Download as pdf or txt
Download as pdf or txt
You are on page 1of 359

TABLE OF CONTENTS

Construction of southwest state ministry of internal


security andministry of justice offices in Baidoa, Somalia
1. TENDER DOCUMENT
2. VIS & CODE OF CONDUCT
3. FILLED BILL OF QUANTITIES

COMPANY ATTACHMENTS
4. BID BOND
5. CERTIFICATE OF REGISTRATION
6. TAX COMPLIANCE CERTIFICATE
7. CERTIFICATE AND LICENCES
 Government Registration from Ministry of Public Works SWS
 Clearance Letter/ Certificate from Ministry of
InternalSecurity SWS
 Valid Commercial License
8. PAST SPECIFIC EXPERIENCES
9. KEY PERSONNEL
 Project Manager- Barbage Monyenye Ntabo
 Electrical Engineer- Ahmed Shee Mukhtar
 Site Engineer- Francis Ngunjiri Kunina
 Foreman- Justus M. Okinyi
 Admin Staff- Oscar Githinji Nganga
10. PLANTS AND EQUIPMENT- LEASED
11. PLANTS AND EQUIPMENT- OWNED
12. AUDITED ACCOUNTS
 Accounts 2022
 Accounts 2021
 Accounts 2020

1
INVITATION TO BID (ITB)

Construction of southwest state ministry of internal security and ministry of


justice offices in Baidoa, Somalia

Country: Somalia Date: 02 January 2024


ITB Reference No: 4200600224

IN/168 (Rev.3): Procurement Manual_ Annex 21_ effective on 17 March 2023

2
SECTION 1: LETTER OF INVITATION
International Organization for Migration, hereinafter referred to as IOM, hereby invites prospective bidders to
submit a bid in accordance with the General Conditions of Contract and the Schedule of Requirements as set out in
this Invitation to Bid (ITB).

To enable you to submit a bid, please read the following attached documents carefully.

Section 1: This Letter of Invitation


Section 2: Instructions to Bidders
Section 3: Data Sheet
Section 4: Evaluation Criteria
Section 5: Schedule of Requirements
Section 6: Conditions of Contract and Contract Forms
Section 7: Bidding Forms
● Form A: Bid Confirmation
● Form B: Checklist
● Form C: Bid Submission
● Form D: Bidder Information
● Form E: Joint Venture/Consortium/Association Information
● Form F: Eligibility and Qualification
● Form G: Technical Bid
● Form H: Price Schedule
● Form I: Bid Security

If you are interested in submitting a bid in response to this ITB, please prepare your bid in accordance with the
requirements and procedure as set out in this ITB and submit it by the deadline for submission of bids set out in
Section 3: Data Sheet.

Please acknowledge receipt of this ITB by completing and returning the attached Form A: Bid Confirmation by email
to procurement-tenderonly@iom.int no later than 21 January 2024, indicating whether you intend to
submit a bid or not. Should you require further clarifications, kindly communicate with the contact person/s
identified in Section 3: Data Sheet as the focal point for queries on this ITB.

We look forward to receiving your bid.

Approved by:

IOM Somalia

Supply Chain Unit

3
SECTION 2: INSTRUCTIONS TO BIDDERS

GENERAL
1. Scope Bidders are invited to submit a bid for the goods/services/works specified in Section 5:
Schedule of Requirements, in accordance with this Invitation to Bid (ITB). A summary of the
scope of the bid is included in Section 3: Data Sheet.
Bidders shall adhere to all the requirements of this ITB, including any amendment made in
writing by IOM. This ITB is conducted in accordance with Policies and Procedures of IOM.
2. Interpretation of the Any bid submitted will be regarded as an offer by the bidder and does not constitute or imply
ITB the acceptance of the bid by IOM. IOM is under no obligation to award a contract to any bidder
as a result of this ITB.
3. Supplier Code of All prospective suppliers must read the UN Supplier Code of Conduct and acknowledge that it
Conduct provides the minimum standards expected of suppliers to the UN. The Code of Conduct, which
includes principles on labour, human rights, environment and ethical conduct may be found
at: Supplier Code of Conduct (ungm.org).

4. Eligible bidders Bidders shall have the legal capacity to enter into a binding contract with IOM.
A bidder, and all parties constituting the bidder, may have the nationality of any country with
the exception of the nationalities, if any, listed in Section 3: Data Sheet. A bidder shall be
deemed to have the nationality of a country if the bidder is constituted, incorporated, or
registered and operates in conformity with the provisions of the laws of that country.
All bidders found to have a conflict of interest shall be disqualified. Bidders may be considered
to have a conflict of interest if they are or have been associated in the past, with a firm or any
of its affiliates that have been engaged by IOM to provide consulting services for the
preparation of the design, specifications, and other documents to be used for the
procurement of the goods, services or works required in the present procurement process.
Bidders shall not be eligible to submit a bid if at the time of bid submission:
● is included in the Ineligibility List, hosted by UNGM, that aggregates information
disclosed by Agencies, Funds or Programs of the UN System;
● is included in the Consolidated United Nations Security Council Sanctions List, including
the UN Security Council Resolution 1267/1989 list;
● is included in the World Bank Corporate Procurement Listing of Non-Responsible
Vendors and World Bank Listing of Ineligible Firms and Individuals;
● Other sanctions lists, if applicable, as per the discretion of the IOM.
5. Eligible goods, works All goods, works and/or services to be supplied under the contract shall have their origin in any
and services country apart from the countries, if any, listed in Section 3: Data Sheet, and all expenditures
made under the contract will be limited to such goods, works and services.
For purposes of this clause, “origin” means the place where the goods are mined, grown, or
produced or the place from which the related services are supplied. Goods are produced when,
through manufacturing, processing, or substantial and major assembly of components, a
commercially recognized product result that is substantially different in basic characteristics or
in purpose or utility from its components.
The origin of goods, works and services is distinct from the nationality of the bidder.
6. Proprietary The ITB documents and any specifications, plans, drawings, patterns, samples or information
information issued or furnished by IOM are issued solely for the purpose of enabling a bid to be completed
and may not be used for any other purpose. The ITB documents and any additional
information provided to bidders shall remain the property of IOM. All documents which may

4
form part of the bid will become the property of IOM, who will not be required to return them
to your firm.
7. Publicity During the ITB process, a bidder is not permitted to create any publicity in connection with the
ITB.

SOLICITATION DOCUMENTS
8. Clarification of Bidders may request clarifications on any of the ITB documents no later than the date
solicitation documents indicated in Section 3: Data Sheet. Any request for clarification must be sent in writing in the
manner indicated in Section 3: Data Sheet. Explanations or interpretations provided by
personnel other than the named contact person will not be considered binding or official.
IOM will provide the responses to clarifications through the method specified in Section 3:
Data Sheet.
IOM shall endeavour to provide responses to clarifications in an expeditious manner, but any
delay in such response shall not cause an obligation on the part of IOM to extend the
submission date of the bids, unless IOM deems that such an extension is justified and
necessary.
9. Amendment of At any time prior to the deadline of bid submission, IOM may for any reason, such as in
solicitation documents response to a clarification requested by a bidder, modify the ITB in the form of an amendment
to the ITB. Amendments will be made available to all prospective bidders.
If the amendment is substantial, IOM may extend the deadline for submission of the bid to
give the bidders reasonable time to incorporate the amendment into their bids.

PREPARATION OF BIDS
10. Cost of preparation of The bidder shall bear all costs related to the preparation and/or submission of the bid,
bid regardless of whether its bid is selected or not. IOM shall not be responsible or liable for those
costs, regardless of the conduct or outcome of the procurement process.
11. Language The bid, as well as any and all related correspondence exchanged by the bidder and IOM, shall
be written in the language(s) specified in Section 3: Data Sheet.
12. Documents comprising The bid shall comprise the following documents and related forms which details are provided
the bid in Section 3: Data Sheet:
a) Documents establishing the eligibility and qualifications of the bidder;

b) Technical bid

c) Price Schedule

d) Bid Security (if required)

13. Documents The bidder shall furnish documentary evidence of its status as an eligible and qualified vendor,
establishing eligibility using the Forms provided in Section 7 and providing the documents required in those forms.
and qualifications of In order to award a contract to a bidder, its qualifications must be documented to IOM’s
the bidder satisfaction.
14. Technical bid The bidder is required to submit a technical bid using the form provided in Section 7 and taking
into consideration the requirements in the ITB.
15. Price Schedule The Price Schedule shall be prepared using the form provided in Section 7 and taking into
consideration the requirements in the ITB.
The prices and discounts quoted by the bidder shall conform to the requirements specified
below.
● All items and lots (if applicable) must be listed and priced separately.

5
● The price to be quoted shall be the total price of the bid, excluding any discounts offered.
● The bidder shall quote any unconditional discounts and indicate the method for their
application.
● The INCOTERM shall be governed by the rules prescribed in the 2020 edition of
INCOTERMS, published by The International Chamber of Commerce. The INCOTERM rules
and place of destination are specified in Section 5: Schedule of Requirements.
● Prices quoted by the bidder shall be fixed during the bidder’s performance of the contract
and not subject to variation on any account unless otherwise specified in Section 3: Data
Sheet. A bid submitted with an adjustable price shall be treated as non-compliant and
shall be rejected. However, if in accordance with Section 3: Data Sheet, prices quoted by
the bidder shall be subject to adjustment during the performance of the Contract, a bid
submitted with a fixed price quotation shall not be rejected, but the price adjustment
shall be treated as zero.
● If indicated in Section 3: Data Sheet that bids are being invited for individual contracts
(lots) and unless otherwise indicated in Section 3: Data Sheet, prices quoted shall
correspond to 100 % of the items specified for each lot and to 100% of the quantities
specified for each item of a lot. Bidders wishing to offer any price reduction (discount) for
the award of more than one Lot shall specify the applicable price reduction.
16. Bid currencies All prices shall be quoted in the currency or currencies indicated in Section 3: Data Sheet.
Where bids are quoted in different currencies, for the purposes of comparison of all bids:
● IOM will convert the currency quoted in the bid into the IOM preferred currency, in
accordance with the prevailing IOM Operational Rate of Exchange on the date of the bid
closure; and

● In the event that IOM selects a bid for the award that is quoted in a currency different
from the preferred currency in Section 3: Data Sheet, IOM shall reserve the right to award
the contract in the currency of IOM’s preference, using the conversion method specified
above.
17. Duties and taxes The International Organization for Migration is exempt from all direct taxes, except charges
for public utility services, and is exempt from customs restrictions, duties, and charges of a
similar nature in respect of articles imported or exported for its official use. All quotations shall
be submitted net of any direct taxes and any other taxes and duties, unless otherwise specified
below:
All prices shall:
☐ be inclusive of VAT and other applicable indirect taxes

