Professional Documents
Culture Documents
YAS4002 WTPL Volume-1
YAS4002 WTPL Volume-1
YAS4002 WTPL Volume-1
TENDER DOCUMENTS
VOLUME 1 OF 5
PRIME DOCUMENT
October 2012
Water Transmission Pipeline from the Water Treatment Plant of Wadi Dayqah Dam at Mazari in
PAEW Wilayat Qurayyat to Deem Reservoir in Muscat Governorate
TENDER DOCUMENTS
TABLE OF CONTENTS:
VOLUME 1
TABLE OF CONTENTS
FORM OF TENDER........................................................................................................................ 4
1 INSTRUCTION TO TENDERERS
TENDER FOR:
The Government of the Sultanate of Oman, represented by the PUBLIC AUTHORITY FOR
ELECTRICITY AND WATER (hereinafter referred to as “the EMPLOYER”) intends to carry out
the works described hereinafter.
The Instructions to Tenderers will form a part of the Contract. Words and phrases are used in
these Instructions (unless the context otherwise requires) in conformity with the usage and
The purpose of the whole of the works (split in two contracts) is to construct a new water
treatment and supply system. This will take raw water from the Wadi Dayqah dam and will treat
this water to supply potable water to Quriyat Willayat and to the Willayats of the Muscat
Governorate. In particular provision is made for initial supply to Quriyat, Hayl-al-Ghaf and
Mazara. A pipe loop with distribution connections is also required for Daghmar to supply water
for irrigation to replace the present abstraction from wells.
In accordance with the Conditions of Contract, the Contractor shall provide all the works for the
Water Transmission Pipeline from the Water Treatment Plant of Wadi Dayqah Dam at Mazari in
Wilayat Qurayyat to Deem Reservoir in Muscat Governorate as described in the Drawings and
Specification, which includes but is not limited to:
a) Construction of potable water transmission pipeline of 1200 mm bore mild steel from the
TWT to a pumping station (PS2), approximate length 14.5 km;
b) Construction of 400 mm bore DI, potable water pipeline from the Hayl-al-Ghaf branch point
to the terminations at the Hayl-al-Ghaf falaj and water reservoir approximate length 4.8 km;
c) Construction of 700 mm bore DI, potable water pipeline from the Daghmar branch point to
the bifurcation at Qarib, approximate length 4.4 km;
d) Construction of 600 mm bore DI, potable water pipeline from the Qarib branch point to the
Quriyat reservoir , approximate length 3.7 km;
e) Construction of 600 mm bore DI, potable water pipeline from the Qarib branch point to the
Daghmar irrigation break head tank, approximate length 2.7 km;
f) Construction of 2,000 m³ Daghmar irrigation (break head) RCC tank to feed the distribution
system;
g) Construction of the irrigation distribution pipelines in 600/400/300 mm bore ductile iron to
supply potable water to the Daghmar area for irrigation purposes, approximate lengths
4.5km of 600mm, 2.9km of 400mm and 6.6 km of 300 mm;
h) Construction of irrigation distribution and interconnecting pipes from the distribution
pipelines to provide a replacement supply to individual irrigated landholdings in the Daghmar
area, total length some 37.1 km.
i) Design and construction of a pumping station 2 (PS2) on the main transmission line,
including the supply and installation of all pumping plant and provision for future expansion
(PS2b);
j) Design and construction of building services provisions to buildings designed by the
Engineer;
k) Construction of potable water transmission pipeline of 1600 mm bore mild steel to the
existing delivery main at deem reservoir, with flow measurement and control of transfer,
approximate length 32.6 km;
l) Design and construction of all control, instrumentation and SCADA for the entire Scheme
(i.e. PS2, ,DIT, Quriat Reservoir and Hail Al Ghaf reservoir and Falaj, and Deem) including
communications cabling, and data acquisition. System shall be designed and constructed
for interfacing with control centre at Baushar, Muscat as well as selected information to be
transferred to WTW facility;
m) Testing, commissioning of the Works;
The work shall be executed in accordance with the section defined below:
Section 1: Completion of the whole of the main treated water supply system
to Deem together with sufficient capacity of pumping plants to be
able to convey at least 725 l/sec to Deem.
Treated water pipeline from TWT to PS2: 14.5 km of 1200 mm bore, mild steel, max.
working pressure 16 bar
Pumping station 2:
Building 35 m x 65 m 6 No booster pumps, each for
maximum lift of 270 m at 362.5 l/s
Water tanker loading facilities
Treated water pipeline from PS2 to Deem : 32.6 km of 1600 mm bore, mild steel, max.
working pressure 35 bar
Branch Pipelines:
Hayl-al-Ghaf: 4.8 km of 400 mm bore, DI, max. working pressure 10 bar
Qarib: 4.4 km of 700 mm bore, DI, max. Quriyat: 3.7 km of 600 mm bore, DI,
working pressure 12 bar max. working pressure 12 bar
Daghmar transfer: 2.7 km of 600 mm bore, DI, Daghmar irrigation distribution (DI):
max. working pressure 12 bar 4.5 km of 600, 3.0 km of 400 mm,
6.6 km of 300 mm, max. working
pressure 6 bar
Daghmar irrigation (break head) RCC tank: Storage capacity 2,000 m3 with 292 l/s
input/output flow rate
Daghmar irrigation interconnecting pipes: 37.1 km of 50 – 315 mm HDPE pipes to
some 350 properties
The Tenderer shall ensure that all pages of the Tender Documents are complete. In the event
that some parts or pages of the Tender Documents are missing, the Tenderer should notify the
Tender Board in writing immediately. The Tenderer shall not in any way deface or mutilate the
Tender Documents.
All Tender Documents, Addenda and Circular Letters including copies remain the property of
the Employer and shall be returned to the Tender Board on the tender closing date.
Before submitting the Tender, the Tenderer shall read the Tender Documents carefully and
satisfy himself of the tasks, risks, obligations, liabilities and responsibilities to be undertaking in
the Contract.
The Tenderer shall acquaint himself with the Standard Conditions of Contract, the laws of the
Sultanate of Oman, the site of work and specifications of the works specified in the Tender
Documents. Failure to furnish all information required by the Tender Documents or submission
of a Tender not substantially responsive to the Tender Documents in every respect, will be at
the Tenderer’s risk and may result in the rejection of his Tender.
Any neglect or failure on the part of the Tenderer to obtain reliable information at site or
elsewhere or on any other matters affecting the execution and completion of the Works of
this contract shall not relieve the accepted Tenderer from any risks or liabilities or from the
responsibilities of completing and handing over the Works. No claims whatsoever for any
expenses no matter how they may arise shall be considered or entertained by the
Employer under the plea of lack of information.
