Professional Documents
Culture Documents
ITT Refurbishment of The Les Coteaux Community Centre Upload 2 PDF
ITT Refurbishment of The Les Coteaux Community Centre Upload 2 PDF
ITT Refurbishment of The Les Coteaux Community Centre Upload 2 PDF
INVITATION TO TENDER
FOR
DCDYDS:2023 - 0002
This page is left intentionally blank
TABLE OF CONTENTS
1. Background Information 5
2. Format of Tenders 6
4. Methodology 8
6. Tender Submissions 9
7. Site Visits 10
8. Scope of Work 10
16. Acknowledgement 14
19. Indemnity 14
Attachment A – K 19
Appendix C – Price Submission 30
Index of Annexures 38
Appendix G – Drawings
(a) Tenders shall comprise a Single-Envelope System, this means a single envelope
containing both the financial and technical information for evaluation.
(b) The original and the copies of the tender shall be typed or written in indelible ink and
shall be signed by a person or persons duly authourized on behalf of the Tenderer.
(c) Alterations or erasures on any tender shall be initialled by the bidder or, in the case of
a company, partnership or firm, by a duly authorized officer or employee of such
company, partnership or firm.
1. ELIGIBILTY
Each tenderer is only to submit documents requested in a neat format with each section
properly separated and tabbed together with a table of contents for ease of access in the
order stated hereunder. All submission must be neatly bonded. The DCDYDS reserves the
right to reject any tender that has not been properly bonded, tabbed and in an order different
from that stated below or submission of any loose pages.
a. Firms MUST for the purpose of this tender detach the TENDER SUBMISSION SECTION
and all of its parts and put the requested information accordingly to return to the DCDYDS
in their tender submission.
b. The TENDER SUBMISSION SECTION must have cover page identifying the name of
the Construction company /Business, address, contact information, email and company
logo.
c. A cover letter introducing the Construction company, its years in operations, approximate
number of employees and its Directors is mandatory.
d. The TENDER SUBMISSION SECTION requires you to submit the following
information and in the following Order:
e.
Each item should be tabbed.
1. Certificate of Incorporation/Business Registration
2. Notice of Incorporation
3. Notice of Directors if Incorporated
4. Notice of Address
5. VAT Clearance Certificate no older than six (6) months;
6. VAT Non-Registered if not eligible for VAT
7. BIR Clearance no older than six (6) months;
8. NIS compliance certificate;
9. The name of the person proposed for administration and execution of the contract
together with an accessible telephone contact and an email address;
10. The name of the person authorized to liaise with representatives of the DCDYDS
regarding this tender;
11. At least two (2) recent letters of recommendation from reputable clients (past or
current) on the provision of construction services. The letters of recommendation
should state the period of the contract, the value of the contract and the
performance of the tenderer on each contract;
12. A statement certifying that the provider shall comply with the methodology outlined
in this tender document.
13. Price proposal (see Appendix A). VAT must be billed separately
14. Form of Tender (Appendix B)
15. Evidence of Financial Capacity
16. Evidence of Domicile in the Island of Tobago
17. A statement certifying that the price proposed is valid for a period of at least ninety
(90) days.
18. Firm presents evidence of successfully pre-qualifying with the Procurement Control
Office – OCS (Successful Pre-Qualification Notification Letter).
19. Implementation Plan
Tenders are also asked to organize their document with a table of contents so as to provide
quick and easy referencing.
3. METHODOLOGY
A detailed description of the plan of action which outlines the use of all resources within the quoted
time to deliver the desired project output. This plan should be sufficiently detailed to guide the
project at every stage and to provide the assurance that every necessary aspect to deliver the
required output, on time and on budget has been considered. Contractors are asked to kindly
provide a Gantt chart that will identify the deliverables and or phases of the works to be
performed.
4. REQUESTS FOR ADDITIONAL INFORMATION
Replies to any request for clarification or additional information shall be circulated to all
parties participating in this tender process.
