194
Page 1 of 194 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 OPEN DOMESTIC BIDDING Subject of Procurement: CONSTRUCTION OF A REGIONAL SERVICES UGANDA CENTRE AT KASESE MUNICIPALITY. Procurement Reference Number: MoPS/ WRKS/ 2018-19/000251 Date of Issue: March 2019

Republic of Uganda...PPDA March 2014 Standard Invitation to Bidders BID NOTICE UNDER OPEN DOMESTIC BIDDING 25th March 2019 Construction of a Regional Service Uganda Centre at Kasese

  • Upload
    others

  • View
    7

  • Download
    0

Embed Size (px)

Citation preview

Page 1 of 194

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

OPEN DOMESTIC BIDDING

Subject of Procurement: CONSTRUCTION OF A REGIONAL

SERVICES UGANDA CENTRE AT KASESE MUNICIPALITY.

Procurement Reference Number: MoPS/ WRKS/ 2018-19/000251

Date of Issue: March 2019

Page 2 of 194

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.

[email protected] www.ppda.go.ug

Page 3 of 194

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 164

Section 7: General Conditions of Contract for the Procurement of Works 164

Section 8: Special Conditions of Contract 185

Section 9: Contract Forms 189

Part 1: Section 1 Instructions to Bidders

Page 4 of 194

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. Ministry of Public Service invites sealed bids from eligible bidders for:

No. Procurement Reference Number Subject matter of Procurement Bid Security

1 MoPS/WRKS/18-19/00251 Construction Of A Regional Services

Uganda Centre At Kasese Municipality

20,000,000

2. The Bidding document(s) shall be inspected and issued at Ministry of Public Service, 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 194

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 DOMESTIC BIDDING

25th March 2019

Construction of a Regional Service Uganda Centre at Kasese Municipality -

MoPS/ WRKS/ 2018-19/000251

1.The Ministry of Public service has allocated funds to be used for the construction of a regional

Service Uganda Centre at Kasese 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 to 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. 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 10am, 24th April 2019. All bids

must be accompanied by a bid security 20,000,000 Uganda Shillings. 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 10:30am on

24rd April 2019.

7. There shall be a pre-bid meeting/site visit at Kasese Municipality Headquarters at 10:00am on

8th 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 194

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

Monday, 8th 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 194

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 194

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 ............................................................................................................166 2. Interpretation ........................................................................................................168 3. Language and Law ...............................................................................................168 4. Project Manager’s Decisions ...............................................................................169

5. Delegation ............................................................................................................169 6. Notices .................................................................................................................169 7. Subcontracting .....................................................................................................169 8. Other Contractors .................................................................................................169

9. Personnel ..............................................................................................................169

10. Employer’s and Contractor’s Risks .....................................................................169 11. Employer’s Risks .................................................................................................170 12. Contractor’s Risks ................................................................................................170

13. Insurance ..............................................................................................................170 14. Site Investigation Reports ....................................................................................171

15. Queries About the Special Conditions of Contract ..............................................171 16. Contractor to Construct the Works ......................................................................171 17. Works to be Completed by the Intended Completion Date .................................171

18. Approval by the Project Manager ........................................................................171 19. Safety ...................................................................................................................171 20. Discoveries ...........................................................................................................171

21. Possession of the Site ...........................................................................................172

22. Access to the Site .................................................................................................172 23. Instructions, Inspection and Audits ......................................................................172 24. Disputes ................................................................................................................172

25. Procedure for Disputes .........................................................................................172 26. Replacement of Adjudicator ................................................................................172 27. Program ................................................................................................................173 28. Extension of the Intended Completion Date ........................................................173 29. Acceleration .........................................................................................................173

30. Delays Ordered by the Project Manager ..............................................................173 31. Management Meetings .........................................................................................174 32. Early Warning ......................................................................................................174

33. Identifying Defects ...............................................................................................174 34. Tests .....................................................................................................................174 35. Correction of Defects ...........................................................................................174

Part 1: Section 1 Instructions to Bidders

Page 9 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by

PPDA March 2014

36. Uncorrected Defects .............................................................................................175 37. Bill of Quantities or Activity Schedule ................................................................175 Option 1: Admeasurement Contracts - Bill of Quantities ................................................175 Option 2: Lump Sum Contracts – Activity Schedule ......................................................175

38. Changes in the Bill of Quantities or Activity Schedule .......................................175 Option 1: Admeasurement Contracts – Changes in the Bill of Quantities ......................175 Option 2: Lump Sum Contracts – Changes in the Activity Schedule ..............................175 39. Variations .............................................................................................................175 Option 1: Admeasurement Contracts – Variations ..........................................................175

Option 2: Lump Sum Contracts - Variations ...................................................................175 40. Payments for Variations .......................................................................................176

Option 1: Admeasurement Contracts – Payment for Variations ......................................176 Option 2: Lump Sum Contracts – Payment for Variations ..............................................176 42. Payment Certificates ............................................................................................176 43. Payments ..............................................................................................................177 44. Compensation Events ...........................................................................................177