☒ be exclusive of VAT and other applicable indirect taxes


18. Bid validity period Bids shall remain valid for the period specified in Section 3: Data Sheet, commencing on the
deadline for submission of bids. A bid valid for a shorter period may be rejected by IOM and
rendered non-responsive.
During the bid validity period, the bidder shall maintain its original bid without any change,
including the availability of the key personnel, the proposed rates and the total price.
In exceptional circumstances, prior to the expiration of the bid validity period, IOM may
request bidders to extend the period of validity of their bids. The request and the responses
shall be made in writing and shall be considered integral to the bid.
If the bidder agrees to extend the validity of its bid, it shall be done without any change to the
original bid, but will be required to extend the validity of the bid security, if required, for the

6
period of the extension, and in compliance with Article 19 (Bid Security) in all respects.
The bidder has the right to refuse to extend the validity of its bid without forfeiting the bid
security, if required, in which case, the bid shall not be further evaluated.
19. Bid Security A bid security, if required by Section 3: Data Sheet, shall be provided in the amount and form
indicated in the Section 3: Data Sheet. The bid security shall be valid for a minimum of thirty
(30) days after the final date of validity of the bid.
The bid security shall be included along with the bid. If a bid security is required by the ITB but
is not found in the bid, the offer shall be rejected.
If the bid security amount or its validity period is found to be less than is required by IOM, IOM
shall reject the bid.
In the event an electronic submission is allowed in Section 3: Data Sheet, bidders shall include
a copy of the bid security in their bid and the original of the bid security must be sent via
courier or hand delivery as per the instructions in Section 3: Data Sheet.
Unsuccessful bidders’ bid securities will be discharged/returned as promptly as possible but
no later than thirty (30) days after the expiration of the period of bid validity prescribed by
IOM pursuant to Article 18 (Bid Validity Period).
The bid security may be forfeited by IOM, and the bid rejected, in the event of any, or
combination, of the following conditions:
● If the bidder withdraws its offer during the period of the bid validity specified in
Section 3: Data Sheet, or;

● In the event the successful bidder fails:

o to sign the Contract after IOM has issued an award; or

o to furnish the Performance Security, insurances, or other documents that


IOM may require as a condition precedent to the effectivity of the contract
that may be awarded to the bidder.
20. Joint Venture, If the bidder is a group of legal entities that will form or have formed a Joint Venture (JV),
Consortium or Consortium or Association for bid, each such legal entity will confirm in their joint bid that:
Association
● they have designated one party to act as a lead entity, duly vested with authority to
legally bind the members of the JV, Consortium or Association jointly and severally,
and this will be evidenced by a duly notarised Agreement among the legal entities,
which will be submitted along with the bid; and
● if they are awarded the contract, the contract shall be entered into by and between
IOM and the designated lead entity, who will be acting for and on behalf of all the
member entities comprising the joint venture.
After the deadline for submission of bid, the lead entity identified to represent the JV,
Consortium or Association shall not be altered without the prior written consent of IOM.
If a JV, Consortium or Association’s bid is the bid selected for award, IOM will award the
contract to the joint venture, in the name of its designated lead entity. The lead entity will sign
the contract for and on behalf of all other member entities.
The lead entity and the member entities of the JV, Consortium or Association shall abide by
the provisions of Article 21 (Only one Bid) herein in respect of submitting only one bid.
The description of the organization of the JV, Consortium or Association must clearly define
the expected role of each of the entities in the joint venture in delivering the requirements of
the ITB, both in the bid and the JV, Consortium or Association Agreement. All entities that

7
comprise the JV, Consortium or Association shall be subject to the eligibility and qualification
assessment by IOM.
A JV, Consortium or Association in presenting its track record and experience should clearly
differentiate between:
● Those that were undertaken together by the JV, Consortium or Association; and
● Those that were undertaken by the individual entities of the JV, Consortium or
Association.
Previous contracts completed by individual experts working privately but who are
permanently or were temporarily associated with any of the member firms cannot be claimed
as the experience of the JV, Consortium or Association or those of its members, but should
only be claimed by the individual experts themselves in their presentation of their individual
credentials.
JV, Consortium or Associations are encouraged for high value, multi-sectoral requirements
when the spectrum of expertise and resources required may not be available within one firm.
21. Only one bid The bidder (including the individual members of any Joint Venture) shall submit only one bid,
either in its own name or as part of a Joint Venture.
Bids submitted by two (2) or more bidders shall all be rejected if they are found to have any
of the following:

● they have at least one controlling partner, director or shareholder in common; or

● any one of them receive or have received any direct or indirect subsidy from the
other/s; or

● they have the same legal representative for purposes of this ITB; or

● they have a relationship with each other, directly or through common third parties,
that puts them in a position to have access to information about, or influence on the
bid of another bidder regarding this ITB process;

● they are subcontractors to each other’s bid, or a subcontractor to one bid also
submits another bid under its name as lead bidder; or some key personnel proposed
to be in the team of one bidder participates in more than one bid received for this ITB
process. This condition relating to the personnel, does not apply to subcontractors
being included in more than one bid.
22. Alternative bids Unless otherwise specified in Section 3: Data Sheet, alternative bids shall not be considered.
If submission of an alternative bid is allowed in Section 3: Data Sheet, a bidder may submit an
alternative bid, but only if it also submits a bid conforming to the ITB requirements. Where
the conditions for its acceptance are met, or justifications are clearly established, IOM reserves
the right to award a contract based on an alternative bid.
If multiple/alternative bids are being submitted, they must be clearly marked as “Main Bid”
and “Alternative Bid”. If no indication is provided as to which bid is the main bid and which
is/are the alternative bid(s), then all bids will be rejected.
23. Pre-bid conference When appropriate, a pre-bid conference will be conducted at the date, time and location and
according to any instructions specified in Section 3: Data Sheet.
If it is stated in Section 3: Data Sheet that the pre-bid conference is mandatory, a bidder which
does not attend the pre-bid conference shall become ineligible to submit a bid under this ITB.
If it is stated in Section 3: Data Sheet that the pre-bid conference is not mandatory, non-
attendance shall not result in disqualification of an interested bidder.

8
IOM will not issue any formal answers to questions from bidders regarding the ITB or bid
process during the pre-bid conference. All questions shall be submitted in accordance with
Article 41 (Clarification of Bids).
The pre-bid conference shall be conducted for the purpose of providing background
information only. Without limiting Article 26 (Bidders Responsibility) bidders shall not rely
upon any information, statement or representation made at the pre-bid conference unless
that information, statement or representation is confirmed by IOM in writing.
Minutes of the pre-bid conference will be disseminated as specified in Section 3: Data Sheet.
No verbal statement made during the conference shall modify the terms and conditions of the
ITB, unless specifically incorporated in the minutes of the bidder’s conference or
issued/posted as an amendment to ITB.
24. Site inspection When appropriate, a site inspection will be conducted at the date, time and location and
according to any instructions specified in Section 3: Data Sheet.
If it is stated in Section 3: Data Sheet that the site inspection is mandatory, a bidder who does
not attend the site inspection shall become ineligible to submit a bid under this ITB.
If it is stated in Section 3: Data Sheet that the site inspection is not mandatory, non-
attendance, shall not result in disqualification of an interested bidder.
Bidders participating in a site inspection shall be responsible for making and obtaining any visa
arrangements that may be required for the bidders to participate in a site inspection.
Prior to attending a site inspection, bidders shall execute an indemnity and a waiver releasing
IOM in respect of any liability that may arise from:
(i) loss of or damage to any real or personal property;
(ii) personal injury, disease or illness to, or death of, any person;
(iii) financial loss or expense, arising out of the carrying out of that site
inspection; and
(iv) transportation by IOM to the site (if provided) as a result of any accidents or
malicious acts by third parties.
IOM will not issue any formal answers to questions from bidders regarding the ITB or bid
process during a site inspection. All questions shall be submitted in accordance with Article 8
(Clarification of solicitation documents).
A site inspection will be conducted for the purpose of providing background information only.
Without limiting Article 26 (Bidders Responsibility), bidders shall not rely upon any
information, statement or representation made at a site inspection unless that information,
statement or representation is confirmed by IOM in writing.
25. Errors or omissions Bidders shall immediately notify IOM in writing of any ambiguities, errors, omissions,
discrepancies, inconsistencies or other faults in any part of the ITB, with full details of those
ambiguities, errors, omissions, discrepancies, inconsistencies or other faults.
Bidders shall not benefit from such ambiguities, errors, omissions, discrepancies,
inconsistencies or other faults.
26. Bidders responsibility Bidders shall be responsible for informing themselves in preparing their bid. In this regard,
to inform themselves bidders shall ensure that they:
● examine and fully inform themselves in relation to all aspects of the ITB, including the
Contract and all other documents included or referred to in this ITB;

● review the ITB to ensure that they have a complete copy of all documents;

9
● obtain and examine all other information relevant to the project and the scope of the
requirements available on reasonable inquiry;

● verify all relevant representations, statements and information, including those contained
or referred to in the ITB or made orally during any clarification meeting or site Inspection
or any discussion with IOM, its employees or agents;

● attend any Pre-bid conference or site inspection if it is mandatory under this ITB;

● fully inform and satisfy themselves as to requirements of any relevant authorities and
laws that apply, or may in the future apply, to the supply of the goods, works and/or
services; and

● form their own assessment of the nature and extent of the goods, works and /or services
required as included in Section 5: Schedule of Requirements and properly account for all
requirements in their bid.
Bidders acknowledge that IOM, its directors, employees and agents make no representations
or warranties (express or implied) as to the accuracy, currency or completeness of this ITB or
any other information provided to the bidders.
27. No material change(s) The bidder shall inform IOM of any change(s) of circumstances arising during the ITB process,
in circumstances including but not limited to:
● a change affecting any declaration, accreditation, license or approval;

● major re-organizational changes, company re-structuring, a take-over, buy-out or


similar event(s) affecting the operation and/or financing of the bidder or its major
sub-contractors;

● a change to any information on which IOM may rely on assessing bids.