During the Tender period, the Tenderer shall not communicate with anyone related to or
deemed to be related to the preparation of the Tender unless expressly so directed by the
Tender Board or where such communication shall constitute an enquiry as set down in clause
1.6 of these instructions.
to the Tender Board not later than 21 days before the latest day fixed for delivery of
Tenders. If considered appropriate a reply in the form of a Circular letter or Addendum will
be distributed to all Tenderers to whom Tender Documents have been issued. Such
Addenda will become part of the Tender Documents. Any interpretation or clarification of
the Tender Documents will be made only by formal Addenda. Neither the TENDER
BOARD nor any of its employees, nor any agents or servants of the Employer or
Engineer has any authority to make representation or explanation to the Tenderers as to
the meaning of the Tender Documents or as to any other matter or thing concerning the
Contract so as to bind the Employer or to bind or fetter the judgment or discretion of the
Engineer in the exercise of his powers and duties under the Contract except insofar as the
Tender Board may issue a Circular letter or Addendum explaining or amending the
Tender Documents.
Amendments to the Tender Documents subsequent to their issue by the Tender Board
shall only be effected by Addenda. The Tenderer shall acknowledge receipt of such
Addenda and Circular Letters by recording them in the appropriate spaces in the Form of
Tender.
Circular Letters are Employer’s responses in the form of a “Question and Answer “to the
queries sent by the Tenderers during the tender period. Circular Letters issued to all
Tenderers by the Tender Board shall form part of the Contract and the Tenderer shall take
into consideration the contents of such Circular Letter in his Tender.
No alterations in the text of the Tender Documents shall be made except for the filling in
the blanks intended to be filled-in. Failure to fully comply with this instruction will result in
the rejection of the Tender.
Any alteration to a unit rate or amount made by the Tenderer to correct clerical errors or
illegibility entered by him in the Bill of Quantities during the preparation of the Tender must
be initialled by the person authorised to sign the Tender prior to the submission of Tender
The Tenderer shall submit authenticated copies of the original documents defining the
Constitution of the Company, powers of attorney and other relevant documents.
In the case of a Partnership or Firm, these documents shall be duly authenticated extracts
from the partnership deed or other documents such as those provided by the Ministry of
Commerce and Industry.
These documents shall also show by which persons and in what matter contracts may be
entered into and which persons are directly responsible for the due execution of such
contracts and can give valid receipts together with specimens of their signature.
The power of attorney of the Signatory to the Tender shall have been endorsed by an
approved Omani authority with specimens of their signature.
A Contractor intending to submit a Tender jointly, with or in association with any other firm
or firms, including firms or persons acting in an advisory or consultative capacity, shall
submit a statement showing how the contract commitments will be undertaken and the
exact relationship between each of the parties.
A Tender submitted by a joint venture of two or more firms, as partners in a joint venture,
shall comply with the following requirements:
a) The tender shall include all the information listed in Clause 1.26 “Procedure for
Review of Proposals and Contract Award” of this document, for each joint venture
partner, with the responsibility of each partner for providing the individual personnel
and items of equipment being identified and the financial position of all partners
being stated, so that individually the lead partner can satisfy not less than 60 per
cent of the requirements specified in Clause 1.26, each of the other partners not
less than 30 per cent and together not less than 100 per cent and of the
requirements.
c) That the Joint Venture Partners, or the Joint Venture Company and all its proposed
sub-contractors providing services under this Contract are registered in Oman with
the Tender Board and the Public Authority for Electricity and Water.
d) One of the partners shall be nominated as being in charge and this authorization
shall be evidenced by submitting a power of attorney signed by legally authorized
signatories of all the partners;
e) The tender shall include a pro-forma of the joint venture agreement, which will state,
inter alia, that all partners shall be liable jointly and severally for the execution of the
Contract.
Failure to comply with these requirements will result in rejection of the joint venture’s
tender. Sub-contractor’s experience and resources shall not be taken into account in
determining the tender’s compliance with the qualifying criteria. The responsibility of each
partner for providing the individual personnel and items of equipment shall be identified in
the Tender, with Site Agent being and employee of the lead partner.
The Tenderer shall submit evidence of his financial standing including the name and
address of his bank. Preferably, this shall also include a copy of the last two annual
balance sheets and auditors reports together with authority to approach the Tenderer’s
banker for relevant comment.
The Tenderer shall submit a detailed description of work of a similar nature and
magnitude completed within the past five years and all works which are presently under
construction, giving the name of the Employer, Consultant, value, duration, location and
date of completion.
(v) Referees
The Tenderer shall submit the names and addresses of those for whom he has recently
completed work of a similar nature and who may be approached for relevant comment.
If the Tenderer wishes to make some percentage addition or reduction to the total of the
Bill of Quantities in order to arrive at the sum which he carries to the Form of Tender, such
percentage shall be applied to all items in the Bill of Quantities except those for which
provisional sums are stated and shall be deemed to apply equally to every such item.
No Tender will be considered for acceptance which is in terms of or which contains items
priced in terms of a percentage of some other Tenderer’s Tender or tendered price.
Any clarification or correction in the Bill of Quantities made by the Tenderer to clerical
errors or illegibility entered by him in the Bill of Quantities shall be signed by the person
authorized to sign the Tender prior to the submission of the Tender.
The rates and prices set down against the items in the Bill of Quantities shall be fixed for
the entire duration of the Contract and shall be for the full inclusive value of the finished
work described including import duties, taxes and all other levy ,profit, all obligations and
liabilities of every kind arising under the Contract.
The Tenderer shall submit with his Tender a detailed breakdown of all lump sum items in
the Bill of Quantities giving description, quantity, unit rates and amount. The total amount
in the breakdown of each lump sum item shall be the amount inserted for each
corresponding item in the Bill of Quantities.
The Tenderer may be provided with an electronic copy of the Bill of Quantities as well. If
provided, then in addition to entering the rates and prices as stipulated herein, the
Tenderer is also required to enter the rates electronically and return the compact disc as
part of his Tender. In the event of conflict or ambiguity between documentation submitted
in digital form and those submitted in hardcopy, the hardcopy shall take precedence in all
cases.
Items in the Bill of Quantities marked ‘Provisional Quantity’ and ‘Provisional Item’ shall
only be executed if ordered in writing by the Engineer. The rates set out for such items
shall be used for the valuation of works so ordered whether the quantities shown are used
wholly or in part. If the amount of work ordered by the Engineer exceeds the provisional
quantity for the item, the valuation of the excess shall be in accordance with the
Conditions of Contract and the rate for that item set out in the Contract shall be deemed
applicable to such excess.
1.11 Dayworks
Tenderers shall fill in the schedules of dayworks rates in the Bill of Quantities. In case of
any additional or substituted works, the Contractor shall be paid for such work under the
conditions set out in the Preamble to the Bill of Quantities and at the rates and prices
affixed in his Tender.