45. Tax .......................................................................................................................178 46. Currencies ............................................................................................................178 47. Price Adjustment ..................................................................................................179 48. Retention ..............................................................................................................180

49. Liquidated Damages ............................................................................................180 50. Bonus ...................................................................................................................180

51. Advance Payment ................................................................................................180 52. Performance Security ...........................................................................................181

53. Dayworks .............................................................................................................181 54. Cost of Repairs .....................................................................................................181

55. Completion ...........................................................................................................182 56. Taking Over .........................................................................................................182 57. Final Account .......................................................................................................182

58. Operating and Maintenance Manuals ..................................................................182 59. Termination ..........................................................................................................182

60. Payment upon Termination ..................................................................................183

61. Property ................................................................................................................184

62. Release from Performance ...................................................................................184

Part 1: Section 1 Instructions to Bidders

Page 10 of 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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

Kasese Municipality.

ITB 1.1 The procurement reference number of the Contract is: MoPS/WRKS/2018-

19/00251

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 will be holding a pre-bid meeting.

If a pre-bid meeting is to be held, it shall take place at:

Location: Kasese Municipality

Date: 8th April 2019

Time: 11:00am

ITB 11.1 For clarification purposes only, the Employer’s address is:

Attention: The Head Procurement and Disposal Unit

Ministry of Public Service

Street Address: Plot 12, Nakasero Hill road, Wandegeya

Floor/Room number: 38

Telephone: 0414 347687

Town/City: Kampala

P. O. Box No: 7003

Country: Uganda

Part 1: Section 2 Bid Data Sheet

Page 29 of 194

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 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:

Bid security

Notarised Powers of Attorney.

NSSF Certificate

Tax Clearance Certificate

3 years audited books of accounts

Valid 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.

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 20,000,000 Uganda Shillings.

ITB 18.3 The Bid Security or Bid securing Declaration shall be valid until 8th

November 2019.

ITB 19.1 Alternative bids to the requirements of the bidding documents shall not be

Part 1: Section 2 Bid Data Sheet

Page 30 of 194

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

permitted.

ITB 20.1 In addition to the original of the Bid, the number of copies required is: 3

copies.

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: The Head Procurement and Disposal Unit

Ministry of Public Service

Street Address: Plot 12, Nakasero Hill road, Wandegeya

Floor/Room number: 38

Telephone: 0414 347687

Town/City: Kampala

P. O. Box No: 7003

Country: Uganda

Electronic mail address; [email protected]

The deadline for bid submission is:

_________________________________________

Date: 24th April 2019

Time (local time): 10:00am

ITB 25.1 The bid opening shall take place at:

Street Address: Plot 12, Nakasero Hill road, Wandegeya

Floor/Room number: 38

Town/City: Kampala

Country: Uganda

Electronic mail address; [email protected]

Date: 24th April 2019

Time (local time): 10:30m

Part 1: Section 2 Bid Data Sheet

Page 31 of 194

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/shall not 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 20percent 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 194

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/WRKS/2018-2019/00251

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 194

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 194

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 5 years

3. Site Engineer mechanical

(BSc–Mechanical

Engineering) (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

Drilling machine

Stone cutter machine

01 01 01 01

4. Equipment for compound paving

Rollers

01

Part 1: Section 3 Evaluation Methodology and Criteria

Page 35 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by

PPDA March 2014

Bitumen paver

01

5. Equipment for transportation

Tippers (10 Tonnes)

Trucks (05 Tonnes)

01

01

6. Pneumatic equipment

Air compressor

01

8. Power equipment

Generator

01

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

relevant Form in Section IV.

Page 36 of 194

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 5 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 twenty percent (20%)

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 194

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 3 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

fifty percent

(50%) of the

requirement

Must meet

fifty percent

(50%) of the

requirement

Form 7

Page 38 of 194

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

100 percent

(100%) of the

requirement

Must meet

100 percent

(100%) of

the

requirement

Form 8

Page 39 of 194

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 month 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 3

contracts within the last 3 years

, each with a value of at least

One billion, that have been

substantially 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

Must meet

requirement

Must meet

requirements

for all

characteristics

N / A

Must meet

requirement

for one

characteristic

Form 10

Page 40 of 194

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 characteristics as described in

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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

E-mail

Job title

Years with present Employer

Summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project.

From* To* Company, Project , Position, and Relevant Technical and Management Experience*

Part 1: Section 4 Bidding Forms

Page 58 of 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

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 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

4. Activity Schedule/ Bills of Quantities

BILL NO.1

PRELIMINARIES

Part 2: Section 6 Statement of Requirements

Page 81 of 194

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 Kasese Municipal

Council at Plot No. Block No. Kasese 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

Total carried to summary

Part 2: Section 6 Statement of Requirements

Page 82 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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

Kasese 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.

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

Part 2: Section 6 Statement of Requirements

Page 83 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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 kilometer

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.

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.

Part 2: Section 6 Statement of Requirements

Page 84 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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

Total carried to summary

CONTRACT PARTICULARS

CLAUSES:

A. GENERAL

Part 2: Section 6 Statement of Requirements

Page 85 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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

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

Part 2: Section 6 Statement of Requirements

Page 86 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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

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

Part 2: Section 6 Statement of Requirements

Page 87 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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

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.

