Vous êtes sur la page 1sur 20

SECTION A

INSTRUCTIONS TO TENDERER

SECTION A

INSTRUCTIONS TO TENDERERS

BRIEF DESCRIPTION OF THE WORKS

A/1

PART 1 : INSTRUCTIONS TO TENDERERS:


1.

SUBMISSION OF TENDERS

A/2

2.

TENDER VALIDITY PERIOD

A/4

3.

TENDER OPENING

A/4

4.

TENDER DOCUMENTS

A/5

5.

STANDARD DOCUMENTS

A/5

6.

INTERPRETATION OF THE DOCUMENTS

A/6

7.

CORRECTIONS TO AND CLARIFICATION OF TENDERS AFTER


SUBMISSION

A/7

8.

QUALIFICATION OF TENDERS AND ALTERNATIVES

A/7

9.

ACCEPTANCE OR REJECTION OF TENDERS

A/8

10.

RIGHT TO VARY THE WORKS

A/8

11.

CONFIDENTIALITY OF TENDER DOCUMENTS

A/8

12.

ADVANCE PAYMENT

A/8

13

MAXIMUM PENALTY LIMIT AND EXCESSIVE DELAY

A/9

14.

MEMORANDUM OF PROCEDURE

A/9

15.

SITE CONDITIONS

A/9

16.

SHIPMENT OF CARGO TO QATAR

A/9

17.

LUMP SUM CONTRACT PRICE

A/10

18.

INSURANCE

A/10

19.

CO-ORDINATION WITH OTHER CONTRACTORS

A/10

20.

STATEMENT OF RESOURCES

A/10

21

SUPPLEMENTARY NOTICES

A/10

22.

COMMENCEMENT DATE FOR THE WORKS

A/10

23.

SUBMISSION OF PROGRAMME

A/11

24.

PREFERENCE FOR LOCALLY MADE PRODUCTS

A/11

25.

IMPORTED FILL MATERIAL

A/11

26.
27.

FOREIGN TENDERER
RELOCATION OF SITE(S)

A/11
A/11

28.

JOINT VENTURE, CONSORTIA AND OTHER ASSOCIATIONS

A/11

29.

PARENT COMPANY GUARANTEE

A/12

30.

QATAR CENTRAL BANK

A/12

BA-14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/Contents (1)

February 2015

SECTION A

INSTRUCTIONS TO TENDERERS

PART 2 : TENDER CONDITIONS AND TENDERERS INSTRUCTIONS OF


PARTICULAR APPLICATION
31.

TENDER CONDITIONS

A/12

32.

TENDER ADJUDICATION PROCESS

A/13

PART 3 : SPECIMEN FORMS

PART 3.1
PART 3.2

TENDER BOND

A/15

TENDER CHECKLIST & AUTHORIZATION FORM

BA 14/15 C 071 G
Construction of 3 New Schools at Doha and Villages

A/Contents(2)

A/16

February 2015

SECTION A

INSTRUCTIONS TO TENDERERS

BRIEF DESCRIPTION OF THE WORKS


GENERAL
1.01

Location of the Sites


The Sites are located at Rawdat Al-Barrag in Al-Rayyan, State of Qatar as indicated on
the site location plans.

1.02

Brief Description of the Works


The Works comprises Construction, Completion, Test & Commission and Maintenance of
Two (2) New Schools as follows:
1. School No. 1/9 Rawdat AlBarrag Boys School #1 (PIN No. 84010016).
2. School No. 2/9 Rawdat AlBarrag Boys School #2 (PIN No. 84010017).

The Work in each school consist but not limited to classrooms, art rooms, laboratories,
library, teachers rooms, administrative offices, assembly & multi-purpose halls,
auditorium, canteen, kitchen, pantries, toilets, changing room, services rooms, ancillary
buildings, water tank yard, sports courts, hard & soft landscaping, shaded structures,
parking, boundary walls, fence & gates, etc including external site services
infrastructures.
The Buildings are reinforced concrete structure with blockwork infill. The assembly and
multipurpose halls are covered with space frame/structural steel structure and roof
cladding system.
The Works may also include necessary demolition & alterations of existing structures such
as buildings, permanent & temporary facilities, boundary walls, fences & gates, roads,
walkways, hard & soft landscaping, steel structures & sheds; removal/relocation of trees
and disconnection and/or re-routing of existing services depending on the actual condition
of the Sites mentioned above. Any existing items on site required by PWA/End-user shall
be carefully removed and delivered as per PWAs direction.
In case, the existing substation located on site is also supplying electricity to other
facilities/structures has to be demolished, the same shall only be demolished upon
completion of the new substation including the necessary connection from KAHRAMAA
and the permanent power supply to the aforesaid facilities/structures is connected by the
Contractor or the Contractor shall provide temporary arrangement for uninterrupted supply
for the full operation of the aforementioned facilities/structures complete with all necessary
expenses until the same are permanently connected to the new substation.
The Works in all the Sites shall commence simultaneously on the date stated on the
formal Contract Agreement for a total duration of 480 days plus 600 days maintenance
period .

