Post on 25-Dec-2019
transcript
Page 1 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Republic of Uganda
MINISTRY OF PUBLIC SERVICE
Standard Bidding Document
for the
Procurement of Works under Open Domestic Bidding
Subject of Procurement: Construction of Regional Service Uganda
Centre at Mbale Municipality.
Procurement Reference
Number:
MOPS/Works/2018-2019/00252
Date of Issue: March, 2019
Page 2 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
PREFACE
1. This Standard Bidding Document (SBD) has been prepared by the Public Procurement and
Disposal of Public Assets Authority (PPDA) for use by Procuring and Disposing Entities
(PDEs) for the procurement of Works. The procedures and practices presented in this SBD
have been developed to reflect the requirements of the Public Procurement and Disposal of
Assets Act, 2003, the Public Procurement and Disposal of Assets Regulations, 2014 and
best international procurement practices.
2. This SBD for the Procurement of Works is suitable for use under the Open (International
or Domestic) Bidding procurement method without following pre-qualification. Pre-
qualification is not envisaged for small and medium works that is works whose value is
less than USD 10 Million. It is also suitable for the Restricted (International or Domestic)
Bidding procurement method. The SBD may also be used for procurement under the
Direct Procurement method with appropriate modifications to the document.
3. For procurements under the Quotation Method, a simpler SBD has been developed which
is generally more appropriate for this method.
4. This SBD is suitable for ad measurement and lump-sum works contracts. This SBD can
also be used for framework contracts with appropriate modifications to the documents. The
User Guide to this SBD indicates the circumstances in which its use is most appropriate.
5. This SBD includes wording for Technical Compliance Selection (TCS) as the required
evaluation methodology for works (except for design and build contracts for which this
SBD would not be suitable).
6. Before using this SBD, the user should be familiar with the PPDA Act and Regulations
and should read the User Guide to this SBD which has been prepared to provide guidance
on the correct use of the Standard Bidding Document (SBD) for Works as a model for
preparing an individual Bidding Document.
PPDA welcomes any feedback or comments from the users of this SBD which will assist in improving this document.
The Executive Director,
Public Procurement and Disposal of Public Assets Authority
P.O. Box 3925,
KAMPALA.
info@ppda.go.ug
www.ppda.go.ug
Page 3 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Standard Bidding Document
Table of Contents
PART 1 – Bidding Procedures 7
Section 1: Instructions to Bidders 7
Section 2: Bid Data Sheet 28
Section 3: Evaluation Methodology and Criteria 32
Section 4: Bidding Forms 43
Section 5: Eligible Countries 75
PART 2 - Statement of Requirements 76
Section 6: Statement of Requirements 76
PART 3 - Contract 150
Section 7: General Conditions of Contract for the Procurement of Works 150
Section 8: Special Conditions of Contract 171
Section 9: Contract Forms 175
Part 1: Section 1 Instructions to Bidders
Page 4 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
ABRIDGED BID NOTICE UNDER OPEN BIDDING
MINISTRY OF PUBLIC SERVICE
BID NOTICE
1. The Ministry of Public Service invites sealed bids from eligible bidders for:
No. Procurement
Reference Number
Subject of Procurement Bid Security
1 MoPS/Works/2018-
2019/00252
Construction of Regional Service
Uganda Centre at Mbale Municipality
UGX 20,000,000
2. The Bidding document(s) shall be inspected and issued at Ministry of Public Service,
Procurement and Disposal Unit, Plot 12, Nakasero Hill Road, Wandegeya.
3. The deadline for bid submission shall be at 10:00 am on 24th April 2019
4. The detailed bid notice is available at the Entity’s website at www.publicservice.go.ug and at
www.ppda.go.ug
Catherine Bitarakwate Musingwiire (Mrs.)
PERMANENT SECRETARY
Part 1: Section 1 Instructions to Bidders
Page 5 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Standard Invitation to Bidders
BID NOTICE UNDER OPEN BIDDING
25th March 2019
Construction of Regional Service Uganda Centre at Mbale Municipality -
MoPS/Works/2018-2019/00252
1. The Ministry of Public Service has allocated funds to be used for the acquisition of works for
Construction of Regional Service Uganda Centre at Mbale Municipality
2. The Entity invites sealed bids from eligible bidders for the provision of the above works.
3. Bidding will be conducted in accordance with the open domestic bidding method contained in
the Government of Uganda’s Public Procurement and Disposal of Public Assets Act, 2003 and
is open to all bidders.
4. Interested eligible bidders may obtain further information and inspect the bidding documents at
the address given below at 8(a) from 8am – 5pm.
5. The Bidding documents in English may be purchased by interested bidders on the submission
of a written application to the address below at 8(b) and upon payment of a non-refundable fee
of UGX 100,000 (One hundred thousand Uganda Shillings). The method of payment will be on
account number: 000050088000017, account title: Civil Service College Uganda, Bank: Bank
of Uganda, Branch: Kampala Road in Uganda Shillings.
6. Bids must be delivered to the address below at 8(c) at or before 10:00 am on 24th April 2019.
All bids must be accompanied by a bid security of UGX 20,000,000 in local currency. Bid
securities must be valid until 8th November, 2019. Late bids shall be rejected. Bids will be
opened in the presence of the bidders’ representatives who choose to attend at the address
below at 8(d) at 10:30 am on 24th April 2019.
7. There shall be a pre-bid meeting/site visit at Mbale Municipality Headquarters at 10:00am on the
4th April 2019.
8. (a) Documents may be inspected at: Ministry of Public Service, Plot 12,Nakasero Hill Road,
Wandegeya, Room 38.
(b) Documents will be issued from: Ministry of Public Service, Plot 12, Nakasero Hill Road,
Wandegeya, Room 38.
(c) Bids must be delivered to: Ministry of Public Service, Plot 12, Nakasero Hill Road,
Wandegeya, Room 38.
(d) Address of bid opening: Ministry of Public Service, Plot 12, Nakasero Hill Road,
Wandegeya, Room 38.
Part 1: Section 1 Instructions to Bidders
Page 6 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
9. The Planned Procurement Schedule (subject to changes) is as follows:
Activity Date
a. Publish bid notice Thursday, 21st March, 2019
b. Pre-bid meeting/ Site visits where applicable Thursday, 4th April, 2019
c. Bid closing date Wednesday, 24th April 2019
d. Evaluation process Thursday, 25th April 2019
e. Display and communication of best evaluated bidder
notice
Thursday, 9th May 2019
f. Contract signature Thursday 23rd May 2019.
Catherine Bitarakwate Musingwiire (Mrs.)
PERMANENT SECRETARY
Part 1: Section 1 Instructions to Bidders
Page 7 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
PART 1 – Bidding Procedures
Section 1: Instructions to Bidders
Table of Clauses
A. General 10
1. Scope of Bid ...........................................................................................................10
2. Source of Funds .....................................................................................................10
3. Corrupt Practices ....................................................................................................10
4. Eligible Bidders......................................................................................................11
5. Post Qualification of the Bidder .............................................................................13
6. Joint Ventures, Consortia and Associations ...........................................................13
7. One Bid per Bidder ................................................................................................13
8. Cost of Bidding ......................................................................................................13
9. Site Visit and Pre Bid Meeting ..............................................................................14
B. Bidding Document 14
10. Content of Bidding Document ...............................................................................14
11. Clarification of Bidding Document........................................................................15
12. Amendment of Bidding Document ........................................................................15
C. Preparation of Bids 15
13. Language of Bid .....................................................................................................15
14. Documents Comprising the Bid .............................................................................16
15. Bid Prices ...............................................................................................................16
16. Currencies of Bid and Payment .............................................................................17
17. Bid Validity ............................................................................................................17
18. Bid Security or Bid Securing Declaration..............................................................17
19. Alternative Bids .....................................................................................................18
20. Format and Signing of Bid .....................................................................................19
D. Submission and Opening of Bids 19
21. Sealing and Marking of Bids .................................................................................19
22. Deadline for Submission of Bids ...........................................................................20
23. Late Bids ................................................................................................................20
24. Withdrawal and Replacement of Bids ...................................................................20
25. Bid Opening ...........................................................................................................21
E. Evaluation of Bids 21
26. Confidentiality .......................................................................................................21
27. Clarification of Bids ...............................................................................................22
28. Compliance and Responsiveness of Bids...............................................................22
29. Nonconformities, Errors, and Omissions ...............................................................23
30. Preliminary Examination of Bids – Eligibility and Administrative Compliance ..23
31. Detailed Commercial and Technical Evaluation ...................................................23
32. Currency for Bid Evaluation ..................................................................................24
Part 1: Section 1 Instructions to Bidders
Page 8 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
33. Financial Comparison of Bids ................................................................................24
34. Margin of Preference .............................................................................................25
35. Determination of Best Evaluated Bid(s) ................................................................25
36. Post-qualification evaluation..................................................................................25
F. Award of Contract 26
37. Award Procedure....................................................................................................26
38. Employer’s Right to Accept any Bid and to Reject any or all Bids.......................26
39. Signing and effectiveness of Contract ...................................................................26
40. Debriefing of Bidders.............................................................................................26
41. Performance Security .............................................................................................26
42. Advance Payment and Security .............................................................................27
43. Adjudicator.............................................................................................................27
1. Definitions ............................................................................................................152
2. Interpretation ........................................................................................................154
3. Language and Law ...............................................................................................154
4. Project Manager’s Decisions ...............................................................................155
5. Delegation ............................................................................................................155
6. Notices .................................................................................................................155
7. Subcontracting .....................................................................................................155
8. Other Contractors .................................................................................................155
9. Personnel ..............................................................................................................155
10. Employer’s and Contractor’s Risks .....................................................................155
11. Employer’s Risks .................................................................................................156
12. Contractor’s Risks ................................................................................................156
13. Insurance ..............................................................................................................156
14. Site Investigation Reports ....................................................................................157
15. Queries About the Special Conditions of Contract ..............................................157
16. Contractor to Construct the Works ......................................................................157
17. Works to be Completed by the Intended Completion Date .................................157
18. Approval by the Project Manager ........................................................................157
19. Safety ...................................................................................................................157
20. Discoveries ...........................................................................................................157
21. Possession of the Site ...........................................................................................158
22. Access to the Site .................................................................................................158
23. Instructions, Inspection and Audits ......................................................................158
24. Disputes ................................................................................................................158
25. Procedure for Disputes .........................................................................................158
26. Replacement of Adjudicator ................................................................................158
27. Program ................................................................................................................159
28. Extension of the Intended Completion Date ........................................................159
29. Acceleration .........................................................................................................159
30. Delays Ordered by the Project Manager ..............................................................159
31. Management Meetings .........................................................................................160
32. Early Warning ......................................................................................................160
33. Identifying Defects ...............................................................................................160
34. Tests .....................................................................................................................160
35. Correction of Defects ...........................................................................................160
Part 1: Section 1 Instructions to Bidders
Page 9 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
36. Uncorrected Defects .............................................................................................161
37. Bill of Quantities or Activity Schedule ................................................................161
Option 1: Admeasurement Contracts - Bill of Quantities ................................................161
Option 2: Lump Sum Contracts – Activity Schedule ......................................................161
38. Changes in the Bill of Quantities or Activity Schedule .......................................161
Option 1: Admeasurement Contracts – Changes in the Bill of Quantities ......................161
Option 2: Lump Sum Contracts – Changes in the Activity Schedule ..............................161
39. Variations .............................................................................................................161
Option 1: Admeasurement Contracts – Variations ..........................................................161
Option 2: Lump Sum Contracts - Variations ...................................................................161
40. Payments for Variations .......................................................................................162
Option 1: Admeasurement Contracts – Payment for Variations ......................................162
Option 2: Lump Sum Contracts – Payment for Variations ..............................................162
42. Payment Certificates ............................................................................................162
43. Payments ..............................................................................................................163
44. Compensation Events ...........................................................................................163
45. Tax .......................................................................................................................164
46. Currencies ............................................................................................................164
47. Price Adjustment ..................................................................................................165
48. Retention ..............................................................................................................166
49. Liquidated Damages ............................................................................................166
50. Bonus ...................................................................................................................166
51. Advance Payment ................................................................................................166
52. Performance Security ...........................................................................................167
53. Dayworks .............................................................................................................167
54. Cost of Repairs .....................................................................................................167
55. Completion ...........................................................................................................168
56. Taking Over .........................................................................................................168
57. Final Account .......................................................................................................168
58. Operating and Maintenance Manuals ..................................................................168
59. Termination ..........................................................................................................168
60. Payment upon Termination ..................................................................................169
61. Property ................................................................................................................170
62. Release from Performance ...................................................................................170
Part 1: Section 1 Instructions to Bidders
Page 10 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Section 1. Instructions to Bidders A. General
1. Scope of Bid
1.1 The Employer, as defined in the Bid Data Sheet (BDS), invites bids for the construction
of Works, as described in the BDS. The name and procurement reference number of the
Contract and number of lots in this Bidding Document are provided in the BDS. The
Instructions to Bidders (ITB) should be read in conjunction with the BDS.
1.2 The successful Bidder will be expected to complete the Works by the Intended
Completion Date specified in the Special Conditions of Contract (SCC).
1.3 Throughout this Bidding Document:
(a) the “Employer” means the procuring and disposing entity; and
(b) the “Contractor” means the provider.
1.4 Procurement will be undertaken in compliance with the Public Procurement and
Disposal of Public Assets Act, 2003 and Regulations, 2014.
2. Source of Funds
2.1 The Employer has an approved budget from Government funds towards the cost of the
procurement named in the BDS. The Employer intends to use these funds to place a
contract for which this Bidding Document is issued.
2.2 Payments will be made directly by the Employer and will be subject in all respects to
the terms and conditions of the resulting contract placed by the Employer.
3. Corrupt Practices
3.1 It is the Government of Uganda’s policy to require that Employers, as well as Bidders
and Contractors, observe the highest standards of ethics during procurement and the
execution of contracts. In pursuit of this policy, the Government of Uganda;
(a) defines, for the purposes of this provision, the terms set forth below as follows:
1. “corrupt practice” means the offering, giving, receiving, or soliciting, directly
or indirectly, of anything of value, to influence the action of a public official in
the procurement process or in contract execution;
2. “fraudulent practice” is any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
3. “collusive practice” is an arrangement between two or more parties designed to
achieve an improper purpose, including to influence improperly the actions of
another party;
4. “coercive practice” is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence
improperly the actions of a party;
Part 1: Section 1 Instructions to Bidders
Page 11 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
(b) will reject a recommendation for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices in
competing for the Contract; and
(c) will suspend a Contractor from engaging in any public procurement proceeding
for a stated period of time, if it at any time determines that the Contractor has
engaged in corrupt or fraudulent practices in competing for, or in executing, a
Government contract.
3.2 Furthermore, Bidders shall be aware of the provision stated in ITB Sub-Clause 23.2 and
ITB Sub-Clause 59.2(h) of the General Conditions of Contract (GCC).
3.3 In pursuit of the policy defined in ITB Sub-Clause 3.1, the Employer may terminate a
contract for Works, or be ordered by the Public Procurement and Disposal of Public
Assets Appeals Tribunal to cancel a contract, if it at any time determines that corrupt or
fraudulent practices were engaged in by representatives of the Employer or of a Bidder
or Contractor during the procurement or the execution of that contract.
3.4 In pursuit of the policy defined in ITB Sub-Clause 3.1, the Government of Uganda
requires representatives of both the Employer and of Bidders and Contractors to adhere
to the relevant codes of ethical conduct. The Code of Ethical Conduct for Bidders and
Providers as provided in the bidding forms shall be signed by the Bidder and submitted
together with the other bidding forms.
3.5 In pursuit of the policy defined in Sub-clause 3.1, the Government of Uganda shall suspend
a provider from engaging in any public procurement or disposal process for a period
determined by the Authority, where the provider is debarred from the procurement
processes of an international agency of which Uganda is a member.
3.6 Any communications between a Bidder and the Employer related to matters of alleged
fraud or corruption must be made in writing and addressed to the Accounting Officer of
the Employer.
4. Eligible Bidders
4.1 A Bidder, and all parties constituting the Bidder, shall meet the following criteria to be
eligible to participate in public procurement:
(a) the bidder has the legal capacity to enter into a contract;
(b) the bidder is not:
(i) insolvent;
(ii) in receivership;
(iii) bankrupt; or
(iv) being wound up
(c) the bidder’s business activities have not been suspended;
(d) the bidder is not the subject of legal proceedings for any of the circumstances in
(b); and
(e) the bidder has fulfilled his or her obligations to pay taxes and social security
Part 1: Section 1 Instructions to Bidders
Page 12 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
contributions.
4.2 A Bidder may be a natural person, private entity, government-owned entity—subject to
ITB Sub-Clause 4.6 - or any combination of them with a formal intent to enter into an
agreement or under an existing agreement in the form of a joint venture, consortium, or
association. Joint ventures, consortia and associations shall comply with the
requirements of ITB Clause 6.
4.3 A Bidder, and all parties constituting the Bidder including sub-contractors, shall have
the nationality of an eligible country, in accordance with Section 5, Eligible Countries.
A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen
or is constituted or incorporated and operates in conformity with the provisions of the
laws of that country. This criterion shall also apply to the determination of the
nationality of proposed subcontractors for any part of the Contract.
4.4 A Bidder, and all parties constituting the Bidder including sub-contractors, shall not
have a conflict of interest. All Bidders found to have a conflict of interest shall be
disqualified. A Bidder may be considered to have a conflict of interest with one or more
parties in this bidding process, if they:
(a) have controlling shareholders in common; or
(b) receive or have received any direct or indirect subsidy from any of them; or
(c) have the same legal representative for purposes of this bid; or
(d) have a relationship with each other, directly or through common third parties,
that puts them in a position to have access to information about or influence on
the bid of another Bidder, or influence the decisions of the Employer regarding
this bidding process; or
(e) submit more than one bid in this bidding process, except for alternative bids
permitted under ITB Clause 19. However, this does not limit the participation of
subcontractors in more than one bid, or as Bidders and subcontractors
simultaneously; or
(f) is associated, or has been associated in the past, directly or indirectly, with the
consultant or any other entity that has prepared the design, specifications, and
other documents for the Project or being proposed as Project Manager for the
Contract. A firm that has been engaged by the Employer to provide consulting
services for the preparation or supervision of the Works, and any of its affiliates,
shall not be eligible to bid.
4.5 A firm that is under a declaration of suspension by the Authority in accordance with
ITB Sub-Clause 3.1 (c) or 3.5, at the date of the deadline for bid submission or
thereafter before contract signature, shall be disqualified.
4.6 Government-owned enterprises shall be eligible only if they can establish that they are
legally and financially autonomous and operate under commercial law.
4.7 Bidders shall provide such evidence of their continued eligibility satisfactory to the
Employer, as the Employer shall reasonably request.
4.8 To establish their eligibility in accordance with ITB Clause 4, Bidders shall complete
Part 1: Section 1 Instructions to Bidders
Page 13 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
the eligibility declarations in the Bid Submission Sheet, included in Section 4, Bidding
Forms and submit the documents required in Section 3, Evaluation Methodology and
Criteria.
4.9 A Bidder whose circumstances in relation to eligibility change during a procurement
process or during the execution of a contract, shall immediately inform the Employer.
4.10 All materials, equipment and services to be used in the performance of the contract
shall have as their country of origin an eligible country in accordance with Section 5,
Eligible Countries.
5. Post Qualification of the Bidder
5.1 To establish its qualifications to perform the Contract, the Bidder shall complete and
submit:
(a) the Qualification Form provided in Section 4, Bidding Forms; and
(b) the information and documents stated in Section 3, Evaluation Methodology and
Criteria.
5.2 The qualifications of the best evaluated Bidder will be assessed as part of a post-
qualification in accordance with ITB Clause 36.
6. Joint Ventures, Consortia and Associations
Bids submitted by a joint venture, consortium or association of two or more firms as
partners shall comply with the following requirements, unless otherwise stated in the
BDS:
(a) the bid shall include all the information listed in Section 3, Evaluation
Methodology and Criteria for each partner;
(b) the bid shall be signed so as to be legally binding on all partners;
(c) all partners shall be jointly and severally liable for the execution of the Contract
in accordance with the Contract terms;
(d) one of the partners will be nominated as being in charge and receive instructions
for and on behalf of any and all partners; and
(e) the execution of the entire Contract, including payment, shall be done
exclusively with the partner in charge.
7. One Bid per Bidder
Each Bidder shall submit only one Bid, either individually or as a partner in a joint
venture, consortium or association. A Bidder who submits or participates in more than
one bid (other than as a subcontractor or in cases of alternatives that have been
permitted or requested) will cause all the bids with the Bidder’s participation to be
rejected.
8. Cost of Bidding
Part 1: Section 1 Instructions to Bidders
Page 14 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
The Bidder shall bear all costs associated with the preparation and submission of his
Bid, and the Employer shall not be responsible or liable for those costs, regardless of
the conduct or outcome of the bidding process.
9. Site Visit and Pre Bid Meeting
9.1 The Bidder, at the Bidder’s own responsibility and risk, is encouraged to visit and
examine the Site of Works and its surroundings and obtain all information that may be
necessary for preparing the bid and entering into a contract for construction of the
Works. The costs of visiting the Site shall be at the Bidder’s own expense.
9.2 If so indicated in the BDS, the Employer will hold a pre-bid meeting or site visit at the
time, date and location specified in the BDS to clarify issues and to answer questions on
any matter that may be raised at that stage.
9.3 Bidders may submit any questions in writing to the Entity prior to the date of the
meeting and may also orally raise questions at the meeting.
9.4 Minutes of the pre-bid meeting, if any, including the text of the questions asked by
Bidders, without identifying the source, and the responses given, together with any
responses prepared after the meeting, will be transmitted promptly to all Bidders who
have acquired the Bidding Documents. Any modification to the Bidding Documents
that may become necessary as a result of the pre-bid meeting shall be made by the
Employer exclusively through the issue of an Addendum pursuant to ITB 12 and not
through the minutes of the pre-bid meeting. Nonattendance at the pre-bid meeting will
not be a cause for disqualification of a Bidder.
B. Bidding Document
10. Content of Bidding Document
10.1 The Bidding Document consists of Parts 1, 2, and 3, which includes all the Sections
indicated below, and should be read in conjunction with any addenda issued in
accordance with ITB Clause 12.
PART 1 Bidding Procedures
Section 1. Instructions to Bidders (ITB)
Section 2. Bid Data Sheet (BDS)
Section 3. Evaluation Methodology and Criteria
Section 4. Bidding Forms
Section 5. Eligible Countries
PART 2 Statement of Requirements
Section 6. Statement of Requirements
PART 3 Contract
Section 7. General Conditions of Contract (GCC) for the Procurement of
Works
Section 8. Special Conditions of Contract (SCC)
Section 9. Contract Forms
Part 1: Section 1 Instructions to Bidders
Page 15 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
10.2 The Bid Notice or letter of invitation to bid is not part of the Bidding Document.
10.3 Bidders who did not obtain the Bidding Document directly from the Employer will be
rejected during evaluation. Where a Bidding Document is obtained from the Employer
on a Bidder’s behalf, the Bidder’s name must be registered with the Employer at the
time of sale and issue.
10.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in
the Bidding Document. Failure to furnish all information or documentation required by
the Bidding Document, may result in the rejection of the bid.
10.5 Where an electronic copy of the bidding document is issued, the paper or hard copy of
the bidding document is the original version. In the event of any discrepancy between
the two, the hard copy shall prevail.
11. Clarification of Bidding Document
A prospective Bidder requiring any clarification of the Bidding Document shall contact
the Employer in writing at the Employer’s address indicated in the BDS. The Employer
will respond in writing to any request for clarification, provided that such request is
received no later than the date indicated in the BDS. The Employer shall forward copies
of its response to all Bidders who have acquired the Bidding Document directly from it,
including a description of the inquiry but without identifying its source. Should the
Employer deem it necessary to amend the Bidding Document as a result of a
clarification, it shall do so following the procedure under ITB Clause 12 and ITB Sub-
Clause 22.2.
12. Amendment of Bidding Document
12.1 At any time prior to the deadline for submission of bids, the Employer may amend the
Bidding Document by issuing an addendum.
12.2 Any addendum issued shall be part of the Bidding Document and shall be
communicated in writing to all who have obtained the Bidding Document directly from
the Employer.
12.3 To give prospective Bidders reasonable time in which to take an addendum into account
in preparing their bids, the Employer may, at its discretion, extend the deadline for the
submission of bids, pursuant to ITB Sub-Clause 22.2.
C. Preparation of Bids
13. Language of Bid
13.1 The medium of communication shall be in writing unless otherwise specified in the
BDS.
13.2 The bid, as well as all correspondence and documents relating to the bid exchanged by
the Bidder and the Employer, shall be written in English, unless otherwise specified in
the BDS.
13.3 Supporting documents and printed literature that are part of the bid may be in another
language provided they are accompanied by a translation of the relevant passages in
English by a competent authority, in which case, for purposes of interpretation of the
Part 1: Section 1 Instructions to Bidders
Page 16 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Bid, such translation shall govern.
14. Documents Comprising the Bid
14.1 The bid submitted by the Bidder shall comprise the following:
(a) the Bid Submission Sheet, in accordance with ITB Sub-Clause 14.2;
(b) a Bid Security or a Bid Securing Declaration in accordance with ITB Clause 18;
(c) written confirmation authorising the signatory of the bid to commit the Bidder,
in accordance with ITB Clause 20;
(d) documentary evidence in accordance with ITB Sub-Clause 4.8 establishing the
Bidder’s eligibility to bid;
(e) a priced Activity Schedule or Bill of Quantities in accordance with ITB Clauses
15 and 16;
(f) the Qualification Form and Documents in accordance with ITB Clause 5;
(g) a preliminary description of the proposed work method and schedule, including
drawings and charts, as necessary;
(h) The Code of Ethical Conduct for Bidders and Providers in accordance with ITB
Clause 3.4; and
(i) any other document(s) required in the BDS.
14.2 The Bidder shall submit the Bid Submission Sheet using the form provided in Section 4,
Bidding Forms. This form must be completed without any alterations to its format, and
no substitutes shall be accepted. All blank spaces shall be filled in with the information
requested.
15. Bid Prices
15.1 The Contract shall be for the whole Works, as described in ITB Sub-Clause 1.1, based
on the priced Activity Schedule or Bill of Quantities submitted by the Bidder.
15.2 The Bidder shall fill in rates and prices for all items of the Works described in the
drawings and specifications and listed in the Activity Schedule or Bill of Quantities
included in Section 6, Statement of Requirements. Items for which no rate or price is
entered by the Bidder will not be paid for by the Employer when executed and shall be
deemed covered by the other rates and prices in the Activity Schedule or Bill of
Quantities.
15.3 Unless otherwise specified in the BDS, all duties, taxes, and other levies payable by the
Contractor under the Contract, or for any other cause, as of the date 21 days prior to the
deadline for submission of bids, shall be included in the total bid price submitted by the
Bidder.
15.4 The lump sum price quoted by the Bidder shall be subject to adjustment during the
performance of the Contract if provided for in the SCC and the provisions of Clause 47
of the GCC. The Bidder shall submit with the bid all the information required under the
Part 1: Section 1 Instructions to Bidders
Page 17 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
SCC and Clause 47 of the GCC.
16. Currencies of Bid and Payment
16.1 The lump sum/ unit rates and prices shall be quoted by the Bidder entirely in Uganda
Shillings, unless otherwise stated in the BDS.
16.2 The rates of exchange to be used by the Bidder in arriving at the local currency
equivalent and the percentage(s) mentioned in ITB Sub-Clause 16.1 above shall be the
selling rates for similar transactions established by the authority specified in the BDS
prevailing on the date 21 days prior to the latest deadline for submission of bids. These
exchange rates shall apply for all payments so that no exchange risk will be borne by the
Bidder. If the Bidder uses other rates of exchange, the provisions of ITB Sub-Clause
32.1 shall apply. In any case, payments will be computed using the rates quoted in the
Bid.
16.3 Bidders shall indicate details of their expected foreign currency requirements in the Bid.
Foreign currency requirements shall be indicated as a percentage of the bid price
(excluding provisional sums) and shall be payable at the option of the Bidder in up to
three foreign currencies, unless otherwise stated in the BDS.
16.4 Bidders may be required by the Employer to clarify their foreign currency requirements
and to substantiate that the amounts included in the lump sum and in the SCC are
reasonable and responsive to ITB Sub-Clause 16.3.
17. Bid Validity
17.1 Bids shall remain valid until the date specified in the BDS. A bid valid for a shorter
period shall be rejected by the Employer as non-compliant.
17.2 In exceptional circumstances, prior to the expiration of the bid validity period, the
Employer may request Bidders to extend the period of validity of their bids. The request
and the responses shall be made in writing. If a Bid Security or a Bid Securing
Declaration is requested in accordance with ITB Clause 18, it shall also be extended for
a corresponding period. A Bidder may refuse the request without forfeiting its Bid
Security or Bid Securing Declaration. A Bidder granting the request shall not be
required or permitted to modify its bid.