The Tender shall be submitted in two envelopes: one comprising a Technical Proposal
and one containing the Commercial Proposal. The Technical Proposal shall contain all the
required documents requested in the tender documents excluding any submission of a
Commercial nature. All submissions of the Commercial nature shall comprise the
Tenderer’s Commercial Proposal.
The original set of the Tender Documents and Technical Proposal shall be sealed in an
inner envelope marked “Original” and the other two sets in an inner envelope marked
“Copy”. Both of these envelopes shall be placed in an outer envelope marked “Original
and Copy Technical Proposal” sealed with red wax and shall bear the project name,
tender number and address of the Tender Board.
Similarly the original Commercial Proposal shall be sealed in an inner envelope marked
“Original” and the other two sets in an inner envelope marked “Copy”. Both of these
Prime Document – Part 1 Page 9 October 2012
Water Transmission Pipeline from the Water Treatment Plant of Wadi Dayqah Dam at Mazari in
PAEW Wilayat Qurayyat to Deem Reservoir in Muscat Governorate
envelopes shall be placed in an outer strong envelope marked “Original and Copy of
Commercial Proposal” sealed with red wax and shall bear the project name, tender
number and address of the Tender Board.
The exterior of the sealed package must not reveal the identity of the Tenderer.
The full cost of preparation and submission of the Tender will be borne by the Tenderer.
Tenders shall be delivered to the Office of the Tender Board, Al Khuwair at any
reasonable time up to the latest date and time stated in the Letter of Invitation to Tender
or such other day as may be notified in any Addendum issued by the Tender Board in
accordance with Clause 1.8 of these instructions.
The Tender Documents listed in Clause 1.2 shall be sent with the Tender.
Tender shall only be accepted from the Tenderers who have officially purchased the
Tender Documents.
Any deviations from the Tender Documents shall be stated clearly in the proper
schedules.
The Tenderers are responsible for ensuring that any opening of parcels containing Tender
Documents for security or custom purposes is made good before delivery to the Tender
Board.
The Tender Board may, at its discretion, extend the deadline for submission of the
Tenders by amending the Tender Documents. In such case all rights and obligations of
the Tender Board and Tenderer previously subject to the deadline will thereafter be
subject to deadline as extended.
Any Tender received by the Tender Board after the deadline for submission of Tenders
prescribed by the Tender Documents will be rejected whatever caused the delay.
The tenders shall be evaluated in two steps; the technical proposal will be opened and
evaluated first. After the evaluation of the technical proposals has been completed, the
financial proposal for the technically qualified Tenderers will be opened and evaluated.
The correctness or otherwise of the quantities in the Bill of Quantities shall in no way affect
the validity of the Tender.
The Tenderer submitting an Alternative Tender shall provide all information necessary for a
complete evaluation of the alternative including design calculations, detail drawings,
technical specifications, breakdown of prices, proposed construction methodology, and
other relevant details which give effect to the alternative.
The Tenderer shall complete a new Form of Tender and Appendix to the Form of Tender
clearly marked as applying to the Alternative Tender.
The Tender Board at its own discretion will decided whether the Alternative Tender will be
considered and evaluated or rejected.
A copy of each Circular Letter and Addendum, if any, issued by the Tender Board,
appropriately endorsed by the Tenderer.
The power of attorney of the person signing the Tender together with a statement giving
the name(s) of the person(s) authorised to sign Agreements on behalf of the Tenderer
including his (their) specimen signature(s). International companies shall provide the copy
of the Constitution of the Company, Power of Attorney and other relevant legal deeds
notarially authenticated by Oman embassy in the Tenderer’s country.
a) The proposed Construction Programme and method statement showing in detail the
order in which various sections of the Works are to be constructed from the date of
receipt of the Engineer’s order to commence the Works and the time, which the
Tenderer estimates, will be required to complete each section.
b) The proposed Site Organisation Chart, giving details of the numbers and categories
of the supervisory and technical staff, their qualifications, previous appointments and
experience, together with Curriculum Vitae of the supervisory and technical staff and
the estimated labour force to be employed in the Works. The proposed labour force
must show the proportion of skilled labour, the proportion of expatriate labour and
the proportion of Omani Staff and labour.
c) A list of all Omani and Expatriate Employees employed in the Company, providing
the name of the employee, job category, and unit rate per month (month salary) in
the prescribed forms included in the Tenderer’s Enclosures. Tenderer engaging a
high proportion of Omani employees shall be given preferential consideration.
e) A statement giving the Tenderer’s proposals for location or locations and sizes of
base camps, accommodation of contractor’s staff and labour force, offices,
workshop and stores, etc. together with the layouts and areas of land for the
provision of such facilities.
f) A list of all major works which the Tenderer has completed within the past five(5)
years and of all works that are currently under construction, providing the name of
the Client, Consultant, location, value, duration and date of completion, including
completion certificate(s).
j) (1) A list of the proposed construction plant, together with number and
types/capacities indicating those which are owned at the time of tendering and
are expected to be free for use on the works; and those which are to be
acquired inside and outside the Sultanate of Oman and in each case whether
by outright purchase, hire purchase, or hire.
(2) All acquired Plant and Equipment listed in their Tender requirement for
deployment on the Project must be procured, hired or leased locally, or a
combination thereof. Moreover, any needs arising for additional Plant and
Equipment to be deployed on the Project by the successful firm/entity from the
local market in the Sultanate of Oman. However, the importing of additional
Plant and Equipment will only be permitted provided the non-availability of the
same in the local market is demonstrated to the satisfaction of the Employer.
k) A list of any proposed sub-contractors and suppliers, including local firms, with
particulars of extent of the work, which are proposed to be undertaken by them.
Preferential consideration shall be given to the Tenderer offering a high proportion of
local sub-contractors, local materials and Omani employment.
l) A statement signifying that a site inspection has been made and that the Tenderer
has no doubts or queries regarding the Site, ground conditions, access, permits or
permission required concerning the Contract.
m) (1) A list of all products and materials to be used in the Work. The details of each
product and material shall be given in the prescribed form ‘List of all
Products and Materials to be used in the Project’ included in the Prime
Document.
p) A Tender Bond in the amount of not less than one percent (1%) of the Tender
Value, valid for ninety (90) days, obtained from a locally registered insurance
Company or Bank. If the Tenderer submits an alternative tender, the one(1%)
Tender Bond shall be calculated based on the highest Tender Value. The wording
of the Tender Bond shall be as per the prescribed ‘Form of Tender Bond’ included in
the Prime Document.
q) A statement of the Tenderer’s financial standing over the last three (3) years,
including the name and address of his banks, together with the authority to
approach his bankers for relevant information and comment.
