ITT Refurbishment of The Les Coteaux Community Centre Upload 2 PDF

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 81

DIVISION OF COMMUNITY DEVELOPMENT, YOUTH

DEVELOPMENT AND SPORT

INVITATION TO TENDER
FOR

THE REFURBISHMENT OF THE


LES COTEAUX COMMUNITY CENTRE

DESCRIPTION DATE & TIME

Site Visit Date Thursday 20th April, 2023 @


10:00 a.m.

Tender Thursday 4th May, 2023 @ 2:00


Submission/Closing Date p.m.

Tender Opening Date Thursday 4th May, 2023 @ 2:30


p.m.

DCDYDS:2023 - 0002
This page is left intentionally blank
TABLE OF CONTENTS

1. Background Information 5

2. Format of Tenders 6

3. Instructions for Tender Submission 6

4. Methodology 8

5. Request for Additional Information 9

6. Tender Submissions 9

7. Site Visits 10

8. Scope of Work 10

9. Selection Criteria & Award Criteria 11

10. Terms of Payment 13

11. Bid Validity 13

12. No Contractual Obligation 13

13. Late Tenders 13

14. No Claim for Compensation 13

15. Conflict of Interest 13

16. Acknowledgement 14

17. Rights of the DCDYDS 14

18. Governing Law 14

19. Indemnity 14

Appendix A – Form of Tender 15

Appendix B – Tender Submission Section 17

Attachment A – K 19
Appendix C – Price Submission 30

Appendix D – Reference Report 32

Appendix E – Tender Submission Form 33

Index of Annexures 38

Appendix F – Bill of Quantities 49

Appendix G – Drawings

Appendix H - Specifications Sheet


1. BACKGROUND INFORMATION

The Division of Community Development, Youth Development and Sports (DCDYDS) is


seeking a competent and reliable contractor for the Refurbishment of the Les Coteaux
Community Centre. The DCDYDS will conduct its procurement process in accordance with
procurement best practice to ensure integrity, accountability, good governance, transparency
and value for money.

TENDERERS ARE ADVISED


TO READ THE INSTRUCTIONS
CAREFULLY
AND THOROUGHLY!!!
2. FORMAT OF TENDERS

(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

a) This tender is among General Contractors domicile in the jurisdiction of Tobago


and are registered/prequalified with the Procurement Control Office ONLY.
b) Tenderers with common directors or shareholders bidding shall be disqualified.
c) Tenderers who are not pre-qualified with the THA’s Procurement Control Office -
OCS, will not be eligible to partake in this Invitation to Tender (ITT)
d) A Bidder, and all parties constituting the Bidder, shall meet the following criteria to
be eligible to participate in public procurement:
i. the bidder has the legal capacity to enter into a contract;
ii. the bidder is not:
1. insolvent;
2. in receivership;
3. bankrupt; or
4. being wound up
iii. the bidder’s business activities have not been suspended;
iv. the bidder is not the subject of legal proceedings for any of the
circumstances in (b); and
v. the bidder has fulfilled his or her obligations to pay taxes and national
Insurance Contributions.
vi. the Directors and/or Principal Officers have not been convicted for any
criminal offences.
2. INSTRUCTIONS FOR TENDER SUBMISSION

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

Bidders requiring a clarification of the bid documents MUST do so by contacting the


Procurement Control Unit ONLY by email address dcdedl.procurement@gov.tt by Friday
27th April, 2023.All queries should be addressed to:
Public Procurement Unit
Division of Community Development, Youth Development and Sport

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

Thursday4th May, 2023 at 2:00 p.m.

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.

The summary of the Scope of the intended works is as follows:


1 Sundry masonry repair and upgrade works
2 Ceiling (Suspended ceiling to be constructed)
3 Demolition: Part of walkway; removal of old wiring and lights; removal of tiles
4 Excavation and Concrete works (Construction of the Computer Lab)
5 Installation of New Doors
6 Installation of New Windows
7 Air conditioning of the main hall and other room within the facility
8 Plumbing upgrades (Installation of Commercial Kitchen Sinks, Face basins and
Water Closets).
9 Fixtures (Installation of Commercial Hand Dryer, Soap Dispensers, Commercial
Signage for the facility and Mirrors for Toilet)
10 Electrical upgrade to accommodate the air-conditioning of the space.
11 Repainting of the entire building (Internal and External)
12 Power washing of all external walkways
13 Refurbishment of existing stage (Changing the height of stage, sand seal and polish
with high density polyurethane varnish)
14 Installation of water pump
15 Installation of Plexyglass in main hall to accommodate air conditioning units
16 Roof Works (Construction of a new roof for the facility and computer lab)
17 Complete Tiling of the facility
18 Joinery works (Construction of cupboards within the kitchen area)
19 Installation of Burglar proofing for all external windows and doors
20 Rehabilitation of the existing stage
21 Construction of multiple handicap ramps within the facility
22 Construction of a retaining wall
23 Upgrades to the drainage system located external of the building
24 Construction of multi car-park areas for the facility

SEE BILL OF QUANTITIES - APPENDIX F


SEE APPENDIX DRAWING – APPENDIX G
SEE APPENDIX SPECIFICATIONS SHEET – APPENDIX H

9. EVALUATION CRITERIA

9a. SELECTION CRITERIA

CRITERIA SCORE REMARKS

Legally registered company in Pass/Fail Mandatory


compliance with VAT, NIS and
Income Tax laws

Evidence of Business Registration - Pass/Fail Mandatory


Notice of Directors
Firms are not subject to any Pass/Fail Mandatory
investigation for fraud, money
laundering, terrorist financing, has
its operation wound up or subject to
any litigations.
Statement certifying that provider Pass/Fail Mandatory
can meet requirements of
methodology which incorporates the
scope of work
Completed Tender Submission Pass/Fail Mandatory
Section