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/1

February 2015

SECTION A

INSTRUCTIONS TO TENDERERS

INSTRUCTIONS TO TENDERERS
1.

SUBMISSION OF TENDERS

1.1

Tenders shall be submitted in duplicate and will be accepted only on the Form of Tender
provided, which shall be completed in full.

1.2

The Tender shall be signed where indicated and stamped/ initial on every page by a
principal duly authorised to represent and bind the Tenderer.

1.3

The Amount of the Tender and the rates and prices inserted in the Bills of Quantities shall
be fully inclusive, without limitation, of all liabilities and obligations to be borne by the
Contractor in accordance with the Contract

1.4

The Amount of Tender and all rates and prices shall be in Qatar Riyals.

1.5

A lump sum firm price shall be submitted.

1.6

The duplicate Forms of Tender together with all Appendices shall be completed in full and
submitted with the following:
(a)

The Tender Bond together with a duplicate copy in the style set out in the Specimen
Form of Tender Bond annexed to these instructions and in the amount stated on the
Form of Tender.
This bond shall be obtained from an approved bank with a registered office in Qatar.
A bond issued by an insurance company is not acceptable.
Cheques are not acceptable as a form of bonding.
A bond in respect of another tender is not acceptable as the bond in respect of this
Tender.
The Tender Bond shall be addressed to the Tenders Committee.

(b)

All the additional information required by the Appendices to the Form of Tender for
the purpose of adjudicating tenders.

(c)

Fully priced out duplicate copies of the Bills of Quantities and Schedules of Rates (if
any) and all other schedules of information.
Tenders, which do not give the required information and price details, will be
subject to rejection.

(d)
1.7

The return of all Tender Documents provided by the Public Works Authority for the
purposes of tendering.

The tender is to be adjudicated based on a ONE-ENVELOPE bid system and therefore


the tender and accompanying documents (in duplicate where required) shall be submitted
in an enclosed and sealed envelope, which shall bear the tender number, subject and
closing date and should not bear any mark, indication or name of the sender.
One set of the returned Tender Documents must be clearly marked Original Tender and
the other marked Copy and that, in the event of the discrepancy the Original Tender
shall take precedence.

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/2

February 2015

SECTION A

INSTRUCTIONS TO TENDERERS

The envelope must be marked in English and Arabic.


Tender for:
PROJECT TITLE: CONSTRUCTION OF 2 NEW SCHOOLS AT DOHA AND VILLAGES,
STAGE 10A, PACKAGE 1
Tender No : ..
Closing Date : .....
and which shall be addressed to:
The Chairman
Grand Tenders Committee (GTC)
Public Works Authority
PO Box 22188
Doha, State of Qatar
The envelope must not bear any mark, indication or name of the Tenderer.
(a)

The submission shall comprise the following documents:


1. Front Cover
2. Consortium of Joint Venture Agreement (if applicable)
3. A copy of the Tender Circular Acknowledgement Page F/2 (only) of the
Form of Tender
4. If any, a statement of Tender Qualifications and/or Alternatives in
accordance with Clause 8 herein
5. Contents page
6. Section A Instructions to Tenderers
7. Section B Conditions of Contract
8. Section C Specification
9. Section D Technical Tender Deliverables
10. Section E - Reference Documentation
11. Section F Form of Tender
12. Section G Bills of Quantities
13. Financial Tender Qualifications and/or Alternatives (if any)

Tenderers shall submit two (2) CDs in a PDF format of the above documents.
(b)

In addition to and not within the envelope, the Tenderer shall separately submit
the following documents at the time of submission of his Tender:
1. Duly completed, signed and stamped "Tender Return Checklist and
Authorization Form" in the format set out in the specimen in Part 1.2 to these
Instructions.
By this Form, the Tenderer must authorize a person to deliver the Tender to

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/3

February 2015

SECTION A

INSTRUCTIONS TO TENDERERS
The PWA and declare that the documents marked as "Yes" in the checklist
are included in the submitted envelopes.
2. Original and duplicate of the Tender Bond.
3. Accompanying Letter

1.8

The Tender shall be delivered not later than the time and date stated in the Tender
Invitation / Advertisement.

1.9

Failure to provide the Tender Bond and the whole of the required material and information
or to comply with these instructions in any way may render the Tender null and void.

1.10

The award of a contract following a favourable assessment of the Tender shall not imply
approval of any sub-contractor, supplier or proposed manufacturer so named by the
Tenderer in his submission.
After award of the Contract the Contractor will be required to submit full details for
approval by the Engineer for any part of the Works which he proposes to sub-let or for any
material which he proposes to incorporate in the Works.

