form of tender - Oman Broadband Company

advertisement
Sultanate of Oman
Ministry of Transport & Communications
FULL FITOUT PROJECT FOR THE MAIN OFFICE
OMAN BROADBAND COMPANY
TENDER DOCUMENTS
MARCH 2015
1
TABLE OF CONTENTS
Particulars
Page No.
TABLE OF CONTENTS………………………………………………..………. 2
LIST OF ABBREVIATIONS…………………………………………………….. 3
INVITATION TO TENDER……………………………………………………… 4
INSTRUCTIONS TO TENDERERS…………………………………….……... 5
THE APPROACH TO TECHNICAL PROPOSAL …………………….……... 8
THE APPROACH TO FINANCIAL PROPOSAL …………………….……... 11
TENDERER’S SELECTION PROCESS……………………………………... 13
OTHER TERMS AND CONDITIONS …………………………………….…… 13
TENDER EVALAUTIONS ………………………………………………..……. 15
SCOPE OF WORK……………………………………………………….…..… 19
PRELIMINARY WORKS ………………………………………………….…... 22
TERMS OF AGREEMENT………………………………………………..……. 35
FORM OF AGREEMENT………………………………………………….…... 35
FORM OF TENDER……………………………………………………….…… 37
APPENDIX “A” TO FORM OF AGREEMENT………………………………
38
APPENDIX “B” TO FORM OF AGREEMENT…………………….……….
40
FORM OF TENDER BOND…………………………………………………...
41
FORM OF PERFORMANCE BOND………………………………………….. 42
FORM OF ADVANCE PAYMENT BOND…………………………………...
43
MATERIAL APPROVAL SHEET (MAS)…………………………………….
44
LIST OF PERSONAL………………………………………………………….. 46
FORMAT OF C.V FOR MEMBERS OF THE CONTRACTOR……………... 47
LIST OF OMANI PERSONAL IN THE COMPANY…………………………
48
LIST OF EXPATRIATES IN THE COMPANY………………………………. 49
SALARY COMPARISION BETWEEN OMANI & EXPATRIATE………….
50
LIST OF PRODUCTS………………………………………………………….. 51
SCHEDULE OF REMUNERATION………………………………………….. 52
TENDERER’S ENCLOSURES………………………………………………... 53
2
LIST OF ABBREVIATIONS
AHU
AIR HANDLING UNITS
CEO
CHIEF EXECUTIVE OFFICER
CV
CURRICULUM VITAE
GM
GENERAL MANAGER
HR
HUMAN RESOURCES
HSE
HEALTH, SAFETY, ENVIRONMENT
HVAC
HEAT, VENTILATION, AIR-CONDITIONING
OBC
OMAN BROADBAND COMPAY
MOTC
MINISTRY OF TRANSPORT& COMMUNICATIONS
QHSE
QUALITY, HEALTH, SAFETY, ENVIRONMENT
IT
INFORMATION TECHNOLOGY
MEP
MECHANICAL, ELECTRICAL, PLUMBING
D&B
DESIGN& BUILD
FFO
FULL FITOUT
3
INVITATION TO TENDER
Tenderers are invited by the Ministry of Transport and Communications through
the Internal Tender Committee, from suitably experienced Contractors registered
with the Tender Board for:
“FULL FITOUT PROJECT FOR THE MAIN OFFICE OF OMAN BROADBAND
COMPANY SAOC”
All as described in and in accordance with the terms of the Tender Documents. The
Tenders and all supporting documents should be submitted in an envelope sealed
with red wax and endorsed as follows:
TENDER NO. -------------“FULL FITOUT PROJECT FOR THE MAIN OFFICE OF OMAN BROADBAND
COMPANYSAOC”
The envelope should be delivered on the date and time as specified in the advertised
invitation of this tender and shall be addressed to:H.E. The Chairman
Internal Tender Committee
Ministry of Transport and Communications
P.O. Box 684, Ruwi
Postal Code 100
Sultanate of Oman
The exterior of the envelope should bear no indication or marking which may reveal
the identity of the Tenderer.
The Tender Board is not bound to accept the lowest Tender and reserves the right
to reject any or all tenders without assigning any reason.
4
INSTRUCTIONS TO TENDERERS
1. Proposals shall be clearly marked: "FULL FITOUT PROJECT FOR THE
MAIN OFFICE OF OMAN BROADBAND COMPANY” and must include the
tender number as it appears in the official announcement.
2. Proposals shall be submitted in a sealed envelope and should contain no
external indication as to the Bidder’s Identity. Any opening of parcel or
envelope containing the invitation to submit proposal for custom or security
reasons shall be made good before delivery to the Internal Tender Committee.
3. Bidders shall submit one Original (clearly marked) and two copies (clearly
marked) of the proposal. The exterior of the envelopes should bear no
indication or marking which may reveal the identity of the Tenderer.
4. Any doubt or obscurity should be addressed in writing to the Chairman of the
Internal Tender Committee in writing no later than Seven (7) days before the
date fixed for the submission of Proposals. MOTC will arrange a site visit after
the date of the Tender Notice to view the site and for any clarification needed
by the Tenderer.
5. Proposals shall be submitted no later than the time and date fixed for the
submission of Proposals. Any proposal received after the time and date fixed
shall be rejected whatever the cause of delay.
6. MOTC reserves the right to ask the bidders individually for clarification of their
bids, including the breakdown of unit rates. This request for clarification and
all responses shall be in writing, but no change in the price or substance of
the proposal shall be sought, offered, or permitted, except in instances where
arithmetical errors are discovered during the process.
7. The bidders should be registered in the Tender Board.
8. The Tender Bond to a value not less (1) % of the Total Tender Value, obtained
from locally registered insurance company or bank shall be submitted with the
Tender and this shall remain valid for ninety (90) days from the date specified
for opening of Tenders and will be returned when a Tender has been accepted
by the Internal Tender Committee/Employer (after a satisfactory Performance
Bond has been provided by the successful Tenderer in the case of the
accepted Tender). The wording of the Tender Bond shall be as per the
5
prescribed Form of Tender Bond included in the Prime Document. If the
Tenderer submit an alternative tender, the (1) % percent Tender Bond shall
be calculated based on the highest Tender Value. Tenders without such bond
shall be rejected.
9. The Tender Bond will be forfeited:
a. If a Tenderer withdraws his Tender during the period of tender validity
specified in the Tender Documents; or
b. In the case of a successful Tenderer, if the Tenderer fails:
c. To sign the Contract; and/or
d. To furnish the performance Bond.
The Tenderer’s Proposal submission
10. The proposal shall be submitted in two envelopes: one envelope containing
the “Technical Proposal” and the other envelope containing the “Financial
Proposal”.
11. The Technical Proposal shall contain all the required documents requested in
the Tender Document excluding any submission of a financial nature. All
submissions of the financial nature shall comprise the Tenderer’s Financial
Proposal.
12. The original set of the Tender Document and the Tenderer’s Technical
Proposal, shall be enclosed in an inner envelope marked “Original’’ and the
other two (2) sets in an another inner envelope marked “Copy”. Both of these
envelopes shall be placed in an outer envelope marked “Original and Copy of
the Proposals” sealed with red wax and shall bear the Project name, Tender
number and addressed to the Internal Tender Committee.
13. Similarly the original Financial Proposal shall be sealed in an inner envelope
marked “Original” and the other two sets marked “Copy”. Both of these
envelopes shall be placed in an outer strong envelope marked “Original and
Copy of Financial Proposal” sealed with red wax and shall bear the project
name, tender number and addressed to the Internal Tender Committee.
14. The exterior of the sealed envelope of the Technical Proposal and Financial
Proposal must not reveal the identity of the Tenderer.
6
15. The sealed envelope of the Technical Proposal and Financial Proposal shall
be delivered, as specified in the Tender Notice, or at such other time and date
