PART B/0
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART B: SCHEDULE OF
DOCUMENTS
NAMIBIA TRAINING AUTHORITY
ISSUED: 28 September 2020
FOR THE PROCUREMENT OF
BID DOCUMENT
BIDDER`S DETAILS
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE
(VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR
CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
COST: Free
Bidder Bidder
Name: _____________________ Representative: __________________________
Tel: _____________________ Mobile: __________________________
Fax: _____________________ E-Mail: __________________________
Bid Amount: ________________ Contract Period__________________________
PART B/1
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART B: SCHEDULE OF
DOCUMENTS
PROCUREMENT REFERENCE NO:
W/ONB/NTA – 01/2020 FOR THE PROCUREMENT OF
PROJECT: PROJECT: PROJECT: UPGRADING TO
OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART A: SCHEDULE OF DOCUMENTS
PART 1/0
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL
TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION I: INSTRUCTIONS TO BIDDERS)
SCHEDULE OF DOCUMENTS VOLUME 1 THIS DOCUMENT (DOCUMENT FOR PROCUREMENT OF WORKS)
SECTION DESCRIPTION PAGES
Part A Schedule of Documents Part A/0 to A/3
Part 1 Bidding Procedures
Section I Instruction to Bidders (ITB) Section I/0 - I/19
Section II Bidding Data Sheet (BDS) Section II/20 - II/28
Section III Bidding Forms Section III/29 - III/67
Section IV Evaluation Criteria Section IV/68 - IV/69
Part 2 Employer’s Requirements
Section V-1 Project Specifications Section V1/0 – V1/17
Section V-2 Bill of Quantities Section V2/1 - V2/43
Part 3 Conditions of Contract and Contractual Forms
Section VI General Conditions of Contract VI/0 to VI/16
Section VII Special Conditions of Contract VII/17 to VII/27
Section VIII Contract Forms VIII/28 to VII/43
Part 4 Book of Drawings
Note 1:
The submission of a Bidder is and will be considered an acknowledgement by the Bidder(s) that
he/she has inspected these Bidding Document and that he is fully conversant with the contents
thereof and that he will not submit any claim whatsoever based on ignorance or obscurity or
insufficiency of these documents whether alleged or proved.
Note 2:
It is the Bidders responsibility to check the completeness of the issued Bid Documents.
PART 1/1
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL
TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION I: INSTRUCTIONS TO BIDDERS)
PROCUREMENT REFERENCE NO:
W/ONB/NTA – 01/2020
FOR THE PROCUREMENT OF
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
SECTION I: INSTRUCTION TO BIDDERS (ITB)
PART 1/2 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL
TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
SECTION I - INSTRUCTIONS TO BIDDERS
TABLE OF CLAUSES
A. GENERAL .......................................................................................... 1/4
1. Scope of Bid ...................................................................................... 1/4
2. Source of Fund .................................................................................. 1/4
3. Public Entities Related to Bidding Documents & review ..................... 1/4
4. Fraud and Corruption ....................................................................... 1/5
5. Eligible Bidders ................................................................................. 1/6
6. Qualifications of Bidders ................................................................... 1/7
B. CONTENTS OF BIDDING DOCUMENT ................................................ 1/8
7. Sections of Bidding Document ........................................................... 1/9
8. Clarification of Bidding Document ..................................................... 1/9
9. Site visit/Pre-bid meeting ................................................................ 1/10
10. Amendment of Bidding Document ................................................... 1/10
C. PREPARATION OF BIDS .................................................................. 1/11
11. Cost of Bidding ................................................................................ 1/11
12. Language of Bid ............................................................................... 1/11
13. Documents Comprising the Bid ....................................................... 1/11
14. Bid Submission Form and Schedules .............................................. 1/12
15. Alternative Proposal ......................................................................... 1/12
16. Bid Prices and Discounts ................................................................. 1/12
17. Currencies of Bid and Payment ....................................................... 1/12
18. Documents Comprising the Technical Proposal ............................... 1/13
19. Period of Validity of Bids .................................................................. 1/13
20. Bid Security/Bid Securing Declaration ............................................ 1/13
21. Format and Signing of Bid ............................................................... 1/13
D. SUBMISSION AND OPENING OF BIDS ........................................... 1/14
PART 1/3 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
22. Sealing and Marking of Bids ............................................................ 1/14
23. Deadline for Submission of Bids ...................................................... 1/14
24. Late Bids ......................................................................................... 1/14
25. Withdrawal, Substitution, and Modification of Bids ......................... 1/14
26. Bid Opening .................................................................................... 1/15
E. EVALUATION AND COMPARISON OF BIDS ...................................... 1/16
27. Confidentiality ................................................................................. 1/16
28. Clarification of Bids ......................................................................... 1/16
29. Determination of Responsive-ness ................................................... 1/16
30. Nonconformit-ies, Errors, and Omissions ........................................ 1/16
31. Correction of Arithmetical Errors ..................................................... 1/17
32. Margin of Preference ........................................................................ 1/17
33. Evaluation of Bids ........................................................................... 1/17
34. Comparison of Bids ......................................................................... 1/18
35. Qualification of the Bidder ............................................................... 1/18
36. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids... 1/18
F. AWARD OF CONTRACT ................................................................... 1/19
37. Award Criteria ................................................................................. 1/19
38. Notification of Award ....................................................................... 1/19
39. Signing of Contract .......................................................................... 1/20
40. Performance Security ...................................................................... 1/20
41. Advance Payment and Security........................................................ 1/20
42. Plant and Materials on site .............................................................. 1/20
43. Debriefing ........................................................................................ 1/20
PART 1/4 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
SECTION I - INSTRUCTIONS TO BIDDERS (ITB)
A. GENERAL
1. Scope of Bid 1.1 The Public Entity as defined1 in Section II “Bidding Data Sheet” (BDS) also referred to herein as Employer invites bids for the construction of Works, as described in the BDS, Appendix to Bid, and Section VII “Special
Conditions of Contract” (SCC).
The name and identification number of the Contract are provided in the BDS, Appendix to Bid and the Special
Conditions of Contract (SCC).
1.2 The successful Bidder shall be expected to complete the Works by the Intended Completion Period specified in the BDS.
1.3 Throughout these bidding documents, the terms:
i. the term “in writing” means communicated in written form (e.g. by mail, e-mail, fax,) with proof of receipt;
ii. if the context so requires, “singular” means “plural” and vice versa;
iii. “day” means calendar day unless otherwise stated; and
2. Source of Fund
2.1 The Works shall be financed by the Public Entity’s own budgetary allocation, unless otherwise stated in the BDS.
3. Public Entities Related to Bidding Documents & review
3.1 The public entities related to these bidding documents are the Public Entity, acting as procurement entity (Purchaser), the Procurement Policy Unit, in charge of issuing standard bidding documents and responsible for any amendment these may require, the Central Procurement Board in charge of vetting Bidding document, receiving and evaluation of bids in respect of major contracts and the Review Panel, set up under the Public Procurement Act, 2015 (hereinafter referred to as the Act.).
The Chairperson Review Panel Ministry of Finance, Private Bag 13295 Windhoek, Namibia
1 See Part 3: Section I, “General Conditions of Contract,” Clause 1. Definitions.
PART 1/5 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
4. Fraud and Corruption
4.1 The Government of the Republic of Namibia requires that Bidders/suppliers/contractors, participating in procurement in Namibia, observe the highest standard of ethics during the procurement process and execution of contracts.
4.2 The Employer will reject a proposal for award if it
determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question;
For the purposes of this Sub-Clause:
(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;
(ii) “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;
(iii) “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;
(iv) “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;
(v) “obstructive practice” is deliberately destroying,
falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede an investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation.
4.3. Bidders, suppliers and public officials shall also be aware of the provisions stated in section 67 and 68 of the Public Procurement Act, 2015 which can be
PART 1/6 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
consulted on the website of the Procurement Policy Unit (PPU) : www.mof.gov.na/procurement-policy-unit
5. Eligible Bidders
5.1 A Bidder may be a natural person, private entity, or government-owned entity or any combination of them in the form of a joint venture, under an existing agreement, or with the intent to constitute a legally-enforceable joint venture. All partners shall be jointly and severally liable for
the execution of the Contract in accordance with the Contract terms.
5.2 A Bidder 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:
(a) they have a controlling partner in common; or
(b) they receive or have received any direct or indirect subsidy from any of them; or
(c) they have the same legal representative for purposes of this bid; or
(d) they 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) a Bidder participates in more than one bid in this bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all
Bids in which the party is involved. However, this does not limit the inclusion of the same subcontractor in more than one bid; or
(f) a Bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the contract that is the subject of the Bid; or
(g) a Bidder, or any of its affiliates has been hired (or is proposed to be hired) by the Employer as Engineer for the contract.
5.3 (a) A Bidder that is under a declaration of ineligibility
by the Government of Namibia in accordance with
PART 1/7 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
applicable laws at the date of the deadline for bid submission and thereafter shall be disqualified
(b) Bids from contractors appearing on the ineligibility lists of African Development Bank, Asian Development Bank, European Bank for Reconstruction and Development, Inter-American Development Bank Group and World Bank Group shall be rejected.
5.4 Government-owned enterprises in the Republic of Namibia
shall be eligible only if they can establish that they are legally and financially autonomous and operate under commercial law, and that they are not a dependent agency of the Government.
6. Qualifications of Bidders
6.1 All Bidders shall provide in Part 1, Section III, a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary.
6.2 Bidders shall include the information and documents listed hereunder with their bids, unless otherwise stated in the BDS. The non-submission of the documents by the Bidder within the prescribed period may lead to the rejection of its bid.
(a) copies of original documents defining the constitution or legal status, place of registration, and principal place of business of the Bidder;
(b) total monetary value of construction works performed for each of the last five years;
(c) experience in works of a similar nature and size for each of the last five years or as otherwise stated in the BDS; and clients who may be contacted for further information on those contracts;
(d) major items of construction equipment proposed to carry out the Contract;
(e) qualifications and experience of key site personnel and technical personnel proposed for the contract;
(f) report on the financial standing of the Bidder for the last three years, such as certified copies of Financial Statements/Audited Accounts as filed at the Registrar of Companies;
(g) evidence of adequacy of working capital for this Contract (access to line(s) of credit and availability of other financial resources);
PART 1/8 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
(h) authority to seek references from the Bidder’s bankers; and
(i) information regarding any litigation, current or during the last five years, in which the Bidder was/is involved, the parties concerned, the issues involved, the disputed amounts, and awards;
(j) proposals for subcontracting components of the Works amounting to more than 10 percent of the Contract Price.
6.3 To qualify for award of the Contract, Bidders shall meet the following minimum qualifying criteria:
(a) a minimum average annual financial amount of construction work over the period specified in the BDS.
(b) experience as prime contractor in the construction of a minimum number of works of a nature and complexity equivalent to the Works over a period as specified in the BDS (To comply with this requirement, works cited should be at least 70 percent complete);
(c) proposals for the timely acquisition (own, lease, hire, etc.) of the essential equipment listed in the BDS;
(d) a Contract Representative with five years’ experience in works of an equivalent nature and volume or as otherwise specified in the BDS; and
(e) liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of no less than the amount specified in the
BDS.2
A consistent history of litigation or arbitration awards against the Applicant or any partner of a Joint Venture may result in disqualification.
B. CONTENTS OF BIDDING DOCUMENT
2 Usually the equivalent of the estimated payments flow over 4-6 months at the average (straight line distribution) construction rate. The actual period of reference shall depend on the speed with which the Government shall pay the Contractor’s monthly certificates.
PART 1/9 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
7. Sections of Bidding Document
7.1 The Bidding Document consists of all the Sections indicated below, and should be read in conjunction with any Addenda issued in accordance with ITB 10.
Section Description Part A Document Checklist Part B Schedule of Documents
Part 1 Bidding Procedures Section I Instruction to Bidders Section II Bidding Data Sheet Section III Bidding Forms Section IV Evaluation Criteria Part 2 Employer’s Requirements Section V.1 Project Specifications Section V.2 Bill of Quantities Part 3 Conditions of Contract and Contract
Forms Section VI General Conditions of Contract Section VII Special Conditions of Contract Section VIII Contractual Forms Part 4 Book of Drawings
7.2 The Invitation for Bids issued by the Employer is not part of the Bidding Document.
8. Clarification of Bidding Document
8.1 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 14 days prior to the deadline for submission of bids.
Should the Employer deem it necessary to amend the Bidding Document as a result of a request for clarification, it shall do so following the procedure under ITB 10.
PART 1/10 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
9. Site visit/Pre-bid meeting
9.1 Bidders, at the Bidders’ own responsibility and risk, are encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing their Bids and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidders’ own expense.
9.2 The Bidder or its designated representative is invited to attend a pre-bid meeting, as provided for in the BDS.
The purpose of the pre-bid meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.
Non-attendance at the pre-bid meeting will not be a cause for disqualification of a Bidder.
10. Amendment of Bidding Document
10.1 At any time prior to the deadline for submission of bids, the Employer may amend the Bidding Document by issuing addenda and extend the deadline for submission of bids, if needed.
PART 1/11 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
C. PREPARATION OF BIDS
11. Cost of Bidding 11.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Employer shall in no case be responsible or liable for those costs irrespective of the outcome of the bidding process.
12. Language of Bid 12.1 The Bid, supporting documents as well as all correspondence relating to the bid exchanged by the Bidder and the Employer shall be in English Language.
13. Documents Comprising the Bid
13.1 The Bid shall comprise the following:
(a) Bid submission Form (in the format indicated in Part 1, Section III);
(b) Qualification information and documentary evidence establishing the Bidder’s qualifications to perform the contract;
(c) completed Bill of Quantities / Activity Schedule;
(d) the following documentary evidence is required
1. have a valid company Registration Certificate;
2. have an original valid good Standing Tax Certificate;
3. have an original valid good Standing Social Security Certificate;
4. have a valid certified copy of Affirmative Action Compliance Certificate, proof from Employment Equity Commissioner that Bidder is not a relevant employer, or
exemption issued in terms of Section 42 of the Affirmative Action Act, 1998;
5. have a certificate indicating SME Status (for Bids reserved for SMEs);
6. An undertaking on the part of the Bidder that the salaries and wages payable to its personnel in respect of this proposal are compliant to the relevant laws, Remuneration Order, and Award, where applicable if it is awarded the contract or part thereof.
PART 1/12 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
14. Bid Submission Form and Schedules
14.1 The Bid Submission Form, Schedules, and all documents listed under ITB 13.1 shall be prepared using the relevant forms, if so provided.
15. Alternative Proposal
15.1 Alternative Technical Proposals and completion dates if allowed shall be indicated in Section V- Employer’s Requirements under Specifications. The evaluation methodologies for their consideration shall be given in Section IV.
16. Bid Prices and Discounts
16.1 The Contract shall be for the whole Works, as described in ITB Sub-Clause 1.1, based on the priced Activity Schedule/Bill of Quantities3 submitted by the Bidder.
16.2 Bidders shall fill in rates and prices for all items of the
Works described in the Bill of Quantities.4 Items for which no rate or price is entered by Bidders, shall not be paid for by the Public Entity when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made by crossing out, initialing, dating and rewriting.
16.3 All duties, taxes, and other levies payable by the
Contractor under the Contract, or for any other cause, as of the date 14 days prior to the deadline for submission of bids, shall be included in the rates, prices, and total Bid price submitted by Bidders.5
16.4 The price to be quoted in the Bid Submission Form
shall be the total price of bid after any discount offered.
The discount if any and the conditions of its application shall be indicated separately.
17. Currencies of
Bid and Payment
17.1 The bid price and rates shall be in Namibian Dollars
and fixed for the duration of the contract unless otherwise specified in the BDS.
17.2 Unless otherwise specified in BDS interim payment for Plant and Material on site is applicable as per GCC 14.5
3 In lump sum contracts, delete “priced Bill of Quantities” and replace with “priced Activity Schedule.” 4 In lump sum contracts, delete “described in the Bill of Quantities” and replace with “described in the drawings and
specifications and listed in the Activity Schedule.” 5 In lump sum contracts, delete “rates, prices, and.”
PART 1/13 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
18. Documents Comprising the Technical Proposal
18.1 The Bidder shall furnish a Technical Proposal including a statement of work methods, equipment, personnel, schedule and any other information as stipulated in the Bidder Qualification Form (Part 1, Section III), in sufficient details to demonstrate the adequacy of the Bidders’ proposal to meet the work requirements and the completion time.
19. Period of
Validity of Bids
19.1 Bids shall remain valid for a period specified in the
BDS. The Bid Validity period should not exceed
19.2 In exceptional circumstances, prior to expiry of the
original bid validity period, the Employer may request that the Bidders extend the period of validity for a specified additional period. The request and the responses thereto shall be made in writing.
20. Bid Security/Bid Securing Declaration
20.1 The Bidder shall furnish either a subscription to a Bid Securing Declaration or a Bid Security in its original form with its bid as part of its bid, if so required in the BDS.
20.2 Bid Security shall be in the form of a Bank (Demand) Guarantee from a local commercial bank as per the format contained in Part 1, Section III and shall be valid for a period of 30 days beyond the validity period of the bid or beyond any period of extension
20.3 Any bid not accompanied by an enforceable and substantially compliant Bid Security or a subscription to a Bid Securing Declaration in the Bid Submission Form, if required in accordance with ITB 20.1, shall be rejected by the Employer as non-responsive.
20.4 Bid Security shall be forfeited or the Bid Securing declaration exercised for non-compliance on the part of the Bidder for reasons mentioned in the Bid Security format contained in Part 1, Section III or the Bid Securing Declaration contained in Part 1, Section III.
21. Format and Signing of Bid
21.1 The Bidder shall prepare one original of the documents comprising the bid as described in ITB 13.1 and clearly mark it “ORIGINAL”. In addition, the Bidder shall submit the number of copies as specified in the BDS, clearly mark with the label “COPY.” In the event of any discrepancy between the original and the copies, the original shall prevail.
PART 1/14 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
D. SUBMISSION AND OPENING OF BIDS
22. Sealing and Marking of Bids
22.1 Bidders may always submit their bids by mail or by hand. Procedures for submission, sealing and marking are as follows:
(a) Bidders submitting bids by mail or by hand shall enclose the original and each copy of the Bid, including alternative bids, if permitted in accordance with ITB 15, in separate sealed envelopes, duly marking the envelopes as “ORIGINAL”, “ALTERNATIVE” and “COPY.” These envelopes containing the original and the copies shall then be enclosed in one single envelope. The rest of the procedure shall be in accordance with ITB sub-Clauses 22.2.
22.2 The inner and outer envelopes shall:
(a) bear the name and address of the Bidder;
(b) be addressed to the Employer as indicated in ITB 22.1;
(c) bear the specific identification of this bidding process indicated in accordance with ITB 1.1; and
(d) bear a warning not to open before the time and date for bid opening.
23. Deadline for Submission of Bids
23.1 Bids shall be delivered to the Employer at the address and no later than the time and date specified in the BDS.
The Employer may, at its discretion, extend the deadline for the submission of bids by amending the Bidding Document in accordance with ITB 10.
24. Late Bids 24.1 Late bids shall not be considered. They will be returned unopened
25. Withdrawal, Substitution, and Modification of Bids
25.1 No bid may be withdrawn, substituted, or modified 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 Form or any extension thereof.
PART 1/15 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
26. Bid Opening 26.1 The Employer shall open the bids at the time place and address specified in the BDS in the presence of Bidders` designated representatives who choose to attend.
26.2 The Bidders' names, the Bid Prices, the total amount of each bid, any discounts, any alternative bid, bid
modifications and withdrawals, the presence or absence of bid security, and such other details as the Employer may consider appropriate, will be announced and recorded by the Employer at the opening.
PART 1/16 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
E. EVALUATION AND COMPARISON OF BIDS
27. Confidentiality 27.1 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 person not officially
concerned with such process.
27.2 Any attempt by a Bidder to influence the Employer
in the evaluation of the bids or Contract award
decisions may result in the rejection of its bid.
28. Clarification of
Bids
28.1 To assist in the examination, evaluation, and
comparison of the bids, and qualification of the
Bidders, the Employer may, at its discretion, ask any
Bidder for a clarification of its bid. No change in the
prices or substance of the bid shall be sought,
offered, or permitted, except to confirm the correction
of arithmetical errors discovered by the Employer in
the evaluation of the bids, in accordance with ITB 31.
29. Determination
of Responsive-
ness
29.1 The Employer’s determination of a bid’s
responsiveness is to be based on the contents of the
bid itself, as defined in ITB13.
29.2 A substantially responsive bid is one that meets the
requirements of the Bidding Document without
material deviation, reservation, or omission.
29.3 The Employer shall examine the technical aspects of
the bid submitted in accordance with ITB 18,
Technical Proposal, in particular, to confirm that all
requirements of Section V (Employer’s Requirements)
have been met without any material deviation,
reservation or omission.
29.4 If a bid is not substantially responsive to the
requirements of the Bidding Document, it shall be
rejected by the Employer and may not subsequently
be made responsive by correction of the material
deviation, reservation, or omission.
30. Nonconformit-
ies, Errors, and
Omissions
30.1 Provided that a bid is substantially responsive, the
Employer may waive any non-material non-
conformity in the bid, request that the Bidder submit
the necessary information or documentation, to
PART 1/17 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
rectify nonmaterial non-conformities in the bid
related to documentation requirements but not
related to any aspect of the price of the bid; and shall
rectify quantifiable nonmaterial nonconformities
related to the Bid Price.
31. Correction of
Arithmetical
Errors
31.1 Provided that the bid is substantially responsive, the
Employer shall correct arithmetical errors on the
following basis:
(a) only for unit price contracts, 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.
32. Margin of
Preference
32.1 Unless otherwise specified in the BDS, Margin of
preference shall not apply.
33. Evaluation of
Bids
33.1 The criteria and methodology used to evaluate bids
as per Section IV - Evaluation Criteria and no other
evaluation criteria or methodologies shall be
permitted.
33.2 To evaluate a bid, the Employer shall consider the
following:
(a) the bid price, excluding Provisional Sums and
the provision, if any, for contingencies in the Bill
of Quantities for admeasurement contracts or
PART 1/18 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
Schedule of Prices for lump sum contracts, but
including Daywork items, where priced
competitively; and
(b) price adjustment for correction of arithmetic
errors, discounts, non-conformities, due to the
supplementary criteria as defined in Part 1,
Section III, and Margin of Preference, if
applicable.
33.3 If this Bidding Document allows Bidders to quote
separate prices for different contracts, and to award
multiple contracts to a single Bidder, the
methodology to determine the lowest evaluated price
of the contract combinations, including any discount
offered in the Bid Submission Form, is specified in
Section III (Evaluation and Qualification Criteria).
33.4 If the bid for an admeasurement contract, which
results in the lowest Evaluated Bid Price, is seriously
unbalanced, front loaded or substantially below
updated estimates or if any item in the Priced Activity
Schedule is front loaded or contains an erroneous
amount in the opinion of the Employer, the Employer
may after clarification require the Bidder to produce
detailed price analysis for any or all items that the
amount of the performance security be increased at
the expense of the Bidder.
34. Comparison of
Bids
34.1 The Employer shall compare all substantially
responsive bids in accordance with ITB 33 to
determine the lowest evaluated bid.
35. Qualification of
the Bidder
35.1 The Employer shall determine to its satisfaction
whether the Bidder that is selected as having
submitted the lowest evaluated substantially
responsive bid meets the qualifying criteria.
36. Employer’s
Right to Accept
Any Bid, and to
Reject Any or
All Bids
36.1 The Employer reserves the right to accept or reject
any bid, and to annul the bidding process and reject
all bids at any time prior to contract award, without
thereby incurring any liability to Bidders.
PART 1/19 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
F. AWARD OF CONTRACT
37. Award Criteria 37.1 Subject to ITB 36.1, the Employer shall award the
Contract to the Bidder whose offer has been
determined to be the lowest evaluated bid and is
substantially responsive to the Bidding Document,
provided further that the Bidder is determined to be
qualified to perform the Contract satisfactorily.