1.11

The Tenderer shall enclose with his Tender an accompanying letter on his company
letterhead giving full particulars, as follows:
(a) The full name and address of the Tenderer.
(b) The full name and business address of the owner or the chief executive of the
Tenderers company.
(c) The full name and address of the Tenderers sponsor, agent or representative in
Qatar, if the Tenderer is not a local Qatari Company.

1.12

If the Tenderer whose tender has been accepted fails to furnish the required performance
bond within the specified period the Public Works Authority may cancel his tender and
confiscate the tender bond forthwith without further notice or legal action.

1.13

If the tenderer fails to sign the contract on the fixed date or if he withdraws for any other
cause without any strong reason accepted by the Tenders Committee he shall be liable for
any of the following penalties:1)
2)
3)
4)

Warning;
Lowering his category;
Striking-off his name from the Register for a certain period or permanently;
Confiscation of the securities/guarantees (tender bond or performance
bond);

A decision by the Chairman of the Tenders Committee shall be issued imposing these
penalties on the basis of a proposal by the Tenders Committee.
2.

TENDER VALIDITY PERIOD


The Tender shall remain valid for a period of Ninety (90) days from the Tender Closing
Date, or any such amended date as formally notified by the Authority and may be
accepted by the Public Works Authority at any time before the expiration of that period.
However, the Public Works Authority may request an extension to this validity period by a
further Thirty (30) days if necessary and the Tenderers shall extend the validity
accordingly.

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/4

February 2015

SECTION A
3.

INSTRUCTIONS TO TENDERERS

TENDER OPENING
The opening of the Tenders shall be carried out by the Chairman of the Tenders
Committee.

4.

TENDER DOCUMENTS
The documents provided for purposes of tendering (hereinafter called the Tender
Documents) are this Document in its entirety, in which are bound all pages as listed in
the Contents together with any drawings and schedules listed therein, and includes inter
alia:

5.

(a)

These Instructions

(b)

The Form of Tender, together with all Appendices

(c)

The General Conditions of Contract, the Conditions of Particular Application together


with all Standard Forms

(d)

The Specifications

(e)

The Technical Tender Deliverables

(f)

The List of Drawings

(g)

The Bills of Quantities

STANDARD DOCUMENTS
In addition to the Tender Documents listed above Tenderers shall be deemed to have in
their possession copies of the following standard documents and, where appropriate, to
have included in their tender prices for complying with the provisions of the specifications,
regulations, terms and conditions, standard Government procedures, etc. contained
therein:
(a)

The General Conditions of Contract May 2007 prepared by the Contracts &
Engineering Business Affairs (CEBA), Public Works Authority.

(b)

Qatar National Construction Standards (QCS2014) Revision IV prepared by the


Qatar General Organization for Standards and Metrology (QGOSM) and all
subsequent revisions and amendments.

(c)

The Code of Practice and Specification for Road Opening in the Highway prepared
by the Public Works Authority, January 1992 WITH January 2011 amendments and
revision.

(d)

The Guide for Civil Users of Explosives in Qatar prepared by the Ministry of Public
Works.

(e)

The Qatar Survey Manuals prepared by the Urban Planning and Development
Authority (UPDA).

(f)

All current Public Works Authority regulations concerning the organization of Tenders
and Public Auctions and all subsequent revisions and amendments.

(g)

Work Zone Traffic Management Guide, Version 1.1 July 2014, Prepared by Public
Works Authority Ashghal.

(h)

Drainage Affairs, Standard Supplementary Specification to Qatar Construction


Specification.

(i)

Any current and relevant regulation, notice or circular issued by Qatar Telecom
(Ooredoo) and Vodafone Qatar prior to the date of the letter or advertisement inviting
tenderers.

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/5

February 2015

SECTION A

INSTRUCTIONS TO TENDERERS

(j)

Any and all applicable local Municipality regulations.

(k)

State of Qatar Law No. (6) of the year 1987 and all subsequent amendments
concerning Materials and Equipment from Qatar or other CCASG countries,
obtainable from Government House, Doha.

(l)

Safety Rules issued by the Department of Electricity Networks.

(m) The Jointing Manual prepared by Electricity Networks Department.


(n)

The Standard Method of Measurement of Building Works Seventh Edition Revised


1998 issued by The Royal Institution of Chartered Surveyors (SMM7).

(o)

State of Qatar Law No (30) of the year 2002 and all subsequent amendments
concerning Protection of the Environment, obtainable from Government House,
Doha.

(p)

State of Qatar Law No. 32 of 2002 and all subsequent amendments concerning
protection of environment, and all associated rules and regulations issued by the
Supreme Council for the Environment and Natural Resources.

(q)

All current and relevant regulation, notice or circular issued by Water Department and
Electricity Department of the Qatar General Electricity and Water Corporation
(QGEWC) specifications and all subsequent revisions and amendments.

(r)

The Regulations for the Installation of Electrical Wiring, Equipment and Air
Conditioning of Residential and Commercial Buildings, fifth re-issue dated June 1986
prepared by the Ministry of Electricity and Water, P.O. Box 41, Doha.