as may be notified in any circular letter or addendum issued in accordance
with clause (9, i) mentioned below.
16. The submission proposal must be sealed and delivered and the Tenderer is
responsible for ensuring that any opening of parcels containing Tender
Documents, Technical Proposal and Financial Proposal for security or
customs purposes is made good before delivery to the Internal Tender
Committee. The Internal Tender Committee will assume no responsibility for
the misplacement of any submission proposal.
17. Any submission proposal received by the Internal Tender Committee after the
deadline for submission of Tenders prescribed in the Tender Document will
be rejected whatever the reason for the delay. It is the sole responsibility of
the Tenderer to ensure that his submission proposal is deposited before expiry
of the period of Tender.
18. The Employer may, at its discretion, extend the deadline for submission of
proposals by amending the Tender Document. In such case all rights and
obligations of the Employer and Tenderers previously subject to the deadline
will thereafter be subject to the deadline as extended.
19. The Tenderer must visit the site an obtain for himself, at his own expense, all
information needed in the study. All costs and charges for such site visits shall
be borne the tenderers.
Tenderers must examine the site and its surroundings and they must satisfy
themselves as to the nature of works and buildings in the vicinity of the
proposed works, the nature of the existing roads or other means of
communications, the access to and from the site of works and must make their
own inquiries as to work yard sites and such other additional areas they may
require for temporary occupation for executing, completing the works in
conformity with the Tender Documents.
Tenderers and any of their employees or Agents will be granted permission
by the Employer to enter upon his premises and lands for the purpose of such
inspection, but only upon the express condition that such persons, firms or
7
companies will release and indemnify the Employer and his employees and
agents from and against all liability in respect thereof.
Tenderers will be responsible for personal injury (whether fatal or otherwise)
loss or damage to property and any other loss or damage costs and expenses,
however caused (whether by act or neglect of the Employer or his employees
or Agents or not) which but for the exercise of such permission would not have
arisen.
THE APPROACH TO TECHNICAL PROPOSAL
Technical Proposal approaches
The Technical Proposal should provide for a full description of the proposed
approach, work program, methodology, including details of key personnel and
resources that would be dedicated for this project. The submission’s documents must
be blinded together (no loose parts and booklets) and shall be presented in the
following sequence:
Company profile
The company profile should (include but not limited to registration documents,
financial standing and information, staff strength, (Quality, Safety, ISO Certificates,
Details about set up in Oman,..), company profiles & catalogs, Testimonials and
appreciations, etc.
Methodology and Work Plan
It should contain the Tenderer’s design philosophy, vision, quality standards,
approach and work plan, and detailed work schedule on daily / weekly basis to show
the Tenderer’s plan for carrying the required work and all activities and to meet the
Project program. Also it should contain the organization chart and the intended work
group interaction and the interaction and interface between the specialized subcontractors with the Main Contractor with the process of Main Contractor’s monitoring
processes for all the sub-contractor. The Tenderer’s has to show the time interaction
between the Fit out works, Furniture procurement and installation, IT site work,
8
cabling and installations, and the Tenderers’ plan of interfaces between these
components.
Experience in similar projects
(Including but not limited to, list of similar projects in Oman with narrative details,
photos, cost, time for each project attached with the Client performance certificate...).
Special consideration will be given to experience in Corporate Fit Out experience.
Clients’ performance references are expected to be attached to each project’s data
sheet with selected photos. This will enhance the evaluation scoring for these
projects.
Project Key Staff, CVs to be submitted which shall include but not limited to
qualifications, experience of similar works etc. (CVs format attached).
In addition to the above, your submissions should cover but not limited to the
followings:
1. The proposed design in the form of plans, sketches, 3D renderings submitted
in soft (digital) and hard copy print outs that give a clear idea of the design
concept and final detailed design for the whole office layout especially critical
areas such as the RECEPTION, WAITING ROOMS, OPEN OFFICE SPACE,
ENCLOSED OFFICE CUBICLES, CONFERENCE ROOM (Conference
Rooms shall be equipped with latest technology - HD smart display etc..), GM
OFFICES, TYPICAL MANAGER OFFICE, BREAKOUT AREA,.. etc.
2. Material Board for all the samples of the proposed materials, IT component,
fabric, coatings, flooring, false-ceiling, lighting fixture, curtains, blinds etc..
Along with the catalogs and data sheet for each item proposed including its
origin.
3. The Tenderer shall submit a detailed catalogue cut sheet for each item priced
and/or where options are available, all options should be fully explained with
cut sheets available for each.
4. A presentation of the fit out for the proposed design in power point format
along with presentation Boards (A1 Size) for the layout plans and the 3D
rendering full fit out project. This presentation will be conducted by the
9
Tenderer in front of MOTC’s Jury committee for evaluation of the “Full fit out
project Quality”, material board and selected furniture. The Tenderers will be
informed about the time and venue of this presentation session which should
not exceed one hour for each tender (30 minutes Tender’s presentation plus
30 minutes for Jury clarifications and discussion). In principle, the presentation
shall cover all sub items of item 2 “Methodology & Work Plan” of the Principal
Evaluation Criteria mentioned under Clause (1.b) of this document.
5. Full relevant documents indicating previous experience in similar full fit out
project and build projects of similar nature and complexity.
6. Valid Company registration certificates.
7. Proposed detailed program of works covering the complete scope of works
and methodology of execution that would be adopted (see item no. (1, b)
above).
8. CV’s of key project personnel with relevant experience who would be assigned
for this project.
9. Organizational structure and brief history and background of the Company,
location, size etc.
10. Value additions such as “Environmental” policies, HSE policies and ecofriendly initiatives taken up by the Company if any to be cited.
11. Confirmation on site visit with their submission without fail. MOTC will arrange
a site visit after the tender notice date for any queries and further clarifications
needed by the Tenderer.
THE APPROACH TO FINANCIAL PROPOSAL
10
Financial Offer Proposal
1. Estimation Cost of the Construction Stage: This estimation is not final and
will be adjusted and finalized in a BOQ format after completing the detailed