Part 2: Section 6 Statement of Requirements

Page 88 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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.

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

Part 2: Section 6 Statement of Requirements

Page 89 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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

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

Part 2: Section 6 Statement of Requirements

Page 90 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

(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

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 91 of 194

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 92 of 194

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 93 of 194

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 94 of 194

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 95 of 194

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

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

Part 2: Section 6 Statement of Requirements

Page 96 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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

TOTAL CARRIED TO MAIN SUMMARY

Part 2: Section 6 Statement of Requirements

Page 97 of 194

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 98 of 194

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

A Maintain and uphold sides of excavation : clear

off all fallen material, rubbish. 1 ITEM

B Allow for keeping all excavations free from

general water 1 ITEM

C Excavate for foundation trench commencing at reduced level but not exceeding 1.5m deep.

161 CM

D Ditto column bases ditto 27 CM

E Selected Murram filling to make up levels and

around foundations.

91 CM

F Load and cart away surplus excavated material

from site.

73 CM

G 150mm thick bed of handpacked stone base, well rolled and compacted 302 SM

H 50mm thick sand blinding over surfaces of hardcore

302 SM

I Insecticide treatment to surfaces of hardcore and

bottom of excavation. 915 SM

Damp proof membrane

J 1000 Gauge polythene sheeting laid on blinded

hardcore 328 SM

Concrete work

Plain concrete class 15 mix 1:3:6 (20mm

aggregate) in

K 50mm thick blinding in column bases 20 SM

L Strip foundations 34 CM

M 125mm thick ground floor slab 328 SM

Part 2: Section 6 Statement of Requirements

Page 99 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

Total carried to collection

Vibrated reinforced concrete class 20 mix(1:2:4) 20mm (Aggregates) in:

A Column bases 7 CM

B Ground beam 15 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 338 SM

Steel reinforcement as described

Mild steel round bars to BS 4449

F 8mm Diameter bars 658 KG

High yield ribbed bars to BS 4449

G 16mm Diameter bars 367 KG

H 12mm Diameter bars 1027 KG

Sawn formwork to:

I Edges of floor bed 75 - 150 mm high 106 LM

J Sides of ground beams externally 75 - 150 mm high

106 LM

K Sides of starter columns 23 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 100 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

L 230mm Thick walls. 238 SM

Two coats of external cement render (1:4)

finished with wood float

M 12mm to walls. 64 SM

N Ditto;to concrete surfaces(ground beam) externally

16 SM

Prepare and apply two coats black

bitumastic paint on:

P Rendered surfaces 80 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 23 CM

B Columns 2 CM

C 150mm thick flat roof slab 55 SM

Steel reinforcement as described

Mild steel round bars to BS 4483

D 8mm diametre mild steel round bars 780 KG

High tensile ribbed bars to BS 4461

E 16mm diametre bars 1625 KG

F 12mm diametre bars 673 KG

Sawn formwork to:-

G Sides and soffittes of the ring beam 204 SM

H Sides of Columns 65 SM

I Soffits of flat roof slab 55 SM

Part 2: Section 6 Statement of Requirements

Page 101 of 194

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 36 LM

B 300 x 75mm Weathered and throated copping 130 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. 350 SM

D 150mm thick walls. 65 SM

Part 2: Section 6 Statement of Requirements

Page 102 of 194

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 30 LM

Water Proof Cement Sand Screed(1:4) finished to receive waterproofing

membrane

H Concrete flat roof 55 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 55 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 175 LM

B 50 x 50 x 2mm SHS Rafter 169 LM

Part 2: Section 6 Statement of Requirements

Page 103 of 194

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 260 LM

D 2mm thick 50 x 100mm Z-Purlins 270 LM

C 75 x 75 x 2mm SHS wall plate bolted to

blockwork

40

LM

SUNDRIES E

200 x 150 x 4mm thick mild steel plate welded to Tie-beam:2No. holes for 12mm diameter bolt.

188 NO

F 50 x 50 x 3mm thick CFA cleat; welded to SHS

Rafter:bolted to purlins: 2 No.holes for 12mm diameter bolt.

40 NO

G 12mm Diameter bolt,head, nut and 2

No.washers:100mm long

160 NO

H 12mm Diameter bolt: 200mm long; cast into ring

beam: bolted to mild steel plate

60 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. 40 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. 40 LM

Roof covering 26 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 309 SM

Total carried to summary

BILL NO.2

MAIN OFFICE BUILDING

ELEMENT NO.5

CEILING

Part 2: Section 6 Statement of Requirements

Page 104 of 194

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 423 LM

B 75 x 50mm ceiling branderings 450 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 236 SM

D Extra over for 600 x 600mm trap door 2 NO

E 150 x 150mm timber cornice 168 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 55 SM

G 150 x 150mm cornice 26 LM

Prepare and apply one under coat and

three coats of silk vinyl emulsion paint on:

H Steel trowelled plastered soffittes of concrete

ceiling 55

SM

I Soft board ceiling soffits 236 SM

Part 2: Section 6 Statement of Requirements

Page 105 of 194

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

40 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 106 of 194

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 11 NO

Wrot mahogany, selected, treated and kept clean

B 230 x 50mm frame, two labours, plugged 64 LM

C Ditto transome ditto 11 LM

D 50 x 15mm Architrave two labours 150 LM

Supply and fix the following ironmongery :

locks and furniture from "UNION" or equal approved

H 100mm Pressed Stainless steel butt hinges 17 PRS

I 3-Lever double mortice lock and furn 11 NO

J Floor mounted door stop 11 NO

Prepare and apply three coats of gloss oil

paint : on wood to:

K General surfaces. 40 SM

L Surfaces 100 - 200mm girth 75 LM

M Ditto not exceeding 100mm girth. 150 LM

Steel doors

Purpose made solid vault steel door

complete with and including all iron-mongery,all necessary accessories; one

coat red oxide primer; all per the

Architect's detailed drawing

Part 2: Section 6 Statement of Requirements

Page 107 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

N Door size 900 x 2000mm high overall; to

Architect's detailed Drawing(D03) 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

Q Door D04; 900 x 2400mm high NO 1

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 2165 x 2200mm high overall ; all per the Architect's drawing 2 NO

B Ditto; W02 size 3000 x 2200mm high; ditto 6 NO

C Ditto; W03 size 2200 x 2200mm high; ditto 1 NO

D Ditto; W04 size 750 x 2525mm high; ditto 3 NO

F Ditto; W06 size 800 x 2200mm high; ditto 2 NO

G Ditto; W05 size 500 x 1000mm high; ditto 4 NO

ALUMINIUM CLADDING

Part 2: Section 6 Statement of Requirements

Page 108 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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

H Size 2630 x 2500mm high overall 3 NO

I Size 1434 x 2500mm high overall 1 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.

H Window size 2165 x 2200mm high overall 2 NO

I Window size 3000 x 2200mm high overall 7 NO

J Window size 2200 x 2200mm high overall 1 NO

K Window size 750 x 2525mm high overall 3 NO

L Window size 800 x 2200mm high overall 2 NO

M 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:-

N Surfaces ne 75mm girth: burglar proofing 438 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 241 SM

Painting and decoration

Prepare and apply one undercoat and three coats of first grade weatherguard emulsion

paint : externally; on

B Rendered wall surfaces 241 SM

Facing Bricks

Part 2: Section 6 Statement of Requirements

Page 109 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

C E.O for 220 x 38 x 75mm high brickwork for

facing bricks; bedded and pointed in

cement/sand(1:3mm)

78 SM

Sprash apron

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 64 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

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 110 of 194

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. 506 SM

Cement sand (1:4) backing finished rough

to recieve wall tiles(M/S)

B 15mm thick: finished to wall tiles 84 SM

Supply and fix: 300 x 200 x6mm ceramic floor tiles; bedded and grouted in approved

epoxy grout: in

C Walls 84 SM

Painting and Decorating

Prepare and apply one mist coat and three

coats of silk vinyl emulsion paint internally on:

D Plastered surfaces 506 SM

Floor finishes

Cement sand (1:4) screed finished rough to

recieve floor tiles(M/S)

E 32mm thick: finished to receive floor tiles 302 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 260 SM

G 240 x 100 x 19mm thick coved skirting 231 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

Aluminium Partition

Supply and fix Aluminium powder coated

sections: J Demountable Aluminium partitioning panels

complete with doors (M/S); comprising of 2415mm high pannel with 6mm thick clear sheet

glass;all as per the Architect's detailed drawings

7 LM

Part 2: Section 6 Statement of Requirements

Page 111 of 194

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 2500mm 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

80 SM

Total carried to summary

Part 2: Section 6 Statement of Requirements

Page 112 of 194

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 113 of 194

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

VIP LATRINES

ELEMENT NO.1

SUBSTRUCTURES

ALL PROVISIONAL

The work in this element includes all works

up to and including the ground floor slab

A Maintain and uphold sides of excavation : clear off all fallen material, rubbish. 1 ITEM

B Allow for keeping all excavations free from general

water 1 ITEM

C Excavate Pit for latrines, over 1.5m not exceeding

3.0m deep commencing at reduced level. 15 CM

D Excavate for foundation trench commencing at reduced level but not exceeding 1.5m deep.

10 CM

E Extraover excavation for rock 4 CM

F Selected Murram filling to make up levels and

around foundations.

29 CM

G Load and cart away surplus excavated material

from site.