5. TENDER SUBMISSIONS
All tenders must be submitted in sealed envelopes, labelled in BOLD letter and addressed
as follows:
SECRETARY OF THE TENDERS COMMITTEE
Division of Community Development, Youth Development and Sport
PROVISION FOR THE REFURBISHMENT OF THE
LES COUTEAX COMMUNITY CENTRE
DCDYDS:2023 - 0002
and deposited in the tender box located on the ground floor of the DCDYDS, Glen Road,
Scarborough, Tobago
on or before closing date
Tenderers MUST submit one (1) original and four (4) copies of their bids. The envelope of
the original bid MUST be labelled as “ORIGINAL” in BOLD font and the envelopes
containing copies MUST be labelled “COPY”. Envelopes must be properly sealed with the
bidder’s returning address and contact number at the back of the envelope.
TENDERERS MUST also affix their company’s stamp at the front of the Envelope and
also on the Bill of Quantities (BOQ) and duly signed by the Principal or representative
responsible for preparing the bid.
6. SITE VISITS
The DCDYDS will coordinate site visits to the facility.
No. LOCATION DATE TIME
1 Les Coteaux Community Thursday 20th April, 10:00 a.m.
Centre 2023
Bidders SHOULD NOT visit the facility without first being authorized by the DCDYDS.
Site visits by invited tenderers are mandatory.
7. SCOPE OF WORK
The contractor that is engaged shall supply all required expertise, labour, tools, equipment,
material and services required to provide and complete the BOQ according to specifications
and general contract conditions and standard set by the DCDYDS.
The contractor shall provide the necessary PPE for workmen on site, which should always be
worn, whilst on the job and engaged in work activities.
9. EVALUATION CRITERIA
While the DCDYDS reserves the right to waive certain criteria at the selection stage, all
Tenderers are advised to provide all of the Mandatory requirement. The DCDYDS also
reserves the right to reject any tenderer that fails to provide all of the mandatory
requirements. Tenderers that go on to the Award stage of the evaluation SHOULD meet
ALL of the criterias in the Selection Stage of the evaluation.
a. The DCDYDS does however retain a separate right to waive irregularities in the tender
submission if in the DCDYD discretion such irregularities are of a minor technical
nature or relate to defects.
b. Where documents submitted are of a statutory nature only, and are materially
incomplete or inaccurate, the DCDYDS has the discretion to enter into an award with
the successful tenderer, subject to the incomplete or inaccurate statutory document
being remedied by the tenderer within seven (7) days.
9b. AWARD CRITERIA
CRITERIA MAX SCORE
Experience 5 pts
Price Submission
TOTAL 100
Tenderers who have not met the mandatory requirements shall not be considered any further.
Tenderers must score at least 70 points to be further considered. Award shall be based on
price/quality ratio.
8. TERMS OF PAYMENT
The successful supplier shall be paid upon the submission of monthly invoices. Payment
generally shall be made within thirty (30) days of the submission of the invoice(s). The
DCDYDS reserves the right to query all invoices against the Assembly’s own inspection and
verification of work.
Bids shall be valid for a period of at least ninety (90) days. All tenderers must provide a
statement certifying same.
This is an Invitation to Tender. No contractual obligations will arise between DCDYDS and
any bidder until and unless DCDYDS and a bidder enters into a formal, written contract for
the bidder to provide the services contemplated in this Tender Document.
a. The Award of the contract would be subjected to the submission of the following
Documents within seven (7) days of receipt of the Letter of Award to the successful
Contractor:
(i) Workmen’s Compensation and/or Liability Insurance
Late tenders will not be accepted under any circumstances. DCDYDS reserves the right to
reject any or all tenders, in whole or in part, to negotiate changes in the scope of services and
waive any technicalities as deemed in its best interest.
12. NO CLAIM FOR COMPENSATION
Except as expressly and specifically permitted in this Tender document, no Bidder shall have
any claim for any compensation of any kind whatsoever, as a result of participation in the
ITT, and by submitting a tender each Bidder shall be deemed to have agreed that it has no
claim.