(s)

Any Amiri Decree or current and relevant regulation, notice or circular issued by the
Ministry of Municipal Affairs and Agriculture (including the previous Ministry of Public
Works and the previous Ministry of Industry and Public Works), the Ministry of
Electricity and Water or the appropriate local Municipality prior to the date of the
newspaper advertisement to Tender.

(t)

The Qatar Traffic Manual (QTM) and Qatar Highway Design Manual (QHDM)
prepared by the Ministry of Public Works.

(u)

Drafting Standards prepared by Public Works Authority.

The successful Tenderers shall maintain a copy of the above documents (a) to (u) on site
for the Engineers reference.
6.

INTERPRETATION OF THE DOCUMENTS

6.1

No unauthorised alteration shall be made by the Tenderer to the Tender Documents.

6.2

Any mistake made in completing the Tender Documents and corrected before submission
of the Tender, shall be initialed by the principal authorised to sign the Tender.

6.3

If the Tenderer has any doubts as to the meaning of any part of the Tender Documents, or
if he discovers any ambiguity or discrepancy in the Tender Documents, or if any words or
figures should be indistinct in the copy of the documents provided, then the Tenderer shall
notify the same to the Public Work Authority - Contract Department via e-mail to:
contracts@ashghal.gov.qa not later than sixteen (16) days before the date fixed for
submission of the tenders.
The Public Works Authoritys reply will be given in the form of a circular via e-mail to all
Tenderers and any such circular shall be acknowledged by the Tenderers via returned email to: contracts@ashghal.gov.qa and on page F/2 on the Form of Tender. This

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/6

February 2015

SECTION A

INSTRUCTIONS TO TENDERERS

Circular will be issued directly by Contracts Department.


If, immediately prior to submitting the Tender, any doubt remains with a Tenderer as to the
meaning of any part of the Tender Documents, then the Tenderer shall set out in a letter
accompanying his Tender the interpretation upon which he has relied.
6.4

The Tenderer shall check each page and drawing of the Tender Documents against the
contents and the Specification. No amendment to a submitted tender will be allowed
after the date and time fixed for submission should the Tenderer later claim that any
page or drawing was missing or had been duplicated.

7.

CORRECTIONS TO AND CLARIFICATION OF TENDERS AFTER SUBMISSION

7.1

Tenderers shall not be permitted to make corrections or amendments to their tender for
any reason whatsoever after the time and date fixed for the submission of the tender.

7.2

The Tenders Committee shall adjust arithmetical or other errors made by the Tenderer in
compiling his tender, as follows:
(a)

Where the total of arithmetical errors is such that the Amount of Tender would have
been increased, then the individual rates and prices shall be proportionally reduced
such that the Contract Price of the awarded contract shall be the same as the
Amount of Tender. Such proportional correction shall not apply to any Prime Cost or
Provisional Sums included in the Tender Documents provided by the Public Works
Authority.

(b)

Where the total of arithmetical errors is such that the Amount of Tender would have
been reduced, then the individual rates and prices shall each be corrected such that
the Contract Price of the awarded contract shall be for the corrected and reduced
amount.

7.3

Any adjustment, correction, clarification or amendment made by the Tenders Committee


to a tender shall be stated to the Tenderer prior to award of the contract.

7.4

Where the Amount of Tender is computed by a Tenderer by making a lump sum


adjustment to the summed total of the Bill of Quantities or to the summed total of a section
of the Bill of Quantities, then the lump sum adjustment so made will be deemed to apply
proportionally to the individual rates and prices throughout the Bill of Quantities, or
throughout that section of the Bill of Quantities. Such proportional adjustment shall not be
applied to any Prime Cost or Provisional Sums given in the Tender Documents by the
Public Works Authority.

7.5

Such proportionally adjusted rates and prices shall be those rates and prices used later
during the currency of the contract to assess the value of variations to the contract and for
the valuation of measured work done for interim payments.

8.

QUALIFICATION OF TENDERS AND ALTERNATIVES


A Tender Qualification and a Tender Alternative is differentiated as follows.

8.1

Tender Qualifications
Tender qualifications (that is deviations from the tender / contract Conditions) will be
considered, provided that such qualifications are all entered on a separate covering letter to
the tender fully described to permit a proper assessment of their implications. Please note
that if a fully compliant un-qualified tender is not submitted in addition then if the stated
qualifications are not accepted then the Tender may be reject as non-compliant.

8.2

Tender Alternatives
On condition that the Tenderer submits a bona fide tender in accordance with the Tender

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/7

February 2015

SECTION A

INSTRUCTIONS TO TENDERERS

Documentation in the first place, any alternative offers (that is deviations from the technical
requirements of the Project Brief) which he may wish to propose must be under a separate
cover, which will be given consideration, provided that such alternatives are fully described or
accompanied by sufficient drawings and specifications, as applicable, and priced to permit a
proper assessment of their implications or suitability.
9.