29 CM

H 200mm thick bed of handpacked stone base, well

rolled and compacted 12 SM

I 50mm thick sand blinding over surfaces of hardcore 12 SM

J Insecticide treatment to surfaces of hardcore and

bottom of excavation. 12 SM

Damp proof membrane

K 1000 Gauge polythene sheeting laid on blinded hardcore 12 SM

Concrete work

Plain concrete class 15 mix 1:3:6 (20mm aggregate) in

L Strip foundations 1 CM

M 100mm thick slab(pit base) 11 SM

Part 2: Section 6 Statement of Requirements

Page 114 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

Reinforced Concrete class 25 mix (1:1.5:3)

(20mm aggregate)

N 100mm thick ground floor slab 17 SM

Total carried to collection

Reinforcements

Steel fabric reinforcement to BS 4483 as described

A No. A 142 Fabric Mesh reinforcement weighing 2.22

Kg. Per square meter fixed in slab 17 SM

Sawn formwork to:

B Edges of floor bed 75 - 150 mm high 38 LM

C Soffits of floor slab 5 SM

Plinth walling

Burnt clay brickwork jointed and pointed in

cement sand (1:3) mortar : with and

including hoop iron wall ties every alternate course in:

D 150mm Thick walls. 17 SM

E Ditto; Pit walls 27 SM

Two coats of external cement render (1:4) finished with wood float

F 9mm to walls. 44 SM

Prepare and apply two coats black bitumastic paint on:

G Rendered walls. 44 SM

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 115 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

Total carried to summary

BILL NO. 3

VIP LATRINES

ELEMENT NO.2

R.C. FRAME

Concrete work

Vibrated reinforced concrete class 25(mix

1:1.5:3) as described in:-

A Ring Beams 1 CM

Steel reinforcement as described

Mild steel round bars to BS 4483

B 8mm Mild steel round bars 36 KG

Square twisted bars to BS 4461

C 12mm ditto 49 KG

Sawn formwork to:-

D Sides and soffittes of the ring beam 7 SM

Part 2: Section 6 Statement of Requirements

Page 116 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

Total carried to summary

BILL NO. 3

VIP LATRINES

ELEMENT NO.3

WALLING

Brickwork

Burnt clay bricks jointed in cement sand (1:3) mortar with and including hoop iron wall ties

every alternate course : in

A 150mm thick walls. 45 SM

Damp proof course of bitument felt to B.S

743 Type A with 150mm laps including cement and sand (1:3) levelling bed

B 150mm Wide 25 LM

Precast concrete grade 25 as described in:-

C 330mm x 65mm (Average) thick weathered and

throated coping with exposed surfaces finished smooth bedded and pointed in cement mortar (1:3)

14 LM

Part 2: Section 6 Statement of Requirements

Page 117 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

Total carried to summary

BILL NO. 3

VIP LATRINES

ELEMENT NO.4

ROOF CONSTRUCTION AND COVERING

Treated Sawn "Cypress" as described:

A 75 x 100mm wall plate 8 LM

B 150 x 50mm tie beam 7 LM

C 100 x 50mm struts & ties. 27 LM

D 100 x 50mm rafters. 14 LM

E 75 x 50mm purlins 15 LM

Wrought hardwood as described:

F 225 x 25mm fascia and barge board in wrot timber. 5 LM

Prepare and apply three coats of gloss oil

paint as obtained from Sadolin Paints (U) Ltd to wood surfaces:

G Wood surfaces over 200 but not exceeding 300mm

girth. 5 LM

Part 2: Section 6 Statement of Requirements

Page 118 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

Roof covering

H 28 Gauge pre-painted G.I sheets laid to purlins 15 SM

Total carried to summary

BILL NO. 3

VIP LATRINES

ELEMENT NO.7

DOORS

Wooden doors

A Provide and fix: 45mm thick solid timber battened flush doorssize 800 x 2100mm high to Architects

detail drawings 3 NO

Wrot mahogany, selected, treated and kept

clean

B 150 x 75mm frame, two labours, plugged 15 LM

Supply and fix the following ironmongery : locks and furniture from "UNION" or equal

approved

C 100mm Pressed Stainless steel butt hinges 5 PRS

Part 2: Section 6 Statement of Requirements

Page 119 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

D 2-Lever double mortice lock and furn 3 NO

Prepare and apply three coats of gloss oil

paint : on wood to:

E General surfaces. 10 SM

F Surfaces 100 - 200mm girth 15 LM

Total carried to summary

BILL NO. 3

VIP LATRINES

ELEMENT NO.9

EXTERNAL FINISHES

Wall finishes

Cement and sand(1:3) rendering

A 15mm thick walls 48 SM

Prepare and apply one undercoat and two finishing coats of weather guard paint

B Rendered walls 10 SM

Part 2: Section 6 Statement of Requirements

Page 120 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

Manholes

C Manhole internal size 450 x 600mm in masonry

fireclay brickwork rendered smooth internally, complete with benching, haunching and cast iron

cover in steel frames to details to be supplied by

the Project Manager. 2 NO

Vent pipes

D 100mm diameter PVC vent pipe to detail 3 LM

E 100mm diameter vents to detail 3 NO

Total carried to summary

BILL NO. 3

VIP LATRINES

ELEMENT NO.10

INTERNAL FINISHES

Wall finishes

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 15mm thick two coat work to walls. 33 SM