Statement certifying that bids are Pass/Fail Mandatory


valid for a period of at least ninety
(90) days
Evidence of domicile (Tobago) Pass/Fail Mandatory

Firm presents evidence of Pass/Fail Mandatory


successfully pre-qualifying with the
Procurement Control Office – OCS
(Successful Pre-qualification
Notification Letter)
Signed Site Visit Register Pass/Fail Mandatory

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

Experience in similar works as those in


this tender in the form of two (2)
contracts or letter of award not more
than five (5) years old. Scope of works
should be submitted within
contracts/letter of award.
Project Team 5 pts

Qualifications and Experience of Key


Personnel
Methodology and Implementation 30 pts
Plan

Implementation Plan- Methodology


Plan (which clearly outlines timelines
and deliverables for the project).To
demonstrate the ability to execute the
specific tasks, time frame in order to
satisfy the objectives/needs identified
in the required scope(GANTT
CHART), equipment and resources.
Financial Capacity 15 pts

Evidence of Financial Capacity. Firms


must have the ability to meet cash flow
requirements of the sum proposed in
this tender per month. Evidence of
access to or availability of credit
facility by the Firm’s Bank or other
recognized financial institution. This
letter should reasonably provide a
range of the finances available to the
Firm. E.g. (upper six (6) digit, lower
five (5) digit).
Occupational Safety and Health Plan 5 pts

Tenderers are required to show safety


policy, risk assessment and to identify
a safety officer (certificate/s should be
submitted) relevant to this project
Price 40

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.

9. BID VALIDITY PERIOD

Bids shall be valid for a period of at least ninety (90) days. All tenderers must provide a
statement certifying same.

10. NO CONTRACTUAL OBLIGATIONS

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

11. LATE TENDERS

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.

13. CONFLICT OF INTEREST

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.

15. RIGHTS OF THE OFFICE OF THE DCDYDS

(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.

Dated this………….day of…………………………………. 2023

……………………………………………
Signature

In the capacity of ………………………………………

Duly authorized to sign Tender for and on behalf of

………………………………………………………..

………………………………………………………..
Seal
This page is left intentionally blank
APPENDIX B – Tender Submission Section

TENDER SUBMISSION ORDER AND


REQUIREMENTS

THIS SECTION SHOULD BE DETACHED FROM THE REST OF THE


TENDER DOCUMENT AND FILLED OUT BY PROVIDING THE
NECESSARY DOCUMENTS BEHIND EACH ATTACHMENT.

PLEASE TAKE YOUR TIME AND PROVIDE THE INFORMATION


REQUIRED IN A MANNER THAT WILL MAKE IT EASY TO
NAVIGATE AND EVALUATE.
COMPANY NAME:

COMPANY ADDRESS:

NAME OF OWNER/REPRESENTATIVE

CONTACT NUMBER:

WORK PACKAGE SELECTED:

REFURBISHMENT OF THE LES COTEAUX COMMUNITY


CENTRE

No NAME OF FACILITIES ADDRESS

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 CERTIFICATE OF


INCORPORATION OR REGISTRATION, NOTICE OF DIRECTORS.
ATTACHMENT “B” – Tax Compliance

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

BEHIND THIS PAGE ARE COPIES OF TWO (2) PREVIOUS AND OR


CURRENT SIGNED CONTRACTS/LETTERS OF AWARD IN WORKS OF A
SIMILAR NATURE TO THAT PROPOSED IN THIS TENDER WITHIN THE
PAST FIVE (5) YEARS.

THE CONTRACT MUST HAVE INCLUDED THE SCOPE OF WORKS THAT


WAS DONE AND NOT LEAVE ANY ROOM FOR SPECULATION AS TO THE
NATURE OF THE WORKS UNDERTAKEN.

ANY CONTRACTS SUBMITTED FROM A PRIVATE COMPANY MUST BE


ANNEXED TO A SWORN STATUTORY DECLARATION IN A FORMAT AS
PRESCRIBED BY APPENDIX V AND VI. THE STATUTORY DECLARATION
MUST BE SWORN BY THE CLIENT AND NOT THE TENDERER.

THE DCDEDL SHALL UNDERTAKE DUE DILIGENCE TO DETERMINE THE


VALIDITY OF SAID CONTRACTS AND MISREPRESENTATION BY ANY
TENDERER MAY LEAD TO DEBARMENT FROM TENDERING
THROUGHOUT THE THA.
ATTACHMENT “E” – Past Performance

BEHIND THIS PAGE ARE TWO (2) LETTERS OF REFERENCE IN THE


PRESCRIBED FORM HERETO ANNEXED AS APPENDIX VII. THE
REFERENCES MUST COME FROM THE SAME CLIENTS AS THOSE FROM
WHOM THE BIDDER SUPPLIED CONTRACTS FOR ABOVE.
ATTACHMENT “F” - Financial Capacity

BEHIND THIS PAGE IS A LETTER FROM A FINANCIAL INSTITUTION


STATING THAT THE TENDERER HAS THE CASH FLOW AVAILABLE TO
COMPLETE THE SPECIFIED WORKS.

LETTER MUST STATE A RANGE OF FUNDS AVAILABLE (FIVE DIGITS, SIX


DIGITS, SEVEN DIGITS ETC).
ATTACHMENT “G” - Implementation Plan

BEHIND THIS PAGE IS 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.