ACCEPTANCE OR REJECTION OF TENDERS

9.1

The Public Works Authority does not bind itself to accept the lowest or any tender and will
not assign any reason for the rejection of any tender.

9.2

The Public Works Authority will not be responsible for or pay any expenses or losses
which may be incurred by any Tenderer in the preparation of his tender.

10.

RIGHT TO VARY THE WORKS

10.1

The Tenderer shall note that, the Public Works Authority has the right, during the Contract
Period, to increase or decrease the works, in compliance with the Conditions of Contract,
by up to 20% of the Contract Price at the same rates and prices applicable to the Contract.

10.2

As regard to preliminaries, PWA will not pay for preliminaries costs for additional Works or
deduct from the preliminaries bill for omissions if those fall within the 20% parameter for
varying of Works. Any payment on preliminaries arising beyond this limit shall be
determined on the basis of actual cost of the preliminaries incurred by the Contractor and
must be supported by documentary evidences and records such as invoices, payment
receipts, etc.

11.

CONFIDENTIALITY OF TENDER DOCUMENTS

11.1

Tender Documents and all matters and details in connection therewith remain highly
confidential during and after tendering.

11.2

Drawings or information relating to the Works may only be copied or conveyed by the
Tenderer to his proposed sub-contractors, suppliers or other persons concerned with the
Works as may be essential for the submission of a proper tender.
It is the Tenderers responsibility to ensure that any information disclosed to any subcontractors, suppliers or authorised third parties is treated as highly confidential by them,
and that any copies or reproductions of documents or drawings given to them are returned
to the Tenderer.

11.3

Except as herein before provided, drawings or information relating to the Works shall not
be copied or reproduced in any way or conveyed by the Tenderer to any other third party
without first obtaining the prior written authorisation of the Public Works Authority.

12.

ADVANCE PAYMENT

12.1

The Contractor shall receive an advance payment at the discretion of the Public Works
Authority the amount of which, for the following Contract value categories, shall be:

12.2

(a)

Contract Value NOT EXCEEDING QR50 Million


The Advance payment shall be 20% of the Contract Price limited to a maximum of
QR 5,000,000

(b)

Contract Value EXCEEDING QR50 Million


The Advance payment shall be 10% of the Contract Price

A certificate will be issued by the Engineer for the Advance Payment when the Contractor
submits his Performance Bond, Invoice and Bank Guarantee for the said Advance
Payment.

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/8

February 2015

SECTION A

INSTRUCTIONS TO TENDERERS

12.3

Specimen Form of the Bank Guarantee for the Advance Payment is shown on Section B
of this Tender Document.

13.

MAXIMUM PENALTY LIMIT AND EXCESSIVE DELAY

13.1

The Contractors attention is drawn to Clause 47 (1) (as amended) of the General
Conditions of Contract which states that the maximum penalty for Delay shall not exceed
10% of the total Contract Sum or adjusted Contract Sum.

13.2

However the Contractor is hereby informed and accepts that should the delay persist after
the maximum penalty for delay has been reached then the Public Works Authority shall
consider action in terms of Clause 63 of the General Conditions of Contract and reserves
the right to expel the Contractor from the site without having to establish any other such
form of default.

14.

MEMORANDUM OF PROCEDURE

14.1

Tenderers shall submit with their Tender a memorandum, set out in the relevant Appendix
to Technical Tender Deliverables, giving in outline their general scheme of procedure, a
programme and a timetable for the execution of the Works. The memorandum shall not
preclude the Tenderer from supplying the detailed general scheme of procedure and
method to be furnished by the successful Tenderer in accordance with the General
Conditions of Contract.

14.2

In preparing the Memorandum of Procedure and assessing the costs and resources
required to complete the Works within the Time of Completion, Tenderers must make full
allowance for port congestion and surcharges, costs of air-freighting and trucking imported
materials and difficulties connected with obtaining continuous adequate supplies. None of
the forgoing nor any difficulty that the Tenderer may experience in obtaining adequate
labour will be considered as special circumstance fairly entitling the Contractor to an
extension of time for the completion of the Works as stated in the General Conditions of
Contract, nor will they be considered as being grounds for additional payments over and
above the Contract sum nor for variations to be issued under the General Conditions of
Contract.

15.

SITE CONDITIONS

15.1

All firms or persons tendering must acquaint themselves with the Site and they shall obtain
at their own responsibility all information necessary for preparing a Tender and entering
into a Contract.

15.2

The Tenderer must also, before submitting a Tender, satisfy himself as to the nature of the
existing roads or other means of communication and access to and egress from the Site
and loading and unloading facilities at Site, docks etc.

15.3

Tenderers must also satisfy themselves as to the sources of supply, sufficiency and
means of obtaining and delivering all materials, water, fuel, power and other matters or
things required for the Works and they must examine and consider all other matters and
all possible and probable contingencies and generally must obtain their own information
on all matters affecting the Works and all matters which may influence them in preparing
their Tender and determining the rates to be entered into the Bills of Quantities.