design drawings and specification considering the Outline Specification and
the Consultant Recommendations.
2. Schedule of Rates: This Schedule will be the basis for preparing the detailed
BOQ and provide a foundation for any later additional and conflict settlement.
Thus, the final Interior Design & Partitioning Works Contract Amount, Outlines
Specification/ Scope of Work must be considered in Cost Estimation. The
Schedule of Rates must include all main work items such as porcelain, raised
floors, false ceilings, etc. and may be used or not depending on the Final
Approved Interior Design by OBC.
Preamble to Schedule of Rates
1. The Schedule of Rates are for the purpose of giving breakup of the Contract
Sum and assessing interim payments as per the Conditions of the Contract.
2. The Schedule of Rates shall be prepared by the Tenderers in an Excel Sheet
Form. Tenderers shall quote Unit Rates against a document that is intended
to cover all likely activities that might form part of the work according to the
Tender Documents and their suggested design’s elements, materials and
items expected to achieve a complete work.
3. The said Schedule of Rates shall be adjusted later after a complete and
comprehensive Interior Design approved by OBC and will be used together
with Schedule, Preliminaries and Day Works Bills for the purpose of Interim
Payments / assessing Variation Orders.
4. This Schedule of Rates shall form a part of the Tenderer’s offer. The rates
inserted in this Schedule shall include all materials, labor, plant, direct and
indirect overheads and profits necessary for the Contractor to carry out the
respective items of work at the unit rate inserted.
5. The rates in the said Schedule must reflect real, reasonable and common
market’s prices.
6. The Scope of Work for all the items of the Schedule of Rates shall be that in
the OBC’s Requirements given in the Tender Documents.
11
7. The Schedule of Rates shall also cover, in addition to major work items such
as raised floors, ceilings, finishing items, list of staff, types of labor and plant
hire rates upon which a Contractor has listed Hourly Rates for the purpose of
pricing work carried out under instructed Day Work.
Schedule of Rates Format
S/N
Description
Unit
1
Supply, install and fix porcelain floor as
M2
Unit Rate
per Outline Specifications
1
Supply, install and fix raised floor as
M2
per Outline Specifications
…
….
…
TENDERER’S SELECTION PROCESS
12
…
1. The client will evaluate and shortlist submissions applying a series of
weightings to each of the selection criteria and compare the relative efficiency
and cost of the quotation.
2. Prime consideration would be given to the Full fit out project concept that
would be found most striking and different from the other proposals especially
those that provide unique solutions that would become a trendsetter.
3. Due consideration would be given to the relevant experience of the Company
in the field of Corporate full Fit out. All companies would need to have a
minimum of 3 years’ experience in this field.
4. Schedule of implementation. Submission to clearly demonstrate how to meet
the Client requirements for fully operational temporary office set up objective
as detailed above.
OTHER TERMS AND CONDITIONS
1. The price quoted should include all the costs required to complete the project
as a whole and to the optimum satisfaction of the Employer. No extra charges
will be entertained.
2. The work shall be completed within 60 (Sixty) days from the date of
commencement of the contract. If there are any deviations, the same to be
duly justified with reasons and a realistic time frame for project completion.
3. The successful contractor shall comply with all requirements of Facilities
Building Management and ensure that all works are carried out in a manner
that day to day functioning of the existing occupants is not hindered in any
manner whatsoever.
4. Sufficient protection to be made wherever required ensuring the same and
complying with health and safety standards.
5. The Tenderer should be aware that the contract includes provisions for
penalties for delay in handover of the project completed, construction and for
lack of professional performance by the contractor.
6. The quotation and the Tender Bond shall remain valid for a period not less
than (90) days from the date of submission.
7. The Tenderer shall not sub-contract any portion of the work to another firm
or company without the approval of the Employer.
13
8. The Contractor has to cooperate and coordinate his work with the “Branding”
sub-contractor appointed by the Employer.
9. Each workstation shall support the ability to conceal electrical and
communications wiring to prevent accidental contact or disconnection through
both vertical and horizontal cable routings.
10. All furniture must be warranted to be free from defects in material and
workmanship on all manufactured items. We expect that any items that are
delivered with a defect will be replaced immediately or within a timely
manner. All defects will be noted on the date of arrival by the Project
Management team.
11. All warranties for important equipment shall be provided in the Employer’s
name and handed over to the Employer on the issue of completion certificate.
12. This specification does not include specific detail on installation standards and
techniques. It is the expectation that the works will be executed in a
professional manner, suitable for a safe working environment and in
accordance with Manufacturer’s Specifications and the Local Authorities
requirements.
13. The Tenderer shall submit a detailed schedule that will show the required time
to finalize the order with the Employer (include meetings with the Employer to
review options and verify the full fit out project/selection), the milestones for
delivery and installations. This will also require coordination and cooperation
with the Employer full fit out project team.
14. The Tenderer must provide a list of references for comparable projects. The
Employer reserves the right to contact any or all clients listed in the table, as
reference checks, during the evaluation process. Reference information
should provide, at a minimum – company name, address, telephone number,
fax or email information, contact person, and brief description of project,
including date of installation.
TENDER EVALAUTIONS
INSTRUCTIONS TO EVALUATION CRITERIA
14
OBC is seeking to attain "value for money" outcomes from this tender process. In
determining value for money, OBC will have regard for both the quality of Services
offered as well as price. Accordingly, the lowest price Tender may not necessarily be
selected.
OBC reserves the right to appoint one or more providers to perform the requirements
of this FITOUT.
In assessing the Tenders, OBC’s project manager or representative will have regard
to, but are not necessarily limited to the following criteria:
(a) Mandatory (Inability to satisfy mandatory criteria will result in no further
consideration being given to the Tender.
(i) Service delivery capability
(ii) Previous experience and referrals
(b) Key Criteria (Failure to achieve a satisfactory assessment of all key criteria,
these may be weighted, will result in the company being removed from the
tender.
(i) Ability to complete fit outs in more than one location AND