B Ditto; Pit walls 27 SM

Floor finishes

Cement sand (1:4) screed

C 32mm thick finished smooth 17 SM

D Ditto; Pit floor 5 SM

Total carried to summary

Part 2: Section 6 Statement of Requirements

Page 121 of 194

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 3

VIP LATRINE

SUMMARY

1 SUBTRUCTURE 3/2

2 R.C FRAME 3/3

3 WALLING 3/4

4 ROOFING CONSTRUCTION AND COVERING 3/5

5 DOORS 3/6

6 EXTERNAL FINISHES 3/7

7 INTERNAL FINISHES 3/8

TOTAL CARRIED TO MAIN SUMMARY

Part 2: Section 6 Statement of Requirements

Page 122 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

BILL NO.4

EXTERNAL WORKS

Part 2: Section 6 Statement of Requirements

Page 123 of 194

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

EXTERNAL WORKS(ALL PROVISIONAL)

COMPOUND AND PARKING

Site clearance and earthworks

A Clear site of all bushes, shrubs, small trees and under growth and cutting down trees not exceeding 600mm

girth, including grubbing up roots and removing away

from site (1026SM)

1 ITEM

Cutting trees

B Cut down trees and grub up roots and chop-up and

remove all arising from site : large trees girth 600 - 900mm girth.

4 NO

Excavation

C Excavate average 200mm deep to remove vegetable

soil; wheel and remove from site.

1026 SM

D Excavate to reduce levels not exceeding 1.5m deep and

clear away from site 462 CM

E Extra over excvation for rock 10 CM

Parking/Paved area

F Compact formation to 90% modified AASHO to receive

sub-base course

584 SM

G 150mm sub-base course layer of selected murram on formation compacted with a 5-tonne roller to falls and

cambers to receive base course

584 SM

H 150mm base course layer of selected murram stabilised

with 6% lime and compacted with 5-tonne roller to falls and cambers

584 SM

Precast concrete class 20; 20mm Aggregate :

finished fair on all exposed surfaces including

bedding and jointing in cement and sand (1:4) mortar

I 80mm Thick concrete block size 205 x 110mm laid to falls on and including 50mm thick sand bed, allow for

compaction, rolling and vibration, spread and brush sand

into joints and compact.

584 SM

Concrete Kerbs

J Provide and lay 125mm thick x 250mm high precast

concrete road kerbs on edge pointed in cement mortar (1:3) on and including 100mm thick concrete grade 15

bed and haunch including earthworks and painting.

340 LM

Part 2: Section 6 Statement of Requirements

Page 124 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

Prepare surfaces and apply three coats of approved road marking paint: to

K Surfaces of road kerbs 200 - 300mm girth 340 LM

L Roads and parking 75 to 150mm girth 102 LM

Total carried to collection

Drainage water channel

A 300mm Wide x 200mm deep (internal) drainage channel comprising precast concrete storm water channel :

including excavation, and disposal as per Architect's

detail.

122 LM

Flag poles

B 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 collection

COLLECTION

Total carried forward from page 4/1

Total carried forward from page 4/2

Part 2: Section 6 Statement of Requirements

Page 125 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

Total carried to summary

SEPTIC TANK(300 users) AND SOAK AWAY PIT

Excavations and Earthworks A Excavate for septic tank commencing from existing

ground level 26 CM

B Ditto but in rock material 37 CM

C Return backfill in layers ne 230mm thick selected

excavated material around foundations 14 CM

D Load and cart to spoil excess excavated material 49 CM

Plain insitu concrete class 25/20mm aggregates E 150mm Thick plain concrete septic tank base to falls 25 SM

Reinforced insitu concrete class 25/20mm aggregates

F 150mm Thick suspended concrete slab 20 SM

G 200 x 200mm Concrete beam 26 LM

Sawn formwork to:

H Edges of slab 75-150mm girth 28 LM

I Soffits of suspended slab 15 SM

Mild steel reinforcement bars

J 12mm Diameter twisted bars 775 KG

K 8mm Diameter round bars 124 KG

Burnt clay brickwork in cement sand (1:3) mortar

Part 2: Section 6 Statement of Requirements

Page 126 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

L 230mm Wall 75 SM

M Make hole through 230mm wall for 100mm pipe and

make good. 2 NO

Cement sand (1:3) plaster with water proofing to:

N 20mm thick to Internal walls; smooth steel trowelled 75 SM

O Ditto screed to septic tank base 15 SM

Inspection manholes

P 450 x 250 x 100mm Diameter UPVC 90o branch dip pipe built into partition wall 2 NO

Q Supply and instal cast iron manhole cover in steel

frames. 2 NO

Soakaway Pit

R Excavate pit size 3000mm diameter by 7000mm deep; fill with selected hardcore and cover top with

1000Gauge polythene membrane and topsoil to details

to be supplied by the Project Manager. 1

ITEM

Total carried to summary

SUMMARY

Total for compound and Parking works carried from 4/2

Total for Septic tank and Soak away pit carried from 4/3

TOTAL CARRIED TO MAIN SUMMARY

Part 2: Section 6 Statement of Requirements

Page 127 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

BILL NO.5

MECHANICAL WORKS

Part 2: Section 6 Statement of Requirements

Page 128 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

Ite

m Description

Qt

y Unit

Rate

(USHS)

Amount

(USHS

)

BILL No. 5: 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 129 of 194

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.