The DCDEDL will ensure there is no Conflict of Interest in this tender. As such, any
relationship involving Bidders and Members of DCDYDS’s Management and Staff must be
fully disclosed.
14. ACKNOWLEDGEMENT
Proposals must be signed by the person making the offer or in the case of a company,
partnership or business firm, duly authorized officer or employee of such company,
partnership or business firm.
With this acknowledgement, bidders must also indicate the name and contact details of the
persons within their organization responsible for leading the tender process and subsequent
liaison between DCDYDS and their organization for correspondence and queries.
(a) The DCDYDS reserves the right to reject any or all bids without limiting the generality
of the foregoing, a Bid will be summarily rejected if it is conditional, if it is incomplete,
obscure, or irregular, if it has erasures or corrections in the Cost Schedule, or if it has
unit rates that are obviously unbalanced.
(b) The DCDYDS reserves the right to reject a Bid, which does not provide satisfactory
evidence that the proponent has the technical, physical and financial resources to
complete the work within a specified contract period.
(c) The DCDYDS reserves the right to accept or reject any bid and to annul the bidding
process and reject all bids, at any time prior to Award of Contract, without thereby
incurring any liability to the affected. Further, the Division does not have any
obligation to inform the affected proponent or proponents of the grounds for the action.
(d) The DCDYDS may declare the bidding void when none of the bids meet the intent of
the specifications or when it is evident that there has been a lack of competition and or
that there has been collusion. In addition, all bids may be rejected if they are
substantially higher than the official budget approved by the Division.
(e) The DCDYDS does not bind itself to accept the lowest or any offer or to reimburse
proponents for any expenses incurred in bidding.
APPENDIX A
FORM OF TENDER
To: The Secretary, Tenders’ Committee, Division of Community Development, Enterprise Development
and Labour
Dear Sirs/Madam
Having examined the bidding documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to provide Construction Services in conformity with the said bidding documents at the
locations specified therein for the sum of
___________________________________________________________________________
___________________________________________________________________________
_____________________VAT Inclusive or such other sums as may be ascertained in accordance with the
Schedule of Rates attached herewith and made part of this Tender.
We undertake, if our Tender is accepted, to deliver the services in accordance with the methodology and
scope of works outlined in the tender documents.
We agree to abide by this Tender for a period of ………. days from the date fixed for Tender opening, and
it shall remain binding upon us and may be accepted at any time before the expiration of that period.
Until a formal Contract is prepared and executed, this Tender, together with your written acceptance thereof
and your notification of award, shall not constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any Tender you may receive.
We hereby declare that we have not been debarred from any procurement process and shall not engage in
any fraudulent or corrupt act with regard to this purchase.
……………………………………………
Signature
………………………………………………………..
………………………………………………………..
Seal
This page is left intentionally blank
APPENDIX B – Tender Submission Section
COMPANY ADDRESS:
NAME OF OWNER/REPRESENTATIVE
CONTACT NUMBER:
1
LES COTEAUX COMMUNITY Main Road, Les Coteaux,
CENTRE Tobago
……………………………………
Signature STAMP
Date…………………………
ATTACHMENT “A” – Legal Status of Tenderer
BEHIND THIS PAGE ARE COPIES OF OUR VALID VAT, NIS AND BIR
CLEARANCE CERTIFICATES (NOT REGISTRATION CERTIFICATES).
ATTACHMENT “C” – Proof of Address
BEHIND THIS PAGE ARE COPIES OF OUR UTILITY BILL AND NOTICE OF
REGISTERED ADDRESS.
ATTACHMENT “D” - Proof of Experience
CHECKLIST
NO DESCRIPTION REMARK
Yes/No?