IT IS EXPECTED THAT A GANTT CHART BE PROVIDED THAT WILL


IDENTIFY THE KEY MILESTONES, DELIVERABLES AND OR PHASES.
ATTACHMENT “H” - Key Personnel

BEHIND THIS PAGE INCLUDES:

i. THE NAMES, ROLE AND RESPONSIBILITIES OF THE KEY


PERSONNEL PROPOSED TO UNDERTAKE THE WORKS. THE
NAMES CITED HERE MUST BE MADE AVAILABLE FOR THE
DURATION OF THE PROJECT AND NO SUBSTITUTIONS
SHALL BE PERMITTED WITHOUT THE CONSENT OF THE
DCDEDL.
ii. KEY PERSONNEL SHOULD BE SUITABLE QUALIFIED AND
POSSESS THE RELEVANT QUALIFICATIONS AND
EXPERIENCE TO COVER THE VARIOUS ELEMENTS OF THE
WORKS.
iii. A PROJECT MANAGER MUST BE IDENTIFIED WHO SHALL BE
IN CONTROL OF THE PROJECT. THESE PERSONS MUST BE
MADE AVAILABLE FOR THE DURATION OF THE PROJECT.
iv. ATTACH CVS OF KEY PERSONNEL.
ATTACHMENT “I” – Occupational Safety and Health Plan

i. HEALTH AND SAFETY POLICY (SIGNED BY


CONTRACTOR/MANAGEMENT)
ii. RISK ASSESSMENT/ JOB SAFETY ANALYSIS
iii. SITE SAFETY PLAN
iv. EMERGENCY RESPONSE PLAN
v. WORKER CERTIFICATION TO SHOW COMPETENCE FOR SPECIFIC JOB (
E.G. OPERATING HEAVY EQUIPMENT)
vi. EQUIPMENT MAINTENANCE RECORDS
vii. COVID 19 PLAN
ATTACHMENT “J”-Price Proposal

BEHIND THIS PAGE IS OUR PRICE PROPOSALS


THE REFURBISHMENT OF THE
LES COTEAUX COMMUNITY CENTRE
ATTACHMENT “K” – Bid Completion Checklist

REFURBISHMENT OF THE LES COTEAUX COMMUNITY


CENTRE

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

(NOTE: THE APPENDIX HEREIN FORMS PART OF THE TENDER)

Tender for: REFURBISHMENT OF THE LES COTEAUX COMMUNITY


CENTRE

To: “SECRETARY OF THE TENDERS COMMITTEE”

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:

NAME OF FACILITY: LES COTEAUX COMMUNITY CENTRE

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.

Dated this………………. day of…………………………………2023

……………………………………………………………..

Authorized Representative Signature

In the capacity of ………………………………………

Duly authorized to sign Tender for and on behalf of

………………………………………………………..
APPENDIX D - Reference Report
Reference Report
Name of Entity: Contact Person:

Email:
Address:
Phone:
Scope of Works:

Name of Vendor:

Address:

Estimated Start date: Actual Start date: Est contract sum:


Estimated End date: Actual End date: Act contract Sum:

KEY – E: Excellent S: Satisfactory U: Unsatisfactory N: N/A I: Insufficient info to rate

Description Performance Comments (attach as


Rating necessary)
E S U N I

Work performed in compliance with contract terms and specs


Materials, supplies and equipment provided as required
Staff availability
Timeliness of work
Staff professionalism
Customer Service
Quality of Work
Communication and Accessibility
Prompt and effective correction of situations
Proper documentation and records
Would you recommend using this Firm again Yes No [Explain]

OVERALL PERFORMANCE - Excellent Satisfactory Unsatisfactory

Dated this …… day of ………………………………. 2023

………………………………………………….. …………………………………………………..
……………………………………………………………
NAME (PRINT) NAME (Signature)
Authorized representative of Client Authorized representative of Client

Seal
APPENDIX E

TENDER SUBMISSION FORM

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/

Chief Executive Officer/Director and or authorized representative of

………………………………………………………………………………………………

………………………………………………………………………………………………

………………………………………………………………………………………

(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

knowledge, information and belief.

I make this submission in response to DCDYDS 2023 – 0002 –THE REFURBISHMENT OF


THE LES COTEAUX COMMUNITY CENTRE

Limited Liability Registered Sole Trader Unregistered Sole trader

Unincorporated Association Partnership

A true copy of the firm’s incorporation/registration document and Notice of

Directors/Registered owner are hereto annexed in a bundle and marked “A”.

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

certificate, are hereto annexed in a bundle and marked “C”.

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

character within fourteen (14) days if required to do so.

6. I certify that the Tenderer [is/is not] Bankrupt or is the subject of insolvency or winding-

up proceedings, where the organization’s assets are being administered by a liquidator or by

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

and regulations of Trinidad and Tobago or any other jurisdiction.


7. The Tenderer [has/does not have] two (2) letters of award/signed contracts/purchase

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

in a bundle and marked “D”.

8. The Tenderer [has/does not have] two (2) letters of reference from the same two (2)

clients referred to in paragraph 9 hereof, on its performance, specifically addressing its

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

of TT$…………………………………………………….. (VAT Inclusive) and as recited in

paragraph 13 hereof, net of the applicant's commitments for other contracts. A true copy of

bank letters/references is hereto annexed and marked “G”.

10. The Tenderer having understood the requirements of this tender and the recitals hereinbefore

stated makes an offer in accordance with this invitation in the sum of

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

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

………………………………………………………………………………………………

…………………….…………………………………………………………………………

………………………………………………………………………………………………

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,

stipulations, conditions, warranties, representations and or obligations recited in the

Invitation to Tender document together with the site visit undertaken and further provided

in this tender submission form.