Prime Document – Part 1 Page 12 October 2012
Water Transmission Pipeline from the Water Treatment Plant of Wadi Dayqah Dam at Mazari in
PAEW Wilayat Qurayyat to Deem Reservoir in Muscat Governorate
u) Full and valid registration documents issued by Ministry of Commerce and Industry
and Tender Board in the specified category and grade for Omani Joint Venture
Company and Sub-Contractor. (For joint venture company only).
v) In the case the Tenderer is a Joint Venture, an original copy of the signed joint
venture agreement indicating the lead company of the joint venture.
w) The Tenderer’s proposal(s) for training of the Employer’s staff including training
schedules, facilities, procedures and qualification and organisation of the training
personnel.
x) The Tenderer’s proposal(s) for factory test and inspections of major equipment
including the names (s) of the suggested independent testing and inspection
organisations
The Tenderer shall be responsible for developing his sources of materials (except where
any particular source is specified, but no guarantee can be given as to the availability of
materials of suitable quality and quantity). The Tenderer in making his arrangements for
obtaining materials will be expected to comply with any statutory requirements and will be
deemed to have acquainted him with these requirements.
The successful Tenderer is required to insure the materials and good to be used in the
Works with insurance companies registered in the Sultanate of Oman.
1.23 Insurances
The successful Tenderer will be required to obtain all the insurances stipulated in the
Conditions of Contract and to lodge them with the Employer or to furnish an indemnity
bond from a bank registered and located in the Sultanate of Oman, indemnifying and
saving harmless the Employer from loss which may be caused to him by his defaults to
obtain insurance accordingly, within seven (7) days of receipt of Engineer’s order to
commence the Works.
Each proposal will be checked in detail to ascertain compliance with the Tender
Documents and completeness of information requested herein, whether the proposal has
been properly executed and whether it is otherwise generally in order. If the proposal
substantially deviates from the Tender Documents it may be rejected.
Prior to the detailed evaluation, the Tender Board will determine the substantial
responsiveness of each Tender to the Tender Documents. For purposes of these Clauses,
a substantially responsive Tender is one,, which conforms to all the terms and conditions
of the Tender Documents without material deviations. The Tender Board’s determination
of a Tender’s responsiveness is to be based on the contents of the Tender itself without
recourse to extrinsic evidence.
The Tender Board may waive any minor informality or non-conformity or irregularity in a
Tender which does not constitute a material deviation, provided such waiver does not
prejudice or affect the relative ranking of any Tender.
To qualify for technical and financial evaluation Tenderer shall meet the following
minimum qualifying criteria:
a) An average annual turnover (defined as billing for works in progress and completed)
over the last three years of at least RO 50 million. It is mandatory for the Tenderers
to meet this criterion, failing which shall lead to disqualification of Tender
submission.
b) The liquid assets and/or credit facilities held by the Tenderer available for this
Project shall be at least RO 5 million, or equivalent in an international trading
currency.
c) Experience as prime contractor in the construction of at least one project over the
last five years with a contract value equivalent to this project together with
experience as a prime contractor of at least one water supply project including
pipelines of a similar diameter and water retaining structures.
d) The Tenderer shall own or have assured access to (through hire, lease, purchase
agreement, availability of manufacturing capacity, or other means) the following key
items of equipment in full working order of sufficient number and capacity to known
commitments, they will available for use in the proposed contract. The Tenderer
may also list alternative or additional equipment, which he would propose for the
Contract, together with an explanation of the proposal.
e) The designer, design consultant, or sub-contractor employed for the design of those
parts of the temporary or permanent works for which the design is responsibility of
the Contractor, shall have sufficient previous experience and the necessary software
and other facilities necessary to carry out such work.
The Employer and Tender Board will evaluate and compare the Tenders previously
determined to be substantially responsive in two stages. The first stage will be an
evaluation of the Tenderer’s Technical Proposals. Seventy percent (70%) giving to the
Technical proposal, and Thirty percent to the financial Proposal. The Technical Proposal
will be scored as follows:
7. Local material/products/subcontractors 5
Tenderers will have to score minimum 50 points in the Technical Proposal in order to
qualify for the Financial Proposal.
The Financial Proposals will be scored as follows: The lowest priced Tender will be given
a perfect score of thirty percent (30%) and the second lowest priced Tender and the rest
will be scored proportionately based on the lowest priced Tender.
1.27 Correction of Arithmetical Errors
The Bill of Quantities will be examined prior to the signing of the Contract in order to
ascertain that the items are correctly extended, at the rates quoted. Should any
arithmetical error be found, it will be corrected and the Tender Value will be amended
accordingly. The Tenderer will be informed of any arithmetical adjustment made should
the Tender Board wish to further consider his Tender and he will be required to certify his
acceptance.
a) Where there is a discrepancy between words and figures, the amount in words will
govern.
b) Where there is a discrepancy between the unit rate and the total price that is obtained
by multiplying the unit rate and quantity, the unit rate shall prevail and the total price
shall be corrected, unless in the opinion of the Tender Board there is an obvious
misplacement of decimal point in the unit rate, in which case the total price as quoted
will govern and the unit price will be corrected.
The amount stated in the Tender will be adjusted by the Tender Board in accordance with
the above procedure for the correction of errors and, with the concurrence of the
Tenderer, shall be considered as binding upon the Tenderer. If the Tenderer, having
been notified that his Tender has been successful, does not accept the corrected amount,
the Tender will be rejected, and the Tender Bond shall be forfeited.
Post Tender Clarification do not constitute intent to award or award of the Contract.
However, in the event that the Tender is accepted Post Tender Clarifications and their
related answers will form part of any subsequent Contract as part of the applicable
Contract Documents stated herein.
Any effort by the Tenderer to influence the Employer and Tender Board in the process of
examination, clarification, evaluation and comparison of Tenders or award decision
including the offering or giving of bribes, gifts, or other inducement, will result in the
invalidation of his Tender and the forfeiture of his Tender Bond. The Tenderer must
comply with the provisions of Royal Decree No. 112/2011.
The successful Tenderer will be informed of the acceptance of his tender and will be
provide with the Letter of Acceptance to sign a Contract.
A draft Contract document based on the Tender Documents, Letter of Acceptance, and the
Tenderer’s offer, prepared by the Employer or its authorized representatives shall be given
to the successful Tenderer for his study and comments, if any. Authorized signatories of
the Employer and the successful Tenderer will sign the final Contract documents.
The Contract signature shall take place within twenty (20) days of issue of Letter of
Acceptance and before the validity of the Tender expires. In case the validity of the
Tender expires, it shall be extended by the successful Tenderer at the request of the
Tender Board along with the extension of the Tender Bond validity.
Should the successful Tenderer fail or refuse to enter into Contract negotiation with the
Employer within fifteen (15) days of the issue of Letter of Acceptance to this effect by the
Employer, the Tenderer shall be considered to have abandoned the proposal. In such an
event the Tenderers Tender Bond shall be forfeited.