demonstrate this through existing or recently completed projects
(ii) Time/resource allocation
(iii) Financial standing of the Tenderer
(iv) Insurance, risk transferal and indemnities;
(v) Occupational health and safety policies.
(c) Only Tenderers meeting all Mandatory criteria AND meeting most Key
Criteria will have their financial proposals considered.
Technical responses will be scored and any responders who cannot meet
80% of the total marks available will not have their financial proposals
considered.
(d) Financial proposals for all qualifying Tenderers will be evaluated.
(e) OBC reserves the right at its sole discretion to reject any and all Tenders
at any time.
(f) Whilst it is not a mandatory requirement of these Conditions, the Tenderer
should be aware that a willingness to undertake other minor, additional duties
will be considered favorably in the Tender evaluation process.
15
(h) Tenderers should also note that the scope of this Tender includes any
follow on works for the TEMPORARY OFFICE which may be required
straight after awarding of the tender.
(i) OBC reserves the right to delay or terminate the Tender process at any
time, any timings provided are for guidance only and OBC will not be held
liable for any cost incurred by bidders howsoever incurred due to any delays
or cancellations.
16
TENDER EVALUATION CRITERIA
The Tenderer shall structure the Technical Proposal under the following headings.
Any failure to provide information will affect the evaluation of the Tender.
The Tenderer is to note that the Technical Proposal of all Tenderers will be assessed
and only Tenderers who are short-listed thereafter will have their Financial Proposal
considered.
1) Technical : Maximum Score 70%
 Organization
a) Technical and organizational ability
b) Management and administrative structure
15%
c) Compliance with Omanisation policy of Ministry of Manpower
 Experience and resources
a) Experience on similar projects
b) Construction plant and labour resources
35%
 Performance Record
a) Construct and complete works satisfactorily
b) Work accurately to drawings and specifications
c) Meet target dates
d) Co-ordinate with sub-contractors
15%
 Policy Strategy
a) Financing
b) Management and administration
c) Construction
d) Co-ordination with sub-contractors
e) Deploying of labour
f) Quality assurance
g) Execution of specialised work
2) Financial : Maximum Score 30%
Total Score – 100%
17
5%
Award of Contract
Though the cost will be a key element of consideration in the award process, the
Employer reserves the right to award the contract to the bidder whose proposal is
deemed to be the most comprehensive and in line with the Employer requirement
and not necessarily the lowest priced bid.
The Employer reserves the right to accept or reject any quotations/proposals and to
cancel the bidding process and reject all quotations at any time prior to the award of
contract.
18
SCOPE OF WORKS
Objective:
The Contractor undertakes the fit-out in the area outlined in the layout plan at OBC
leased office space located on the Knowledge Oasis Muscat – Facility Building, 5th
& 6th Floor. The requirements as set out below in this Scope of Works required to be
implemented for the new OBC office which include but not limited to the following:
1. Preliminary works (e.g. dismantling works, cleaning, etc.);
2. Interior construction and finishing works: floors, ceilings, partitions, doors,
fixtures, fittings, etc.;
3. Mechanical: HVAC ducts and other works;
4. MEP work might be required;
5. Electrical: lighting, power, and other works;
6. All required equipments like but not limited to:
a. PA System with 4 channels and channel selectors and volume control
b. CCTV System
c. Access Control System
d. Video Door Phone
e. Structural cabling
f. Meeting room recording system and playback like HD/DVD player
g. Overhead projector
h. Display screen
i.
Meeting room booking screen
7. Obtain all necessary permits, licenses, insurance, etc. necessary for the
execution of the works;
8. Snagging, testing and hand over to OBC.
19
PROJECTS PHASES
The project works should be connected into three phases
Phase One
Temporary Office Set Up
The proposal should accommodate for the moving of between 30 to 35 people of
current OBC staff to the temporary office in the same building (Knowledge Oasis
Muscat – KOM Facility Building, Floor 5) within one month from the contract
commencement day, this phase should provide full operational office in order for
OBC staff to start operation immediately upon occupying the temporary office
including flooring, false celling, the work stations, IT passive infrastructure, HVAC,
electrical bathrooms and pantry and telephone system, OBC suggest to setup the 5th
floor of the facility building as a temporary office and work can be started in 6th floor,
once 5th floor completed then OBC staff will be shifted to 6th floor and work can start
in 5th floor. If contractor can suggest something else it is also welcomed.
Phase Two
This phase shall concurrently run with construction of phase 1 effective from the
contract commencement day, the temporary office setup to be arranged by the
contractor and it should be operational till completion of phase one and handing over
to OBC then staff will be moved to the permanent office in 6th floor and the work will
start in the temporary office in 5th floor
Phase Three
This phase will start after shifting all OBC staff from the temporary office to the next
level and it must follow the same standard and procedure of the work as in the other
floor.
20
Local Statutory Legislation
All of the works, equipment and materials shall be supplied and installed to comply
with all local legislation including approved codes of practice, good standards of
workmanship and manufacturers recommendations.
Training & Documentation
The Contractor shall provide all the necessary training for appropriate OBC staff that
will operate the systems supplied and installed by the Contractors under this Scope
of Works, plus original copies of full technical literature, details of service personnel
and any planned maintenance together with a manufacturers and Contractors
warranty and guarantee for at least one (1) year from the date of acceptance.
Full commissioning data for all services shall be included and handed over to OBC
as part of the acceptance requirement.
21
PRELIMINARY WORKS
Objective
The is the minimum requirement by OBC to create high standard office premises in
accordance with OBC guidelines, specifications and proposed fit-out plan. In some
cases preliminary works may be required such as a Technical Due Diligence (TDD),
dismantling (e.g. existing partitions, existing suspended ceiling, cabling, etc.),
cleaning, material & garbage removal, if applicable and this will be shown during the
site visit, but it is open to the contractor to suggest a higher standard and state of the
art system and fit out to fulfil OBC requirements.
DESIGN
Fit-Out / Floor Plans
The design for the Fit-Out / Floor plan will be provided by OBC to show partitioning,
furniture layout and associated electronic systems that are required for the office as
detailed bellow, if no details shown then contractor has to provide the full technical
details with data sheets and the layout design of the proposed system.
22
OUTLINE SPEICFICATIONS
Space Requirements
SN
Details
QTY
Floor
Wall
Ceiling
1.
CEO Office
1