16.

SHIPMENT OF CARGO TO QATAR


Tenderers attention is drawn to circular No. 9/97 dated 23.8.1397 (08.08.1977) issued by
the Department to Ports, Ministry of Communications and Transport. This circular prohibits
the use of Vessels more than Fifteen (15) years old for either loading of cargo bound for
Qatar or for the discharge of cargo at Ports in Qatar unless exception has been obtained
from the Department of Ports.

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/9

February 2015

SECTION A

INSTRUCTIONS TO TENDERERS

17.

LUMP SUM CONTRACT PRICE

17.1

This contract is to include the whole of the Works which are described in or implied by the
Contract Documents. All matters omitted from the documents which may be inferred to be
obviously necessary for the efficiency, stability or completion of the Works shall be
deemed to be included in the Lump Sum Price.

17.2

Works shown upon drawings and not mentioned or described in the Employers
Requirements / Specification and works described in the Employers Requirements /
Specification and not shown on the drawings will nevertheless be deemed to be included
in the Lump Sum Contract Price in the same manner as if they had been expressly shown
upon the drawings and / or described in the Employers Requirements / Specification as
the case may be.

17.3

The Lump Sum Contract Price shall not be adjusted or altered in any way whatsoever
except in Bills with Provisional Quantity, which shall be re-measured.

18.

INSURANCE
Attention is drawn to the fact that all insurances obtained under the relevant Clauses of
the Specification or General Conditions of Contract shall be effected by one of the Public
Works Authority approved insurance companies listed in Section E, Reference
Documentation, Part 2 - Insurances and of the General Conditions of Contract.

19.

CO-ORDINATION WITH OTHER CONTRACTORS


The Tenderer shall make full allowance in his Tender Price for all costs arising from
programme and work co-ordination with all other Contractors and State Service
Departments.

20.

STATEMENT OF RESOURCES
The Tenderer must complete all appendices of the Form of Tender relating to this subject.

21.

SUPPLEMENTARY NOTICES
The Public Works Authority reserves the right to issue any necessary supplementary
notices to the Tenderers prior to the return of the Tenders. The Tenderers will be required
to acknowledge the receipt of these notice both to the Engineer and on the Form of
Tender and to allow for any instruction so issued in their Tender Price.

22.

COMMENCEMENT DATE FOR THE WORKS

22.1

Prior to the expiration of the tender validity period, the Tenders Committee of PWA will
send to the successful Tenderer the Awarding letter.

22.2

The Awarding letter may only be accepted by the Tenderer upon signing, dating, stamping
and returning an acknowledgement copy of it to the Tenders Committee of PWA within
twenty four (24) hours of receipt of it. The acceptance of this Awarding letter shall effect a
contract between the parties under which the rights and obligations of the parties are
governed solely by the terms and conditions of the contract.

22.3

The Commencement Date for the contract shall be determined as being twenty eight (28)
calendar days from the date of acceptance of the award by the successful Tenderer
unless the he receives any written instruction from the Engineer regarding the change in
the said date.

22.4

The Tenderers shall note that by this instruction the requirement of the Engineer's written
order to commence the Works at site is no longer required.

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/10

February 2015

SECTION A
23.

INSTRUCTIONS TO TENDERERS

SUBMISSION OF PROGRAMME
Apart from this general requirement from the Tenderers as mentioned in the Tender
deliverables it is mandatory by the successful Tenderer to submit the detailed programme
of Works including his method of implementation by incorporating amendments (if any) as
required by the Engineer. These documents shall be submitted in accordance with the
Clause 14 of the Conditions of Contract and shall be prior to the signing of Contract
Agreement.

24.

PREFERENCE FOR LOCALLY MADE PRODUCTS


The Tenderer is required to obtain LOCALLY MADE PRODUCTS TO THE EXCLUSION
OF IMPORTED PRODUCTS, unless such products of equivalent standard and complying
with specifications are not available; and unless the Engineer approves the use of
alternative source.

25.

IMPORTED FILL MATERIAL

25.1

If this contract includes for the supply of imported fill materials to be provided under an
agreement between the Qatar National Transport Office or Qatar Leasing Company (as
the Second Party) and the Contractor (as the First Party), then payment to the Second
Party will be made directly by the Contractor (the First Party). The cost of the supply only
of the fill material as agreed between the Contractor and the Second Party is to be
included in the Tender (Total stated in the Main Summary Sheet), and carried to the Form
of Tender, Page F/1.

25.2

Notwithstanding, Tenderers are referred to the Preambles to the Bills of Quantities and
shall be deemed to have included for all costs, co-ordination with the Second Party etc.
that may be required as a consequence, within their lump sum tender price.

26

FOREIGN TENDERER

26.1

If the Tender greater than QR.200,000,000.00 and the successful Tenderer is a foreign
company, at least 30% of the scope of works for the project, [hereinafter called the Qatari
Works] shall be awarded to Qatari Subcontractors.