SUBMISSION AND OPENING OF BIDS


28. Instruction for bid The bidder shall submit a duly signed and complete bid comprising the documents and forms
submission in accordance with requirements in Section 3: Data Sheet. The Price Schedule shall be
submitted together with the Technical Bid. The bid shall be delivered according to the method
specified in Section 3: Data Sheet.
The bid shall be signed by the bidder or person(s) duly authorized to commit the bidder. The
authorization shall be communicated through a document evidencing such authorization
issued by the legal representative of the bidding entity, or, if requested, a Power of Attorney,
accompanying the bid.
Bidders must be aware that the mere act of submission of a bid, in and of itself, implies that
the bidder fully accepts the IOM General Conditions of Contract.
29. Deadline for bid Complete bids must be received by IOM in the manner, and no later than the date and time,
submission specified in Section 3: Data Sheet. If any doubt exists as to the time zone in which the Bid
should be submitted, refer to http://www.timeanddate.com/worldclock/. It shall be the sole
responsibility of the bidders to ensure that their bid is received by the closing date and time.
IOM shall accept no responsibility for bids that arrive late due to the courier company or any
technical issues and shall only recognize the actual date and time that the bid was received by
IOM.
IOM may, at its discretion, extend this deadline for the submission of bids by amending the
solicitation documents in accordance with Article 9 Amendment of solicitation documents. In
this case, all rights and obligations of IOM and bidders subject to the previous deadline will
thereafter be subject to the new deadline as extended.

10
30. Withdrawal, A bidder may withdraw, substitute, or modify its bid after it has been submitted at any time
substitution and prior to the deadline for submission by sending a written notice to IOM, duly signed by an
modification of bids authorized representative and shall include a copy of the authorization (or a Power of
Attorney). The corresponding substitution or modification of the bid, if any, must accompany
the respective written notice. All notices must be submitted in the same manner as specified
for submission of bids, by clearly marking them as “WITHDRAWAL”, “SUBSTITUTION” OR
“MODIFICATION”.
However, after the deadline for bid submission, the bids shall remain valid and open for
acceptance by IOM for the entire bid validity period, as may be extended.
Bids requested to be withdrawn prior to the deadline for submission of the bids shall be made
available for collection by the bidder that submitted it within 15 days of its withdrawal.
Otherwise, IOM shall have the right to discard such bid unopened without further notice to
the bidder. IOM shall not be responsible to return the bid to the bidder at IOM’s cost.
31. Storage of bids Bids received prior to the deadline of submission and the time of opening shall be securely
kept unopened until the specified bid opening date stated in Section 3: Data Sheet. No
responsibility shall be attached to IOM for prematurely opening an improperly addressed
and/or identified bid.
32. Bid opening Bids will be opened by a committee formed by IOM consisting of at least two (2) personnel.
Bidders may attend the opening of the bids if stated in Section 3: Data Sheet.
The bidders’ names, modifications, withdrawals, bid prices, the condition of the envelope
labels/seals, the number of folders/files and all other such details as IOM may consider
appropriate will be announced at the opening and recorded on the bid opening report, which
will be available for viewing only to bidders who have submitted a bid for a period of thirty
days from the date of opening. Information not included in the bid opening report will not be
provided to bidders. No bid shall be rejected at the opening stage, except for late submissions.
33. Late bids Any bid received by IOM after the deadline for submission of bids will be destroyed unless the
bidder requests that it be returned and assumes the responsibility and expenses for the re-
possession of the returned bidding documents.
In exceptional circumstances, late bids may be accepted if it is determined that the submission
was sent in ample time prior to the bid closing and the delay could not be reasonably foreseen
by the bidder or was due to force majeure.

EVALUATION OF BIDS
34. Confidentiality Information relating to the examination, evaluation, and comparison of bids, and
the recommendation of contract award, shall not be disclosed to bidders or any other persons
not officially concerned with such process, even after publication of the contract award.
Any effort by a bidder or anyone on behalf of the bidder to influence IOM in the examination,
evaluation and comparison of the bids or contract award decisions may, at IOM’s decision,
result in the rejection of its bid and may subsequently be subject to the application of
prevailing IOM’s vendor sanctions procedures.
35. Evaluation of bids IOM shall evaluate a bid using only the methodologies and criteria defined in this ITB. No other
criteria or methodology shall be permitted.
IOM shall conduct the evaluation solely based on the bids received according to the evaluation
criteria in Section 4.
Evaluation of bids shall be undertaken in the following steps:

a) Preliminary examination

11
b) Evaluation of eligibility and qualification

c) Evaluation of technical bids

d) Evaluation of prices of bids found to be substantially compliant

After completion of the evaluation, but prior to award, IOM shall conduct a post-qualification
assessment of the bidder recommended for the award (if pre-qualification was not done) as
per Article 40 (Post-qualification).
36. Preliminary IOM shall examine the bids to determine whether they are complete with respect to minimum
examination documentary requirements, whether the documents have been properly signed, and whether
the bids are generally in order, among other indicators that may be used at this stage. IOM
reserves the right to reject any bid at this stage.
37. Evaluation of eligibility The eligibility and Qualification of the bidder will be evaluated against the Minimum
and qualification Eligibility/Qualification requirements specified in Section 4: Evaluation Criteria and in Article 4
(Eligible Bidders).
38. Evaluation of technical Technical evaluation will be conducted to establish substantial compliance, as per the criteria
bids included in Section 4: Evaluation Criteria. When the bid varies in one or more aspect/s from
the minimum technical specifications and/or delivery requirements specified in Section 5:
Schedule of Requirements, the bid will not be considered substantially compliant and will not
be evaluated further.
39. Evaluation of prices The prices of bids found to be substantially compliant will be compared to identify the most
substantially compliant bid which represents the lowest overall costs to IOM.
40. Post-qualification IOM reserves the right to undertake a post-qualification assessment, aimed at determining, to
its satisfaction, the validity of the information provided by the bidder. Such exercise shall be
fully documented and may include, but need not be limited to, all or any combination of the
following:
a) Verification of accuracy, correctness and authenticity of the information provided
by the bidder;

b) Validation of the extent of compliance to the ITB requirements and evaluation


criteria based on what has so far been found by the evaluation team;

c) Inquiry and reference checking with Government entities with jurisdiction over the
bidder, or with previous clients, or any other entity that may have done business
with the bidder.

d) Inquiry and reference checking with previous clients on the performance on


ongoing or completed contracts, including physical inspections of previous works,
as deemed necessary;

e) Physical inspection of the bidder’s offices, branches or other places where business
transpires, with or without notice to the bidder;

f) Other means that IOM may deem appropriate, at any stage within the selection
process, prior to awarding the contract.
41. Clarification of bids IOM may request clarification or further information in writing from the bidders at any time
during the evaluation process. The bidders’ responses shall not contain any changes regarding
the substance or price of the bid, except to confirm the correction of arithmetic errors
discovered by IOM in the evaluation of the bids, in accordance with Instructions to Bidders
Article 25 (Errors or omissions).

10

12
IOM may use such information in interpreting and evaluating the relevant bid but is under no
obligation to take it into account.
42. Responsiveness of bid IOM’s determination of a bid’s responsiveness is to be based on the contents of the bid itself.
A substantially responsive bid is one that conforms to all the terms, conditions, and
specifications of the bidding documents without material deviation, reservation, or omission.
A material deviation, reservation, or omission is one that:
a) affects in any substantial way the scope, quality, or performance of the goods,
services and/or works specified in the contract; or

b) limits in any substantial way, inconsistent with the bidding documents, IOM’s rights
or the bidder’s obligations under the contract; or

c) if rectified would unfairly affect the competitive position of other bidders presenting
substantially responsive bids.
If a bid is not substantially responsive, it shall be rejected by IOM and may not subsequently
be made responsive by the bidder by correction of the material deviation, reservation, or
omission.
43. Nonconformities, Provided that a bid is substantially responsive, IOM may waive any non-conformities or
reparable errors and omissions in the bid that, in the opinion of IOM, do not constitute a material deviation. These
omission are a matter of form and not of substance and can be corrected or waived without being
prejudicial to other bidders.
Provided that a bid is substantially responsive IOM may request the bidder to submit the
necessary information or documentation, within a reasonable period, to rectify nonmaterial
nonconformities or omissions in the bid related to documentation requirements. Such
omission shall not be related to any aspect of the price of the bid. Failure of the bidder to
comply with the request may result in the rejection of its bid.
For bids that have passed the preliminary examination, IOM shall check and correct
arithmetical errors as follows:
a) if there is a discrepancy between the unit price and the line-item total that is
obtained by multiplying the unit price by the quantity, the unit price shall prevail
and the line item total shall be corrected, unless in the opinion of IOM there is an
obvious misplacement of the decimal point in the unit price; in which case, the line-
item total as quoted shall govern and the unit price shall be corrected;
b) if there is an error in a total corresponding to the addition or subtraction of
subtotals, the subtotals shall prevail, and the total shall be corrected; and
c) if there is a discrepancy between words and figures, the amount in words shall
prevail, unless the amount expressed in words is related to an arithmetic error, in
which case the amount in figures shall prevail.
If the bidder that submitted the lowest evaluated bid does not accept the correction of errors,
its bid shall be rejected, and its bid security may be forfeited.
44. Right to accept any bid IOM reserves the right to accept or reject any bid, and to annul the bidding process and reject
and to reject any or all all bids at any time prior to contract award, without thereby incurring any liability to the
bids affected bidder or bidders or any obligation to inform the affected bidder or bidders of the
grounds for IOM’s action. IOM shall not be obliged to award the contract to the lowest priced
offer.
45. Samples Where required as per Section 5: Schedule of Requirements, free, non-returnable samples
shall be provided by the bid submission deadline for evaluation and testing by IOM or their
representative, of the item and/or the packing and packaging, prior to any award. Samples will

11

13
be subject to technical review and laboratory analysis where appropriate. Samples provided
to IOM are non-returnable unless otherwise stated. Samples should be marked with the ITB
number.
If a bidder fails to provide samples or documents requested by IOM in a timely manner, IOM
may declare the bid unsuccessful.