2.
VP’s
5



3.
GM’s
13



4.
Managers
41



5.
Sections Head
6



6.
Consultants
5



7.
Staff Office
141



Comments
With toilet
Open
space
with
workstation
8.
BOD meeting room
1



9.
CEO meeting room
1



10.
NOC
1



11.
OBC
1



3



1



Meeting
Room
12.
Discussion
Rooms
13.
Large Reception
Area
14.
Pantry
2



15.
Store
2



23
FLOORS
Porcelain Tiles
Supply and install 600x600mm porcelain tiles
Wooden Parquet
Install Oak parquet flooring/ humidity of the wood 9%±2% /plank floor: thickness:
20/22mm width: 100-190mm length: 900-2000mm
Raised Floor System
Supply and install a metallic floor bearing structure with respective floor panels
(subject to premises) with one of the following finishes:
Carpeting adhered to the full surface of the access floor panel for use in a Snap-on
stringer or freestanding system. The carpet is to be fitted after the partitions have
been erected. The color is to be determined by OBC.
High pressure laminate 1.5mm thick adhered to the full surface of the access floor
panel for use in a Snap-on or freestanding system. The laminate shall be beveled
along its edge and shall not crack or split or come away from the edge of the panel.
Static control vinyl 2mm thick fully flexible antistatic or static conductive 600x600mm
viyl tiles adhered to the full surface of the access floor panel for use in a Snap-on or
freestanding system. The vinyl shall be beveled along its edge.
Skirting & Profiles
Supply and install skirting and profiles to match the partition work.
WALLS & PARTIIONS
Timber Panel
Cherry wood thickness 15mm with polished face fixed up 3mm foam layer including
cutting carves and stainless steel strips.
Gypsum Partitions
Supply and install high standard partitions comprising of a single (e.g. 12.5 cm
internal partition) or double (e.g. 15cm outer wall, meeting room wall, etc.) Gypsum
24
board on steel studs to form the layout in accordance with agreed drawing. The
partitions are to be slab to slab as per fit-out plan.
All non-glass partitions must have Rockwool (or similar) sound insulating material
infill to full height. They must satisfy the most demanding fire, thermal and acoustic
performance requirements.
Glass Partitions
Supply and install glassed 42dB acoustic internal partitions with acoustic blankets or
ceiling baffles above the suspended ceiling (e.g. toughened clear glass partitions with
a manifestation film pattern at approximately 1.7m height as a safety precaution to
prevent staff from walking into the glass). Work to include all finishes, bottom and top
rail details, etc.
Place blinds in between glass sheets of meeting room partitions (e.g. dark roller
blinds or adjustable horizontal bladed venetian blinds for privacy and presentations).
Concrete Block or Masonry Partition Walls
Build concrete block or masonry partition walls if requested in the fit-out plan and it
will be mentioned in later stage if required.
CEILINGS
Suspended Ceiling/Plasterboard Ceiling
Install and/or modify the suspended ceiling at appropriate height for window openings
and normal office use with exposed white steel grid and 600 x 600mm acoustic ceiling
tiles for accommodating the ventilation ductwork, and other building systems (e.g.
sprinkler system, lighting, etc.) for each office and usable area in accordance with
the fit-out plan.
Bulkhead with timber Mahogany panel.
DOORS
Supply and install doors (full height, with or without glass) of a quality suitable for
high class offices. The door fittings and handles are to be made of metal. Each door
to be lockable from either side with a minimum three keys provided for each lock. It
can one of the following types: Solid timber / Door Blank / Glazed Toughened / Fire
Rated Door / Fire Rates Steel Door.
25
PAINT WORKS
All walls to be skimmed and emulsion paint finished. The colour is to be determined
by OBC.
HVAC DUCT
The building owner will provide air conditioning capable of delivering a space
temperature of 21ºC (with sufficient ceiling units for each office cell and work area).
Whilst 23ºC is comfortable and accepted by most people in an office environment it
is advisable to be able to achieve 21ºC should the need arise. As the air conditioning
equipment ages and becomes less efficient the extra capacity will enable 23ºC to be
maintained. The fit-out Contractor will need to calculate the cooling load that is
required and supply and install the duct and required fans as well as the control unit
with latest technology to suit OBC requirements.
ELECTRICAL
Lighting & Luminaries (fittings)
Supply and install 600 x 600 recessed light fittings (or similar), non-reflective energy
saving units, to provide adequate light at desk height throughout (a minimum of 400
lux at desk level). Switching to be separated for each office and useable area in
accordance with the fit-out plan. Where there is insufficient suspended ceiling to
install adequate lighting, additional down lighting is to be provided by low voltage
spotlights.
The main routes and Communications Room (Comms Room) is to have energy
saving lighting units capable of providing a minimum light at bench level of 500 Lux.
SECURITY
CCTV
Supply and install sufficient CCTV cameras as per the fit-out plan to cover the
required area as per the plan. Also cameras to be mounted to monitor the fire escape
door(s) from the adjoining premises. All cameras are to be mounted so as to be
obvious to visitors.
Connect all cameras to a flat screen monitor, position will be determine on later stage.
All cameras to be connected to an NVR if it is an IP Cameras and to a DVR if it is an
26
analog cameras with a 25 FPs as an HD recording. All cameras to be monitored and
control either locally or remotely.
Access Control and time attendance System
Supply and install a video door entry system to the main entrance door with handset
and color display screen on the reception desk. Provide for remote inner door release
via videophone and electronic lock as shown on the fit-out plan. Provide self-closer
on entrance door so that it automatically closes and locks.
Supply and install a network access control system with a card reader, finger print or
pin code compatible with the building security system, and link to the electronic locks
on all entrance doors to allow staff access to the premises. Provide each staff
member an access control Card, the access cards must only display the staff
members photograph and name and OBC Logo.
Electronic locks to fire escape door(s) and main entrance door(s) must automatically
release when the fire alarm is activated.
The Access Control Readers in the Office and Server Room must be connected to a
backup battery (minimum 4 hours of backup power) capable of providing power to
the system when the primary source of power is unavailable.
Intruder Alarm System
Supply and install an intruder alarm system with PIR sensors located to cover the
main reception area, CEO Office , Server Room and any other location which my
need to be connected which will be identify in later stage, fire escape door and
reception. Connect to siren alarm located in reception area of the OBC office. Supply
and fit control panel in Server Room having key pad for on/off control plus display
identifying zone in case of alarm activation in the reception area. Supply and fit
second siren in main building security control room together with necessary signage
indicating alarm is for OBC’s office or as agreed with building security.
The alarm system must have a 24 hour backup battery capable of providing power
to the system when the primary source of power is unavailable.
Temperature Control
Install the temperature Control as per instruction of the OBC in the server room.
27
Communications/IT Room (Comms Room)
The Communications Room will be located in the position as shown on the fit-out
plan and will contain a 19” 42U Server Rack (minimum 90cm x 90cm), a UPS unit, a
security computer with monitor, communications equipment, etc.
Comms Room is to be chilled by two (2) split air-conditioning along with central AC
as a redundancy 24 hours per day, 365 days per year and will have an anti-static
floor, lockable fire proof door and a work bench as described below. Install an Access
Control System, an Intruder Alarm and CCTV Camera.
All structural cabling for voice/data will be brought back, terminated and connected
to the patch panels located inside the Server Rack located in the Comms Room.
Data Cabinet/Server Rack
The Contractor will supply, mount and test a 19” 42U Data Cabinet/Server Rack
(minimum 90cm x 90cm) together with an UPS unit in the Comms Room, terminating
the power, voice and data connections as specified. The Contractor is expected to
liaise and co-operate with OBC appointed IT specialists on how to make the
connections.
36 AMP, 13 AMP power socket outlets are to be provided in the Communications
Room in the numbers and location, which will be shown on the detailed layout
drawing. Sockets are to be positioned in a trunking on all walls 1.2m above floor level,
above workbench height, unless otherwise specified.
28
Network Operation Center (NOC)
The NOC minted to be the main operation room for OBC monitoring and fault
management system, the NOC design must meet the minimum requirements for the
network operation center which must include but not limited to (wall mounted LED
Screen of at least 55 inch, the QTY will be define by OBC, interactive E-Board
location, lighting system must meet the NOC requirements as it will be 24/7
operation, including the chiller AC, there will be a requirement to install a suitable
split unit AC as a redundancy, it is very important that the contractor suggest the stat
of the art design and system that might be required to be install in the NOC.
UPS
The Contractor will supply and install an UPS unit in the Comms room as well the
Network Operation Center ( NOC ) (according to OBC specifications; e.g. SinglePhase 220V, 50HZ, 10-15 kVA, 20 – 30 minutes). The Contractor will supply a UPS
from a list of OBC preferred suppliers.
The Contractor will supply a maintenance free ten year battery for the UPS which
should give 5-7 years of reliable service. The UPS must ensure that full integrity of