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

No Description TAB Page number


1 Certificate Of Incorporation And A
Notice Of Directors/Partners
2 Utility Bill B
3 Vat, BIR and NIS Clearance C
Certificate
4 Letters of Award/Signed D
Contracts
5 Letters of reference E
6 Bank references G
7 Bill of Quantities APPENDIX F

Dated this………….day of …………………………….2023

--------------------------------
Authorized Representative

For and on behalf of

……………………………………………………………………

……………………………………………………………………

……………………………………………………………………
BILL OF QUANTITIES
LES COTEAUX COMMUNITY CENTRE
PRELIMINARIES / GENERAL CONDITIONS

Qty Unit Rate $ C

Collection

Total from Page 1 $

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

c Demolish and Cart-away existing concrete structure


and tank stand located on west of the building item

C42 Repairing/renovating/conserving concrete


Cracks in concrete NB. Cracks present on the walls
are nonstructural and treatment is aesthetic. Method
should include cutting into existing mortar to remove
all loose material and debris along the full length of
the crack. Fill cracks with a propriety mortar such as
from SCL including added bonding agent. Bring
level to the existing mortar surface and make good all
surfaces.)
Repair cracks, clean out, fill with cement mortar
d (1:3), trowel smooth item
2

e
Walls Cut and demolish blocks to create area for 6 m
the installation of new doors
2

f Remove and Cartaway existing ceiling throughout 396 m


the facility
Chip the wall surface and remove paint and 2

g debris to allow for proper bonding of sand 335 m


plaster.
Apply 12.7mm sand plaster with added bonding 2
agent to wall surface in rough areas such as at 335 m
h
the back of the main hall and in the kitchen

C90 Alterations - spot items


Gutterwork

i Remove gutters and supports, dispose of debris 93 m


off-site UPVC
Removing plumbing and engineering installations
Electrical installations
Remove and cart-away all old lighting fixtures and
J plugs from the building and all electrical item
equipment used to operate
Remove and put-aside all ceiling fans within hall
k 4 nr
area and cartaway all electrical equipment used
to operate fans

Page 3 To Collection $
EXISTING SITE / BUILDINGS / SERVICES

Qty Unit Rate $ C

C EXISTING continued ...


C90 Alterations - spot items continued ...
Removing plumbing and engineering continued ...
Electrical installations continued ...

Forming new window opening's in existing wall's


Cut and demolish vent blocks to create area for the
installation of windows and extractor fan inclusive of
lintels

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

Timber boarding, moldings, linings, etc.


f roof boarding 446 m2

g Demolish existing concrete and pitch area for


preparation of a box drain (610mm x610mm
8 m3
x22m). This cost should also include excavation
of earth, rubble and carting away.
h Demolish and Cartaway existing concrete steps item

i Demolish and Cartaway existing fencing and GI


7 m
posts
j Demolish and Cartaway existing concrete curb
located at the front of the building 7 m

Page 4 To Collection $
EXISTING SITE / BUILDINGS / SERVICES

Qty Unit Rate $ C

Collection

Total from Page 3 $

Total from Page 4 $

Page 5 To Summary $
GROUNDWORK

Qty Unit Rate $ C

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

c 1.0 m (Stub columns to receive W8 I Columns) 7 m


3

d 1.00 m (driveway entrance located at the front 3


1.7 m
of the building)
Trenches, width over 0.30 m, maximum depth not
exceeding
e 2.00 m (Retaining Wall and Steps) 394 m3

Page 6 To Collection $
GROUNDWORK

Qty Unit Rate $ C

Collection

Total from Page 6 $

Page 7 To Summary $
IN SITU CONCRETE / LARGE PRECAST CONCRETE

Qty Unit Rate $ C

E IN SITU CONCRETE/LARGE PRECAST CONCRETE


E10 Mixing/casting/curing in-situ concrete
Ready mixed concrete
Plain in situ concrete 1:2:4 - 20 mm aggregate
1 m3
a columns
Reinforced in situ concrete 1:2:4 - 20 mm
aggregate
5 m3
b strip foundations 356mm thick
7 m3
c strip foundations
d beds, thickness not exceeding 150 mm (new
building, apron and ramp(1,524mmx 1220mm).
(Note new floor steel work to be locked into
12 m3
existing floor by drilling and using lockset).
2 m3
e Lintels and ring beam
12 m3
f slipper Drain
1 m3
g Columns 250mm x 250mm x 2,439 mm
2 m3
h beds, thickness not exceeding 150 mm
i beds, thickness not exceeding 150 mm (apron
18 m3
refurbishment)
j beds, thickness not exceeding 150 mm
(Construction of Ramps 1829mm x 1220mm,
4 m3
915mm x 1829mm, 1220mm x1220mm)

k foundations (Retaining Wall) 144 m3


l walls, thickness 150 - 450 mm (Retaining Wall) 28 m3
E20 Formwork for in situ concrete
Sawn softwood, basic finish
Sides of foundations, (four uses), height
m
exceeding 1.00 m 35 m2
n
exceeding 1.00 m 15 m2
Sides of ground beams and edges of slabs, (four
uses), height
o 177 m2
Walls, (six uses)
Vertical (Retaining Wall and Steps)
E30 Reinforcement for in situ concrete
Bar, straight
Deformed high yield steel bar reinforcement to BS4449
p 12 mm 1.30 tonne
q 16 mm 2.89 tonne
r 16 mm 0.21 tonne
Bar, bent
Plain round mild steel bar reinforcement to BS 4449
s 10 mm 0.10 tonne
t 10 mm 0.05 tonne

Page 8 To Collection $
IN SITU CONCRETE / LARGE PRECAST CONCRETE

Qty Unit Rate $ C

E IN SITU CONCRETE/LARGE PRECAST continued ...


E30 Reinforcement for in situ continued ...
Fabric
Fabric reinforcement to BS 4483
a A142 - 2.22 kg/m2 to handicap ramp, slipper
drain and Concrete bed. 40 m2
b A142 - 2.22 kg/m2 117 m2

c Supply and Install hexagon pavers for carpark. 151 m2


Costing should include preparation of area using
crush gravel, sand etc.

d Construct box drain at the front of the building


connecting to the main road drain at the front of 22 m
the HEALTH CENTRE. Size: 457mm Wide x
508mm deep with a 51mm lip on both sides.

e Construct concrete slabs 432mm wide x 610mm


long as per design specification for the purpose of
covers for box drain. Cost should include 26 nr
framework, BRC and concrete.