38. Notification of
Award
38.1 Prior to the expiration of the period of bid validity, the
Employer shall, for contract amount above the
prescribed threshold of N$ 2 M, notify the selected
Bidder of the proposed award and accordingly notify
unsuccessful Bidders. Subject to Challenge, the
Employer shall notify the selected Bidder, in writing,
by a Notification of award for award of contract. The
Notification of award shall specify the sum that the
Employer will pay the Contractor in consideration of
the execution and completion of the Works
(hereinafter and in the Conditions of Contract and
Contract Forms called “the Contract Price”) and the
requirement for the Contractor to remedy any defects
therein as prescribed by the Contract. Within seven
days from the issue of notification of award, the
Purchaser shall publish on the Public Procurement
Portal (www.mof.gov.na/ procurement-policy-unit)
and the Purchaser’s website, the results of the Bidding
Process identifying the bid and lot numbers and the
following information:
(i) name of the successful Bidder, and the Price it
offered, as well as the duration and summary scope
of the contract awarded; and
(ii) an executive summary of the Bid Evaluation
Report.
38.2 Until a formal contract is prepared and executed, the
notification of award shall constitute a binding
Contract.
PART 1/20 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION I: INSTRUCTIONS TO BIDDERS)
39. Signing of
Contract
39.1 Promptly upon issue of notification of award, the
Employer shall send to the successful Bidder the
Contract Agreement.
39.2 Within thirty (30) days of receipt of the Contract
Agreement, the successful Bidder shall sign, date, and
return it to the Employer.
40. Performance
Security
40.1 Within thirty (30) days of the receipt of the notification
of award from the Employer, the successful Bidder
shall furnish the Performance Security in accordance
with the conditions of contract, using for that purpose
the Performance Security Form included in Part 3:
Section III (Contract Forms).
40.2 Failure of the successful Bidder to submit the above-
mentioned Performance Security or to sign the
Contract Agreement within the prescribed delay shall
constitute sufficient grounds for the annulment of the
award and forfeiture of the bid security.
41. Advance
Payment and
Security
41.1 The Public Entity shall provide an Advance Payment
(if applicable) on the Contract Price as stipulated in
the GCC, subject to a maximum amount, as stated in
the BDS. The Advance Payment shall be guaranteed
by a security as per the format contained in Part 3
Section III (Contract Forms).
42. Plant and
Materials on
site
42.1 Unless otherwise specified in BDS interim payment
for Plant and Material on site is applicable as per GCC
14.5
43. Debriefing 43.1 The Purchaser shall promptly attend to all debriefing
for the contract made in writing and within 30 days
from the date of the publication of the award or date
the unsuccessful Bidders are informed about the
award.
PART 1/21 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1:
HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION II: BIDDING DATA SHEETS)
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
FOR THE PROCUREMENT OF
PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
SECTION II: BIDDING DATA SHEET
PART 1/22
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN
OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION II: BIDDING DATA SHEETS)
SECTION II. BIDDING DATA SHEET (BDS) The following specific data for the works to be procured shall complement,
supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever
there is a conflict, the provisions herein shall prevail over those in ITB.
A. GENERAL
ITB 1.1
The Public Entity is: Namibia Training Authority
The Works are: Upgrading To Okakarara Vocational Training Centre
(VTC) In Otjozondjupa Region – Phase 1
The Contract identification number is W/ONB/NTA – 01/2020
The Project is : upgrading to okakarara vocational training centre
(vtc) in otjozondjupa region – phase 1: heating, ventilation, air
conditioning and refrigeration (hvac-r) installation works
The scope of works required may be summarised as follows:
(a) General Works
The Contractor shall be responsible for the supply,
delivery to site, installation, testing, commissioning
and maintenance during the guarantee period [Twelve
(12) calendar months] and handing over in good
working order of a Heating, Ventilation,Air
Conditioning & Regiriation (HAVC&R) plant the entire
works.
The Contractor shall provide all materials, equipment,
labour and services necessary for the complete, safe
and efficient operation of the diesel driven standby
power generation plant installation in accordance with
the intention of this specification and drawings.
Bidders for the works are invited by the Employer and
the successful Bidder shall become a “other”
Contractor to the Contractor.
The specification and drawings form part of and shall
be read in conjunction with all contract documents and
drawings, bills of quantities and the standard
specifications. The project will be executed over an
estimated period as suggested by the Contractor but
shall not exceed the approved completion date of the
Principal Contract at the Time of Bid. All work specified
PART 1/23
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN
OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION II: BIDDING DATA SHEETS)
The Works Comprise of the following:
Setting out the works.
Locate and record existing services.
Installation/construction of HVAC&R Plant
Infrastructure in accordance with specifications and
drawings.
Testing, commissioning in accordance to relevant SANS
Specifications
Tie-in and hand-over of the completed installation,
including provision of as-built drawings and spanning
sheets.
Removal of camp establishment, and trim and finish-
off site.
The maintenance of the works and compliance with all other requirements of the Contractor’s defects liability.
ITB 1.2 The Intended Completion period is: The intended completion date for the project is 24 April 2021
after possession of site, excluding the annual builder’s holidays
during December and January, but including all other statutory
holidays.
ITB 2.1 The Funding Agency is: Namibia Training Authority.
ITB 5.3 A list of firms debarred from participating in Public Procurement in
Namibia is available at http://www.mof.gov.na/procurment-policy-
unit
A list of firms debarred by World Bank is available at
http://www.worldbank.org/debarr
ITB 5.5 Should this contract be procured through the “Open National
Bidding-ONB” procedure the bid shall be limited to:
(a) Namibian citizens
ITB 6.1 All Bidders shall provide in Part 1, Section III, a preliminary description
of the proposed work method and schedule as necessary.
PART 1/24
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN
OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION II: BIDDING DATA SHEETS)
ITB 6.2 Add the following additional documents:
Performance Guarantee:
(k) Letter of Intent for provision of guarantee from a recognized
commercial bank, insurance company or other acceptable
financial institution as guarantors for 10% of the contract value.
ITB 6.3 In order for Bidder to be considered for award of the Contract,
Bidders shall meet the following minimum performance
requirements:
ITB 6.3 (a) The contractor must have a minimum average annual financial
amount of Air conditioning and Refrigeration work of
N$1,200,000.00 over the last 5 years
ITB 6.3 (b) The number of works is: Two (2).
The period is: five (5) years
ITB 6.3 (c) The Bidders shall appropriately fill in, the personal particulars and
details of experience of the Key Personnel offered in Data Form 5
The Contractor’s Manager/Representative shall be fluent in English
with respect to both speaking and writing.
Bidders shall provide detailed CVs and certified copy of proposed
personnel for this project::
Site Foreman with Trade Diploma in Air-Conditioning and
Refrigeration and no less than three (3) years’ experience; or
proven experience as a site supervisor with no less then (5)
years of experience in Building HVAC Installation works.
ITB 6.3 (d) The minimum amount of liquid assets and/or credit facilities net of
other contractual commitments of the successful Bidder shall be N$
N$248,141.25 (Two hundrend and forty-eight thousand, one
hundrend and forty-one and twenty-five Cents).
ITB 6.3 (e) Products compliance to specifications. (Section V.1: Project
Specifications)
ITB 8.1 The Public Entity’s address for clarification is:
Namibia Training Authority
NTA Village, 10 Rand Street, Khomasdal
P.O Box 20919
Khomasdal
Windhoek
Tel: +264- 61-207 8550
Fax: +264- 61-221 158
PART 1/25
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN
OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION II: BIDDING DATA SHEETS)
ITB 9.2 A non-compulsary pre-bid meeting is scheduled for: There will be
NO pre-bid meeting held.
C. PREPARATION OF BIDS
ITB 15.1 Alternative Technical Proposals and Completion Dates shall not be
allowed.
ITB 16.4 All rates and amounts submitted by the Contractor in his priced Bill of
Quantities must be net and exclusive of Value Added Tax (VAT). Import
Duty and all other relevant duties and taxes, where applicable, should
be included.
Provision is made in the Summary of the Bills of Quantities for
the inclusion of Value Added Tax (VAT).
ITB 17.1 The Contract “is not” subject to price adjustment.
ITB 17.2 Interim Payment for Plant and Material on site “is” applicable. The
applicable payment shall be limited to 80% of supplier’s cost.
ITB 19.1 The Bid shall be valid for 120 days after the deadline set for the
submission of bid, the deadline being counted as day one of the
validity period.
ITB 20.1 Bid Security is not required for this Bid however, the Bidder
shall fill in the Bid Securing Declaration Form included in the
bid as Data Form 2.
D. SUBMISSION AND OPENING OF BIDS
ITB 21.1 In addition to the original of the bid, the number of copies is: 1
ITB 23.1 The deadline for submission of bids shall be 28 October 2020 at
11H00.
ITB 23.1 The Employer’s address for the purpose of Bid submission is:
Namibia Training Authority
NTA Village, 10 Rand Street, Khomas
P.O Box 20919
Khomasdal
Windhoek
ITB 23.2 In the case of submission of bids by postal mail the bidder take
responsibility for timely delivery of the bid. The public entity will
not be held liable for the late delivery of the bid.
PART 1/26
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN
OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION II: BIDDING DATA SHEETS)
ITB 26.1
The bid opening shall take place at:
Namibia Training Authority
NTA Village, 10 Rand Street, Khomas
P.O Box 20919
Khomasdal
Windhoek
Date: 28 October 2020 at 11H15.
E. EVALUATION AND COMPARISON OF BIDS
ITB 32.1 A margin of preference shall not apply.
ITB 38.2 Until a formal contract is prepared and executed, the notification of
award shall not constitute a binding Contract.
F. AWARD OF CONTRACT
ITB 40.1 The Standard Form of Performance Security acceptable to the Public
Entity shall be “a Bank Guarantee”. The Bank (Demand) Guarantee
shall be 10% (ten percent) of the contract price inclusive of
provisional and contingencies sum and VAT.
ITB 41.1 Advance payment may be applicable to this bid.
ITB 42.1 Interim Payment for Plant and Material on site “is” applicable.
PART 1/27
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN
OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION II: BIDDING DATA SHEETS)
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
FOR THE PROCUREMENT OF
PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN
OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND
REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
SECTION III: BIDDING FORMS
PART 1/28 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1:
HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION II: BIDDING DATA SHEETS)
SECTION III - BIDDING FORMS
TABLE OF FORMS
Form 1: Bid Submission Form ..................................................................... PART 1/29
Form 2: Bid Securing Declaration ................................................................ PART 1/31
Form 3: Bid Security (Bid Bond) .................................................................. PART 1/33
Form 4: Written Undertaking In Terms Of The Labour ................................. PART 1/34
Form 5: Acknowledgment Of Familiarisation (Site Conditions)PART 1/Error! Bookmark not defined.
Form 6: Schedule Of Contractor’s Equipment OfferedPART 1/Error! Bookmark not defined.
Form 7: Schedule Of Personnel Offered ........................................................ PART 1/36
Form 8: Curriculum Vitae: Contractor’s RepresentativePART 1/Error! Bookmark not defined.
Form 9: Curriculum Vitae: Contractor’s SuperintendentPART 1/Error! Bookmark not defined.
Form 10: Curriculum Vitae: Contractor’s ForemanPART 1/Error! Bookmark not defined.
Form 11: Curriculum Vitae: Electrician .......... PART 1/Error! Bookmark not defined.
Form 12: Schedule Of Work Satisfactorily Completed By BidderPART 1/Error! Bookmark not defined.
Form 13: Small And Medium Entrepreneurs (Sme)PART 1/Error! Bookmark not defined.
Form 14: Conventional Sub-Contractors ......... PART 1/Error! Bookmark not defined.
Form 15: Preliminary Programme ................... PART 1/Error! Bookmark not defined.
Form 16: Estimated Monthly Expenditure ...... PART 1/Error! Bookmark not defined.
Form 17: Signing Authority ............................................................................ PART 1/0
Form 18: Letter Of Intent (Commercial Bank) Performance Gaurantee ........... PART 1/1
Form 19: Authorisation To Provide Bank Details & Reference ........................ PART 1/2
Form 20: Letter From Commercial Bank (Avail Credit Facility) ....................... PART 1/3
Form 21: Letter From Material Supplier (Avail Credit Facility) ........................ PART 1/4
PART 1/29 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION II: BIDDING DATA SHEETS)
Form 22: Qualification Information ................. PART 1/Error! Bookmark not defined.
Form 23: Particulars Of Bidder ....................... PART 1/Error! Bookmark not defined.
DATA FORM 1
BID SUBMISSION FORM
Date: _______________
Procurement Reference No:………………
To: Head of Procurement Management Unit
Namibia Training Authority
Private Bag 13186
Windhoek
Tel: +264 - 61-207 8520/8550
Fax: +264 - 61-207 8551
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Documents, including
Addenda issued in accordance with Instructions to Bidders (ITB) Clause 10;
(b) We offer to execute in conformity with the Bidding Documents the following Works:
______________________________________________________________________;
(c) The total price of our Bid after discounts, if any, offered in item (d) below is:
______________________________________________________________________________
_____________________________________________________________________________;
(d) The discounts offered and the methodology for their application are:
______________________________________________________________________________
____________________________________________________________________________ ;
(e) Our bid shall be valid for a period of 120 days from the date fixed for the bid
submission deadline in accordance with the Bidding Documents, and it shall
remain binding upon us and may be accepted at any time before the expiration of
that period;
(f) We hereby confirm that we have read and understood the content of the Bid
Securing Declaration attached hereto and subscribe fully to the terms and
PART 1/30 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION II: BIDDING DATA SHEETS)
conditions contained therein, if required. We understand that non-compliance to
the conditions mentioned may lead to disqualification.
(g) If our bid is accepted, we commit to obtain a Performance Security and a Preference
Security (if applicable) in accordance with the Bidding Document;
(h) We, including any subcontractors or suppliers for any part of the contract, do not
have any conflict of interest in accordance with ITB 5.2;
(i) We are not participating, as a Bidder in more than one bid in this bidding process
other than alternative offers submitted in accordance with ITB 15;
(j) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers
for any part of the contract, has not been declared ineligible under the laws of
Namibia;
(k) We are not a government owned entity / We are a government owned entity but
meet the requirements of ITB 5.4;6
(l) We understand that this bid, together with your written acceptance thereof included
in your notification of award, shall constitute a binding contract between us, until
a formal contract is prepared and executed;
(m) We understand that you are not bound to accept the lowest evaluated bid or any
other bid that you may receive; and
(n) If awarded the contract, the person named below shall act as Contractor’s
Representative: ________________________________________________________
Name: ......................................................................................................................
In the capacity of: .....................................................................................................
Signed : ...................................................................................................................
Duly authorized to sign the Bid for and on behalf of: ................................................
Date : ......................................................................................................................
Seal of Company:
6 Use one of the two options as appropriate.
PART 1/31 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION II: BIDDING DATA SHEETS)
____________________________
SIGNATURE OF BIDDER
PART 1/32 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION II: BIDDING DATA SHEETS)
DATA FORM 2
BID SECURING DECLARATION
(Section 45 of Act)
(Regulation 37(1)(b) an 37(5))
Date: .......................................... [Day|month|year]
Procurement Ref No.: W/ONB/01/2020
To: Head of Procurement Management Unit
Namibia Training Authority
Private Bag 13186
Windhoek
Tel: +264- 61-207 8520/550
Fax: +264- 61-207 8551
I/We* understand that in terms of section 45 of the Act a public entity must include in
the bidding document the requirement for a declaration as an alternative form of bid
security.
I/We* accept that under section 45 of the Act, I/we* may be suspended or disqualified
in the event of
(a) a modification or withdrawal of a bid after the deadline for submission of bids during
the period of validity;
(b) refusal by a Bidder to accept a correction of an error appearing on the face of a bid;
(c) failure to sign a procurement contract in accordance with the terms and conditions
set forth in the bidding document, should I/We* be successful Bidder; or
(d) failure to provide security for the performance of the procurement contract if
required to do so by the bidding document.
I/We* understand this bid securing declaration ceases to be valid if I am/We are* not
the successful Bidder
Signed:
....................................................................... [insert signature of person whose name and capacity are shown]
PART 1/33 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION II: BIDDING DATA SHEETS)
Capacity of:
................................................................................................................................
[indicate legal capacity of person(s) signing the Bid Securing Declaration]
Name: .....................................................................................................................
................................................................................................................................
[complete full names of the of person(s) signing the Bid Securing Declaration]
Duly authorized to sign the bid for and on behalf of:
.................................................................................................................................
................................................................................................................................
[insert complete name of the Bidder]
Dated on ____________ day of __________________, 20_______ [insert date of signing]
Corporate Seal (where appropriate)
[Note*: In case of a joint venture, the bid securing declaration must be in the name of all partners to the joint venture
that submits the bid.]
____________________________
SIGNATURE OF BIDDER
PART 1/34 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION II: BIDDING DATA SHEETS)
DATA FORM 3
BID SECURITY (BID BOND)
........................................... [Bank’s Name and Address of issuing Branch or Office]
Date: ..........................[Day|month|year]
To: ..........……….... [Name and Address of Public Entity]
BID GUARANTEE No.: .....................................................
We have been informed that ......................[name of the Bidder] ……...... (hereinafter
called "the Bidder") has submitted to you its bid dated ....................(hereinafter called
"the Bid") for the execution of .............................[name of contract] .........................
under Invitation for Bids No..........................[IFB number] ….................. (“the IFB”).
Furthermore, we understand that, according to your conditions, bids must be
supported by a Bid Security.
At the request of the Bidder, we ..................................[name of Bank] ......................
hereby irrevocably undertake to pay you any sum or sums not exceeding in total an
amount of ............................[amount in figures] …........................[.............amount in
words..................] upon receipt by us of your first demand in writing accompanied by a
written statement stating that the Bidder is in breach of its obligation(s) under the bid
conditions, because the Bidder:
1. a modification or withdrawal of a bid after the deadline for submission of bids during
the period of validity;
2. refusal by a Bidder to accept a correction of an error appearing on the face of a bid;
3. failure to sign a procurement contract in accordance with the terms and conditions
set forth in the bidding document, should the Bidder be the successful Bidder; or
4. failure to provide security for the performance of the procurement contract if required
to do so by the bidding document.
This guarantee shall expire: (a) if the Bidder is the successful Bidder, upon our receipt
of copies of the contract signed by the Bidder and the Performance Security issued to
you upon the instruction of the Bidder; or (b) if the Bidder is not the successful Bidder,
upon the earlier of (i) our receipt of a copy of your notification to the Bidder of the name
of the successful Bidder; or (ii) thirty days after the expiration of the Bid Validity.
Consequently, any demand for payment under this guarantee must be received by us
at the office on or before ........................................[Public Entity to insert date]
.......................................................
[Bank’s seal and authorized signature(s)]
PART 1/35 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION II: BIDDING DATA SHEETS)
DATA FORM 4
WRITTEN UNDERTAKING IN TERMS OF SECTION 138 OF THE LABOUR
ACT, 2015 AND SECTION 50(2)(D) OF THE PUBLIC PROCUREMENT ACT,
2015
Republic of Namibia
Ministry of Labour, Industrial Relations and Employment Creation
Written undertaking in terms of section 138 of the Labour Act, 2015 and section
50(2)(D) of the Public Procurement Act, 2015
1. EMPLOYERS DETAILS
Company Trade Name:……………………………………………………….………………………
Registration Number :...………………………………………………….………………….……...
Vat Number: ……………………………………………………………………………………..……
Industry/Sector: ……………………………………………………………………………..………
Place of Business:…………………………………………………………………………..………..
Physical Address:……………………………………………………………………………………..
Tel No.:………………………………………………………………………………….………………
Fax No.:………………………………………………………………………………………………….
Email Address:………………………………………………………………….……………………..
Postal Address:………………………………………………………………….……………………..
Full name of Owner/Accounting Officer:……………..………………………………………...
…………………………………………………………………………………………………………….
Email Address:………………………………………………………………………….……………..
PART 1/36 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION II: BIDDING DATA SHEETS)
2. PROCUREMENT DETAILS
Procurement Reference No.:………………………………………………………………………..
Procurement Description: ………………………………………………………..………………..
……………………………………………………………………………………………………………
……………………………………………………………………………………………………………
Anticipated Contract Duration:
……………………………………………………………………………..…………………………….
Location where work will be done, good/services will be delivered:
……………………………………………………………………………………………………….…..
……………………………………………………………………………………………………………
3. UNDERTAKING
I ……………………………………………………………[insert full name], owner/representative
of …………………………………………………………..………………..[insert full name of company]
hereby undertake in writing that my company will at all relevant times comply
fully with the relevant provisions of the Labour Act and the Terms and Conditions
of Collective Agreements as applicable.
I am fully aware that failure to abide to such shall lead to the action as stipulated
in section 138 of the labour Act, 2007, which include but not limited to the
cancellation of the contract/licence/grant/permit or concession.
Signature: …………………………………………..
Date: ……………………………………..…………..
Seal:………………………………………..………….
Please take note:
1. A labour inspector may conduct unannounced inspections to assess the level of compliance
2. This undertaking must be displayed at the workplace where it will be readily accessible and visible by the employees rendering service(s) in relations to the goods and services being procured under this contract.
PART 1/37 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION II: BIDDING DATA SHEETS)
DATA FORM 5
SCHEDULE OF PERSONNEL OFFERED
The Bidder is to state below (in accordance with ITB 6.3 (c)) the number of each category of personnel who he
intends to provide on Site for the execution of the Works and in the case of professional and technical staff the
number of years of appropriate experience after qualification (proof required). Such staff shall be named and
guaranteed.
i. Completed Projects of a Similar Nature:
Project Name
Contract
Amount
Contract
Period
(months)
Start
Date
Completion
date
Reference
(client/Principle
agent)
Contact
Cell
Number
ii. On-going Projects of a Similar Nature:
Project Name
Contract
Amount
Contract
Period
(months) Start Date
Completion
date
Reference
(client/Princi
ple agent)
Contact
Cell
Number
PART 1/38 EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION II: BIDDING DATA SHEETS)
A. SUPERVISOR/TECHNICIAN
Experience, key personnel with CVs & qualifications, reference letters etc
TECHNICIAN: NAME: ……………………………………………………………………………………………………………
Qualification: …………………………………………………………………………………………………………
Experience with systems of similar nature
Project Client
DATE
Project Value
N$
____________________________
SIGNATURE OF BIDDER
PART 2/0
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
DATA FORM 6
SIGNING AUTHORITY
In the cases where the Bidder is a Company, Corporation or Firm, the person whose
signature appears below must be duly authorised to do so, whether by Articles of
Association, Resolution, Power of Attorney or otherwise.
I/We, the undersigned am/are authorized to enter into the Contract on behalf of:
by virtue of ____________________________________
dated _____________________________ a certified copy of which is attached to the Bid
Document.
_____________________________________
SIGNATURE OF BIDDER
_____________________________________
DATE
Note: Signature to correspond with that on Bidding Form
PART 2/1
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
DATA FORM 7
LETTER OF INTENT (FINANCIAL INSTITUTION) PERFORMANCE
GAURANTEE
Date: ..................................
LETTER OF INTENT
This Serves to inform the Namibia Training Authority that the Financial Institution
(Commercial Bank), herein represented by .................................................
........................... (the undersigned) in his/her capacity as .........................................,
is willing to issue a Demand Guarantee to the value of ten percent (10%) of the
submitted bid sum in favour of the Namibia Training Authority in the event that Bid
No.: W/ONB/01/2020 be awarded to ....................................
....................................................................................................................................
The Demand Guarantee will be in the same wording and format as the one included in
the Bid Dossier.
Yours Faithfully,
Full name…………………………………………………
Signed……………………………………………………
In capacity as:…………………………………….……
Seal/Stamp of the firm/company:
____________________________
SIGNATURE OF BIDDER
PART 2/2
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
DATA FORM 8
AUTHORISATION TO PROVIDE BANK DETAILS & REFERENCE
Date: …...............................
To:…………………………………………………………………..