APPENDIX IV is filled
1 I provided/completed Attachment “A”
2 I provided/completed Attachment “B”
3 I provided/completed Attachment “C”
4 I provided/completed Attachment “D”
5 I provided/completed Attachment “E”
6 I provided/completed Attachment “F”
7 I provided/completed Attachment “G”
8 I provided/completed Attachment “H”
9 I provided/completed Attachment “I”
10 I provided/completed Attachment “J”
………………………………………………
Name of Owner/Representative
……………………………………………………..
Signature
STAMP
Appendix C
PRICE SUBMISSION
Sir/Madam,
Having examined the Tender Document issued by Division of Community Development, Youth
Development and Sport (DCDYDS) and having also visited the site, I do hereby, offer to execute
and complete the whole of the said works described and referred to therein for the sums herein
proposed:
Proposed Price
(Words)……………………………………………………………………………………
……………………………………………………………………………………..
..……………………………………………………………………..……………..
………………..……… Trinidad and Tobago Dollars.
(TT$.....................................(Figures)) exclusive of VAT.
VAT:
(Words)……………………………………………………………………………………
……………..Trinidad and Tobago Dollars (TT$....................................(Figures)).
STATEMENT OF TRUTH
I declare that to the best of my knowledge the answers submitted to these questions are correct. I
understand that the information will be used in the selection process to assess my organisation’s
suitability to be selected for this tender. I also acknowledge that the DCDYDS’s authorised
representative shall make any enquiries concerning the particulars of my submissions.
I understand that the DCDYDS may reject my submission if there is a failure to answer all relevant
questions fully or if I provide false/misleading information. I understand further that any
discrepancies in the answers provided and the evidence demonstrated may result in automatic
disqualification.
……………………………………………………………..
………………………………………………………..
APPENDIX D - Reference Report
Reference Report
Name of Entity: Contact Person:
Email:
Address:
Phone:
Scope of Works:
Name of Vendor:
Address:
………………………………………………….. …………………………………………………..
……………………………………………………………
NAME (PRINT) NAME (Signature)
Authorized representative of Client Authorized representative of Client
Seal
APPENDIX E
Instructions: Detach, print back and front and place the necessary attachments under the
respectively labelled cover pages. For instance, attachment for certificate of incorporation should be
placed under cover page “A”. Attachments must be tabbed for ease of access.
1. I am …………………………………………………………………….,Managing Director/
………………………………………………………………………………………………
………………………………………………………………………………………………
………………………………………………………………………………………
(hereinafter referred to as “the Tenderer”). In so far as the contents of this application are
within my personal knowledge they are true, otherwise they are true to the best of my
2. Address of Tenderer:
……………………………………………………….………………………………………………………………………………
……………………………………………………………………………………………………………………………………….
………………………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………………………
A true copy of a utility bill evidencing the location of the firm is hereto annexed and
marked “B”.
3. Name, Position, email address and contact no. of person authorized to represent firm:
……………………………………………………………………………………………………………………………………….
……………………………………………………………………………………………………………………………………….
……………………………………………………………………………………………………………………………………….
4. The Tenderer [is/is not] in compliance with all applicable statutory laws relating to Value
Added Tax, Income Tax and NIS Compliance. True copies of its VALID VAT Clearance
Certificate (where applicable), BIR Tax Clearance Certificate and a NIS compliance
5. I [certify/cannot certify] that the Directors and or Officers of the Tenderer have not
been the subject of any fraud, money laundering, terrorist financing, corruption or
participation in criminal affairs investigations. I further certify that the said persons have
not been convicted for any criminal offences and can produce police certificates of good
6. I certify that the Tenderer [is/is not] Bankrupt or is the subject of insolvency or winding-
the court, where it is in an arrangement with creditors, where its business activities are
suspended or it is in any analogous situation arising from a similar procedure under the laws
orders from past and or current clients (within the last three (3) years) demonstrating the
Tenderer’s experience in supplying services of a similar nature and of at least “20% less
than the cost proposed” in this tender. True copies of the documentation are hereto annexed
8. The Tenderer [has/does not have] two (2) letters of reference from the same two (2)
performance on past or current contracts. True copies of the letters are hereto annexed and
marked “E”.