Construct concrete slab 1.8m wide x 6m long as


per driveway entrance for car park. Cost should
f include framework, BRC and concrete. 1.7 m3

Page 9 To Collection $
IN SITU CONCRETE / LARGE PRECAST CONCRETE

Qty Unit Rate $ C

Collection

Total from Page 8 $

Total from Page 9 $

Page 10 To Summary $
MASONRY

Qty Unit Rate $ C

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

150mm loaded concrete block wall 16mm


d reinforcement every other core. Foundation
blockwork 18 m2

e 100mm concrete blocks for internal walls with


12mm render on both sides. 30 m2

150mm concrete blocks to form extension on


f allexternal walls for New Hip Roof 121 m2

g 150mm loaded concrete block wall reinforced


every other core for the addition to foundation for
13 m2
the washrooms

Page 11 To Collection $
MASONRY

Qty Unit Rate $ C

Collection

Total from Page 11 $

Page 12 To Summary $
STRUCTURAL / CARCASSING METAL / TIMBER

G STRUCTURAL/CARCASSING METAL/TIMBER Qty Unit Rate $ C

G10 Structural steel framing


Framing, fabrication
Fabricated steelwork
Connections
general steel connections Grind and clean the
exposed surface of the existing W 8 I section
8 nr
a columns in prep for joining
Joining the W 8 I Section Columns: - Add 1.06m length
of the W8 section to each column. Allow for all
b fabrication to bolt the roof rafters during roof
reassembly - The joint weld should be a 'fullpen' weld
along the full cross section of the W8 section. - Weld
12.7mm plates dimension 610mm x1600mm on each
flange NB 6.35mm fillet weld along the entireperimeter
of the plate. Weld 12.7mm plate 152.4mm wide, along
the full width of the web with 6.35mm fillet weld along
8 nr
the full perimeter of the plate
Erection on site
14 nr
c C- channel rafters 5m long
12 nr
d 150mm Z purlins 6.5m long
e Supply and Install W8 I Section Columns (5m H).
Allow for all fabrication to bolt plate to stub
4.33 tonne
columns using washers and bolts.
Permanent reassembling the roof frame on the 286 m2
f original section of the building on the extended
W8 A frames.
Surface treatments at fabrication workshop
Encasement of the W8 I-section columns: Weld
g 25.4mm shear studs at 305mm centres on the
flanges and76.2mm shear studs on the web @
305mm centres. Weldtack 76.2mm x76.2mm 10 15 M
gauge BRC. Encase column with 4000 PSI
concrete with a slump of no more than 5.
Extend the Gable Roof beyond the existing
I-section columns: - Construct using W6
h 94 m2
I-section rafters @ 152mm centres matching
the slope and plane of the roof on the I section
columns. (457mm overhang). (91.44m )
- Z-purlins to match the specifications of the
existing purlins (12 Gauge) @ 914.4mm
centres (70m)

i Allow sum to anchor the rafters into/onto the


ring beam. (Must be settled with client at the item
Build ability Meeting with the contractor's
welder).
Allow sum for the supply and installation of Sag
j
Rods to the purlins on the entire building item
inclusive of all necessary fabrication

Page 13 To Collection $
STRUCTURAL / CARCASSING METAL / TIMBER

Qty Unit Rate $ C

Collection

Total from Page 13 $

Page 14 To Summary $
CLADDING / COVERING

Qty Unit Rate $ C

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

Supply and install fascia board 25mmx 300mm 210 m.


f Dttp on edges of roof
Supply and install 24 gauge soffit sheets under
g the eaves and gable ends of the roof of the entire 56 m2
building. (.46m overhang)
Inclusive of 356mm x 356mm grill vents every
4.6m Apart
h Construction as per design specifications Roof 102 m
Attachment using 51mm x 102mm DTTP rafters.
Cost should include 26 gauge pre-painted
standing seams at 508mm centres with screws
with neoprene washers and sliding clips, Eave
End, Gable End Flashing 508mm wide and all
three times bent.

Page 15 To Collection $
CLADDING / COVERING

Qty Unit Rate $ C

Collection

Total from Page 15 $

Page 16 To Summary $
LININGS / SHEATHING / DRY PARTITIONING

Qty Unit Rate $ C

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

Qty Unit Rate $ C

Collection

Total from Page 17 $

Page 18 To Summary $
WINDOWS / DOORS / STAIRS

Qty Unit Rate $ C


L WINDOWS/DOORS/STAIRS
L10 Windows/rooflights/screens/louvres
Aluminium Windows
Supply and installation of windows. Note cost must
include tinting of the windows using 20% Black
a Supply and install 1200mmx1200mm abel French
Style aluminum slider window (Horizontal) 6 nr

Supply and install 900mm x900mm abel french


style PVC vertical slider window nr
b 1
Supply and install 1220mm x900mm abel french
c style aluminum horizontal slider window inclusive
of burglar proofing nr
6

Supply and install 600mm x 1200mm abel french nr


style aluminum horizontal slider window inclusive 4
d
of burglar proofing

e Supply and install 900mmx900mm abel french nr


style aluminum horizontal slider window inclusive 5
of burglar proofing

Burglar proofing
Cost should include one coat of redoxide primer
and two coats of industrial enamel paint. Colour to
be selected by the client

Fabricate and install (916mm x 2032mm) burglar nr.


proofing using 25mm and 12mm galvanize pipe 1
f along with deadbolt and key on the both sides in
area specified by the client representative.
Fabricate and Install cage for Air-condition unit
g compressor using 50.8mm G.I pipe. Include
nr.
gate with heavy duty hinges and heavy duty 9
silver round lock

Fabricate and install 1829mmx 2032mm burglar


proofing using 25mm and 12mm galvanize pipe
h along with deadbolt and key on the both sides in
area specified by the client representative. Also
include cost to fabricate latches & supply yale
nr
stainless steel round lock for both top and 1
bottom of the gate.