……………………………………………………………………
……………………………………………………………………
(Banker’s Name & address)
AUTHORISATION TO PROVIDE BANK DETAILS & REFERENCE
Dear Sir or Madam,
We are applying for a bid proposal with Namibia Training Authority and one of their
conditions is an authorisation to contact our bankers. We hereby authorise you to
provide Namibia Training Authority information about our account(s) with you in
regard to this Bid No. W/ONB/01/2020 on their request.
Yours Faithfully,
Full name…………………………………………………
Signed……………………………………………………
In capacity as:…………………………………….……
Seal/Stamp of the firm/company:
____________________________
SIGNATURE OF BIDDER
PART 2/3
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
DATA FORM 9
LETTER FROM COMMERCIAL BANK (AVAIL CREDIT FACILITY)
Date: ..................................
CREDIT FACILITY
This Serves to inform the Namibia Training Authority that the Financial Institution
(Commercial Bank), herein represented by ...............................................................
(the undersigned) in his/her capacity as ........................................., hereby confirms
that ……………………………………………………………………………………………………...
(the full name of the Bidder) is a client of ………………………………………………………..
………………………………………………………………………………….(Name of the Bank).
The Bank hereby confirms that the total Credit Facility amounting to the value of N$
....................................................... maybe provided as working capital for this
contract, in the event that Bid No.: W/ONB/01/2020 is awarded to
....................................................................................................................................(
Full name of the Bidder).
Yours Faithfully,
Full name…………………………………………………
Signed……………………………………………………
In capacity as:…………………………………….……
Seal/Stamp of the firm/company:
____________________________
SIGNATURE OF BIDDER
PART 2/4
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
DATA FORM 10
LETTER FROM MATERIAL SUPPLIER (AVAIL CREDIT FACILITY)
Date: ..................................
CREDIT FACILITY
This Serves to inform the Namibia Training Authority that the Supplier, herein
represented by ............................................................... (the undersigned) in his/her
capacity as ........................................., hereby confirms that
……………………………………………………………………………………………………... (the
full name of the Bidder) holds a credit facility of N$...................................................
with...………………………………………………………………………………… (Name of the
Supplier). The Supplier undertakes to supply the following materials……………………….
………………………………………………………………………………………………………………
……………………….to the current credit limit of N$................................in the event
that Bid No.: W/ONB/01/2020 is awarded to………………………………………
....................................................................................................................................(
Full name of the Bidder).
Yours Faithfully,
Full name…………………………………………………
Signed……………………………………………………
In capacity as:……………………………….……
Seal/Stamp of the firm/company:
_______________________
SIGNATURE OF BIDDER
PART 2/5
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
DATA FORM 11
PARTICULARS OF BIDDER
1. Full names and postal and physical address of Bidder:
............................................................................................................................
............................................................................................................................
.................................…........................................................................................
............................................................................................................................
2. Origin/registration/trade licence number: ..................................................……
(a) Namibian company/contractor/supplier/trader:
Registration number and date: .......................................................................
Trade licence or certificate number and date, and name and address of person who
issued the licence or certificate:
........................................................................................................................
.................................…....................................................................................
.................................…....................................................................................
.................................…....................................................................................
Financial interests held by a foreigner/foreign company (Furnish details):
........................................................................................................................
.................................…....................................................................................
.................................…....................................................................................
.................................…....................................................................................
(b) Foreign company/contractor/supplier/trader:
Country of registration ...............................................................................…
Registration number and date: ......................................................................
Financial interests held by a Namibian/Namibia company (furnish details):
………..........................................................................................................
....................................................................................................................
PART 2/6
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
3. Capital structure:
Total equity capital ...........…... N$ _____________________________________________
(Amount in words): _____________________________________________
_____________________________________________
which total equity is made up as follows:
Amount Percentage of
N$ total capital
(a) Capital owned by
Namibians/Namibian companies ......................... ............................
(b) Capital owned by
foreigners/foreign companies ......................... ............................
4. Particulars or business:
(a) Nature of activities:
....................................................................................................................
....................................................................................................................
....................................................................................................................
....................................................................................................................
(b) Is the business, according to the Ministry of Trade and Industry, a small-scale
industry? ............................... (Yes/No)
If yes, give details and furnish documentary proof:
....................................................................................................................
....................................................................................................................
....................................................................................................................
....................................................................................................................
(c) Is the Bidder located in communal areas/underdeveloped areas notified by the
Ministry of Trade and Industry? ......................... (Yes/No)
PART 2/7
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
If yes, give details and furnish documentary proof: ........................................
......................................................................................................................
......................................................................................................................
(d) Particulars of structured training programmes/apprenticeship courses of
approved standards for labour/technical staff and managerial cadre/specialised
training of women and handicapped persons/other programmes or activities
benefiting disadvantaged Namibian citizens, assistance, sponsorship, bursaries,
etc., provided to vocational training centres. Attach documentary proof.
....................................................................................................................
....................................................................................................................
....................................................................................................................
....................................................................................................................
(e) Particulars of affirmative action programmes/activities undertaken - such as
promoting advancement of disadvantaged Namibian citizens; emerging Namibian
entrepreneurship, women and handicapped persons; achieving a balanced
structure of managerial cadre, etc. Attach documentary proof.
....................................................................................................................
....................................................................................................................
....................................................................................................................
....................................................................................................................
....................................................................................................................
....................................................................................................................
....................................................................................................................
....................................................................................................................
....................................................................................................................
PART 2/8
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
5. Organisational structure:
Employees:
Category Total Number of Number of Number of
Number Namibians formerly disadvantaged- foreigners
Namibians
(a) Managing
Director/
Directors
(b) Managers
(c) Office
personnel/
staff
(d) Skilled
labour
(e) Unskilled
labour
(f) Contract
staff/labour
Total
No. of women
Included in above
No. of handicapped persons
included in above
6. Buildings and erven:
PART 2/9
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
Area used (Total area (in square metres)
Area of erf ....................................................
Area of buildings on erf ....................................................
Area of buildings used for
Manufacturing/assembling ....................................................
Area of buildings used as office space ....................................................
Area of buildings used for storage ....................................................
7. Is a subcontractor/sub vendor/sub supplier involved in the performance of the
agreement? ..................................... (Yes/No)
If "yes", state in an annexure the percentage of the total bid amount being performed
by means of subcontracting, etc., and furnish in that annexure full particulars of the
subcontractor/sub vendor/sub supplier concerned, including physical address or
addresses.
____________________________
SIGNATURE OF BIDDER
PART 2/10
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
Bill of Quantities
Objectives
The objectives of the Bill of Quantities are:
(a) to provide sufficient information on the quantities of Works to be performed to enable bids to be prepared efficiently and accurately; and
(b) when a Contract has been entered into, to provide a priced Bill of Quantities for use in the periodic valuation of Works executed.
In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient detail to distinguish between the different classes of Works, or between Works of the same nature carried out in different locations or in other circumstances which may give rise to different considerations of cost. Consistent with these requirements, the layout and contents of the Bill of Quantities should be as simple and brief as possible.
Dayworks Schedule
A Dayworks Schedule should be included only if the probability of unforeseen work, outside the items included in the Bill of Quantities, is high. To facilitate checking by the Public Entity of the realism of rates quoted by the bidders, the Day works Schedule should normally comprise the following:
(a) A list of the various classes of labor, materials, and Constructional Plant for which basic day work rates or prices are to be inserted by the Bidder, together with a statement of the conditions under which the Contractor shall be paid for work executed on a day work basis.
(b) Nominal quantities for each item of day work, to be priced by each Bidder at day work rates as Bid. The rate to be entered by the Bidder against each basic day work item should include the Contractor’s profit, overheads, supervision, and other charges.
PART 2/11
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including a provisional sum in the Summary Bill of Quantities. Similarly, a contingency allowance for possible price increases should be provided as a provisional sum in the Summary priced Bill of Quantities. The inclusion of such provisional sums often facilitates budgetary approval by avoiding the need to request periodic supplementary approvals as the future need arises. Where such provisional sums or contingency allowances are used, the Special Conditions of Contract should state the manner in which they shall be used, and under whose authority (usually the Employer’s Representative).
The estimated cost of specialized work to be carried out, or of special goods to be supplied, by other contractors (refer to GCC Clause 8) should be indicated in the relevant part of the Bill of Quantities as a particular provisional sum with an appropriate brief description. A separate procurement procedure is normally carried out by the Public Entity to select such specialized contractors. To provide an element of competition among the bidders in respect of any facilities, amenities, attendance, etc., to be provided by the successful Bidder as prime Contractor for the use and convenience of the specialist contractors, each related provisional sum should be followed by an item in the Bill of Quantities inviting the Bidder to quote a sum for such amenities, facilities, attendance, etc.
These Notes for Preparing a Bill of Quantities are intended only as information for the Public Entity or the person drafting the Bidding Documents. They should not be included in the final Documents.
PART 2/12
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
PROCUREMENT REFERENCE NO:
W/ONB/NTA – 01/2020
FOR THE PROCUREMENT OF
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
SECTION IV: EVALUATION CRITERIA
PART 2/13
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
SECTION IV - EVALUATION CRITERIA
This section contains supplementary methodology and criteria that the Employer shall
use to evaluate bids.
The Employer reserves the right to check the information provided by the Bidders.
In event that the Bidder supply wrong information, the Employer reserves the
right to reject the bid.
1. EVALUATION
In addition to criteria listed, in ITB 6,13,18 and 33 (or as amended in the Bidding
Data Sheets), the following criteria shall apply:
(a) Open National Bidding
This Bid in terms of Section 29 of the Public Procurement Act, 2015 (Act No.15
of 2015) is limited to the following entities:
1. Namibian Citizen
(b) Range of Bids
None
(c) Margin of Preference
No Margin of Preference shall apply.
(d) Number of Contracts awarded
No bidder shall be awarded more than two contracts by the Client under the
Namibia Training Authority funded projects.
PART 2/14
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
PROCUREMENT REFERENCE NO:
W/ONB/NTA – 01/2020
FOR THE PROCUREMENT OF
UPGRADING TO OKAKARARA VOCATIONAL TRAINING
CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND
REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
SECTION V-1: PROJECT SPECIFICATIONS
PART 2/15
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
SECTION VI: 1. PROJECT SPECIFICATIONS
SECTION VI: STATEMENT OF REQUIREMENTS
B. SCOPE OF WORKS, SPECIFICATIONS AND PERFORMANCE REQUIREMENTS
1. CODES OF PRACTICE FOR INSTALLATION
The installation of material will be carried out in accordance with the following Codes of Practice:
1. SANS 0142: Code of Practice for the Wiring of Premises. 2. OSHACT: Occupational Health and Safety Act. 3. Labour Act: 1992 Regulation relating to the Health and Safety of
Employees at Work. 4. NRS 019: Small Power Distribution Units (Ready Boards).
5. The "Electricity Supply By-Laws and Regulations" of the Supply Authority
6. SANS 400 National Building Regulations
7. SANS 1125 Room Air Conditioners 8. SANS 0140 Identification colour marking
9. SANS 0147 Refrigeration systems including plants associated with air conditioning systems
10. SANS 0173 The installation, testing and balancing of air
conditioning ductwork 11. SANS 1424 Filters for air conditioning and general ventilation
All material and equipment supplied and/or installed under this
contract shall be new and shall also comply with the requirements laid down in the latest editions of the relevant NRS, SANS, OSHACT or IEC and their amendments (if any).
The material specified is the preferred material. If alternative materials
are offered, they shall be separately specified for approval of the engineer. Rates entered in the schedule of quantities shall be for the specified materials. In the event of items bearing the SABS mark being
available in respect of the materials and equipment required, only items bearing this mark will be acceptable.
PART 2/16
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
C. 1.1 Equivalency of Standards and Codes
Wherever reference is made in the Contract to specific standards and codes to be met by the goods and materials to be furnished,
and work performed or tested, the provisions of the latest current edition or revision of the relevant standards and codes in effect shall apply, unless otherwise expressly stated in the Contract.
2. PARTICULAR PROJECT SPECIFICATIONS
2.1 GENERAL DESCRIPTION OF THE WORKS
The Contractor shall be responsible for the supply, delivery to site, installation, testing, commissioning and maintenance during the guarantee period [Twelve (12) calendar months] and
handing over in good working order of a Heating, Ventilation,Air Conditioning & Regiriation (HAVC&R) plant the
entire works.
The Contractor shall provide all materials, equipment, labour
and services necessary for the complete, safe and efficient operation of the diesel driven standby power generation plant installation in accordance with the intention of this
specification and drawings.
Bidders for the works are invited by the Employer and the successful Bidder shall become a “other” Contractor to the Contractor.
The specification and drawings form part of and shall be read in conjunction with all contract documents and drawings, bills
of quantities and the standard specifications. The project will be executed over an estimated period as suggested by the
Contractor but shall not exceed the approved completion date of the Principal Contract at the Time of Bid. All work specified in this document form part of this contract unless specifically
excluded.
PART 2/17
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
The Works Comprise of the following:
1. Setting out the works.
2. Locate and record existing services. 3. Installation/construction of HVAC&R Plant Infrastructure in
accordance with specifications and drawings. 4. Testing, commissioning in accordance to relevant SANS
Specifications
5. Tie-in and hand-over of the completed installation, including provision of as-built drawings and spanning sheets.
6. Removal of camp establishment, and trim and finish-off site.
7. The maintenance of the works and compliance with all other requirements of the Contractor’s defects liability.
2.2 DESCRIPTION OF SITE AND ACCESS
The site where the works will be executed is situated in Okakarara in the Otjozondjupa region, Namibia.
No official site inspection will be conducted prior to bid closing date and bidders must ensure that they familiarise themselves
with local conditions. The boundaries of the site consist of the area associated with the works to be executed under this
contract as per layout drawings including construction camps, any storage and work areas which the Contractor may require and which are approved by the Engineer.
2.3 SITE CONDITIONS
The average site altitude is 1347m above mean sea level. The average minimum and maximum temperatures are ±4°C and ±38°C during the winter and summer months respectively. The
system shall be designed and commissioned on the basis of the climatic, temperature and humidity as indicated above. It
remains the responsibility of the Bidder to satisfy himself with the local conditions.
2.4 CONSTRUCTION PROGRAMME
Within two weeks (14 days) of the acceptance of this Bid, the Contractor shall provide a detailed programme, providing
information on labour and plant resources and an estimated cash flow. The critical path shall be clearly defined and the programme shall be drawn up in sufficient detail.
PART 2/18
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
The Contractor is allowed to plan and programme the Works to suit himself/herself, but has to consider the request of the Employer as to which erven are to be provided with services as
a matter of priority. Erven, where the services have been completed, shall be made available for use by the public as
soon as possible. The Engineer will confirm the takeover of the completed services at the monthly site meetings. The proposed duration of the works is to include Builders Holiday and
special non-working days.
2.5 SURVEY BEACONS, BENCH MARKS AND REFERENCE PEGS
Benchmarks or reference beacons will be pointed out to the
Contractor during the site handover. The Contractor is responsible for the setting out of the Works and must include
it in the Bided rates. The Contractor is also responsible to see that no reference/bench marks, beacons and benchmarks are covered up or disturbed. Should the Contractor's Surveyor
identify discrepancies in the design with regard to any of the services to be constructed, he must report this to the Engineer immediately. Under this contract, the Contractor will set out
the works and levels, compare the data with that of the design as shown on the drawings and report any discrepancies to the
Engineer well in advance of construction.
2.6 SITE FACILITIES AVAILABLE
Water Supply
The Contractor is to liaise with the Local Authorities and owner of the said property to the water take-off points. Arrangements for and payment of water used must be made with the Local
Authorities and owner of the said property.
Power Supply The Contractor is to liaise with the Local Authorities. Arrangements for and payment of electricity used must be
made with the Local Authorities.
Contractor’s Camp The Contractor is to liaise with the Local Authorities and the
owner of the said property as to where to establish camp. This will be finalized at the Site hand-over. No housing is available
PART 2/19
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
for the Contractor's employees, and the Contractor shall make his own arrangements to house his employees. Take note that very little accommodation is available in Okakarara, and the
Contractor will have to make provision of such for the entire team.
2.7 SITE FACILITIES REQUIRED
Laboratory Facilities None Required.
Temporary Offices None required.
Sanitary Facilities
Toilets must be supplied for the Contractor's employees. No open defecation will be allowed or tolerated.
Name Board None Required.
Rain Gauge
Rainfall during the construction period shall be measured on each site from a representative point. All equipment necessary is to be supplied, installed and maintained by the Contractor
at his own expense and access to such point must be restricted. The Engineer must approve rainfall measurement and
equipment.
3. FEATURES REQUIRING SPECIAL ATTENTION
3.1 Existing Services
No detail regarding existing services is available. The Contractor will be responsible to determine the position of all existing
services with the cooperation of staff of the Namibia Training Authority. During site establishment and setting out, the position of existing lines shall be located prior to construction.
Any damage to existing infrastructure shall be reported to the Engineer, and repaired at the Contractor’s cost.
PART 2/20
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
3.2 Care, Damage and Protection
When locating any services, the Contractor must take extreme care to avoid damage. The repair of all damaged existing services will be for the account of the Contractor.
3.3 Requirements for Temporary Works
Any excavation or spoiled material (dumps) that may, in the opinion of the Engineer, be a danger to the public or its property must be barricaded in such a way that no accidents or damages
will occur to either. Two strategically placed warning lights must be placed at the barricaded site to warn the public during the
night (if applicable).
The Contractor shall be responsible for his own access roads for
construction and shall be expected to maintain these and make allowance for such under the Preliminary and General items.
3.4 Safety requirements
The Contractor’s attention is drawn to the safety on the site. Although the construction area is remote and unoccupied,
public does have access to the site and movement of people through the site might occur from time to time.
The Contractor shall be responsible for the safety on the site at all times and he shall adhere to the laws and bylaws as well as
the safety regulations. Works in progress shall be barricaded and warning signs erected as required by the law.
3.5 Occupational Health and Safety Act
All Occupational Health and Safety Act regulations pertaining to the work being carried out must be adhered to. The Contractor’s employees and sub-contractor’s (including their employees)
shall at all times be supervised by a competent supervisor appointed in writing in terms of Reg. 11.1 of the General Safety
Regulations of the Occupational Health and Safety Act and made aware of his responsibilities.
PART 2/21
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
A.1 TECHNICAL REQUIREMENTS
TECHNICAL SPECIFICATIONS
COORDINATION OF WORKS
Supply and installation of works to Buildings as outlined in Engineer’s Drawings. The successful Bidder shall provide all materials, tools, equipment, labour and services necessary for the complete, safe and efficient operation of
the installation in accordance with the intent of this specification.
COORDINATION SCHEDULE
General
Mech.
Contr.
Build
Contr.
Elect.
Contr.
The supply and erection of all scaffolding necessary for the mech. Installation.
√
All rigging, hoisting and associated tools required for installation/ erection mech. Equipment.
√
Removal from site of excess and waste material generated during the mech. Installation
√
Co-ordinate space conditions, pipe & cable routes and terminations of the various services with all trades
involved for proper installation of the work.
√ √ √
Building
Chasing of pipes & conduit into brick walls. √
Cutting and core drilling required in structural members
√
Openings & holes in roof structure √
Casting / building in of sleeves in concrete members
and walls √
Sealing of all openings where ducting, piping or
cabling goes through walls, slabs & shafts. √
The provision of flashing & waterproofing for
duct/roof penetrations. √
Casting of all concrete bases and plinths for
equipment as required. √ √
Marking/ Indication of plinths, holes & sleeves required
√
Making good of building structure after installation (Painting & plastering)
√
Painting& priming of material & equipment forming part of mech. Installation
√
Provision of pipe supports, trunking, cable trays and vibration eliminators as required for mech. Inst.
√
Supply and fitting of timber frames where necessary. √
PART 2/22
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
Access panels in ceilings. √
Cutting of ceiling tiles & cut outs in doors √
Supply & installation of louvers √
Supply & Installation of door grilles
Electrical
Electrical power supplies (Isolator) to mechanical equipment.
√
The provision of all necessary controls, instrumentation, and wiring from the control panels to the equipment as specified herein.
√
HEATING VENTILATION AIR CONDITIONING AND REFRIGERATION
Technical Specification
These specifications and standards contain the general requirements for the equipment, materials, installation, testing, commissioning and maintenance
to be used in all disciplines of mechanical installations.
It is not intended that all requirements described herein shall necessarily form part of the installation, as it should be read in conjunction with the drawings, the detail project Specifications and the bill of quantities relating to the
project. However, all parts, fittings, apparatus and materials supplied under the contract shall conform to the requirements of these specifications unless specifically revised in the other parts of the contract document.
Where the specification calls for a particular manufacturer’s material or
equipment, this shall be supplied as indicated. In the event of the unavailability of the specified equipment or if the Contractor wish to offer an alternative to the specified equipment, such offer/alternative shall be
approved by the Engineer before the equipment can be ordered. It is the responsibility of the Contractor to select all equipment and to position it into
a building space as provided. All equipment offered shall be standard factory products of high performance with a minimum of fifteen years expected life span and service life.
All work is to be executed in a first class workmanlike manner and all equipment supplied shall be of new high quality material, design and
manufacture, suitable for providing an efficient, reliable and trouble free service. The contractor shall ensure, before ordering of equipment, that the
plant room dimensions and access to the plant room are to his satisfaction. Special care shall be taken not to damage equipment during positioning and installation. All faulty and damaged equipment shall be replaced by new
before handover (or made good, only if approved by the engineer).
PART 2/23
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
All materials to be used shall be compatible with the total installation. The piping to be used shall be as specified in the detail and standard specification
for domestic hot and cold water installations.
The manufacture, supply, delivery, installation and commissioning of the following HVAC & Refrigeration equipment are required
GENERAL REQUIREMENTS
The air conditioner units shall conform to the specifications as outlined this
document, be charged with R410a and have the following properties:
1) The units shall be heat pump unless specified otherwise. 2) The units shall be completely protected against over pressure in the system
and improper operation by the user.
3) The temperature shall be gradually adjustable and automatically controlled within 2°C by a thermostat.
4) The indoor unit shall have three selectable fan speeds. 5) Air filters shall be easily accessible for cleaning. 6) The controller shall be mounted as indicated on the drawing.
7) The room temperature shall be sensed at the return air inlet of the indoor unit.
8) Condensate water to be discharged as indicated on the drawing.
9) The gas and liquid piping to be insulated to prevent moisture condensation. All piping to be installed on galvanised mild steel cable trays
provided by the HVAC-contractor. 10) The outdoor units shall be mounted on suitable heavy-duty angle iron
wall mounted brackets painted same colour as wall and provided by the
sub-contractor. 11) The indoor unit shall be quiet running with an average sound pressure
level measured at a distance of 2m not exceeding 35 dB(A) at the low setting and 43 dB(A) at the high setting respectively, and the centrifugal fan shall be completely balanced.
12) Wired control panels are preferred.
Refrigerant Insulation
All refrigerant suction tubes shall be insulated with 10 mm TERMAFLEX Type
33SE peroxydically improved (crosslinked) polyethylene foam tube insulation with quick-zip fastener, which shall meet the following requirements:
Temperature range - 80 to + 120°C.
Thermal conductivity:
+ 30°C 0°C
– 30°C
0,038 °C W/m²K 0,038 °C W/m²K
0,031 °C W/m²K
PART 2/24
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
Specific mass
35 kg/m³
Odour properties
Neutral
Cellular structure
Totally enclosed
Fire properties
Self-extinguished to DIN 4012-B1 and ASTMD-11692-59T.
Insulation exposed to weather, or where required for protection against
mechanical damage, shall be protected with aluminium, galvanized steel stainless steel sheet
Refrigerant Charge
The refrigerant shall be either R410a or R407. The Contractor shall charge the system free of cost to the Client for the first year of plant operation, i.e. any leak will be rectified and the system shall be charged by the Contractor
during the defects liability period at no extra cost. The pipework shall include a refrigerant charge point in the plant room, where the system can be filled if
required.
Refrigerant Piping
Please refer to standard specifications.