17.3 In the case of contracts in which the Contract Price is fixed (not subject to price
adjustment), if the period of bid validity is extended beyond 60 days after the expiry of
the initial bid validity, the amounts payable in local and foreign currency to the Bidder
selected for award, shall be increased by applying to both the local and the foreign
currency component of the payments, respectively, the factors specified in the BDS or
in the request for extension, for the period of delay beyond 60 days after the expiry of
the initial bid validity, up to the notification of award. Bid evaluation will be based on
the bid prices without taking the above correction into consideration.
18. Bid Security or Bid Securing Declaration
18.1 The Bidder shall furnish as part of its bid a Bid Security or a Bid-Securing Declaration if
so specified in the BDS.
18.2 The Bid Security shall be in the amount specified in the BDS and denominated in
Part 1: Section 1 Instructions to Bidders
Page 18 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Uganda Shillings or a freely convertible currency.
18.3 The Bid Security shall be, at the Bidder’s option, in any of the following forms:
(a) a demand guarantee;
(b) a cashier’s or certified check; or
(c) another security indicated in the BDS,
from a reputable Financial Institution from an eligible country. If the institution issuing
the security is located outside the Uganda, it shall have a correspondent financial
institution located in Uganda to make it enforceable The Bid Security or Bid Securing
Declaration shall be submitted using the appropriate form included in Section 4,
Bidding Forms. The Bid Security or Bid Securing Declaration shall be valid until the
date specified in the BDS.
18.4 Any bid not accompanied by an acceptable Bid Security or Bid Securing Declaration, if
one is required, shall be rejected by the Employer as non-compliant. The Bid Security or
Bid Securing Declaration of a joint venture must define as “Bidder” all joint venture
partners and list them in the following manner: a joint venture consisting of “______,”
“______,” and “______”.
18.5 The Bid Security or Bid Securing Declaration of all Bidders shall be returned as
promptly as possible once the successful Bidder has signed the Contract and provided
the required Performance Security where applicable or upon request by the unsuccessful
bidder after publication of the notice of best evaluated bidder.
18.6 The Bid Security may be forfeited or Bid Securing Declaration executed:
(a) if a Bidder withdraws its bid during the period of bid validity specified by the
Bidder on the Bid Submission Sheet, except as provided in ITB Sub-Clause
17.2; or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB Clause 39;
(ii) furnish a Performance Security in accordance with ITB Clause 41; or
(iii) accept the correction of its bid price pursuant to ITB Sub-Clause 29.5.
19. Alternative Bids
19.1 Bidders shall submit offers that comply with the requirements of the bidding
documents, including the basic technical design as indicated in the drawings and
specifications. Alternative bids shall not be considered unless otherwise indicated in the
BDS.
19.2 Where permitted, alternative bids do not need to conform precisely to the Statement of
Requirements, but must-
(a) meet the objectives and/or performance requirements prescribed in the
Statement of Requirements;
(b) be substantially within any delivery or completion schedule, budget or other
performance parameters stated in the solicitation document;
Part 1: Section 1 Instructions to Bidders
Page 19 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
(c) provide all information necessary for a complete evaluation of the alternative by
the Employer, including design calculations, technical specifications, breakdown
of prices, proposed construction methods and other relevant details; and
(d) clearly state the benefits of the alternative bid over any solution which conforms
precisely to the Statement of Requirements, in terms of technical performance,
price, operating costs or any other benefit.
19.3 A Bidder may submit both a main bid which conforms precisely to the Statement of
Requirements and an alternative bid.
19.4 Where a Bidder submits more than one bid, each bid shall be submitted as a completely
separate bid and shall conform to the instructions for preparation and submission of bids
in its own right, without any reliance on any other bid. In particular, each bid shall be
separately signed, authorised, sealed, labelled and submitted in accordance with the
instructions for submission of bids and shall be accompanied by a separate Bid Security
or Bid Securing Declaration, if so required. Such bids shall be labelled “Main Bid” and
“Alternative Bid”.
20. Format and Signing of Bid
20.1 The Bidder shall prepare one original of the documents comprising the bid as described
in ITB Clause 14 and clearly mark it “ORIGINAL.” In addition, the Bidder shall submit
copies of the Bid, in the number specified in the BDS, and clearly mark each of them
“COPY.” In the event of discrepancy between them, the original shall prevail.
20.2 The original and all copies of the bid shall be typed or written in indelible ink and shall
be signed by a person duly authorised to sign on behalf of the Bidder. This authorisation
shall consist of a Power of Attorney which if signed in Uganda shall be registered and if
signed outside Uganda shall be notarized and shall be attached to the bid. The name and
position held by each person signing the authorisation must be typed or printed below
the signature. All pages of the bid, except for un amended printed literature, shall be
signed or initialled by the person signing the bid.
20.3 The bid shall contain no alterations or additions, except those to comply with
instructions issued by the Employer, or as necessary to correct errors made by the
Bidder, in which case such corrections shall be initialed by the person or persons
signing the Bid.
20.4 The Bidder shall furnish information as described in the Bid Submission Sheet on
commission or gratuities, if any, paid or to be paid to agents relating to this Bid, and to
contract execution if the Bidder is awarded the contract.
D. Submission and Opening of Bids
21. Sealing and Marking of Bids
21.1 The Bidder shall enclose the original and each copy of the bid, in separate sealed
envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” These envelopes
containing the original and the copies shall then be enclosed in one single plain
envelope securely sealed in such a manner that opening and resealing cannot be
achieved undetected.
Part 1: Section 1 Instructions to Bidders
Page 20 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
21.2 The inner and outer envelopes shall:
(a) bear the name and address of the Bidder;
(b) be addressed to the Employer in accordance with ITB Sub-Clause 22.1;
(c) bear the Procurement Reference number of this bidding process; and
(d) bear a warning not to open before the time and date for bid opening, in
accordance with ITB Sub-Clause 25.1.
21.3 If all envelopes are not sealed and marked as required, the Employer will assume no
responsibility for the misplacement or premature opening of the bid.
22. Deadline for Submission of Bids
22.1 Bids must be received by the Employer at the address and no later than the date and
time indicated in the BDS.
22.2 The Employer may, at its discretion, extend the deadline for the submission of bids by
amending the Bidding Documents in accordance with ITB Clause 12, in which case all
rights and obligations of the Employer and Bidders previously subject to the deadline
shall thereafter be subject to the deadline as extended.
23. Late Bids
The Employer shall not consider any bid that arrives after the deadline for submission of
bids, in accordance with ITB Clause 22. Any bid received by the Employer after the
deadline for submission of bids shall be declared late, rejected, and returned unopened
to the Bidder.
24. Withdrawal and Replacement of Bids
24.1 A Bidder may withdraw or replace its bid after it has been submitted at any time before
the deadline for submission of bids by sending a written notice, duly signed by an
authorised representative, which shall include a copy of the authorisation in accordance
with ITB Sub-Clause 20.2. Any corresponding replacement of the bid must accompany
the respective written notice. All notices must be:
(a) submitted in accordance with ITB Clauses 20 and 21 (except that withdrawals
notices do not require copies), and in addition, the respective envelopes shall be
clearly marked “Withdrawal,” or “REPLACEMENT,” and
(b) received by the Employer prior to the deadline prescribed for submission of
bids, in accordance with ITB Clause 22.
24.2 Bids requested to be withdrawn in accordance with ITB Sub-Clause 24.1 shall be
returned unopened to the Bidder.
24.3 No bid may be withdrawn or replaced in the interval between the deadline for
submission of bids and the expiration of the period of bid validity specified by the
Bidder on the Bid Submission Sheet or any extension thereof.
24.4 Bids may only be modified by withdrawal of the original bid and submission of a
replacement bid in accordance with ITB Sub-Clause 24.1. Modifications submitted in
Part 1: Section 1 Instructions to Bidders
Page 21 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
any other way shall not be taken into account in the evaluation of bids.
24.5 Bidders may only offer discounts to, or otherwise modify the prices of their bids, by
withdrawing and replacing their bid in accordance with this clause, or by including the
discount in the original bid submission.
25. Bid Opening
25.1 The Employer shall conduct the bid opening in the presence of Bidders` designated
representatives who choose to attend, and at the address, date and time specified in the
BDS.
25.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and the
envelope with the corresponding bid shall not be opened, but returned to the Bidder. No
bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a
valid authorisation to request the withdrawal and is read out at the bid opening.
All other envelopes including those marked “REPLACEMENT” shall be opened and
the relevant details read out. Replacement bids shall be recorded as such on the record
of the bid opening.
Only envelopes that are opened and read out at the bid opening shall be considered
further.
25.3 All other envelopes shall be opened one at a time, reading out: the name of the Bidder;
the bid price, per lot where applicable, including any discounts; the presence of a Bid
Security or Bid Securing Declaration, if required; and any other details as the Employer
may consider appropriate. Only discounts and alternative offers read out at the bid
opening shall be considered for evaluation. No bid shall be rejected at the bid opening
except for late bids, in accordance with ITB Sub-Clause 23.1.
25.4 The Employer shall prepare a record of the bid opening that shall include, as a
minimum: the name of the Bidder and whether there is a withdrawal and/or
replacement; the bid price, per lot if applicable, including any discounts; and the
presence or absence of a Bid Security or Bid Securing Declaration, if one was required.
The Bidders’ representatives who are present shall be requested to sign the record. The
omission of a Bidder’s signature on the record shall not invalidate the contents and
effect of the record. A copy of the record shall be distributed to Bidders upon payment
of a fee and displayed on the Employer’s Notice Board within one working day from
the date of the bid opening.
E. Evaluation of Bids
26. Confidentiality
26.1 Information relating to the examination, evaluation, comparison, and post-qualification
of bids, and recommendation of contract award, shall not be disclosed to bidders or any
other persons not officially concerned with such process until information detailing the
best evaluated Bidder is communicated to all Bidders.
26.2 Any effort by a Bidder to influence the Employer in the examination, evaluation,
comparison, and post-qualification of the bids or contract award decisions may result in
Part 1: Section 1 Instructions to Bidders
Page 22 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
the rejection of its bid.
26.3 Notwithstanding ITB Sub-Clause 26.2, from the time of bid opening to the time of
Contract award, if any Bidder wishes to contact the Employer on any matter related to
the bidding process, it should do so in writing.
27. Clarification of Bids
27.1 To assist in the examination, evaluation, comparison and post-qualification of the bids,
the Employer may, at its discretion, ask any Bidder for a clarification of its Bid,
including breakdowns of unit rates or prices. Any clarification submitted by a Bidder
that is not in response to a request by the Employer shall not be considered. The
Employer’s request for clarification and the response shall be in writing. All requests for
clarifications shall be copied to all bidders for information purposes. No change in the
price or substance of the bid shall be sought, offered, or permitted, except to confirm the
correction of arithmetic errors discovered by the Employer in the evaluation of the bids
in accordance with ITB Sub-Clause 29.4.
28. Compliance and Responsiveness of Bids
28.1 The Employer’s determination of a Bid’s compliance and responsiveness is to be based
on the contents of the bid itself.
28.2 A substantially compliant and responsive bid is one that conforms to all the terms,
conditions, and specifications of the Bidding Document without material deviation,
reservation, or omission. A material deviation, reservation, or omission is one that:
(a) affects in any substantial way the scope, quality, or performance of the Works
specified in the Contract; or
(b) limits in any substantial way, inconsistent with the Bidding Document, the
Employer’s rights or the Bidder’s obligations under the Contract; or
(c) if rectified would unfairly affect the competitive position of other Bidders
presenting substantially compliant and responsive bids.
(d) impacts the key factors of a procurement including cost, risk, time and quality and
causes -
(i) unacceptable time schedules, where it is stated in the bidding document that
time is of the essence;
(ii) unacceptable alternative technical details, such as design, materials,
workmanship, specifications, standards or methodologies; or
(iii) unacceptable counter-bids with respect to key contract terms and conditions,
such as payment terms, price adjustment, liquidated damages, sub-contracting
or warranty.
28.3 If a bid is not substantially compliant and responsive to the Bidding Document, it shall
be rejected by the Employer and may not subsequently be made compliant and
responsive by the Bidder by correction of the material deviation, reservation, or
omission.
Part 1: Section 1 Instructions to Bidders
Page 23 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
29. Nonconformities, Errors, and Omissions
29.1 Provided that a bid is substantially compliant and responsive, the Employer may waive
any non-conformity or omissions in the bid that does not constitute a material deviation.
29.2 Provided that a bid is substantially compliant and responsive, the Employer may request
that the Bidder submit the necessary information or documentation, within a reasonable
period of time, to rectify nonmaterial nonconformities or omissions in the bid related to
documentation requirements. Such omission shall not be related to any aspect of the
price of the bid. Failure of the Bidder to comply with the request may result in the
rejection of its bid.
29.3 Provided that a bid is substantially compliant and responsive, the Employer shall rectify
nonmaterial nonconformities or omissions. To this effect, the bid price shall be adjusted,
for comparison purposes only, to reflect the price of the missing or non-conforming
item or component.
29.4 Provided that the bid is substantially compliant and responsive, the Employer shall
correct arithmetic errors on the following basis:
(a) if there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price
shall be corrected, unless in the opinion of the Employer there is an obvious
misplacement of the decimal point in the unit price, in which case the total price as
quoted shall govern and the unit price shall be corrected;
(b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail and the total shall be corrected; and
(c) if there is a discrepancy between words and figures, the amount in words shall prevail,
unless the amount expressed in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (a) and (b) above.
29.5 If the Bidder that submitted the best evaluated bid does not accept the correction of
errors, its bid shall be rejected and its Bid Security may be forfeited or Bid Securing
Declaration executed.
30. Preliminary Examination of Bids – Eligibility and Administrative Compliance
30.1 The Employer shall examine the legal documentation and other information submitted
by Bidders to verify the eligibility of Bidders and any materials, equipment and services
to be used in performance of the contract in accordance with ITB Clause 4.
30.2 If after the examination of eligibility, the Employer determines that the Bidder, or the
materials, equipment and services to be used in performance of the contract are not
eligible, it shall reject the bid.
30.3 The Employer shall examine the bids to confirm that all documents requested in ITB
Clause 14 have been provided, and to determine the completeness of each document
submitted.
31. Detailed Commercial and Technical Evaluation
31.1 The Employer shall examine the bid to confirm that all terms, conditions and
Part 1: Section 1 Instructions to Bidders
Page 24 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
requirements of the bidding document have been accepted by the Bidder without any
material deviation or reservation.
31.2 If, after the examination of the terms, conditions and requirements, the Employer
determines that the bid is not substantially responsive in accordance with ITB Clause
28, it shall reject the bid.
32. Currency for Bid Evaluation
32.1 Bids will be evaluated as quoted in Uganda Shillings in accordance with ITB Sub-
Clause 16.1, unless a Bidder has used different exchange rates than those prescribed in
ITB Sub-Clause 16.2, in which case the bid will be first converted into the amounts
payable in different currencies using the rates quoted in the bid and then reconverted to
Uganda Shillings using the exchange rates prescribed in ITB Sub-Clause 16.2.
33. Financial Comparison of Bids
33.1 The Employer will evaluate and compare only the bids determined to be substantially
responsive following detailed evaluation in accordance with ITB Clause 31.
33.2 To financially evaluate a bid, the Employer shall only use the criteria and
methodologies defined in this clause and in Section 3, Evaluation Methodology and
Criteria. No other criteria or methodology shall be permitted.
33.3 To financially compare bids, the Employer shall:
(a) determine the bid price, taking into account the costs listed in Section 3,
Evaluation Methodology and Criteria;
(b) correct any arithmetic errors in accordance with ITB Sub-Clause 29.4;
(c) apply any unconditional discounts offered in accordance with ITB Sub-Clause
24.5;
(d) make adjustments for any acceptable variations, deviations, nonconformities and
omissions in accordance with ITB Sub-Clause 29.3;
(e) convert all bids to a single currency in accordance with ITB Clause 32;
(f) apply any margin of preference, in accordance with ITB Clause 34;
(g) determine the total evaluated price of each bid.
33.4 The Employer shall consider prices that appear to:
(a) be unbalanced;
(b) show a misunderstanding of the requirements; or
(c) be intended to front load earnings.
33.5 The Employer reserves the right to accept or reject any variation, deviation, or
alternative offer. Variations, deviations, and alternative offers and other factors which
are in excess of the requirements of the bidding documents or otherwise result in
unsolicited benefits for the Employer will not be taken into account in bid evaluation,
unless otherwise specified in Section 3, Evaluation Methodology and Criteria.
Part 1: Section 1 Instructions to Bidders
Page 25 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
33.6 The estimated effect of any price adjustment conditions under Clause 47 of the GCC,
during the period of implementation of the Contract, will not be taken into account in
bid evaluation, unless otherwise indicated in Section 3, Evaluation Methodology and
Criteria.
34. Margin of Preference
34.1 Unless otherwise specified in the BDS, a margin of preference shall apply. Where a
Margin of Preference applies, its application and detail shall be specified in Section 3,
Evaluation Methodology and Criteria.
34.2 For the purpose of granting a margin of domestic preference, bids will be classified in
one of three groups, as follows:
(a) Group A: bids from contractors incorporated or registered in Uganda with more
than fifty percent of the bidder’s capital owned by Ugandan citizens or by the
Government or a procuring and disposing entity of Uganda;
(b) Group B: bids from joint ventures or associations registered in Uganda and
including a contractor qualifying under the conditions in paragraph (a) which holds
more than fifty percent beneficiary interest in the joint venture or association; and
(c) Group C: all other bids which do not qualify for preference under paragraphs (a) or
(b).
34.3 Bidders claiming eligibility for a Margin of Preference must complete the declarations in
the bid submission sheet and provide documentary evidence of their eligibility in
accordance with paragraphs 34.2 (a) or (b) above.
35. Determination of Best Evaluated Bid(s)
35.1 The Employer shall compare all substantially compliant and responsive bids to
determine the best evaluated bid or bids, in accordance with Section 3, Evaluation
Methodology and Criteria.
36. Post-qualification evaluation
36.1 The Employer shall determine to its satisfaction whether the Bidder that is selected as
having submitted the best evaluated bid is qualified to perform the Contract
satisfactorily.
36.2 The determination shall be based upon an examination of the documentary evidence of
the Bidder’s qualifications submitted by the Bidder, pursuant to ITB Clause 5, to
clarifications in accordance with ITB Clause 27 and the qualification criteria indicated
in Section 3, Evaluation Methodology and Criteria. Factors not included in Section 3
shall not be used in the evaluation of the Bidder’s qualification.
36.3 An affirmative determination shall be a prerequisite for award of the Contract to the
Bidder. A negative determination shall result in disqualification of the bid, in which
event the Employer shall proceed to the next best evaluated bid to make a similar
determination of that Bidder’s capabilities to perform satisfactorily.
Part 1: Section 1 Instructions to Bidders
Page 26 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
36.4 If pre-qualification has been conducted, no post-qualification will be conducted but pre-
qualification shall be verified using the information submitted in accordance with ITB
Sub-Clause 5.3.
F. Award of Contract
37. Award Procedure
37.1 Following any post-qualification, the Employer shall issue a Notice of Best Evaluated
Bidder within five days after the decision of the contracts committee to award a
contract, place such Notice on its notice board for a prescribed period, copy the Notice
to all Bidders and to the Authority for publication on its website.
37.2 No contract shall be signed within a period of ten (10) working days after the date of
display of the best evaluated bidder notice.
37.3 The Employer shall award the Contract to the Bidder whose offer has been determined
to be the best evaluated bid, provided that the Bidder is determined to be qualified to
perform the Contract satisfactorily.
37.4 Negotiations shall only be held in exceptional circumstances as provided for under the
PPDA Act.
38. Employer’s Right to Accept any Bid and to Reject any or all Bids
38.1 Notwithstanding ITB Clause 37, the Employer reserves the right to accept or reject any
Bid, and to cancel the bidding process and reject all bids, at any time prior to contract
signature and issue by the Employer, without thereby incurring any liability to the
affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of
the grounds for the Employer’s action.
39. Signing and effectiveness of Contract
39.1 On expiry of the ten (10) working day period after display of the best evaluated bidder
and upon approval by the Attorney General, the Employer shall sign a contract with the
successful Bidder.
39.2 Failure by the successful Bidder to sign the contract shall constitute sufficient ground
for annulment of the contract award and forfeiture of the Bid Security or execution of
the bid securing declaration. In that event, the Employer may award the Contract to the
next best evaluated Bidder.
39.3 Effectiveness of the contract shall be subject to submission of a satisfactory
performance security where applicable and any other conditions specified in the
Contract.
40. Debriefing of Bidders
Where a bidder requests information on the reasons for the success or failure of their
bid, the Employer shall promptly give the bidder a written debrief after the signing of
the contract.
41. Performance Security
41.1 Within twenty-one (21) days after signing of the contract, the successful Bidder shall
Part 1: Section 1 Instructions to Bidders
Page 27 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
where applicable, furnish to the Employer a Performance Security in the amount
stipulated in the SCC and in the form of on demand Bank Guarantee as stipulated in
Section 9, denominated in the type and proportions of currencies of the Contract. The
performance security shall be issued by a Bank located in Uganda or a foreign Bank
through correspondence with a Bank located in Uganda. On demand insurance bonds
with proof of re-insurance, in the format included in Section 9 (contract forms) can be
accepted.
41.2 Failure of the successful Bidder to submit the above-mentioned Performance Security
shall constitute sufficient ground for annulment of the contract award. In this case, or
where the successful Bidder fails to sign the contract in accordance with ITB Clause
42.1, the successful Bidder’s Bid Security may be forfeited or the Bidder may be
suspended by the Authority from participating in Government of Uganda public
procurement and disposal processes under the terms of its Bid Securing Declaration. In
that event, the Procuring and Disposing Entity may award the Contract to the next best
evaluated Bidder.
42. Advance Payment and Security
42.1 If so stated in the BDS, the Employer will provide an Advance Payment on the Contract
Price, subject to a maximum amount, as stated in the BDS. This Payment shall be in the
same currencies and proportions as the Advance Payment Guarantee shall be in the
form as stipulated in Section 9 (contract forms). The Advance Payment Guarantee shall
be issued by a Bank located in Uganda or a foreign Bank through correspondence with a
Bank located in Uganda. On demand insurance bonds with proof of re-insurance, in the
format included in Section 9 (Contract forms) can be accepted.
43. Adjudicator
43.1 The Employer proposes the person named in the BDS to be appointed as Adjudicator
under the Contract, at an hourly fee specified in the BDS, plus reimbursable expenses.
If the Bidder disagrees with this proposal, the Bidder should so state in the Bid. If the
Employer has not agreed on the appointment of the Adjudicator, the Adjudicator shall
be appointed by the Appointing Authority designated in the SCC at the request of
either party.
44. Administrative Review
Bidders may seek an Administrative Review in accordance with the Public Procurement
and Disposal of Public Assets Act, 2003 if they are aggrieved with the decision of the
Employer.
Part 1: Section 2 Bid Data Sheet
Page 28 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Section 2: Bid Data Sheet
Instructions
to Bidders
Reference
Data relevant to the ITB
ITB 1.1 The Employer is: Ministry Of Public Service
ITB 1.1 The Works consist of: Construction of Regional Service– Uganda Centre
at Mbale Municipality
ITB 1.1 The procurement reference number of the Contract is: MOPS/Works/2018-
2019/00252
ITB 1.1 The number and identification of lots comprising this Bidding Document is:
One Lot
The minimum and maximum number of Lots a Bidder may bid for is:
Whole Lot.
ITB 6 In the case of Bids submitted by an existing or intended JV, a Power of
Attorney from each member of the JV nominating a Representative in the JV
and a Power of Attorney from the JV nominating a representative who shall
have the authority to conduct all business for and on behalf of any and all the
parties of the JV during the bidding process and, in the event the JV is
awarded the Contract, during contract execution.
ITB 9.2 The Employer shall be holding a pre-bid meeting.
If a pre-bid meeting is to be held, it shall take place at:
Location: Ministry of Public Service
P.O. Box 7003
Plot 12, Nakasero Hill Road, Wandegeya , Kampala
Mbale Municipality
Date: 4th April, 2019
Time: 11:00 am
ITB 11.1 For clarification purposes only, the Employer’s address is:
Attention: Head, Procurement and Disposal Unit
Ministry of Public Service
Street Address: Plot 12, Nakasero Hill Road, Wandegeya
Floor/Room number: Room 38
Town/City: Kampala
PO Box No: 7003
Part 1: Section 2 Bid Data Sheet
Page 29 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Instructions
to Bidders
Reference
Data relevant to the ITB
Country: Uganda
Telephone: 0414347687
Electronic mail address: Milton.ndyamuba@publicservice.go.ug
ITB 11.1 The Employer will respond to any request for clarification provided that such
request is received no later than 11th April, 2019.
ITB 13.1 The medium of communication shall be in writing.
ITB 13.2 The bid shall be written in English.
ITB 14.1(i) The Bidder shall submit with its bid the following additional documents:
Notarised Powers of Attorney
NSSF Certificate
Bid security
Tax clearance certificate
3 years audited books of accounts
Trading license
ITB 15.3 The requirement on duties, taxes, and other levies is modified as follows:
N/A
ITB 16.1 The lump sum or unit rates and prices quoted by the Bidder shall be in
Uganda Shillings.
ITB 16.2 The authority for specifying rates of exchange shall be the Bank of Uganda.
ITB 16.3 Foreign currency requirements shall be payable at the option of the Bidder in
up to three foreign currencies.
ITB 17.1 Bids must be valid until 11th October 2019
ITB 17.3 The adjustment of bid price shall be calculated on the basis of an annual
increase for foreign costs of _______________ percent and an annual
increase for local costs of _______________ percent. N/A
ITB 18.1 A Bid Security shall be required.
A Bid Securing Declaration shall not be required.
ITB 18.2 Where a Bid Security is required, the amount and currency of Bid Security
shall be UGX 20,000,000/- or an equivalent amount in a freely-convertible
currency.
Part 1: Section 2 Bid Data Sheet
Page 30 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Instructions
to Bidders
Reference
Data relevant to the ITB
ITB 18.3 The Bid Security shall be valid until 8th November, 2019
ITB 19.1 Alternative bids to the requirements of the bidding documents shall not be
permitted.
ITB 20.1 In addition to the original of the Bid, the number of copies required is: Three
ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder
shall be:
A Power of Attorney which if signed in Uganda shall be registered; or
if signed outside Uganda shall be notarized.
ITB 22.1 For bid submission purposes only, the Employer’s address is:
Attention: Head, Procurement and Disposal Unit
Ministry of Public Service
Street Address: Plot 12, Nakasero Hill Road, Wandegeya
Floor/Room number: Room 38
Town/City: Kampala
PO Box No: 7003
Country: Uganda
Telephone: 0414347687
Electronic mail address: Milton.ndyamuba@publicservice.go.ug
The deadline for bid submission is:
Date: Friday, 24th April 2019.
Time (local time):10:00am
ITB 25.1 Attention: Head, Procurement and Disposal Unit
Ministry of Public Service
Street Address: Plot 12, Nakasero Hill Road, Wandegeya
Floor/Room number: Room 38
Town/City: Kampala
PO Box No: 7003
Country: Uganda
Telephone: 0414347687
Electronic mail address: Milton.ndyamuba@publicservice.go.ug
Date: Friday, 24th April 2019.
Time (local time):10:30am
Part 1: Section 2 Bid Data Sheet
Page 31 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Instructions
to Bidders
Reference
Data relevant to the ITB
ITB 34.1 A margin of preference shall apply. If a margin of preference applies, the
application methodology shall be as stated in Section 3 Evaluation
Methodology and Criteria.
ITB 34.3 The Bidder shall submit with its bid the following documents to evidence
that they qualify for a margin of preference:
National Id of the Directors
ITB 42.1 The Advance Payment shall be limited to 20% percent of the Contract Price.
ITB 43.1 The Adjudicator proposed by the Employer is: Uganda Institute of
Professional engineers
The hourly fee for this proposed Adjudicator shall be: As agreed upon
between the parties.
The biographical data of the proposed Adjudicator is: NA
Part 1: Section 3 Evaluation Methodology and Criteria
Page 32 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Section 3: Evaluation Methodology and Criteria
Procurement Reference Number: MOPS/Works/2018-2019`/00252
A Evaluation Methodology
1. Methodology Used
The evaluation methodology to be used for the evaluation of bids received shall be
the Technical Compliance Selection (TCS) methodology.
2. Summary of Methodology
2.1 The Technical Compliance Selection methodology recommends the lowest priced
bid, which is eligible, compliant and substantially responsive to the technical and
commercial requirements of the Bidding Document, provided that the Bidder is
determined to be qualified to perform the contract satisfactorily.