Page 19 To Collection $
WINDOWS / DOORS / STAIRS

Qty Unit Rate $ C


L WINDOWS/DOORS/STAIRS continued
...L10 continued ...
burglar proofing continued ...
Cost should include one coat of redoxide primer
and two coats of industrial enamel paint. Colour to
be selected by the client continued ...
Fabricate and install metal railings for porch area
a using 25mm and 18mm galvanize pipe. Please
not the footing of posts to be anchored and cast 26 m
into floor area 75mm deep.
1220mmx1220mm windows in the computer lab 6 nr
b and workshop room
Supply and Install proprietary aluminum frame
c
and Shop Front Glass (Inclusive 10% Black Tint) 12 m2

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

g External door: Supply and install 915mm x


2032mm aluminum framed inclusive of heavy 1 nr
duty frame.

h 915mm x 2032mm heavy duty door frame 1 nr

i 915mm x 2032mm cedar panel door 4 nr


j 762mm x 2032mm cedar panel door 5 nr
k 381mm x 2032mm cedar panel door (bi fold) 16 nr
Cost should include commercial latches
and handles. (Black)
l 712mm x 2032mm aluminum framed door nr
2
inclusive of heavy duty frame.
m Kwickset entrance lock combo. (Lever Handles) 19 nr

Page 20 To Collection $
WINDOWS / DOORS / STAIRS

L WINDOWS/DOORS/STAIRS continued ... Qty Unit Rate $ C

L20 Doors/shutters/hatches continued ...


This is inclusive the installation of a Kwickset entrance
lock combo for each door and a pair of 76mm hinges
along with aluminum heavy duty continued ...
Bespoke softwood doors continued ...
a Front door: Supply and install 1728mm x
2032mm aluminum framed 1/2 French door
inclusive of heavy duty frame. Note glass is to be 2 nr
tinted with 10% black tint

b External door: Supply and install 915mm x


2032mm aluminum framed door inclusive of 4 nr
heavyduty aluminum frame.

c Supply and install heavy duty door enclosures 15 nr

d Supply and install Frost pattern shower 2 nr


enclosures in both showers
e Supply and install 915mm x 2032mm aluminum nr
framed 13mm thk. Glass door inclusive of heavy 2
duty slider tracks. Note glass is to betinted with
10% black tint

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.

Supply and Install burglar proofing for outside


room door (915mmx2032mm). Materials for job
must consists of 25mm x 25mmR.H.S, 12mm G.I
g pipe (round finish), anchor bolts, hinges, latches, 5 nr
yale stainless steel round locks and yale dead
bolt lock set (key both sides). Apply one coat of
redoxide and two coats of industrial enamel
paint. Paint colour to match existing colour

Fabricate and Install metal slabs for the purpose


of drain covers. Cost should include steel work
h
and painting. Materials to use 13mm HT Steel, nr
17
51mm R.H.S, redoxide and industrial black
enarmel paint (Berger)

Page 21 To Collection $
WINDOWS / DOORS / STAIRS

Qty Unit Rate $ C

L WINDOWS/DOORS/STAIRS continued ...


L20 Doors/shutters/hatches continued ...
This is inclusive the installation of a Kwickset entrance
lock combo for each door and a pair of 77mm hinges
along with aluminum heavy duty continued ...
Metal Work continued ...
a Supply and Install burglar proofing for outside
room door (712mm x 2032mm). Materials for job
must consists of 25mm x 25mmR.H.S, 13mm
G.I pipe (round finish), anchor bolts, hinges,
latches, yale stainless steel round locks and
yaledead bolt lock set (key both sides). Apply
one coat of redoxide and two coats of industrial
enamel paint. Paint colour to match existing 2 nr
colour

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

Qty Unit Rate $ C

Collection

Total from Page 19 $

Total from Page 20 $

Total from Page 21 $

Total from Page 22 $

Page 23 To Summary $
SURFACE FINISHES

Qty Unit Rate $ C

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

M20 Plastered/Rendered/Roughcast coatings


Cement and sand 1:3, work to walls
Chipping the wall surface and remove paint and
debris to allow for proper bonding of sand plaster.
13 mm screeded backings on brick or block walls
c over 300 mm wide 238 m2
d over 300 mm wide 569 m2
M40 Stone/Concrete/Quarry/Ceramic tiling/Mosaic
Floor Tiles
This involve the removal of existing tiles, the
preparation of the surface of the sub-base, clean,
dry, and free of dust, grease or any loose material. It
includes the use of thinset to the appropriate mix,
unsanded grout and spacers. The Finished surface
should be level and neatly line up and should be
satisfactory to the clerk of works.
Fixing with adhesive
e 600mm x 600mm nonskid porcelain tiles over
300 mm wide; PC Supply ratefor tiles $217.00/m2 463 m2
Tiling of shower floor using 457mm x
457mmnon-skid ceramic tiles 5 m2
f Tiling walls using ceramic 150mmx 600mm tiles
on ALL washroom walls to a height of 2.13m on
the perimeter of walls inside the walkways,
g
showers and toilets. Area and pattern to be
selected by the client. 182 m2
Supply and install external 457mm x 457mm
nonskid porcelain tiles to the external entrance
h 16 m2
stairs and ramps

Page 24 To Collection $
SURFACE FINISHES

M SURFACE FINISHES continued ... Qty Unit Rate $ C

M42 Engineered wooden flooring


Laminated flooring 10mm thick
laminated wooden flooring, over 300 mm wide
Sheet stage deck stairs and ramp using tongue &
a groove d.t.p.p. Note nails or screws MUST be
hidden to improve safety in the use of the stage
2
over time. 6 m
M60 Painting/Clear finishing
All surfaces to be wiped using clorox in
water and allow to dry then apply two coats
of Sherwin Williams emulsion paint for
appropriate finish on interior, Power wash
all exterior surfaces with 3000 psi pressure
washer, allow to dry then apply two coats of
Sherwin Williams weather guard paint. The
colour of would be selected by the project
officer.