1. Materials & Installation: Strictly as per Manufacturers specifications; the Contractor shall submit routing drawings / sketches to the Engineer
for approval. 2. Sizing of refrigerant: Strictly as per Manufacturers specifications lines. 3. Factory charged systems shall first be pressure tested and thereafter be
vacuum tested. Field charged systems shall only be pressure tested. 4. Refrigerant pipes and equipment shall be tested under vacuum and
indications of leaks shall not be permitted at a pressure of 0, 68 kPa absolute, maintained for a period of one hour with the vacuum pump uncoupled.
5. Refrigerant pipes and equipment shall be tested with clean dry nitrogen with a small quantity of refrigerant for a period of 24 hours at a test pressure of 1.1 times the appropriate maximum working pressure in terms
of SABS 0147 – 1978: code of Practice for Refrigeration and Air-Conditioning Installations.
6. All connections shall be inspected for leaks by mean of a sensitive leak detector and soap bubble test.
7. Flexible metal vibration absorbers shall be fitted at the compressor
discharge and suction connections.
PART 2/25
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
8. Refrigerant tubing shall be secured in fittings padded with at least 13 mm thick felt strip, to prevent transmission of vibration.
Pipe supports
Piping and cables against outside walls shall be covered with adequately sized "Instruct" channels, which shall be painted after installation. Hangers and supports to allow adjustment of slope of piping and removal
without dismantling pipes. Hangers and supports to be complete with all necessary structural steel, rods, bolts, nuts, turnbuckles and other components including clamps, rods, bolts, nuts etc. to be painted with two
coats of zinc chromate primer and where exposed to view with two additional coats of approved oil paint.
Split Air conditioners
General requirements
The units shall be completely protected against over pressure in the system and improper operation by the user.
The temperature to be gradually adjustable and automatically controlled within 2°C by a thermostat.
The indoor unit to have three selectable fan speeds.
The indoor unit shall be quiet running with an average sound pressure
level measured at a distance of 2m not exceeding 28 dB(A) at the low setting and 30 dB(A) at the high setting respectively, and the centrifugal fan shall
be completely balanced.
Air filters to be easily accessible for cleaning.
The controller shall be mounted as indicated on the drawing.
The electrical contractor will provide a 100 x 100 outlet with a 25-mm
conduit to above ceiling for the controls.
The room temperature shall be sensed at the return air inlet of the indoor
unit.
Condensate water to be discharged as indicated on the drawing.
The gas and liquid piping to be insulated to prevent moisture
condensation. All piping to be installed on galvanised mild steel cable trays provided by the sub-contractor.
The outdoor units shall be mounted on suitable heavy-duty angle iron wall
mounted brackets painted same colour as wall and provided by the sub-contractor.
Wired control panels are preferred for this type of unit.
PART 2/26
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
All split units shall be of the inverter controlled compressor type.
Round Flow Ceiling Cassette Units
The following round flow ceiling mounted cassette unit air-conditioners, complete as specified on the relevant drawings, shall be provided. The air-
conditioner shall conform to the following detail requirements and shall be provided with a:
Make :Samsung, Daikin, Midea or equivalent and approved by the Engineer
Type: Round flow ceiling mounted cassette unit Locations & capacities: As per drawing Heating/cooling: Cooling only
Installation: Strictly in accordance with Manufacturer’s specifications; Aesthetics of the installation is of utmost importance
Electrical: 230VAC/50Hz/3phase or
Ceiling cassette type cooling cycle only air-conditioner shall be installed in position as indicated on the drawings.
The units shall be completely protected against over pressure in the system and improper operation by the user.
The temperature to be gradually adjustable and automatically controlled within 2°C by a thermostat.
The indoor unit to have three selectable fan speeds.
The indoor unit shall be quiet running with an average sound pressure
level measured at a distance of 2m not exceeding 35 dB(A) at the low setting and 43 dB(A) at the high setting respectively, and the centrifugal fan shall
be completely balanced.
Air filters to be easily accessible for cleaning.
The controller shall be mounted as indicated on the drawing. The electrical sub-contractor will provide a 100 x 100 outlet with a 25-mm conduit to
above ceiling for the controls.
The room temperature shall be sensed at the return air inlet of the indoor
unit.
Condensate water to be discharged as indicated on the drawing.
The gas and liquid piping to be insulated to prevent moisture condensation. All piping to be installed on galvanised mild steel cable trays
provided by the sub-contractor.
The outdoor units shall be mounted on suitable heavy-duty angle iron wall
mounted brackets painted same colour as wall and provided by the sub-contractor.
Wired control panels are preferred for this type of unit.
PART 2/27
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
Installation Details for outdoor unit
Outdoor units for the high wall split air conditioners shall be bolted to an
approved supporting structure manufactured from 40 x 40 x 4 S/S angle iron sections. The framework shall be adequately bolted to the wall and thoroughly
cleaned. The indoor units shall be installed according to manufacturer’s instructions.
Piping between the indoor and outdoor units shall be chased in walls or installed above the ceiling. Making good afterwards will be done by the
principle contractor. The outdoor unit shall always be selected in such a manner that the
connected indoor units require the full capacity of the outdoor unit. The outdoor units shall preferably be selected for the least total number of units.
All outdoor units must be installed on the roof slab on top of the line shops. The outdoor units shall be installed according to manufacturer’s instructions.
Remote Control Panels (RCPs)
RCP’s shall be installed next to the door of the room
Capacities
The capacities indicated in the table below are the de-rated effective capacities at ambient temperature and pressure. Any equipment offered by the Bidder shall meet or exceed the requirements as set out below.
PART 2/28
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
TRAINING CENTER
Unit Qty Type Required Capacity
(kW)
Sewing
Workshop 2 CCU 14
Server Room 2 HWSU 3.5
Beauty Workshop
2 CCU 14
Guest Room 1&2
2 HWSU 5.2
Office 1 HWSU 3.5
School Manager
Office 1 HWSU 3.5
Boardroom 1 CCU 5
Secretary 1 HWSU 3.5
HWSU – High Wall Split Unit CCU – Ceiling Cassette Split Unit
COLD ROOM INSTALLATION
Prefabricated Cold Room
Panel thickness shall be ±80 mm for the roof, floor and vertical walls. Panels
manufactured from a material with better insulation properties may be offered and wall thickness may be reduced in proportion with the improved insulation
properties. Full technical information shall be supplied with the quotation. Based on the panel sizes stated above, the internal dimensions of the rooms
are: 2200 mm x 2200 mm x 2 200 mm high
Core Material: Fire resistant Polyurethane
Sheet Metal Skin: G275 galvanised sheet (Chromadek) to BS EN 10:1991
in Fe.Po2.G quality with a minimum zinc coating of 200g/m2 for both faces.
Minimum Skin Thickness: 0,55mm for Walls and 0,50mm for ceilings (referring to metal thickness)
Manufacturing: Panel components shall be manufactured on a continuous laminating machine.
Primary Coating : To Supplier's specification
Secondary Coating: Architectural polyester suitable for external and
internal use and abrasion, stain and acid resistant. 2 x 25 micron coats.
PART 2/29
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
Panel Finish: Flat face, frost white
Panel Thickness: 60 mm.
Thermal resistance of panels
Panels shall have a thermal resistance of not more than 0, 35 W/m2.C (equal to 80mm polyurethane)
Under floor insulation
80 mm polyurethane Panel to be mounted on top of a 150 mm concrete slab casted by the main contractor. A 100 mm concrete slab will be casted, by the main contractor, onto this panel after installation by the mechanical
contractor.
Doors
The cold room door shall be complete with latch and inside release handle installed in the position shown on the drawing. The door size shall be 2 000
x 800 mm wide and door thickness shall be ±80 mm.
Doors shall be pre-fabricated and fitted on site.
The design of the doors must be such that no adjustment is required after
the door has been fitted.
Doors will be of same material than panels and shall have the same
thermal resistance than panels and ceilings. The construction of all doors in temperature controlled areas shall be such that an efficient thermal break is obtained
Corners of doors shall be capped with Aluminium channels.
Doors shall be fitted with 900mm high Aluminium checker plates on both sides.
All doors will be manually operated.
Doorframes shall be of heavy duty Aluminium construction
Holes and sleeves
No other Contractor will be allowed to drill or make a hole or opening in insulation panels. The panel Contractor will make available a suitably
qualified person to install sleeves as and when required. Other Contractors will mark-out sleeves for this purpose. The panel Contractor to note that
additional trips may become necessary after his installation has been completed.
Finished appearance and design
Notwithstanding the timing of the contract program, it will be required to provide an installation of high standard and in this regard the Engineer, on
behalf of the Client, reserves the right to reject any sections of the installations which do not meet the standards as detailed within the relevant sections of
PART 2/30
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
this document. No additional costs shall be entertained for failure to comply with the standards.
Capacity and Operating Temperature
All equipment shall be selected for the prevailing site conditions:
REFRIGERATION SCHEDULE
Application Freezer Room Cold Room
system capacity derated for applicable conditions kW R 7.5 6
running hours per day hrs 18 20 Refrigerant R 507 R 507
Room design temperature °C -18 -2
Evaporator coil T °C 8 8 combined air delivery m³/s 0.5 0.5
number of blowers 2 2 fin spacing mm 5 5
evaporation temp °C -24 -2 off coil temp °C face velocity m/s <2.5 <2.5
defrost cycle & electr cycle & electr reverse cycle no no expansion valve electronic electronic
Condensor Type air cooled air cooled
capacity 11.5 kWR 9.5 kWR
COMPRESSOR
type reciprocating
brand Bitzer or similar
Electrical electrical connection 1x 3ø, 400V 1x 3ø, 400V circuit size 1x 30 A 1x 30 A
Control & Instrumentation
PART 2/31
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
Adj. Temp. regulation √ √
Temperature indication √ √
Humidty indication √ √
Compressor protection √ √
Soft starter - -
Star delta starting √ √
Fan Protection √ √
cycle defrost √ √
electric defrost √ √
air curtain switch/ door monitoriong √ √
high temp alarm √ √
Danfoss controler √ √
Compressor running time shall be 18 hours per day.
The cold room shall operate at 4°C; this temperature however shall be adjustable. The freezer room shall operate at -18°C; this temperature however shall be
adjustable Bidders must submit, with their quotations, a graph showing compressor and evaporator capacity in kW on the horizontal scale against suction temperature
on the vertical scale, showing clearly the balancing point of the systems.
Components
All components shown on the drawing shall be installed and shall comply with the requirements stated below. Installation of the equipment shall be to the
manufacturer’s prescriptions. The compressor, electrical motor, air cooled condenser motor and liquid receiver shall be mounted on a rigid bedplate.
The selection of the equipment shall be such that the evaporator would fit in the position indicated and, that shelving underneath it shall be of a minimum
height of 1 500 mm.
The evaporator drip tray shall have an outflow routed as indicated.
Condensing Unit
Air-cooled condensing units shall be equipped with hermetic, semi-hermetic or open type compressors matching the specified requirements, load and refrigerant.
Condensing units shall be designed and selected to properly match ambient
conditions, refrigerant, room temperature requirements, temperature differences, and compressor operating hours and specified cooling capacity.
PART 2/32
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
Each condensing unit shall be a complete unit with compressor and motor, air cooled condenser coil, receiver, cooling fan/s, controls, high- and low pressure protection, discharge- and suction valves on serviceable units and
high- and low pressure indicating gauges complete with shut-off valves. High-pressure protection shall be of the manual reset type.
Units shall be suitable for permanent outdoor use or indoor use as specified. Units installed indoors shall be fitted with ducting or sheet metal cowls
ensuring proper airflow and cooling without short-circuiting. Condensing units, including outdoor package units shall be installed on
proper bases as specified. Compressors with nominal cooling capacity exceeding 7kW must start
unloaded. Open type compressors shall be directly coupled to the drive motors by means of flexible couplings and compressor and motor shall be mounted on a single
robust bedplate of fabricated steel construction.
Initial charge of oil and refrigerant shall be provided. Internal motor over-temperature protection shall be fitted to hermetically and semi-hermetically sealed compressors together with external over-current
protection. Units with ducted air discharge shall be fitted with centrifugal or axial flow
fans. Condensing coils shall be seamless copper tubing with copper or aluminium
fins depending on the application. Interlocks shall be provided between indoor and outdoor units.
Outdoor package units where specified shall be completely weatherproof and
self-contained with only electrical and refrigerant line hook-up required. Unit casing shall be stainless steel, aluminium or internally and externally
powder coated steel. Units designed on a modular basis with multiple unit stacking arrangement will be preferred.
All components, including controls shall be easily accessible for servicing.
Compressors shall be mounted internally with anti-vibration mountings and vibration eliminators on the refrigerant piping.
Control panels shall be mounted behind weatherproof see-through panels with status indication light clearly visible.
PART 2/33
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
Compressors
The compressor installations shall be of the open drive reciprocating type and
shall be complete with oil separator, gauge panel, isolating valves, sight glass, self-regulating crankcase heater, motor, drive, head cooling, oil return
solenoid, safeties for oil, high temperature, low suction, high discharge temperature and no flow. The compressor installation shall be mounted onto a common base as far as possible for easy operation, control and
maintenance. The compressor / condenser shall be enclosed in a well-ventilated housing.
The compressor shall be hermetically sealed and shall be a well-balanced reciprocating type. The speed of the compressor shall not exceed 900 r/min.
Compressor shall have a bolted and not a welded construction to permit easy take down for servicing. All compressor heads and valve plates shall be
removable for easy inspection. A system of positive oil feed is required and an oil level gauge plug shall be provided.
All compressors shall be fitted with back seating type service valves with gauge connections and with square items for key operations and seating caps.
Connections for high and low pressure switches shall be tapped connections to compressor heads and/or crank cases.
All V-belts shall be adequately protected by a belt guard. The guard shall be manufactured from wire mesh or open type expanded metal, securely braced
and stiffened with light rolled steel sections and bolted in position. The system must make provision the automatic defrosting of the coolers by
means of cycle defrost and as back up electrical defrost.
Electrical Motors
Electrical motors shall comply with the "Standard Specification for Electrical and Mechanical Equipment.
The compressor motor shall be of the heavy duty screen protected type, with
high torque starting characteristics. The motor shall be silent in operation. Starters of the magnetic operated type, with magnetic overload protection on each phase, shall be provided on all motors. Starters shall be automatic in
operation, with manual reset facilities
The Evaporator frame shall
Be manufactured from Aluminium. No galvanized or mild steel
components will be allowed.
Be installed complete with vibration damping devices
PART 2/34
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
Be installed according to specifications stipulated by the manufacturer, especially with regards to minimum clearances between unit and walls.
The evaporator shall incorporate
An electronic expansion valve
Fans, including motor housings
Either an electrical defrosting mechanism, or a hot gas defrosting system
A factory installed thermal protection system.
The tube bundles shall be
Staggered, multi-pass tubes, with
Tubes made of Copper
Fins made of Aluminium, positioned making use of pre-expanded
manufacturing methods only.
The fan motors shall
Have installed thermistors to protect against heat related damage
Have insulation to IP44F, Class B
The noise level of the units shall not exceed an NC rating of 35 and the requirements as stated in the Health & Safety act of South Africa. The noise
level shall be measured at a distance of 2 meters directly in front or below the unit shall not exceed 80 dB. A high pressure cut out switch shall be provided for each blower coil.
PART 2/35
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
VENTILATION EQUIPMENT
Ductwork Material
Ductworks shall be fabricated from prime quality galvanised sheet steel, except where otherwise called for.
Fabrication Standards
Ductwork shall be fabricated and installed in accordance with the following specification which shall be read in conjunction with the standards laid down by the Sheet Metal and Refrigeration Contractors National Association (of
America) (SMACNA) which standards shall be adhered to in detail excepting only as hereinafter specified.
Rectangular Ductwork
Duct Size Long Side - mm
Up to 750 mm
751 to 1370 1371 to 2130
2131 upwards
Sheet Steel Thickness - mm
0,6 0,8 1,0 1,2
Cross Bracing Length - mm
2400 2400 2400 2400
Longitudinal
Seams
Pittsburgh Lock for all Duct Sizes
Cross Joints At Maximum Centres of 2400mm / 1220mm
Long Side
S’Slip
25mm
Slip
38mm
Slip
38mm Bar
Slip Reinforced
or
Short Side Drive Slip Drive Slip If under 450 mm
otherwise 38mm Bar Slip L Flanges
38 x 2mm L. Reinforced
Standing seam or 38 x
3 mm
ALTERNATIVE
LY on all sides
Pocket Lock
25 mm
Pocket Lock
38 mm
Pocket Lock
38mm L.RFD
Supports Minimum
Angles - mm 38 x 3 38 x 5 38 x 6 50 x
6
Rods. Dia. mm 6 10 12 12
Spacing,
maximum - mm
3600 3000 2400 180
0
PART 2/36
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
NOTE: SHEET METAL STRAPS WILL NOT BE ACCEPTED FOR SUSPENSION OF DUCTWORK
Rectangular ductwork shall be regarded as low velocity ductwork suitable for pressures up to 50mm wg and velocities up to 10 meters per second. It shall
accordingly be fabricated and installed in compliance with the above requirements and the “Low Velocity Duct Construction Standard” manual published by SMACNA.
Circular Ductwork
Circular ducting of approved size shall be installed in all exposed areas, i.e. Trading Areas.
Fans
General
Fans shall be statically and dynamically balanced and shall be free of any objectionable vibrations. Fan bearings shall be selected for a minimum of 200 000 hours average life.
Lubrication points for fan bearings shall be readily accessible and shall where necessary be extended to the outside of the fan casing. The shafts and
bearings are to be properly protected from rust and corrosion by means of suitable wrapping and protective grease coatings prior to commissioning
Fan openings shall be provided with protective wire guards in accordance with the Manpower and Occupational Safety Act, 1983. The unit shall be supplied with a safety harness or weather cab complete with a back draught shutter
Fans shall be selected highest possible efficiency with lowest possible blade
tip speed. Axial Fans
Unless otherwise specified, axial flow fans shall be in-line, direct driven type, with motor mounted inside the fan housing. The fan rotor assembly shall be
attached directly to the motor shaft. The fan casings shall be spun from mild steel with integral pre-drilled and
radiuses inlet flange, hot dipped galvanized after manufacture. Vibration isolators shall be installed if required.
Fans shall be provided with adjustable pitch blades. Fans installed under free intake conditions shall be fitted with an inlet cone supplied by the fan
manufacturer. Fan motors shall be totally enclosed, rated for continuous operations of the
squirrel cage induction type suitable for vertical and horizontal installation
PART 2/37
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
and Class F insulation. Motor protection shall be to IP55 with a temperature range between –40°C to +50°C. DONKIN or WOODS fans will be preferred for this type of fan.
Capacities
The capacities indicated in the table below are the effective capacities. Any equipment offered by the Tenderer shall meet or exceed the requirements as set out below.
XF – Ceiling Mounted Extraction Fan EF – In-line Ducted Extraction Fan
Unit Qty Type Required Capacity (m3/s)
Culinary Arts Kitchen
2 EF1 3.72 m³/s & 4.3 m³/s (2.2 kW, 1440rpm, 380V)
Type of fan Axial Flow
Make Donkin Majax or Woods
Location Culinary Arts Kitchen
Duty Points
(ratings represent adjusted capacities for site conditions)
3.72 m3/s @ 250 Pa static, 4.3 m3/s @ 300
Pa static,
Inlet temperature Ambient
Maximum Impeller speed 1440 RPM
Mechanical Efficiency (at duty point) : more than 70 %
Motor
3 phase induction, TEFC
direct coupled IP 55
Maximum allowable noise level
50 dBa (1m from discharge attenuator)
Accessories required
:
1.5 x Ø Cylindrical sound attenuator with
Melinex Lined on discharge Flexible canvas couplings Adaptor ducting to fit ducting as
indicated on drawings
PART 2/38
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
Mild steel mounting frame
Unit Qty Type Required Capacity
(m3/s)
Comercial Kitchen
1 EF2 1.3 m³/s (2.2 kW, 1440rpm, 380V)
Type of fan Axial Flow
Make Donkin Majax or Woods
Location Comercial Kitchen
Duty Points
(ratings represent adjusted capacities for site conditions)
1.3 m3/s @ 250 Pa static, 4.3 m3/s @ 300 Pa
static,
Inlet temperature Ambient
Maximum Impeller speed 1440 RPM
Mechanical Efficiency (at duty point) : more than 70 %
Motor
3 phase induction, TEFC
direct coupled IP 55
Maximum allowable noise level
50 dBa (1m from discharge attenuator)
Accessories required :
1.5 x Ø Cylindrical sound attenuator with Melinex Lined on discharge
Flexible canvas couplings Adaptor ducting to fit ducting as indicated on drawings
Mild steel mounting frame
Electrical Supply Fan motors shall be totally enclosed, rated for continuous operation with
sealed life bearings and with Class F insulation. Motor protection shall be to IP55 with a temperature range between –10ºC to +50ºC. Electrical supply will be provided by the electrical sub-contractor.
PART 2/39
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
SOUND ATTENUATORS
Sound attenuators shall be provided and installed where necessary and shall
be selected to provide the Noise Criteria levels specified in Part Three hereof. Sound attenuators shall be the factory fabricated product of an accredited
manufacturer of such equipment such as SOUND ATTENUATORS LIMITED or TROX, who publish selection data on their products which data shall be submitted to the Engineers for approval of each sound attenuator offered.
Metalwork on sound attenuators shall be galvanised steel or aluminium and
acoustic insulation shall be non-combustible material, properly bonded and covered as so not to permit insulation particles being eroded by air movement over them.
Sound absorbing lining material of sound attenuators in low velocity ductwork shall have a density of not less than 24 kg/ms and a thickness of
not less than 25 mm and in medium pressure ductwork the thickness shall not be less than 50 mm with a minimum density of 48 kg/ms. Material for
cell type sound absorbers shall be of the rigid type. The sound absorbing efficiency at each frequency shall not be less than:-
Frequency-cycles per second 250 500 1000 2000 Percentage Absorption 45 65 70 80
Lining which is damaged in shipment or due to exposure or any other cause shall not be installed and any material, which may be damaged prior to the
final acceptance, shall be replaced as directed by the Engineer. Casings shall be manufactured of galvanised sheet steel not lighter than the
thickness previously specified herein for ductwork of the same dimensions.
Kitchen hood
General The Kitchen Canopy shall be manufactured and installed according to the Engineers drawings and Manufacturer’s instructions.
The Canopy shall be of an all welded stainless steel construction. Stainless
steel panels with approved slip joints for onsite assembly of the canopy can be offered as an alternative, provided that a detailed drawing of the slip joints is submitted with the quotation. If no such drawing is included, it will be
assumed that a welded canopy is offered.
The dimensions, location and size of the canopy and ducting shall be as indicated on the drawings.
PART 2/40
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
Single phase axial flow fans, each capable of handling at least 3 m3/s of air against the head loss which will be experienced, shall be installed in the ducting as indicated on the drawings. Electrical outlets will be provided by
others. An attenuator of fire-proof, washable material shall be installed above the
canopy in order to lower the noise level to 55 dB(A) when measured 1 m below the inlet to the canopy.
Electrical lights in the canopy shall be supplied by others. The successful quoter shall submit workshop drawings of the extraction
canopy for approval within 14 days after the official date of appointment as sub-contractor.
Fan Size
The Fans shall be manufactured and installed according to the Engineers
drawings and Manufacturer’s instructions, and the sizes shall be in accordance with the fan schedule as indicated on the drawings.
Canopy Material
The Canopy will be made of grade 304 Stainless Steel or alternatively from Galvanised sheet with drip tray as specified by the Engineer
Hanging Pockets
50x50 x100 mm long 2 mm Grade 304 Hanging angles with side Gussets- drilled to take one M10 Hanging Rod and 2 off M6 Fastening bolts.
The Canopy shall hang on stainless steel hangers, fastened to wooden
runners in the ceiling. The sub-contractor shall supply and install all runners for this purpose.
Grease Filters
Suitable, easily accessible and removable low maintenance grease filters, shall be installed in the appropriate positions in the canopy. These filters shall be
constructed of corrosion resistant material, equipped with weep holes and fitted with easy removable anti-rust troughs. The filters shall be of the double-sided "Farr Model No. 2020" type or equal.
The Filters shall be supplied with drip trays and a filter box for 22 filters as per drawing. The filters will be a 500 x 500 Stainless Steel filters.
