completion of the Works.
Adverse weather Conditions GCC 41.1 (l)
Claims for extension of the completion date as a result of adverse weather conditions, will have to be supported by certified data by the Namibia Meteorological Service as proof that the weather conditions differs vastly from average.
Price Adjustment GCC 44.
The Contract is not subject to price adjustment.
Retention GCC 45.
10% of the amount shall be retained from any payment. Half of the retention money will be released after formal taking over of the Works and the remaining shall be released after the Defect Liability Period subject to the Contractor making good all defects.
Liquidated Damages GCC 46.1
The liquidated damages for the whole of the Works are 0.05% of the Contract Price per calendar day. The maximum amount of liquidated damages for the whole of the Works is 10% of Contract Price.
Bonus GCC 47.1
The rate for the Bonus per calendar day is: None.
Advance Payment GCC 48.1
No advance payment shall be made.
Performance Security GCC 49.1
A Performance Security in the form of a Bank Guarantee representing 10% of the final contract price shall be required.
GCC 56.1 “As built” drawings or operating and maintenance manuals are required.
GCC 59.1 The percentage to apply to the value of the work not completed, representing the Employer’s additional cost for completing the Works, is: 25%
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
60
SECTION VIII SCHEDULES TO BE COMPLETED
SCHEDULE 1:
PERFORMANCE SECURITY (BANK GUARANTEE)
[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the
instructions indicated]
Date: [insert date (as day, month, and year) of Bid Submission]
Procurement Ref No. and title: [insert no. and title of bidding process] Bank’s Branch or Office: [insert complete name of Guarantor] To: [insert complete name of Public Entity and address]
Performance Guarantee No.: [insert Performance Guarantee number]
We have been informed that [insert complete name of Supplier] (hereinafter called "the Supplier") has entered into Contract No. [insert number] dated [insert day and month], [insert
year] with you, for the supply of [description of goods and related services] (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a Performance Guarantee is required.
At the request of the Supplier, we hereby irrevocably undertake to pay you any sum(s) not exceeding [insert amount in figures and words] upon receipt by us of your first demand in writing declaring the Supplier to be in default under the Contract, without cavil or argument, or your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
This Guarantee shall expire no later than the [insert number] day of [insert month] [insert
year],1 and any demand for payment under it must be received by us at this office on or before that date.
[signatures of authorized representatives of the bank and the Supplier]
1 Dates established in accordance with Clause 18.4 of the General Conditions of Contract (“GCC”), taking into
account any warranty obligations of the Supplier under Clause 28.3 of the GCC intended to be secured by a
partial Performance Guarantee. The Purchaser should note that in the event of an extension of the time to
perform the Contract, the Purchaser would need to request an extension of this Guarantee from the Bank. Such
request must be in writing and must be made prior to the expiration date established in the Guarantee. In
preparing this Guarantee, the Purchaser might consider adding the following text to the Form, at the end of the
penultimate paragraph: “We agree to a one-time extension of this Guarantee for a period not to exceed [six
months] [one year], in response to the Purchaser’s written request for such extension, such request to be
presented to us before the expiry of the Guarantee.”
FOR INSPECTIO
N ONLY
Bid for the Renovations to the Agribank Zambezi Branch Office in Katima Mulilo
61
SCHEDULE 2:
QUOTATION CHECKLIST SCHEDULE Procurement Reference No.: W/RFQ/AGRI – 01/2019-2020
Description
Attached
Not Attached
Quotation letter
Priced Activity Schedules / Bill of Quantities
Specification and Compliance Sheet
Bid Security Declaration
Completed Schedule of Information Required – Bidder Details
submit an undertaking on the part of the Bidder that the salaries
and wages payable to its personnel in respect of this proposal
are compliant to the relevant laws, Remuneration Order, and
Award, where applicable and that it will abide to sub-clause 4.6
of the General conditions of Contract if it is awarded the
contract or part thereof
Disclaimer: The list defined above is meant to assist the Bidder in submitting the relevant
documents and shall not be a ground for the bidder to justify its non-submission of major
documents for its quotation to be responsive. The onus remains on the Bidder to ascertain that it
has submitted all the documents that have been requested and are needed for its submission to be
complete and responsive.
FOR INSPECTIO
N ONLY