The Contractor shall be required to furnish a Performance Bond for five percent (5%) of
the total value of the Contract as defined in Clause 1.33 of the Instructions to Tenderers
within ten (10) working days for local Contractor or twenty (20) working days for
International Contractor of the issue of Letter of Acceptance.
Upon receipt of the Performance Bond the Tender Bond of the successful Tenderer will be
released.
Failure to furnish the Performance Bond and to sign the Contract by the successful
Tenderer within the stipulated period may lead to the annulment of the contract and
forfeiture of the Tender Bond.
While the Employer may invite the Tenderer through Tender Board to discuss and/or
clarify the Tender, no such invitation or discussion shall in any way be construed as a
commitment on the part of the employer to award a Contract.
All arrangements which affect the engagement, transport, paying, feeding and housing of
staff and other matters in connection therewith shall be subject to the Regulations and
Codes of the Sultanate of Oman, now in force or which may be made from time to time
during the period of Contract.
The successful Tenderer must employ minimum thirty percent (30%) Omanis of requisite
skills for all staff categories, technical or otherwise, for the execution of the Works. The
daily records of staff and labours deployed for the project shall be submitted to the
Engineer.
The Tenderer must comply with the minimum percentages for employing Omani in their
organization in accordance with the Regulations and Codes issued by Ministry of
Manpower. Failing to adhere to such requirement shall lead to the rejection of Tenderer’s
Tender. Omanization content in the project and in the company is one of the essential
items considered in the evaluation of Tenders.
Failure to execute the formal contract and to provide a Performance Bond or indemnity
bond within this period will cause the Tender Bond to be forfeited.
The Tender Bond shall be denominated in Omani currency and shall be obtained from a
bank located and registered in the Sultanate of Oman and valid for ninety(90) days from
the latest date fixed for the submission of Tenders. Any Tender no accompanied by a
Tender Bond will be rejected.
The Tender Bond of unsuccessful Tenderers will be returned on its expiration or after the
award of the Contract to the successful Tenderer.
The Tender Bond of the successful Tenderer will be discharged after the Tenderer had
signed the contract and furnished the Performance Bond.
i) If a Tenderer withdraws his Tender during the period of tender validity specified in
the Tender Documents; or
The Tenderer may modify or withdraw his Tender after the Tender submission, provided
that written notice of the modification or withdrawal is received by the Tender Board prior
to the deadline prescribed for submission of Tenders.
The Tenderer’s modification or notice of withdrawal shall be prepared, sealed, marked and
dispatched in accordance with the provisions of Clause 1.14 of these instructions. A
withdrawal notice may also be sent by telex or cable but followed by a signed confirmation
copy, post marked not later than the deadline for submission of Tenders. No Tender may
be modified subsequent to the deadline for submission of Tenders.
No Tender may be withdrawn in the interval between the deadline for submission of
Tenders and the period of Tender validity specified in the Tender Documents. Withdrawal
of a Tender during this interval shall result in the forfeiture of Tenderer’s Tender Bond.
1. GENERAL
• Sultanate of Oman Standard Documents for Building and Civil Engineering Works
Fourth edition, September 1999 Complete with its forms, and Standard Conditions of
Contract, all together printed in pages numbered from 1 to 62 inclusive.
The definitions in Sub-Clauses 1(1) of the Standard Conditions of Contract are given below:
a) Employer means the Government of the Sultanate of Oman and the legal successors
in title to the Employer who will employ the Contractor. The address of the Employer
shall, for the purposes of the Contract, be deemed to be:
b) "Engineer” means person(s) or firm appointed from time to time by the Employer and
notified in writing to the Contractor to act as the Engineer for the purposes of the
Contract in place of the said Engineer.
TBA
The following Clauses from Standard Documents for Electrical and Mechanical Works (Including
Erection on Site) First Edition – April 1987 shall be applicable for this Contract and shall
complement each other with the provisions of the main Standard Documents.
This document shall be deemed to be part of this Section and shall form an integral part of
these Tender Documents. The Contractor is deemed to have his own copy of the above
mentioned Standard Documents.
2. MEASUREMENT OF WORKS
The Bill of Quantities contains Estimated Quantities, therefore Clause 55 of the Standard
Conditions of Contract will be applicable and Clause 56 of the Standard Conditions of
Contract is deleted.
FORM OF TENDER
Notes: The Appendix forms part of the Tender. Tenderers are required to fill up all the blank
spaces in this Form of Tender and Appendix
2) We undertake if our Tender is accepted to commence the Works within 60 (sixty) days of
receipt of the Engineer’s order to commence, and to complete and deliver the whole of
the Works comprised in the Contract within 760 (seven hundred sixty) days calculated
from the last day of the aforesaid period in which the Works are to be commenced.
3) If our Tender is accepted we will obtain the guarantee of a locally registered Insurance
Company or Bank (as required in the Sultanate of Oman Standard Conditions of
Contract for Building and Civil Engineering Works Fourth Edition, September 1999.) to
be jointly and severally bound with us in the sum of five (5%) percent of the Contract
Value for the due performance of the Contract under the terms of a Performance Bond to
be approved by you.
4) We agree to abide by this Tender for a period of 90 days from the date fixed for receiving
the same and it shall remain binding upon us and may be accepted at any time before
the expiration of that period.
5) In the event of our Tender being accepted and until a formal Agreement is prepared and
executed this Tender, together with your written acceptance thereof, shall constitute a
binding obligation upon us.
6) We understand that you are not bound to accept the lowest or any Tender you may
receive.
………………………………………………………………………………………………
(BLOCK LETTERS)
Address…………………………………… Witness..........................................................
……………………………………………. ............................................................……
Occupation ..................................................
Clause
1. Ruling Language 5 (1) (a) The language in which the Contract Documents
have been drafted
2. Amount of Performance Bond or 10 5% of the Contract Value
Guarantee
3. Minimum Amount of Third Party 23 (2) R.O. 1,000,000/-
Insurance
4. Period for Commencement from 41 60 days
Engineer's Order to commence
5(i). Time for completion of Section 1 43 600 days from date of Commencement of
construction period
5(ii). Time for completion of Sections 2 & 43 660 days from date of Commencement of
3 construction period
5(iii) Trial operation period 49(1) 100days after issue of completion certificate of
Sections 2 & 3.