critical systems is maintained even in the event of mains power failure (e.g.
computers, etc.). Instructions will be provided by the OBC.
Clean Earth
The Contractor will provide an isolated and insulated clean earth circuit from the main
electrical distribution board of the building to the Comms Room. The cable is to be
PVC sheathed in copper cable. It should be terminated to the main earth connection
at the main electrical distribution board of the building, and onto an isolated copper
strip within the dedicated distribution board in the Comms Room, or onto a isolated
and insulated copper strip, at a point adjacent to the distribution board. All UPS earth
circuits within this room will be terminated to this copper bar.
29
Air Conditioning
The Comms Room is to be connected to the main building ventilation and normal airconditioning system and is not to have any ventilation of any form. An independent
air conditioning system shall be installed in the Comms Room with sufficient capacity
to manage the heat load installed.
2 (two) wall mounted split air-conditioning units are to be provided and installed in
the Comms Room and NOC where each capable of operating 24 hours per day, 365
days per year. The units will be used alternately for chilling the room and are to be
controllable by remote handsets. Units are to be supplied from a local supplier,
ensuring that maintenance and spare parts are available locally. Units to be selfstarting in the event of tripping out due to mains failure.
Each unit should be sized to maintain 21ºC+/-1ºC and run at a maximum of 50% load
under normal conditions. This will provide redundancy for maintenance and failure of
one unit.
The AC units must be able to withstand low temperatures in locations where very low
temperatures are experienced during the winter months (10ºC or less).
Voice & Data Structural Cabling
The Contractor will install a radial voice and data distribution network from the
Comms Room to the RJ45 sockets as indicated on the floor layout plan. Cable
installation will be distributed from patch panels located inside the Server Rack in the
Comms Room, via PVC conduit to each point located on the floor plan, and voice
and data cabling will be identical. Each cable will be identified at each end by
sequential numbering which will be appropriately marked (1, 2, 3, etc.)
The cable used will be Unscreened Twisted Pair (UTP), CAT6e or CAT7, cable. The
cable used must be clearly stamped as CAT 6e or 7 on the outer sheath. Termination
is to be double RJ45 sockets immediately adjacent to the 4 power sockets located in
the working area (at respective workstations) in compliance with the layout drawings.
Connectivity with conductor colour code being consistent on each socket and each
cable will be identified at each end by sequential numbering which will be
appropriately marked.
Sufficient spare cable will be allowed on each circuit at OBC supplied Sever Rack, in
the Comms Room, to allow connections to be made to the patch panels by the
30
Contractor, in accordance with drawings supplied by OBC. The Contractor will install
RJ45 CAT6e or 7 patch panels inside the telecommunication rack and then terminate
cabling at the RJ45 jacks on the patch panels.
All required RJ45 sockets used in the office work area, RJ45 CAT 6e patch panels,
industry standard (19“ 42U high) Sever Rack and CAT 6e cable are to be supplied
by the Contractor. The Contractor will make all connections of the UPS, voice and
data structural cabling, in accordance with OBC IT Department instructions and
specifications.
Cabling Acceptance Test
The Contractor will test each cable connection between RJ45 jacks on patch panel
and RJ45 socket installed in the working area. All CAT6e UTP links must be tested
in accordance with EIA/TIA568-B and test sheets identifying each circuit and test
results must be produced at the end of the contract. Printed results should confirm
correct connectivity, resistance, integrity and, the length of each circuit. Performed
tests should also confirm absence of shorts, grounding, and external voltage. A
complete set of test certificates are to be provided to the OBC’s Project Manager,
prior to practical completion being signed off.
Power & Data Circuit
Small Power Distribution
Provide a suitable distribution board, located in the Comms Room, with adequate
circuit breakers to protect each circuit. The drawing indicates the location of each set
of floor boxes. Each grouping is to provide four power sockets (one socket is to be
connected to the UPS, clearly marked or of different colour e.g. red) and two RJ45
data sockets.
Additionally, power points are to be provided in the corridor areas for fax, printer,
photocopier and vacuum cleaner any other small power requirement in the area. In
the Comms Room a minimum of 10 power points are to be provided in specific
locations.
The Contractor will supply and install small power points to agreed positions on the
partition walls, as per the fit-out plan.
31
The Contractor will supply power cable floor boxes, busbar modules, wiring ducts,
cable trays, cable trunks and other accessories necessary for the power distribution
network.
Small Power Requirement
Each workstation must have 4 power sockets (one socket is to be connected to the
UPS, clearly marked or of different colour e.g. red) and 2 RJ45 outlets as indicated
on the fit-out plan.
TV Aerial Point
Provide a TV aerial point in the position marked on the drawing in the Meeting
Room(s) connected to a suitable Arial to receive a clear and strong signal suitable
for analogue and digital TV signals that are unobstructed and free from distortion and
interference.
FIRE & EMERGENCY
Supply and install sufficient fire detection, smoke detection, sounders and
emergency lighting in compliance with local regulations.
Emergency lighting must provide immediate secondary lighting when the power
supply to the normal lighting fails e.g. due to a fire. The minimum backup duration of
emergency lighting as specified by regulations is generally between 1 and 3 hours.
Supply and install the international “pictogram” style fire exit signs, identifying the
main means of escape. These are to be suspended from the ceiling and to be
illuminated where required to comply with state and local legislation.
Supply and install a sprinkler system in accordance with state and local regulations.
No sprinkler system to be installed in the Comms room.
Supply the necessary firefighting/safety equipment (e.g. fire extinguishers) for the
premises.
An evacuation plan (for both fire and bomb incidents) should be clearly displayed in
both English and Arabic, detailing escape routes and assembly points.
Prepare Security, Health and Safety (HSE) and Fire Evacuation Plans. To be handed
over on completion.
32
KITCHEN
Install kitchen base unit(s) with cupboards, drawers and work tops to agreed quality
and colour. The wall units must match the base units. Supply and install under
counter industrial class dishwasher and refrigerator. Install power socket outlets for
fridge, dishwasher, toaster, microwave oven, kettle and two spare. Install wall tiles,
as necessary, between the base and wall units. Low level power socket to be
positioned for water chiller. Positions and specific detail to be agreed with OBC.
The utilities and sewerage for the kitchen must be installed in accordance with the
technical specifications of the building owner. If a sanitary pump for sewerage
discharge is to be installed it must be done in accordance with the technical
specifications of the building owner.
LOOSE FURNITURE
Supply, deliver and put in final place readymade furniture which can be made of one
of three classes:
1) VIP Class
2) Medium Class
3) Normal Class
Vanity Unit
Supply, deliver and install vanity unit consists of but not limited to corain top, plywood
in white, drawer with heavy duty drawer runner and stainless steel accessories.
GENERAL
Other Systems
All other systems that have been mentioned above and technical specifications are
note written, it is the main contractor responsibility to submit the technical data sheet
and technical specification for OBC approval.
Window Blinds
Vertical window blinds to be installed to all external windows (e.g. roller blinds with
electrical controls). Type and colour to be agreed with the OBC.
33
Storage Room
Provide and erect steel shelving in the store room on three walls (ensure clear door
swing). Shelves to be 35 cm deep and clear space between each large enough for
large
A4 lever arch file storage. Top shelf to be no higher than 1.8m.
34
TERMS OF AGREEMENT
1.
2.
The agreement and terms executed between the Government of the Sultanate
of Oman and the Contractor shall be in accordance with the following:
(i)
Standard Documents for Building and Civil Engineering Works,
Sept.1999, 4th Edition
(ii)
Tender Documents (this document)
(iii)
Any amendments negotiated and mutually agreed upon
In case of any conflict between this Tender Documents and the Standard
Document, the requirements as called for in the Tender Documents shall
prevail.
FORM OF AGREEMENT
THIS AGREEMENT made the ................................................ day of ......................2015
BETWEEN THE MINISTRY OF TRANSPORT AND COMMUNICATIONS, P.O. BOX
684, Postal Code 100, Muscat,
Sultanate of Oman (hereinafter called the "Employer") of the one part and.................
.................................................... of.......................................... (hereinafter called "the
Contractor") of the other part.
WHEREAS the Employer is desirous that certain Works should be executed viz:
‘ FULL FITOUT PROJECT FOR OMAN BROADBAND COMPANY (OBC)’
and has accepted a Tender by the Contractor as summarized at Appendix B “Summary of
Contract Value” for the execution, completion and maintenance of such Works NOW THIS
AGREEMENT WITNESSETH as follows:
1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Standard Conditions of Contract hereinafter
referred to.
2. The following documents shall be deemed to form and be read and construed as part
of this Agreement viz:
 The said Tender
35