9. The firm has access to, or has available, liquid assets, lines of credit, and or other financial
means to meet its estimated cost of at least “20% less than the cost proposed” in this offer
paragraph 13 hereof, net of the applicant's commitments for other contracts. A true copy of
10. The Tenderer having understood the requirements of this tender and the recitals hereinbefore
……………………..…………………………………………………………………………
……………………..…………………………………………………………………………
………………………………………………………………………………………………
…………………….…………………………………………………………………………
………………………………………………………………………………………………
A true copy of the Bill of Quantities (Appendix F) is hereto annexed and marked “H”.
11. The Tenderer [makes/does not make] this offer in accordance with the terms,
Invitation to Tender document together with the site visit undertaken and further provided
12. The Tenderer makes as a condition of this offer that it can undertake the scope of works in a
period of SIX (6) WEEKS.
13. The Tenderer abides to adhere to the contents of this Tender Submission and its annexures
thereto.
14. The Company undertakes to provide the original certificates for the copies submitted, if
requested to do so by the DCDYDS within seven (7) days of a request being made.
15. The Company warrants that if any statutory document is defective, inaccurate and
incomplete it can remedy same within seven (7) days of being provided notice by the
DCDYDS.
16. The Company acknowledges that until a formal contract is prepared and executed, this
Tender, together with your written acceptance thereof and your notification of award, shall
not constitute a binding contract between the Division and the Firm.
INDEX OF ANNEXURES SUBMITTED ON BEHALF OF FIRM
--------------------------------
Authorized Representative
……………………………………………………………………
……………………………………………………………………
……………………………………………………………………
BILL OF QUANTITIES
LES COTEAUX COMMUNITY CENTRE
PRELIMINARIES / GENERAL CONDITIONS
Collection
Page 2 To Summary $
EXISTING SITE / BUILDINGS / SERVICES
C EXISTING SITE/BUILDINGS/SERVICES
Qty Unit Rate $ C
C20 Demolition
Demolishing parts of concrete structures
Plain concrete beds
a 100 mm thick walkway to allow for block work 5 m2
Demolishing parts of masonry structures
Brick walls, gauged mortar, unrestricted demolition
one brick thick, gable at the front, entire back
b
wall inclusive of gable, washroom walls, also
2
include all interior walls exceeding, 3,658mm high 164 m
e
Walls Cut and demolish blocks to create area for 6 m
the installation of new doors
2
Page 3 To Collection $
EXISTING SITE / BUILDINGS / SERVICES
a vent blocks 34 m2
Removing fittings and fixtures
Kitchen Cupboards
b not exceeding 300 mm deep item
Doors including frame; dispose of debris off-site or
set aside for re-use
c single door 19 nr
Removing plumbing and engineering installations
Sanitary fittings, including capping off service and
waste pipes and bringing forward services
d wash hand basin,water closet and shower fittings 12 nr
,Remove coverings
Roofs, unrestricted
e zinc 446 m2
Page 4 To Collection $
EXISTING SITE / BUILDINGS / SERVICES
Collection
Page 5 To Summary $
GROUNDWORK
D GROUNDWORK
D20 Excavating and filling
Excavating by machine
Trenches, width not exceeding 0.30 m, maximum
depth not exceeding
a 1.00 m (new building 458mm wide) and Apron
(813mm wide) 22 m3
b 1.00 m 15 m3
Page 6 To Collection $
GROUNDWORK
Collection
Page 7 To Summary $
IN SITU CONCRETE / LARGE PRECAST CONCRETE
Page 8 To Collection $
IN SITU CONCRETE / LARGE PRECAST CONCRETE
Page 9 To Collection $