PART 2/41
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
TEST CERTIFICATES AND TESTS
Where test certificates are required for individual pieces of equipment, these
shall be submitted to the Engineer for approval immediately on receipt of such certificates. Where witnessing of tests are required by the Engineer, arrangements shall
be made by the Contractor for the Engineer to witness such tests.
INFORMATION, DIAGRAMS, DRAWINGS AND MANUALS TO BE
SUBMITTED
As part of his Quotation and subsequent contract, it will be required from the Bidder/Contractor to submit certain documents, in accordance with the
following programme: With the Bid (at Closing Date):
Marked-up copies of all drawings indicating in red all required alterations
to the concrete, brickwork or whatever other aspect falling outside the scope of his contract;
Manufacturer's pamphlets and/or brochures illustrating all equipment
offered;
Sketches/rough drawings showing the principle of the design in general
and specifically where it deviates from the proposed layout and details given by the Engineer. Attention should be given to space requirements, ease of
maintenance, practical problems during installation, etc. in drawing up sketches. If no such sketches are submitted or if any aspect of the design
is not specifically detailed or highlighted, it will be assumed that the Engineer's proposal is acceptable, practical and economical;
Any other information that the Bidder regards necessary to clarify his offer.
Within 30 days after Award of the Contract:
A work programme as specified herein.
On Completion:
A complete set of "As-Built" drawings;
Testing certificates if applicable;
Commissioning certificates;
A certificate of acceptance by the Employer;
Complete set of maintenance/operating manuals.
PART 2/42
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
All certificates shall be completed in an orderly and logical manner, and shall be bound in booklet form with a protective cover. The text of instructions, diagrams and drawings shall be "English".
APPROVED MATERIAL
In the Bill of Quantities, the material is set out in detail to assist the contractor. If the materials of other manufacturers are offered, these
materials have to be approved by the engineer. All inferior work or work containing inferior material, shall be rejected by the
Engineer at his discretion, where upon the Mechanical Contractor shall immediately remove and rectify the works as required and bear all costs in
connection therewith.
COMPLETENESS OF BID
The Bidder shall allow in his Quotation price for all material, labour,
supervision, transport, tests and all other items necessary to complete the contract in its entirety and to the satisfaction of the Engineer.
In the event where the supply and/or installation of any item, material or equipment does not form part of this Contract, it will be specifically indicated as such in his specification and/or on the accompanying drawings.
VALUE ADDED TAX, IMPORT TAXES AND DUTIES
Bidders shall allow in their Quotation for all VAT, Import Taxes and Duties, to be paid in respect of all items of material, labour and equipment to be
supplied in terms of this Contract where relevant. The successful Bidder will be liable and responsible for paying any and all VAT, Import Taxes and Duties.
EQUIVALENCY OF STANDARDS AND CODES
Wherever reference is made in the Contract to specific standards and codes to be met by the goods and materials to be furnished, and work performed or tested, the provisions of the latest current edition or revision of the relevant
standards and codes in effect shall apply, unless otherwise expressly stated in the Contract.
PART 2/43
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
DRAWINGS
1. D0051/M7-01: TRAINING CENTER GROUND FLOOR HVAC LAYOUT
2. D0051/M7-02: TRAINING CENTER GROUND FLOOR HVAC LAYOUT
3. D0051/M7-03: TRAINING CENTER FIRST FLOOR HVAC LAYOUT
4. D0051/M7-04: TRAINING CENTER FIRST FLOOR HVAC LAYOUT
5. D0051/M7-05: TRAINING CENTER SECOND FLOOR HVAC LAYOUT
6. D0051/M7-06: TRAINING CENTER ROOF HVAC LAYOUT &
SCHEDULE
7. D0051/M7/07 TRAINING CENTER GF: CULNINARY ARTS KITCHEN:
HVAC LAYOUT
8. D0051/M7/08 TRAINING CENTER GF: COMMERCIAL KITCHEN:
HVAC LAYOUT
9. D0051/M6-01 TRAINING CENTER COLD AND FREEZER ROOM
LAYOUT
10. D0051/M6-02 TRAINING CENTER FLOOR AND PANEL LAYOUT
1. SCHEDULE OF EQUIPMENT OFFERED It is a requirement of this document that, in addition to the information of the equipment listed below to be furnished, the bidder shall attach the relevant pamphlets, brochures, etc. Quotations without these shall be regarded as incomplete.
PART 2/44
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
A. SPLIT TYPE AIR CONDITIONERS
Please fill in the following details. (i) CCU 0.01 - 14 KW DESIGN CAPACITY (ROUND FLOW CEILING
MOUNTED CASSETTE UNIT)
Type of Unit Offered
Manufacturer
Nominal Capacity (kW)
Effective Capacity (kW)
Wire Remote Controller (Yes / No)
Indoor Unit Electrical Specifications (Ф, V, kW)
Outdoor Unit Electrical Specifications (Ф, V, kW)
(ii) CCU 0.02 - 9 KW DESIGN CAPACITY (ROUND FLOW CEILING
MOUNTED CASSETTE UNIT)
Type of Unit Offered
Manufacturer
Nominal Capacity (kW)
Effective Capacity (kW)
Wire Remote Controller (Yes / No)
Indoor Unit Electrical Specifications (Ф, V, kW)
Outdoor Unit Electrical Specifications (Ф, V, kW)
PART 2/45
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
(iii) CCU 0.03 – 7.1 KW DESIGN CAPACITY (ROUND FLOW CEILING MOUNTED CASSETTE UNIT)
Type of Unit Offered
Manufacturer
Nominal Capacity (kW)
Effective Capacity (kW)
Wire Remote Controller (Yes / No)
Indoor Unit Electrical Specifications (Ф,
V, kW)
Outdoor Unit Electrical Specifications (Ф,
V, kW)
(iv) CCU 0.04 – 5 KW DESIGN CAPACITY (ROUND FLOW CEILING MOUNTED CASSETTE UNIT)
Type of Unit Offered
Manufacturer
Nominal Capacity (kW)
Effective Capacity (kW)
Wire Remote Controller (Yes / No)
Indoor Unit Electrical Specifications (Ф, V, kW)
Outdoor Unit Electrical Specifications (Ф,
V, kW)
(v) HWSU 0.01 - 3.5 KW DESIGN CAPACITY (HIGH WALL SPLIT UNIT)
Type of Unit Offered
Manufacturer
Nominal Capacity (kW)
Effective Capacity (kW)
Wire Remote Controller (Yes / No)
Indoor Unit Electrical Specifications (Ф, V, kW)
PART 2/46
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 2: EMPLOYER REQUIREMENTS
(SECTION V-1: PROJECT SPECIFICATIONS)
Outdoor Unit Electrical Specifications (Ф, V, kW)
(vi) HWSU 0.02 - 5.2 KW DESIGN CAPACITY (HIGH WALL SPLIT UNIT)
Type of Unit Offered
Manufacturer
Nominal Capacity (kW)
Effective Capacity (kW)
Wire Remote Controller (Yes / No)
Indoor Unit Electrical Specifications (Ф,
V, kW)
Outdoor Unit Electrical Specifications (Ф, V, kW)
PART 1/47
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING
CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION III: BIDDING FORMS)
B. RE-FABRICATED FREEZER ROOM
Please fill in the following details.
FREEZER ROOM – 4 KW DESIGN CAPACITY
Insulated Panels
Core Material
Sheet Metal Skin Material
Sheet Metal Skin Thickness [mm]
Manufacture of Panel
Thickness of Panel Walls [mm]
Thermal Resistance [W/m²°C]
Panel Finish
Corrosion Protection
Door heating detail
Floor heating detail
Patented Design (Yes/No)
Compressor
Trade name
Type
Effective Cooling Capacity @
applicable conditions kWR
Compression ratio
Mechanical efficiency @ duty point
Electrical
Starting current
Running current
Power input
Single or three-phase
Coefficient of Performance (COP)
Refrigerant Charge
Start details ( Star –delta / D.O.L)
Thermistor included
Sound pressure level 1 m from unit dBa
PART 1/48
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING
CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION III: BIDDING FORMS)
Condensor
Is condenser fan driven by
compressor motor or is separate motor provided?
Trade name
Type
Cooling Capacity
Coil material
No of passes
Coil arrangement
Fin material
Fin spacing
no of fins per tube length
T over coils
Fan
Make/ supplier
Impeller material
Power rating ( Volt/Phase/kW)
Thermistor included
Circulation fan air flow
Fan type
Evaporator
Trade name
Type
Cooling Capacity (effective) kWR
Overall dimension
Defrost cycle detail
Coil material
No of passes
Coil arrangement
Fin material
Fin spacing
No of fins per tube length
T over coils
Fan
Make/ supplier
Fan type
Impeller material
Power rating ( Volt/Phase/kW)
Thermistor included
Circulation fan air flow
PART 1/49
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING
CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION III: BIDDING FORMS)
ELECTRICAL
Make of electrical equipment
Country of manufacture
Type of refrigerator control
Thermistor detail
Audio Alarm
Builder of electrical board
Size of main isolator switch
Manufacturer of thermometer
Manufacturer of thermostats
Temperature range min
C. PRE FABRICATED COLD ROOM
COLD ROOM – 3 KW DESIGN CAPACITY
Insulated Panels
Core Material
Sheet Metal Skin Material
Sheet Metal Skin Thickness [mm]
Manufacture of Panel
Thickness of Panel Walls [mm]
Thermal Resistance [W/m²°C]
Panel Finish
Corrosion Protection
Door heating detail
Floor heating detail
Patented Design (Yes/No)
Compressor
Trade name
Type
Effective Cooling Capacity @ applicable conditions
kWR
Compression ratio
Mechanical efficiency @ duty point
Electrical
Starting current
Running current
Power input
Single or three-phase
Coefficient of Performance (COP)
Refrigerant Charge
Start details ( Star –delta / D.O.L)
Thermistor included
Sound pressure level 1 m from unit dBa
PART 1/50
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING
CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION III: BIDDING FORMS)
Condensor
Is condenser fan driven by
compressor motor or is separate motor provided?
Trade name
Type
Cooling Capacity
Coil material
No of passes
Coil arrangement
Fin material
Fin spacing
no of fins per tube length
T over coils
Fan
Make/ supplier
Impeller material
Power rating ( Volt/Phase/kW)
Thermistor included
Circulation fan air flow
Fan type
Evaporator
Trade name
Type
Cooling Capacity (effective) kWR
Overall dimension
Defrost cycle detail
Coil material
No of passes
Coil arrangement
Fin material
Fin spacing
No of fins per tube length
T over coils
Fan
Make/ supplier
Fan type
Impeller material
Power rating ( Volt/Phase/kW)
Thermistor included
Circulation fan air flow
PART 1/51
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING
CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION III: BIDDING FORMS)
ELECTRICAL
Make of electrical equipment
Country of manufacture
Type of refrigerator control
Thermistor detail
Audio Alarm
Builder of electrical board
Size of main isolator switch
Manufacturer of thermometer
Manufacturer of thermostats
Temperature range min
D. EXTRACTION FANS FOR KITCHEN CANOPY
(i) EF1 – 3.72 m3/s Axial flow Extraction Fan for Culinary Arts Kitchen Canopy
Type of Fan
Manufacturer
Effective Flow (m3/h)
Fan Diameter
Noise level 1 m from fan
Fan RPM RPM
Electrical Specification (Ф, V, W)
(ii) EF1 – 4.3 m3/s Axial flow Extraction Fan for Culinary Arts
Kitchen Canopy
Type of Fan
Manufacturer
Effective Flow (m3/h)
Fan Diameter
Noise level 1 m from fan
Fan RPM RPM
Electrical Specification (Ф, V, W)
PART 1/52
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING
CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION III: BIDDING FORMS)
(iii) EF2 – 1.3 m3/s Axial flow Extraction Fan for Commercial Kitchen
Canopy
Type of Fan
Manufacturer
Effective Flow (m3/h)
Fan Diameter
Noise level 1 m from fan
Fan RPM RPM
Electrical Specification (Ф, V, W)
(iv) 1.5 X Ø SOUND ATTENUATOR
Trade name and model no.
Material
Finish
Dimensions
(v) KITCHEN CANOPY
Trade name and model no.
Material
Finish
Dimensions
PART 1/53
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING
CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION III: BIDDING FORMS)
(vi) DOOR GRILLE
DOOR GRILLE
Trade name and model no.
Material
Finish
Dimensions
PART 1/54
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING
CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 1: BIDDING PROCEDURES
(SECTION III: BIDDING FORMS)
PROCUREMENT REFERENCE NO:
W/ONB/NTA – 01/2020
FOR THE PROCUREMENT OF
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION
WORKS
PART 2: EMPLOYERS REQUIREMENTS
SECTION V-2: BILL OF QUANTITES
PART 1/55
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R)
INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION III: BIDDING FORMS)
ITEM
DESCRIPTION Qty
A
Unit LABOUR RATE B MATERIAL RATE C TOTAL RATE D = B
+ C
TOTAL AMOUNT E
= D x A
1
1.1 Fixed Charged Items:
Contractual requirements establish facilities on site.
1.1.1 Office & Storage facilities 1 Item
1.1.2 Workshops 1 Item
1.1.3 Living Accommodation 1 Item
1.1.4 Ablution & Latrine facilities 1 Item
1.1.5 Tools & Equipment 1 Item
1.1.6 Water supplies, Electrical Power Communications and Access. 1 Item
1.1.7 Remove Site establishment upon completion. 1 Item
1.1.8 Public liability insurance. 1 Item
1.1.9 Works risks, insurance & reinstatement. 1 Item
1.1.10 Programe & Practical completion. 1 Item
1.1.11 Certificates & Payment. 1 Item
1.1.12 Attendance at site meetings. 1 Item
1.1.13
Supervision: during operations the contractor shall have on site a
suitably experienced and qualified technician who shall
supervise the works. Details of the site supervisor shall be
submitted to the Engineer for approval prior to his assumption.
1 Item
Total Carried Forward to Next Page
Part 1: Preliminary & General
PART 1/56
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R)
INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION III: BIDDING FORMS)
1.1.14 Crainage & Plant needed for erection 1 Item
1.1.15 Scaffolding needed for erection 1 Item
1.1.16 Delivery of material and equipment to site 1 Item
1.1.17 Implementing Quality Control Plan and testing 1 sum
1.1.18Forward exchange coverage on imported items (when
applicable)1 sum
1.2 Time Related Items:
Contractual Requirements operate & maintain facilities on site.
1.2.1 Office & Storage facilities. 1 Mths R/O
1.2.2 Workshops 1 Mths R/O
1.2.3 Living Accommodation 1 Mths R/O
1.2.4 Ablution & Latrine 1 Mths R/O
1.2.5 Tools & Equipment 1 Sum R/O
1.2.6 Water supplies, Electrical Power, Communications & access. 1 Mths R/O
1.2.7 Supervision 1 Mths R/O
1.2.8 Company & Office overhead costs 1 Sum R/O
1.2.9 Other obligations, please specify 1 Sum R/O
1.2.10 Transport 1 Km R/O
1.2.11 Crainage & Plant needed for erection, installation & dismantling 1 sum R/O
1.2.12 Scaffolding needed for erection. 1 sum R/O
Total Carried Forward To Summary
Total Carried Over From Previous Page
PART 1/57
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R)
INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION III: BIDDING FORMS)
Item Description Minimum
Effective
Capacity (Kw)
Qty A Unit
LABOUR RATE
B
MATERIAL RATE
C
TOTAL RATE
D = B + C
TOTAL AMOUNT
E = D x A
2 Part 2: Air Conditioning
2.1 SEWING WORKSHOP
2.1.1 CCU - 0.01 Ceiling Cassette Unit, 14.0kW effective derated capacity
with heat pump and wired remote control.14 2 no
2.1.2 Wired Remote Controllers. Please see drawing for QTY 1 no
2.2
2.2.1
HWSU - 001 High Wall Split Unit, 3,5kW effective derated capacity
with heat pump and wireless remote control. Complete with
contact interface
3.5 2 no
2.2.2 Wireless Remote Controllers. Please see drawing for QTY 1 no
2.3 BEAUTY WORKSHOP
2.3.1 CCU - 0.01 Ceiling Cassette Unit, 14.0kW effective derated capacity
with heat pump and wired remote control.14 2 no
2.3.2 Wired Remote Controllers. Please see drawing for QTY 1 no
2.4
2.4.1HWSU - 001 High Wall Split Unit, 5.2kW effective derated capacity
with heat pump and wireless remote control.5.2 2 no
2.4.2 Wireless Remote Controllers. Please see drawing for QTY 2 no
GUEST ROOM 1&2
Total Carried Forward to Next Page
Server Room
Multi split VRF type system
(eq. To Daik in VRV IV OR similar). Air Conditioners shall be supplied complete with mounting brackets refrigerant piping, insulation, drain piping, drain pipe insulation (as
required), control gear and trunk ing for positions & route (rate shall include installation and commissioning.
Air Conditioning
Air Conditioners shall be supplied complete with mounting brackets refrigerant piping, insulation, drain piping, condensate drain (if required)control gear, conduit and trunk ing for
positions & routes as indicated on the relevant drawings.
Refrigerant piping:
inclusive of liquid and gas lines, insulation, all fittings, hangers, designed and installed strictly in accordance with the Supplier's specifications
Condensate drain piping
installed in ceiling voids and services shafts, complete with all fittings, P-traps when connecting to the sewer network , hangers and sloping at a gradient not less than 1:100, but
strictly in accordance with Suppliers specifications
NOTE: WMU = High Wall Mounted Split Unit & CCU = Round Flow Ceiling Mounted Cassette Unit & Concealed Unit = CU
PART 1/58
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R)
INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION III: BIDDING FORMS)
2.5 LIBRARY
2.5.1 CCU - 0.02 Ceiling Cassette Unit, 9kW effective derated capacity
with heat pump and wired remote control.9 4 no
2.5.2 Wired Remote Controllers. Please see drawing for QTY 1 no
2.6 COMPUTER LAB
2.6.1 CCU - 0.03 Ceiling Cassette Unit, 7.1kW effective derated capacity
with heat pump and wired remote control.9 4 no
2.6.2 Wired Remote Controllers. Please see drawing for QTY 1 no
2.7
2.7.1HWSU - 001 High Wall Split Unit, 3,5kW effective derated capacity
with heat pump and wireless remote control.3.5 3 no
2.7.2 Remote Controllers. Please see drawing for QTY 3 no
2.8
2.8.1CCU - 0.04 Ceiling Cassette Unit, 5.0kW effective derated capacity
with heat pump and wireless remote control.1 1 no
2.8.9 Remote Controllers. Please see drawing for QTY 1 no
Total Carried Over From Previous Page
OFFICE, SCHOOL MANAGER OFFICE, SECRETARY
BOARDROOM
Total Carried Forward to Next Page
PART 1/59
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R)
INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION III: BIDDING FORMS)
2.9
2.9.1 Ø300 - GMS circular ducting. 0 m
2.9.2 Ø400 - GMS circular ducting. 12 m
2.9.3 Ø450 - GMS circular ducting. 18 m
2.9.4 Ø500 - GMS circular ducting. 6 m
2.9.5 Ø600 - GMS circular ducting. 6 m
2.9.6 Ø650 - GMS circular ducting. 6 m
2.9.7 Ø700 - GMS circular ducting. 45 m
2.10
2.10.1 Ø400 to Ø300 - GMS circular ducting transition, insulated. 0 no
2.10.2 Ø500 to Ø400- GMS circular ducting transition, insulated. 2 no
2.10.3 Ø600 to Ø500- GMS circular ducting transition, insulated. 2 no
2.10.4 Ø650 to Ø600- GMS circular ducting transition, insulated. 2 no
2.10.5 Ø700 to Ø650- GMS circular ducting transition, insulated. 2 no
2.10.6 Ø400 - 90 degree GMS circular ducting bend, insulated. 3 no
2.10.7 Ø450 - 90 degree GMS circular ducting bend, insulated. 3 no
2.10.8 Ø700 - 90 degree GMS circular ducting bend, insulated. 8 no
2.10.9 Ø450 - 30 degree GMS circular ducting bend, insulated. 2 no
2.10.10Ø710 - GMS circular ducting cowl c/w bird proof burglar bars and
automatic shutter to fit specified fan.2 no
2.10.11Ø410 - GMS circular ducting cowl c/w bird proof burglar bars and
automatic shutter to fit specified fan.1 no
Duct Transitions, Fittings & Bends
Straight Duct
Supply, deliver, install, test and commission the following equipment: All Ducting Galvanized Mild Steel TO SABS 1238-1979. Pricing to include Duct Hangars, wall brackets
and all materials needed for installation.
Ducting
Total Carried Over From Previous Page
Total Carried Forward to Next Page
PART 1/60
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R)
INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION III: BIDDING FORMS)
2.11
2.11.1 Ø 6,4 sum m
2.11.2 Ø 9,5 sum m
2.11.3 Ø 12,7 sum m
2.11.4 Ø 15,9 sum m
2.11.5 Ø 19,1 sum m R/O
2.11.6 Ø 22,2 sum m R/O
2.11.7 Ø 28,6 sum m R/O
2.11.8 Ø 34,9 sum m R/O
2.11.9 Ø 41.3 sum m R/O
2.11.10 extra over: 400x100mm GMS trunking. sum m
2.11.11
extra over: 400mm GMS wire basket c/w cover and spacer
channels suitable for wall mounted installation similar to
"cabstrut".
sum m
2.11.12 Pipe supports and hangars as required. sum no
2.12
2.12.1 Decoration panel. Please see drawing for QTY sum no
Total Carried Over From Previous Page
Total Carried Forward to Next Page
Refrigerant Piping
Additional Accessories
Inclusive of all fittings, hangers insulation, refnet joints, designed and installed strictly in accordance with the Supplier's specifications.
PART 1/61
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R)
INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION III: BIDDING FORMS)
2.13
2.13.1 Ø20 uPVC sum m
2.13.2 Ø25 uPVC sum m
2.11.3 Ducting as per drawings 0 m
2.11.4 Diffusers, Grilles & Louvres
2.11.5 Diffusers. Please see drawing for QTY 0 no
2.11.6 Extraction Fans. Please see drawing for QTY 0 no
2.11.7 Wall Grilles 0 no
2.11.8 Door Gilles, 450 x 450, anodized aluminium. 40 no
Total Carried Forward To Summary
Installed in ceiling voids and services shafts, complete with all fittings, hangers and insulation as required sloping at a gradient not less than 1:100 where specified, but strictly in
accordance with Suppliers specifications.
Total Carried Over From Previous Page
Condensate Drain Piping
PART 1/62
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R)
INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION III: BIDDING FORMS)
Item Description Qty
A
Unit Labour Rate (N$)
B
Material Rate (N$)
C
Total Rate (N$)
D = C+ B
Total Amount (N$)
E = D x A
3 Part 3 Refrigeration: Freezer Room
Freezer room 1 shall be supplied complete with cooling system, all
piping, mounting brackets, sleeves, trunk ing and control gear required
3.1 Freezer room:
3.1.1150mm Insulated panels (Dimensions as per drwgs) as specified incl.