26.2

The successful Tenderer shall provide Subcontract Agreement to the Engineer prior to
start of the Qatari Works.

26.3

The successful Tenderer shall Subcontract the Qatari Works in accordance with the
General Conditions of Contract and the Qatar National Construction Standards (QCS
2014)

27

RELOCATION OF SITE(S) (NOT APPLICABLE)


Should any and or all the Site(s) are to be relocated by the Engineer for whatsoever
reason, all the External Works shall be re-measured and priced using the rates indicated
in the submitted Bill of Quantities.

28

JOINT VENTURE, CONSORTIA AND OTHER ASSOCIATIONS

28.1

Where the Tenderer is a juristic entity comprising two or more parties forming a Joint
Venture, Consortia and other Associations for the purposes of tendering, a copy of the
Joint Venture Agreement is to be provided with the Technical Submission. Where such an
Agreement is to be executed upon award a copy of the draft Agreement as stipulated in
Appendix G, Item 1.10.1 of Section D, Technical Tender Deliverables must be provided
with the Technical Submission.

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/11

February 2015

SECTION A

INSTRUCTIONS TO TENDERERS

28.2

The Authority reserves the right to reject a preferred Tender should the Joint Venture
Agreement not meet the Authoritys satisfaction and subsequent negotiations fail to
address the Authoritys concerns.

28.3

A specimen form of Declaration of Willingness is provided in the Appendix G, Section D,


Technical Tender Deliverables and stipulated in Item 1.10.2.

28.4

The Tender Bond from a Joint Venture can be issued as a single bond from a Joint
Venture and/or in two separate bonds equivalent to the total bond amount and in such
proportion as agreed by both parties.

28.5

A single Performance Bond shall be issued by a Joint Venture in the amount of 10% of the
Contract Price for a tender project is accepted.

29

PARENT COMPANY GUARANTEE

29.1

In the event that the successful tender fails under the category of the requirement of SubClause 10.1 [Parent Company Guarantee] of Section B Part 2 Conditions of Particular
Application, he shall provide the Authority a Parent Company Guarantee within 28 Days
from the Commencement Date of the Contract.

29.2

The Parent Company Guarantee shall be provided by the Contractor in the format stated
in the Specimen Form of the Parent Guarantee as shown in Section Part 3.

30

QATAR CENTRAL BANK

30.1

All bonds/guarantees should be issued by banks operating under the supervision/control


of the Qatar Central Bank (QCB).

PART 2: TENDER CONDITIONS AND TENDERERS INSTRUCTIONS OF PARTICULAR


APPLICATION
31 TENDER CONDITIONS
31.1 These Instructions to Tenderers constitutes the Conditions of Tender of this Tender and
should the Tenderer fail to comply herewith the Public Works Authority reserves the right
to disqualify and reject the Tender as non-compliant and is not bound to provide any
reason for the rejection of any tender.
31.2

The entire contents of this tender document as listed on the contents page is deemed to
be the tender and all appendices, schedules, etc, to be completed and all other
Information requested is to be incorporated in the Tenderers submission and will form part
of the assessment and adjudication of the tenders.

31.3

The Technical Tender Deliverables, Form of Tender, Price Schedules, etc. of the
document has particular reference in this regard and all minimum information required is to
be submitted in the required format.

31.4

The Preambles and requirements of Section D Technical Tender Deliverables are an


express condition of tender and failure to comply in strict accordance therewith may
render the tender submission non-compliant and disqualified from the tender adjudication
process.

31.5

This tender document as listed on the contents page in its entirety will form part of the
contract documentation.

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/12

February 2015

SECTION A
32.

INSTRUCTIONS TO TENDERERS

TENDER ADJUDICATION PROCESS

32.1 TECHNICAL CRITERIA


Tenders will be assessed and adjudicated based on Technical and Financial Criteria of
the tender document and will take into account:
(1)

(2)

GENERAL
(a)

Compliance with the Tender Conditions and information and tender deliverable
requirements. Should the Tenderer fail to submit all the information required and/or
the information provided is not compliant with the specification requirements the
Public Works Authority may disqualify and reject the Tender outright as noncompliant.

(b)

The demonstrated capacity and ability of the Tenderer to carry out the Works
successfully, cost effectively and to world class state of the art standards.

TECHNICAL CRITERIA DELIVERABLES


The Technical Criteria deliverables comprise of two separate elements as follows:
(a)

General Company Information and Details


Specific information and data pertaining to the Tenderers companys capacity, ability
and construction history and experience.

(b)

Project Specific Information Requirements


Specific information and data pertaining to this project including a method statement
and project appreciation statement which should demonstrate the Contractors ability
to execute the Works successfully to the required standards.