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

i Painting of fascia and ceiling 2


484 m

j Pressure washing of all external aprons and steps.


120
m2
k Allow sum to paint all doors and door frames using
berger 404 industrial enamel paint (3 coats).
Sanding between coats must be done
27 nr

Page 25 To Collection $
SURFACE FINISHES

Qty Unit Rate $ C

Collection

Total from Page 24 $

Total from Page 25 $

Page 26 To Summary $
FURNITURE / EQUIPMENT

Qty Unit Rate $ C

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.

e supply (70) Lifetime stackable black seating


70 nr
commercial grade chairs

10 nr
f supply (10) Lifetime commercial grade folding tables

g supply and install urinal partition (Photo shows type


1 nr
to be chosen

h Supply and install a float switch to the portable


1 nr
water storage tanks

Create vanity to accommodate two 2 basins in male


and female toilets with solid surface top dimensions
i
1397mm x 458mm. Position to be determined by
client. Make holes to receive sinks. Cedar material
must be used throughout. Doors and partitions
2 nr
included

Supply and install Armitage vanity face basin


j
withpush to activate tap. (Photo shows type to
be chosen) 4 nr

Supply and install single drain under mounted


stainless steel kitchen sink with all line fittings and
k fixtures to make fully functional. Cost to include
supply and install commercial faucet with two (2)
mode system and extension road. (Photo shows
typeto be chosen) 1 nr

Page 27 To Collection $
FURNITURE / EQUIPMENT

Qty Unit Rate $ C

N FURNITURE/EQUIPMENT continued ...


N10 General continued ...
a Supply and install Berkley water closet set which
should be inclusive of toilet paper holder, Tank, bowl
nr
and all necessary fittings to make functional. 5

b Supply and install cobra shower mixer set which


should include foot tape, mixer and shower rose.
nr
(Photo shows type to be chosen) 2

c Supply and install Armitage urinal for male bathroom.


Cost should cover all plumbing works to make fully
nr
functional. (Photo shows type to be chosen) 2

d Allow sum to connect all new fixtures included above


with potable and waste lines and repair any damage
plumbing lines as well as storm water goods to leave
system fully functional. Care must be taken during
site visits and the estimation of the works onto item
provision of a bid as this will be binding for the above
numbers and scope.

e Supply and install differently able toilet with the 2 nr


appropriate disable bar and seat height

f Supply and Install new plumbing lines and fittings to


make water tanks operational and connected to water item
pump.

g Supply and install a float switch to the portable 1 nr


waterstorage tanks

h Allow sum to clear the septic tank of all liquid and


solids and reseal the cover and block work revealed item
above ground

i Allow sum to clean and sanitize (2) 1000gl water 2 nr


tanks

j Supply and Install colonial skirting and molding


for stage area, main hall area and door frame to
change rooms. Cost should include painting 76 m
and sanding

Supply and Install new plumbing lines and fittings to


k facilitate garden tap pipe with key locking head 2 nr
system

Page 28 To Collection $
FURNITURE / EQUIPMENT

Qty Unit Rate $ C

N FURNITURE/EQUIPMENT continued ...


N15 Signs/Notices

Supply and Install 2.1m x 1.2m aluminum sign (Sign


shall be framed using aluminum strips and should
have the THA logo along with the words of
a Welcome to Les Coteaux Community Facility,
Division of Community Development, Youth
Development & Sport). Cost must include framing, item
76.2mm G.I posts and planting of sign. Sign posts to
be treated and painted using itching primer and two
coats of white industrial enamel paint.

b Fabricate and Install cage with aluminum sheeting 1 nr


gable roof for water pump. Include gate with heavy
duty hinges and heavy duty silver round lock

Joinery
9 m2
c Low level modular cupboards (cedar) *Flush type
door finish

d Higher level modular cupboards (cedar) *Flush type 6 m2


door finish

e Solid Surface countertop (Granite Pattern) and allow


for cutting the opening and holes for the installation of 9 m2
the under counter kitchen sink and mixer tap

f Allow sum for ironmongery to cabinets item

g Construct a pantry along with doors in the kitchen


(2439mm High x 1829mm Wide x 458mm in depth) 1 nr
(cedar) Flush Type Doors

Page 29 To Collection $
FURNITURE / EQUIPMENT

Qty Unit Rate $ C

Collection

Total from Page 27 $

Total from Page 28 $

Total from Page 29 $

Page 30 To Summary $
BUILDING FABRIC SUNDRIES

Qty Unit Rate $ C

P BUILDING FABRIC SUNDRIES


P20 Unframed isolated trims/skirtings/sundry items
Skirtings, picture rails, architraves and the like
Wrought softwood skirtings
a 25mm x 150 mm Cedar cladding for stage front 75 m
facing

Allow sum for installation of wooden panel strips


b infront of the base of the stage and the handicap
ramp. Cost should include painting and sanding 7 m2
(Sherwin Williams Products)

Page 31 To Collection $
BUILDING FABRIC SUNDRIES

Qty Unit Rate $ C

Collection

Total from Page 31 $

Page 32 To Summary $
DISPOSAL SYSTEMS

Qty Unit Rate $ C

R DISPOSAL SYSTEMS
R10 Rainwater pipework/gutters

Unplasticised PVC gutterwork to BS 4576


150 mm half round gutters
a
jointed and fixed with support and union brackets
screwed to flashing. Note the use of Bildex roof 87 m
screws with neoprene washers and water
resistant industrial grade silicone are needed for
installation.