Wall panels, roof panel and support structuresum 1 -
3.1.2extra-over: Sliding door 2m w x 0.8m h c/w rails, mechanisms and
accessories as specifiedsum 1 -
3.1.3 extra-over: air curtain as specified sum 1 -
3.1.4extra over: protection of cover and front panel with aluminium chequer
platesum 1 -
3.1.5extra over: 100mm black steel protection bollard c/w flanges painted red
& yellow chevronsum 1 -
3.2 Refrigeration:
Refrigeration system c/w compressor, condenser, evaporator, piping &
accessories as specified. 7.5 kW R effective- -
3.2.1Compressor /Condenser contained packaged including all accessories
and valves. 7.5 kWR effective (derated for local conditions)no 1 -
3.2.2 Evaporator complete as specified including all accessories no 1 -
3.2.3 extra-over: GMS driptray c/w condensate piping no 1 -
3.2.4 Refrigerant piping including insulation, valves, fittings and pipe supports sum 1 -
3.2.5 Refrigerant charge as per supplier's requirements sum 1 -
3.2.6
extra -over: Control board c/w temperature control, compressor
protection, fan protection, circuit breakers, star delta starting,
thermostats, auto defrost, high temp. audio alarm & accessories
sum 1 -
3.2.7 extra-over: Dial type thermometer no 1 -
3.2.8 extra-over: Dial type hygrometer no 1 -
3.2.9 extra -over: heat tracing of condensate piping sum 1 -
3.2.10 100x50 GMS trunking m 6 -
- TOTAL CARRIED OVER TO SUMMARY
PART 1/63
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R)
INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION III: BIDDING FORMS)
Item DescriptionQty
A
Unit Labour Rate (N$)
B
Material Rate (N$)
C
Total Rate (N$)
D = C+ B
Total Amount (N$)
E = D x A
4 Part 4 Refrigeration: Cold Room
Cold room 1 shall be supplied complete with cooling system, all piping,
mounting brackets, sleeves, trunking and control gear required
4.1 Cold room:
4.1.1100mm Insulated panels (Dimensions as per drags) as specified incl.
Wall panels, roof panel and support structure 1 sum-
4.1.2extra-over: Sliding door 2m w x 3m h c/w rails, mechanisms and
accessories as specified 1 sum-
4.1.3 extra-over: air curtain as specified 1 sum -
4.1.4extra over: protection of cover and front panel with aluminium chequer
plate 1 sum-
4.1.5extra over: 100mm black steel protection bollard c/w flanges painted red
& yellow chevron 1 sum-
4.3 Refrigeration:
Refrigeration system c/w compressor, condenser, evaporator, piping &
accessories as specified. 6 kWR effective- -
4.3.1
Compressor /Condenser contained packaged including all accessories
and valves. 6 kWR effective (derated for local conditions) 1 no-
4.3.2 Evaporator complete as specified including all accessories 1 no -
4.3.3 extra-over: GMS driptray c/w condensate piping 1 no -
4.3.4 Refrigerant piping including insulation, valves, fittings and pipe supports 1 sum -
4.3.5 Refrigerant charge as per supplier's requirements 1 sum -
4.3.6
extra -over: Control board c/w temperature control, compressor
protection, fan protection, circuit breakers, star delta starting,
thermostats, auto defrost, high temp. audio alarm & accessories 1 sum
-
4.3.7 extra-over: Dial type thermometer 1 no -
4.3.8 extra-over: Dial type hygrometer 1 no -
4.3.9 extra -over: heat tracing of condensate piping 1 sum -
4.3.10 100x50 GMS trunking 6 m -
- TOTAL CARRIED OVER TO SUMMARY
PART 1/64
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R)
INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION III: BIDDING FORMS)
Item Description Qty
A
Unit Labour Rate (N$)
B
Material Rate (N$) C Total Rate (N$)
D = C+ B
Total Amount (N$)
E = D x A
5 Part 5 -Ventilation Kitchen Canopy
5.13.72m³/s @ 250 Pa, 2.2 kW axial flow fan complete with accessories as
specified1 no -
5.24.3m³/s @ 300 Pa, 2.2 kW axial flow fan complete with accessories as
specified1 no
5.31.3m³/s @ 250 Pa, 1.5 kW axial flow fan complete with accessories as
specified1 no
5.4 extra over: cylindrical sound attenuator (SA1) complete as specified 4 no -
5.5 extra over: cylindrical sound attenuator (SA2) complete as specified 2 no
5.6 extra over: transition piece to fit ducting and offered fan as indicated 3 no -
5.7
SS 403 (1.2 mm thick) Culinary Arts Kitchen Extraction canopy
1130x1600x540.5 mm c/w supporting brackets, filter brackets, stainless
steel drip tray, electric light fittings
13 no -
5.8
SS 403 (1.2 mm thick) Commercial Kitchen Extraction canopy
1850x1600x540.5 mm c/w supporting brackets, filter brackets, stainless
steel drip tray, electric light fittings
1 no
5.9 Extra over: SS304 to cover all 4 edges of canopy (1400mm high) 4 sum - RATE ONLY
5.10 CycloClean stainless steel fat filters (± 500 x 500) to fit offered canopy 22 no -
5.11 "Dummy" cover plates same size as cycloclean filters 8 no -
- TOTAL CARRIED OVER TO SUMMARY
PART 1/65
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R)
INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION III: BIDDING FORMS)
Item Description Qty Unit Labour Rate Material Rate Total Rate Total Amount
A B C D = C + B E = D x A
6
6.1 Maintenance
6.1.1 Maintenance and guarantee for 12 months of the complete installation. sum 1
6.1.2Replacement parts required for the 1 year maintenance period ( as per
supplier's recommendation /guideline) (incl. air filter, oil etc.)sum 1
6.1.3
Recommended spares and tools. For evaluation purposes the costs of
such items offered are deducted from the Tender Price to arrive at a
Comparative Tender Price.
sum 1
6.2
6.2.1
Testing, balancing and adjusting the complete installation. By certified
technician. (incl. provision for all tools and measuring devices
required).
sum 1
6.2.2 Welding under inert conditions sum 1
6.2.3 Flushing of system (Nitrogen) sum 1
6.2.4 Gas tightness test complete as specified for complete installation. sum 1
6.2.5Commissioning the installation. By certified technician. Commissioning
cert/report.sum 1
Part 6: Miscellaneous
Testing and Commissioning
Total Carried Forward to Next Page
PART 1/66
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R)
INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION III: BIDDING FORMS)
6.3
6.3.1 Equipment Data Schedules. sum 1
6.3.2 Contractor's Drawings : Shop drawings on complete installation.sum 1
6.3.3Contractor's Drawings : Builders Requirements Sketches (where
plinths, openings in walls etc. are needed) sum 1
6.3.4 Contractor's Drawings : Electrical wiring diagrams from suplliers.sum 1
6.4 Post-implementation technical dossier, which includes :-
6.4.1 Provide 1 set of mark-up As-Built drawings in hardcopy. sum 1
6.4.2 3 Sets of Operating and Maintenance Manuals. sum 1
6.4.3 Issuing of test / commissioning certificate as specified. sum 1
6.5 Labelling
6.5.1Labelling of complete installation (Electric equipment, piping etc.).
Complete as specified. sum 1
6.6 Painting
6.6.1 Painting of complete installation (exposed piping, trunking trays etc.). sum 1
6.7 Training
6.7.1Demonstrate and train representative of Client for a minimum of 2
hours. sum 1
Total Carried Over From Previous Page
Pre-implementation technical dossier, which includes :-
Total Carried Forward To Summary
PART 1/67
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R)
INSTALLATION WORKS
PART 1: BIDDING PROCEDURES (SECTION III: BIDDING FORMS)
Section Description Amount (excl VAT)
N$
1 Part 1: Preliminary & General
2 Part 2: Air Conditioning
3 Part 3 Refrigeration: Freezer Room
4 Part 4 Refrigeration: Cold Room
5 Part 5 -Ventilation Kitchen Canopy
6 Part 6: Miscellaneous
Grand Total
Sub Total
Contingencies (10%)
Sub Total
VAT (15 %)
SUMMARY
PART 3/17
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
PROCUREMENT REFERENCE NO:
W/ONB/NTA – 01/2020
FOR THE PROCUREMENT OF
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACTUAL FORMS
SECTION VI: GENERAL CONDITIONS OF
CONTRACT
PART 3/18
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
SECTION VI – GENERAL CONDITION OF CONTRACT
Table of Clauses
1. Definitions ................................................................................................... PART 3/19 2. Contract Documents .................................................................................... PART 3/20 3. Fraud and Corruption .................................................................................. PART 3/20 4. Interpretation .............................................................................................. PART 3/21 5. Language ..................................................................................................... PART 3/22 6. Joint Venture, Consortium or Association .................................................... PART 3/22 7. Eligibility ..................................................................................................... PART 3/22 8. Notices ........................................................................................................ PART 3/23 9. Governing Law ............................................................................................. PART 3/23 10. Settlement of Disputes ................................................................................. PART 3/23 11. Inspections and Audit .................................................................................. PART 3/23 12. Scope of Supply ........................................................................................... PART 3/23 13. Delivery and Documents .............................................................................. PART 3/24 14. Supplier’s Responsibilities ........................................................................... PART 3/24 15. Contract Price.............................................................................................. PART 3/24 16. Terms of Payment ........................................................................................ PART 3/24 17. Taxes and Duties ......................................................................................... PART 3/24 18. Performance Security ................................................................................... PART 3/25 19. Copyright .................................................................................................... PART 3/25 20. Confidential Information .............................................................................. PART 3/25 21. Subcontracting ............................................................................................ PART 3/26 22. Specifications and Standards ....................................................................... PART 3/26 23. Packing and Documents .............................................................................. PART 3/27 24. Insurance .................................................................................................... PART 3/27 25. Transportation ............................................................................................. PART 3/27 26. Inspections and Tests .................................................................................. PART 3/27 27. Liquidated Damages .................................................................................... PART 3/28 28. Warranty ..................................................................................................... PART 3/28 29. Patent Indemnity ......................................................................................... PART 3/29 30. Limitation of Liability ................................................................................... PART 3/30 31. Change in Laws and Regulations .................................................................. PART 3/30 32. Force Majeure .............................................................................................. PART 3/30 33. Change Orders and Contract Amendments ................................................... PART 3/31 34. Extensions of Time ...................................................................................... PART 3/32 35. Termination ................................................................................................. PART 3/32 36. Assignment ................................................................................................. PART 3/33 37. Export Restriction ........................................................................................ PART 3/33
PART 3/19
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
Section VI. General Conditions of Contract
1. Definitions 1.1 The following words and expressions shall have the
meanings hereby assigned to them:
(a) “Contract” means the Contract Agreement entered into
between the Purchaser and the Supplier, together with the Contract Documents referred to therein, including all
attachments, appendices, and all documents
incorporated by reference therein.
(b) “Contract Documents” means the documents listed in the
Contract Agreement, including any amendments thereto.
(c) “Contract Price” means the price payable to the Supplier
as specified in the Contract Agreement, subject to such
additions and adjustments thereto or deductions
therefrom, as may be made pursuant to the Contract.
(d) “Day” means calendar day.
(e) “Completion” means the fulfillment of the Related
Services by the Supplier in accordance with the terms and
conditions set forth in the Contract.
(f) “GCC” means the General Conditions of Contract.
(g) “Goods” means all of the commodities, raw material,
machinery and equipment, and/or other materials that the Supplier is required to supply to the Purchaser under
the Contract.
(h) “Purchaser” means the entity purchasing the Goods and
Related Services, as specified in the SCC.
(i) “Related Services” means the services incidental to the
supply of the goods, such as insurance, installation,
training and initial maintenance and other such
obligations of the Supplier under the Contract.
(j) “SCC” means the Special Conditions of Contract.
(k) “Subcontractor” means any natural person, private or
government entity, or a combination of the above, to whom any part of the Goods to be supplied or execution
of any part of the Related Services is subcontracted by the
Supplier.
(l) “Supplier” means the natural person, private or government entity, or a combination of the above, whose bid to perform
the Contract has been accepted by the Purchaser and is
named as such in the Contract Agreement.
PART 3/20
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
(m) “The Project Site,” where applicable, means the place named in the SCC.
2. Contract
Documents
2.1 Subject to the order of precedence set forth in the Contract
Agreement, all documents forming the Contract (and all parts
thereof) are intended to be correlative, complementary, and mutually explanatory. The Contract Agreement shall be read as
a whole.
3. Fraud and
Corruption
3.1 If the Purchaser determines that the Supplier and/or any of its
personnel, or its agents, or its Subcontractors, consultants, service providers, suppliers and/or their employees has
engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices, in competing for or in executing the
Contract, then the Purchaser may, after giving 14 days notice
to the Supplier, terminate the Supplier's employment under the Contract and cancel the contract, and the provisions of Clause
35 shall apply as if such expulsion had been made under Sub-
Clause 35.1.
(a) For the purposes of this Sub-Clause:
(i) “corrupt practice” is the offering, giving, receiving
or soliciting, directly or indirectly, of anything of
value to influence improperly the actions of
another party7;
(ii) “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 obligation8;
(iii) “collusive practice” is an arrangement between two
or more parties9 designed to achieve an improper
purpose, including to influence improperly the
actions of another party;
(iv) “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 party10;
(v) “obstructive practice” is
7 “Another party” refers to a public official acting in relation to the procurement process or
contract execution. In this context, “public official” includes Public Entity’s staff and
employees of other organizations taking or reviewing procurement decisions. 8 “Party” refers to a public official; the terms “benefit” and “obligation” relate to the
procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution. 9 “Parties” refers to participants in the procurement process (including public officials)
attempting to establish bid prices at artificial, non-competitive levels. 10 “Party” refers to a participant in the procurement process or contract execution.
PART 3/21
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
(aa) deliberately destroying, falsifying, altering or
concealing of evidence material to the
investigation or making false statements to investigators in order to materially impede a
Public Entity’s investigation into allegations
of a corrupt, fraudulent, coercive or
collusive practice; and/or threatening,
harassing or intimidating any party to prevent it from disclosing its knowledge of
matters relevant to the investigation or from
pursuing the investigation; or
(bb) acts intended to materially impede the
exercise of the Public Entity’s inspection
and audit rights provided for under Clause
11 [Inspections and Audits by the Public
Entity].
3.2 Should any employee of the Supplier be determined to have engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practice during the purchase of the Goods, then
that employee shall be removed.
4. Interpretation 4.1 If the context so requires it, singular means plural and vice versa.
4.2 Incoterms
(a) Unless inconsistent with any provision of the Contract the
meaning of any trade term and the rights and obligations
of parties hereunder shall be as prescribed by Incoterms.
(b) The terms EXW, CIP, FCA, CFR and other similar terms,
when used, shall be governed by the rules prescribed in
the edition of Incoterms specified in the SCC and published by the International Chamber of Commerce in
Paris, France.
4.3 Entire Agreement
The Contract constitutes the entire agreement between the
Purchaser and the Supplier and supersedes all
communications, negotiations and agreements (whether
written or oral) of the parties with respect thereto made prior to the date of Contract.
4.4 Amendment
No amendment or other variation of the Contract shall be valid
unless it is in writing, is dated, expressly refers to the Contract,
and is signed by a duly authorized representative of each party
thereto.
4.5 Non-waiver
PART 3/22
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
(a) Subject to GCC Sub-Clause 4.5(b) below, no relaxation,
forbearance, delay, or indulgence by either party in enforcing any of the terms and conditions of the
Contract or the granting of time by either party to the
other shall prejudice, affect, or restrict the rights of that
party under the Contract, neither shall any waiver by
either party of any breach of Contract operate as waiver
of any subsequent or continuing breach of Contract.
(b) Any waiver of a party’s rights, powers, or remedies under
the Contract must be in writing, dated, and signed by
an authorized representative of the party granting such
waiver, and must specify the right and the extent to which it is being waived.
4.6 Severability
If any provision or condition of the Contract is prohibited or
rendered invalid or unenforceable, such prohibition, invalidity
or unenforceability shall not affect the validity or enforceability
of any other provisions and conditions of the Contract.
5. Language 5.1 The Contract as well as all correspondence and documents
relating to the Contract exchanged by the Supplier and the
Purchaser, shall be in English. Supporting documents and
printed literature that are part of the Contract may be in
another language provided they are accompanied by an accurate translation of the relevant passages in the language
specified, in which case, for purposes of interpretation of the
Contract, this translation shall govern.
5.2 The Supplier shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation, for
documents provided by the Supplier.
6. Joint Venture,
Consortium or
Association
6.1 If the Supplier is a joint venture, consortium, or association, all of
the parties shall be jointly and severally liable to the Purchaser for
the fulfillment of the provisions of the Contract and shall designate
one party to act as a leader with authority to bind the joint
venture, consortium, or association. The composition or the constitution of the joint venture, consortium, or association shall
not be altered without the prior consent of the Purchaser.
7. Eligibility 7.1 The Supplier and its Subcontractors shall be Namibian
nationals only.
7.2 All Goods and Related Services to be supplied under the
Contract shall have their origin in Eligible Countries. For the
purpose of this Clause, origin means the country where the
goods have been grown, mined, cultivated, produced,
manufactured, or processed; or through manufacture,
processing, or assembly, another commercially recognized article results that differs substantially in its basic
characteristics from its components.
PART 3/23
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
8. Notices 8.1 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.
8.2 A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.
9. Governing
Law
9.1 The Contract shall be governed by and interpreted in
accordance with the laws of Namibia.
10. Settlement of
Disputes
10.1 The Purchaser and the Supplier shall make every effort to
resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in
connection with the Contract.
10.2 If, after thirty (30) days, the parties have failed to resolve their
dispute or difference by such mutual consultation, then either
the Purchaser or the Supplier may give notice to the other party
of its intention to commence arbitration, as hereinafter
provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice
is given. Any dispute or difference in respect of which a notice
of intention to commence arbitration has been given in
accordance with this Clause shall be finally settled by
arbitration. Arbitration may be commenced prior to or after
delivery of the Goods under the Contract. Arbitration proceedings shall be conducted in accordance with the rules of
procedure specified in the SCC.
10.3 Notwithstanding any reference to arbitration herein,
(a) the parties shall continue to perform their respective
obligations under the Contract unless they otherwise agree;
and
(b) the Purchaser shall pay the Supplier any money due the
Supplier.
11. Inspections
and Audit
11.1 The Supplier shall permit, and shall cause its Subcontractors and
consultants to permit, the Public Entity and/or persons
appointed by the Public Entity to inspect the Supplier’s offices and
all accounts and records relating to the performance of the
Contract and the submission of the bid, and to have such accounts and records audited by auditors appointed by the Public
Entity if requested by the Public Entity. The Supplier’s and its
Subcontractors and consultants’ attention is drawn to Clause 3
[Fraud and Corruption], which provides, inter alia, that acts
intended to materially impede the exercise of the Public Entity’s inspection and audit rights provided for under this Sub-Clause
11.1 constitute a prohibited practice subject to contract
termination.
12. Scope of
Supply
12.1 The Goods and Related Services to be supplied shall be as
specified in the Schedule of Requirements.
PART 3/24
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
13. Delivery and
Documents
13.1 Subject to GCC Sub-Clause 33.1, the Delivery of the Goods and
Completion of the Related Services shall be in accordance with the
Delivery and Completion Schedule specified in the Schedule of Requirements. The details of shipping and other documents to be
furnished by the Supplier are specified in the SCC.
14. Supplier’s
Responsibiliti
es
14.1 The Supplier shall supply all the Goods and Related Services
included in the Scope of Supply in accordance with GCC Clause
12, and the Delivery and Completion Schedule, as per GCC
Clause 13.
15. Contract
Price
15.1 Prices charged by the Supplier for the Goods supplied and the
Related Services performed under the Contract shall not vary
from the prices quoted by the Supplier in its bid, with the
exception of any price adjustments authorized in the SCC.
16. Terms of
Payment 16.1 The Contract Price shall be paid as specified in the SCC.
16.2 The Supplier’s request for payment shall be made to the
Purchaser in writing, accompanied by invoices describing, as appropriate, the Goods delivered and Related Services
performed, and by the documents submitted pursuant to GCC
Clause 13 and upon fulfillment of all other obligations
stipulated in the Contract.
16.3 Payments shall be made promptly by the Purchaser, but in no
case later than sixty (30) days after submission of an invoice or
request for payment by the Supplier, and after the Purchaser
has accepted it.
16.4 Bidders will be paid in fixed Namibian dollars or Namibian dollars adjusted to the fluctuation in the rate exchange at the time of
delivery, as specified in the SCC.
16.5 In the event that the Purchaser fails to pay the Supplier any
payment by its due date or within the period set forth in the
SCC, the Purchaser shall pay to the Supplier interest on the
amount of such delayed payment at the rate shown in the SCC,
for the period of delay until payment has been made in full, whether before or after judgment or arbitrage award.
17. Taxes and
Duties
17.1 For goods manufactured outside Namibia, the Supplier shall be
entirely responsible for all taxes, stamp duties, license fees, and
other such levies imposed outside Namibia.
17.2 For goods Manufactured within Namibia, the Supplier shall be
entirely responsible for all taxes, duties, license fees, etc.,
incurred until delivery of the contracted Goods to the
Purchaser.
17.3 If any tax exemptions, reductions, allowances or privileges may be
available to the Supplier in Namibia, the Purchaser shall use its
PART 3/25
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
best efforts to enable the Supplier to benefit from any such tax
savings to the maximum allowable extent.
18. Performance
Security
18.1 If required as specified in the SCC, the Supplier shall, within
thirty (30) days of the award, provide a performance security
for the performance of the Contract in the amount specified in the SCC.
18.2 The proceeds of the Performance Security shall be payable to the
Purchaser as compensation for any loss resulting from the
Supplier’s failure to complete its obligations under the Contract.
18.3 As specified in the SCC, the Performance Security must be denominated in Namibian dollars and shall be in the form of a
bank guarantee or in another format acceptable to the
Purchaser.
18.4 The Performance Security shall be discharged by the
Purchaser and returned to the Supplier not later than thirty eight
(30) days following the date of Completion of the Supplier’s performance obligations under the Contract, including any
warranty obligations, unless specified otherwise in the SCC.
19. Copyright 19.1 The copyright in all drawings, documents, and other materials
containing data and information furnished to the Purchaser by
the Supplier herein shall remain vested in the Supplier, or, if they are furnished to the Purchaser directly or through the Supplier by
any third party, including suppliers of materials, the copyright in
such materials shall remain vested in such third party
20. Confidential
Information
20.1 The Purchaser and the Supplier shall keep confidential and
shall not, without the written consent of the other party hereto,
divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party
hereto in connection with the Contract, whether such information
has been furnished prior to, during or following completion or
termination of the Contract. Notwithstanding the above, the
Supplier may furnish to its Subcontractor such documents, data, and other information it receives from the Purchaser to the extent
required for the Subcontractor to perform its work under the
Contract, in which event the Supplier shall obtain from such
Subcontractor an undertaking of confidentiality similar to that
imposed on the Supplier under GCC Clause 20.20.2 The
Purchaser shall not use such documents, data, and other information received from the Supplier for any purposes unrelated
to the contract. Similarly, the Supplier shall not use such
documents, data, and other information received from the
Purchaser for any purpose other than the performance of the
Contract.
20.3 The obligation of a party under GCC Sub-Clauses 20.1 and
20.2 above, however, shall not apply to information that:
PART 3/26
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
(a) the Purchaser or Supplier need to share with institutions participating in the financing of the Contract;
(b) now or hereafter enters the public domain through no
fault of that party;
(c) can be proven to have been possessed by that party at the time of disclosure and which was not previously obtained,
directly or indirectly, from the other party; or
(d) otherwise lawfully becomes available to that party from a third party that has no obligation of confidentiality.
20.4 The above provisions of GCC Clause 20 shall not in any way
modify any undertaking of confidentiality given by either of the
parties hereto prior to the date of the Contract in respect of the
Supply or any part thereof.
20.5 The provisions of GCC Clause 20 shall survive completion or
termination, for whatever reason, of the Contract.
21.
Subcontractin
g
21.1 The Supplier shall notify the Purchaser in writing of all
subcontracts awarded under the Contract if not already specified
in the bid. Such notification, in the original bid or later shall not
relieve the Supplier from any of its obligations, duties,
responsibilities, or liability under the Contract.
21.2 Subcontracts shall comply with the provisions of GCC Clauses 3 and 7.
22. Specifications
and Standards
22.1 Technical Specifications and Drawings
(a) The Goods and Related Services supplied under this
Contract shall conform to the technical specifications and standards mentioned in Section V, Schedule of
Requirements and, when no applicable standard is
mentioned, the standard shall be equivalent or superior
to the official standards whose application is appropriate
to the Goods’ country of origin.
(b) The Supplier shall be entitled to disclaim responsibility for any design, data, drawing, specification or other
document, or any modification thereof provided or
designed by or on behalf of the Purchaser, by giving a
notice of such disclaimer to the Purchaser.