AWARD OF CONTRACT
46. Award criteria In the event of a Contract award, IOM shall award the contract to a bidder who has been
determined as eligible and qualified and whose bid has been determined to be the lowest-
priced, substantially compliant offer to the ITB. IOM reserves the right to conduct negotiations
with the bidder recommended for the award on the content of their bid.
47. Right to vary At the time the Contract is awarded, IOM reserves the right to increase or decrease the
requirement at time of quantity of goods, works and/or services originally specified in Section 5: Schedule of
award Requirements, provided this does not exceed the percentages specified in Section 3 Data
Sheet, and without any change in the unit prices or other terms and conditions of the bid and
the bidding document.
48. Notification of award Prior to the expiration of the period of bid validity, IOM will notify the successful bidder in
writing by email, fax or post, that its bid has been accepted. Please note that the bidder, if not
already registered at the appropriate level in UNGM, will be required to complete the vendor
registration process on the UNGM prior to the signature and finalization of the contract.
49. Debriefing In the event that a bidder is unsuccessful, the bidder may request a debriefing from IOM. The
purpose of the debriefing is to discuss the strengths and weaknesses of the bidder’s
submission, in order to assist the bidder in improving its future bids for IOM procurement
opportunities. The content of other bids and how they compare to the bidder’s submission
shall not be discussed.
50. Performance security The successful bidder, if so specified in Section 3: Data Sheet shall furnish performance
security in the amount and form specified therein, within the specified number of days after
receipt of the contract from IOM. Banks issuing performance securities must be acceptable to
the IOM controller, i.e. banks certified by the central bank of the country to operate as a
commercial bank. IOM shall promptly discharge the bid securities of the unsuccessful bidders
pursuant to Article 19 (Bid Security).
Failure of the successful bidder to submit the above-mentioned performance security or sign
the contract shall constitute sufficient grounds for the annulment of the award and forfeiture
of the bid security. In that event IOM may award the contract to the next lowest evaluated
bidder, whose offer is substantially responsive and is determined by IOM to be qualified to
perform the contract satisfactorily.
51. Bank guarantee for Except when the interests of IOM so require, it is IOM’s standard practice not to make advance
advance payment payment(s) (i.e., payments without having received any outputs). If an advance payment is
allowed as per Section 3: Data Sheet, and if specified there, the bidder shall submit a Bank
Guarantee in the full amount of the advance payment. Banks issuing bank guarantees must be
acceptable to the IOM controller, i.e., banks certified by the central bank of the country to
operate as a commercial bank.
52. Liquidated Damages If specified in Section 3: Data Sheet, IOM shall apply Liquidated Damages for the damages
and/or risks caused to IOM resulting from the Contractor’s delays or breach of its obligations
as per the Contract.
53. Proposal protest Any proposer that believes to have been unjustly treated in connection with this proposal
process or any contract that may be awarded as a result of such proposal process may submit
a complaint to mscu@iom.int.

12

14
SECTION 3: DATA SHEET
The following specific data shall complement, supplement, or amend the Provisions in Section 2: Instructions to
Bidders. In case there is a conflict, the provisions herein shall prevail over those in Section 2: Instructions to Bidders.

Ref. Article
in Section Specific Instructions / Requirements
2
1. Scope The reference number of this Invitation to Bid (ITB) is 4200600224.
The requirements are related to construction of southwest state ministry of
internal security and ministry of justice offices in Baidoa, Somalia as described in
this ITB and its annexes.
4. Eligible bidders Only Bidders from Somalia are eligible.
5. Eligible goods, Goods, works and/or services with origin in all countries are eligible in this bidding
works and services process.
8. Clarification of Contact details for clarification of solicitation documents:
solicitation
Focal Person: Mowlid Dahir
documents
E-mail address: moabdullahi@iom.int
ATTENTION: BIDS SHALL NOT BE SUBMITTED TO THE ABOVE ADDRESS BUT TO
THE ADDRESS FOR BID SUBMISSION AS SET OUT BELOW (see Data Sheet Article
28).
Deadline for submitting requests for clarifications/questions:
Date: 18-Jan-24

Time: 17:00hrs Somalia local time

Time zone: +3.

Manner of disseminating supplemental information to the ITB and


responses/clarifications to queries:
Posting on websites (UNGM and Hiiraan online website)
11. Language All bids, information, documents and correspondence exchanged between IOM
and the bidders in relation to this bid process shall be in English
15. Price adjustment The price quoted by the Bidder shall not be subject to adjustment during the
performance of the contract.

15. Partial bids (lots) Partial bids shall not be allowed. Bidders must quote prices for the total
requirement requested under Section 5. Schedule of Requirements. Evaluation
will be done for the total requirement.
16. Bid currencies Prices shall be quoted in USD.
17. Duties and taxes All prices shall:
Be exclusive of VAT and other applicable indirect taxes.
NOTE: IOM is VAT exempted.
18. Bid validity period 120 days
19. Bid security Required in the amount of 3% from total amount of bid.

13

15
The bid security will be in the same currency as stipulated in Article 16: Bid
currencies.
Acceptable forms of bid security
☒ Bid security form template set out in Section 7

☐Any bank-issued cheque / cashier’s Cheque / certified cheque

22. Alternative bids Not accepted


23. Pre-bid conference Will not be conducted.
24. Site inspection Bidders may carry out their own site inspection with the prior written approval of
IOM Somalia.
28. Instruction for bid Allowable manner of submitting proposals:
submission
☒ Email

SUBMISSION BY EMAIL:

Bid submission address: procurement-tenderonly@iom.int. PLEASE DO


NOT SEND THE EMAILS WITH YOUR BID TO ANY OTHER EMAIL ADDRESS (NOT
EVEN AS CC. or BCC).
▪ File Format: PDF.
▪ File names must be maximum 60 characters long and must not contain any
letter or special character other than from Latin alphabet/keyboard.
▪ All files must be free of viruses and not corrupted.
▪ Max. File Size per transmission: 25 mb
▪ Mandatory subject of email: 4200600224 BAIDOA “Company Name”.
▪ If the bid consists of large files, it is recommended that these files be sent in
separate emails prior to the submission deadline.
▪ Multiple emails must be clearly identified by indicating in the subject line
“email no. X of Y”, and the final “email no. Y of Y.
▪ Documents which are required in original (e.g. bid security) should be sent to
the below address with a PDF copy submitted as part of the electronic
submission: IOM Office in Mogadishu AAIA
▪ It is recommended that the entire bid be consolidated into as few
attachments as possible.
29. Deadline for bid Date: 22-Jan-24
submission
Time: 17:30 hrs Somalia Local time

Time zone: +3

32. Bid opening ☒ Public bid opening will not be held

Expected date for 15-Feb-24


commencement of
contract
47. Right to vary The maximum percentage by which quantities may be increased is 10.%
requirement at time
The maximum percentage by which quantities may be decreased is 10.%
of award

14

16
Contract award to IOM will award a contract to:
one or more bidder
One Bidder Only
50. Type of contract to Construction agreement
be awarded
See Section 6: for sample contract.
50. Conditions of Click or tap here to enter text.
contract to apply
See Section 6
52. Performance Required in the amount of 10% of contract value.
security The performance security will be in the same currency as stipulated in Article 16:
Bid currencies.
The Performance Security shall be in the form of a Bank Guarantee as set out in
Section 6 for template
53. Advance payment Not Allowed

54. Liquidated Damages Will be imposed as follows:


Percentage of contract price per week of delay: up to a maximum of 10% of the
Contract value, after which IOM may terminate the contract.

15

17
SECTION 4: EVALUATION CRITERIA
Preliminary Examination Criteria

All criteria will be evaluated on a Pass/Fail basis and checked during Preliminary Examination.

Criteria Documents to establish compliance

Completeness of the bid All documents and technical documentation requested


in Section 2: Instructions to Bidders Article 12 have
been provided and are complete

Bidder accepts IOM General Conditions of Contract as Form C: Bid Submission


specified in Section 6.

Bid Validity Form C

Bid Security with a compliant validity period Form I

Eligibility and Qualification Criteria

All criteria will be evaluated on a Pass/Fail basis.

If the bid is submitted as a Joint Venture, Consortium or Association, each member should meet the minimum
criteria, unless otherwise specified.

Eligibility Criteria Documents to establish compliance

Bidder is a legally registered entity Form D: Bidder Information

Copies of original documents of registration.

Bidder belongs to a diverse supplier group including Form D: Bidder Information


micro, small or medium sized enterprise, women or
youth owned business or other.

Vendor is not suspended, nor otherwise identified as Form C: Bid Submission


ineligible by any UN Organization, the World Bank
Group or any other International Organisation in
accordance with Section 2 Article 4.

No conflicts of interest in accordance with Section 2 Form C: Bid Submission


Article 4.

The bidder has not declared bankruptcy, in not Form C: Bid Submission
involved in bankruptcy or receivership proceedings,
and there is no judgment or pending legal action
against the vendor that could impair its operations in
the foreseeable future

Certificates and Licenses A valid Government Registration from Ministry of


Public Works SWS.

A valid clearance letter/certificate form Ministry of


Internal Security SWS.

Valid Commercial License.

16

18
Qualification Criteria Documents to establish compliance

History of non-performing contracts: Non-performance Form F: Eligibility and Qualification Form


of a contract did not occur as a result of contractor
default within the last 3 (three) years.

Litigation History: No consistent history of Form F: Eligibility and Qualification Form


court/arbitral award decisions against the bidder for
the last 3 (three) years.

Previous Experience:

Minimum 5. years of relevant experience. Form F: Eligibility and Qualification Form

Minimum 4 contracts of similar value, nature and Form F: Eligibility and Qualification Form
complexity implemented over the last 5. years.

(For JV/Consortium/Association, all Parties


cumulatively should meet requirement).

Technical Evaluation Criteria

Criteria Documents to establish compliance

Goods/works/services offered in the bid are Form G: Technical Bid


substantially compliant and do not contain any
material deviation(s) from the minimum required as
included in Section 5: Schedule of Requirements.

The bid is substantially compliant with the minimum Form G: Technical Bid
Delivery Requirements included in Section 5: Schedule
Form H: Price Schedule
of Requirements and do not contain any material
deviation(s).

Evaluation of Prices

Criteria Documents to establish compliance

Price comparison shall be based on the landed price, Form H: Price Schedule
including transportation, insurance and the total cost
of ownership (including spare parts, consumption,
installation, commissioning, training, special
packaging, etc., where applicable).

17

19
SECTION 5: SCHEDULE OF REQUIREMENTS
A. Statement of work

The statement of work is listed in Annex 5.1 statement of work.

C. Technical Specifications
The technical specifications are listed in Annex 5.2 Technical specifications.

D. Delivery Requirements
Note: Execution of works according to plan is essential for the successful completion of the project.

The contractor is required to start the preparation of the work upon receiving of Notice
of Award (NOA) from IOM and immediately start the work after signing the Agreement
Delivery date:
and handover of the documentation. The contractor is expected to complete the work
within Six (6)months.

The warranty period is 12 months after the official completion of works. A 10% retention
of the total contract amount will be held for this duration. The Certificate of Final
Warranty Period:
Acceptance (CFA) and the retention amount will be released after the one-year warranty
period.

After-sales service The contractor is responsible for the repairs and reconstruction of defective works due
and local service to poor workmanship and/or inferior quality of material used, for which the contractor
support was responsible under the Construction Agreement, and which are discovered within a
requirements: period of 12 (twelve) months from the date of Provisional Acceptance.

E. Drawings

Drawings are an integral part of the tender documentation as Annex 5.3 Drawings

(a) Annex 5.3.01. MoJ and MoIS Architectural DWG.


(b) Annex 5.3.02. MoJ and MoIS Structural DWG
(c) Annex 5.3.03. MoJ and MoIS Mechanical DWG
(d) Annex 5.3.03.1 MoJ and MoIS - ACs LAYOUT
(e) Annex 5.3.04. MoJ and MoIS ELECTRICAL DWG

Note: Drawings play an important role in the overall success of the project and will be used as a basic source of
information during its implementation.