Supply and install 101.6mm PVC down pipe.


Note the use of Bildex roof screws with
b neoprene washers and water resistant industrial item
grade silicone are needed for installation. Cost
should include casting downpipe below concrete
apron and finishing into slipper drain.

Page 33 To Collection $
DISPOSAL SYSTEMS

Qty Unit Rate $ C

Collection

Total from Page 33 $

Page 34 To Summary $
VENTILATION / AIR CONDITIONING

Qty Unit Rate $ C

U VENTILATION/AIR CONDITIONING SYSTEMS


a Supply and install PEAKE 12000 BTU split AC unit.
(Any alterations to this must be approved by the
Client who reserves the right to vary the price
accordingly) Note that units are to be treated using 2 nr
Hydrogen Heroxide

U60 Air conditioning units

Supply and install PEAKE 24000 BTU split AC unit.


b (Any alterations to this must be approved by the
Client who reserves the right to vary the price 1 nr.
accordingly) Note that units are to be treated using
Hydrogen Heroxide

Supply and install PEAKE 18000 BTU split AC unit.


c
(Any alterations to this must be approved by the 3 nr.
Client who reserves the right to vary the price
accordingly) Note that units are to be treated using
Hydrogen Heroxide

d Supply and install isolators for to accommodate 3 nr.


60,000 BTU PEAKE AC conditioning Units.

Supply and install PEAKE 60000 BTU split AC unit.


e (Any alterations to this must be approved by the
Client who reserves the right to vary the price 3 nr.
accordingly) Note that units are to be treated using
Hydrogen Heroxide

Page 35 To Collection $
VENTILATION / AIR CONDITIONING

Qty Unit Rate $ C

Collection

Total from Page 35 $

Page 36 To Summary $
ELECTRICAL SUPPLY / POWER / LIGHTING SYSTEMS

Qty Unit Rate $ C

V ELECTRICAL SUPPLY/POWER LIGHTING


SYSTEMS
V20 LV distribution
All electrical fittings and works must comply with
the Trinidad and Tobago Electrical Codes. The
works includes the taking down and removal of
redundant material from the site and install new
materials. Every installation shall be installed with
the intensive care and attention should be given
to neatness. All work and installation shall be
satisfactory to the clerk of works, only the best
workmanship will be accepted.
Lighting circuits
a 4 squared wires to plugs inclusive of necessary item
conduits and boxes to the above standards.
Power circuits item
b 2.5mm twin to lighting circuits
Consumer units
c Supply and install 300mm x407mm single phase
panel box 1 nr

d 12 way domestic consumer unit 1


nr
e Supply and install s/s 200 amp double bank single
phase metre base 1
nr

f 1
Supply and install 32way single phase panel box nr

g 1
Supply and install sub-panel box 14-18. nr

V21 General lighting


Luminaries
Supply and install (Bright White) LED 100mm
panel down lighters in gypsum ceiling
h 12
throughoutthe building nr

Supply and Install 610mm x 610mm recessed


L.E.D panel lighting fixture (Bright White) Note cost
i 13
must include framing for fixture nr

Supply and install 110v flush type switches and


stainless steel covers in wiring in wall that is newly
j 3
erected nr

Page 37 To Collection $
ELECTRICAL SUPPLY / POWER / LIGHTING SYSTEMS

Qty Unit Rate $ C


V ELECTRICAL SUPPLY/POWER LIGHTING
SYSTEMS continued ...
V21 General lighting continued ...
Luminaries continued ...
Supply and install (Bright White) LED 150mm
a panel down lighters in gypsum ceiling throughout
the building 52 nr

Supply and Install 610mm x 1220mm recessed


b L.E.D panel lighting fixture (Bright White) Note cost
must include framing for fixture 30 nr

Supply and Install 610mm x 610mm recessed


c L.E.D panel lighting fixture (Bright White) Note cost
must include framing for fixture 10 nr

Supply and install Dusk to Dawn LED Security


d lights (one each on the four corners of the building
and other to be cleared by client). 7 nr

Supply and install 110v flush type switches and


e stainless steel covers in wiring in wall that is newly
erected 16 nr

V31 DC supply
Supply and install 220v plugs to accommodate air
f conditioning units and range 7 nr

Supply and install 50mm XPLE 3core wire cable with


g glands and ready for connection. 50 m

Supply and install 110v flush type plugs and stainless


h steel covers in wiring in wall that is newly erected 38 nr

Remove and replace GFCI plugs in kitchen 4 nr


i
Supply and install 95mm XPLE 3core wire cable with
j glands and ready for connection. 30 m

70mm xlp cable for single phase to feed panel and 40 m


k sub-panel. Price should be inclusive of glands.

Page 38 To Collection $
ELECTRICAL SUPPLY / POWER / LIGHTING SYSTEMS

Qty Unit Rate $ C

V ELECTRICAL SUPPLY/POWER LIGHTING


SYSTEMS continued ...
V90 Electrical installations (small scale)
a Supply and install 406mm extractor fan. Cost must
include current to power and must be on a separate
operational from lighting system 7 nr

b Supply and install 3/4 horse power Gould's water


pump inclusive of wiring and plug to power same. 1 nr

Page 39 To Collection $
ELECTRICAL SUPPLY / POWER / LIGHTING SYSTEMS

Qty Unit Rate $ C

Collection

Total from Page 37 $

Total from Page 38 $

Total from Page 39 $

Page 40 To Summary $
81

You might also like