(c) Wherever references are made in the Contract to codes
and standards in accordance with which it shall be
executed, the edition or the revised version of such codes
and standards shall be those specified in the Schedule of Requirements. During Contract execution, any changes
in any such codes and standards shall be applied only
after approval by the Purchaser and shall be treated in
accordance with GCC Clause 33.
PART 3/27
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
23. Packing and
Documents
23.1 The Supplier shall provide such packing of the Goods as is
required to prevent their damage or deterioration during transit to
their final destination, as indicated in the Contract. During transit, the packing shall be sufficient to withstand, without
limitation, rough handling and exposure to extreme temperatures,
salt and precipitation, and open storage. Packing case size and
weights shall take into consideration, where appropriate, the
remoteness of the goods’ final destination and the absence of heavy
handling facilities at all points in transit.
23.2 The packing, marking, and documentation within and outside
the packages shall comply strictly with such special requirements
as shall be expressly provided for in the Contract, including
additional requirements, if any, specified in the SCC, and in any
other instructions ordered by the Purchaser.
24. Insurance 24.1 Unless otherwise specified in the SCC, the Goods supplied under the Contract shall be fully insured in Namibian dollars
against loss or damage incidental to manufacture or acquisition,
transportation, storage, and delivery, in accordance with the
applicable Incoterms or in the manner specified in the SCC.
25. Transportatio
n
25.1 Unless otherwise specified in the SCC, responsibility for
arranging transportation of the Goods shall be in accordance with
the specified Incoterms.
26. Inspections
and Tests
26.1 The Supplier shall at its own expense and at no cost to the
Purchaser carry out all such tests and/or inspections of the Goods
and Related Services as are specified in the SCC.
26.2 The inspections and tests may be conducted on the premises of the Supplier or its Subcontractor, at point of delivery, and/or at
the Goods’ final destination, or in another place in Namibia as
specified in the SCC. Subject to GCC Sub-Clause 26.3, if
conducted on the premises of the Supplier or its Subcontractor,
all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors
at no charge to the Purchaser.
26.3 The Purchaser or its designated representative shall be
entitled to attend the tests and/or inspections referred to in GCC Sub-Clause 26.2, provided that the Purchaser bear all of its own
costs and expenses incurred in connection with such attendance
including, but not limited to, all travelling and board and lodging
expenses.
26.4 Whenever the Supplier is ready to carry out any such test and
inspection, it shall give a reasonable advance notice, including the
place and time, to the Purchaser. The Supplier shall obtain from
any relevant third party or manufacturer any necessary
permission or consent to enable the Purchaser or its designated representative to attend the test and/or inspection.
26.5 The Purchaser may require the Supplier to carry out any test
and/or inspection not required by the Contract but deemed
necessary to verify that the characteristics and performance of the
PART 3/28
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
Goods comply with the technical specifications codes and
standards under the Contract, provided that the Supplier’s
reasonable costs and expenses incurred in the carrying out of such test and/or inspection shall be added to the Contract Price.
Further, if such test and/or inspection impedes the progress of
manufacturing and/or the Supplier’s performance of its other
obligations under the Contract, due allowance will be made in
respect of the Delivery Dates and Completion Dates and the other obligations so affected.
26.6 The Supplier shall provide the Purchaser with a report of the
results of any such test and/or inspection.
26.7 The Purchaser may reject any Goods or any part thereof that
fail to pass any test and/or inspection or do not conform to the
specifications. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to
meet the specifications at no cost to the Purchaser, and shall
repeat the test and/or inspection, at no cost to the Purchaser,
upon giving a notice pursuant to GCC Sub-Clause 26.4.
26.8 The Supplier agrees that neither the execution of a test and/or inspection of the Goods or any part thereof, nor the attendance by
the Purchaser or its representative, nor the issue of any report
pursuant to GCC Sub-Clause 26.6, shall release the Supplier from
any warranties or other obligations under the Contract.
27. Liquidated
Damages
27.1 Except as provided under GCC Clause 32, if the Supplier fails
to deliver any or all of the Goods by the date(s) of delivery or perform the Related Services within the period specified in the
Contract, the Purchaser may without prejudice to all its other
remedies under the Contract, deduct from the Contract Price, as
liquidated damages, a sum equivalent to the percentage specified
in the SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until
actual delivery or performance, up to a maximum deduction of the
percentage specified in those SCC. Once the maximum is
reached, the Purchaser may terminate the Contract pursuant to
GCC Clause 35.
28. Warranty 28.1 The Supplier warrants that all the Goods are new, unused,
and of the most recent or current models, and that they
incorporate all recent improvements in design and materials,
unless provided otherwise in the Contract.
28.2 Subject to GCC Sub-Clause 22.1(b), the Supplier further
warrants that the Goods shall be free from defects arising from any
act or omission of the Supplier or arising from design, materials,
and workmanship, under normal use in the conditions prevailing
in Namibia.
28.3 Unless otherwise specified in the SCC, the warranty shall
remain valid for twelve (12) months after the Goods, or any portion
thereof as the case may be, have been delivered to and accepted at
the final destination indicated in the SCC, or for eighteen (18)
PART 3/29
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
months after the date of shipment from the port or place of loading
in the country of origin, whichever period concludes earlier.
28.4 The Purchaser shall give notice to the Supplier stating the
nature of any such defects together with all available evidence
thereof, promptly following the discovery thereof. The Purchaser shall afford all reasonable opportunity for the Supplier to inspect
such defects.
28.5 Upon receipt of such notice, the Supplier shall, within the
period specified in the SCC, expeditiously repair or replace the
defective Goods or parts thereof, at no cost to the Purchaser.
28.6 If having been notified, the Supplier fails to remedy the defect
within the period specified in the SCC, the Purchaser may
proceed to take within a reasonable period such remedial action
as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Purchaser may
have against the Supplier under the Contract.
29. Patent
Indemnity
29.1 The Supplier shall, subject to the Purchaser’s compliance with
GCC Sub-Clause 29.2, indemnify and hold harmless the
Purchaser and its employees and officers from and against any
and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which the Purchaser may suffer as a result of any infringement or alleged infringement of
any patent, utility model, registered design, trademark, copyright,
or other intellectual property right registered or otherwise existing
at the date of the Contract by reason of:
(a) the installation of the Goods by the Supplier or the use of
the Goods in the country where the Site is located; and
(b) the sale in any country of the products produced by the
Goods.
Such indemnity shall not cover any use of the Goods or any
part thereof other than for the purpose indicated by or to be
reasonably inferred from the Contract, neither any
infringement resulting from the use of the Goods or any part
thereof, or any products produced thereby in association or
combination with any other equipment, plant, or materials not
supplied by the Supplier, pursuant to the Contract.
29.2 If any proceedings are brought or any claim is made against the Purchaser arising out of the matters referred to in GCC Sub-
Clause 29.1, the Purchaser shall promptly give the Supplier a
notice thereof, and the Supplier may at its own expense and in the
Purchaser’s name conduct such proceedings or claim and any
negotiations for the settlement of any such proceedings or claim.
29.3 If the Supplier fails to notify the Purchaser within twenty-eight
(28) days after receipt of such notice that it intends to conduct any
PART 3/30
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
such proceedings or claim, then the Purchaser shall be free to
conduct the same on its own behalf.
29.4 The Purchaser shall, at the Supplier’s request, afford all
available assistance to the Supplier in conducting such
proceedings or claim, and shall be reimbursed by the Supplier for
all reasonable expenses incurred in so doing.
29.5 The Purchaser shall indemnify and hold harmless the
Supplier and its employees, officers, and Subcontractors from and
against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any
nature, including attorney’s fees and expenses, which the Supplier
may suffer as a result of any infringement or alleged infringement
of any patent, utility model, registered design, trademark,
copyright, or other intellectual property right registered or
otherwise existing at the date of the Contract arising out of or in connection with any design, data, drawing, specification, or other
documents or materials provided or designed by or on behalf of the
Purchaser.
30. Limitation of
Liability
30.1 Except in cases of criminal negligence or willful misconduct,
(a) the Supplier shall not be liable to the Purchaser, whether
in contract, tort, or otherwise, for any indirect or
consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, provided
that this exclusion shall not apply to any obligation of the
Supplier to pay liquidated damages to the Purchaser and
(b) the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort or otherwise, shall not
exceed the total Contract Price, provided that this
limitation shall not apply to the cost of repairing or
replacing defective equipment, or to any obligation of the
supplier to indemnify the purchaser with respect to patent
infringement
31. Change in Laws and
Regulations
31.1 Unless otherwise specified in the Contract, if after the date of 30 days prior to date of Bid submission, any law, regulation,
ordinance, order or bylaw having the force of law is enacted,
promulgated, abrogated, or changed in Namibia (which shall be
deemed to include any change in interpretation or application by
the competent authorities) that subsequently affects the Delivery Date and/or the Contract Price, then such Delivery Date and/or
Contract Price shall be correspondingly increased or decreased, to
the extent that the Supplier has thereby been affected in the
performance of any of its obligations under the Contract.
Notwithstanding the foregoing, such additional or reduced cost
shall not be separately paid or credited if the same has already been accounted for in the price adjustment provisions where
applicable, in accordance with GCC Clause 15.
32. Force Majeure 32.1 The Supplier shall not be liable for forfeiture of its Performance
Security, liquidated damages, or termination for default if and to
PART 3/31
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
the extent that its delay in performance or other failure to perform
its obligations under the Contract is the result of an event of Force
Majeure.
32.2 For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the Supplier that is not foreseeable,
is unavoidable, and its origin is not due to negligence or lack of
care on the part of the Supplier. Such events may include, but not
be limited to, acts of the Purchaser in its sovereign capacity, wars
or revolutions, fires, floods, epidemics, quarantine restrictions,
and freight embargoes.
32.3 If a Force Majeure situation arises, the Supplier shall promptly
notify the Purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the
Supplier shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by
the Force Majeure event.
33. Change
Orders and Contract
Amendments
33.1 The Purchaser may at any time order the Supplier through notice
in accordance GCC Clause 8, to make changes within the general
scope of the Contract in any one or more of the following:
(a) drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically
manufactured for the Purchaser;
(b) the method of shipment or packing;
(c) the place of delivery; and
(d) the Related Services to be provided by the Supplier.
33.2 If any such change causes an increase or decrease in the cost of,
or the time required for, the Supplier’s performance of any
provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery/Completion
Schedule, or both, and the Contract shall accordingly be amended.
Any claims by the Supplier for adjustment under this Clause must
be asserted within thirty (30) days from the date of the Supplier’s
receipt of the Purchaser’s change order.
33.3 Prices to be charged by the Supplier for any Related Services that
might be needed but which were not included in the Contract shall
be agreed upon in advance by the parties and shall not exceed the
prevailing rates charged to other parties by the Supplier for similar services.
33.4 Subject to the above, no variation in or modification of the terms
of the Contract shall be made except by written amendment signed
by the parties.
PART 3/32
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
34. Extensions of
Time
34.1 If at any time during performance of the Contract, the Supplier or
its subcontractors should encounter conditions impeding timely
delivery of the Goods or completion of Related Services pursuant to GCC Clause 13, the Supplier shall promptly notify the
Purchaser in writing of the delay, its likely duration, and its cause.
As soon as practicable after receipt of the Supplier’s notice, the
Purchaser shall evaluate the situation and may at its discretion
extend the Supplier’s time for performance, in which case the extension shall be ratified by the parties by amendment of the
Contract.
34.2 Except in case of Force Majeure, as provided under GCC Clause
32, a delay by the Supplier in the performance of its Delivery and
Completion obligations shall render the Supplier liable to the
imposition of liquidated damages pursuant to GCC Clause 26, unless an extension of time is agreed upon, pursuant to GCC Sub-
Clause 34.1.
35. Termination 35.1 Termination for Default
(a) The Purchaser, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the
Supplier, may terminate the Contract in whole or in part:
(i) if the Supplier fails to deliver any or all of the Goods
within the period specified in the Contract, or within
any extension thereof granted by the Purchaser
pursuant to GCC Clause 34;
(ii) if the Supplier fails to perform any other obligation
under the Contract; or
(iii) if the Supplier, in the judgment of the Purchaser has engaged in fraud and corruption, as defined in GCC
Clause 3, in competing for or in executing the
Contract.
(b) In the event the Purchaser terminates the Contract in
whole or in part, pursuant to GCC Clause 35.1(a), the Purchaser may procure, upon such terms and in such
manner as it deems appropriate, Goods or Related
Services similar to those undelivered or not performed,
and the Supplier shall be liable to the Purchaser for any
additional costs for such similar Goods or Related Services. However, the Supplier shall continue
performance of the Contract to the extent not terminated.
35.2 Termination for Insolvency.
(a) The Purchaser may at any time terminate the Contract by giving notice to the Supplier if the Supplier becomes
bankrupt or otherwise insolvent. In such event,
termination will be without compensation to the Supplier,
provided that such termination will not prejudice or affect
PART 3/33
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
any right of action or remedy that has accrued or will
accrue thereafter to the Purchaser
35.3 Termination for Convenience.
(a) The Purchaser, by notice sent to the Supplier, may
terminate the Contract, in whole or in part, at any time
for its convenience. The notice of termination shall
specify that termination is for the Purchaser’s convenience, the extent to which performance of the
Supplier under the Contract is terminated, and the date
upon which such termination becomes effective.
(b) The Goods that are complete and ready for shipment
within thirty (30) days after the Supplier’s receipt of
notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining
Goods, the Purchaser may elect:
(i) to have any portion completed and delivered at the
Contract terms and prices; and/or
(ii) to cancel the remainder and pay to the Supplier an
agreed amount for partially completed Goods and
Related Services and for materials and parts
previously procured by the Supplier.
36. Assignment 36.1 Neither the Purchaser nor the Supplier shall assign, in whole or in part, their obligations under this Contract, except with prior
written consent of the other party.
37. Export
Restriction
Notwithstanding any obligation under the Contract to complete all
export formalities, any export restrictions attributable to the
Purchaser, to Namibia, or to the use of the products/goods, systems
or services to be supplied, which arise from trade regulations from a
country supplying those products/goods, systems or services, and which substantially impede the Supplier from meeting its obligations
under the Contract, shall release the Supplier from the obligation to
provide deliveries or services, always provided, however, that the
Supplier can demonstrate to the satisfaction of the Purchaser that it
has completed all formalities in a timely manner, including applying
for permits, authorizations and licenses necessary for the export of the products/goods, systems or services under the terms of the
Contract. Termination of the Contract on this basis shall be for the
Purchaser’s convenience pursuant to Sub-Clause 35.3.
PART 3/34
EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA
VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACT FORMS (SECTION VII: SPECIAL CONDITIONS OF CONTRACT)
PROCUREMENT REFERENCE NO:
W/ONB/NTA – 01/2020
FOR THE PROCUREMENT OF
PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND
CONTRACTUAL FORMS
SECTION VII: SPECIAL CONDITIONS OF CONTRACT
PART 3/29
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL
TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT
AND CONTRACTUAL FORMS
(SECTION VIII: CONTRACTUAL FORMS)
SECTION VII: SPECIAL CONDITIONS OF CONTRACT These clauses should be read in conjunction with the General Conditions of Contract
A. General
GCC 1.1 (r) The Employer is
Namibia Training Authority
NTA Village, 10 Rand Street, Khomasdal
P.O Box 20919
Khomasdal
Windhoek
Tel: +264- 61-207 8550
Fax: +264- 61-221 158
GCC 1.1 (v) The Intended Completion Date for the whole of the Works shall be 24
April 2021. The Contract Period shall exclude annual builder’s holidays between December – January but include all other
statutory holidays.
GCC 1.1 (y) The Project Manager is
Jack Mutua Architects Inc
Tel: +264 (061) 302323
GCC 1.1 (aa)
The site of the project is located at Okakara (Pamue location),
a town in the Otjozondjupa Region, Namibia. The site is located 50 kilometres southeast of Waterberg National Park.
GCC 1.1 (dd)
The Start Date shall be at the date of site handover.
GCC 1.1 (hh)
The Works consist of upgrading to Okakarara Vocational Training Centre (VTC) in Otjozondjupa region – phase 1: heating,
ventilation, air conditioning and refrigeration (HVAC-R)
installation works as specified under Project Specifications included in Part 2 (Employer’s Requirements) of the Bidding Document.
GCC 2.2 Sectional Completions are: Is Applicable for this Contract.
GCC 2.3 Replace the content of Clause GCC 2.3 with the following:
The documents forming the Contract shall be interpreted in the following order of priority:
PART 3/30
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL
TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT
AND CONTRACTUAL FORMS
(SECTION VIII: CONTRACTUAL FORMS)
(a) the Contract agreement;
(b) the Notification of Award (Letter of Acceptance);
(c) the Addenda to the Bid Documents;
(d) Bid Submission Form;
(e) Bid Securing Declaration;
(f) Appendix to Bid Documents;
(g) Bidding Data Sheets (BDS);
(h) Instruction to Bidders (ITB);
(i) the Special Condition of Contract;
(j) the Conditions of Contract;
(k) Project Specifications;
(l) Standard Specifications (SANS 1200);
(m) the Construction Drawings;
(n) the completed Schedules of Quantity; and
(o) Completed Schedules and any other documents forming part
of the Contract.
GCC 5.1 The Project Manager may delegate any of his duties and
responsibilities to his representative.
GCC 6.1 A notice shall be effective:
1.) When it is delivered by hand and signed for. 2.) When it sent via email and the recipient confirms receipt. Delivery address for notices is:
Employer:
Namibia Training Authority
NTA Village, 10 Rand Street, Khomasdal
P.O Box 20919
Khomasdal
Windhoek
Tel: +264- 61-207 8550
Fax: +264- 61-221 158
Contractor (complete full address where notices are to be delivered):
_____________________________________________
_____________________________________________
_____________________________________________
PART 3/31
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL
TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT
AND CONTRACTUAL FORMS
(SECTION VIII: CONTRACTUAL FORMS)
GCC 8.1 Schedule of other contractors: Not Applicable for this contract
GCC 12.1 The language of the contract is English
The law that applies to the Contract is the law of the Republic of Namibia.
GCC 13.1 Except for the cover mentioned in (d)(i) hereunder, the other insurance covers shall be in the joint names of the Contractor and the Employer and the minimum insurance amounts shall be: (a) for the Works, Plant and Materials: Contract Sum plus 25% (b) for loss or damage to Equipment: The replacement value of the equipment that the contractor intends to use on site until the taking over by the Employer. (c) for loss or damage to property (except the Works, Plant, Materials, and Equipment) in connection with Contract: Replacement value of the properties that are exposed to the action of the contractor in the execution of the works. (d) for personal injury or death: (i) of the Contractor’s employees: N$ 200,000.00 for each and every claim occurrence without
a limit to the number of occurrences. (ii) of other people: N$ 200,000.00 for each and every claim occurrence without a limit to the number of occurrences. (e) for loss or damage to materials on-site and for which payment have been included in the Interim Payment Certificate, where applicable: Applicable insurance will be requested. The Contractor shall choose to take the insurance covers indicated above as separate covers or a combination of the Contractor’s All Risks coupled with the Employer’s liability and First Loss Burglary, after approval of the Employer. All insurance covers shall be of nil or the minimum possible deductibles at sole expense of the contractor.
.
GCC 14.1 Site Data are:
(a) Construction Drawings;
(b) As-built Drawings;
(c) Rainfall Data;
(d) Site Diary;
(e) Request for Approval of Works; and
(f) Daily/Monthly Safety Reports.
PART 3/32
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL
TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT
AND CONTRACTUAL FORMS
(SECTION VIII: CONTRACTUAL FORMS)
GCC 20.1 The Site Possession Date(s) shall be within 7 days after signing of
the Contract Agreement.
GCC 23.1 & GCC 23.2
Appointing Authority for the Adjudicator: The President of the
Engineering Council Namibia in accordance with the Rules and Procedures for the Nomination of the Adjudication.
GCC 24. In case a dispute of any kind arises between the Employer and the Contractor in connection with, or arising out of, the contract or the execution of works or after completion of works and whether before or after repudiation or other termination of Contract, including any dispute as to any opinion, instruction, determination, certificate or valuation of the Employer’s Representative, the matter in dispute shall, in the first place, be referred in writing to the employer’s representative, with a copy to the other party.
The Employer and the Contractor shall make every effort to resolve the dispute amicably by direct informal negotiation. If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Public Entity or the Contractor may give notice to the other party of its intention to refer the matter to:
Namibia Training Authority shall choose one of the followings])
“commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.” Or “the competent courts of Namibia”
GCC 24.3 Hourly rate and types of reimbursable expenses to be paid to the Adjudicator: Shall be agreed between the parties and the Adjudicator.
GCC 24.4 Any dispute or difference in respect of which a notice of intention to commence arbitration has been given shall be finally settled by arbitration in accordance with Namibian Laws by an Arbitrator to be appointed by both parties to the dispute or in any case of
disagreement, by an Arbitrator to be appointed by the President of the Engineering Council of Namibia. The Arbitrator fees will be borne by the losing party. Any decision of the Arbitrator shall be final and binding to both parties”.
PART 3/33
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL
TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT
AND CONTRACTUAL FORMS
(SECTION VIII: CONTRACTUAL FORMS)
B. Time Control
GCC 25.1 The Contractor shall submit for approval a Program for the Works within 28 calendar days from the date of the Notification of
Award.
The Program shall include, but not be limited to, the following elements under the conditions stipulated:
(a) Milestones; (b) Critical Path;
(c) Production Rates;
(d) Resource Management Plan; (e) Quality Assurance Plan; and
(f) Project Cashflow Diagram. The amount to be withheld for late submission of the Construction Program is N$ 500-00 (Five Hundred Namibian Dollars & Zero Cents) per calendar day.
GCC 25.3 The period between Program updates is thirty 30 days.
The Program updates shall include, but not be limited to, the following elements under the conditions stipulated:
(a) Monthly Progress Report; and
(b) Cashflow Status Report. The amount to be withheld for late submission of an updated Program is N$ 500.00 (Five Hundred Namibian Dollars & Zero
Cents) per calendar day.
C. Quality Control
GCC 31 The Contractor shall at his own expense institute a quality control system. The cost of supervision and process control including testing carried out by the Contractor shall be deemed to be included in final Contract Price.
GCC 33.1 The Defects Liability Period is 12 months (365 calendar days) from the date of Practical Completion.
D. Cost Control
GCC 37.6 “…work above the limit stated in Sub-Clause 38.1…” should read “…work above the limit stated in Sub-Clause 36.1…”
GCC 39.7 Interim Payment for Plant and Material on site “is” applicable. The applicable payment shall be limited to 80% of manufacturing cost when delivered on site.
PART 3/34
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL
TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT
AND CONTRACTUAL FORMS
(SECTION VIII: CONTRACTUAL FORMS)
GCC 40.1 The interest paid by the Employer for the late payment will be two (2) percent greater than the minimum lending rate charged by the Bank of Namibia, calculated from thirty (30) days after issue of payment certificate.
GCC 40.3 Payment of preliminaries The amount to be included in each monthly certificate in respect of preliminaries costs shall be calculated from the priced items within the preliminaries section of the bills of quantities. The contractor and project manager shall agree a division of the
priced preliminaries items into: 1) an initial or establishment charge, payment of which shall be made to the contractor on proof that the relevant expenditures have been made; 2) a monthly charge, and 3) a final or de-establishment charge. Should the contractor and project manager be unable to agree such division then the project manager shall make a fair and reasonable division. In arriving at such division cognisance shall be taken of such factors as: 1) Premiums for policies of insurance and performance guarantees being renewable annually, 2) Plant, scaffolding and the like remaining the property of the contractor or the hiring company and the capital cost thereof not being treated as part of the initial charge. In the event of an extension of time for the completion of the works the monthly charge be recalculated on the same basis as originally but taking into account the revised contract period and the amounts already paid to the contractor.
GCC 41.1 (l) (a)
Calculation of Extension of Time due to abnormal rainfall: Average rainfall figures based on rainfall records for Okakarara are to be sourced from the Namibia Meteorological services. These shall be
accepted to also represent the rainfall at Site. The monthly average (Nn and Rn) for this period shall, for the purpose of this contract, be taken to be the normal rainfall. The average annual rainfall for Okakarara shall be accepted to be
equal to that of the Site.