2.2 The evaluation shall be conducted in three sequential stages –
(a) a preliminary examination to determine the eligibility of bidders and the
administrative compliance of bids received;
(b) a detailed evaluation to determine the commercial and technical
responsiveness of the eligible and compliant bids; and
(c) a financial comparison to compare costs of the eligible, compliant,
responsive bids received and determine the best evaluated bid.
2.3 Failure of a bid at any stage of the evaluation shall prevent further consideration at
the next stage of evaluation. Substantial responsiveness shall be considered a
pass.
B Preliminary Examination Criteria
3. Eligibility Criteria
3.1 The eligibility requirements shall be determined in accordance with ITB Clause 4.
3.2 The documentation required to provide evidence of eligibility shall be:-
(a) a certificate of registration issued by the Authority for bidders currently
registered with the Authority or a copy of the Bidder’s Trading licence or
equivalent and a copy of the Bidder’s Certificate of Registration or
equivalent for bidders not currently registered with the Authority;
(b) a statement in the Bid Submission Sheet that the bidder meets the
eligibility criteria stated in ITB 4.1;
(c) a declaration in the Bid Submission Sheet of nationality of the Bidder;
(d) a declaration in the Bid Submission Sheet that the Bidder is not under
suspension by the Authority;
(e) fulfilment of obligations to pay taxes and social security contributions in
Uganda where applicable.
3.3 A Power of Attorney which if signed in Uganda shall be registered; or if signed
outside Uganda shall be notarized authorising signature of the bid on behalf of the
Bidder.
Part 1: Section 3 Evaluation Methodology and Criteria
Page 33 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
3.4 For a Joint Venture, the documentation in Section 3.2 shall be required for each
member of the Joint Venture and the following additional documentation shall be
required:
(a) a certified copy of the Joint Venture Agreement or letter of intent to enter
into such an agreement, which is legally binding on all partners, showing
that:
(i) all partners shall be jointly and severally liable for the execution of the
Contract in accordance with the Contract terms;
(ii) one of the partners will be nominated as being in charge, and receive
instructions for and on behalf of any and all partners of the joint
venture; and
(iii) the execution of the entire Contract, including payment, shall be done
exclusively with the partner in charge.
(b) a Power of Attorney from each member of the JV nominating a
Representative in the JV and a Power of Attorney from the JV nominating a
representative who shall have the authority to conduct all business for and
on behalf of any and all the parties of the JV during the bidding process and,
in the event the JV is awarded the Contract, during contract execution
4. Administrative Compliance Criteria
The evaluation of Administrative Compliance criteria shall be conducted in
accordance with ITB Clause 30.3.
C Detailed Evaluation Criteria
5. Commercial Criteria
5.1 The commercial responsiveness of bids shall be evaluated in accordance with ITB
Clause 31.
5.2 The assessment of responsiveness will consider the following criteria:
(a) acceptance of the conditions of the proposed contract;
(b) acceptable completion schedule;
(c) acceptability of the proposed program (work method and schedule),
including relevant drawings and charts.
6. Technical Criteria
6.1 Adequacy of Technical Proposal
Evaluation of the Bidder's Technical Bid will include an assessment of the Bidder's
technical capacity to mobilize key equipment and personnel for the contract
consistent with its proposal regarding work methods, scheduling, and material
sourcing in sufficient detail and fully in accordance with the requirements stipulated
in Section VI (Employer's Requirements).
6.1.1 Personnel
The Bidder must demonstrate that it will have the personnel for the key positions that
meet the following requirements:
Part 1: Section 3 Evaluation Methodology and Criteria
Page 34 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
No. Position Total Work Similar
Experience (years)
In Similar Works
Experience
(years)
1. Project Manager(MSc– Civil
Engineering)
10 Years 5 years
2. Site Engineer – Civil (BSc –
Civil Engineering)
10Years 5years
3. Site Engineer (BSc–Mechanical
Engineering)
6 Years 3 years
4. Quantity Surveyor/Building
Economist
6 Years 3 years
5. Senior Engineer - Electrical(BSc
– Electrical Engineering)
6 Years 3 years
The Bidder shall provide details of the proposed personnel and their experience records
in the relevant Forms included in Section IV, Bidding Forms.
The Contract Manager with 10 years’ experience in works of an equivalent nature and
volume, including no less than 05 years as Manager.
6.1.2 Equipment
The Bidder must demonstrate that it will have access to the key equipment listed
hereafter (either by ownership, lease, hire): Attach documentary evidence of ownership,
lease, hire such as registration books, agreements or memoranda or purchase order).
No. Equipment Type and Characteristics Minimum Number
required
1. Earth moving equipment
Plate compactor
01
2. Equipment for concrete work
Concrete mixer
01
3. Equipment for building work
Bar bending machine
Bar cutting machine
01
01
Part 1: Section 3 Evaluation Methodology and Criteria
Page 35 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Drilling machine
Stone cutter machine
01
01
4 Equipment for compound paving
Rollers
Bitumen paver
01
01
5 Equipment for transportation
Tippers (10 Tonnes)
Trucks (05 Tonnes)
01
01
6 Pneumatic equipment
Air compressor
01
7 Power equipment
Generators
01
The Bidder shall provide further details of proposed items of equipment using the
relevant Form in Section IV.
Page 36 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA March 2014
6.2. Qualification and Post Qualification
Factor 1. Historical Contract Non-Performance
Sub-Factor
Criteria
Documentation
Required Requirement
Bidder
Single Entity
Joint Venture, Consortium or Association
All partners
combined
Each
partner
At least one
partner
6.2.1 History of non-
performing contracts Non-performance of a
contract did not occur within
the last five years prior to
the deadline for application
submission, based on all
information on fully settled
disputes or litigation.
Must meet
requirement
by itself or as
partner to
past or
existing JV
N / A
Must meet
requirement
by itself or
as partner to
past or
existing JV
N / A
Form 5
6.2.2 Pending
Litigation
All pending litigation shall
in total not represent more
than 20% percent of the
Bidder’s net worth and shall
be treated as resolved
against the Bidder.
Must meet
requirement
by itself or as
partner to
past or
existing JV
N / A
Must meet
requirement
by itself or as
partner to
past or
existing JV
N / A
Form 5A
Page 37 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA March 2014
Factor 6.3 Financial Situation
Sub-Factor
Criteria
Documentation
Required Requirement
Bidder
Single Entity
Joint Venture, Consortium or Association
All partners
combined
Each
partner
At least one
partner
6.2.3 Historical
Financial
Performance
Submission of audited
accounts or other financial
statements acceptable to the
Employer, for the last Three
years (2016, 2017, 2018) to
demonstrate the current
soundness of the bidders
financial position and its
prospective long term
profitability.
Must meet
requirement N / A
Must meet
requirement N / A
Form 6 with
attachments
6.2.4 Average
Annual Turnover
Minimum average annual
turnover of 5 billion,
calculated as total certified
payments received for
contracts in progress or
completed, within the last
three years
Must meet
requirement
Must meet
requirement
Must meet
percent (50
%) of the
requirement
Must meet
percent
(50%) of the
requirement
Form 7
Page 38 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA March 2014
Factor 6.3 Financial Situation
Sub-Factor
Criteria
Documentation
Required Requirement
Bidder
Single Entity
Joint Venture, Consortium or Association
All partners
combined
Each
partner
At least one
partner
6.2.5 Financial
Resources
The Bidder must demonstrate
access to, or availability of,
financial resources such as
liquid assets, unencumbered
real assets, lines of credit,
and other financial means,
other than any contractual
advance payments to meet:
(i) the following cash-flow
requirement: 1 billion
and
(ii) The overall cash flow
requirements for this contract
and its concurrent
commitments.
Must meet
requirement
Must meet
requirement
Must meet
_________
percent
(100%) of the
requirement
Must meet
_________
percent (100
%) of the
requirement
Form 8
Page 39 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA March 2014
Factor 6.4 Experience
Sub-Factor
Criteria
Documentation
Required Requirement
Bidder
Single Entity
Joint Venture, Consortium or
Association
All partners
combined
Each
partner
At least one
partner 6.2.6 General
Experience
Experience under contracts in
the role of contractor,
subcontractor, or management
contractor for at least the last
Five years prior to the bid
submission deadline, and with
activity in at least six months in
each year.
Must meet
requirement
N / A
Must meet
requirement
N / A Form 9
6.2.7 Specific
Experience
(a)Participation as contractor,
management contractor, or
subcontractor, in at least Three
contracts within the last three
years, each with a value of at
least One billion that have been
completed (at least 70 percent
complete) and that are similar to
the proposed Works. The
similarity shall be based on the
physical size, complexity,
methods/technology or other
characteristics as described in
Must meet
requirement
Must meet
requirements
for all
characteristics
N / A
Must meet
requirement
for one
characteristic
Form 10
Page 40 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA March 2014
Factor 6.4 Experience
Sub-Factor
Criteria
Documentation
Required Requirement
Bidder
Single Entity
Joint Venture, Consortium or
Association
All partners
combined
Each
partner
At least one
partner Section VI, Employer’s
Requirements.
6.2.8 Specific
Experience
b) For the above or other
contracts executed during the
period stipulated in 6.2.7(a)
above, a minimum experience
in the following key activities:
Building Construction.
Must meet
requirements
Must meet
requirements N / A
Must meet
requirements
Form 10
Page 41 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA March 2014
Bidder’s shall also provide information and documentation of:-
a) authority to seek references from the Bidder’s bankers; and
b) Proposals for subcontracting components of the Works amounting to more than 10 percent of the Contract Price.
NOTE:
Subcontractors’ experience and resources will not be taken into account in determining the Bidder’s compliance with the evaluation criteria.
Page 42 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
D Financial Comparison Criteria
7. Costs to be included in the Bid Price
7.1 The financial comparison shall be conducted in accordance with ITB Clause 33.
The following costs shall be included in the bid price:
(a) the total price given in the Activity Schedule/Bills of Quantities;
(b) Daywork.
7.2 The following costs shall be excluded from the bid price:
(a) provisional sums;
(b) the provision for contingencies in the Activity Schedule/ Bills of Quantities.
8. Margin of Preference
8.1 For margin of preference for the purpose of bid comparison, the following
procedures will apply:
8.2 The Employer will first review the bids to confirm the appropriateness of the
classification, and to identify the bid group classification of each based upon
bidders’ declarations in the Bid Submission Sheet and supporting evidence.
8.3 All evaluated bids in each group will then be compared to determine the lowest
evaluated bid of each group. If, as a result of the preceding comparison, the lowest
evaluated bid is from Group C, it will be further compared with the lowest
evaluated bid from Group A or Group B1 (depending on which of these two groups
has the lowest evaluated bid), after adding to the evaluated bid price of Works in
the bid for Group C, for the purpose of further comparison only an amount equal to
seven (7) percent of the bid price if the lowest evaluated bid is from Group A and
four (4) percent of the bid price if the lowest evaluated bid is from Group B. The
lowest-evaluated bid determined from this last comparison shall be selected for the
award.
8.4 The lowest-evaluated bid shall be determined using the adjusted bid prices
including added margins.
9. Determination of Best Evaluated Bid or Bids
9.1 The bid with the lowest evaluated price, from among those which are eligible,
compliant and substantially responsive shall be the best evaluated bid.
9.2 If this Bidding Document includes more than one lot, the best evaluated bid shall
be determined separately for each lot.
9.3 Notwithstanding paragraph 8.1, if this Bidding Document allows Bidders to quote
different prices for single lots and for the award to a single Bidder of multiple lots,
the Employer shall conduct a further financial comparison to apply any conditional
discounts. The bid or bids offering the lowest priced combination of all the lots
shall be the best evaluated bid or bids.
1 The classification of Groups A, B, and C is as defined in the Instructions to Bidders (ITB) Paragraph 34.2.
Part 1: Section 4 Bidding Forms
Page 43 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Section 4: Bidding Forms
Table of Forms
Bid Submission Sheet 43
Activity Schedule 48
Bill of Quantities 50
Bid Security 50
Bid-Securing Declaration 51
Technical Bid Forms 52
Part 1: Section 4 Bidding Forms
Page 44 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
[This Bid Submission Sheet should be on the letterhead of the Bidder and should be signed by a person with the
proper authority to sign documents that are binding on the Bidder]
Bid Submission Sheet
Date: [insert date (as day, month and year) of Bid Submission]
Procurement Reference No: [insert Procurement Reference number]
To: [insert complete name of Employer]
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Document, including Addenda
No.: [insert the number and issue date of each Addenda];
(b) We offer to execute in conformity with the Bidding Document and in accordance with the
completion schedule specified in the Statement of Requirements and the terms and
conditions of the Bidding Document, the following Works [insert a brief description of
the Works];
(c) The total price of our Bid, excluding any discounts offered in item (e) below, is: [insert the
total bid price in words and figures, indicating the various amounts and the respective
currencies]; payable in the following currencies:
Currency Percentage
payable in
currency
Rate of exchange: one
foreign equals [insert local]
Inputs for which foreign
currency is required
(d) The advance payment (which shall be payable in the same currencies and percentages as
the Contract Price) required is:
Amount Currency
(e) The discounts offered and the methodologies for their application are:
Unconditional discounts. If our bid is accepted, the following discounts shall apply.
[Specify in detail each discount offered (eg amount/percentage) and the specific item of
the Statement of Requirements to which it applies.]
Methodology of application of the unconditional discounts. The unconditional discounts
shall be applied using the following method: [Specify precisely the method that shall be
used to apply the discounts];
Part 1: Section 4 Bidding Forms
Page 45 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Conditional discounts. If our bids for more than one lot are accepted, the following
discounts shall apply. [Specify precisely each discount offered (eg amount/percentage) and
the conditions for its application.]
Methodology of application of the conditional discounts. The conditional discounts shall
be applied using the following method: [Specify in detail the method that shall be used to
apply the discounts];
(f) Our bid shall be valid until the date specified in ITB Sub-Clause 17.1 and it shall remain
binding upon us and may be accepted at any time before that date;
(g) If our bid is accepted, we commit to obtain a Performance Security in accordance with the
Bidding Document in the amount of [insert amount and currency in words and figures of
the Performance Security] for the due performance of the Contract;
(h) We, including any subcontractors or providers for any part of the contract resulting from
this procurement process, are eligible to participate in public procurement in accordance
with ITB Clause 4.1;
(i) We, including any subcontractors or providers for any part of the contract resulting from
this procurement process are registered with the Authority under registration number -
________________________(insert registration number of contractor and any
subcontractor(s) where applicable). [Bidders who are not registered or whose
subcontractors are not registered should amend the statement to reflect their status];
(j) We, including any subcontractors or Providers for any part of the contract, have nationals
from eligible countries [insert the nationality of the Bidder, including that of all parties
that comprise the Bidder, if the Bidder is a joint venture, consortium or association, and
the nationality of each subcontractor];
(k) We are eligible for a Margin of Preference in accordance with ITB Clause 34 and are
eligible for inclusion in [insert Group A or Group B as appropriate] and enclose
documentary evidence of our eligibility;
[or]
We are not eligible for a Margin of Preference in accordance with ITB Clause 34;
(l) We have signed and undertake to abide by the Code of Ethical Conduct for Bidders and
Providers attached during the procurement process and the execution of any resulting
contract;
(m) We accept the appointment of [name proposed in Bid Data Sheet] as the Adjudicator.
[or]
We do not accept the appointment of [name proposed in Bidding Data] as the
Adjudicator, and propose instead that [name] be appointed as Adjudicator, whose daily
fees and biographical data are attached.
(n) We are not participating, as Bidders, in more than one bid in this bidding process, other
than alternative bids in accordance with the Bidding Document;
(o) We, including any subcontractors, do not have any conflict of interest and are not
associated, nor have been associated in the past, directly or indirectly, with the consultant
or any other entity that has prepared the design, specifications, and other documents for
the Project or that is being proposed as Project Manager for the Contract;
(p) We, our affiliates or subsidiaries, including any subcontractors for any part of the contract,
have not been suspended by the Public Procurement and Disposal of Public Assets
Authority in Uganda from participating in public procurement;
Part 1: Section 4 Bidding Forms
Page 46 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
(q) The following commissions, gratuities, or fees have been paid or are to be paid with
respect to the bidding process or execution of the Contract: [insert complete name of each
Recipient, their full address, the reason for which each commission or gratuity was paid
and the amount and currency of each such commission or gratuity. If none has been paid
or is to be paid, indicate “none”.]
Name of Recipient Address Purpose/Reason Amount &
currency
(r) We understand that you are not bound to accept the lowest bid or any other bid that you
may receive.
Signed: [signature of person whose name and capacity are shown below]
Name: [insert complete name of person signing the bid]
In the capacity of [insert legal capacity of person signing the bid]
Duly authorised to sign the bid for and on behalf of: [insert complete name of Bidder/Joint
Venture]
Dated on ____________ day of __________________, _______ [insert date of signing]
Part 1: Section 4 Bidding Forms
Page 47 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
CODE OF ETHICAL CONDUCT IN BUSINESS FOR BIDDERS AND
PROVIDERS (Under Section 93 of the Public Procurement and Disposal of Public Assets Act, 2003)
1. Ethical Principles
Bidders and providers shall at all times-
(a) maintain integrity and independence in their professional judgement and conduct;
(b) comply with both the letter and the spirit of-
i. the laws of Uganda; and
ii. any contract awarded.
(c) avoid associations with businesses and organisations which are in conflict with this
code.
2. Standards
Bidders and providers shall-
(a) strive to provide works, services and supplies of high quality and accept full
responsibility for all works, services or supplies provided;
(b) comply with the professional standards of their industry or of any professional body of
which they are members.
3. Conflict of Interest
Bidders and providers shall not accept contracts which would constitute a conflict of
interest with, any prior or current contract with any procuring and disposing entity. Bidders
and providers shall disclose to all concerned parties those conflicts of interest that cannot
reasonably be avoided or escaped.
4. Confidentiality and Accuracy of Information
(1) Information given by bidders and providers in the course of procurement processes or the
performance of contracts shall be true, fair and not designed to mislead.
(2) Providers shall respect the confidentiality of information received in the course of
performance of a contract and shall not use such information for personal gain.
5. Gifts and Hospitality
Bidders and providers shall not offer gifts or hospitality directly or indirectly, to staff of a
procuring and disposing entity that might be viewed by others as having an influence on a
government procurement decision.
6. Inducements
(1) Bidders and providers shall not offer or give anything of value to influence the action of
a public official in the procurement process or in contract execution.
(2) Bidders and providers shall not ask a public official to do anything which is inconsistent
with the Act, Regulations, Guidelines or the Code of Ethical Conduct in Business.
7. Fraudulent Practices
Bidders and providers shall not-
(a) collude with other businesses and organisations with the intention of depriving a
procuring and disposing entity of the benefits of free and open competition;
(b) enter into business arrangements that might prevent the effective operation of fair
competition;
(c) engage in deceptive financial practices, such as bribery, double billing or other
improper financial practices;
(d) misrepresent facts in order to influence a procurement process or the execution of a
contract to the detriment of the Procuring and Disposing Entity; or utter false
documents;
Part 1: Section 4 Bidding Forms
Page 48 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
(e) unlawfully obtain information relating to a procurement process in order to influence
the process or execution of a contract to the detriment of the PDE;
(f) withholding information from the PDE during contract execution to the detriment of
the PDE.
I ................................................ agree to comply with the above code of ethical conduct in
business.
--------------------------------------- -----------------------------------------------
AUTHORISED SIGNATORY NAME OF BIDDER/PROVIDER
Part 1: Section 4 Bidding Forms
Page 49 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
[This blank form is included for guidance purposes only. The Bidder should price the Activity
Schedule or Bill of Quantities included in Section 6, Statement of Requirements. The priced
Activity Schedule or Bill of Quantities should be signed by a person with the proper authority to
sign documents for the Bidder and included by the Bidder in its bid. The Bidder may reproduce
this in landscape format but is responsible for its accurate reproduction. If necessary these may
be bound in a separate volume].
Activity Schedule
Date: [insert date (as day, month and year) of Bid Submission]
Procurement Reference No.:[insert Procurement Reference number]
Name of Bidder: [Insert the name of the Bidder]
Item
number
Activity Description Amount in
Ug. Sh
Signed: [signature of person whose name and capacity are shown below]
Name: [insert complete name of person signing the bid]
In the capacity of [insert legal capacity of person signing the bid]
Duly authorised to sign the bid for and on behalf of: [insert complete name of Bidder/Joint
Venture]
Dated on ____________ day of __________________, _______ [insert date of signing]
Part 1: Section 4 Bidding Forms
Page 50 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Bill of Quantities
Date: [insert date (as day, month and year) of Bid Submission]
Procurement Reference No.:[insert Procurement Reference number]
Name of Bidder: [Insert the name of the Bidder]
Item
number
Description of Works Unit Quantity Rate Amount
Grand Total:
Signed: [signature of person whose name and capacity are shown below]
Name: [insert complete name of person signing the bid]
In the capacity of [insert legal capacity of person signing the bid]
Duly authorised to sign the bid for and on behalf of: [insert complete name of Bidder/Joint
Venture]
Dated on ____________ day of __________________, _______ [insert date of signing]
Part 1: Section 4 Bidding Forms
Page 51 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
[This Bid Security should be on the letterhead of the issuing Financial Institution and should be
signed by a person with the proper authority to sign the Bid Security. It should be included by
the Bidder in its bid, if so indicated in the BDS]
Form of Bid Security (Bank Guarantee) Date: [insert date (as day, month and year) of Bid Submission]
Procurement Reference No.: [insert Procurement Reference number]
To: [insert complete name of Employer]
Whereas, [insert complete name of Bidder] (hereinafter called “the Bidder”) has submitted its
bid dated [insert date (as day, month and year) of bid submission] for Procurement Reference
number [insert Procurement Reference number] for the construction of [insert brief description
of the Works] (hereinafter called “the bid”).
KNOW ALL PEOPLE by these presents that We [insert complete name of institution issuing
the Bid Security] of [insert city of domicile and country of nationality] having our registered
office at [insert full address of the issuing institution] (hereinafter called “the Guarantor”) are
bound unto [insert complete name of Employer] (hereinafter called “the Employer”) in the sum
of [specify in words and figures the amount and currency of the Bid Security] for which
payment well and truly to be made to the said Employer, the Guarantor binds itself, its
successors or assignees by these presents.
Sealed with the Common Seal of the said Guarantor this [insert day in numbers] day of [insert
month], [insert year].
THE CONDITIONS of this obligation are:
(1) If the Bidder withdraws its bid during the period of bid validity specified in the bid
submission sheet; except as provided in ITB Sub-Clause 17.2; or
(2) If the Bidder having been notified of the acceptance of its bid by the Employer
during the period of bid validity fails or refuses to:
(a) sign the Contract in accordance with the ITB Clause 39, if required; or
(b) furnish the Performance Security, in accordance with the ITB Clause 41; or
(c) accept the correction of its bid price pursuant to ITB Clause 29.5,
we undertake to pay to the Employer up to the above amount upon receipt of its first written
demand, without the Employer’s having to substantiate its demand, provided that in its demand
the Employer states that the amount claimed by it is due to it, owing to the occurrence of one or
more of the above conditions, specifying the occurred conditions.
This security shall remain in force up to and including [insert date, month and year in
accordance with ITB Clause 18.3] and any demand in respect thereof should be received by the
Guarantor no later than the above date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
758.
Signed: [insert signature of person whose name and capacity are shown below]
Name: [insert complete name of person signing the Bid Security]
In the capacity of [insert legal capacity of person signing the Bid Security]
Duly authorised to sign the Bid Security for and on behalf of: [insert complete name of
Financial Institution]
Part 1: Section 4 Bidding Forms
Page 52 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Dated on ________ day of __________________, _______ [insert date of signing]
Part 1: Section 4 Bidding Forms
Page 53 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
[Use Bidder’s Letterhead]
[Name of Bidder]
[Physical Address of Bidder]
Form of Bid-Securing Declaration
Date: [insert date (as day, month and year)]
Subject of procurement and Ref number.: [insert number of bidding process]
To: [insert complete name of Employer]
I/We*, the undersigned, declare that:
I/We* understand that, according to your conditions, bids must be supported by a Bid-Securing
Declaration.
I/We* accept that I/we* may be suspended for three years by the Authority from being eligible
for bidding in any contract with the Government of Uganda , if we are in breach of our
obligation(s) under the bid conditions, because we:
(a) have withdrawn our Bid during the period of bid validity specified by us in the Bid
Submission Sheet; or
(b) having been notified of the acceptance of our Bid by the Employer during the period of
bid validity, (i) fail or refuse to execute the Contract, if required, or (ii) fail or refuse to furnish
the Performance Security, in accordance with the ITB 41 or (iii) fail or refuse to accept the
correction of our bid by the Procuring and Disposing Entity, pursuant to ITB Clause 29.5.
I/We* understand this Bid Securing Declaration shall cease to be valid if I am/we are* not the
successful Bidder, upon the earlier of (i) the expiry of the notice of best evaluated bidder; or (ii)
twenty eight days after the expiration of the validity of my/our* Bid.
Signed: [insert signature of person whose name and capacity are shown] In the capacity of
[insert legal capacity of person 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)
Part 1: Section 4 Bidding Forms
Page 54 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
[Note: In case of a Joint Venture, the Bid Securing Declaration must be in the name of all
partners to the Joint Venture that submits the bid.]
*Please delete as appropriate
Part 1: Section 4 Bidding Forms
Page 55 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Technical Forms
Personnel
Equipment
Site Organization
Method Statement
Mobilization Schedule
Construction Schedule
Others
Part 1: Section 4 Bidding Forms
Page 56 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Forms for Personnel
Form – 1: Proposed Personnel
Bidders should provide the names of suitably qualified personnel to meet the specified
requirements for each of the positions listed in Section III (Evaluation and Qualification Criteria).
The data on their experience should be supplied using the Form below for each candidate.
1. Title of position
Name
2. Title of position
Name
3. Title of position
Name
4. Title of position
Name
5. Title of position
Name
6. Title of position
Name
etc. Title of position
Name
Part 1: Section 4 Bidding Forms
Page 57 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Form – 2: CV of Proposed Personnel
The Bidder shall provide all the information requested below. Fields with asterix (*) shall be used
for evaluation.
Position*
Personnel
information
Name *
Date of birth
Professional qualifications
Present
employment
Name of Employer
Address of Employer
Telephone
Contact (manager / personnel officer)
Fax
Job title
Years with present Employer
Summarize professional experience in reverse chronological order. Indicate particular technical and managerial
experience relevant to the project.
From* To* Company, Project , Position, and Relevant Technical and Management Experience*
Part 1: Section 4 Bidding Forms
Page 58 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Forms for Equipment
The Bidder shall provide adequate information to demonstrate clearly that it has the capability to
meet the requirements for the key equipment listed in Section III (Evaluation Methodology
Criteria). A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Bidder. The Bidder shall provide all the information requested below,
to the extent possible. Fields with asterisk (*) shall be used for evaluation.
FORM 3
Type of Equipment*
Equipment
Information
Name of manufacturer
Model and power rating
Capacity*
Year of manufacture*
Current
Status
Current location
Details of current commitments
Source Indicate source of the equipment
Owned Rented Leased Specially manufactured
(Attach evidence of ownership, lease or hire in the form of registration books,
agreements or memoranda or purchaser order)
The following information shall be provided only for equipment not owned by the Bidder.
FORM 3A
Owner Name of owner
Address of owner
Telephone
Contact name and title
Fax
Telex
Agreements Details of rental / lease / manufacture agreements specific to the project.
(Attach evidence of lease or hire in the form of registration books, agreements or
memoranda or purchaser order)
Part 1: Section 4 Bidding Forms
Page 59 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Qualification Forms
To establish its qualifications to perform the contract in accordance with Section III (Evaluation
and Qualification Criteria) the Bidder shall provide the information requested in the
corresponding Information Sheets included hereunder
Part 1: Section 4 Bidding Forms
Page 60 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Form 4
Bidder Information Sheet
Date: ______________________
Bidding No.: ________________
Invitation for Bid No.: ________
Page ________ of _______ pages
1. Bidder’s Legal Name:
2. In case of JV, legal name of each party:
3. Bidder’s actual or intended Country of Registration:
4. Bidder’s Year of Registration:
5. Bidder’s Legal Address in Country of Registration:
6. Bidder’s Authorized Representative Information
Name:
Address:
Telephone/Fax numbers:
Email Address:
7. Attached are copies of original documents of:
Certificate of Incorporation or Registration of firm named in 1, above.
In case of JV, letter of intent to form JV including a draft agreement, or JV agreement
In case of government owned entity from the Employer’s country, documents establishing
legal and financial autonomy and compliance with the principles of commercial law.
Part 1: Section 4 Bidding Forms
Page 61 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Form 4 A
Party to JV Information Sheet
Date: ______________________
Bidding No.: ___________________
Invitation for Bid No.:_________
Page ________ of_ ______ pages
1. Bidder’s Legal Name:
2. JV’s Party legal name:
3. JV’s Party Country of Registration:
4. JV’s Party Year of Registration:
5. JV’s Party Legal Address in Country of Registration:
6. JV’s Party Authorized Representative Information
Name:
Address:
Telephone/Fax numbers:
Email Address:
7. Attached are copies of original documents of:
Certificate of Incorporation or Registration of firm named in 1, above.