It is important to note that this information and data must be presented in the format and
under the specific heading dictated by the appendices.
32.2

FINANCIAL CRITERIA

(1)

The Tenders Committee on behalf of the Public Works Authority will adjudicate Financial
Criteria of those tenders where the Technical Criteria has achieved full compliance in all
aspects of Clause 32.1 above.
The PWA decision with regard to which Technical and Financial Package are to be
opened is final and binding.

(2)

The Financial Criteria package will be assessed and adjudicated taking into account:
(a)
(b)

Compliance with the Tender Conditions and information and tender deliverable
Requirements.
The optimum value weighting of prices of elements of the Works which reflect the
true and realistic value of the element in terms of work input required and value of
product deliverable received by the Public Works Authority.

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/13

February 2015

SECTION A

INSTRUCTIONS TO TENDERERS

Unreasonable and unjustified price weighting of items or elements of the


Tender Price Schedule will not be accepted.
The Public Works Authority reserves the right to insist on details of the Tenderers
pricing structure to establish and demonstrate the optimum and realistic value of any
price element and further reserves the right to insist that any unreasonable and
unjustified weighting of items or elements be adjusted to reflect the true value of the
item or element as described in the Project Brief / Employers Requirements relative
to the overall project worth.

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/14

February 2015

SECTION A

INSTRUCTIONS TO TENDERERS

PART 3: SPECIMEN FORMS

PART 3.1: SPECIMEN FORM OF TENDER BOND


Tender for:

PROJECT TITLE: CONSTRUCTION OF 2 NEW SCHOOLS AT DOHA AND


VILLAGES, STAGE 10A, PACKAGE 2
PROJECT ID: BA 14/15 C 070 G

Sir,
We have the honour to inform you that we guarantee Messrs .................................................
.......................................................................................................................................................
of....................................................................................................................................................
.......................................................................................................................................................
for the amount of Qatar Riyals (QR. ..) with the Public
Works Authority in order to allow them to submit a tender for the above as specified in the Tender
Documents.
This guarantee shall remain valid for a period of one hundred and twenty (120) days starting on
the date fixed for the opening of tenders by the Tenders Committee, that is:
from...................................................................to.......................................................................
.
or such earlier time as a Performance Bond shall have been duly provided by a Tenderer whose
Tender has been accepted, and is subject to renewal by the Tenders Committee without objection
of Messrs ...................................................................................................

In the event of Messrs................................................................................


withdrawing their tender before the expiration of validity of the tender or failing to provide a
Performance Bond within 28 days of being requested to do so by the Public Works Authority,
whichever date is earlier, we definitely undertake to deposit with the Public Works Authority of the
State of Qatar, upon the Tenders Committees demand and notwithstanding any objection on the
part of the said Messrs .... the aforesaid sum
of Qatar Riyals . (QR ).

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/15

February 2015

SECTION A

INSTRUCTIONS TO TENDERERS

PART 3.2 : SPECIMEN FORM OF TENDER CHECKLIST AND AUTHORIZATION FORM


Tender Return Checklist and Authorization Form
Title:
Project ID:

CONSTRUCTION OF 2 NEW SCHOOLS AT DOHA AND VILLAGES,


STAGE 10A, PACKAGE 1
BA 14/15 C 070 G

Tender No.:
We, ________________________ [Insert Company Name]____________ hereby authorize
__________[Insert Delivery Persons Name]_____________ to deliver the Tender package
comprising the following documents:
A.

Sealed Envelope Submission


Consists of hardcopy (one original and one duplicate) and softcopy (two labeled CDs in
pdf format) each comprising the following document in the stated serial order.
Document

Document Title

Yes/No

Front Cover

Contents Page

Consortium or Joint Venture Agreement (if applicable)

Tender Circular Acknowledgement (page F/2 only)

Technical Tender Qualifications and/or Alternatives (if any)

Section A Instructions to Tenderers

Section B Form and Conditions of Contract

Section C Specifications

Section D Technical Tender Deliverables, duly signed and stamped


for each Appendix

10

Section E Reference Documentation.

11

Section F Form of Tender

12

Section G Bill of Quantities

13

Financial Tender Qualifications and/or Alternatives (if any)

Circulars /
Addenda

Acknowledgement

1
2
3
4

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/16

February 2015

SECTION A
Circulars /
Addenda

INSTRUCTIONS TO TENDERERS
Acknowledgement

5
6
7

B.

Accompanying letter, Tender Return Checklist & Tender Bond (submit separately, not
within sealed envelope)
Document

Document Title

Yes/No

Accompanying Letter

Duly completed, signed & stamped of this Tender Return


Checklist & Authorization Form

Tender Bond

We hereby declare that we have checked and included the above documents in the respective
envelopes prior to sealing them and that, to the best of our knowledge, the submissions are in
order.
Signature:
Name:
In the capacity of:

Tender Manager / Managing Director

Date:

Company Seal:

BA 14/15 C 070 G
Construction of 2 New Schools at Doha and Villages

A/17

February 2015

Vous aimerez peut-être aussi