The Standard Conditions of Contract
The Specification
The Schedule of Remunerations
The Drawings
Instructions to Tenderers
The Letter of Acceptance
…………………………..
…………………………..
3. In consideration of the payments to be made by the Employer to the Contractor as
hereinafter mentioned the Contractor hereby covenants with the Employer to execute,
complete and maintain the Works in conformity in all respects with the provisions of
the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the
execution, completion and maintenance of the Works the Contract Price at the times
and in the manner prescribed by the Contract and by the percentage of work executed.
IN WITNESS whereof the parties hereto have hereunder set their respective hands and seals on the
day and year first above written.
Signed by a duly authorized Signatory for
and on behalf of the Government of the
Sultanate of Oman
…………………………………………
Witness ......................................................................
Witness ......................................................................
Signed by a duly authorized Signatory
for and on behalf of the Contractor
…………………………………………….
Witness .......................................................................
Ratified in accordance with the
Sultani Decree No. 48/76 as amended
...................................................................................
MINISTER RESPONSIBLE FOR FINANCE AFFAIRS
MINISTRY OF FINANCE
36
FORM OF TENDER
(Notes: The Appendix forms part of the Tender. Tenderers are required to fill up all the blank
spaces in this Form of Tender and Appendix).
To: H. E. The Chairman of Internal Tender Committee, Ministry of Transport and
Communications, P.O. Box 684, Ruwi, P.C. 100, Sultanate of Oman
Gentlemen,
1.
Having examined the Instructions to Tenderers, Description and Scope of Services and
Remuneration Schedule, Standard Form of Agreement and Standard Conditions of
Contract for the above named services, We, the undersigned, offer to execute and
complete the whole of the said services in conformity with the said Instructions to
Tenderers, Description and Scope of Services and Remuneration Schedule, for the sum
of(R.O:………………………….……....……………………...........................................
..........................................................................................………………….......………..)
or such other sum as may be ascertained in accordance with the said Conditions.
2.
We undertake if our Tender is accepted to commence the Works within seven (7) days of receipt
of the Employer’s order to commence, and to complete and deliver the whole of the services
comprised in the Contract within (60) days for the Services calculated from the last day of the
aforesaid period in which the services are to be commenced.
3.
If our Tender is accepted we will obtain the guarantee of a locally registered Insurance Company
or Bank (as required in the Sultanate of Oman Standard Documents for Building and Civil
Engineering Works, Sept.1999, 4th Edition) to be jointly and severally bound with us in the sum
of (5) per cent of the Contract Value for the due performance of the Contract under the terms
of a Performance Bond to be approved by you.
4.
We agree to abide by this Tender for period of (30) days from the date fixed for receiving the
same and it shall remain binding up to us and may be accepted at any time before the expiration
of that period.
5.
In the event of our Tender being accepted and until a formal Agreement is prepared and
executed this Tender, together with your written acceptance thereof, shall constitute a binding
obligation upon us.
6.
We understand that you are not bound to accept the lowest or any Tender you may receive.
7.
We acknowledge receipt of the following circular letters/addenda
Reference number
Date
..............................................................
.................................................
..............................................................
.................................................
and confirm we have taken account thereof in our Tender.
37
APPENDIX “A” TO FORM OF AGREEMENT
CLAUSE
1.
Ruling Language
: 5 (1) (a)
The language in which the
Contract Documents have been
drafted.
2.
Amount of Performance Bond or
Guarantee
: 10
5% of the Contract Value
3.
Minimum Amount of Third Party
Insurance
: 23 (2)
R.O. 22,000.000
4.
Period for Fit Out work and
Commencement from Engineer’s order
to commence
: 41
(7) days
6.
Time for completion
: 43
(60) days
7.
Amount of Penalties for Delay
: 47 (1)
R.O. 100/= per day with
maximum limit of 10% of the
Contract Value.
8.
Period of Maintenance
: 49 (1)
365days.
9.
Quantities
: 55
Lump
Sum
10.
Percentage for Adjustment of P.C. sums
contained within provisional sums
: 59 (4)
(c)
(10%) Percent
11.
Advance Payment
: 60 (2)
10% of the Contract Value
excluding Sums for
Contingencies
12.
Recovery of Advance
: 60 (2)
10% of the Total Interim
Certificate Value up to the
amount of the Advance.
13.
Payment for Materials at Site
: 60 (4)
(b)
Not applicable
14.
Minimum Amount of Monthly Interim
Certificate
: 60 (4)
Not applicable
15.
Time within which payment is to be
made after Certificate
: 60 (5)
(a)
60 days
16.
Percentage of Retention Money
: 60 (7)
10% of the Gross Interim
Certificate.
38
17.
Limit of Retention Money
: 60 (7)
10% of Contract Value.
18.
Payment of Retention Money
: 60 (8)
5% of contract value
19.
Interest for delay of payment
: 60 (9)
7% per Annum
20.
Cash flow
: 60 (13)
Yearly Cash Flow :
2015
2016
Percentage of Contract Value :
95%
5%
Dated this ................................................. day of ...................................... 201 …..................
Signature ............................................ in capacity of ...........................................…................
Duly authorized to sign Tenders for and on behalf of ..............................................................
...........................................................................................................................................…….
(IN BLOCK CAPITALS)
Address ...........................................................
.......................................................................
Witness ......................................................
…………...........................................……..
........................................................................
Occupation .................................................
39
APPENDIX “B” TO FORM OF AGREEMENT
SUMMARY OF CONTRACT VALUE
Item
No.
Description
Amount
1.
Furniture Cost (Supply& Install &Maintain)
…………/….
2.
IT System Cost (Supply& Install &Maintain)
…………/….
3.
Fit Out Works (Supply& Install &Maintain )
…………/….
4.
Civil Defense/ ROP approval, Taking over, Testing & Commissioning,
As Built drawings submission.
5.
Other costs not related to 1, 2,3,4 above
Details as…………………………………………………………………………………………
…………/….
…………/….
Sub-total …………/….
Contingencies (10 % Sub-total Excluding Sub-total) …………/….
TOTAL CONTRACT VALUE (R.O.) …………/….
40
FORM OF TENDER BOND
H.E. The Chairman
Internal Tender Committee
Ministry of Transport and Communications
P.O. Box 684, Ruwi
Postal Code 100
Sultanate of Oman
Tender Bond No. ________
By this bond we......................................................................................................................
....................................................................................................................................................
whose address is.....................................................................................................................
....................................................................................................................................................
hereby guarantee Messrs............................................................................................................
of ...............................................................................................................................................
...................................................................................................................................................
and hold at your disposal the sum of R.O..............................................................................
................................................................................................................................................
being one percent (1 %) of the Tender Value from .......................... until ....................... a
total period of ninety (90) calendar days.
This bond shall be free of interest and payable in cash on your first written demand in the event of
the Tenderer either withdrawing his Tender within a period of ninety (90) calendar days from the
date for the receipt of Tenders or failing to provide a Performance Bond within ten (10)
working days of acceptance of the Tender whichever date is earlier without any reference
to or contestation on behalf of the Contractor.
This bond should be returned to us upon its expiry or upon fulfillment of our undertaking
whichever is the earlier.
Authorized Signatories
(To be issued by a locally registered bank)
41
FORM OF PERFORMANCE BOND
Ministry of Finance
P.O. Box 684, Muscat
Postal Code 100
Sultanate of Oman
Performance Bond No._________
Whereas.............................................................................................................................
.... (hereinafter called the Contractor) has been awarded a Contract dated.............................
....................................for construction completion and maintenance of..............................
...........................................................................................................................................................
. …............................................ for the value of R.O.
..........................................................................
(Rials Omani ........................................................................................................................)
by this bond we