6(i). Amount of Penalties for Delay 47(1) RO 10,000/- per day to a maximum of 10% of
the Contract Value
6(ii). Reduction for Section 1 47(2) RO 8,000/- per day
6(iii). Reduction for Section 2 47(2) RO 1,000/- per day
6(iv). Reduction for Section 3 47(2) RO 1,000/- per day
7(i). Period of Maintenance 49(1) 365 days from Completion of each Section of
the Works
8. Quantities 55 Estimated Quantities
9. Percentage rate for adjustment of 59(4)(c)
Provisional Sums ……………..per cent (Tenderer to fill in)
10. Advance Payment 60(2) 10% of the Contract Value excluding Sums for
Contingencies
11. Recovery of Advance 60(2) 10% of the Total Interim Certificate Value up to
the amount of Advance
12. Payment for materials at site 60(4)(b) 80% of net value delivered at site
13(i). Minimum Amount of Monthly Interim 60(4) RO 350,000/-
Payment
14. Time within which payment is to be 60 (5)(a) 60 days
made after Certificate
15. Percentage of Retention Money 60(7) 10 % of the Gross Interim Certificate
16. Limit of Retention Money 60(7) 5% of Contract Value
17. Payment of Retention Money 60(8) 50% upon issue of Certificates of Completion for
each Sections based on relative value of each
Section to the whole of the Works
18. Interest for delay of payment 60(9) 7% per annum
19. Cash flow 60(13) See table below
FORM OF AGREEMENT
THIS AGREEMENT is made on the …………… day of …………… 201….. BETWEEN the
Government of the Sultanate of Oman, represented by the PUBLIC AUTHORITY FOR
ELECTRICITY AND WATER, (hereinafter called “the EMPLOYER”) of the one part and
M/s………..……………………………………………………………………………………………………..
....……………………………………………………………………………………………..
(hereinafter called “the CONTRACTOR”) of the other part
WHEREAS the Employer is desirous that certain works should be executed viz:
1) In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to.
2) The following documents shall be deemed to form and be read and construed as part of
this Agreement. viz:
4) The Employer hereby covenants to pay the Contractor in consideration for the execution,
completion and maintenance of the Works the Contract Price at the times and in the
manner prescribed by the Contract and as stated in the Cash Flow contained In the
Appendix to the Form of Tender.
IN WITNESS whereof the parties hereto have hereunder set their respective hands and seals on
the day and year first above written.
………………………………………………… …………………………
Signed by a duly authorized signatory Witness
for and on behalf of the Government
of the Sultanate of Oman
………………………………………………… …………………………
Signed by a duly authorized signatory Witness
for and on behalf of the Contractor
…………………………………………………
Supervisor of the Ministry of Finance
CONSTITUTION OF COMPANY
1. International Companies
The Contractor shall prior to the signature of the Form of Agreement submit notarially
authenticated copies of the original documents defining the constitution of the Company,
powers of attorney and other relevant documents. In the case of a Partnership or Firm these
documents shall be duly authenticated extracts from the partnership deed or other
documents. These documents shall also show by what persons and what manner contracts
may be entered into and what persons are directly responsible for the due execution of such
contracts and can give valid receipts together with specimens of their signatures.
A Contractor intending to undertake the Contract jointly or in association with another firm or
firms including firms or persons acting in an advisory or consultative capacity shall submit a
statement showing how the contract commitment will be undertaken and the exact
relationship between each of the parties.
2. Omani Companies
The Contractor shall prior to the signature of the Form of Agreement submit copies of the
official Company Registration Particulars, i.e. partnership, limited liability, joint venture, joint
stock, together with the commercial registration number. These documents shall also show
by what persons and in what manner contracts may be entered into and what persons are
directly responsible for the due execution of such contracts and can give valid receipts
together with specimens of their signatures.
.
Total Amount
Bill No. Description
Rials Omani
Part 1A General Items. RO
Part 2 Further Site Investigation. RO
Part 3D Demolition and site clearance RO
Part 3I Pipework – Pipes. RO
Part 3J Pipework – Fittings & valves. RO
Part 3K Pipework - Manholes and pipework ancillaries. RO
Part 3L Pipework - Supports and protection, ancillaries to laying and excavation. RO
Part 8E Daghmar BHT - Earthworks. RO
Part 8F Daghmar BHT - In situ concrete. RO
Part 8G Daghmar BHT - Concrete ancillaries. RO
Part 8H Daghmar BHT - Prrecast concrete. RO
Part 8I Daghmar BHT - Pipework - Pipes. RO
Part 8J Daghmar BHT - Pipework - Fittings and valves. RO
Part 8K Daghmar BHT - Pipework - Manholes and Pipework Ancillaries. RO
Part 8L Daghmar BHT - Pipework - Supports and protection. RO
Part 8N Daghmar BHT - Miscellaneous metalwork. RO
Part 8R Daghmar BHT - Roads and pavings. RO
Part 8U Daghmar BHT - Brickwork, blockwork, masonry. RO
Part 8V Daghmar BHT - Painting. RO
Part 8W Daghmar BHT - Waterproofing. RO
Part 8X Daghmar BHT - Miscellaneous works. RO
Part 8Z Daghmar BHT - Building works. RO
Part 9.8 BPS - Elec Plant Supply. RO
Part 9.10 Instrumentation & SCADA Supply. RO
Part 9.11 Building Services & Comms Supply. RO
Part 10.1 RWPS - Mech Plant Install. RO
Part 10.8 BPS - Elec Plant Install. RO
Part 10.9 BHT & Small Sites - Elec Plant Install. RO
Part 10.10 Instrumentation & SCADA Install. RO
Part 10.11 Building Services & Comms Install. RO
Part 11.2 BPS - Civil Works. RO
Part 11.5 Other sites - Civil Works. RO
Part 13 Provisional Sums. RO
Part 14 Dayworks. RO
Add Contingencies 10% of Bill Part 2 to Part 11 RO
TOTAL CONTRACT VALUE RO
Value of Preliminaries RO
Value of Measured Works RO
Value of Provisional Sums RO
Value of Dayworks RO
Value of Contingencies RO
TOTAL CONTRACT VALUE RO
Signature of Contractor:
Place:
Date:
This bond shall be free of interest and payable in cash on your first written demand in the event of
the Tenderer either withdrawing his Tender within a period of ninety (90) calendar days from the
date for the receipt of Tenders or failing to provide a Performance Bond within ten (10) working
days for Local Contractor and twenty (20) working days for International Contractor of acceptance
of the Tender without any reference to or contestation on behalf of the Contractor.
This bond should be returned to us upon its expiry or upon fulfillment of our undertaking
whichever is the earlier.
Authorized Signatories
Ministry of Finance,
P.O. Box 506, Muscat,
Postal Code 113,
Sultanate of Oman.
Whereas.........................................................................................................................................
(hereinafter called "the Contractor") has been awarded a Contract dated .................................for
construction, completion ,operation and maintenance of ..............................................................
for the value of RO. ...............................................( Omani Rials.................................................)
......................................................................................................................................................
and in consideration of your making an advance payment of RO..................................................
.......................................................................................................................................................
to the Contractor being 10% of the Contract Sum, less any sum for Contingencies included in
the Contract Sum, by this bond, we ...............................................................................................
whose address is ...........................................................................................................................
guarantee to pay you a sum not exceeding R.O............................................................................