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.

Part 2: Section 6 Statement of Requirements

Page 130 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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 5/1

Total carried forward from page 5/2

Part 2: Section 6 Statement of Requirements

Page 131 of 194

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

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.

Part 2: Section 6 Statement of Requirements

Page 132 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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

COLLECTION

Total carried forward from page 5/1

Total carried forward from page 5/2

Part 2: Section 6 Statement of Requirements

Page 133 of 194

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.

Part 2: Section 6 Statement of Requirements

Page 134 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

Total for Sewers Carried to Summary

Lm1/1

6

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

Part 2: Section 6 Statement of Requirements

Page 135 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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.

Storm Water Connection Carried to Summary

Lm1/17

SUMMARY

Part 2: Section 6 Statement of Requirements

Page 136 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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 5/S

Part 2: Section 6 Statement of Requirements

Page 137 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

BILL NO.6

ELECTRICAL INSTALLATIONS

Part 2: Section 6 Statement of Requirements

Page 138 of 194

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.6: 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.

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.

Part 2: Section 6 Statement of Requirements

Page 139 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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.

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.

Part 2: Section 6 Statement of Requirements

Page 140 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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.

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.

Part 2: Section 6 Statement of Requirements

Page 141 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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 6/1

Total carried forward from page 6/2

Total carried forward from page 6/3

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

150 Lm

Part 2: Section 6 Statement of Requirements

Page 142 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

accessories.

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

Total for Earthing and Lightning Protection Carried to Summary

E15/2

Part 2: Section 6 Statement of Requirements

Page 143 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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 144 of 194

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 145 of 194

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.

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

Part 2: Section 6 Statement of Requirements

Page 146 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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 147 of 194

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.

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.

Part 2: Section 6 Statement of Requirements

Page 148 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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

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.

Part 2: Section 6 Statement of Requirements

Page 149 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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 6/9

Total carried forward from page 6/10

Total for Voice and Data Carried to Summary

E15/7

Part 2: Section 6 Statement of Requirements

Page 150 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

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 151 of 194

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 152 of 194

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 153 of 194

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 154 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

6/S Total Carried to Main Summary 6/S

Part 2: Section 6 Statement of Requirements

Page 155 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

BILL NO.7

DAYWORKS

Part 2: Section 6 Statement of Requirements

Page 156 of 194

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.7

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 157 of 194

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.7

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 158 of 194

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.7

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 159 of 194

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 160 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

Element Description Page No. Amount

(UShs)

BILL NO.7

DAY WORKS

SUMMARY

1 LABOUR 7/1

2 MATERIALS 7/2

3 PLANT 7/3

Total carried to main summary -

7/S

Part 2: Section 6 Statement of Requirements

Page 161 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

MAIN SUMMARY

Part 2: Section 6 Statement of Requirements

Page 162 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

MAIN SUMMARY

PPRROOPPOOSSEEDD CCOONNSSTTRRUUCCTTIIOONN OOFF SSEERRVVIICCEE CCEENNTTRREE KKAASSEESSEE DDIISSTTRRIICCTT

BILL NO DESCRIPTION PAGE NO. AMOUNT(USHS.)

1 PRELIMINARIES 1/S

2 MAIN OFFICE BUILDING

2/S

3 VIP LATRINE 3/S

4 EXTERNAL WORKS 5/S

5 MECHANICAL INSTALLATIONS 6/S

6 ELECTRICAL INSTALLATIONS 7/S

7 DAY WORKS 8/S

SUB-TOTAL 1

ADD: CONTINGENCIES 5%

SUB-TOTAL 2

ADD: VAT 18%

GRAND-TOTAL

…………………………………….……………… …………………………..…………....……

Signature of Employer Signature of the Contractor

Witness:

_________________________________________

Witness:

____________________________

_________________________________________

____________________________

_________________________________________

____________________________

Date: ………………..……………….. Date: ………………………………...……….

Part 2: Section 6 Statement of Requirements

Page 163 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by PPDA

March 2014

5. Completion Schedule

Part 3: Section 7. General Conditions of Contract

Page 164 of 194

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 166

1. Definitions ............................................................................................................166 2. Interpretation ........................................................................................................168 3. Language and Law ...............................................................................................168 4. Project Manager’s Decisions ...............................................................................169

5. Delegation ............................................................................................................169 6. Notices .................................................................................................................169 7. Subcontracting .....................................................................................................169 8. Other Contractors .................................................................................................169

9. Personnel ..............................................................................................................169 10. Employer’s and Contractor’s Risks .....................................................................169

11. Employer’s Risks .................................................................................................170

12. Contractor’s Risks ................................................................................................170

13. Insurance ..............................................................................................................170 14. Site Investigation Reports ....................................................................................171

15. Queries about the Special Conditions of Contract ...............................................171 16. Contractor to Construct the Works ......................................................................171 17. Works to Be Completed by the Intended Completion Date .................................171

18. Approval by the Project Manager ........................................................................171 19. Safety ...................................................................................................................171