.................................................................................................................................
whose address is
................................................................................................................................
are held and firmly bound unto the Government of the Sultanate of Oman represented
by the Ministry of Finance, Muscat in the sum of R.O ……………………...................................
.......................................................................................................................................................
........................................................................................................ being five percent (5 %) of
the Contract Value.
We agree to make unconditional payment under this bond on your first written demand without
any reference to or contestation on behalf of the Contractor provided the claim is received by us
on or before ................................................................................................................................
The Guarantee will be effective from ............................................... and shall be valid up to
............................................ after which date our liability shall automatically cease.
42
This Guarantee should be returned to us upon its expiry or upon fulfillment of our undertaking
whichever is the earlier.
Authorized Signatories (To be issued by a locally registered bank)
FORM OF ADVANCE PAYMENT BOND
Ministry of Finance
P.O. Box 684, Muscat
Postal Code 100
Sultanate of Oman
Advance Payment Bond No. _______
Whereas ................................................................................................ (hereinafter called the
Contractor) has been awarded a Contract dated.................................................. ……. ……. ……
.....................................................for construction completion and maintenance of.............. ……. …
................................................................................................................................................…….
.................................................... for the value of R.O........................................................... (Rials
Omani ............................................................................................................ ) and in
consideration of your making an advance payment of R.O. ................................................. to the
Contractor being .....10..... % of the Contract Value, by this bond, we ……………………………………………..
………………………………………………………….............................................................……
whose address is ...................................................……. …............................................................
guarantee to pay you a sum not........ exceeding R.O.
......................................................................... on your first written demand without reference to
or contestation on behalf of the Contractor.
It is understood that our liability towards you will be progressively reduced by the amount repaid to
you by the Contractor as contained in the Certificates and Payments against the said advance
payment.
This bond will be effective from ...................................... shall be valid until .........................., or
until the amount of the advance payment is fully recovered, whichever is later.
This bond should be returned to us upon its expiry or upon fulfillment of our undertaking whichever
is the earlier.
Authorized Signatories
43
(To be issued by a locally registered bank)
MATERIAL APPROVAL SHEET (MAS)
PROJECT
CONTRACT NO.
CONTRACTOR
:
:
:
M.A.S. NO.
:
MATERIAL DESCRIPTION/ITEM
:
BOQ REF.
:
SPECIFICATION REF.
:
DRAWING REF.
:
MANUFACTURER (LOCAL ONLY)
:
SUPPLIER (GCC OR FOREIGN)
:
TIME REQUIRED AT SITE
:
B.S. REF.
:
SAMPLE ATTACHED
:
Yes [
]
No. [
]
CERTIFICATE ATTACHED
:
Yes [
]
No. [
]
ASSURANCE OF DELIVERY ON TIME
:
Yes [
]
No. [
]
REMARKS
:
……………………………………………………….
……………………………………………………….
SIGNATURE________________________
DATE______________________
ENGINEER: _________________________________________________________________________________
Above information given by the Contractor Correct
Required information 1:
Yes [
] No
[
]
1.__________________________________________________________
2.__________________________________________________________
3.__________________________________________________________
Material:
Recommended
[
]
Rejected
[
]
Recommended with comments: __________________________________
(IN CASE PRODUCE RECOMMENDED IS NON-OMANI GIVE REASONS)
We confirm that there is no local manufacturer available for the Proposed product, and no alternative local product can meet the
requirement for the duty conditions in Oman.
44
SIGNATURE:___________________
DATE:_________________
STAMP:________________________
EMPLOYER :
_________________________________________________________________________________
Material
Approved [
Material Approval with Comments:
]
Rejected: [
]
1._____________________________________________________________
2._____________________________________________________________
3._____________________________________________________________
SIGNATURE:_________________
DATE:___________________
STAMP:______________________
Note:
The material is approved in general only. This approval will not relieve the contract from his responsibility and obligation to
fulfill contract for any error/defects/incorrect settings or improper installation.
** This will only be considered if local manufacturer for the specification alternative product is not available.
45
LIST OF PERSONNEL
PROPOSED TEAM TO BE ENGAGED ON THIS PROJECT
The Contractor shall give below details of the personnel he proposes to engage on the Contract,
together with the planned Organizational Structure.
No.
Name
Qualification
Position in the Team
46
Field of
Experience
& No. of
Years
Type of Activity
FORMAT OF CURRICULUM VITAE FOR MEMBERS OF THE CONTRACTOR
Name ___________________________________________________________________
Profession ____________________________________________________________________
Years with Firm ______________________ Nationality _______________________
Proposed Position on Team _____________________________________________
Key Qualifications
(Under this heading, give outline of staff member’s experience and training most pertinent to
assigned work on proposed team. Describe degree of responsibility held by staff member on
relevant previous assignments, and give dates and locations. Use up to half-a-page.)
__________________________________________________________________
Education
(Under this heading, summarize college/university and other specialized education of staff
member, giving names of schools, dates attended, and Degrees obtained. Use up to a quarter
page.
___________________________________________________________________
Experience Record
(Under this heading, list all positions held by staff member since graduation, giving dates, name of
employing organization, title of position held, and location of assignments. For experience in last
ten years, also give types of activities performed and Client references, where appropriate. Use up
to three-quarters of a page.)
___________________________________________________________________
Language
(Indicate proficiency in speaking, reading and writing of each language by ‘excellent’, ‘good’, ‘fair’
or ‘poor’.)
___________________________________________________________________
(Signature of Staff Member)
Date: __________
47
LIST OF OMANI PERSONAL IN THE COMPANY
A. Tenderer shall list below all Omani Employees who are employed in the Company.
Serial No.
Name of Employee
Job Category
NB: Tenderer shall provide additional sheets if required.
48
Rate/month (R.O.)
LIST OF EXPATRIATES IN THE COMPANY
B. Tenderer shall list below all Expatriate Employees who are employed in the company.
Serial No.
Name of Employee
Job Category
NB: Tenderer shall provide additional sheets if required.
49
Rate/month (R.O.)
SALARY COMPARISION BETWEEN OMANI & EXPATRIATE PERSONNEL
C. Tenderer shall list below the Salary Comparison between Omani and Expatriate Employees
who are employed in the Company.
Serial No.
Job Category
Rate/month (R.O.) Omani
NB: Tenderer shall provide additional sheets if required.
Initials of Signatory to Tender
50
Rate/month (R.O.)
Expatriate
LIST OF PRODUCTS
LIST OF ALL PRODUCTS AND MATERIALS TO BE USED IN THE PROJECT
The Tenderer must list below all products and materials to be used in the project. If the
material/product is made in Oman, give the name of the manufacturer. If the material/product is
foreign, indicate whether it will be obtained from local market or from foreign market and give your
reasons for not using Omani materials or product.
Foreign
Name of
Omani
Material/Product
Sr.No. Material/Product Material/Product:
Manufacturer(s)
Local
Market
NB. Provide additional sheets if required.
51
Foreign
Market
Reasons for not
using Omani
Materials/Product
s
SCHEDULE OF REMUNERATION
NO
DESCRIPTION
Duration
1
Fit Out Works (Supply& Install & Maintain )
2
Partition Works Furniture Cost (Supply& Install &
Maintain )
3
IT System & Communication Cost (Supply& Install &
Maintain)
4
Civil Defense/ ROP approval, Taking over, Testing &
Commissioning, As Built drawings submission,
5
Provisional Sum
Amount in
Words
Amount
R.O. Bz.
Sub Total
10% Contingency of Subtotal (Excluding Provisional Sum)
Grand Total
Total Tender Value Carried to the Form of Tender
R.O………………………..
In Words, the Total of our Tender for the above said Services is Rial Omani
(…………………………………………………………………………………………………………………………………………………………
……………………………………..)
Name of Tenderer:
Date:
Signature & Stamp of Authorized Signatory
52
TENDERER’S ENCLOSURES
The Tenderer shall properly bind in after this page the supporting documents required by the
Instructions to Tenderers. All documentations shall be endorsed with Tenderer’s official company
stamp. Where any Tenderer does not comply with this instruction, or if any supporting documents
are not submitted, the Tender will be rejected.
53
Download