In case of government owned entity from the Purchaser’s country, documents
establishing legal and financial autonomy and compliance with the principles of
commercial law.
Part 1: Section 4 Bidding Forms
Page 62 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Form 5
Historical Contract Non-Performance
Bidder’s Legal Name: _______________________ Date: _____________________
JV Partner Legal Name: _______________________ ___________________
Bidding No.: __________________
Page _______ of _______ pages
Non-Performing Contracts in accordance with the Technical Criteria
Contract non-performance did not occur during the stipulated period, in accordance with
Sub-Factor 6.2.1 of Section III.
Contract non-performance during the stipulated period, in accordance with Sub-Factor
6.2.1 of Section III.
Year Outcome as
Percent of
Total Assets
Contract Identification
Total Contract
Amount
______
______
Contract Identification:
Name of Employer:
Address of Employer:
Matter in dispute:
___________
Part 1: Section 4 Bidding Forms
Page 63 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Form 5A
Pending Litigation
Pending Litigation, in accordance with Section III
No pending litigation in accordance with Sub-Factor 6.2.2 of Section III
Pending litigation in accordance with Sub-Factor 6.2.2 of Section III, as indicated below
Year Outcome as Percent
of Total Assets
Contract Identification
Total Contract Amount
______
______
Contract
Identification:
Name of Employer:
Address of Employer:
Matter in dispute:
___________
______
______
Contract
Identification:
Name of Employer:
Address of Employer:
Matter in dispute:
___________
______
______
Contract
Identification:
Name of Employer:
Address of Employer:
Matter in dispute:
___________
Part 1: Section 4 Bidding Forms
Page 64 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Form 6
Current Contract Commitments / Works in Progress
Bidders and each partner to a JV should provide information on their current commitments on all
contracts that have been awarded, or for which a letter of intent or acceptance has been received,
or for contracts approaching completion, but for which an unqualified, full completion certificate
has yet to be issued.
Name of contract Employer,
contact
address/tel/fax
Value of
outstanding work
Estimated
completion date
Average monthly
invoicing over
last six months
(UGX /month)
1.
2.
3.
4.
5.
etc.
Part 1: Section 4 Bidding Forms
Page 65 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
FORM 6 - Financial Situation
Historical Financial Performance
Bidder’s Legal Name: _______________________ Date: _____________________
JV Partner Legal Name: _______________________ Bidding No.: __________________
Page _______ of _______ pages
To be completed by the Bidder and, if JV, by each partner
Financial
information in
UGX
equivalent
Historic information for previous ______ (__) years
(UGX equivalent in 000s)
Year 1 Year 2 Year 3 Year … Year n Avg. Avg.
Ratio
Information from Balance Sheet
Total Assets
(TA)
Total
Liabilities
(TL)
Net Worth
(NW)
Current
Assets (CA)
Current
Liabilities
(CL)
Information from Income Statement
Total
Revenue (TR)
Profits Before
Taxes (PBT)
Part 1: Section 4 Bidding Forms
Page 66 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Attached are copies of financial statements (balance sheets, including all related notes, and
income statements) for the years required above complying with the following conditions:
Must reflect the financial situation of the Bidder or partner to a JV, and not sister or
parent companies
Historic financial statements must be audited by a certified accountant
Historic financial statements must be complete, including all notes to the financial
statements
Historic financial statements must correspond to accounting periods already
completed and audited (no statements for partial periods shall be requested or
accepted)
Part 1: Section 4 Bidding Forms
Page 67 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Form 7
Average Annual Turnover
Bidder’s Legal Name: ___________________________ Date: _____________________
JV Partner Legal Name: ____________________________ Bidding No.: ______________
Page _______ of _______ pages
Annual turnover data (construction only)
Year Amount and Currency UGX equivalent
_________________________________________ ____________________
_________________________________________ ____________________
_________________________________________ ____________________
_________________________________________ ____________________
_________________________________________ ____________________
*Average
Annual
Construction
Turnover
_________________________________________ ____________________
*Average annual turnover calculated as total certified payments received for work in progress or
completed over the number of years specified in Section III, Sub-Factor 6.3.2, divided by that
same number of years.
Part 1: Section 4 Bidding Forms
Page 68 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Form 8
Financial Resources
Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other
financial means, net of current commitments, available to meet the total construction cash flow demands of the subject
contract or contracts as indicated in Section III (Evaluation and Qualification Criteria)
Source of financing Amount (UGX equivalent)
1.
2.
3.
4.
Part 1: Section 4 Bidding Forms
Page 69 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
FORM 9
Experience
General Experience
Bidder’s Legal Name: ____________________________ Date: _____________________
JV Partner Legal Name: ____________________________ Bidding No.: ________________
Page _______ of _______ pages
Starting
Month /
Year
Ending
Month /
Year
Years*
Contract Identification
Role of
Bidder
______
______
Contract name:
Brief Description of the Works performed by the
Bidder:
Name of Employer:
Address:
_________
______
______
Contract name:
Brief Description of the Works performed by the
Bidder:
Name of Employer:
Address:
_________
______
______
Contract name:
Brief Description of the Works performed by the
Bidder:
Name of Employer:
Address:
_________
______
______
Contract name:
Brief Description of the Works performed by the
Bidder:
Name of Employer:
Address:
_________
______
______
Contract name:
Brief Description of the Works performed by the
Bidder:
Name of Employer:
Address:
_________
______
______
Contract name:
Brief Description of the Works performed by the
Bidder:
Name of Employer:
Address:
_________
*List calendar year for years with contracts with at least nine (9) months activity per year starting with the earliest
year
Part 1: Section 4 Bidding Forms
Page 70 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Form 10
Specific Experience
Bidder’s Legal Name: ___________________________ Date: _____________________
JV Partner Legal Name: _________________________ Bidding No.: __________________
Page _______ of _______ pages
Similar Contract Number: ___ [insert
specific number] of ___[insert total
number of contracts required.
Information
Contract Identification _______________________________________
Award date
Completion date
_______________________________________
_______________________________________
Role in Contract Contractor
Management
Contractor
Subcontractor
Total contract amount __________________________
__
UGX_______
___
If partner in a JV or subcontractor,
specify participation of total contract
amount
__________%
_____________
UGX_______
Employer’s Name: _______________________________________
Address:
Telephone/fax number:
E-mail:
_______________________________________
_______________________________________
_______________________________________
_______________________________________
Part 1: Section 4 Bidding Forms
Page 71 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Form 10 A (cont.)
Specific Experience (cont.)
Bidder’s Legal Name: ___________________________ Page _______ of _______ pages
JV Partner Legal Name: ___________________________
Similar Contract No. __[insert specific
number] of ___[insert total number of
contracts] required
Information
Description of the similarity in
accordance with Sub-Factor 2.4.2a) of
Section III (Evaluation and Qualification
Criteria):
Amount _________________________________
Physical size _________________________________
Complexity _________________________________
Methods/Technology _________________________________
Physical Production Rate
_________________________________
Part 1: Section 4 Bidding Forms
Page 72 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Form 10 A (b)
Specific Experience in Key Activities
Bidder’s Legal Name: ___________________________ Date: _____________________
JV Partner Legal Name: _________________________ Bidding No.: __________________
Subcontractor’s Legal Name: ______________ Page _______ of _______ pages
Information
Contract Identification _______________________________________
Award date
Completion date
_______________________________________
_______________________________________
Role in Contract Contractor
Management
Contractor
Subcontractor
Total contract amount _________________________ ________
If partner in a JV or subcontractor,
specify participation of total contract
amount
__________%
_____________
________
Employer’s Name: _______________________________________
Address:
Telephone/fax number:
E-mail:
_______________________________________
_______________________________________
_______________________________________
_______________________________________
Part 1: Section 4 Bidding Forms
Page 73 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Form 10 (b)(cont.)
Specific Experience in Key Activities (cont.)
Bidder’s Legal Name: ___________________________ Page _______ of _______ pages
JV Partner Legal Name: ___________________________
Subcontractor’s Legal Name: __________________________
Information
Description of the key activities in
accordance with Sub-Factor 6.4.2b) of
Section III:
Part 1: Section 4 Bidding Forms
Page 74 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
We, the undersigned, declare that
(a) the information contained in and attached to these forms is true and accurate as of the date of
bid submission:
or [delete statement which does not apply]
(b) the originally submitted pre-qualification information remains essentially correct as of the
date of bid submission.
Signed: [signature of person whose name and capacity are shown below]
Name: [insert complete name of person signing the Qualification Form]
In the capacity of [insert legal capacity of person signing the Qualification Form]
Duly authorised to sign the Qualification Form for and on behalf of: [insert complete name of
Bidder/Member of Joint Venture]
Dated on ____________ day of __________________, _______ [insert date of signing]
Part 1: Section 5 Eligible Countries
Page 75 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Section 5: Eligible Countries
Procurement Reference Number:
All countries are eligible except countries subject to the following provisions.
A country shall not be eligible if:
(a) as a matter of law or official regulation, the Government of Uganda prohibits
commercial relations with that country, provided that the Government of Uganda is
satisfied that such exclusion does not preclude effective competition for the provision
of supplies or related services required; or
(b) by an act of compliance with a decision of the United Nations Security Council taken
under Chapter VII of the Charter of the United Nations, the Government of Uganda
prohibits any import of Supplies from that country or any payments to persons or
entities in that country.
Part 2: Section 6 Statement of Requirements
Page 76 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
PART 2 - Statement of Requirements
Section 6: Statement of Requirements
Contents
1. Scope of Works ......................................................................................................77
2. Technical Specifications ........................................................................................78
3. Drawings ................................................................................................................79
4. Activity Schedule/ Bills of Quantities ..................................................................80
5. Completion Schedule .............................................................................................81
Part 2: Section 6 Statement of Requirements
Page 77 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
1. Scope of Works
Part 2: Section 6 Statement of Requirements
Page 78 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
2. Technical Specifications
Part 2: Section 6 Statement of Requirements
Page 79 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
3. Drawings
Part 2: Section 6 Statement of Requirements
Page 80 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
4. Activity Schedule/ Bills of Quantities
Part 2: Section 6 Statement of Requirements
Page 81 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
BILL NO. 1
PRELIMINARIES
Part 2: Section 6 Statement of Requirements
Page 82 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
ITEM DESCRIPTION
AMOUNT(UGX)
BILL No. 1
PRELIMINARIES
NAMES OF PARTIES
A The following terms, wherever they occur in the bid documents, shall
refer to the parties to the proposed contract and shall be interpreted as hereunder :
B (a) The "EMPLOYER" shall mean THE GOVERNMENT OF THE
REPUBLIC OF UGANDA represented by the MINISTRY OF PUBLIC SERVICE.
C (b) The "PROJECT MANAGER" shall mean A TECHNICAL TEAM
FROM MINISTRY OF WORKS AND TRANSPORT, APPOINTED BY PERNAMENT SECRETARY MINISTRY OF PUBLIC SERVICE
LOCATION OF SITE
D The works comprised in this contract are located in Mbale Municipal Council at Plot No. Block No. Mbale District
VISITING AND INSPECTION OF SITE
E The Contractor is advised to visit and inspect the site before submitting
his bid to ascertain and fully acquaint himself with the nature of the site and the works and adjoining property and other services that are
necessary for the smooth carrying out of the works
F Claims arising from the Contractor's failure to comply with the above
recommendations shall not be considered.
DRAWINGS
G The drawings from which these Bills of Quantities and the Specifications
have been prepared are contained in Section 9 of the bid documents.
MATERIALS FOUND ON SITE AND ARISING FROM THE WORKS
H Materials of any kind arising from the works, found on site or during the
progress of the works, including debris from demolitions, are the property of the Employer and shall not be used, or taken out by any means
whatsoever by the Contractor without express notice
Part 2: Section 6 Statement of Requirements
Page 83 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total carried to summary
DEFINITION OF TERMS AND ABBREVIATIONS
Description of scope of the works
A The Works will consist of supplying materials, equipment, tools and
labour for the Proposed Construction of the Service Uganda Centre
Mbale District including provision of all accosiated services.
B Terms, phrases and abbreviations shall be deemed to have the following meanings wherever used herein after and in all tender documents:
C "WORKS" shall mean all or any portion of the whole of the work to be executed under the contract, including the work of all sub-contractors
whether nominated or otherwise. It shall also include all variations to the contract, materials and articles
D "APPROVED" (and words derived there from) shall mean approved in writing by the Project Manager.
E “IN WRITING" shall mean when it is required to inform, instruct, agree, confirm, obtain approval or obtain instructions; it must be done in writing.
F "INSTRUCTIONS" (and words derived there from) shall mean the
instructions in writing of the Project Manager specified.
G "DIRECTED”, "SELECTED" "AS REQUIRED” or words of similar
meaning wherever used in the contract documents shall be understood to mean the direction, selection or requirements of the Project Manager.
H "SATISFACTION" or other synonyms thereto shall mean satisfactory to
or to the satisfaction of the Project Manager.
I "NECESSARY", "PROPER" or words of similar meaning wherever used with respect to the extent, conduct or character of the work described
shall mean the said work shall be executed to the extent, must be
conducted in a manner or be of character which is 'neccessary.'
J "AS SPECIFIED" OR "AS DESCRIBED" means as shown on the
drawings, as described in the technical specification or in the Bills of Quantities or as described elsewhere in the contract documents.
Part 2: Section 6 Statement of Requirements
Page 84 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
K "OTHERWISE SPECIFIED" OR OTHERWISE DESCRIBED" shall
mean information that may be on the drawings or in the particular
specification or contained in the written instructions of the Project Manager which may over ride these Bills of Quantities.
L "FIX ONLY" shall mean take delivery of the materials or articles at the place specified, pay all demurrage and transport charges, load and
transport to site, unload, store, unpack, check contents against orders and packing lists, assemble as necessary
Total carried to summary
A DIMENSION AND MEASUREMENT
UNITS of measurement are abbreviated and shall be interpreted as below :
'MM' or 'mm' shall mean millimetre
'MM2' or 'mm1 shall mean square millimetre
'LM' or 'm' shall mean linear metre
'KM' shall mean kilometre
SM' or 'M2' shall mean square metre
CM' or 'M3, shall mean cubic metre
'KG' Shall mean kilogramme
'LTR' shall mean litre
'NO' shall mean number
'PR' shall mean pair
'MG' shall mean mega-gram (metric tonne)
0C' shall mean degree Celsius (centigrade)
0' shall mean degree of angle
B IMPERIAL UNITS: Where products may still commonly be supplied in
sizes quoted in imperial units, the dimension in imperial units shall be given in brackets following the metric dimension.
C SEQUENCE OF DIMENSION: Unless otherwise stated, dimension are
stated in the measurement refers to all dimensions preceding it in the sequence except where qualified by a different unit e.g.
100 x 50 x 25mm - all dimensions in millimetres.
1.2 x 1.5m x 50mm - first two dimensions in metres,
- Last dimension in millimetres.
D STANDARD: Reference to standards relate to the editions current at the
date of tender, with amendments if applicable. ‘BS’ means the British standard and ‘CP’ means Code of Practice, both published by the British
Standards Institution, 2 Park Street, London
E "MANUFACTURER" shall mean the firm under whose name the particular product is marketed.
Part 2: Section 6 Statement of Requirements
Page 85 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
F "REFERENCE" shall mean the proprietary brand name and / or reference
by which the product is identified.
G "OR OTHER APPROVED" shall mean that materials, articles or goods of
different manufacture may be substituted provided that they meet the standards specified and that prior approval for their use has been obtained
from the Project Manager. When such approved
H PROPRIETARY NAMES wherever used in specifying materials articles or
goods shall be deemed to include, the phrase "or other approved",
whether expressly stated or not.
I "DITTO" shall mean the whole of the preceding description except as
qualified in the description in which it occurs. Where it occurs in
descriptions of succeeding items it shall mean the same as the first description of the series in which it occurs except
Total carried to summary
A "AS BEFORE" shall mean in all respects as earlier described in the same
or previous Bill, except as qualified in the description in which it occurs.
FORM OF CONTRACT AGREEMENT
B The form of contract under which terms the Contractor is required to enter into a contract with the Employer is contained in Section 4 of the Contract
Document.
C If the Contractor considers that compliance with any Contract or of the conditions of contract as particularly amended or qualified by the Contract
Data and of which headings are set out hereunder involve expenses to him which are not included elsewhere
Part 2: Section 6 Statement of Requirements
Page 86 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total carried to summary
CONTRACT PARTICULARS
CLAUSES:
A. GENERAL
A 1. Definitions
B 2. Interpretation
C 3. Language and Law
D 4. Project Manager's Decisions
E 5. Delegation
6. Notices
G 7. Subcontracting
H 8. Other Contractors
I 9. Personnel
J 10. Employer's and Contractor's Risks
K 11. Employer's Risks
L 12. Contractor's Risks
M 13. Insurance
N 14. Site Investigation Report
O 15. Queries about the Special Conditions of Contract
P 16. Contractor to construct the Works
Q 17. Works to be completed by the Intended Completion Date.
R 18. Approval by the Project Manager
S 19. Safety
T 20. Discoveries
U 21. Possession of the Site
V 22. Access to the Site
Part 2: Section 6 Statement of Requirements
Page 87 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
W 23. Instructions, Inspections and Audits
X 24. Disputes
Y 25. Procedure for Disputes
Z 26. Replacement of Adjudicator
B. TIME CONTROL
AA 27. Program
BB 28. Extension of the Intended Completion Date
CC 29. Acceleration
DD 30. Delays Ordered by Project Manager
EE 31. Management Meetings
FF 32. Early Warning
C. QUALITY CONTROL
A 33. Identifying Defects
B 34. Tests
C 35. Correction of Defects
D 36. Uncorrected Defects
Total carried to summary
D. COST CONTROL
E 37. Bill of Quantities
F 38. Changes in the Bills of Quantities
G 39. Variations
H 40. Payments for Variations
I 41. Cash Flow Forecasts
J 42. Payment Certificates
K 43. Payments
L 44. Compensation Events
M 45. Tax
N 46. Currencies
O 47. Price Adjustment
P 48. Retention
Q 49. Liquidated Damages
50. Bonus
R 51. Advance Payment
S 52. Securities
T 53. Dayworks
U 54. Cost of Repairs
E. FINISHING THE CONTRACT
V 55. Completion
Part 2: Section 6 Statement of Requirements
Page 88 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
W 56. Taking over
X 57. Final Account
Y 58. Operating and maintenance Manuals
Z 59. Termination
AA 60. Payment
BB 61. Property
CC 62. Release from Performance
Total carried to summary
GENERAL MATTERS
PLANT, TOOLS AND VEHICLES
A The Contractor shall provide everything in these respects necessary for
the proper execution and completion of the works according to the technical specifications and Bills of Quantities whether the same is
particularly described or not.
B The Contractor shall provide, properly maintain, adapt from time to time
as necessary and remove when no longer required, all necessary vehicles
for carriage and freightage, all necessary building implements, tools, tackle and plant on site
C The Contractor shall provide, erect, maintain and alter as necessary and remove on completion all necessary self supporting and other scaffolding,
staging, gangways, etc. together with the necessary planks, ladders, trestles, etc.
SAFETY, HEALTH AND WELFARE FOR WORK PEOPLE
Part 2: Section 6 Statement of Requirements
Page 89 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
D The Contractor shall provide and maintain on site and through out the duration of the Works, building safety, health and welfare measures and
facilities for use of work people engaged upon the Works in accordance with the laws of Uganda
E The Contractor shall be permitted to use some existing sanitary facilities
as identified by the Employer.
SETTING OUT THE WORKS
F The Contractor shall provide at his own cost all surveying instruments,
ranging rods, chains, steel tapes, etc. necessary for setting out the Works at all levels accurately and within the specified tolerances.
G The Contractor shall check all dimensions, both on site and on drawings
and in the event of a discrepancy arising, the Project Manager is to be notified immediately. Figured dimensions on the drawings are to be
followed in all case in preference to scaled
GENERAL FOREMAN
H The Contractor shall be required to constantly keep upon the Works a competent General Foreman and any instructions issued to the General
Foreman shall be deemed to have been issued to the Contractor.
Total carried to summary
LABOUR REGULATIONS
A The Contractor shall comply and ensure that all persons and organisations
involved in executing the Works (including sub-contractors, and those not
directly employed) comply with the relevant current Uganda Government Labour Regulations, Acts and Orders.
WORKING HOURS
B No work shall be carried out at night or on gazetted holidays unless the
Project Manager shall so direct.
C In the event the Project Manager directs the Contractor in writing to carry out work outside normal working hours, the Contractor shall meet all his
accicated costs.
Part 2: Section 6 Statement of Requirements
Page 90 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
TRANSPORT FOR MATERIALS
D Allow for transporting of materials to and from the site, at such hours and
by such routes and distances as may be permitted.
PREVENTION OF ACCIDENTS, NUISANCE, DAMAGE OR LOSS
SAFETY
E The contractor shall take all precautions necessary to ensure the safety of all persons engaged upon or visiting the works and shall observe strictly
the safety regulations of government and/or local authorities.
FIRE PRECAUTION
F The Contractor shall take all precautions necessary to prevent loss or
damage by fire to the Works or to adjacent property.
NUISANCE
G The Contractor shall take every reasonable and practical precaution,
consistent with good and expeditious work to prevent nuisance from
noise, water, smoke, dust, rubbish and other causes to the occupants of existing and adjoining buildings.
Total carried to summary
ADJOINING PROPERTY
A The Contractor shall prevent any trespass on any adjoining buildings or property and materials, plant, rubbish, etc. collecting on such adjoining
buildings or property as a result of his carrying out of the Works.
B Should the Contractor wish to make use of such adjoining buildings or property, he shall obtain prior permission in writing of the owner and / or
occupier and approval of the Project Manager, pay any charges in
connection therewith, and clear away at completion
EXISTING PUBLIC AND PRIVATE SERVICES
Part 2: Section 6 Statement of Requirements
Page 91 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
C The Contractor shall notify all services authorities of the proposed Works before commencing operations on site. Prior to commencement of any
work, the Contractor shall ascertain from the relevant authorities the position of all existing electric and telephone
D The Contractor shall take all precautions necessary to ensure the safety of
all persons engaged upon or visiting the Works and shall observe strictly the safety regulations of Government and/or Local Authorities.
E The Contractor shall not interfere with the operation of any service on or
within the vicinity of site without the prior consent or direction of the service authority and the Project Manager.
F Any damage or disturbance caused to any service shall be reported
immediately to the Project Manager and the relevant authority and shall be reinstated to their satisfaction at the Contractor's expense.
G Any service present on the premises and is in position of directly hindering
the excecution of works shall be relocated at the employer's cost before works begin.
MAINTENANCE OF EXISTING PRIVATE AND PUBLIC ROADS.
H The employer shall keep the approaches to site clear of mud, pools,
debris, spoils and ensure no damage is caused to public or private roads
and footpaths.
I The Contractor shall maintain and make good at his own expense any
damage to private or public roads arising from or consequent upon the
execution of the works to the satisfaction of the local authority and Project Manager
EXISTING FEATURES
J The employer shall Protect all existing structures, fences, gates, walls,
services, cables and other features on site which are to remain in position during and after the execution of the Works unless directed otherwise by
the Project Manager
(END OF PREVENTIVE MEASURES)
Total carried to summary
SECURITY REGULATIONS
A The Contractor shall ensure that all his work people, including those of his
sub-contractors and nominated sub-contractors and other persons for
whom he is responsible, who enter on the Works, conform to any security regulations of the Employer.
MATERIALS AND WORKMANSHIP GENERALLY
Part 2: Section 6 Statement of Requirements
Page 92 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
B Scope: Where work shown on the drawings or required by the Project
Manager or the particular specification is not identified by any single
heading or clause in the Technical Specifications, all relevant clauses for similar work will be applicable.
C ALTERATIONS, ADDITIONS AND EXTENSIONS: Where the works include alterations or extensions to existing buildings and / or external
works, new work is to match up in all respects to the existing work unless otherwise specified, shown on the drawings.
QUALITY, SAMPLES, TESTING AND APPROVAL
D Materials, goods, components and equipment shall be new and unused
unless otherwise specified.
E Manufacture's recommendations: The Contractor shall handle, store
and fix every material, good or component strictly in accordance with the printed or written recommendations of the manufacturer and / or supplier.
The Contractor shall supply the Project Manager with copies.
F Standards: Where materials, goods and components are specified by
reference to BS or CP or ISO or other standards, such standards are deemed to be the latest published at the time of bidding.
EVIDENCE OF COMPLIANCE WITH STANDARDS
G Where specified or required by the Project Manager, the Contractor shall obtain and produce invoices, delivery notes, certificates and the like
providing evidence of compliance with the specifications and standards referred to herein.
H All materials, goods and components shall be suitable for use in tropical
areas.
I Testing of materials, goods, components and workmanship shall be done
at the discretion of the Project Manager in order to satisfy himself with
compliance and in accordance with the specifications.
Total carried to summary
Part 2: Section 6 Statement of Requirements
Page 93 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
A Sources: Where a choice of manufacturer is allowed for any particular
material, good or component, the Contractor shall obtain the quantity
required to complete the work from a single manufacturer, or obtain the consent of the Project Manger incase of any change.
B Samples: The Contractor shall furnish at the earliest opportunity before work commences and at his own cost any samples of materials, goods,
components or workmanship including concrete test cubes required for the works that may be called for by these specification to the Project Manager.
C Payment for tests: Where tests are specified as required in any part of
the Technical Specifications, they will be carried out at the expense of the Contractor.
ORDERING OF MATERIALS
D The Contractor shall be solely responsible for the early, timely and
accurate ordering of all materials. The Contractor shall be responsible for
organisation of plant and labour for the utilisation of the materials in accordance with the Technical Specifications.
E The Contractor shall take his own measurements and make his own calculations of quantities for the ordering of materials. No responsibility or
claim will be accepted by the Employer for surplus, shortage, loss or expense if the goods are wrongly ordered.
IMPORTED MATERIALS AND SPECIAL ITEMS
E When imported materials or special items of materials, goods, or
components form part of the contract, the Contractor shall be entirely responsible for making all necessary arrangements and placing all
necessary orders to ensure their prompt and timely arrival.
LEGALLY DEMANDABLE TAXES AND DUTIES
F The Contractor shall, unless expressly specified otherwise in the contract
documents, be responsible for and shall pay all customs and excise duties, tariffs, value added tax, and other taxes or duty legally demandable and
imposed by any Statute, Rule or Orders.
TEMPORARY SERVICES AND WORKS
G The Contractor shall provide at his own risk and cost all water required for
use upon the Works, including that required Sub-contractors whether nominated or otherwise.
H All water used upon the works shall be fresh, clear and pure, free from
earthy, vegetable or organic matter, acid or alkaline substances in solutions or suspensions.
Part 2: Section 6 Statement of Requirements
Page 94 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
I The Contractor shall provide all electrical lighting and power and / or other
type of power required for use on the works, including that required by all
Sub-Contractors and Specialists whether nominated or otherwise, and shall allow for all requirements.
Total carried to summary
A Before submitting his bid, the contractor must ascertain whether power supply will be available or not at commencement of or during the course
of the Works as no claim will be entertained due to failure of the UMEME to provide such a supply.
B The contractor shall provide and maintain as necessary all temporary roads, ramps, hard-standings, tracks, crossings and the like for the
efficient running of the Works, for all vehicles entering and on site, including those of Sub- contractors and afterwards be removed by the
Contractor.
C The Contractor shall be required to provide, on site an approved water tight shed and other protection for the storage of materials.
D The Contractor shall provide on site an approved temporary office accommodation for the use of his site staff and project manager. The
Contractor shall also fully facilitate the project management team in the administration and supervision of this contract.
E The Contractor shall be allowed to use existing toilets or latrines available on site and as directed by the Employer. Where existing toilets or latrines
are not available available, the contractor shall construct temporary
facilities.
F Labour camps will not be permitted on site and the Contractor must make
his own arrangement to transport labour to and from site.
SCREENS AND HOARDING
G The Contractor will not, unless otherwise expressly instructed by the Project Manager be expected to provide a temporary fence or hoarding
around the site. He will however be required to afford adequate protection and security from theft or other loss of property on site.
SIGN BOARD
H The Contractor shall provide, erect, maintain in good order and clear away
on completion a sign board displaying the title of the Project, name and
address of the employer, consultants, nominated suppliers and sub-contractors and such other information.
I A drawing of the sign board may be inspected in the offices of the Project Manager. No other industrial name boards will be permitted whatsoever,
nor will any advertisement be allowed.
PROGRAMME AND PROGRESS CHART
Part 2: Section 6 Statement of Requirements
Page 95 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
J Within 14 days after the Date for Possession of the site the Contractor
shall prepare and agree with the Project Manager a full detailed programme.