IN SITU CONCRETE / LARGE PRECAST CONCRETE
Collection
Page 10 To Summary $
MASONRY
F MASONRY
F10 Brick/Block walling
Common bricks in gauged mortar 1:1:6
Walls
a 100 mm concrete blocks to reconstruct
washroom and storage room walls inclusive of all
lentils and dowels/ stiffeners where new walls
abut old walls. 117 m2
b Filling ventilation block holes and plastering on
both sides 35 m2
c 150mm concrete blocks for external walls with
12mm render on both sides. 89 m2
Page 11 To Collection $
MASONRY
Collection
Page 12 To Summary $
STRUCTURAL / CARCASSING METAL / TIMBER
Page 13 To Collection $
STRUCTURAL / CARCASSING METAL / TIMBER
Collection
Page 14 To Summary $
CLADDING / COVERING
H CLADDING/COVERING
H74 Zinc sheet coverings/flashings
Roof coverings
Sheet zinc/titanium alloy
a Sloping roof coverings; 24 gauge pre-painted
Aluzinc with standing seams at 520mm centres
with screws with neoprene washers and sliding 65 m2
clips as required.(New building Extension)
b sloping roof coverings; Quartz Plus with standing
seams at 520mm centres with screws with 604 m2
neoprene washers and sliding clips as required
c Ridge Capping 600mm wide, Eave End, and
52 m
Gable End flashing 500mm wide and all three
times bent. Also include for drip edge for the
entire roof perimeter. (New building Extension)
d Ridge Capping 600mm wide, Eave End, and
104 m
Gable End flashing 500mm wide and all three
times bent. Also include for drip edge for the
entire roof perimeter
e Supply and install 24-gauge soffit sheets under
the eaves and gable ends of the roof of the entire m2
building. (.46m overhang) New building Extension 8
Inclusive of 356mm x 356mm grill vents every
4.6m Apart
Page 15 To Collection $
CLADDING / COVERING
Collection
Page 16 To Summary $
LININGS / SHEATHING / DRY PARTITIONING
K LININGS/SHEATHING/DRY PARTITIONING
K10 Plasterboard drylining/partitions/ceilings
Linings, gypsum plasterboard to BS 1230 Include
costing for Aluminum grid framing to receive gypsum
sheets) Tray ceiling with Bulkhead.
Fixing with screws to ceilings
a 12.5 mm Plain Wallboard over 300 mm wide 65 m2
b 12.5 mm Plain Wallboard over 300 mm wide 372 m2
c 12.5 mm Plain Wallboard over 300 mm wide
sheets only 60 m2
Page 17 To Collection $
LININGS / SHEATHING / DRY PARTITIONING
Collection
Page 18 To Summary $
WINDOWS / DOORS / STAIRS
Burglar proofing
Cost should include one coat of redoxide primer
and two coats of industrial enamel paint. Colour to
be selected by the client
Page 19 To Collection $
WINDOWS / DOORS / STAIRS
L20 Doors/shutters/hatches
This is inclusive the supply and installation of a
Kwickset entrance lock combo for each door and a
pair of 76mm hinges along with aluminum heavy
duty door frame.Then apply one coat of primer
(Berger universal undercoat) and two coats of
Berger 404 sanding between coats. Paint colour
and all works are to be approved by the client.
Bespoke softwood doors
d 915mm x 2032mm cedar panel door
1 nr
e Kwickset entrance lock combo. (Lever Handles)
3 nr
f Front door: Supply and install 1728mm x
2032mm aluminum double door framed 1/2
nr
French door inclusive of heavy duty frame. Note 2
glass is to be tinted with 10% black tint
Page 20 To Collection $
WINDOWS / DOORS / STAIRS
Metal Work
Supply and Install burglar proofing for Front
Entrance door (1728mm x 2032mm). Materials for
job must consists of 25mm x 25mm R.H.S,
f 12mm G.I pipe (round finish), anchor bolts,
hinges, latches, yale stainless steel round locks 2 nr
and yale dead bolt lock set (key both sides).