F. Bill of Quantities
Bill of Quantities are listed in Annex 5.4 Bill of Quantities
Note: The Bill of Quantities consist of.
(a) Annex 5.4.a.BOQ of Ministry of Internal Security building
(b) Annex 5.4 .b.BOQ of Ministry of Justice building
(c) Annex 5.4 .c. BOQ of Gatehouses & External works
(d) Annex 5.4.d. BOQ MoJ and MoIS - Electrical works
(e) Annex 5.4 .e. BOQ for MoJ, MoIS, and GH Mechanical works
(f) Annex 5.4 .f. BOQ for Grand Summary
18

20
SECTION 6: CONDITIONS OF CONTRACT AND CONTRACT FORMS
6.1 Contract Form with General Conditions of Contract

IOM office-specific Ref. No.


IOM Project Code

CONSTRUCTION AGREEMENT
(DRAFT)

between the

International Organization for Migration

and

[Name of the Contractor]

This Construction Agreement is entered into between the International Organization for Migration, a related
organization of the United Nations, acting through its [insert office name, e.g., Mission in XXX], [Address of the
Mission], represented by [Name, Title of Director, CoM, HoO] (hereinafter referred to as “IOM”), and [Name of the
Contractor], of [Address], in [country], represented by [Name,Title of Director, CoM, HoO], (hereinafter referred to
as the “Contractor”). IOM and the Contractor are also referred to individually as a “Party” and collectively as the
“Parties.”

1. Introduction and Integral Documents

1.1 IOM intends to engage the services of [company’s name] for the construction of [name of the project and
project code/WBS element] located at [address] (the “Works”). The Works are what this Agreement
requires the Contractor to construct, install and turn over to IOM, as defined in the plans, specifications and
Bill of Quantities.

1.2 The following documents form part of this Agreement and are attached as Annexes: [add/delete as
necessary]

(a) Annex A - Detailed Instruction to Bidders dated [insert date], with annexed Scope of Work,
Technical Specifications, Drawings, and General Conditions of Tender;
(b) Annex B - Bid Form including Contractor's firm and final proposal/bid dated [insert date], with
detailed Bill of Quantities (“BoQ”) and unit cost;
(c) Annex C - Approved Work Schedule;
(d) Annex D - Accepted Notice of Award (“NoA”); and
(e) Annex E – IOM Terms and Conditions for European Union Funded Service Type Agreements

In the event of conflict between the provisions of any Annex and the terms of the main body of the
Agreement, the latter shall prevail.

1.3 Any other Project documentation, agreed and signed by both Parties during the implementation of this
Agreement, shall form part of this Agreement.

1.4 All correspondence, instructions, notes and other communications relating in any way to the performance
of this Agreement will be in the English language. The English language version of the Agreement will at all
times be the version of the Agreement which binds the Parties. Translations of the Agreement into
languages other than English may be prepared for working purposes but will have no legally binding effect
on the Parties.

19

21
1.5 If either Party finds any discrepancy or ambiguity in this Agreement, that Party must notify the other Party
in writing. The Parties agree to consult with each other to attempt to resolve the discrepancy or ambiguity.

1.6 Unless otherwise advised by IOM in writing, all Project reports and other issues arising under this Agreement
shall be addressed to IOM’s authorized signatory of this Agreement.

2. Scope of Work

2.1 The Contractor shall furnish all the necessary materials, tools and equipment, labor, supervision, and other
services, for the satisfactory and timely completion of the Works in accordance with this Agreement.

2.2 Only IOM may approve any changes, modifications, deviations, and substitutions, in the Scope of Work in
accordance with Article 7 (“Work Variation”).

2.3 IOM reserves the right to supply any materials, equipment, or resources, and to delete or reduce any work
item, whether in whole or in part and update Annexes as necessary and a reduced Contract Price shall be
agreed.

3. Contract Price

3.1 The total contract price (the “Contract Price”) shall [currency code] [amount in numbers] ([amount in
words]) only, inclusive of all applicable fees, taxes and permits that may be imposed by any Government
entity in connection with the execution, completion, and turnover of the Works pursuant to this Agreement.

3.2 The Contract Price and unit cost as outlined in Annex B shall be binding and shall not be altered in any event.
The Contract Price will be modified only in cases of IOM-approved Work Variations and IOM-supplied
materials as outlined in Articles 2.2 and 2.3 of this Agreement and shall be reflected in writing.

3.3 The liability of IOM to the Contractor is STRICTLY LIMITED to the Contract Price outlined in Article 3.1,
regardless of any increase in wage or labor cost or fluctuation in the cost of materials and equipment,
occurring at any time. The Contractor shall be liable for its under-estimation of the requirements of this
Agreement, inflation or currency devaluation, if any.

4. Manner of Payment

4.1 The Contract Price shall be paid in accordance with the following payment schedule

(a) (Applicable if an advance payment is made) IOM shall release an advance payment equivalent to
[percentage] of the Contract Price in the amount of [currency] [insert amount in numbers]
(amount in words and currency in words) within 7 (seven) calendar days from the Contractor’s
signature of this Agreement and Contractor’s submission of and IOM's approval of the following
items:

i.Drawings and Technical Documents for Permit Purposes;


ii.Approved Detailed Construction and Workings Drawings;
iii.Work Schedule;
iv. List of Sub-Contractors and Suppliers (if applicable);
v. Unconditional Bank Guarantee equivalent to [percentage to match advance payment]
percent of the Contract Price to guarantee the advance payment, if applicable;
vi. Performance Security if required under Article 9.

(b) IOM will pay the Contractor [currency code] amount in numbers (amount in words) on
confirmation by IOM of satisfactory progress toward the completion of (amount)% ([amount in
words] per cent) actual measured work as per Bill of Quantities at Annex B and logbook.

20

22
(c) IOM will pay the Contractor [currency code] amount in numbers (amount in words) after the
completion of 100% (one hundred per cent) of the Works and inspection and provisional
acceptance of the completed Works.

(d) The balance of 10% (ten per cent) of the total Contract Price in the amount of [USD] amount in
numbers (amount in words) will be held for 12 (twelve) months after provisional acceptance of the
completed Works in accordance with Article 10 of this Agreement.

4.2 Payments for the Works will be done in installments in accordance with the Payment Schedule above in
[currency] ([currency code]) by [bank transfer] to the following bank account:

Bank Name:
Bank Branch:
Bank Account Name:
Bank Account Number:
Swift Code:
IBAN Number:

4.3 The Contractor’s Progress Claims shall be submitted to and certified by IOM’s appointed Project Manager
who will verify the value of the work done with regard to the value of the quantities of items completed in
the Bill of Quantities. The Contractor shall submit all Progress Claims with the following attachments:
(a) Updated Financial Statement of the Project;
(b) Statement of Completed Works;
(c) Progress Photos; and
(d) Contractor's Sales Invoice.

4.4 Within 7 (seven) calendar days of Contractor’s submission of the Progress Claims and Statement of
Completed Works and all required attachments to the Project Manager, the Project Manager shall evaluate
the said Progress Claim(s). Evaluated and approved Progress Claims shall be due and payable within 10 (ten)
working days from date of approval of Progress Claim. During this period of evaluation and processing of
payments, the Contractor shall continue progress of the work in accordance with the Approved Work
Schedule.

4.5 Any progress payment/s made by IOM does not imply nor signify acceptance of any portion of the
accomplished work and does not waive IOM’s right to enforce the Contractor's warranty as provided in
Article 14.2 of this Agreement, nor to enforce penalties for delay.

4.6 The Contractor can only submit the final Progress Claim as per the Payment Schedule when the Contractor
has satisfactorily completed and submitted:
(a) All works, including Work Variation Orders, as stipulated in the annexed documents;
(b) Rectification of all reported non-conforming works;
(c) Completed demobilization and clean-up of site;
(d) Applicable materials and work test certificate/s;
(e) Approval duly signed by the Project Manager and by the Contractor’s authorized representative
that the Work is completed in accordance with drawings and specifications and in compliance with
applicable laws, rules and regulations of the local and/or national government of the location
where the Project is to be implemented.

4.7 A Certificate of Provisional Acceptance of completed Works shall be issued by IOM when each of the
requirements under Article 4.6 have been fulfilled to its satisfaction.

4.8 A Certificate of Provisional Acceptance of terminated Works shall be issued by IOM if IOM terminates the
contract in accordance with Article 26. This Certificate will indicate the Completion Rate as per Article 6.2
and the Contractor shall remain responsible for the rectification of non-conforming or defective portions of
the Works in accordance with Article 14.2.

21

23
4.9 A Certificate of Final Acceptance shall be issued by IOM 12 (twelve) months after the date a Certificate of
Provisional Acceptance of the completed or terminated Works is issued provided that any works required
during the warranty period have been completed to its satisfaction.

5. Completion Period

5.1 The Contractor shall mobilize all necessary and appropriate resources and coordinate all work activities with
IOM to ensure commencement of the Works on [insert date] and completion and turn-over of the Works
to IOM by [insert date] (“Completion Date”).

5.2 Where the Contractor is unable to complete the Works by the [Completion Date] date specified in Article
5.1, the Contractor may request a time extension in writing explaining the reasons for the delay.

5.3 IOM shall not approve requests for time extension for reasons such as but not limited to:
(a) Project location, conditions and restrictions identified during time of tender and award of the
Agreement;
(b) Normal weather and climatic conditions prevailing at the site location;
(c) Logistics, implementation, coordination problems and other reasons within the control of the
Contractor;
(d) Financial, operational and labor difficulties of the Contractor or any of its sub-Contractor/s or
supplier/s;
(e) Any required rectification of non-conforming work items; and
(f) Nature and condition of terrain.

5.4 IOM may revise the Completion Date as stated in Article 5.1 in response to the Contractor’s request for time
extension caused by any of the following:
(a) Force Majeure as described in Article 16;
(b) Approved Work Variation Order/s requiring additional time for completion by the Contractor, as
agreed between the Parties;
(c) IOM’s failure to make timely payments for the Works completed to IOM’s satisfaction;

Provided, the requested extension shall not exceed the duration of the work stoppage or delay caused by
the foregoing.

5.5 If the Works are not completed by the Completion Date specified in Article 5.1 the Contractor shall be liable
to IOM for liquidated damages equivalent to 0.1% (one-tenth of one per cent) of the total Contract Price for
each day of delay until the whole Works are completed and accepted by IOM according to Article 4.7. IOM
may, at its discretion, grant a conditional time extension whereby the Works are not considered to be in
delay during the time extended, but in case of non-completion within the extended period, the calculation
of liquidated damages for delay outlined herein shall be from the original completion date before extension.
If the Agreement is terminated by either Party after the Completion Date due to non-completion of the
Works, the Contractor shall be liable to IOM for liquidated damages equivalent to 0.1% (one-tenth of one
per cent) of the total Contract Price for each day from the Completion Date to the notice date of
termination.