K The agreed programme shall be distributed by the Contractor as follows:
four copies to the Employer, five copies to the Project Manager, one copy is to be displayed on a pin-board on the wall in the site office. The copy
kept in the site office shall be provided
Total carried to summary
SITE MEETINGS AND INSPECTIONS
A Site meetings will be held at the Site as or as directed otherwise by the Project Manager, and the Contractor will be required to summon the
attendance of sub-contractors and specialists and generally arrange and
facilitate for all meetings.
B The Contractor shall allow for a provision sum of USHS
50,000,000=(Uganda Shillings, Fifty Million), for Technical supervison by the Ministry of works and Transport officials
WORKS DIARY AND VISITOR'S BOOK
B The Contractor shall provide and keep an accurate site diary in which he
shall record all happenings and events which might affect the progress and quality of the Works, including weather conditions, numbers of
artisans, labourers and others employed.
C Entries made in the Works Diary by the Project Manager or his authorised representatives shall be deemed to be written instructions issued in
accordance with the conditions of contract.
D The Contractor is required to control all visitors to the site and keep out
unauthorised visitors and shall provide a Visitor’s Book and ensure that all authorised visitors, including consultants and the Employer's staff sign
therein.
E The contractor shall deliver the works diary and the visitor's book into the
safe custody of the project manager on completion of the works and shall at all reasonable times, during the progress of the works, make them
available for inspection by the Project Manager.
DAYWORKS
F Day-works shall only be executed with the prior written permission of the Project Manager. Where its authority is given day-work sheets giving the
fullest particulars of hours worked, names of craftsmen and labourers,
descriptions of work executed, quantity.
G Signed Day Sheets received as above by the Project Manager shall be
taken as certifying that the time, materials and plant are correct and shall
not be held to justify a claim that the work shall be so charged, or that it cannot be measured at rates given.
Part 2: Section 6 Statement of Requirements
Page 96 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
H Day sheets received by the Project Manager will be dealt with at the
completion of the Contract but the receipt of the same by the Engineer is not to be taken as confirmation of an addition to the Contract.
PROVISIONAL WORK
I All work measured provisionally in the Bills of Quantities shall be re-measured to the extent executed and valued accordingly. Work likely to be
covered up shall be left exposed for a reasonable time and due notification given to allow these re-measurement.
PROVISIONAL SUM
J The term "Provisional Sum" wherever used in these Bills of Quantities shall
mean a sum provided for work or for costs which cannot be entirely
foreseen, defined or detailed at the time of tendering. Such sums of money included shall be subject to adjustment.
Total carried to summary
A In the final account, all Provisional Sums shall be deducted and the value
of the work properly executed in respect of them upon the Engineer's order added to the Contract Sum. Such work shall be valued as described
for Variations in clause 40 of the contract.
PROTECTION AND SAFE GUARDING
B The Contractor shall protect the Works from damage by inclement weather, including the deleterious effects of excessive heat or direct
sunlight, case and protect, provide covering or such other means as may be necessary to avoid damages to the satisfaction.
C The Contractor shall safeguard the works, materials and plant from damage and theft, provide all watching, lighting and other precautions as
necessary and prevent unauthorised access to the site and the works.
D Protect every part of the Works from damage by over-loading. Case and protect all components and finished work from damage by subsequent
trades.
REMOVAL OF RUBBISH AND DEBRIS
E Remove all rubbish and debris from the site and buildings as they
accumulate and keep the site and Works clean and tidy at all times to the approval of the Project Manager.
WORK TO BE DELIVERED CLEAN AT COMPLETION
F Clean the Works thoroughly inside and outside, removing all splashes, deposits, rubbish and surplus materials. Remove all temporary markings,
coverings and protective wrappings unless instructed otherwise. Flush all gutters, rainwater and waste pipes, manholes.
Part 2: Section 6 Statement of Requirements
Page 97 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
G Painted surfaces: touch up minor faults, carefully match colour and
brush out edges. Repaint badly marked areas back to suitable breaks or
junctions approved by the Project Manager.
H Remove all works blemishes, stains and defects from joinery, fittings, and decorated surfaces generally. Polish door furniture and bright parts of
metal work.
I Glass: Clean on both sides. Remove all paint, cement, or other splashes;
replace scratched or cracked or broken glass.
J Moving parts: On completion of works, the employer shall Adjust, ease
and lubricate all doors, windows, appliances, control and other moving parts as necessary to ensure efficient operation after the contractor has
fully and correctly installed the moving parts.
K Secure the building by locking all accesses. Account for all keys and
handover to the Project Manager with an itemised schedule of keys.
L Before final inspection and handing over date the contractor shall leave
the whole of the buildings weather tight, clean, perfect disinfected, sterile and fit for occupation to the approval of the Project Manager.
Total carried to summary
Part 2: Section 6 Statement of Requirements
Page 98 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Item Description Amount (USHS)
BILL NO.1
PRELIMINARIES
SUMMARY
Page No. 1/1
Page No. 1/2
Page No. 1/3
Page No. 1/4
Page No. 1/5
Page No. 1/6
Page No. 1/7
Page No. 1/8
Page No. 1/9 -
Page No. 1/10
Page No. 1/11
Page No. 1/12
Page No. 1/13
Page No. 1/14
Part 2: Section 6 Statement of Requirements
Page 99 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
TOTAL CARRIED TO MAIN SUMMARY
PRELIMINARIES
Part 2: Section 6 Statement of Requirements
Page 100 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
BILL NO.2
MAIN OFFICE BUILDING
Part 2: Section 6 Statement of Requirements
Page 101 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Item Description Qty Unit Rate
(USHS)
Amount
(USHS)
BILL NO.2
MAIN OFFICE BUILDING
ELEMENT NO.1
SUBSTRUCTURES
ALL PROVISIONAL
The work in this element includes all works
up to and including the ground floor slab
Site Clearance and Excavations
A Excavate average 200mm deep to remove
vegetable soil; wheel and remove from site.
405 SM
B Excavate to reduce levels not exceeding 1.5m deep and clear away from site 182 CM
C Maintain and uphold sides of excavation : clear
off all fallen material, rubbish. 1 ITEM
D Allow for keeping all excavations free from
general water 1 ITEM
E Excavate for foundation trench commencing at reduced level but not exceeding 1.5m deep.
108 CM
F Ditto column bases ditto 17 CM
G Selected Murram filling to make up levels and around foundations.
65 CM
H Load and cart away surplus excavated material from site.
60 CM
I 150mm thick bed of handpacked stone base, well
rolled and compacted 269 SM
J 50mm thick sand blinding over surfaces of
hardcore
269 SM
K Insecticide treatment to surfaces of hardcore and
bottom of excavation. 860 SM
Damp proof membrane
L 1000 Gauge polythene sheeting laid on blinded
hardcore 307 SM
Concrete work
Plain concrete class 15 mix 1:3:6 (20mm
aggregate) in
Part 2: Section 6 Statement of Requirements
Page 102 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
M 50mm thick blinding in column bases 16 SM
N Strip foundations 21 CM
O 125mm thick ground floor slab 307 SM
Total carried to collection
Vibrated reinforced concrete class 20 mix(1:2:4) 20mm (Aggregates) in:
A Column bases 5 CM
B Ground beam 12 CM
C Starter columns 2 CM
D 125mm thick ramp laid to slope not exceeding 15o to horizontal, broom swept finish including
forming 25 x 20mm deep V - groove bands
10 SM
Reinforcements Steel fabric reinforcement to BS 4483 as
described
E No. A 142 Fabric Mesh reinforcement weighing 2.22 Kg. Per square meter fixed in slab and
ramps 317 SM
Steel reinforcement as described
Mild steel round bars to BS 4449
F 8mm Diameter bars 409 KG
High yield ribbed bars to BS 4449
G 16mm Diameter bars 212 KG
H 12mm Diameter bars 853 KG
Sawn formwork to:
I Edges of floor bed 75 - 150 mm high 91 LM
J Sides of ground beams externally 75 - 150 mm high
91 LM
K Sides of starter columns 13 SM
Plinth walling
230mm thick brickwork bedded in cement
sand (1:3) mortar : with and including hoop iron wall ties every alternative course
: in
Part 2: Section 6 Statement of Requirements
Page 103 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
L 230mm Thick walls. 203 SM
Two coats of external cement render (1:4)
finished with wood float
M 12mm to walls. 55 SM
N Ditto;to concrete surfaces(ground beam) externally
12 SM
Prepare and apply two coats black
bitumastic paint on:
P Rendered surfaces 67 SM
Total carried to collection
COLLECTION
Total carried forward from page 2/1
Total carried forward from page 2/2
Total carried to summary
BILL NO.2
MAIN OFFICE BUILDING
ELEMENT NO.2
R.C. FRAME
Concrete work
Vibrated reinforced concrete class 20(mix
1:2:4) as described in:-
A Ring Beams and lintols 16 CM
B Columns 2 CM
C 150mm thick flat roof slab 105 SM
Steel reinforcement as described
Mild steel round bars to BS 4483
D 8mm diametre mild steel round bars 518 KG
High tensile ribbed bars to BS 4461
E 16mm diametre bars 1619 KG
F 12mm diametre bars 1263 KG
Sawn formwork to:-
G Sides and soffittes of the ring beam 98 SM
H Sides of Columns 32 SM
I Soffits of flat roof slab 105 SM
Part 2: Section 6 Statement of Requirements
Page 104 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total carried to summary
BILL NO.2
MAIN OFFICE BUILDING
ELEMENT NO.3
WALLING
Window cills and copping
Precast concrete class 20, finished fair on all exposed surfaces including bedding and
jointing in cement sand (1:3) mortar
A 275 x 75mm Weathered and throated window cill 30 LM
B 300 x 75mm Weathered and throated copping 95 LM
Blockwork
Solid concrete blockwork jointed and
pointed in cement sand (1:3) mortar : with and including hoop iron wall ties every
alternative course : in
C 200mm thick walls. 359 SM
D 150mm thick walls. 78 SM
Part 2: Section 6 Statement of Requirements
Page 105 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Damp proof course of bitument felt to B.S
743 Type A with 150mm laps including
cement and sand (1:3) levelling bed
E 230mm Wide 142 LM
F 200mm Wide 25 LM
Eaves filling
G Eaves filling average 340mm high 35 LM
Water Proof Cement Sand Screed(1:4) finished to receive waterproofing
membrane
H Concrete flat roof 105 SM
TWO LAYERS 4mm thick (each) EPDM APP
modified bituminous water proofing membrane, reinforced with polyester, fully
bonded and torch applied onto solvent base primer conforming to ASTMD- 41
applied in accordance with manufacturers instructions; to
I Concrete flat roof 105 SM
Total carried to summary
BILL NO.2
MAIN OFFICE BUILDING
ELEMENT NO.4
ROOF CONSTRUCTION AND COVERING
STRUCTURAL STEELWORK The rate for Structural Steelwork should
include all plates, bolts, welded joints and
all connections as per Engineer's detailed
drawing
Mild Steel: one coat red oxide primer
A 50 x 50 x 2mm SHS Tie-Beam 142 LM
B 50 x 50 x 2mm SHS Rafter 153 LM
Part 2: Section 6 Statement of Requirements
Page 106 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
C 50 x 50 x 2mm RHS Tie and Struts 233 LM
D 2mm thick 50 x 100mm Z-Purlins 145 LM
C 75 x 75 x 2mm SHS wall plate bolted to
blockwork
35
LM
SUNDRIES E
200 x 150 x 4mm thick mild steel plate welded to Tie-beam:2No. holes for 12mm diameter bolt.
172 NO
F 50 x 50 x 3mm thick CFA cleat; welded to SHS
Rafter:bolted to purlins: 2 No.holes for 12mm diameter bolt.
30 NO
G 12mm Diameter bolt,head, nut and 2
No.washers:100mm long
140 NO
H 12mm Diameter bolt: 200mm long; cast into ring
beam: bolted to mild steel plate
50 NO
I 5mm thick 100 x 100mm angle section bolted
into blockwork
20 NO
Wrought hardwood as described:
H 225 x 25mm fascia and barge board in wrot timber. 37 LM
Prepare and apply three coats of gloss oil
paint as obtained from Sadolin Paints (U)
Ltd to wood surfaces:
K Wood surfaces over 200 but not exceeding
300mm girth. 37 LM
Roof covering 28 Gauge pre-painted IT4 galvanised iron
roofing sheets : lapped 1 1/2 corrugations
on sides : fixed to timber purlins (m/s) with galvanised iron drive screws with
washers in;- J Roof covering 248 SM
Total carried to summary
BILL NO.2
MAIN OFFICE BUILDING
ELEMENT NO.5
CEILING
Part 2: Section 6 Statement of Requirements
Page 107 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Wrot cypress: Prime grade : selected,
treated and kept clean
A 100 x 50mm ceiling joists 383 LM
B 75 x 50mm ceiling branderings 374 LM
SOFTBOARD to BS 1142, PLAIN lining, V-Joint set to pattern, fixed on to and
including eypress size 100x50mm joists & 75 x 50mm brandering at 600mm centres
bath ways with nails' heads punched &
puttled:
C 12mm Thick ceiling 183 SM
D Extra over for 600 x 600mm trap door 2 NO
E 150 x 150mm timber cornice 158 LM
INTERNAL CEILING LIME PLASTER
First coat of cement lime and sand (1:2:9) :
second coat of cement, lime putty and sand
F 12mm Thick two coat work to concrete ceiling 105 SM
G 150 x 150mm cornice 40 LM Prepare and apply one under coat and
three coats of silk vinyl emulsion paint on:
H Steel trowelled plastered soffittes of concrete
ceiling 105
SM
I Soft board ceiling soffits 183 SM
Part 2: Section 6 Statement of Requirements
Page 108 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total carried to summary
BILL NO.2
MAIN OFFICE BUILDING
ELEMENT NO.6
RAIN WATER DISPOSAL
PVC Key terrain fixed in accordance with manufacturer's instructions
A 110mm Streamline gutter complete with gutter
unions fasciaclips for fixing to fascia
37 LM
B 100mm diameter pipes 12 LM
C Extra over outlet to suit 100mm diameter pipe. 2 NO
D Extra over for shoe. 2 NO
E 100mm diameter fulbora outlet. 2 NO
F Extra over for connecting to down pipe 2 NO
G Extra over for gutter outlets 2 NO
H Extra over for stopped ends 2 NO
Part 2: Section 6 Statement of Requirements
Page 109 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total carried to summary
BILL NO.2
MAIN OFFICE BUILDING
ELEMENT NO.7
DOORS
Wooden doors
A Provide and fix: 45mm thick solidcore flush
timber door size 900 x 2400mm high (overall) including 400pvo. with glass louvres, with
hardwood edge lipping all round, all to Architects
detail drawings 10 NO
Wrot mahogany, selected, treated and kept clean
B 230 x 50mm frame, two labours, plugged 57 LM
C Ditto transome ditto 10 LM
D 50 x 15mm Architrave two labours 134 LM
Supply and fix the following ironmongery :
locks and furniture from "UNION" or equal
approved
H 100mm Pressed Stainless steel butt hinges 15 PRS
I 3-Lever double mortice lock and furn 10 NO
J Floor mounted door stop 10 NO
Prepare and apply three coats of gloss oil
paint : on wood to:
K General surfaces. 38 SM
L Surfaces 100 - 200mm girth 67 LM
M Ditto not exceeding 100mm girth. 134 LM
Steel doors
Purpose made solid steel door complete with and including all iron-mongery,all
necessary accessories; one coat red oxide
primer; all per the Architect's detailed drawing
N Door size 900 x 2000mm high overall; to Architect's detailed Drawing(vault area) 1 NO
Part 2: Section 6 Statement of Requirements
Page 110 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
O Door size 1800 x 2400mm high overall; to
Architect's detailed Drawing(disabled suit area) 1 NO
ALUMINIUM DOORS
Powder coated aluminium doors; complete
with permanent ventilators full width; glazing beads; glazed with 8.38 mm
laminated glass; including all necessary
ironmongery; mastic sealant; Mosquito mesh to fanlights; to Architect's detailed
door schedules; Fixing in position with aluminium screws; plugging; sealing with
mastic; oiling and adjusting on completion
O Sliding door D01; 4350 x 3000mm high NO 1
P Sliding door D05; 1500 x 2600mm high NO 2
Total carried to summary
BILL NO.2
MAIN OFFICE BUILDING
ELEMENT NO.8
WINDOWS
ALUMINIUM WINDOWS
Powder coated aluminium windows;
complete with glazing beads; glazed with
6.38 mm laminated glass; ironmongery; mastic sealant; ; to Architect's detailed
window schedules Fixing in position with aluminium screws; plugging; sealing with
mastic; oiling and adjusting on completion
A Tophung window W01 size 2200 x 2200mm high overall ; all per the Architect's drawing 10 NO
B Ditto; W02 size 900 x 2200mm high; ditto 2 NO
C Ditto; W03 size 900 x 3500mm high; ditto 1 NO
D Ditto; W05 size 500 x 1000mm high; ditto 4 NO
ALUMINIUM CLADDING/CONNER
OPENINGS
Purporse made powder coated aluminium cladding complete with glazing beads;
glazed with 6.38 mm laminated glass;
mastic sealant; ; to Architect's detailed window schedules Fixing in position with
aluminium screws; plugging; sealing with mastic; and all accessories on completion
Part 2: Section 6 Statement of Requirements
Page 111 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
E Size 3632 x 2500mm high overall 1 NO
F Size 2532 x 2500mm high overall 3 NO
Burglar Proofing Purpose made standard steel burglar
proofing made from 20 x 20 x 2mm SHS
and 40 x 3mm flats : one coat red oxide primer.
G Window size 2200 x 2200mm high overall 10 NO
H Window size 900 x 2200mm high overall 2 NO
I Window size 900 x 3500mm high overall 1 NO
J Window size 500 x 1000mm high overall 4 NO
Touch-up with redoxide primer,prepare
and apply two undercoats and one finishing coat gloss oil paint on:-
K Surfaces ne 75mm girth: burglar proofing 510 LM
Total carried to summary
BILL NO.2
MAIN OFFICE BUILDING
ELEMENT NO.9
EXTERNAL FINISHES
Wall finishes
Cement and sand(1:4) rendering
A 20mm thick walls 339 SM
Painting and decoration
Prepare and apply one undercoat and three
coats of first grade weatherguard emulsion paint : externally; on
B Rendered wall surfaces 339 SM
Facing Bricks
C E.O for 220 x 38 x 75mm high brickwork for facing bricks; bedded and pointed in
cement/sand(1:3mm)
54 SM
Sprash apron
Part 2: Section 6 Statement of Requirements
Page 112 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
D 125 x 600mm thick Splash Apron comprising of
150mm thick brickwork bedded in
cement/sand(1:4) mortor on 450 x 150mm thick strip foundation concrete(1:3:6) all round; 75mm
thick reinforced concrete class 20 slab on and including compacted murram and hardcore;
40mm cement/sand screed finished smooth;
including all necessary excavation, formwork and disposal 55 SM
POLISHED TERRAZO: First coat of 25mm
thick waterproofed cement and sand (1:3) SCREED, second coat of 25mm thick
coloured cement and approved marble aggregates (1:2;5), including 25 x 3mm
pvc dividing strips at 1200mm centres : in
E Floors(ramp) 10 SM
Drainage water channel
F 300mm Wide x 200mm deep (internal) drainage
channel comprising precast concrete storm water channel : including excavation, and disposal as
per Architect's detail.
101 LM
Flag poles
G Allow for material and labour for construction of bases, supplying and installing flag poles(2Nr)
detailes to be provided by the Project Manager
2 NO
Total carried to summary
BILL NO.2
MAIN OFFICE BUILDING
ELEMENT NO.10
INTERNAL FINISHES
Wall finishes
Part 2: Section 6 Statement of Requirements
Page 113 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Internal lime plaster; first coat of cement
lime and sand (1:2:9) second coat of
cement, lime putty and sand (1:1:6) Steel trowelled smooth
A 20mm thick two coat work to walls. 322 SM
Cement sand (1:4) backing finished rough
to recieve wall tiles(M/S)
B 15mm thick: finished to wall tiles 132 SM
Supply and fix: 300 x 200 x6mm ceramic floor tiles; bedded and grouted in approved
epoxy grout: in
C Walls 132 SM
Painting and Decorating
Prepare and apply one mist coat and three
coats of silk vinyl emulsion paint internally on:
D Plastered surfaces 322 SM
Floor finishes
Cement sand (1:4) screed finished rough to
recieve floor tiles(M/S)
E 32mm thick: finished to receive floor tiles 260 SM
Supply and fix: 400 x 400 x 8mm non slip
porcelain floor tiles; bedded and grouted in approved epoxy grout: in
F Sreeded floors 218 SM
G 240 x 100 x 19mm thick coved skirting 130 LM
Supply and fix: 400 x 400 x 8mm non slip
granite floor tiles; bedded and grouted in approved epoxy grout: in
H Sreeded floors 42 SM
I 240 x 100 x 19mm thick coved skirting 17 LM
POLISHED TERRAZO: First coat of 25mm thick waterproofed cement and sand (1:3)
SCREED, second coat of 25mm thick coloured cement and approved marble
aggregates (1:2;5), including 25 x 3mm
pvc dividing strips at 1200mm centres : in
J Floors(ramps); internally 26 SM
-
Part 2: Section 6 Statement of Requirements
Page 114 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total carried to summary
BILL NO.2
MAIN OFFICEN BUILDING
ELEMENT NO.11
JOINERY FITTINGS
Storage cabinets/racks
Provide and fix the following joinery fitting and fixtures;details to be provided by the
Project Manager:
A Storage cabinets; overall size 3000mm long x
600mm wide x 2700mm high
1 NO
Counter worktop comprising; 100mm thick vibrated reinforced concrete (class 20);
150mm thick benching to toe space screeded; 18mm thick granite on backing
screed to top and fascia; 20mm thick
blockboard to back and floors; hardwood timber shelving and divides complete with
Mild steel Hollow Section framing; 18mm Laminated wood cabinet door shutters; all
ironmongery and accessories; painting and decoration; all details to be provided by
the Architect
B Reception counter overall size 3000 x 850mm wide x 1200mm high
1 NO
Curtain blids
C Supply and fix curtain blids for each window opening complete with brackets and all
accessories; details to be provided by the Project Manager
72 SM
Total carried to summary
Part 2: Section 6 Statement of Requirements
Page 115 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
ITEM DESCRIPTION PAGE NO AMOUNT(USHS)
BILL NO 2
MAIN OFFICE
SUMMARY
2 SUBTRUCTURE 2/2
3 R.C FRAME 2/3
3 WALLING 2/4
4 ROOFING CONSTRUCTION AND COVERING 2/5
5 CEILING 2/6
6 RAIN WATER DISPOSAL 2/7
7 DOORS 2/8
8 WINDOWS 2/9
9 EXTERNAL FINISHES 2/10
10 INTERNAL FINISHES 2/11
12 JOINERY FITTINGS 2/12
TOTAL CARRIED TO MAIN SUMMARY -
Part 2: Section 6 Statement of Requirements
Page 116 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
BILL NO.3
MECHANICAL INSTALLATIONS
Part 2: Section 6 Statement of Requirements
Page 117 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Item Description Qty Unit Rate
(USHS)
Amount
(USHS)
BILL No.3: MECHANICAL INSTALLATIONS
Provide all materials, install, connect and set to work the following all as
described in the Specifications and
Drawings.
1 Regional Service Uganda Center
Building
Fire Fighting Installations
Portable Fire Extinguishers
A Carbon Dioxide portable fire extinguisher 5kg as NAFFCO CO2 gas extinguisher Model NC5
or equal approved.
6 No.
B Dry powder portable fire extinguisher 9 kg as
NAFFCO ABC powder Model NP9 or equal
approved.
6 No.
Hose Reel Installations
C 50mm Black Seamless Steel SCH40 pipe complete with all accessories.
8 Lm
D 100x32x100mm Tee Black Seamless Steel
SCH40 3 No.
E 100x75mm Reducer Black Seamless Steel
SCH40 2 No.
F 32x25mm Reducer to Hose Reels 2 No.
G 50mm globe valves 2 No.
H Swinging arm automatic semi-rigid hose reel
19mm diameter and 30m long to BSEN 671-1-2001 and BSEN 694-2001 complete with all
accessories including wall mounting box, Jet and Spray nozzle and all accessories as
NAFFCO Model 19NFH-020M or equal
approved.
1 No.
SPRINKLER SYSTEM
I 50mm Black Seamless Steel SCH40 pipe complete with all accessories.
8 Lm
J 40mm Black Seamless Steel SCH40 pipe
complete with all accessories. 45 Lm
H 100x75mm Reducer Black Seamless Steel SCH40
4 Nr.
K 50x50x15mm Tee Black Seamless Steel SCH40
2 Nr.
L 75mm Globe Valve 1 Nr.
M 50mm globe valves 6 Nr.
N Sprinkler heads 78 deg C resistant 15 Nr.
Sanitary Fittings
Part 2: Section 6 Statement of Requirements
Page 118 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
O "Roca Victoria " BTW WC pan for flush valve,
white colour, vitreous china to BS3402 with
horizontal outlet complete with WC pan with fixing kit and WC inlet connector Ref:
523367307, removable plastic seat and cover with self closing system.
2 No.
P Concealed Flush valve for above WC Pan as
DOCOL 1-1/4" back entry type, with integral vacuum break, non-hold-open feature and
non-return valve, inlet control stop and wall plate complete with all accessories, as
DOCOL or equal approved.
2 No.
Q 530x450mm Countertop Vitreous China Wash
Hand Basin, with one tap hole 38mm chrome
plated chain waste, plastic bottle trap, complete with all accessories as Ideal
Standard tempo 53 or equal approved.
2 No.
Total carried to collection
A Hands free electronic control pillar tap, single temperature 1/2" BSP F1 complete with pillar
tap, mounting kit, solenoid valve as
Cobratron EL-JOE by COBRA.
2 No.
B Mains power supply for electronic tap as EL-
Trans Cobratron Transformer 10 Channel mains power supply unit, 220V AC to 9V DC
2 No.
C Vitreous China semi-recessed toilet roll holder complete with fixing to the wall as Armitage
Shanks Mayfair S5009 or equal approved. 3 No.
D Vitreous China Urinal Bowl complete with
38mm chrome plated waste, for flush valve
fittings complete with all accessories, as Armitage Shanks Contour S6110 or equal
approved.
2 No.
E Urinal proximity sensor surface mounted
complete with solenoid, combined servicing valve and filter, float switch with 10metre
extension cable and all accessories as
Armitage Shanks Urinal proximity sensor S8116 or equal approved.
2 No.
F Vitreous China Urinal Bowl separator complete with all accessories, as Armitage
Shanks S6120 or equal approved. 2 No.
G 6mm glass plate mirror size 610x475mm with bevelled edges complete.
3 No.
Part 2: Section 6 Statement of Requirements
Page 119 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
H PWD Suite with Vitreous China low level, with
6no Grab rails in powder coated aluminium
and P outlet 6 litre cistern, valve fittings complete with seat and cover and all
accessories, with washbasin and non-concussive tap, bottle trap and all accessories
as Armitage Shanks Standard Pack S687501
or equal approved.
1 No.
I Vitreous China Wash Hand Basin,
350x300mm with one tap hole 12mm chrome plated non-concussive pillar tap, 38mm
chrome plated chain waste, plastic bottle trap, complete with all accessories as
Armitage Shanks or equal approved.
1 Nr.
J Stainless Steel Kitchen Sink, single bowl single drain approximately
1000×500x200mm, rimless, with overflow, plastic waste, plastic bottle trap, bib mixer
tap, and all accessories.
1 Nr.
Foul Water
Supply and fix the following in PVC soil
and waste system to BS 4514 with fittings, fixed according to the
manufacturer's printed instructions and BS 5572:1978 all as supplied by KEY-
TERRAIN or equal, complete with all
fittings and accessories.
K 160mm PVC soil waste pipe on wall and or in
duct. 20 Lm
L KEY-TERRAIN Floor traps 3 No.
Total Carried to Collection
COLLECTION
Total carried forward from page 3/1
Total carried forward from page 3/2
Part 2: Section 6 Statement of Requirements
Page 120 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total for Level 2: Ground Floor Carried
to Summary Lm 4/4
2 Water Supply and Fire Fighting Equipment
Water tank stand
A Steel stand 4.9m high above ground
comprising 100mm dia. x 4.5mm thick galvanised round hollow section stands,
40mm braces/ stiffeners, cat ladder in 32mm
galvanised pipes, 4mm mild steel plate platform with drain holes supported by 40mm
square hollow section bars with a 450mm high railing on top, firmly fixed on 600 x 600
x 1000mm reinforced concrete grade 25 pad
foundations including anchoring bars and earthworks; all per Engineers detailed
drawing NO 1
Part 2: Section 6 Statement of Requirements
Page 121 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Water Supply
B 5000 litre PVC water tank, to BS complete
with tank cover, ball valve for inlet, overflow, wash out with sluice valve, outlet,
hoisted and mounted on steel water tank
stand(M/S) 1 No. C 110mm PN6 HDPE pipe water
supply/pumping line complete with all accessories.