Apply one coat of redoxide and two coats of
industrial enamel paint. Paint colour to be
selected by the client.
Page 21 To Collection $
WINDOWS / DOORS / STAIRS
L30 Stairs/walkways/balustrades
b Allow sum for Construction of wooden steps (3) and a
disable ramp of least slope given space constraints, item
to access the stage. Cost should include painting
and sanding
Page 22 To Collection $
WINDOWS / DOORS / STAIRS
Collection
Page 23 To Summary $
SURFACE FINISHES
M SURFACE FINISHES
M10 Cement sand/Concrete screeds/toppings
Cement and sand 1:3, work to floors
Screeded beds, level and to falls not exceeding 15
degrees from horizontal, over 300 mm wide
a 50 mm 463 m2
b Hack and remove the top surface of the floor
removing all dust and debris to ensure proper
bonding of screed. (NB Screed to a proprietary
screed. i.e. From premix concrete provider) 390 m2
Page 24 To Collection $
SURFACE FINISHES
b General surfaces
m2
over 300 mm girth 28
Before fixing
One coat of Sherwin Williams polyurethane sealer
c on generalsurfaces of joinery
m2
over 300 mm girth 28
General surfaces internally
Primer and two coats of Sherwin Williams paint
over 300mm girth
d m2
rendering, fair face or similar textured surfaces 213
General surfaces, externally
Primer and two coats of Weather Guard over 300
mm girth
e rendering, fair face or similar textured surfaces 193 m2
f Two coats of Sherwin Williams polyurethane stain 28 m2
on joinery
406 m2
g Painting of exterior walls, steps, columns and vent
blks
h Painting interior walls, vent blks, columns and 1096 m2
beams
Page 25 To Collection $
SURFACE FINISHES
Collection
Page 26 To Summary $
FURNITURE / EQUIPMENT
N FURNITURE/EQUIPMENT
N10 General Fixtures/furniture/equipment
a Supply and install bob rick B-40 40fl 02 commercial
soap dispenser to a location specified by the client.
2 nr
b Supply and install bob rick hand dryer along with
power to operate in location specified by the project
officer.
2 nr.
c Supply and install bob rick toilet paper holder
inlocation specified by the project officer.
5 nr
d Supply and install 1397mm x 900mm and face
mirrorsabove vanity basin with a silver aluminum
framing around the edge. 2 nr.
10 nr
f supply (10) Lifetime commercial grade folding tables
Page 27 To Collection $
FURNITURE / EQUIPMENT
Page 28 To Collection $
FURNITURE / EQUIPMENT
Joinery
9 m2
c Low level modular cupboards (cedar) *Flush type
door finish
Page 29 To Collection $
FURNITURE / EQUIPMENT
Collection
Page 30 To Summary $
BUILDING FABRIC SUNDRIES
Page 31 To Collection $
BUILDING FABRIC SUNDRIES
Collection
Page 32 To Summary $
DISPOSAL SYSTEMS
R DISPOSAL SYSTEMS
R10 Rainwater pipework/gutters
Page 33 To Collection $
DISPOSAL SYSTEMS
Collection
Page 34 To Summary $
VENTILATION / AIR CONDITIONING
Page 35 To Collection $
VENTILATION / AIR CONDITIONING
Collection
Page 36 To Summary $
ELECTRICAL SUPPLY / POWER / LIGHTING SYSTEMS
f 1
Supply and install 32way single phase panel box nr
g 1
Supply and install sub-panel box 14-18. nr
Page 37 To Collection $
ELECTRICAL SUPPLY / POWER / LIGHTING SYSTEMS
V31 DC supply
Supply and install 220v plugs to accommodate air
f conditioning units and range 7 nr
Page 38 To Collection $
ELECTRICAL SUPPLY / POWER / LIGHTING SYSTEMS
Page 39 To Collection $
ELECTRICAL SUPPLY / POWER / LIGHTING SYSTEMS
Collection
Page 40 To Summary $
81