6. Work Schedule

6.1 Within the timeframe specified in the NoA and no later than the date of signature of this Agreement, the
Contractor shall submit to IOM a work schedule (the “Work Schedule”) showing the order and timing for
all the activities in the Works.

6.2 The Contractor shall keep and update a daily logbook on all progress and matters relating to the Works in
accordance with industry standards. The logbook shall be inspected and verified for accuracy, daily or at
an interval designated by IOM, by a designated IOM staff or its authorized representatives. The logbook
shall be the authoritative source of information for determining the extent of the Works completed (the
“Completion Rate”). In case the Contractor fails to update the logbook properly with the required

22

24
verification, IOM shall have the right to solely determine the Completion Rate which cannot be challenged
by the Contractor.

6.3 The Contractor shall submit an updated Work Schedule as and when requested by IOM or its Project
Manager.

6.4 The Contractor shall notify IOM through its Project Manager of any proposed change in the Work
Schedule. Any change shall be subject to prior written approval by IOM. The Contractor shall also submit
to the Project Manager for approval a revised schedule within 7 (seven) calendar days from the date of
proposing the change.

6.5 If at any time IOM deems that Contractor’s actual progress is inadequate to meet the requirements of this
Agreement, IOM may notify the Contractor to take such steps as may be necessary to improve its
progress. If after a reasonable period, as determined by IOM, the Contractor still does not improve its
performance, IOM may require an increase in Contractor’s labour force, the number of shifts, workdays
per week, overtime hours, amount of equipment, or require expedited shipment of equipment and
materials, all at the Contractor’s cost and without additional cost to IOM.

6.6 If at any time the Contractor’s labor force is inactive due to unpaid wages, the Contractor shall be liable to
IOM for liquidated damages equivalent to 0.1% (one-tenth of one percent) of the total Contract Price for
each day of work stoppage until the entire labor force resumes work on the Project. This penalty shall be
applied independently of any other sanction or penalty allowed for in this Agreement.

7. Work Variation

7.1 At any time during the implementation and execution of this Project, IOM reserves the right to request
any alteration in any aspect of the work, as deemed necessary or appropriate by IOM in the best interest
of the Project.

7.2. Alterations and/or modifications, whether additive or deductive, shall be conveyed to the Contractor in
the form of a work variation order (the “Work Variation Order”) duly approved and signed by IOM or its
authorized representative. The Contractor shall immediately implement any Work Variation Order issued
by IOM.

7.3 All variations shall be included in an updated Work Schedule.

7.4 If any work in the Work Variation Order corresponds with an item description in the BoQ, the rate in the
BoQ shall be used to calculate the value of the variation. In other cases, the cost of such Work Variation
Order shall be evaluated and compensated as agreed between the Parties. IOM may request the
Contractor to provide a quotation for the cost of the variation.

8. Bank Guarantee for Advance Payment (IF APPLICABLE)

8.1 The Contractor shall, within the timeframe specified in the NoA and no later than the date of signature of
this Agreement, furnish IOM with an unconditional bank guarantee in the amount equivalent to
[percentage] of the Contract Price (the “Bank Guarantee”).

8.2 The Bank Guarantee shall be in a form and by a bank acceptable to IOM in an amount and currency equal
to the advance payment.

8.3 The amount of the Bank Guarantee shall not be construed as the limit of the Contractor’s liability to IOM
in any event.

8.4 The Bank Guarantee shall be effective from the date of the release of cash advance as per Article 4.1 of this
Agreement until the date of the provisional acceptance as per Articles 4.7 or 4.8.

9. Performance Security (Applicable where the contract price is over USD 300,000)

23

25
9.1 The Contractor shall, within the timeframe specified in the NoA, furnish IOM with a performance bond in
the amount equivalent to 10% (ten percent) of the Contract Price, to be issued by a reputable bank or
surety company in a form acceptable to IOM (the “Performance Bond”).

9.2 The Performance Bond shall serve as the guarantee for the Contractor’s faithful performance and
compliance with the terms and conditions of this Agreement.

9.3 The amount of the Performance Bond shall not be construed as the limit of the Contractor’s liability to
IOM in any event.

9.4 The Performance Bond shall be effective from the date of commencement of the Works until the date of
Provisional Acceptance as per Articles 4.7 or 4.8.

10. Retention

10.1 Upon issuance of the Certificate of Provisional Acceptance for completed Works as per Article 4.7, an
amount equivalent to 10% (ten per cent) of the Contract Price shall be retained by IOM to be used for
repairs or reconstruction of defective works due to poor workmanship and/or inferior quality of material
used which are discovered within a period of 12 (twelve) months from the date of Provisional Acceptance.

10.2 In case a Certificate of Provisional Acceptance for terminated Works has been issued as per Article 4.8, an
amount equivalent to 10% (ten per cent) of the Contract Price corresponding to the Completion Rate as
per Article 6.2 shall be retained by IOM to use for repairs and reconstruction of defective works due to
poor workmanship and/or inferior quality of material used for which the Contractor was responsible
under this Agreement which are discovered within a period of 12 (twelve) months from the date of
Provisional Acceptance.

10.3 The Contractor may, from the date of Provisional Acceptance and until the expiration of Retention period,
request IOM to release the amount retained as per Article 10.1 or Article 10.2 by submitting an
unconditional bank guarantee. Such bank guarantee shall be in a form and by a bank acceptable to IOM
and in an amount and currency equal to the amount retained and effective until the expiration of
Retention period.

11. Contractor’s Responsibility

11.1 All government permits and licenses required for the execution of the Works under this Agreement shall be
obtained prior to the commencement of the Works and paid for by the Contractor.

11.2 The Contractor shall comply with local and national building regulations imposed by appropriate
government agencies, and shall keep IOM indemnified against all fines, penalties and losses incurred by
reason of any breach of this clause.

11.3 The Contractor shall assume full responsibility for the Works under this Agreement until its final
acceptance by IOM as per Article 4.9. The Contractor shall have entire control and supervision of the
Works and services herein agreed upon and shall be solely liable for the salaries, wages and other
employment benefits of all employees and sub-contractors. Should the Contractor breach this clause,
IOM has the right to proceed against the Performance Bond or Bank Guarantee or to use the Retention
Amount, without prejudice to demanding direct reimbursement from the Contractor in the event that the
amount of the Performance Bond Bank Guarantee or Retention Amount is insufficient.

11.4 The Contractor shall be responsible for the safety of all activities on the site and for ensuring that relevant
occupational health and safety laws and regulations are followed.

11.5 The Contractor shall be solely and fully accountable for ANY claim for losses, liabilities, injuries, or
damages arising out of or in connection with the work done or to be performed under this Agreement
including but not limited to any accident or injury of any of its employees or sub-contractors during the

24

26
term of this Agreement , or for any injury to any person or damages or loss of properties arising from the
construction or any act or omission of the Contractor or anyone in its employment, or its subcontractors.

11.6 The Contractor shall comply with local laws on wages and such other labor laws including all other laws,
orders and regulations of any government authority in connection with the Works.

11.7 The Contractor shall at all times defend, indemnify, and hold harmless IOM, its officers, employees, and
agents from and against all losses, costs, damages and expenses (including legal fees and costs), claims,
suits, proceedings, demands and liabilities of any kind or nature to the extent arising out of or resulting
from acts or omissions of the Contractor or its employees, officers, agents or subcontractors, in the
performance of this Agreement. IOM shall promptly notify the Contractor of any written claim, loss, or
demand for which the Contractor is responsible under this clause.

12. Inspection of Works

12.1 IOM reserves the right for itself and its representatives to inspect the Works, while in progress, so as to
give IOM the opportunity to reject the whole or any portion thereof, which in the opinion of IOM’s
representative is defective or substandard.

12.2 The Contractor shall allow the Project Manager and other IOM representatives to access to the work site
at any time.

13. Insurance

13.1 Without limiting the Contractor’s liability pursuant to Article 11 (Contractor’s Responsibility), the following
insurance cover is to be provided and maintained by the Contractor for the entire duration of this
Agreement:

(a) Third party liability for any one claim or series of claims arising out of any one accident or event;
(b) Workmen’s compensation and/or employer’s liability insurance which complies with applicable
legislation;
(c) Automobile public liability and property damage insurance; and
(d) Cover against loss or damage to the Works and materials during the construction.

13.2 The amount of coverage for each type of insurance is to be in line with relevant industry standards and in
an amount acceptable to IOM.

13.3 Policies and certificates of insurance are to be provided to IOM prior to the commencement of the Works.

14. Warranties

14.1 The Contractor represents and warrants that it is financially sound and duly licensed, with the adequate
labor/human resources, equipment and tools, competence, expertise and skills necessary to carry out fully
and satisfactorily, within the stipulated completion period, the Works in accordance with this Agreement.

14.2 The Contractor guarantees and warrants the performance and completion of the design and construction
work to the full and complete satisfaction of IOM. The Contractor remains responsible for the damages
caused or identified within 12 (twelve) months from the date of issue of IOM’s Certificate of Provisional
Acceptance of the Works as per Articles 4.7 or 4.8, on account of defects in the construction, or the use of
materials of inferior quality furnished by it, or due to any violation of the terms of the Agreement.

14.3 In case of any defect in workmanship or materials, which may become apparent in the course of
construction, the Contractor shall, within 7 (seven) calendar days from IOM’s demand, at Contractor’s own
cost and expense, remedy such portion of the Works done by the Contractor as in the opinion or judgment
of IOM is unsound, incorrect or defective or not in accordance with the plans and specifications.

25

27
14.4 In case of Contractor’s default, failure or refusal to carry out such order to remove and replace the
unsound, incorrect or defective portion of the Works within 7 (seven) days as required by the previous
clause, IOM may terminate this Agreement and/or engage the services of other persons to carry out the
same. The Contractor shall bear all expenses arising there from or incidental thereto. IOM may require
direct reimbursement for the cost of such action from the Contractor, deduct the expenses from any
amount due to the Contractor, or deduct the amount from Performance Bond, the Bank Guarantee or the
Retention Amount.

14.5 If any defects or imperfections are discovered by IOM and communicated to the Contractor after
provisional acceptance but prior to final acceptance of the Works due to defective or improper
workmanship and/or inferior quality of the material used, the Contractor shall immediately correct such
defects within a period of 5 (five) days of receipt of written notice from IOM. Where the Contractor fails
to act within this period, IOM may engage the services of a third party to correct the defect and hold the
Contractor liable for the cost of such services. In such circumstances the Contractor shall reimburse IOM
the cost of such repair, with interest at 2% (two per cent) per month from the time such expenses were
incurred until fully reimbursed. The Performance Bond, Bank Guarantee and Retention, if not yet released
at the time the said defects are found, may be used for this purpose.