20 Lm
D 110mm globe valve 2 No.
E Motorised 110mm globe valve with electronic
control for water supply control complete with MOD-BUS interface and all accessories.
1 No.
F Calibrated electronic water level/volume
monitoring unit for water tanks complete with
MOD-BUS interface and all accessories. 1 No.
G Electronic water flow meter for 110mm pipe complete with totalizer, display, MOD-BUS
interface and all accessories as Kent or equal approved.
1 No.
Fire Hydrant
H Fire hydrant DN100, of standout pattern complete with all fittings, adaptors, distance
pieces, valves, etc. and all other fittings to
make the installation complete, as specified, all fittings to PN 16, including chamber.
1 Nr.
I Collapsible reinforced canvas hose reels with female and male couplers, diameter 65mm
and length 30m.
2 Nr.
J Nozzle for above hose reel. 2 Nr.
K Metal box to hold 2 hose reels and nozzle
600x900x300mm fixed in the ground on legs, with reinforced glass door complete with all
accessories.
1 Nr.
Rain water storage and harvesting tank
E 10000L PVC tanks as Crestank size 1.85m diameter, 2.12m High Complete with 25mm
ball valve, 25mm washout, one 63mm outlet
on concrete base (M/S) 1 NO
Bases for rainwater tanks
F 600mm high by 2000mm diameter Base for
Rain water tank comprising 100mm thick
reinforced concrete class 20 slab on and including compacted murram and hardcore;
40mm cement/sand screed finished smooth; including all necessary excavation,edge walls,
formwork and disposal 1 NO
Total Carried to Collection
Part 2: Section 6 Statement of Requirements
Page 122 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
COLLECTION
Total carried forward from page 3/1
Total carried forward from page 3/2
Part 2: Section 6 Statement of Requirements
Page 123 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Water Supply and Fire Fighting Carried to Summary
Lm4/15
3 Sewer System
A 110mm PVC PN6 soil waste pipe in ground to manholes.
30 Lm
B 200mm PN6 PVC soil waste pipe buried in the ground to connect to NWSC line.
40 Lm
C Excavate for and construct manhole size
750mmx600mmm depth to invert level (average) 1200mm built in 200mm thick
concrete block walling in 1:4 cement mortar
walls plastered inside with approved water proofing additive in two coats:150mm
concrete mix (1:3:6-20mm aggregate) base 1000mmx150mm (average) thick benching
including 2No straight and curved 150mm half round main channel:150mm thick
slab,610mmx450mm rebate opening and
double seal cast iron cover including all accessories as per drawing.
5 No.
Connection to public sewer
D Allow Prime Cost sum of UGX
10,000,000=(Uganda Shillings, Ten Million Shillings only), for connection to
the public sewer
1 PS
Part 2: Section 6 Statement of Requirements
Page 124 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total for Sewers Carried to Summary
Lm1/16
4 Storm Water Disposal
A 160mm PN6 PVC Rain Water down pipes
complete. 10 Lm
B 160mm PN6 PVC Rain Water pipe shoes
complete. 5 No.
C 160mm PN6 PVC Rain Water pipe buried in the ground.
30 Lm
D 200mm PN6 PVC Rain Water pipe buried in the ground to connect to Public Storm water.
40 Lm
E Excavate for and construct manhole size
750mmx600mmm depth to invert level (average) 1200mm built in 200mm thick
concrete block walling in 1:4 cement mortar
walls plastered inside with approved water proofing additive in two coats:150mm
concrete mix (1:3:6-20mm aggregate) base 1000mmx150mm (average) thick benching
including 2No straight and curved 150mm
half round main channel:150mm thick slab,610mmx450mm rebate opening and
double seal cast iron cover including all accessories as per drawing.
5 No.
Part 2: Section 6 Statement of Requirements
Page 125 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Storm Water Connection Carried to
Summary
Lm1/17
SUMMARY
1 Total for Fire Fighting Installations, Hose Reel
Installations, Sanitary Fittings Lm4/4
2 Total for Water Supply and Fire Fighting Lm3/15
3 Total for Sewer Lm1/16
4 Total for Storm Water connection Lm3/17
Total Carried to Grand Summary S1/1
Part 2: Section 6 Statement of Requirements
Page 126 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
BILL NO.4
ELECTRICAL INSTALLATIONS
Part 2: Section 6 Statement of Requirements
Page 127 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Item Description Qty Unit Rate
(USHS)
Amount
(USHS)
BILL No. 4: ELECTRICAL INSTALLATIONS
Provide all materials, install, connect and set to work the following all as described in the Specifications and Drawings.
1 Regional Service Uganda Center Building
A Lighting points wired by 3x1.5mm2 SC PVC copper cables in 25mm heavy gauge PVC conduit surface/concealed conduit with drops
concealed in walls to switch positions complete with MK steel boxes
and all accessories.
52 No.
B Socket outlet points wired as a ring by 3 x 2.5mm2 SC PVC copper
cables in 25mm heavy gauge PVC surface/concealed conduit/trunking
complete with boxes for sockets on trunking and all accessories.
40 No.
Part 2: Section 6 Statement of Requirements
Page 128 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
C Voice and Data points in 25mm heavy gauge PVC conduit concealed
in slab, complete with MK steel boxes and all accessories.
38 No.
D Air Conditioning Indoor Units points wired by 3x2.5mm2 SC PVC
copper cables in 25mm heavy gauge PVC surface/concealed conduit complete with all accessories.
12 No.
E Television outlet points in 25mm heavy gauge PVC conduit concealed
in walls complete with MK steel boxes and all accessories.
5 No.
F Fire Alarm points in 25mm heavy gauge PVC surface/concealed
conduit complete with all accessories.
2 No.
G CCTV points in 25mm heavy gauge PVC concealed conduit/trunking complete with all accessories.
12 No.
H Extraction Fan points wired by 3 x 2.5mm2 SC PVC copper cables in
25mm heavy gauge PVC surface/concealed conduit complete with all accessories.
4 No.
I Provision for Cabling from Umeme pole service to Building meter, by 35mm2 ADC Copper cables complete with terminations, glanding,
clipping and all accessories.
30 Lm
J 100A 16 way TPN MCB wall mounted surface Distribution Board,
complete with integral 200A TPN MCCB incomer, and the following
outgoings: 9x32A SPN, 9x20A, 6x10A SPN MCBs, and all accessories, as made by Schneider or equal approved.
1 No.
K 100A 8way TPN MCB wall mounted surface Distribution Board, complete with integral 100A TPN incomer MCCB, and the following
outgoings: 12x20A SPN MCBs, and all accessories, as made by Schneider or equal approved for AC and UPS.
2 No.
L Place 50mm diameter PVC pipe sleeves in beams/walls for passing
conduits to the Structural Engineer's approval.
5 No.
M Place 100mm diameter PVC pipes in beams for passing AC pipes to the Structural Engineer's approval.
16 No.
N Floor ducts 3x32mm heavy gauge PVC conduits embedded in the floor
slab complete with all accessories.
50 Lm
F Galvanised Steel cable tray 600x50mm complete with all accessories. 90 Lm
Total Carried to Collection
Lighting Fittings
A Cast aluminium bulkhead with 6W LED lamp and polycarbonate bowl retained by tamper resistant fixings to IP44 with DALI Interface to
approval. (Light Type A)
8 No.
Part 2: Section 6 Statement of Requirements
Page 129 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
B Die-cast aluminium surface wall mounted 20W LED Lamp, with DALI
Interfaceas made by Philips or equal approved (Light Type B)
8 No.
C High performance LED 40W ceiling recessed modular flat panel
600x600mm, with DALI interface as made by Philips or equal approved. (Light Type C)
52 No.
D 30W LED post top luminaire for AC 85-265V, complete with mounted
on 4m steel pole complete with all accessories with DALI Interfaceas made by Philips or equal approved. (Light Type D)
6 No.
E 100W LED Floodlight to IP65 complete with all accessories as made by
Philips or equal approved. (Light Type E)
6 No.
F Cabling by 4 corex6mm2 PVC/SWA/ PVC Copper cables in PVC duct or
ground complete with terminations, glanding, clipping and all accessories to site lighting fittings.
100 Lm
G Cabling from MDB1 to DB1302 by 4corex16mm2 XLPE/SWA/ PVC Copper cables in in cable duct complete with terminations, glanding,
clipping and all accessories.
90 Lm
Light Switches No.
H 6A 1 gang 1 way light switch as CHINT or equal approved complete
with all accessories.
7 No.
I 6A 2 gang 1 way light switch as CHINT or equal approved complete
with all accessories.
2 No.
J 6A 1 gang 2 way light switch as CHINT or equal approved complete
with all accessories.
4 No.
K 6A 2 gang 2 way light switch as CHINT or equal approved complete
with all accessories.
2 No.
L 6A 3 gang 1 way light switch as CHINT or equal approved complete
with all accessories.
3 No.
SOCKETS No.
M 13A 3pin twin switched UPS socket outlets on wall/trunking as CHINT or equal approved.
40 No.
N 13A 3pin twin switched normal power socket outlets on wall/trunking
as CHINT or equal approved for UPS Power.
40 No.
O 20A DP Switch for Extraction Fans and Hand Dryers as CHINT or
equal approved.
3 No.
P Automatic HAND DRYER as STARMIX model no : T7E Electronic or equal approved complete with all accessories.
3 No.
Q DP points wired by 3x2.5mm2 SC PVC copper cables in 25mm heavy
gauge PVC surface/concealed conduit complete with all accessories.
3 No.
Energy Meters
R Three phase Electronic Energy Check Meters complete with a MOD-
BUS interface, and all accessories and to UMEME Standards and approval.
1 Nr.
Part 2: Section 6 Statement of Requirements
Page 130 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total Carried to Collection
Wall Trunking
A 3 section plastic trunking size 220x65mm complete with all accessories as Marshall Tufflex Sterling XL or equal approved.
150 Lm
Ac Outlets
B 13A 3pin Single switched socket outlets for Indoor AC Units on slab
soffit as CHINT or equal approved.
12 No.
Power and Data Floor Boxes No.
C Floor boxes 250x250x80mm with 4no twin 13A socket outlets and 8no
twin RJ45 outlets complete with cover and all accessories as made by MK or equal approved.
10 No.
Light Controllers No.
D Programmable six channel light controller (Control Digital Box (CDB) CDW12U5 Ex-Or by Honeywell), with sensor input and switch input
channels complete with DALI dimming Card, MLS Bus Card and all accessories.
1 No.
E Presence Detector 1 No.
F Daylight Detector 1 No.
G Floor Light Controller Box as RB2000 Ex-Or by Honeywell 1 No.
Total Carried to Collection
COLLECTION
Total carried forward from page 4/1
Total carried forward from page 4/2
Total carried forward from page 4/3
Part 2: Section 6 Statement of Requirements
Page 131 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total Lightning and Fittings to Summary E15/1
2 Earthing and Lightning Protection
A Copper tape of hard drawn high conductivity copper 3x25mm cross
section for horizontal and down conductors complete with fixing clips and all accessories as by FURSE or equal. 50 Lm
B Air terminals 20x1200mm complete with tape adapters, spikes and all
accessories by FURSE or equal. 2 No.
C Test clamp complete as by FURSE or equal. 2 No.
D General Earthing by 70mm2 stranded bare copper cable laid in the ground round the building foundations and bonded with bimetallic
clamps to a selected bar in selected columns complete with all accessories.
150 Lm
E Earth Electrodes 20x1200mm made from hard drawn copper complete with cap, earth clamp and all accessories as made by FURSE or equal. 8 No.
F Earth manhole 300x300x300mm complete with cover marked with EARTH symbol complete with all accessories as made by FURSE or
equal approved. 2 No.
BUILDER'S WORK
G Allow for builder's work for all above electrical installation including
making good, bracings, fixings, protection, making holes, making good and all accessories.
1 LS
Testing and Manuals
H Testing and Commissioning of the electrical installation. 1 LS
I O & M Manuals 2 Sets
J As Built Drawings (set of Paper Prints, and 1 AutoCAD CD) 2 Sets
Part 2: Section 6 Statement of Requirements
Page 132 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total for Earthing and Lightning Protection Carried to Summary
E15/2
3 UPS
A 40KVA UPS 400V, 50Hz, 2N+1, three phase complete with batteries in
a separate rack to last 30 minutes on full load, with interface to Building Management System with all accessories as made by APC or
equal approved.
1 No.
C 200A 14way TPN MCB wall mounted recessed Distribution Board, complete with integral 200A TPN MCCB incomer, and 2x63A, 2x40A,
2x32A TPN outgoing MCCBs, MOD-BUS interface, and all accessories, as made by Schneider or equal approved.
1 No.
D Cabling from MDB to UPS by 4corex35mm2 XLPE/SWA/ PVC Copper cables in cable duct complete with terminations, glanding, clipping and
all accessories.
60 Lm
E Cabling from UPS to DB by 4corex35mm2 XLPE/SWA/ PVC Copper
cables in cable duct complete with terminations, glanding, clipping and all accessories.
60 Lm
F 160A TPN Isolator as KATCO or equal approved. 6 No.
Part 2: Section 6 Statement of Requirements
Page 133 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total for UPS Carried to Summary E15/3
4 STANDBY GENERATOR
A Water cooled Standby diesel electric generator with weather proof
silencer Canopy, with Automatic start and changeover switch,
complete with Heavy duty battery, day tank in base, with a Prime Rating of 60 KVA (PRP), 415Volts, 50Hz, 3 phase, power factor 0.8
complete with Power Command PCC 3201 with synchronising unit and all accessories as made by Cummins Power Generation C50 D5 or
equal approved.
1 No.
B 200A TPN Automatic Transfer Switch with Air Break Switches complete
with all accessories.
1 No.
C Installation, testing and commissioning. 1 Item
D Earthing of the generator by 70mm2 bare stranded copper cable to an
independent earthing manhole with Copper mat to attain resistance of
less than 1 ohm.
1 Item
Part 2: Section 6 Statement of Requirements
Page 134 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total for Standby Generator carried to Summary E15/4
5 FIRE ALARM SYSTEM
A Fire Alarm Control Panel Model EST-3 Each Consists of: 1 No.
1 No. Central Processor Unit Module 3-CPU3
1 No. Network Communications Card, Class A 3-RS485A / MOD-BUS Interface.
1 No. Liquid Crystal Display Module 3-LCD
1 No. Primary Power Supply with Local Rail Module, 230V 3-PPS/M-230
1 No. Single Signature Driver Controller 3-SSDC1
3 No. Signature Dual Driver Controller 3-SDDC1
1 No. Chassis Assembly 3-CHAS7
1 No. Wall box with 1 Chassis Space 3-CAB7B
1 No. Door for CAB7B Series Wall box 3-CAB7D
2 No. 40Ah Sealed Lead Acid Battery - 12 Vic 12V40A
1 No. Battery Cabinet 14" x 18.25"x 7.25" - 40AH max BC-1
2 No. 6.5 Amp Booster Power Supply BPS6A/230
2 No. Single Input Module SIGA-CT1
4 No. 10Ah Sealed Lead Acid Battery - 12 Vdc12V10A
Field Devices:
B Intelligent Second Generation Photoelectric Smoke Detector SIGA2-PS
complete with base and all accessories.
15 No.
Part 2: Section 6 Statement of Requirements
Page 135 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
C Intelligent Second Generation Fixed Temperature / Rate-of-Rise Heat
Detector - 135F, 15F per minute SIGA2-HRS complete with base and
all accessories.
15 No.
D Manual Pull Station - Double Action, 1-stage (Back Box Not Included)
SIGA-278
2 No.
E Mains Bell 2 No.
F Fire Alarm points wired by fire retardant cable 2 core, 1.0mm2
complete with all accessories
40 No.
G Programming, Testing, Commissioning, start-up and Handover 1 SuLm
Total for Fire Detection and Fire Alarm System E15/5
6 Security Equipment
A Vehicle search Mirrors Model—GP 913
Make—AOYODI
1 No.
B Walk Thru’ Metal detector Model—Pd 6500i
Make—Garrett
1 No.
C Hand Held Metal Detectors with charging kit
Model—1165180, Super scanner
Make – Garrett
2 No.
Part 2: Section 6 Statement of Requirements
Page 136 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total for Security System E15/6
7 Voice and Data Cabling and Outlets
A Computer outlets wired by Cat 6A cables (as Siemon or equal
approved) in concealed conduit/trunking complete with all accessories. 40 No.
B Siemon Twin RJ45 outlets for UTP Cat 6A for Voice and Data as Siemon or equal approved mounted on trunking complete with all
accessories. 40 No.
C 42U Rack Data cabinet complete with power supply and fan and
mounting rails for patch panels and switches, with glass front door
and all accessories. 1 No.
Part 2: Section 6 Statement of Requirements
Page 137 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
D 1U Cat 6 48- port patch panel with an optical and copper port as
Siemon Part No HD-48 or equal approved. 2 No.
E 1U Cord organiser as Siemon Part No WM-143-5 or equal approved. 2 No.
F CAT 6 1.5m Patch cord as Siemon or equal approved. 20 No.
G CAT 6 3m Patch cord as Siemon or equal approved. 20 No.
H 1m 50/125 duplex optic fibre patch cord, SC-LC or LC-LC. 10 No.
I Fibre enclosure for 6 fibre cores as Siemon P/N; FCP3-RACK complete with all accessories (SC or LC form) or equal approved. 2 No.
J Optic Fibre cable complete with terminations 50 Lm
Telephony
K Voice gateway router with support for active connectivity to other PABXes using IP (SIP/H.323/MGCP), and E1 ISDN PRI TDM trunks,and
analog lines (this includes 1 E1 interfaces and 2 analog FXS/FXO interfaces). Includes support for industry standard codecs such as
G.729 and G.711 a/u law. Also includes Session Border Controller (SBC) functionality, which supports NAT, SIP/H.323/MGCP, industry-
standard codecs such as G.729 and G.711 a/u law, and interactive
voice response (IVR) functionality. Resource specifications are; Memory RAM 512MB, Flash Memory 128MB, 2 Ethernet
10/100/1000Base-T RJ45 ports, 2 serial WAN Interface ports, 2 analog voice (e.g FXS/FXO) ports, 2 E1 ISDN ports and and 32-Channel
Packet Voice/Fax DSP Module (or equivalent).
1 No.
Console Phones
L Color LCD screen with expanded key module or QWERTY keyboard, fully functional graphical user operator interface with use of a web
interface as a minimum, dedicated head set, speaker phone, full duplex and hands-free capability, operator logon and logoff, ability to
enable attendant busy/available, system supplementary features such
call hold, resume, transfer, consult transfer, park, conference, call waiting, interposition, and ability to direct calls to an IVR or voice mail
system, and support for IEEE 802.1af Power over Ethernet ( With One User Licence).
1 No.
Total Carried to Collection
Executive IP Phones
Part 2: Section 6 Statement of Requirements
Page 138 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
A Wide LCD colour screen (minimum 2 lines display) with support for
direct directory access, speaker phone, full duplex and hands-free
capability, calling name and number display, call waiting; call forward; call transfer, three-way conferencing, speaker phone (handsfree), and
support for IEEE 802.1af Power over Ethernet ( With One User Licence).
1 No.
Standard IP Phones
B LCD display (minimum 2 lines display) with programmable keys for direct directory access, speaker phone, full duplex and hands-free
capability, calling name and number display, call waiting; call forward; call transfer, three-way calling (conference), minimum of four speed
dials configurable, and support for IEEE 802.af Power over Ethernet (
With One User Licence)
27 No.
Network Infrastructure
C Access Switch with fixed configuration 48 port 10/100/1000 ports,
each with IEEE802.1af Power over Ethernet (PoE), 4 1Gbps SFP ports (with 4 SFP fibre modules included) uplinks, 64 MB DRAM, 32 MB
Flash memory, and support for switch cascading and layer 3 routing
capabilities.
1 No.
D Wireless Access Points with IEEE 802.11b/g/n standards support and capable of handling voice quality
1 No.
E Fibre Splicing and accessories. 1 IteLm
F Testing and documentation. 1 IteLm
Total Carried to Collection
COLLECTION
Total carried forward from page 4/9
Total carried forward from page 4/10
Part 2: Section 6 Statement of Requirements
Page 139 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total for Voice and Data Carried to Summary
E15/7
8 Access Control
A NET2 Access Panel: Net2 Plus Ethernet enabled Single Door Controller, two reader input, trigger outputs, inbuilt 2Amp PSU and
internal 7Ah Backup Battery
5 No.
B Paxton Net2 Access Software: Paxton Net2 Access Control Management and Control Software Professional Edition
1 No.
C Desktop Proxy Card Reader 1 No.
D ISO Proximity Access Cards (10 cards/packs) Directly Printable
polished white standard CR-80 cards
2 No.
E Paxton Proximity Reader P50, with LED, Audio Response, card reader, cover plate, indoor/outdoor use
1 No.
F Emergency Break Glass 5 No.
G Suprema BioEntry 5 No.
H Door Closure 5 No.
I MAGLOCK300: Magnetic door lock 300kg side mount with bracket Front/Z for S/F maglock.
5 No.
J Access Control outlets wired by Cat 6 cables (as Siemon or equal
approved) in concealed conduit/trunking complete with all accessories including PoE.
5 No.
K Remote control stations for doors. 1 No.
L Testing and Commissioning 1 Item
Part 2: Section 6 Statement of Requirements
Page 140 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total for Access Control
E15/8
9 CCTV System
A Network Video Recorder: NVR: Network Video Recorder Digital Sentry: 9TB internal Storage, 2RU Digital Sentry NVRS (Network Video
Storage Server), 2x DVI-D HD Monitor Outpts, DVD, 280 Mbps bandwidth supports, optionally configured for RAID5, front accessible
hard drives, Optional external JBOD or RAID5 storage (up to 12TB) supports SNMP, HTML management reports, and heads-up DSSI Utility
LED display keyed to DSSI Utility, Intel Core i7, Windows 8 Ultimate
OS, 8GB RAM 16 Channel
1 No.
B Axxon Next Software: Client-Server IP Camera Management
Software
1 No.
C IP DOME CAMERA: Weatherproof, Vandal IR Dome camera, Full HD, 2MP resolution, 1080P, 2.8-12mm Lens, IR 25-30meters, IP66, PoE;
complete with Axxon Next Software and connection Licence.
8 No.
D IP BULLET CAMERA: HIGH RESOLUTION: Weatherproof, IR Bullet Full HD, 2MP resolution, 1080P, 2.8-12mm Lens, IR 25-30meters, IP66,
PoE; complete with Axxon Next Software and connection Licence.
4 No.
E Access Control Server PC: Intel Core i7 Windows 8 professional OS, 16GB RAM, DVD writer, Ethernet, USB, keyboard, 32” LED Screen,
2TB HDD. This will be shared with Access control system and stationed in server room
1 No.
F CCTV Monitoring 43” LED Screen extending view to the secruity toom 1 No.
H CCTV outlets wired by Cat 6 cables (as Siemon or equal approved) in
concealed conduit/trunking complete with all accessories including PoE.
14 No.
H Testing and Commissioning 1 IteLm
Part 2: Section 6 Statement of Requirements
Page 141 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total for CCTV
E15/9
10 AIR CONDITIONING AND VENTILATION
A 4 Way Ceiling cassette split units fan coil, of nominal cooling capacity
12,100Btu/Hr, complete with front panels, refrigerant pipework, drainage pipework, remote controllers, outdoor unit and all
accessories, as LG or equal approved.
2 No.
B 4 Way Ceiling cassette split units fan coil, of nominal cooling capacity
18000Btu/Hr, complete with front panels, refrigerant pipework, drainage pipework, remote controllers, outdoor unit and all
accessories, as LG or equal approved.
10 No.
C Cabling from DB to AC Outdoor Units by 4corex35mm2 PVC/SWA/ PVC Copper cables in PVC duct/Cable trays/surface complete with
terminations, glanding, clipping and all accessories.
50 Lm
Toilet Extraction No.
D Extraction Air louver as Airmaster AL Size: 300x300mm. 3 No.
E Rectangular shaped duct in resin coat steel sheets gauge 24, size
300x200mm, complete with all fittings and accessories.
28 Lm
F AVS 30A 240Vfor Acs 12 No.
G Installation and Testing LS
Part 2: Section 6 Statement of Requirements
Page 142 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total for Air Conditioning and Ventilation
E15/10
SUMMARY
1 Total for Lighting, sockets, switches, cabling and provision for other
services E15/1
2 Total for Earthing and Lightning Protection E15/2
3 Total for UPS E15/3
4 Total for Standby Generators E15/4
5 Total for Fire Alarm System E15/5
6 Total for Security Equipuipent E15/6
7 Total for Voice and Data E15/7
8 Access Control E15/8
9 CCTV E15/9
10 Air Conditioning E15/10
Part 2: Section 6 Statement of Requirements
Page 143 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Total Carried to Main Summary ES/1
Part 2: Section 6 Statement of Requirements
Page 144 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
BILL NO.5
DAYWORKS
Part 2: Section 6 Statement of Requirements
Page 145 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Item Description Qty Unit Rate
(USHS)
Amount
(UShs)
BILL NO.5
DAY WORKS
ELEMENT NO.1
Labour
General
A Work shall not be executed on a day work basis
except by written order of the Project Manager.
Tenderers shall enter basic rates for day-works in the schedules, which rates shall apply to any quantity of
daywork, and the extended total for day work shall be carried forward as a Provisional Sum of the Final
Summary.
Labour
B Payment of labour authorised by the Engineer to be employed on Dayworks will be the net amount of
such labour in accordanc with the Contractor, plus the
percentage addition also to be inserted by the Contractor.
C The rates inserted against each category of labour will be deemed to be the hourly wages paid to workmen
and change hands, working with their gangs, inclusive
of allowances for Housing, Holidays with pay, Annual Leave, Sick Leave, Safari Allowance and allowances
required by Government enactments concerning regulations of wages and conditions of employment.
D The Percentage Addition net amount of wages defined above will be deemed to cover:-
Supply, Transport about the Site Use, Maintenance
and removal of ordinary hand toos and equipment used in Dayworks (such as picks, shovels, barrows,
ladders, hand saws, bar benders, scaffolding, hose, rubber boots, special clothing, tarpaulins and all items
of aline nature), Insurance Superitendence, (including
wages fo Foreman, water supply, aritificial lighting, over-heads, head office, site staff, and establishment
charges, Profit and all other laibilities and obligations wheatsoever.
Net Amount of Wages
A Skilled Labourer 8 Hrs
B Unskilled Labourer 8 Hrs
C Craftsmen 8 Hrs
D Mason 8 Hrs
E Concretor 8 Hrs
F Carpenter 8 Hrs
Part 2: Section 6 Statement of Requirements
Page 146 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
G Electrician 8 Hrs
H Roofer 8 Hrs
I Painter 8 Hrs
J Plumber 8 Hrs
K Light Plant Operator (Compressors, Mixers, Rollers,
etc)
8 Hrs
L Heavy Plant Operator (D7 Graders, Excavators, etc) 8 Hrs
M Ganger 8 Hrs.
SUB-TOTAL
N Allow for Percentage Addition of Net Amount of Wages to cover Tools, Insurance, etc., as defined
above
15 %
Total carried to summary
BILL NO.5
DAY WORKS
ELEMENT NO.2
Materials
A Payment of materials authorised by the Project Manager to be used in dayworks will be the net cost
of supply and delivery to site of such materials, in accordanc with the rates to be inserted below by the
Contractor plus the percentage addition also to be inserted by the Contractor.
B The net cost of supply and delivery of site of
materials shal mean the cost, including delivery to site, or in the case of materials supplied form the
Contractor's Stock, current prices plus justifiable charges for handling and delivery to site. Where
materials are not left in the work, 50% only of such
cost will be allowed for use and waste.
C The percentage addition on net cost of materials as
defined above will be deemed to cover Insurances, Overheads, Head Office, Site Staff and Establishment
Charges, Profit and all other liabilities and obligations whatsoever.
D Cement, Ordinary Portland or Equivalent in bags. 50 KG
E Mild Steel reinforcement bars up to 20mm diameter to BS 4449 or equivalent.
50 KG
F A142 Mesh Steel reinforcement 5 SM
G Fine aggregate for concrete 7 Ton
H Sand for plastering 7 Ton
I 100mm Diameter unplasticised PVC drain pipe 6 LM
J 25mm Diameter galvanised steel pipe 6 LM
Part 2: Section 6 Statement of Requirements
Page 147 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
K Emulsion Paint 6 Ltr.
L Gloss oil paint 6 Ltr.