.......................................................................................................................................................
on your first written demand without reference to or contestation on behalf of the Contractor.
It is understood that our liability towards you will be progressively reduced by the amount repaid
to you by the Contractor as contained in the Certificates and Payments against the said
advance payment.
This bond should be returned to us upon its expiry or upon fulfillment of our undertaking
whichever is the earlier.
Authorized Signatories
Ministry of Finance
P.O. Box 506, Muscat
Postal Code 113
Sultanate of Oman
Whereas...........................................................................................................................................
(hereinafter called "the Contractor") has been awarded a Contract dated ........................................
for construction, completion and maintenance of …..........................................................................
......................................................... for the value of RO .....................................( Omani
Rials......................................................................................)
………...............................................................................................................................................
by this bond we ................................................................................................................................
whose address is ..............................................................................................................................
are held and firmly bound unto the Government of the Sultanate of Oman represented by the Ministry
of Finance, Muscat in the sum of RO........................................... being five percent (5%) of the Contract
Value.
We agree to make unconditional payment under this bond on your first written demand without any
reference to or contestation on behalf of the Contractor provided the claim is received by us on or
before................................................................................. .
This Guarantee should be returned to us upon its expiry or upon fulfillment of our undertaking
whichever is the earlier.
Authorized Signatories
Whilst the Performance Bond is an "On First Written Demand" Bond, the Employer may,
but is not bound to, adhere to the following procedure. If the Employer considers that the
Contractor is in default of the due performance of his duties under the Contract, then the
Employer will give fourteen days written notice to the Contractor of this occurrence during
which time the Contractor shall rectify such performance to the satisfaction of the Engineer.
If in the opinion of the Engineer such performance is not rectified the Engineer shall inform
the Employer accordingly in writing.
The aforementioned shall not, in any manner whatsoever, alter the nature of the "On First
Written Demand" Bond.
General
1. YAS4002-GEN-P2-001 Drawing Schedule - 5B
2. YAS4002-GEN-P2-002 Typical Details
3. YAS4002-GEN-P2-003 Project Area Limits - Pump Station 2
Daghmar Irrigation Tank
4. YAS4002-DIT-CV-001 Layout Plan
5. YAS4002-DIT-CV-002 General Arrangement Plan
6. YAS4002-DIT-CV-003 Foundation Plan
7. YAS4002-DIT-CV-004 Roof Plan
8. YAS4002-DIT-CV-005 Elevations
9. YAS4002-DIT-CV-006 Chamber Details
10. YAS4002-DIT-CV-007 Miscellaneous Details
11. YAS4002-DIT-CV-008 Foundation Plan - Reinforcement
12. YAS4002-DIT-CV-009 Roof Plan - Reinforcement
13. YAS4002-DIT-CV-010 Sections Reinforcement
14. YAS4002-DIT-CV-011 Miscellaneous Details - Reinforcement
Flow Measuring Chamber
15. YAS4002-FMC-001 Flow Meter Chamber Hayl Al Ghaf
16. YAS4002-FMC-002 Flow Measuring Release Chamber Details
General
1 YAS4002-GEN-P2-001 Drawing Schedule - 5C
Pump Station 2
2 YAS4002-PS2-CV-001 Layout Plan
3 YAS4002-PS2-CV-002 Ground Floor Plan
4 YAS4002-PS2-CV-003 First Floor Plan
5 YAS4002-PS2-CV-004 Elevations
6 YAS4002-PS2-CV-005 Sections
7 YAS4002-PS2-CV-006 Single Line Diagram
Electrical
8 YAS4002-EL-001 Legend Sheet for All Single Line Diagram
9 YAS4002-EL-002 Standard Details - Cable trench/ducts/draw pits
10 YAS4002-EL-003 Typical Lighting Details
11 YAS4002-EL-004 Typical Earthing Details - Sheet 1 of 2
12 YAS4002-EL-005 Typical Earthing Details - Sheet 2 of 2
13 YAS4002-EL-006 Standard Details -Transformer plinth
The Tenderer must properly bind in, after this page, the additional documents required by
Clauses 1.5 and 1.15 of the Instructions to Tenderers. A short list of these is given below:
4.1. GENERAL
All schedules must be signed and accompanied by the company seal. The absence of any
response against any part in the Schedules of Deviations will be taken as implying agreement
with that part in full and without deviation.
In principle, the Tenderer shall prepare his Tender in full compliance with the conditions and
requirements as stated in the Tender Documents.
Should the Tenderer raise objections to any requirements of the Tender Documents or be of the
opinion that any deviations from the General and Technical Specifications would contribute to an
improvement of the availability, reliability, flexibility or safety of the sites, without reducing the
specified requirements, he will be allowed to quote accordingly.
Such deviations, however, shall in any case be entered item wise into this separate Schedule of
Deviations and have to be clearly justified. Reference shall be given to the respective Clause or
Sub-clause of the Tender Documents. Hints of a general nature only, without reference to a
certain Clause or Sub-clause of the Tender Documents will not be considered and may result in
the rejection of the Tenderer's proposal.
Where applicable the Tenderer shall note the impact on cost and time schedule for compliance.
If no deviations are entered into the Schedule of Deviations, the Tenderer will be considered to
have completely accepted, without reservation, all conditions and requirements of the Tender
Documents.
The Tenderer should note that in the event of awarding a Contract, no deviations from the Tender
Documents, except those listed below and specifically approved by the Engineer in writing, will be
acceptable.
The Employer reserves the right to accept or to reject any or all deviations/proposals, and in case
of Notification of Award, only the accepted deviations shall be binding.
Note: Attach additional sheets if necessary. Non-listing of deviations, if any, shall make the bid non-
responsive.
Signed: ..................................................
The Tenderer shall furnish here a list of equipment/systems of capacity similar to the specification
requirements manufactured by the manufacturers offered and person's to whom a reference may be
made by the Employer in case the Employer considers such a reference necessary.
Persons to
Installation No. of whom
No. Name and Description Client Date Operating Reference
Hours may be
made
Signed: ..................................................
The Tenderer shall give below a list of spare parts recommended for two years trouble free operation of the Equipment offered by him. Prices shall be included in
the Tender Price.
Delivery
Item Manufacturer Qty Unit Price Total Price
Period
No. & Part No. Description Required (RO) (RO)
(Weeks)
In Figures In Words
Signed: ..................................................
The Tenderer shall give below the list of special maintenance, erection tools and tackles offered by him. Price be included in the Tender Price. Tenderer shall
include all special tools required for operation and maintenance. During the Contract the adequacy of the tools quoted herein shall be demonstrated to the O&M
staff. In case of inadequacy of offered tools & tackles the Contractor shall provide additional required tools and tackles at no extra cost.