14.6 The Contractor shall perform repair work with the utmost care and diligence to protect existing facilities
and prevent damage thereto. In the event that damage to existing facilities is caused by such repairs, the
Contractor shall repair such damage at its own expense and to IOM’s satisfaction and acceptance.

14.7 The Contractor further warrants that:


(a) It shall comply with all applicable laws, ordinances, rules and regulations when performing its
obligations under this Agreement;
(b) In all circumstances it shall act in the best interests of IOM;
(c) No official or employee of IOM or any third party has received from, will be offered by, or will
receive from the Contractor any direct or indirect benefit arising from the Agreement or award
thereof;
(d) It has not misrepresented or concealed any material facts in the procuring of this Agreement;
(e) All materials used are new, legally sourced and fit for their particular purpose;
(f) No asbestos or any other health hazard materials (lead paints etc.) will be used in the course of the
construction;
(g) The Contractor, its staff or shareholders have not previously been declared by IOM ineligible to be
awarded agreements by IOM;
(h) The Price specified in this Agreement shall constitute the sole remuneration in connection with this
Agreement. The Contractor shall not accept for its own benefit any trade commission, discount or
similar payment in connection with activities pursuant to this Agreement or the discharge of its
obligations thereunder. The Contractor shall ensure that any subcontractors, as well as the officers,
personnel and agents of either of them, similarly, shall not receive any such additional
remuneration.
(i) It shall respect the legal status, privileges and immunities of IOM as an intergovernmental
organization, such as inviolability of documents and archive wherever it is located, exemption from
taxation, immunity from legal process or national jurisdiction. In the event that the Contractor
becomes aware of any situation where IOM’s legal status, privileges or immunities are not fully
respected, it shall immediately inform IOM.
(j) It is not included in the most recent Consolidated United Nations Security Council Sanctions List
nor is it the subject of any sanctions or other temporary suspension. The Contractor will disclose
to IOM if it becomes subject to any sanction or temporary suspension during the term of this
Agreement.
(k) It must not employ, provide resources to, support, contract or otherwise deal with any person,
entity or other group associated with terrorism as per the most recent Consolidated United Nations
Security Council Sanctions List and all other applicable anti-terrorism legislation. If, during the term
of this Agreement, the Contractor determines there are credible allegations that funds transferred
to it in accordance with this Agreement have been used to provide support or assistance to
individuals or entities associated with terrorism, it will inform IOM immediately who in consultation

26

28
with the donors as appropriate, shall determine an appropriate response. The Contractor shall
ensure that this requirement is included in all subcontracts.

14.8 The Contractor warrants that it shall abide by the highest ethical standards in the performance of this
Agreement, which includes not engaging in any fraudulent, corrupt, discriminatory or exploitative practice
or practice inconsistent with the rights set forth in the Convention on the Rights of the Child. The Contractor
shall immediately inform IOM of any suspicion that the following practice may have occurred or exist:
(a) a corrupt practice, defined as the offering, giving, receiving or soliciting, directly or indirectly, of
anything of value to influence the action of IOM in the procurement process or in contract
execution;
(b) a fraudulent practice, defined as any act or omission, including a misrepresentation or
concealment, that knowingly or recklessly misleads, or attempts to mislead, IOM in the
procurement process or the execution of a contract, to obtain a financial gain or other benefit or
to avoid an obligation or in such a way as to cause a detriment to IOM;
(c) a collusive practice, defined as an undisclosed arrangement between two or more bidders designed
to artificially alter the results of the tender process to obtain a financial gain or other benefit;
(d) a coercive practice, defined as impairing or harming, or threatening to impair or harm, directly or
indirectly, any participant in the tender process to influence improperly its activities, or affect the
execution of a contract;
(e) an obstructive practice, defined as (i) deliberately destroying, falsifying, altering or concealing of
evidence material to IOM investigations, or making false statements to IOM investigators in order
to materially impede a duly authorized investigation into allegations of fraudulent, corrupt,
collusive, coercive or unethical practices; and/or threatening, harassing or intimidating any party
to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing
the investigation; or (ii) acts intended to materially impede the exercise of IOM’s contractual rights
of access to information;
(f) any other unethical practice contrary to the principles of efficiency and economy, equal
opportunity and open competition, transparency in the process and adequate documentation,
highest ethical standards in all procurement activities.

14.9 The Contractor further warrants that it shall:


(a) Take all appropriate measures to prohibit and prevent actual, attempted and threatened sexual
exploitation and abuse (SEA) by its employees or any other persons engaged and controlled by it
to perform activities under this Agreement (“other personnel”). For the purpose of this
Agreement, SEA shall include:
1. Exchanging any money, goods, services, preferential treatment, job opportunities or other
advantages for sexual favours or activities, including humiliating or degrading treatment
of a sexual nature; abusing a position of vulnerability, differential power or trust for sexual
purposes, and physical intrusion of a sexual nature whether by force or under unequal or
coercive conditions.
2. Engaging in sexual activity with a person under the age of 18 (“child”), except if the child
is legally married to the concerned employee or other personnel and is over the age of
majority or consent both in the child’s country of citizenship and in the country of
citizenship of the concerned employee or other personnel.
(b) Strongly discourage its employees or other personnel having sexual relationships with IOM
beneficiaries.
(c) Report timely to IOM any allegations or suspicions of SEA, and investigate and take appropriate
corrective measures, including imposing disciplinary measures on the person who has committed
SEA.
(d) Ensure that the SEA provisions are included in all subcontracts.
(e) Adhere to above commitments at all times.

14.10 The Contractor expressly acknowledges and agrees that breach by the Contractor, or by any of the
Contractor’s employees, contractors, subcontractors or agents, of any provision contained in Articles 14.7,
14.8, or 14.9 of this Agreement constitutes a material breach of this Agreement and shall entitle IOM to
terminate this Agreement immediately on written notice without liability. In the event that IOM
determines, whether through an investigation or otherwise, that such a breach has occurred then, in

27

29
addition to its right to terminate the Agreement, IOM shall be entitled to recover from the Contractor all
losses suffered by IOM in connection with such breach.

15. Assignment and Subcontracting

15.1 The Contractor shall not assign or subcontract the Agreement or any work under this Agreement in whole
or in part, unless agreed in writing in advance by IOM. Any subcontract entered into by the Contractor
without approval in writing by IOM may be cause for termination of the Agreement.

15.2 Notwithstanding a written approval from IOM, the Contractor shall not be relieved of any liability or
obligation under this Agreement nor shall it create any contractual relation between any subcontractor
and IOM. The Contractor shall include in an agreement with a subcontractor all provisions in this
Agreement that are applicable to a subcontractor, including relevant Warranties and Special Provisions.
The Contractor remains liable as a primary obligor under this Agreement, and it shall be directly
responsible to IOM for any faulty performance under any subcontract. The subcontractor shall have no
cause of action against IOM for any breach of the sub-contract.

16. Force Majeure

16.1 Neither Party will be liable for any delay in performing or failure to perform any of its obligations under
this Agreement if such delay or failure is caused by force majeure, which means any unforeseeable and
irresistible act of nature, any act of war (whether declared or not), invasion, revolution, insurrection,
terrorism, blockade or embargo, strikes, Governmental or state restrictions, natural disaster, epidemic,
public health crisis, and any other circumstances which are not caused by nor within the control of the
affected Party.

16.2 As soon as possible after the occurrence of a force majeure event which impacts the ability of the affected
Party to comply with its obligations under this Agreement, the affected Party will give notice and full
details in writing to the other Party of the existence of the force majeure event and the likelihood of delay.
On receipt of such notice, the unaffected Party shall take such action as it reasonably considers
appropriate or necessary in the circumstances, including granting to the affected Party a reasonable
extension of time in which to perform its obligations. During the period of force majeure, the affected
Party shall take all reasonable steps to minimize damages and resume performance.
16.3 IOM shall be entitled without liability to suspend or terminate the Agreement if Contractor is unable to
perform its obligations under the Agreement by reason of force majeure. In the event of such suspension
or termination, the provisions of Article 26 (Termination) shall apply.

17. Intellectual Property

All intellectual property and other proprietary rights including, but not limited to, patents, copyrights, trademarks,
and ownership of data resulting from the performance of the Services shall be vested in IOM, including, without
any limitation, the rights to use, reproduce, adapt, publish and distribute any item or part thereof.

18. Independent Contractor

The Contractor, its employees and other personnel as well as its subcontractors and their personnel, if any, shall
perform all Works under this Agreement as an independent contractor and not as an employee or agent of IOM.

19. Audit

The Contractor agrees to maintain records, in accordance with sound and generally accepted accounting procedures,
of all direct and indirect costs of whatever nature involving transactions related to the provision of services under
this Agreement. The Contractor shall make all such records available to IOM or IOM's designated representative at
all reasonable times until the expiration of 7 (seven) years after the date of final payment, for inspection, audit, or
reproduction. On request, employees of the Contractor shall be available for interview.

20. Confidentiality
28

30
20.1 All information which comes into the Contractor’s possession or knowledge in connection with this
Agreement is to be treated as strictly confidential. The Contractor shall not communicate such information
to any third party without the prior written approval of IOM. The Contractor shall comply with IOM Data
Protection Principles in the event that it collects, receives, uses, transfers, stores or otherwise processes
any personal data in the performance of this Agreement. This obligation shall survive the expiration or
termination of this Agreement.

20.2 Notwithstanding the previous paragraph, IOM may disclose information related to this Agreement, such
as the name of the Contractor and the value of the Agreement, the title of the contract/project, nature
and purpose of the contract/project, name and locality/address of the Contractor and the amount of the
contract/project to the extent as required by its Donor or in relation to IOM’s commitment to any
initiative for transparency and accountability of funding received by IOM in accordance with the policies,
instructions and regulations of IOM.

21. Notices

Any notice given pursuant to this Agreement will be sufficiently given if it is in writing and received by the other
Party at the following address:

International Organization for Migration (IOM)


Attn: [Name and title/position of IOM contact person]
[IOM’s address]
Email: [IOM’s email address]

[Full name of the Contractor]


Attn: [Name and title/position of the Contractor‘s contact person]
[Contractor ‘s address]
Email: [Contractor ‘s email address]

22. Dispute Resolution

22.1 Any dispute, controversy or claim arising out of or in relation to this Agreement, or the breach, termination
or invalidity thereof, shall be settled amicably by negotiation between the Parties.

22.2 In the event that the dispute, controversy or claim has not been resolved by negotiation within 3 (three)
months of receipt of the notice from one party of the existence of such dispute, controversy or claim, either
Party may request that the dispute, controversy or claim is resolved by conciliation by one conciliator in
accordance with the UNCITRAL Conciliation Rules of 1980. Article 16 of the UNCITRAL Conciliation Rules
does not apply.