20. Discoveries ...........................................................................................................171 21. Possession of the Site ...........................................................................................172

22. Access to the Site .................................................................................................172

23. Instructions, Inspection and Audits ......................................................................172

24. Disputes ................................................................................................................172 25. Procedure for Disputes .........................................................................................172 26. Replacement of Adjudicator ................................................................................172

B. Time Control 173

27. Program ................................................................................................................173

28. Extension of the Intended Completion Date ........................................................173 29. Acceleration .........................................................................................................173 30. Delays Ordered by the Project Manager ..............................................................173 31. Management Meetings .........................................................................................174

32. Early Warning ......................................................................................................174

C. Quality Control 174

33. Identifying Defects ...............................................................................................174

Part 3: Section 7. General Conditions of Contract

Page 165 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by

PPDA March 2014

34. Tests .....................................................................................................................174 35. Correction of Defects ...........................................................................................174 36. Uncorrected Defects .............................................................................................175

D. Cost Control 175

37. Bill of Quantities or Activity Schedule ................................................................175 Option 1: Admeasurement Contracts - Bill of Quantities ................................................175 Option 2: Lump Sum Contracts – Activity Schedule ......................................................175 38. Changes in the Bill of Quantities or Activity Schedule .......................................175 Option 1: Admeasurement Contracts – Changes in the Bill of Quantities ......................175

Option 2: Lump Sum Contracts – Changes in the Activity Schedule ..............................175

39. Variations .............................................................................................................175

Option 1: Admeasurement Contracts – Variations ..........................................................175 Option 2: Lump Sum Contracts - Variations ...................................................................175 40. Payments for Variations .......................................................................................176 Option 1: Admeasurement Contracts – Payment for Variations ......................................176 Option 2: Lump Sum Contracts – Payment for Variations ..............................................176

42. Payment Certificates ............................................................................................176 43. Payments ..............................................................................................................177 44. Compensation Events ...........................................................................................177 45. Tax .......................................................................................................................178

46. Currencies ............................................................................................................178

47. Price Adjustment ..................................................................................................179 48. Retention ..............................................................................................................180 49. Liquidated Damages ............................................................................................180

50. Bonus ...................................................................................................................180 51. Advance Payment ................................................................................................180

52. Performance Security ...........................................................................................181 53. Dayworks .............................................................................................................181 54. Cost of Repairs .....................................................................................................181

E. Finishing the Contract 182

55. Completion ...........................................................................................................182 56. Taking Over .........................................................................................................182

57. Final Account .......................................................................................................182 58. Operating and Maintenance Manuals ..................................................................182 59. Termination ..........................................................................................................182 60. Payment upon Termination ..................................................................................183

61. Property ................................................................................................................184 62. Release from Performance ...................................................................................184

Part 3: Section 7. General Conditions of Contract

Page 166 of 194

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 167 of 194

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 168 of 194

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 169 of 194

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 170 of 194

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 171 of 194

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 172 of 194

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 173 of 194

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 174 of 194

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 175 of 194

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 176 of 194

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 177 of 194

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 178 of 194

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 179 of 194

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 180 of 194

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 181 of 194

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 182 of 194

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 183 of 194

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 184 of 194

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 185 of 194

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/2018-2019/00251

GCC 1.1(y) The Project Manager is:

GCC 1.1(bb) The Site is located at Kasese 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 Kasese 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:

____________________________________

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 7003

Country: Uganda

Telephone: 0414347687

Electronic mail address: [email protected]

For notices, the Contractor’s address shall be:

Attention: ____________________________________

Street Address: ____________________________________

Floor/Room number: ____________________________________

Town/City: ____________________________________

Part 3: Section 8 Special Conditions of Contract

Page 186 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by

PPDA March 2014

GCC Clause

Reference Special Conditions

P. O. Box: ____________________________________

Country: ____________________________________

Telephone: ____________________________________

Facsimile number: ____________________________________

Electronic mail address: ____________________________________

GCC 7.1 GCC Clause 7.1 on sub-contracting is modified as follows:

____________________________________

GCC 7.2 The following conditions shall apply to subcontracting:

____________________________________

GCC 8.1 The Schedule of Other Contractors _______________ part of the

Contract.

GCC 9.1 The Schedule of Key Personnel _______________ 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.

Part 3: Section 8 Special Conditions of Contract

Page 187 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by

PPDA March 2014

GCC Clause

Reference Special Conditions

GCC 25.3 Fees and types of reimbursable expenses to be paid to the Adjudicator:

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.

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:

____________________________________

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.

Part 3: Section 8 Special Conditions of Contract

Page 188 of 194

Standard Bidding Document for the Procurement of Works by Open and Restricted Bidding issued by

PPDA March 2014

GCC Clause

Reference Special Conditions

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

Works is 5% 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.

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

_______________ months after the Start Date and ending

_______________ 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 189 of 194

Section 9: Contract Forms

Table of Forms

Agreement 190

Performance Security 192

Advance Payment Security 194

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 190 of 194

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 191 of 194

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 192 of 194

[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 193 of 194

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 194 of 194

[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]