Extension of time in respect of abnormal rainfall shall be determined
in terms of method (i) below. The maximum extension of time that will
be considered in respect of any given period, will be the number of
PART 3/35
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL
TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT
AND CONTRACTUAL FORMS
(SECTION VIII: CONTRACTUAL FORMS)
working days in the period concerned on which work may be
executed.
Method (i) (Rainfall formula)
Extension of time in accordance with this method shall be calculated
separately for each calendar month or part thereof according to the
formula below. It shall be calculated for the full period of completion
of the contract, including any extension thereof that may have been
granted:
V = (Nw− Nn) +(Rw − Rn)
X
If any value of V is negative and its absolute value exceeds Nn, then
V shall be taken as equal to minus Nn.
The symbols shall have the following meanings:
V = Delay due to rain in calendar days in respect of the calendar
month under consideration
Nw = Actual number of days during the calendar month on which the
rainfall of Y mm or more was recorded
Rw = Actual rainfall in mm for the calendar month under
consideration
Nn = Average number of days in the relevant calendar month (as
derived from existing rainfall records provided in the Project
Specifications) on which a rainfall of Y mm or more per day was
recorded
Rn = Average rainfall in mm for the calendar month, as derived from
the rainfall records supplied in the Project Specifications
X = 20, unless otherwise provided in the Project Specifications
Y = 10, unless otherwise provided in the Project Specifications
The total delay that will be taken into account for the determination
of the total extension of time for the contract shall be the algebraic
sum of the monthly totals for the period under consideration. But if
the grand total is negative, the time for completion shall not be
reduced on account of abnormal rainfall. The total extension of time
for any calendar month shall not exceed (Nc – Nn) calendar days,
where Nc = number of calendar days in the month under
consideration.
The factor (Nw – Nn) shall be considered to represent a fair allowance
for variations from the average number of days during which rainfall
equals or exceeds Y mm per day.
PART 3/36
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL
TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT
AND CONTRACTUAL FORMS
(SECTION VIII: CONTRACTUAL FORMS)
The factor (Rw – Rn) ÷ X shall be considered to represent a fair
allowance for variations from the average for the number of days
during which rainfall does not equal or exceed Y mm per day, but
when wet conditions prevented or disrupted work.
This formula does not take into account any flood damage, which
could cause further or concurrent delays and which should be treated
separately in so far as extension of time is concerned.
Accurate rain gauging shall be taken at a suitable point on the site
daily at 08h00 unless otherwise agreed to by the Engineer, and the
Contractor shall, at his own expense, take all necessary precautions
to ensure that the rain gauges cannot be interfered with by
unauthorized persons.
GCC 41.2 Notwithstanding the provisions of this clause, the preliminaries shall be adjusted on the basis of fixed, time and value related items. (See GCC 40.3)
GCC 43.1 The currency of the Employer’s country is: Namibia Dollars.
GCC 44.1 The Contract is not subject to price adjustment in accordance with GCC Clause 44, and the adjustment coefficients does not apply.
GCC 45.1 The proportion of payments retained is: 10% (Ten Percentage).
GCC 46.1 The liquidated damages for the whole of the Works are N$ 500.00
(Five Hundred Namibian Dollars & Zero Cents) per calendar day. The maximum amount of liquidated damages for the whole of the Works is 10% (Ten Percent) of the final Contract Price. If the Contractor does not execute the work as per the agreed contract schedule & the project gets delayed beyond the
contract period, whereby there is no genuine reasons for
extension of time, the contractor has to bear the cost of the Supervision Consultancy Contract, on behalf of the Employer for
the delayed construction period.
GCC 47.1 The Bonus for the whole of the Works is Not Applicable (N/A) for this Contract
GCC 48.1 The Advance Payments is Applicable for this Contract.
GCC 49.1 The Performance Security amount is 10% (Ten Percent) of the Contract Price.
The only form of Performance Security that will be acceptable under this Contract will be a Demand Guarantee as per the Typical
Performance Security under SECTION VIII: CONTRACTUAL FORMS.
PART 3/37
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL
TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT
AND CONTRACTUAL FORMS
(SECTION VIII: CONTRACTUAL FORMS)
Where the Performance Security is in the form of a Bank Guarantee, it shall be issued by:
(a) a banking institution established in Namibia, or
(b) a foreign bank through a correspondent bank established in Namibia.
GCC 52.3 “… payment is filed under subsection [Insert number] …” should read “…payment is filed under subsection 52.1…”
E. Finishing the Contract
GCC 55.1 Notwithstanding the provisions in this clause, a detailed final account of the total amount that the Contractor deems payable under the contract will be delivered to the Project Manager within 30 (thirty) days of issuance of Completion Certificate.
GCC 56.1 The date by which “As-Built” Drawings, maintenance and operation manuals are required is 30 days after declaration of practical
completion and not later than 120 days before issuance of final
certificate.
The “As-Built” Drawings shall include, but not be limited to, the following information:
(a) As-built set-out layouts (complete with long sections); and
(b) Construction process & quality control test results.
GCC 56.2 The amount to be withheld for failing to produce “As Built” Drawings by the date required in GCC 56.1 is N$ 1,000-00 per calendar day.
GCC 57.2 (g)
The Contractor shall breach the contract when the completion of the Works has been delayed by the number of days for which the maximum amount of liquidated damages can be paid.
The maximum number of delayed days is: Thirty (30) days. Actual days will be calculated after cost estimate is completed.
GCC 57.2 (h)
“…or in executing the Contract, pursuant to GCC Clause 57.1” should read “…or in executing the Contract, pursuant to GCC Clause 58.1.”
GCC 57.3 “…under GCC Sub-Clause 56.2…” should read “…under GCC Sub-Clause 57.2…”
GCC 59.1 The percentage to apply to the value of the work not completed, representing the Employer’s additional cost for completing the Works, is 10% (Ten Percent).
PART 3/38
EMPLOYER: NAMIBIA TRAINING AUTHORITY
PROCUREMENT REFERENCE NO: W/ONB/NTA – 01/2020
PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL
TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT
AND CONTRACTUAL FORMS
(SECTION VIII: CONTRACTUAL FORMS)
PROCUREMENT REFERENCE NO:
W/ONB/NTA – 01/2020
FOR THE PROCUREMENT OF
PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN
OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND
REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACTUAL FORMS
SECTION VIII: CONTRACTUAL FORMS
PART 3/0 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/NTA – 01/2020 PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
SECTION VIII – CONTRACTUAL FORMS
Note: This Section contains forms which, once completed, will form part of the Contract. The forms for Performance Security and Advance Payment Security, when required, shall only be completed by the
successful Bidder after contract award.
TABLE OF FORMS
APPENDIX TO BID ................................................................................... PART 3/30
TYPICAL NOTIFICATION OF AWARD (LETTER OF ACCEPTANCE) ........... PART 3/33
TYPICAL CONTRACT AGREEMENT............................................................ PART 3/6
TYPICAL EXAMPLE OF ADVANCE PAYMENT SECURITY ....................... PART 3/119
TYPICAL EXAMPLE OF CESSION AGREEMENT .................................... PART 3/411
PART 3/1 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
Appendix to Bid
[Note: with the exception of the items for which the Employer’s requirements have been inserted, the following information must be completed before the Tender is submitted]
Item Sub-Clause Data
Employer’s name and address GCC 1.1 Head of Procurement Management Unit, Namibia Training
Authority NTA Village, 10 Rand
Street, Khomasdal
P.O Box 20919, Khomasdal, Windhoek, Namibia
Tel: +264- 61-207 8550
Fax: +264- 61-221 158
End-User’s name and address GCC 1.1 Namibia Training Authority OkakararaVocational
Training Center
Contractor’s name and address GCC 6.1
Project Manager’s name and address
GCC 1.1 Deka Consulting Engineers
P.O. Box 21744
Windhoek, Namibia
Max. Time for Completion of the Works
GCC 1.1 Completion Period is by 24 April 2021 including non-
working days but excluding the construction industry holiday
Alternative time of completion offered by contractor
GCC 1.1
Not Applicable to this Contract
Defects Notification Period
GCC 33.1
365 calendar days (12 months)
PART 3/2 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
Reasonable Profit subject to a maximum of ten percent (10%)
GCC 45.1
________ % (Percentage Reasonable Profit)
Electronic transmission systems GCC 1.1 e-mail, facsimile
Governing Law GCC 12.1 Republic of Namibia
Ruling language GCC 12.1 English
Language for communications GCC 12.1 English
Time for access to the Site GCC 20.1 Start Date (within 7 days after the signing of Contract)
Amount of Performance Security GCC 45.1 10% of the Accepted Contract Amount stated in the Letter of
Acceptance
Normal working hours GCC 12.1 As per Namibian Labour Act
Penalties for late submission and delayed approval of Programme or revised Programme
GCC 25.1
N$ 500-00 per calendar day
Liquidated Damages for the Works GCC 46.1 N$ 500-00 per calendar day
Percentage for adjustment of Provisional Sums
GCC 44.1 As per Schedule of Quantities
Total advance payment GCC 48.1 Up to 10%
Percentage of retention GCC 45.1 10 %
Limit of Retention Money GCC 45.1 10% of the Accepted Contract Amount excluding Contingencies
and VAT
PART 3/3 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
Plant and Materials for payment when delivered to the Site
GCC 48.1 ________________________________
________________________________
________________________________
________________________________
________________________________
Minimum amount of Interim Payment Certificates
GCC 44.1 N$ 100,000.00
Payment GCC 44.1 ________% discount for payment within _______ days after approval
of claim by Engineer
Currencies of payment GCC 43.1 Namibia Dollar (N$)
Periods for submission of insurance:
(a) Evidence of insurance GCC 13.1 14 Days
(b) Relevant policies GCC 13.1 14 Days
Date by which the DAB shall be appointed
GCC 24.0 28 days after a dispute has been declared
The DAB shall be GCC 23.1 One sole Member/adjudicator
Proposed: To be Appointed
Appointment (if not agreed) to be made by
GCC 23.1 The President of the Namibia Council of Architects and
Quantity Surveyors
Initials of signatory of Bidder
PART 3/4 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
TYPICAL NOTIFICATION OF AWARD (LETTER OF ACCEPTANCE)
This is to notify you that your Bid dated ……………………………….. for execution of
PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING
CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R)
INSTALLATION WORKS, for the Accepted Contract Amount of
……………………………………..…………………………………………………………………….
..
………………………………………………………………………………………………………..
….., (including contingencies, CPA and VAT) as corrected and modified in
accordance with the Instructions to Bidders is hereby accepted by the Namibia
Training Authority, subject to the following conditions 1 to 3 being met within
the days as indicated in brackets below:
1 The submission of a Performance Security in terms of Sub-Clause 45.1 of the
General and the relevant Special Conditions of Contract (within 21 days);
2 The submission of a detailed construction Programme in terms of Sub-Clause
8.3 of the General Conditions and relevant Special Conditions of Contract, as
well as the Quality Assurance System and Manual (within 14 days);
3 The acknowledgement by the Bidder of actual excesses for insurances in lieu of
approximate excesses stated in the Appendix to Bid (within 14 days);
4 Submission of all insurances as prescribed in the Bid Document. Any other
items deemed necessary and particular to the contract.
After compliance with the above conditions within the periods provided, the Bidder
is required to enter into a Contract Agreement with the Namibia Training Authority.
Please note all administrative work for this Project in connection with the exercise of
the powers and the performance of the functions of Procurement Committee of the
Namibia Training Authority have been designated to the Head of Procurement
Management Unit of the Namibia Training Authority and shall be performed by
staff members of the Namibia Training Authority.
PART 3/5 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
Administrative work shall include the technical and contractual administration of
this Contract.
The Engineer on the Contract shall be Deka Consulting Engineers, represented by
the Project Manager, Mr. Antonio de Jesus, Tel : 061 220 959, who shall be
responsible for the administration of the Contract on behalf of the Employer as
defined in the Conditions of Contract.
Matters relating to the Employer shall be addressed to the Namibia Training
Authority represented by Head of Procurement Management Unit: Mr. Richard
Ndjahera, Tel: +264- 61-207 8550 ; Fax: +264- 61-207 851.
The Commencement Date for this Contract shall be 14 Days after date of this Letter
of Acceptance. The time for completion shall be by 24 April 2021.
Please email receipt of Letter of Notification of Award acknowledged to Mr. Richard
Ndjahera, Email.: [email protected].
Yours faithfully,
________________________
HEAD OF PROCUREMENT MANAGEMENT UNIT
NAMIBIA TRAINING AUTHORITY
PART 3/6 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
TYPICAL CONTRACT AGREEMENT
THIS AGREEMENT made on the . . . . . .day of . . . . . . . . . . . . . . ..., . . . . . . .,
between the Namibia Training Authority (hereinafter “the Employer”), of the one
part, and . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . (hereinafter “the Contractor”), of the other part:
WHEREAS the Employer desires that the Works known as UPGRADING TO
OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA
REGION – PHASE 1: ELECTRICAL INSTALLATION WORKS, should be executed
by the Contractor, and has accepted a Bid by the Contractor for the execution and
completion of these Works and the remedying of any defects therein,
The Employer and the Contractor agree as follows:
1. 1. In this Agreement words and expressions shall have the same meanings as
are respectively assigned to them in the Contract documents referred to.
2. 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 Contract agreement;
(b) the Notification of Award (Letter of Acceptance);
(c) the Addenda to the Bid Documents;
(d) Bid Submission Form;
(e) Bid Securing Declaration;
(f) Appendix to Bid Documents;
(g) Bidding Data Sheets (BDS);
(h) Instruction to Bidders (ITB);
(i) the Special Condition of Contract;
(j) the Conditions of Contract;
(k) Project Specifications;
(l) Standard Specifications (SANS 1200);
(m) the Construction Drawings;
(n) the completed Schedules of Quantity; and
(o) Completed Schedules and any other documents forming part of the Contract.
PART 3/7 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
3. In consideration of the payments to be made by the Employer to the
Contractor as indicated in this Agreement, the Contractor hereby covenants
with the Employer to execute the Works and to remedy 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 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.
5. IN WITNESS whereof the parties hereto have caused this Agreement to be
executed in accordance with the laws of Namibia on the day, month and year
indicated above.
…………………………………
Signed by:
…………………………………
Signed by:
for and on behalf of the Employer
for and on behalf the Contractor
in the presence of: in the presence of:
Witness:
Name..…………………………..
Signature..……………………..
Address…………………………
…………………………………...
Date……………………………..
Witness:
Name..…………………………..
Signature..……………………..
Address…………………………
…………………………………...
Date……………………………..
PART 3/8 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
TYPICAL PERFORMANCE SECURITY (DEMAND GUARANTEE) WORDING,
(Only to be issued in hard copy paper form) Procurement Reference No. and title: [insert no. and title of bidding process]
Bank’s Branch or Office: [insert complete name of Guarantor]
Beneficiary: The Namibia Training Authority.
PERFORMANCE GUARANTEE No.: [insert Performance Guarantee number]
We have been informed that [insert complete name of Supplier] (hereinafter called "the
Supplier") has entered into Contract No. [insert number] dated [insert day and month], [insert
year] with you, for the supply of [description of goods and related services] (hereinafter called
"the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a Performance
Guarantee is required.
At the request of the Supplier, we hereby irrevocably undertake to pay you any sum(s) not
exceeding [insert amount(s11) in figures and words] upon receipt by us of your first demand in
writing declaring the Supplier to be in default under the Contract, without cavil or argument,
or your needing to prove or to show grounds or reasons for your demand or the sum specified
therein.
The following further terms shall apply:
1. Notwithstanding anything to the contrary herein contained the Surety's liability in terms
hereof shall be limited to the amount of N$ ________________
2. The Employer shall have the absolute right to arrange his affairs with the Contractor in
any manner he deems fit and without advising the Surety shall not have the right to
derogating
11 The Bank shall insert the amount(s) specified in the SCC and denominated,
as specified in the SCC, in the currency of the Contract.
PART 3/9 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
from the generality of the foregoing no compromise extension of time indulgence,
release, waiver of security, release of co-sureties or variation of the contractor's
obligations shall in any manner affect the surety ship and the Surety shall be deemed to
have consented thereto.
3. A certificate under the signature of any architect appointed by the Employer for the
purpose of the building contract or if no architect had been appointed then of any quantity
surveyor appointed as such shall for all purposes including provisional sentence be
sufficient and conclusive proof of the extent at any time of the Contractor's obligations
towards the Employer.
4. The Surety shall be bound by any admission of liability by the Contractor or his
successor-in-title and by any award or judgment in arbitration proceedings or litigation
between the Employer and the Contractor.
5. Should the Contractor commit a deed of insolvency, make an offer of compromise or
composition, become insolvent, or should an administration, liquidation, or judicial
management order (whether provisional or final be issued against the Contractor). The
Surety's obligation in terms hereof will immediately become enforceable on the date of the
commission of such act or the date of granting of such order, as the case may be, without
any obligation on the Employer to prove a claim against the insolvent estate.
5.1 Until such time as the Surety shall in full have satisfied the Employer's claim against
the Contractor, the Employer shall be entitled to prove a claim against the insolvent
estate for the full amount thereof and the Surety shall not be entitled to prove any
claim, provided that the Employer shall be obliged to make payment to the Surety of
any amount recovered by him in excess of the Contractor's liability towards the
Employer.
6. Should the Contractor's indebtedness to the Employer at any time exceed the limit of the
surety ship and payments made on account of such indebtedness by whomsoever but the
Surety shall be appropriated first to the excess.
7. This guarantee shall remain in full force and effect until 60 days after the issue of the
Certificate of Intended Completion, unless the Surety is advised in writing by the
Employers within 60 days after the issue of the said Certificate of his intention to institute
claims and the particulars thereof, in which event this guarantee shall remain in full force
and effect until all such claims have been paid or liquidated.
PART 3/10 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
SIGNED AT ON THE DAY OF _ AS WITNESSES
I. ________________________
2. ____________________________ Surety
...................................................Bank’s seal and authorized
signature(s).......................................
PART 3/11 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
TYPICAL EXAMPLE OF ADVANCE PAYMENT SECURITY (if applicable)
Brief description of Contract: ..........................................................................
........................................................................................................................
Name and address of Beneficiary: .....................................................................
........................................................ (Whom the Contract defines as the Employer)
We have been informed that ………………… (hereinafter called the “Principal”) is your
contractor under such Contract and wishes to receive an advanced payment, for
which the Contract requires him to obtain a guarantee.
At the request of the Principal, we (name of bank) ………………………… hereby
irrevocably undertake to pay you, the Beneficiary/Employer, any sum or sums not
exceeding in total the amount of …………………………… (the “guaranteed”, say………)
upon receipt from us of your demand in writing and your written statement stating:
(a) that the Principal has failed to repay the advance payment in accordance with
the conditions of the Contract, and
(b) the amount which the Principal has failed to repay.
This guarantee shall become effective upon receipt [of the first instalment] of the
advance payment by the Principal. Such guaranteed amount shall be reduced by the
amounts of the advance payment repaid to you, as evidenced by your notices issued
under sub-clause 14.6 of the conditions of the Contract. Following receipt (from the
Principal) of a copy of each purported notice, we shall promptly notify you of the
revised guaranteed amount accordingly.
Any demand for payment must contain your (signature(s) which must be
authenticated by your bankers or notary public. The authenticated demand and
statement must be received by us at this office on or before (the date 70 days after
the expected expiry of the Time for Completion) …………... (the “expiry date”), when
this guarantee shall expire and shall be returned to us.
We have been informed that the Beneficiary may require the Principal to extend this
guarantee if the advance payment has not been repaid by the 28 days prior to such
expiry date. We undertake to pay you such guaranteed amount upon receipt by us,
PART 3/12 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
within such period of 28 days, of your demand in writing and your written statement
that the advance payment has not been repaid and that the guarantee has not been
extended.
This guarantee shall be governed by the laws of ………………… and shall be subject
to the Uniform Rules of Demand Guarantees, published under 758 by the
International Chamber of Commerce, except as stated above
Date ……………………. Signature(s)…………………………………………………..
PART 3/13 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
TYPICAL EXAMPLE OF CESSION AGREEMENT
MEMORANDUM OF AGREEMENT OF CESSION
Made and entered into by and between:
BIDDER
(Herein represented by ………….………….. in his capacity as
…………………………………. and him warranting to be duly authorized hereto)
(Hereinafter referred to as the “CEDENT”)
AND
EMPLOYER
(Herein, represented by Mr. Jerry Beukes in his capacity as Chief Executive Officer
Unit for the Namibia Training Authority and him warranting to be duly authorized
hereto)
(Hereinafter referred to as the “EMPLOYER”)
AND
WHEREAS, the Creditor has awarded a BIDDING REFERENCE NO. W/ONB/NTA -
01/2020: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL
TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION – PHASE 1: HEATING,
VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R)
INSTALLATION WORKS,
AND WHEREAS the Cessionary entered into a Contract the Cedent on
the……………………… (date of Contract) to execute portion of the work under the
BIDDING REFERENCE NO. W/ONB/NTA -01/2020: PROJECT: PROJECT:
UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN
OTJOZONDJUPA REGION – PHASE 1: HEATING, VENTILATION, AIR
CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
(hereinafter referred to as the “Works”)
PART 3/14 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
AND, WHEREAS the Cedent has agreed to cede a portion of the payment to be
received from the Creditor in terms of the Contract to the Cessionary.
PART 3/15 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
NOW THEREFOR THE PARTIES AGREE AS FOLLOWS:
1. Agreement with Respect to The Existing Contract
The Cedent hereby irrevocably agrees that this cession shall be an addendum to
the Contract between the Creditor and the Cedent.
In addition, the Cedent hereby irrevocably agrees that the payments to be ceded
shall be for works carried out under the current Contract as well as monies owed
with respect to the works already carried out by the Cessionary.
2. Cession
The Cedent hereby irrevocably cedes and transfers to the Cessionary all the rights,
title and interest from payments, due to them to be received from the Creditor in
terms of the Contract, to the Cessionary in respect of Work carried out under the
Contract (in accordance with the sub-Contract agreement between the Cedent and
the Cessionary).
3. Authority
The Cedent hereby irrevocably authorizes the Creditor to make portion of payment
due to the Cessionary of each progress payment due to them, in terms of the
Contract to the cessionary, during agreed Contract period.
4. Undertaking by Creditor
The Creditor undertakes to make the payments stipulated in Clause 3 to the
Cessionary on behalf of the Cedent if such payments are due to the Cedent by the
Creditor.
5. The Cessionary hereby accepts the said Cession and Authority.
6. The Creditor agrees to the said Cession and Authority.
7. This Cession is to be interpreted and construed according to the Laws of the
Republic of Namibia.
8. The Parties hereto choose as domicilim citandi et executandi for purposes of this
Agreement at the undermentioned addresses:
PART 3/16 EMPLOYER: NAMIBIA TRAINING AUTHORITY PROCUREMENT REFERENCE
NO: W/ONB/01/2020 PROJECT: PROJECT: PROJECT: UPGRADING TO OKAKARARA VOCATIONAL TRAINING CENTRE (VTC) IN OTJOZONDJUPA REGION –
PHASE 1: HEATING, VENTILATION, AIR CONDITIONING AND REFRIGERATION (HVAC-R) INSTALLATION WORKS
PART 3: CONDITIONS OF CONTRACT AND CONTRACT FORMS (SECTION VI:
GENERAL CONDITIONS OF CONTRACT)
Cedent Physical Address: ………………………………………….
Postal Address: ………………………………………….
Contact Details: ………………………………………….
Attention: ………………………………………….
Creditor Physical Address: ………………………………………….
Postal Address: ………………………………………….
Contact Details: ………………………………………….
Attention: ………………………………………….
THUS DONE AND SIGNED AT …………………………………… ON THIS …………………
DAY
OF ………………………………….. 20…..….
AS WITNESSES:
1. _____________________________
2. _____________________________ ________________________________
CEDENT (BIDDER)
AS WITNESSES:
1. _____________________________
2. _____________________________ ________________________________ EMPLOYER