M 50 x 100mm soft wood 5 LM
N 50 x 100 mm hardwood 5 LM
O 450 x 230 x 200 mm Concrete Block 6 NO
P 450 x 230 x 100 mm Concrete Block 6 NO
Q 50 x 50 x 6mm steel angle 6 LM
R 150 x 150 x 6mm white glazed wall tiles 20 NO
SUB-TOTAL
S Allow a percentage addition of net cost of materials to cover Insurance, Over head Charges, Profit, etc., as
defined above. 15 %
Total carried to summary
BILL NO.5
DAY WORKS
ELEMENT NO.3
Plant
The rates inserted herein are to include for all
operations and maintenance costs, fuel coil, grease, drivers and turnboys, wages,
supervision, overheads and profits. Only time actually employed upon the work will be paid
for and the rates should not include for idle
time, travelling and overtime. All types of plant must be priced
A D4 Tractor or equivalent
8
Hrs
B D7 Tractor or equivalent
8
Hrs
C Motor Grader Cat. 14 or equivalent (complete with
scarifier)
8
Hrs
Part 2: Section 6 Statement of Requirements
Page 148 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
D 10 - 12 Ton pneumatic self-propelled roller
8
Hrs
E Small hand - propelled vibrating roller 8
Hrs
F 2 1/4 cu. Yd. Tractor excavator with loader attachment
8 Hrs
G 3 Ton tipper lorry
8
Hrs
H 7 Ton tipper lorry
8
Hrs
I Compressor (250 c.v.m) complete with all tools,
hoses, steel, etc. 8 Hrs
J Concrete mixer 13/10 8
Hrs
K Concrete mixer 13/7
8
Hrs
L Concrete vibrator (Pocker type)
8
Hrs
SUB-TOTAL
M Allow for percentage addition of net cost of materials
to cover Insurance, Overhead charges, Profit, etc. as
defined above
15 %
Total carried to summary
Part 2: Section 6 Statement of Requirements
Page 149 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA
March 2014
Completion Schedule
Part 3: Section 7. General Conditions of Contract
Page 150 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
PART 3 - Contract
Section 7: General Conditions of Contract for the
Procurement of Works
Table of Clauses
A. General 152
1. Definitions ............................................................................................................152
2. Interpretation ........................................................................................................154
3. Language and Law ...............................................................................................154
4. Project Manager’s Decisions ...............................................................................155
5. Delegation ............................................................................................................155
6. Notices .................................................................................................................155
7. Subcontracting .....................................................................................................155
8. Other Contractors .................................................................................................155
9. Personnel ..............................................................................................................155
10. Employer’s and Contractor’s Risks .....................................................................155
11. Employer’s Risks .................................................................................................156
12. Contractor’s Risks ................................................................................................156
13. Insurance ..............................................................................................................156
14. Site Investigation Reports ....................................................................................157
15. Queries about the Special Conditions of Contract ...............................................157
16. Contractor to Construct the Works ......................................................................157
17. Works to Be Completed by the Intended Completion Date .................................157
18. Approval by the Project Manager ........................................................................157
19. Safety ...................................................................................................................157
20. Discoveries ...........................................................................................................157
21. Possession of the Site ...........................................................................................158
22. Access to the Site .................................................................................................158
23. Instructions, Inspection and Audits ......................................................................158
24. Disputes ................................................................................................................158
25. Procedure for Disputes .........................................................................................158
26. Replacement of Adjudicator ................................................................................158
B. Time Control 159
27. Program ................................................................................................................159
28. Extension of the Intended Completion Date ........................................................159
29. Acceleration .........................................................................................................159
30. Delays Ordered by the Project Manager ..............................................................159
31. Management Meetings .........................................................................................160
32. Early Warning ......................................................................................................160
C. Quality Control 160
33. Identifying Defects ...............................................................................................160
Part 3: Section 7. General Conditions of Contract
Page 151 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
34. Tests .....................................................................................................................160
35. Correction of Defects ...........................................................................................160
36. Uncorrected Defects .............................................................................................161
D. Cost Control 161
37. Bill of Quantities or Activity Schedule ................................................................161
Option 1: Admeasurement Contracts - Bill of Quantities ................................................161
Option 2: Lump Sum Contracts – Activity Schedule ......................................................161
38. Changes in the Bill of Quantities or Activity Schedule .......................................161
Option 1: Admeasurement Contracts – Changes in the Bill of Quantities ......................161
Option 2: Lump Sum Contracts – Changes in the Activity Schedule ..............................161
39. Variations .............................................................................................................161
Option 1: Admeasurement Contracts – Variations ..........................................................161
Option 2: Lump Sum Contracts - Variations ...................................................................161
40. Payments for Variations .......................................................................................162
Option 1: Admeasurement Contracts – Payment for Variations ......................................162
Option 2: Lump Sum Contracts – Payment for Variations ..............................................162
42. Payment Certificates ............................................................................................162
43. Payments ..............................................................................................................163
44. Compensation Events ...........................................................................................163
45. Tax .......................................................................................................................164
46. Currencies ............................................................................................................164
47. Price Adjustment ..................................................................................................165
48. Retention ..............................................................................................................166
49. Liquidated Damages ............................................................................................166
50. Bonus ...................................................................................................................166
51. Advance Payment ................................................................................................166
52. Performance Security ...........................................................................................167
53. Dayworks .............................................................................................................167
54. Cost of Repairs .....................................................................................................167
E. Finishing the Contract 168
55. Completion ...........................................................................................................168
56. Taking Over .........................................................................................................168
57. Final Account .......................................................................................................168
58. Operating and Maintenance Manuals ..................................................................168
59. Termination ..........................................................................................................168
60. Payment upon Termination ..................................................................................169
61. Property ................................................................................................................170
62. Release from Performance ...................................................................................170
Part 3: Section 7. General Conditions of Contract
Page 152 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
A. General
1. Definitions
1.1 The following words and expressions shall have the meanings hereby assigned to
them:
(a) “Activity Schedule” means the priced and completed Activity Schedule,
forming part of the Bid, which provides a breakdown of the Contract Price by
work elements for a Lump Sum Contract.
(b) The “Adjudicator” is the person appointed jointly by the Employer and the
Contractor to resolve disputes in the first instance.
(c) “Admeasurement Contract” means a Contract under which the Works are
executed on the basis of agreed rates and prices in a Bill of Quantities and
payment is made for the quantity of work actually executed.
(d) “Bill of Quantities” means the priced and completed Bill of Quantities
forming part of the Bid, which provides the agreed rates and prices for
payment for an Admeasurement Contract.
(e) “Compensation Events” are those defined in Clause 44 hereunder.
(f) The “Completion Date” is the date of completion of the Works as certified by
the Project Manager.
(g) The “Contract” is the agreement between the Employer and the Contractor to
execute, complete, and maintain the Works.
(h) The “Contractor” is a person or corporate body whose Bid to carry out the
Works has been accepted by the Employer and is named as such in the
Agreement, and means Provider as defined in the Public Procurement and
Disposal of Public Assets Act, 2003.
(i) The “Contractor’s Bid” is the completed bidding document submitted by the
Contractor to the Employer.
(j) The “Contract Price” is the price stated in the Agreement and thereafter as
adjusted in accordance with the provisions of the Contract.
(k) “Days” are working days; “months” are calendar months.
(l) “Dayworks” are varied work inputs subject to payment on a time basis for the
Contractor’s employees and Equipment, in addition to payments for
associated Materials and Plant.
(m) A “Defect” is any part of the Works not completed in accordance with the
Contract.
(n) The “Defects Liability Certificate” is the certificate issued by the Project
Manager upon correction of defects by the Contractor.
(o) The “Defects Liability Period” is the period calculated from the Completion
Date, during which the Contractor must rectify defects.
(p) “Drawings” include calculations and other information provided or approved
Part 3: Section 7. General Conditions of Contract
Page 153 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
by the Project Manager for the execution of the Contract.
(q) The “Employer” is the party named in the Agreement, who employs the
Contractor to carry out the Works and means Procuring and Disposing Entity
as defined in the Public Procurement and Disposal of Public Assets Act,
2003.
(r) “Equipment” is the Contractor’s machinery and vehicles brought temporarily
to the Site to construct the Works.
(s) “GCC” means the General Conditions of Contract.
(t) The “Initial Contract Price” is the Contract Price listed in the Agreement.
(u) The “Intended Completion Date” is the date on which it is intended that the
Contractor shall complete the Works.
(v) “Lump Sum Contract” means a Contract under which the Works are executed
for an all inclusive fixed total amount, as defined in the Activity Schedule.
(w) “Materials” are all supplies, including consumables, used by the Contractor
for incorporation in the Works.
(x) “Plant” is any integral part of the Works that shall have a mechanical,
electrical, chemical, or biological function.
(y) The “Project Manager” is the person named in the SCC (or any other
competent person appointed by the Employer and notified to the Contractor,
to act as a representative of the Contract Manager) who is responsible for
supervising the execution of the Works and administering the Contract. The
(z) The “Contract Manager” is the person appointed by the Accounting Officer
from the user department or another Procuring and Disposing Entity to
manage the contract.
(za) “Provisional Sum” means a sum included in the Contract and so designated
in the Bill of Quantities or Activity Schedule for the provision of supplies,
works or services or for contingencies to be expended for the execution of the
Works in whole or part at the direction of the Project Manager.
(aa) “SCC” means the Special Conditions of Contract.
(bb) The “Site” is the area defined as such in the SCC.
(cc) “Site Investigation Reports” are those that were included in the bidding
documents and are factual and interpretative reports about the surface and
subsurface conditions at the Site.
(dd) “Specification” means the Specification of the Works included in the
Contract and any modification or addition made or approved by the Project
Manager.
(ee) The “Start Date” is the latest date by when the Contractor shall commence
execution of the Works and is specified in the SCC.
(ff) A “Subcontractor” is a person or corporate body who has a Contract with the
Contractor to carry out a part of the work in the Contract, which includes
Part 3: Section 7. General Conditions of Contract
Page 154 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
work on the Site.
(gg) “Temporary Works” are works designed, constructed, installed, and removed
by the Contractor that are needed for construction or installation of the
Works.
(hh) A “Variation” is an instruction given by the Project Manager which varies the
Works.
(ii) The “Works” are what the Contract requires the Contractor to construct,
install, and turn over to the Employer, as defined in the SCC.
2. Interpretation
2.1 In interpreting these Conditions of Contract, singular also means plural, male also
means female or neuter, and the other way around. Headings have no significance.
Words have their normal meaning under the language of the Contract unless
specifically defined. The Project Manager will provide instructions clarifying
queries about these Conditions of Contract.
2.2 These General Conditions of Contract shall apply in their entirety, except where
alternative options are specified for different types of contract. Where alternative
options are specified:
(a) Option 1 shall apply to Admeasurement Contracts; and
(b) Option 2 shall apply to Lump Sum Contracts.
2.3 For purposes of interpreting these Conditions of Contract, the type of contract is as
specified in the SCC.
2.4 If sectional completion is specified in the SCC, references in the Conditions of
Contract to the Works, the Completion Date, and the Intended Completion Date
apply to any Section of the Works (other than references to the Completion Date
and Intended Completion Date for the whole of the Works).
2.5 The documents forming the Contract shall be interpreted in the following order of
priority:
(1) Agreement,
(2) Contractor’s Bid,
(3) Special Conditions of Contract,
(4) General Conditions of Contract,
(5) Scope of Works,
(6) Drawings,
(7) Bill of Quantities or Activity Schedule, as appropriate, and
(8) any other document listed in the SCC as forming part of the Contract.
3. Language and Law
3.1 The language of the Contract is English and the law governing the Contract is that
of the Republic of Uganda, unless otherwise specified in the SCC.
Part 3: Section 7. General Conditions of Contract
Page 155 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
4. Project Manager’s Decisions
4.1 Except where otherwise specifically stated, the Project Manager will decide
contractual matters between the Employer and the Contractor in the role
representing the Employer.
4.2 The Project Manager will obtain the Employer’s approval for any of the decisions
specified in the SCC.
5. Delegation
5.1 The Project Manager may delegate any of his duties and responsibilities to other
people, except to the Adjudicator, after notifying the Contractor in writing, and may
cancel any delegation after notifying the Contractor.
6. Notices
6.1 Any notice given by one party to the other pursuant to the Contract shall be in
writing to the address specified in the SCC. The term “in writing” means
communicated in written form with proof of receipt.
6.2 A notice shall be effective when delivered or on the notice’s effective date,
whichever is later.
7. Subcontracting
7.1 Unless otherwise specified in the SCC, the Contractor may subcontract with the
approval of the Project Manager, but may not assign the Contract without the
approval of the Employer in writing. Subcontracting shall not alter the Contractor’s
obligations.
7.2 Any further conditions relating to subcontracting shall be as specified in the SCC.
8. Other Contractors
8.1 The Contractor shall cooperate and share the Site with other contractors, public
authorities, utilities, and the Employer between the dates given in the Schedule of
Other Contractors, if such Schedule is specified in the SCC. The Contractor shall
also provide facilities and services for them as described in the Schedule. The
Employer may modify the Schedule of Other Contractors, and shall notify the
Contractor of any such modification.
9. Personnel
9.1 If the Schedule of Key Personnel is specified in the SCC, the Contractor shall
employ the key personnel named in the Schedule, or other personnel approved by
the Project Manager, to carry out the functions stated in the Schedule. The Project
Manager will approve any proposed replacement of key personnel only if their
relevant qualifications and abilities are substantially equal to or better than those of
the personnel listed in the Schedule.
9.2 If the Project Manager asks the Contractor to remove a person who is a member of
the Contractor’s staff or work force, stating the reasons, the Contractor shall ensure
that the person leaves the Site within seven days and has no further connection with
the work in the Contract.
10. Employer’s and Contractor’s Risks
10.1 The Employer carries the risks which the Contract states are Employer’s risks, and
Part 3: Section 7. General Conditions of Contract
Page 156 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
the Contractor carries the risks which the Contract states are Contractor’s risks.
11. Employer’s Risks
11.1 From the Start Date until the Defects Correction Certificate has been issued, the
following are Employer’s risks:
(a) The risk of personal injury, death, or loss of or damage to property (excluding
the Works, Plant, Materials, and Equipment), which are due to:
(i) use or occupation of the Site by the Works or for the purpose of the
Works, which is the unavoidable result of the Works; or
(ii) negligence, breach of statutory duty, or interference with any legal
right by the Employer or by any person employed by or contracted to
him except the Contractor.
(b) The risk of damage to the Works, Plant, Materials, and Equipment to the
extent that it is due to a fault of the Employer or in the Employer’s design, or
due to war or radioactive contamination directly affecting the country where
the Works are to be executed.
11.2 From the Completion Date until the Defects Correction Certificate has been issued,
the risk of loss of or damage to the Works, Plant, and Materials is an Employer’s
risk except loss or damage due to:
(a) a Defect which existed on the Completion Date;
(b) an event occurring before the Completion Date, which was not itself an
Employer’s risk; or
(c) the activities of the Contractor on the Site after the Completion Date.
12. Contractor’s Risks
12.1 From the Starting Date until the Defects Correction Certificate has been issued, the
risks of personal injury, death, and loss of or damage to property (including,
without limitation, the Works, Plant, Materials, and Equipment) which are not the
Employer’s risks are the Contractor’s risks.
13. Insurance
13.1 The Contractor shall provide, in the joint names of the Employer and the
Contractor, insurance cover from the Start Date to the end of the Defects Liability
Period, in the amounts and deductibles stated in the SCC for the following events
which are due to the Contractor’s risks:
(a) loss of or damage to the Works, Plant, and Materials;
(b) loss of or damage to Equipment;
(c) loss of or damage to property (except the Works, Plant, Materials, and
Equipment) in connection with the Contract; and
(d) personal injury or death.
13.2 Policies and certificates for insurance shall be delivered by the Contractor to the
Project Manager for the Project Manager’s approval before the Start Date. All such
insurance shall provide for compensation to be payable in the types and proportions
Part 3: Section 7. General Conditions of Contract
Page 157 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
of currencies required to rectify the loss or damage incurred.
13.3 If the Contractor does not provide any of the policies and certificates required, the
Employer may effect the insurance which the Contractor should have provided and
recover the premiums the Employer has paid from payments otherwise due to the
Contractor or, if no payment is due, the payment of the premiums shall be a debt
due.
13.4 Alterations to the terms of an insurance shall not be made without the approval of
the Project Manager.
13.5 Both parties shall comply with any conditions of the insurance policies.
14. Site Investigation Reports
14.1 The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports
referred to in the SCC, supplemented by any information available to the Bidder.
15. Queries About the Special Conditions of Contract
15.1 The Project Manager will clarify queries on the SCC.
16. Contractor to Construct the Works
16.1 The Contractor shall construct and install the Works in accordance with the
Specifications and Drawings.
17. Works to be Completed by the Intended Completion Date
17.1 The Contractor may commence execution of the Works on the Start Date and shall
carry out the Works in accordance with the Program submitted by the Contractor,
as updated with the approval of the Project Manager, and complete them by the
Intended Completion Date specified in the SCC.
18. Approval by the Project Manager
18.5 All Drawings prepared by the Contractor for the execution of the temporary or
permanent Works, are subject to prior approval by the Project Manager before use.
18.1 The Contractor shall be responsible for design of Temporary Works and shall
submit Specifications and Drawings showing the proposed Temporary Works to the
Project Manager. The Project Manager shall approve such Specification and
Drawing if they comply with the Specifications and Drawings in the Statement of
Requirements.
18.3 The Project Manager’s approval shall not alter the Contractor’s responsibility for
design of the Temporary Works.
18.4 The Contractor shall obtain approval of third parties to the design of the Temporary
Works, where required.
19. Safety
19.1 The Contractor shall be responsible for the safety of all activities on the Site.
20. Discoveries
20.1 Anything of historical or other interest or of significant value unexpectedly
discovered on the Site shall be the property of the Employer. The Contractor shall
notify the Project Manager of such discoveries and carry out the Project Manager’s
instructions for dealing with them.
Part 3: Section 7. General Conditions of Contract
Page 158 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
21. Possession of the Site
21.1 The Employer shall give possession of all parts of the Site to the Contractor. If
possession of a part is not given by the date stated in the SCC, the Employer will be
deemed to have delayed the start of the relevant activities, and this will be a
Compensation Event.
22. Access to the Site
22.1 The Contractor shall allow the Project Manager and any person authorised by the
Project Manager access to the Site and to any place where work in connection with
the Contract is being carried out or is intended to be carried out.
23. Instructions, Inspection and Audits
23.1 The Contractor shall carry out all instructions of the Project Manager which comply
with the applicable laws where the Site is located.
23.2 The Contractor shall permit the Government of Uganda to inspect the Contractor’s
accounts and records relating to the performance of the Contract and to have them
audited by auditors appointed by the Government, if so required by the
Government.
24. Disputes
24.1 If the Contractor believes that a decision taken by the Project Manager was either
outside the authority given to the Project Manager by the Contract or that the
decision was wrongly taken, the decision shall be referred to any Adjudicator
appointed under the contract within 14 days of the notification of the Project
Manager’s decision.
25. Procedure for Disputes
25.1 Unless otherwise specified in the SCC, the procedure for disputes shall be as
specified in GCC 25.2 to 25.4.
25.2 Any Adjudicator appointed under the contract shall give a decision in writing
within 28 days of receipt of a notification of a dispute, providing that he is in
receipt of all the information required to give a decision.
25.3 Any Adjudicator appointed under the contract shall be paid by the hour at the rate
specified in the SCC, together with reimbursable expenses of the types specified in
the SCC, and the cost shall be divided equally between the Employer and the
Contractor, whatever decision is reached by the Adjudicator. Either party may refer
a decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator’s
written decision. If neither party refers the dispute to arbitration within the above 28
days, the Adjudicator’s decision will be final and binding.
25.4 Any arbitration shall be conducted in accordance with the Arbitration and
Conciliation Act 2000 or such other formal mechanism specified in the SCC, and in
the place shown in the SCC.
26. Replacement of Adjudicator
26.1 Should the Adjudicator resign or die, or should the Employer and the Contractor
agree that the Adjudicator is not functioning in accordance with the provisions of
the Contract, a new Adjudicator will be jointly appointed by the Employer and the
Part 3: Section 7. General Conditions of Contract
Page 159 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Contractor. In case of disagreement between the Employer and the Contractor,
within 30 days, the Adjudicator shall be designated by the Appointing Authority
designated in the SCC at the request of either party, within 14 days of receipt of
such request.
B. Time Control
27. Program
27.1 Within the time stated in the SCC, the Contractor shall submit to the Project
Manager for approval a Program showing the general methods, arrangements,
order, and timing for all the activities in the Works.
27.2 An update of the Program shall be a program showing the actual progress achieved
on each activity and the effect of the progress achieved on the timing of the
remaining work, including any changes to the sequence of the activities.
27.3 The Contractor shall submit to the Project Manager for approval an updated
Program at intervals no longer than the period stated in the SCC. If the Contractor
does not submit an updated Program within this period, the Project Manager may
withhold the amount stated in the SCC from the next payment certificate and
continue to withhold this amount until the next payment after the date on which the
overdue Program has been submitted.
27.4 The Project Manager’s approval of the Program shall not alter the Contractor’s
obligations. The Contractor may revise the Program and submit it to the Project
Manager again at any time. A revised Program shall show the effect of Variations
and Compensation Events.
28. Extension of the Intended Completion Date
28.1 The Project Manager shall extend the Intended Completion Date if a Compensation
Event occurs or a Variation is issued which makes it impossible for Completion to
be achieved by the Intended Completion Date without the Contractor taking steps to
accelerate the remaining work, which would cause the Contractor to incur
additional cost.
28.2 The Project Manager shall decide whether and by how much to extend the Intended
Completion Date within 21 days of the Contractor asking the Project Manager for a
decision upon the effect of a Compensation Event or Variation and submitting full
supporting information. If the Contractor has failed to give early warning of a delay
or has failed to cooperate in dealing with a delay, the delay by this failure shall not
be considered in assessing the new Intended Completion Date.
29. Acceleration
29.1 When the Employer wants the Contractor to finish before the Intended Completion
Date, the Project Manager will obtain priced proposals for achieving the necessary
acceleration from the Contractor. If the Employer accepts these proposals, the
Intended Completion Date will be adjusted accordingly and confirmed by both the
Employer and the Contractor.
29.2 If the Contractor’s priced proposals for an acceleration are accepted by the
Employer, they are incorporated in the Contract Price and treated as a Variation.
30. Delays Ordered by the Project Manager
Part 3: Section 7. General Conditions of Contract
Page 160 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
30.1 The Project Manager may instruct the Contractor to delay the start or progress of
any activity within the Works.
31. Management Meetings
31.1 Either the Project Manager or the Contractor may require the other to attend a
management meeting. The business of a management meeting shall be to review
the plans for remaining work and to deal with matters raised in accordance with the
early warning procedure detailed in GCC 32.
31.2 The Project Manager shall record the business of management meetings and
provide copies of the record to those attending the meeting and to the Employer.
The responsibility of the parties for actions to be taken shall be decided by the
Project Manager either at the management meeting or after the management
meeting and stated in writing to all who attended the meeting.
32. Early Warning
32.1 The Contractor shall warn the Project Manager at the earliest opportunity of
specific likely future events or circumstances that may adversely affect the quality
of the work, increase the Contract Price or delay the execution of the Works. The
Project Manager may require the Contractor to provide an estimate of the expected
effect of the future event or circumstance on the Contract Price and Completion
Date. The estimate shall be provided by the Contractor as soon as reasonably
possible.
32.2 The Contractor shall cooperate with the Project Manager in making and considering
proposals for how the effect of such an event or circumstance can be avoided or
reduced by anyone involved in the work and in carrying out any resulting
instruction of the Project Manager.
C. Quality Control
33. Identifying Defects
33.1 The Project Manager shall check the Contractor’s work and notify the Contractor of
any Defects that are found. Such checking shall not affect the Contractor’s
responsibilities. The Project Manager may instruct the Contractor to search for a
Defect and to uncover and test any work that the Project Manager considers may
have a Defect.
34. Tests
34.1 If the Project Manager instructs the Contractor to carry out a test not specified in
the Specification to check whether any work has a Defect and the test shows that it
does, the Contractor shall pay for the test and any samples. If there is no Defect, the
test shall be a Compensation Event.
35. Correction of Defects
35.1 The Project Manager shall give notice to the Contractor of any Defects before the
end of the Defects Liability Period, specified in the SCC. The Defects Liability
Period shall be extended for as long as Defects remain to be corrected.
35.2 Every time notice of a Defect is given, the Contractor shall correct the notified
Defect within the length of time specified by the Project Manager’s notice.
Part 3: Section 7. General Conditions of Contract
Page 161 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
36. Uncorrected Defects
36.1 If the Contractor has not corrected a Defect within the time specified in the Project
Manager’s notice, the Project Manager will assess the cost of having the Defect
corrected, and the Contractor will pay this amount.
D. Cost Control
37. Bill of Quantities or Activity Schedule
Option 1: Admeasurement Contracts - Bill of Quantities
37.1 The Bill of Quantities shall contain items for the construction, installation, testing,
and commissioning work to be done by the Contractor.
37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid
for the quantity of the work done at the rate in the Bill of Quantities for each item.
Option 2: Lump Sum Contracts – Activity Schedule
37.1 The Contractor shall provide updated Activity Schedules within 14 days of being
instructed to by the Project Manager. The activities on the Activity Schedule shall
be coordinated with the activities on the Program.
37.2 The Contractor shall show delivery of Materials to the Site separately on the
Activity Schedule if payment for Materials on Site shall be made separately.
38. Changes in the Bill of Quantities or Activity Schedule
Option 1: Admeasurement Contracts – Changes in the Bill of Quantities
38.1 If the final quantity of the work done differs from the quantity in the Bill of
Quantities for the particular item by more than 25 percent, provided the change
exceeds one percent (1%) of the Initial Contract Price, the Project Manager shall
adjust the rate to allow for the change.
38.2 The Project Manager shall not adjust rates from changes in quantities if thereby the
Initial Contract Price is exceeded by more than 15 percent, except with the prior
approval of the Employer.
38.3 If requested by the Project Manager, the Contractor shall provide the Project
Manager with a detailed cost breakdown of any rate in the Bill of Quantities.
Option 2: Lump Sum Contracts – Changes in the Activity Schedule
38.1 The Activity Schedule shall be amended by the Contractor to accommodate
changes of Program or method of working made at the Contractor’s own discretion.
Prices in the Activity Schedule shall not be altered when the Contractor makes such
changes to the Activity Schedule.
39. Variations
Option 1: Admeasurement Contracts – Variations
39.1 All Variations shall be included in updated Programs produced by the Contractor.
Option 2: Lump Sum Contracts - Variations
39.1 All Variations shall be included in updated Programs and Activity Schedules
Part 3: Section 7. General Conditions of Contract
Page 162 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
produced by the Contractor.
40. Payments for Variations
Option 1: Admeasurement Contracts – Payment for Variations
40.1 The Contractor shall provide the Project Manager with a quotation for carrying out
the Variation when requested to do so by the Project Manager. The Project
Manager shall assess the quotation, which shall be given within seven days of the
request or within any longer period stated by the Project Manager and before the
Variation is ordered.
40.2 If the work in the Variation corresponds with an item description in the Bill of
Quantities and if, in the opinion of the Project Manager, the quantity of work above
the limit stated in Sub-Clause 38.1 or the timing of its execution do not cause the
cost per unit of quantity to change, the rate in the Bill of Quantities shall be used to
calculate the value of the Variation. If the cost per unit of quantity changes, or if the
nature or timing of the work in the Variation does not correspond with items in the
Bill of Quantities, the quotation by the Contractor shall be in the form of new rates
for the relevant items of work.
40.3 If the Contractor’s quotation is unreasonable, the Project Manager may order the
Variation and make a change to the Contract Price, which shall be based on the
Project Manager’s own forecast of the effects of the Variation on the Contractor’s
costs.
40.4 If the Project Manager decides that the urgency of varying the work would prevent
a quotation being given and considered without delaying the work, no quotation
shall be given and the Variation shall be treated as a Compensation Event.
40.5 The Contractor shall not be entitled to additional payment for costs that could have
been avoided by giving early warning.
Option 2: Lump Sum Contracts – Payment for Variations
40.1 The Contractor shall provide the Project Manager with a quotation for carrying out
the Variation when requested to do so by the Project Manager. The Project
Manager shall assess the quotation, which shall be given within seven days of the
request or within any longer period stated by the Project Manager and before the
Variation is ordered.
40.2 If the Contractor’s quotation is unreasonable, the Project Manager may order the
Variation and make a change to the Contract Price, which shall be based on the
Project Manager’s own forecast of the effects of the Variation on the Contractor’s
costs.
40.3 If the Project Manager decides that the urgency of varying the work would prevent
a quotation being given and considered without delaying the work, no quotation
shall be given and the Variation shall be treated as a Compensation Event.
40.4 The Contractor shall not be entitled to additional payment for costs that could have
been avoided by giving early warning.