Item
Particulars Qty. Unit Price (OMR) Total Price
No.
In Figures In
Words
Signed: ..................................................
The Contractor shall list on the attached schedule all items of the Work he has planned to Sub-
Contract together with the name and address of the confirmed Sub-Contractors. In addition the
Contractor shall provide the following information for all major suppliers or sub-contractor
proposed as follows:
a. An indication of the part of the Works to be sub-contracted or covered by the order for
materials or design;
e. Standard applicable.
The Engineer/Employer reserves the right to reject any Sub-Contractor for whatever reason. If a
Sub-Contractor is rejected, the Contractor shall propose an acceptable alternative at no
additional cost to the Employer.
Similarly, the Contractor shall list all Suppliers of Materials or Services he is proposing to utilize
for the execution of the Works.
Proposed Equipment Manufacturers and their equipment shall be from the "PAEW List of
Approved Products" - latest revision where applicable.
For the items of equipment, which are not on the above-mentioned list, the proposed
manufacturers and equipment shall be of PAEW acceptable make and subject to PAEW
approval.
Signed: ..................................................
TABLE 1
LIST OF SUB-CONTRACTORS
The following list of Sub-Contractors is to be filled in completely and shall be binding upon the
Tenderer in case of Contract award:
Sub-Contractors
No. Item Experience
Name & Address
Submit as an
Attachment to this
Schedule a relevant
Experience list of the
design consultant
Signed
During the Tender Period, the Tenderer shall visit the sites and the water pipeline
route to appraise conditions and gather the necessary information. Tenderer shall
enclose a copy of the document duly signed by PAEW Personnel as a proof for
having visited the Sites. The Tenderer shall submit the following declaration duly
completed along with the Tender.
INSPECTION OF SITE
We hereby confirm that we have visited and carefully examined the Sites and pipe-line
route and satisfied ourselves as to the nature of all existing roads or other means of
transport or communications and as to possible interruptions thereto and as to access to
and from the Site.
We have made enquiries, examined and satisfied ourselves as to the nature and location
of conditions affecting our obligations under the Contract.
We have made local and independent enquiries as to storms, prevailing winds, climatic
conditions, and other similar matters.
We have satisfied ourselves to the sources and means of obtaining adequate supplies of
skilled and unskilled persons and all materials and equipment required for carrying out
obligations under the Contract.
We have considered the possible effects whilst carrying out of the Contract that may be
caused by the breakdown of communications or because of storms, floods or adverse
weather conditions.
We have acquainted ourselves as to the laws and regulations, which are applicable to the
work to be performed by us under the Contract, and we have verified that any permits,
approvals and authorizations, if required, can be obtained.
We have obtained all necessary information of all matters whatsoever which may affect
our execution of the Contract.
Signed: ..................................................
The Contractor shall note below the receipt of Addenda issued during the Tender period. The
Addenda shall form part of the Contract documents, failure by the Contractor to list any Addenda does
not relieve him from compliance with the same.
Signed: ..................................................
Project : WATER TRANSMISSION PIPELINE FROM THE WATER TREATMENT PLANT OF WADI DAYQAH
DAM AT MAZARI IN WILAYAT QURAYYAT TO DEEM RESERVOIR IN MUSCAT GOVERNORATE
CONTRACTOR:
MAS No.: Manufacturer:
MAS Name: Supplier (GCC or Foreign)**
BOQ Ref: Time Required at Site:
Specification
B.S. Ref.:
Ref:
Drawing Ref: Sample Attached: Yes No
Certificate Attached: Yes No
Assurance of Delivery on time: Yes No
Remarks:
Recommended: Rejected:
Tenderer shall list below all Omani Employees employed in the Company.
Tenderer shall list below all Expatriate Employees employed in the Company.
The Tenderer must list below all Products and Materials to be used in the Project. If the Material/Product is made in Oman, give the name of the
Manufacturer. If the Material/Product is foreign, indicate whether it will be obtained from local market an give your reasons for not using Omani
materials and product. All proposed material shall be supplied from renowned suppliers from the PAEW approved list of manufacturers and
suppliers wherever available accept for the materials which are not listed in PAEW list to be approved by PAEW Engineer and client. The
material shall be of high quality and PAEW reserves the right to select the material proposed irrespective of the price of the material. The
Contractor shall consider this in their quoted price and no price variations shall be acceptable in this regards.
1. ...................................................................................................................
...................................................................................................................
...................................................................................................................
...................................................................................................................
2. ..................................................................................................................
...................................................................................................................
...................................................................................................................
...................................................................................................................
3. ..................................................................................................................
...................................................................................................................
...................................................................................................................
...................................................................................................................
4. ..................................................................................................................
...................................................................................................................
...................................................................................................................
...................................................................................................................
5. ...................................................................................................................
...................................................................................................................
...................................................................................................................
...................................................................................................................
F) The Tenderer shall attach details of local agent and their registration as
stipulated.
Licenser: ...........................................................................................................
General
It is essential that all components of the system are designed and manufactured to
the highest level of quality.
The Contractor shall maintain and use a Quality System, which complies with the
appropriate part of BS 5750 or ISO 9000 & 14000 to control the Works.
The Contractor shall employ such persons possessing the necessary qualifications to
ensure that correct level of competence is applied to the Works in order to meet the
specifications.
If the Contractor chooses to Sub-Contract part of the Works, he shall ensure that his
Sub-Contractors have an effective quality system. This quality system shall not
relieve the Contractor of his responsibility for the quality of the finished Works.
A definite quality plan covering all items of equipment / works shall be provided by
Contractor as well as all Sub-Contractors.
This quality plan shall be consistent with the policies and objectives of the quality
manual and shall contain:
− An organisation chart defining the reporting relationships for those persons who
are responsible for controlling the quality of the work including interfaces between
Site and base office employees. The chart shall also indicate whether staff are
assigned full or part time to the Contract;
− Quality Procedures; These shall list each control activity throughout the life cycle
of the Contract and indicate the
• Activity to be performed;
• The applicable acceptance / rejection criteria, specification, standard, etc.;
• The record to be produced as objective evidence of compliance.
The Quality Plan shall be subject to the approval of the Employer/Engineer. The
Engineer may also require the addition of further hold / surveillance points and
additional or alternative tests to these plans.
Quality Audit
The Contractor and leading Sub-Contractors may be subject to a quality audit before award of
Contract with follow-up audits at any time during the execution of the Contract. The Contractor shall
carry out at his own expense quality audits at his major Sub-Contractor's premises and audit reports
shall be furnished to Engineer/Employer for information.
QUESTIONS ANSWERS
By whom
When
Contractor shall attach a bar chart showing the Schedule of work to be carried out
under this Contract.
The bar chart shall be complete with start and completion dates of various activities,
milestones and critical path from the Project start to its completion.