42. Payment Certificates
42.1 The Contractor shall submit to the Project Manager statements of the estimated
value of the work executed less the cumulative amount certified previously. Unless
Part 3: Section 7. General Conditions of Contract
Page 163 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
otherwise specified in the SCC, such statements shall be submitted monthly.
42.2 The Project Manager shall check the Contractor’s statement and certify the amount
to be paid to the Contractor.
42.3 The value of work executed shall be determined by the Project Manager.
42.4 The value of work executed shall comprise the value of:
(a) the quantities of the items in the Bill of Quantities completed for
Admeasurement Contracts; or
(b) completed (fully or partially) activities in the Activity Schedule for Lump
Sum contract activities.
42.5 The value of work executed shall include the valuation of Variations and
Compensation Events.
42.6 The Project Manager may exclude any item certified in a previous certificate or
reduce the proportion of any item previously certified in any certificate in the light
of later information.
43. Payments
43.1 Payments shall be adjusted for deductions for advance payments and retention. The
Employer shall pay the Contractor the amounts certified by the Project Manager
within 30 days of the date of each certificate. If the Employer makes a late
payment, the Contractor shall be paid interest on the late payment in the next
payment. Interest shall be calculated from the date by which the payment should
have been made up to the date when the late payment is made at the prevailing rate
of interest for commercial borrowing for each of the currencies in which payments
are made.
43.2 If an amount certified is increased in a later certificate or as a result of an award by
the Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the
delayed payment as set out in this clause. Interest shall be calculated from the date
upon which the increased amount would have been certified in the absence of
dispute.
43.3 Unless otherwise stated, all payments and deductions will be paid or charged in the
proportions of currencies comprising the Contract Price.
43.4 Items of the Works for which no rate or price has been entered in will not be paid
for by the Employer and shall be deemed covered by other rates and prices in the
Contract.
44. Compensation Events
44.1 The following shall be Compensation Events:
(a) The Employer does not give access to a part of the Site by the Site Possession
Date stated in the SCC.
(b) The Employer modifies the Schedule of Other Contractors in a way that
affects the work of the Contractor under the Contract.
(c) The Project Manager orders a delay or does not issue Drawings,
Specifications, or instructions required for execution of the Works on time.
(d) The Project Manager instructs the Contractor to uncover or to carry out
Part 3: Section 7. General Conditions of Contract
Page 164 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
additional tests upon work, which is then found to have no Defects.
(e) The Project Manager unreasonably does not approve a subcontract to be let.
(f) Ground conditions are substantially more adverse than could reasonably have
been assumed before signing of the Agreement from the information issued
to bidders (including the Site Investigation Reports), from information
available publicly and from a visual inspection of the Site.
(g) The Project Manager gives an instruction for dealing with an unforeseen
condition, caused by the Employer, or additional work required for safety or
other reasons.
(h) Other contractors, public authorities, utilities, or the Employer does not work
within the dates and other constraints stated in the Contract, and they cause
delay or extra cost to the Contractor.
(i) The advance payment is delayed.
(j) The effects on the Contractor of any of the Employer’s Risks.
(k) The Project Manager unreasonably delays issuing a Certificate of
Completion.
(l) Other Compensation Events described in the SCC or determined by the
Project Manager shall apply.
44.2 If a Compensation Event would cause additional cost or would prevent the work
being completed before the Intended Completion Date, the Contract Price shall be
increased and/or the Intended Completion Date shall be extended. The Project
Manager shall decide whether and by how much the Contract Price shall be
increased and whether and by how much the Intended Completion Date shall be
extended.
44.3 As soon as information demonstrating the effect of each Compensation Event upon
the Contractor’s forecast cost has been provided by the Contractor, it shall be
assessed by the Project Manager, and the Contract Price shall be adjusted
accordingly. If the Contractor’s forecast is deemed unreasonable, the Project
Manager shall adjust the Contract Price based on the Project Manager’s own
forecast. The Project Manager will assume that the Contractor will react
competently and promptly to the event.
44.4 The Contractor shall not be entitled to compensation to the extent that the
Employer’s interests are adversely affected by the Contractor’s not having given
early warning or not having cooperated with the Project Manager.
45. Tax
45.1 The Project Manager shall adjust the Contract Price if taxes, duties, and other levies
are changed between the date 28 days before the submission of bids for the
Contract and the date of the last Completion certificate. The adjustment shall be the
change in the amount of tax payable by the Contractor, provided such changes are
not already reflected in the Contract Price or are a result of Clause 47.
46. Currencies
46.1 Where payments are made in currencies other than Uganda Shillings, the exchange
Part 3: Section 7. General Conditions of Contract
Page 165 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
rates used for calculating the amounts to be paid shall be the exchange rates stated
in the Contractor’s Bid.
47. Price Adjustment
47.1 Prices payable to the Provider, as stated in the Contract, shall be subject to
adjustment during performance of the Contract to reflect changes in the cost of
labour and material components in accordance with the formula:
0
0
1
0
10 P
M
Mc
L
LbaPP
in which:
ΔP = adjustment amount payable to the Provider.
P0 = Contract Price (base price).
a = fixed element representing profits and overheads included in the Contract
Price and generally in the range of five (5) to fifteen (15) percent.
b = estimated percentage of labour component in the Contract Price.
c = estimated percentage of material component in the Contract Price.
L0, L1 = labour indices applicable to the appropriate industry in the country of
origin on the base date and date for adjustment, respectively.
M0, M1 = material indices for the major raw material on the base date and date for
adjustment, respectively, in the country of origin.
The coefficients a, b, and c shall be specified by the procuring and disposing entity in
the bidding documents. The sum of the three coefficients should be one (1) in every
application of the formula.
The Bidder shall indicate the source of the indices and the base date indices in his
bid.
Base date = thirty (30) days prior to the deadline for submission of the bids.
Date of adjustment = weeks prior to date of shipment (representing the mid-
point of the period of manufacture).
The above price adjustment formula shall be invoked by either party subject to the following
further conditions:
(a) Price adjustment will be applied only if the resulting increase or decrease is more
than ____ percent of the Contract Price.
[Two (2) percent would be an acceptable percentage.]
(b) No price adjustment shall be allowed beyond the original delivery dates unless
specifically stated in the extension letter. As a rule, no price adjustment shall be
allowed for periods of delay for which the Provider is entirely responsible. The
procuring and disposing entity will however be entitled to any decrease in the
prices of the supplies and services subject to adjustment.
(c) The total adjustment under this clause shall be subject to a ceiling of plus or
minus percent of the Contract Price.
[Ten (10) percent would be an acceptable percentage.]
(d) If the currency in which the Contract Price P0 is expressed is different from the
Part 3: Section 7. General Conditions of Contract
Page 166 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
currency of origin of the labour and material indices, a correction factor will be
applied to avoid incorrect adjustments of the Contract Price. The correction
factor shall correspond to the ratio of exchange rates between the two currencies
on the base date and the date for adjustment as defined above.
47.2 No price adjustment shall be payable on the portion of the Contract Price paid to
the Provider as advance payment.
47.3 If the value of the index is changed after it has been used in a calculation, the
calculation shall be corrected and an adjustment made in the next payment
certificate. The index value shall be deemed to take account of all changes in cost
due to fluctuations in costs.
48. Retention
48.1 If so stated in the SCC, the Employer shall retain from each payment due to the
Contractor the proportion stated in the SCC until Completion of the whole of the
Works.
48.2 On completion of the whole of the Works, half the total amount retained shall be
repaid to the Contractor and half when the Defects Liability Period has passed and
the Project Manager has certified that all Defects notified by the Project Manager to
the Contractor before the end of this period have been corrected.
48.3 On completion of the whole Works, the Contractor may substitute retention money
with an “on demand” Bank guarantee.
49. Liquidated Damages
49.1 If so stated in the SCC, the Contractor shall pay liquidated damages to the
Employer at the rate per day stated in the SCC for each day that the Completion
Date is later than the Intended Completion Date. The total amount of liquidated
damages shall not exceed the amount defined in the SCC. The Employer may
deduct liquidated damages from payments due to the Contractor. Payment of
liquidated damages shall not affect the Contractor’s liabilities.
49.2 If the Intended Completion Date is extended after liquidated damages have been
paid, the Project Manager shall correct any overpayment of liquidated damages by
the Contractor by adjusting the next payment certificate. The Contractor shall be
paid interest on the overpayment, calculated from the date of payment to the date of
repayment, at the rates specified in Sub-Clause 43.1.
50. Bonus
50.1 If so stated in the SCC, the Contractor shall be paid a Bonus calculated at the rate
per working day stated in the SCC for each day (less any days for which the
Contractor is paid for acceleration) that the Completion is earlier than the Intended
Completion Date. The Completion Date shall be certified in accordance with GCC
55.1.
51. Advance Payment
51.1 If so stated in the SCC, the Employer shall make advance payment to the
Contractor of the amounts stated in the SCC within the period stated in the SCC,
against provision by the Contractor of an on demand Bank Security in a form and
by a bank acceptable to the Employer in amounts and currencies equal to the
Part 3: Section 7. General Conditions of Contract
Page 167 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
advance payment. The Guarantee shall remain effective until the advance payment
has been repaid, but the amount of the Guarantee shall be progressively reduced by
the amounts repaid by the Contractor. Interest will not be charged on the advance
payment.
51.2 The Contractor is to use the advance payment only to pay for Equipment, Plant,
Materials, and mobilisation expenses required specifically for execution of the
Contract. The Contractor shall demonstrate that advance payment has been used in
this way by supplying copies of invoices or other documents to the Project
Manager.
51.3 The advance payment shall be repaid by deducting proportionate amounts from
payments otherwise due to the Contractor, as specified in the SCC, following the
schedule of completed percentages of the Works on a payment basis. No account
shall be taken of the advance payment or its repayment in assessing valuations of
work done, Variations, price adjustments, Compensation Events, Bonuses, or
Liquidated Damages.
52. Performance Security
52.1 If so stated in the SCC, the Contractor shall, within twenty-one (21) days of
signing the contract, provide a Performance Security for the due performance of
the Contract. The Performance Security shall be in the amount specified in the SCC
and shall be denominated in the types and proportions of the currencies in which the
Contract Price is payable.
52.2 The proceeds of the Performance Security shall be payable to the Employer as
compensation for any loss resulting from the Contractor’s failure to complete its
obligations under the Contract.
52.3 The Performance Security shall be in one of the forms stipulated by the Employer
in the SCC, or in another form acceptable to the Employer and shall be issued by a
bank or surety acceptable to the Employer.
52.4 The Performance Security shall be valid until a date 28 days from the date of issue of
the Certificate of Completion in the case of a Bank Guarantee.
53. Dayworks
53.1 If applicable, the Dayworks rates in the Contractor’s Bid shall be used for small
additional amounts of work only when the Project Manager has given written
instructions in advance for additional work to be paid for in that way.
53.2 All work to be paid for as Dayworks shall be recorded by the Contractor on forms
approved by the Project Manager. Each completed form shall be verified and
signed by the Project Manager within two days of the work being done.
53.3 The Contractor shall be paid for Dayworks subject to obtaining signed Dayworks
forms.
54. Cost of Repairs
54.1 Loss or damage to the Works or Materials to be incorporated in the Works between
the Start Date and the end of the Defects Correction periods shall be remedied by
the Contractor at the Contractor’s cost if the loss or damage arises from the
Contractor’s acts or omissions.
Part 3: Section 7. General Conditions of Contract
Page 168 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
E. Finishing the Contract
55. Completion
55.1 The Contractor shall request the Project Manager to issue a certificate of
Completion of the Works, and the Project Manager will do so upon deciding that
the work is completed.
56. Taking Over
56.1 The Employer shall take over the Site and the Works within seven days of the
Project Manager’s issuing a certificate of Completion.
57. Final Account
57.1 The Contractor shall supply the Project Manager with a detailed account of the total
amount that the Contractor considers payable under the Contract before the end of
the Defects Liability Period. The Project Manager shall issue a Defects Liability
Certificate and certify any final payment that is due to the Contractor within 56
days of receiving the Contractor’s account if it is correct and complete. If it is not,
the Project Manager shall issue within 56 days a schedule that states the scope of
the corrections or additions that are necessary. If the Final Account is still
unsatisfactory after it has been resubmitted, the Project Manager shall decide on the
amount payable to the Contractor and issue a payment certificate.
58. Operating and Maintenance Manuals
58.1 If “as built” Drawings and/or operating and maintenance manuals are required, the
Contractor shall supply them by the dates stated in the SCC.
58.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated
in the SCC, or they do not receive the Project Manager’s approval, the Project
Manager shall withhold the amount stated in the SCC from payments due to the
Contractor.
59. Termination
59.1 The Employer or the Contractor may terminate the Contract if the other party
causes a fundamental breach of the Contract.
59.2 Fundamental breaches of Contract shall include, but shall not be limited to, the
following:
(a) the Contractor stops work for 28 days when no stoppage of work is shown on
the current Program and the stoppage has not been authorised by the Project
Manager;
(b) the Project Manager instructs the Contractor to delay the progress of the
Works, and the instruction is not withdrawn within 28 days;
(c) the Employer or the Contractor is made bankrupt or goes into liquidation
other than for a reconstruction or amalgamation;
(d) a payment certified by the Project Manager is not paid by the Employer to the
Contractor within 84 days of the date of the Project Manager’s certificate;
(e) the Project Manager gives Notice that failure to correct a particular Defect is
a fundamental breach of Contract and the Contractor fails to correct it within
Part 3: Section 7. General Conditions of Contract
Page 169 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
a reasonable period of time determined by the Project Manager;
(f) the Contractor does not maintain a Security, which is required; and
(g) the rate of progress of the Works at any time during the period of the
Contract is such that the completion of the Works will, as measured against
the current Program, be delayed by the number of days for which the
maximum amount of liquidated damages can be imposed.
(h) if the Contractor in the judgement of the Employer has engaged in corrupt,
fraudulent, collusive or coercive practices in competing for or in the
executing the contract.
For the purposes of this paragraph:
(a) “corrupt practice” means the offering, giving, receiving, or soliciting, directly
or indirectly, of anything of value, to influence the action of a public official
in the procurement process or in contract execution; and
(b) “fraudulent practice” is any act or omission, including a misrepresentation,
that knowingly or recklessly misleads, or attempts to mislead, a party to
obtain a financial or other benefit or to avoid an obligation;
(c) “collusive practice” is an arrangement between two or more parties designed
to achieve an improper purpose, including to influence improperly the actions
of another party;
(d) “coercive practice” is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence
improperly the actions of a party;
59.3 When either party to the Contract gives notice of a breach of Contract to the Project
Manager for a cause other than those listed under Sub-Clause 59.2 above, the
Project Manager shall decide whether the breach is fundamental or not.
59.4 Notwithstanding the above, the Employer may terminate the Contract for
convenience.
59.5 If the Contract is terminated, the Contractor shall stop work immediately, make the
Site safe and secure, and leave the Site as soon as reasonably possible.
60. Payment upon Termination
60.1 If the Contract is terminated because of a fundamental breach of Contract by the
Contractor, the Project Manager shall issue a certificate for the value of the work
done and Materials ordered less advance payments received up to the date of the
issue of the certificate and less the percentage to apply to the value of the work not
completed, as indicated in the SCC. Additional Liquidated Damages shall not
apply. If the total amount due to the Employer exceeds any payment due to the
Contractor, the difference shall be a debt payable to the Employer.
60.2 If the Contract is terminated for the Employer’s convenience or because of a
fundamental breach of Contract by the Employer, the Project Manager shall issue a
certificate for the value of the work done, Materials ordered, the reasonable cost of
removal of Equipment, repatriation of the Contractor’s personnel employed solely
on the Works, and the Contractor’s costs of protecting and securing the Works, and
less advance payments received up to the date of the certificate.
Part 3: Section 7. General Conditions of Contract
Page 170 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
61. Property
61.1 All Materials on the Site, Plant, Equipment, Temporary Works, and Works shall be
deemed to be the property of the Employer if the Contract is terminated due to the
Contractor’s default.
62. Release from Performance
62.1 If the Contract is frustrated by the outbreak of war or by any other event entirely
outside the control of either the Employer or the Contractor, the Project Manager
shall certify that the Contract has been frustrated. The Contractor shall make the
Site safe and stop work as quickly as possible after receiving this certificate and
shall be paid for all work carried out before receiving it and for any work carried
out afterwards to which a commitment was made.
Part 3: Section 8 Special Conditions of Contract
Page 171 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Section 8: Special Conditions of Contract
The following Special Conditions of Contract (SCC) shall supplement the General Conditions of
Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the
GCC.
GCC Clause
Reference Special Conditions
Procurement Reference No: MOPS/Works/2018-2019/00252
GCC 1.1(y) The Project Manager is:
GCC 1.1(bb) The Site is located at Mbale Municipality and is defined in Drawings
Nos:
GCC 1.1(ee) The Start Date shall be: June 2019
GCC 1.1(ii) The Works consist of: Construction of Regional Service – Uganda
Centre at Mbale Municipality
GCC 2.3 This Contract is an admeasurement Contract.
GCC 2.4 Sectional completion shall not be permitted.
GCC 2.5 The following documents also form part of the Contract:
Contract Agreement
Providers bid
GCC 3.1 The language of the Contract is English and the law governing the
Contract is that of the Republic of Uganda.
GCC 4.2 The Employer’s specific approval is required for: Any deviation from
the provisions of the provided drawings
GCC 6.1 For notices, the Employer’s address shall be:
Attention: Permanent Secretary.
Ministry of Public Service
Street Address: Plot 12, Nakasero Hill Road, Wandegeya
Floor/Room number: Room 38
Town/City: Kampala
PO Box No: 7003
Country: Uganda
Telephone: 0414347687
Electronic mail address: ps@publicservice.go.ug
For notices, the Contractor’s address shall be:
Attention: ____________________________________
Street Address: ____________________________________
Part 3: Section 8 Special Conditions of Contract
Page 172 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
GCC Clause
Reference Special Conditions
Floor/Room number: ____________________________________
Town/City: ____________________________________
P. O. Box: ____________________________________
Country: ____________________________________
Telephone: ____________________________________
Facsimile number: ____________________________________
Electronic mail address: ____________________________________
GCC 7.1 GCC Clause 7.1 on sub-contracting is modified as follows: N/A
GCC 7.2 The following conditions shall apply to subcontracting: N/A
GCC 8.1 The Schedule of Other Contractors shall be part of the Contract.
GCC 9.1 The Schedule of Key Personnel shall be part of the Contract.
GCC 13.1 The minimum insurance covers shall be:
(a) The minimum cover for insurance of the Works, Plant and
Materials is: 100% of the value.
(b) The maximum deductible for insurance of the Works, Plant and
Materials is: 100% of the value.
(c) The minimum cover for insurance of Equipment is:
100% of the value.
(d) The maximum deductible for insurance of Equipment is:
100% of the value.
(e) The minimum cover for insurance of property is:
100% of the value.
(f) The maximum deductible for insurance of property is:
100% of the value.
(g) The minimum cover for personal injury or death insurance is:
In accordance to the laws of Uganda
(h) The maximum deductible for personal injury or death insurance
is:
In accordance to the laws of Uganda
GCC 14.1 Site Investigation Report(s) shall be part of the contract.
GCC 17.1 The Intended Completion Date for the whole of the Works shall be: 6
months after contract signature
GCC 21.1 The Site Possession Date shall be: After issuance of a commencement
letter.
GCC 25.1 The procedure for disputes shall be as specified in GCC 25.2 to 25.4.
GCC 25.3 Fees and types of reimbursable expenses to be paid to the Adjudicator:
Part 3: Section 8 Special Conditions of Contract
Page 173 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
GCC Clause
Reference Special Conditions
GCC 25.4 The arbitration shall be conducted in accordance with the Arbitration
and Conciliation Act 2000 of Uganda.
Arbitration shall take place at: Ministry of Public Service
GCC 26.1 The Appointing Authority for the Adjudicator is: The Government Of
Uganda
GCC 27.1 The Contractor shall submit the Program for the Works within Seven
days of contract signature.
GCC 27.3 The period between Program updates is Thirty days.
The amount to be withheld for late submission of an updated Program is:
05% of contract price
GCC 35.1 The Defects Liability Period is 180 days.
GCC 42.1 Statements of estimated value of works executed shall be on a monthly
basis.
GCC 44.1(l) The following events shall also be Compensation Events:
GCC 47.1 The Contract _______________ subject to price adjustment in
accordance with Clause 47 of the General Conditions of Contract, and
the following information regarding coefficients _______________
apply. N/A
The coefficients for adjustment of prices are:
(a) For currency:
(i) _______________ percent nonadjustable element
(coefficient A).
(ii) _______________ percent adjustable element
(coefficient B).
(b) For currency:
(i) _______________ percent nonadjustable element
(coefficient A).
(ii) ______________ percent adjustable element (coefficient B).
GCC 47.1 The Index I for local currency will be:
N/A____________________________________
The Index I for the specified international currency will be:
____________________________________
The Index I for currencies other than the local currency and the specified
international currency will be:
____________________________________
GCC 48.1 The proportion of payments retained is 5 percent.
GCC 49.1 The liquidated damages for the whole of the Works are 0.05% per day.
The maximum amount of liquidated damages for the whole of the
Part 3: Section 8 Special Conditions of Contract
Page 174 of 180
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
GCC Clause
Reference Special Conditions
Works is5% percent of the final Contract Price.
GCC 50.1 The Bonus for the whole of the Works is _______________ per day.
The maximum amount of Bonus for the whole of the Works is
_______________ percent of the final Contract Price. N/A
GCC 51.1 The Advance Payment will be equivalent to 20% and will be paid in the
same currencies and proportions as the Contract Price.
It will be paid to the Contractor within 30 days.
GCC 51.3 The Advance Payment will be repaid by deducting equal amounts from
payments due to the Contractor each month during the period starting
0ne months after the Start Date and ending two months after the Start
Date.
GCC 52.1 A Performance Security shall be required.
The Performance Security shall be for 10% of the Contract Price:
GCC 52.3 The standard form of Performance Security acceptable to the Employer
shall be an Unconditional Bank Guarantee in the format presented in
Section 9 of the Bidding Documents.
GCC 58.1 The date by which “as built” drawings are required is: immediately after
completion.
The date by which operating and maintenance manuals are required is:
GCC 58.2 The amount to be withheld for failing to produce “as built” drawings
and/or operating and maintenance manuals by the date required is 10
million Uganda Shillings immediately after completion.
GCC 60.1 The percentage to apply to the value of the work not completed,
representing the Employer’s additional cost for completing the Works,
is: N/A
Part 3. Section 9. Contract Forms
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Section 9: Page 175 of 180
Section 9: Contract Forms
Table of Forms
Agreement 176
Performance Security 178
Advance Payment Security 180
Part 3. Section 9. Contract Forms
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Section 9: Page 176 of 180
Agreement
Procurement Reference No:
THIS AGREEMENT made this ________ day of _______________________, _____,
between _________________________________of __________________________
(hereinafter “the Employer”), of the one part, and _______________________ of
______________________________ (hereinafter “the Contractor”), of the other part.
Whereas the Employer is desirous that the Contractor executes
_________________________ (hereinafter called “the Works”) and the Employer has
accepted the Bid by the Contractor for the execution and completion of such Works and the
remedying of any defects therein for the Contract Price of Uganda Shillings
_________________________.
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 Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part
of this Agreement. This Agreement shall prevail over all other Contract documents.
(a) the Bid;
(b) the Special Conditions of Contract;
(c) the General Conditions of Contracts;
(e) the Scope of works;
(f) the Drawings; and
(g) the completed Schedules.
3. In consideration of the payments to be made by the Employer to the Contractor as
indicated in this Contract, the Contractor hereby covenants with the Employer to
execute and complete the Works and remedy any defects therein in conformity in all
respects with the provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the
execution and completion of the Works and the remedying of defects therein the
Contract Price of ____________________ or such other sum as may become payable
under the provisions of the Contract, at the times and in the manner prescribed by the
Contract.
4 The Contract Price or such other sum as may be payable shall be paid __________ in
Uganda Shillings, __________ in ____________________ and __________ in
____________________.
IN WITNESS whereof the parties thereto have caused this Contract to be executed in
accordance with the law specified in the Special Conditions of Contract on the day, month
and year indicated above.
Signed by ___________________________ (for the Employer)
Name: _______________________________ Position: ________________________
Part 3. Section 9. Contract Forms
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Section 9: Page 177 of 180
In the presence of:
Name: _______________________________ Position: ________________________
Signed by _____________________________ (for the Contractor)
Name: _______________________________ Position: ________________________
In the presence of:
Name: _______________________________ Position: ________________________
Part 3. Section 9. Contract Forms
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Section 9: Page 178 of 180
[The Performance Security should be on the letterhead of the issuing Financial Institution and should
be signed by a person with the proper authority to sign documents that are binding on the Financial
Institution. The draft is for an unconditional Security. The amount of the guarantee must represent the
percentage of the Contract Price specified in the Contract, and should be denominated either in the
currency(ies) of the Contract or in a freely convertible currency acceptable to the Employer].
Performance Security
Date: [insert date (as day, month and year) of Performance Security]
Procurement Reference No: [insert Procurement Reference Number]
To: [insert complete name and address of Employer]
WHEREAS [insert name and address of Contractor] (hereinafter called “the Contractor”)
has undertaken, pursuant to the Contract referenced above, dated [insert date (as day, month
and year) of contract] to execute [insert brief description of Works] (hereinafter called “the
Contract”);
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall
furnish you with a security issued by a reputable guarantor for the sum specified therein as
security for compliance with the Contractor’s obligations in accordance with the Contract;
AND WHEREAS the undersigned [insert complete name of Guarantor], legally domiciled in
[insert complete address of Guarantor], (hereinafter the “Guarantor”}, have agreed to give
the Contractor a security;
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of
the Contractor, up to a total of [insert currency and amount of Guarantee in words and
figures], such sum being payable in the types and proportions of currencies in which the
Contract Price is payable, and we undertake to pay you, upon your first written demand
declaring the Contractor to be in default under the Contract, without cavil or argument, any
sum or sums within the limits of [insert currency and amount of Guarantee in words and
figures] as aforesaid without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed thereunder or of any of the Contract documents
which may be made between you and the Contractor shall in any way release us from any
liability under this Guarantee, and we hereby waive notice of any such change, addition, or
modification.
This Guarantee shall be valid until a date 28 days from the date of issue of the Certificate of
Completion.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
758, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.
Name: [insert complete name of person signing the Performance Security]
In the capacity of [insert legal capacity of person signing the Performance Security]
Signed: [signature of person whose name and capacity are shown above]
Part 3. Section 9. Contract Forms
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Section 9: Page 179 of 180
Duly authorised to sign the Performance Security for and on behalf of: [insert complete name
of Financial Institution]
Dated on _______ day of __________________, _______ [insert date of signing]
Part 3. Section 9. Contract Forms
Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by
PPDA March 2014
Section 9: Page 180 of 180
[The Performance Security should be on the letterhead of the issuing Financial Institution and should
be signed by a person with the proper authority to sign documents that are binding on the Financial
Institution. The amount of the security is to be inserted by the Financial Institution and must represent
the amount of the Advance Payment and be denominated either in the currency(ies) of the Advance
Payment as specified in the Contract, or in a freely convertible currency acceptable to the Employer].
Advance Payment Security
Date: [insert date (as day, month, and year) of Payment Security]
Procurement Reference No.: [insert Procurement Reference Number]
To: [insert complete name and address of Employer]
In accordance with the payment provision included in the Contract referenced above, in
relation to advance payments, [insert complete name and address of Contractor] (hereinafter
called “the Contractor”) shall deposit with the Employer a Bank Guarantee to guarantee its
proper and faithful performance of the obligations imposed by said Clause of the Contract, in
the amount of [insert currency and amount of guarantee in words and figures].
We, the undersigned [insert complete name of Guarantor], legally domiciled in [insert full
address of Guarantor] (hereinafter “the Guarantor”), as instructed by the Contractor, agree
unconditionally and irrevocably to guarantee as primary obligator and not as surety merely,
the payment to the Employer on its first demand without whatsoever right of objection on our
part and without its first claim to the Contractor, in the amount not exceeding [insert
currency and amount of guarantee in words and figures].
We further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed there under or of any of the Contract documents
which may be made between the Employer and the Contractor, shall in any way release us
from any liability under this Guarantee, and we hereby waive notice of any such change,
addition, or modification.
This Guarantee shall remain valid and in full effect from the date of the advance payment
under the Contract until the Employer receives full repayment of the same amount from the
Contractor.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
758.
Name: [insert complete name of person signing the Payment Security]
In the capacity of [insert legal capacity of person signing the Payment Security]
Signed: [signature of person whose name and capacity are shown above]
Duly authorized to sign the Payment Security for and on behalf of: [insert complete name of
the Financial Institution]
Dated on _______ day of __________________, _______ [insert date of signing]