22.3 In the event that such conciliation is unsuccessful, either Party may submit the dispute, controversy or
claim to arbitration no later than 3 (three) months following the date of termination of conciliation
proceedings as per Article 15 of the UNCITRAL Conciliation Rules. The arbitration will be carried out in
accordance with the 2010 UNCITRAL arbitration rules as adopted in 2013. The number of arbitrators shall
be one and the language of arbitral proceedings shall be English, unless otherwise agreed by the Parties in
writing. The arbitral tribunal shall have no authority to award punitive damages. The arbitral award will be
final and binding.

22.4 The present Agreement as well as the arbitration agreement above shall be governed by the terms of the
present Agreement and supplemented by internationally accepted general principles of law for the issues
not covered by the Agreement, to the exclusion of any single national system of law that would defer the
Agreement to the laws of any given jurisdiction. Internationally accepted general principles of law shall be
deemed to include the UNIDROIT Principles of International Commercial Contracts. Dispute resolution
shall be pursued confidentially by both Parties. This Article survives the expiration or termination of the
present Agreement.

29

31
23. Use of IOM Name, Abbreviation and Emblem

The Contractor shall not be entitled to use the name, abbreviation or emblem of IOM without IOM’s prior written
authorisation. The Contractor acknowledges that use of the IOM name, abbreviation and emblem is strictly
reserved for the official purposes of IOM and protected from unauthorized use by Article 6ter of the Paris
Convention for the Protection of Industrial Property, revised in Stockholm in 1967 (828 UNTS 305 (1972)).

24. Status of IOM

Nothing in or relating to this Agreement shall be deemed a waiver, express or implied, of any of the privileges and
immunities of the International Organization for Migration as an intergovernmental organization.

25. No Waiver Clause

IOM’s failure to insist upon a strict performance of any of the terms and conditions of this Agreement shall not be
deemed a relinquishment of any right or remedy that IOM may have, nor shall it be construed as a waiver of
Contractor’s subsequent breach of this Agreement which shall continue to be in full force and effect. No waiver by
IOM of any of its rights under this Agreement shall be deemed to have been made unless expressed in writing and
signed by IOM.

26. Termination of Agreement

26.1 IOM may, at its option, terminate for convenience any of the work under this Agreement in whole or in
part, at any time by 7 (seven) days written notice to Contractor. Such notice shall specify the Completion
Rate upon termination as established by Article 6.2 and the effective date of termination. Upon receipt of
such notice Contractor shall:

(a) Immediately discontinue the Works on the date and to the extent specified in the notice and place no
further purchase orders or subcontracts for materials, services, or facilities other than as may be
required for completion of such portion of the Works that is not terminated;
(b) Promptly cancel upon terms satisfactory to IOM all purchase orders, subcontracts, rentals, or any other
agreement existing for the performance of the terminated work, or assign those agreements as directed
by IOM;
(c) Assist IOM in the maintenance and protection of work in progress, plant, tools, equipment, property and
materials acquired by Contractor or furnished by IOM under this Agreement;
(d) Complete performance of such portion of the Works which are not terminated; and
(e) Perform other related tasks, which IOM may reasonably instruct, in order to effect the termination of
the work.

26.2 Upon termination as per the previous clause, as the sole right and remedy of Contractor, IOM shall pay in
accordance with the following:

(a) The Contract Price corresponding to the Works performed in accordance with this Agreement prior to
the date of such notice of termination;
(b) Costs corresponding to the portion of the Works thereafter performed as specified in such notice of
termination, subject to IOM’s acceptance of such work;
(c) Reasonable and documented administrative costs of settling and paying claims arising out of the
termination of work under purchase orders or subcontracts, as agreed by IOM; and
(d) Reasonable costs incurred in demobilization and the disposition of residual material and equipment, as
agreed by IOM.

The Contractor shall submit within 7 (seven) calendar days after receipt of notice of termination, a written
statement setting forth its proposal for an adjustment to the Contract Price to include only the incurred
costs described in this clause. IOM shall review the proposal, and negotiate an equitable adjustment of the
Contract Price. Other amounts paid in advance by IOM will be refunded by the Contractor within 7 (seven)
days.

30

32
26.3 IOM may terminate this Agreement or any of the work under this Agreement at any time by immediate
written notice to the Contractor, for causes which include but are not limited to:

(a) The Contractor’s violation of the terms and conditions of this Agreement;
(b) Contractor’s default, failure or refusal to carry out order to remove and replace the unsound,
incorrect or defective portion of the Works as per Article 14.5;
(c) Non-completion of the Works within the time agreed upon or the expiration of extension agreed
upon, or delayed progress of the Works as stated in Article 6 or sub-standard work;
(d) Institution of insolvency or receivership proceedings involving the Contractor;
(e) If, in the judgment of IOM, the Contractor has engaged in corrupt or fraudulent practices in
competing for and/or implementing the Agreement.

The written notice shall specify the Completion Rate as established by Article 6.2 upon termination, the
effective date of termination, and any additional tasks that need to be performed including but not limited
to those enumerated in Articles 26.1 and 26.2. Such termination shall be without prejudice to IOM’s other
rights and remedies in this Agreement, in law and in equity. Amounts paid in advance by IOM will be
refunded by the Contractor within 7 (seven) days from the date of IOM’s request.

26.4 Where IOM terminates this Agreement as per Article 26.3 above, all materials, plant, equipment and
works financed under this Agreement shall be deemed to be the property of IOM, and the Contractor shall
be liable for all the direct replacement cost incurred to IOM for the completion of the Works. The
Contractor shall pay IOM the required amount within 30 (thirty) days from receipt of an invoice from IOM.
The direct replacement cost shall be the difference between the remaining amount in Contract Price not
paid to the Contractor upon termination including the retention amount (after the settlement of all
remaining debts and obligations) and the actual cost spent by IOM for completion of the remainder of the
Works plus overhead of 10% (ten per cent) for additional administrative efforts of IOM.

26.5 Upon any termination, the Contractor shall waive any claims for damages including loss of anticipated
profits on account thereof.

26.6 IOM may suspend the Agreement at any time, in whole or in part. In the event of suspension of this
Agreement, IOM will specify the scope of activities and/or deliverables that shall be suspended in writing.
All other rights and obligations of this Agreement shall remain applicable during the period of suspension.
IOM will notify the Contractor in writing when the suspension is lifted and may modify the completion
date. The Contractor shall not be entitled to claim or receive any Service fee or costs incurred during the
period of suspension of this Agreement.

27. Severability

If any part of this Agreement is found to be invalid or unenforceable, that part will be severed from this Agreement
and the remainder of the Agreement shall remain in full force.

28. Entire Agreement

This Agreement and its Annexes embody the entire agreement between the Parties and supersedes all prior
agreements and understandings, if any, relating to the subject matter of this Agreement.

29. Final Clauses

29.1 This Agreement will enter into force upon signature by both Parties. It will remain in force until
completion of all obligations of the Parties under this Agreement unless terminated earlier in accordance
with Article 26.

29.2 Amendments may be made by mutual agreement in writing between the Parties.

30. Special Provisions (Optional)

31

33
Due to the requirements of the Donor financing the Project, the Contractor shall agree and accept the following
provisions:

[Insert all donor requirements which must be flown down to IOM’s implementing partners and
subcontractors. In case of any doubt, please contact LEGContracts@iom.int]

Signed in duplicate in English, on the dates and at the places indicated below.

For and on behalf of For and on behalf of


The International Organization for Migration [Name of Contractor]

Signature Signature

Name: Name:
Position: Position:
Date: Date:
Place: Place:

32

34
6.2 Performance Security.

Performance Security (Bank Guarantee)

To: [name and address of Employer]

WHEREAS [name and address of Contractor] (hereinafter called “the Contractor”) has undertaken, in pursuance of
Contract No. [number] dated [date] to execute [name of Contract and brief description of Works] (hereinafter called
“the Contract”);

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank
Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in
accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor,
up to a total of [amount of Guarantee] [amount in words], such sum being payable in the types and proportions of
currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and
without cavil or argument, any sum or sums within the limits of [amount of Guarantee] as aforesaid without your
needing to prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the
demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the Works
to be performed thereunder or of any of the Contract documents which may be made between you and the
Contractor shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any
such change, addition, or modification.

This Guarantee shall be valid until a ____ 28 days from the date of issue of the Certificate of Completion.

Signature and seal of the Guarantor

Name of Bank

Address

Date

33

35
SECTION 7: BIDDING FORMS
Form A: Bid Confirmation

Form B: Checklist

Form C: Bid Submission

Form C: Bidder Information

Form E: Joint Venture / Consortium / Association Information

Form F: Eligibility and Qualification

Form G: Technical Bid

Form H: Price Schedule

Form I: Bid Security

34

36
FORM A: BID CONFIRMATION
Please acknowledge receipt of this ITB by completing this form and returning it by email to the address, and by the
date specified, in the Letter of Invitation.
To: MOWLID DAHIR Email: moabdullahi@iom.int
From: SOMTECH ENGINEERING AND
CONSTRUCTION COMPANY
Subject ITB reference 4200600224

Check the appropriate


Description
box
☑ YES, we intend to submit a bid.
NO. We are unable to submit a competitive offer for the requested goods/works/services

at the moment

If you selected NO above, please state the reason(s) below:

Check applicable Description


☐ The requested goods/services are not within our range of supply
☐ We are unable to submit a competitive offer for the requested products at the moment
☐ The requested products are not available at the moment
☐ We cannot meet the requested specifications
☐ We cannot offer the requested type of packing
☐ We can only offer FCA prices
☐ The information provided for bidding purposes is insufficient
☐ Your ITB is too complicated
☐ Insufficient time is allowed to prepare a bid
☐ We cannot meet the delivery requirements
We cannot adhere to your terms and conditions e.g. payment terms, request for

performance security, etc.. Please provide details below.
☐ Sustainability criteria/requirements are too stringent (if applicable)
☐ We do not export
☐ We do not sell to the UN
☐ Your volume is too small and does not meet our order quantity
☐ Our production capacity is currently full
☐ We are closed during the holiday season
☐ We had to give priority to other clients’ requests
☐ We do not sell directly but through distributors
☐ We have no after-sales service available
☐ The person handling the bids is away from the office
☐ Other (please provide reasons below):
Further information: Click or tap here to enter text.

☑ We would like to receive future ITBs for this type of goods


☐ We don’t want to receive ITBs for this type of goods

Questions to the bidder concerning the reasons for NO BID should be addressed to IOM phone Click or tap here to
enter number., email Click or tap here to enter text..

35

37
FORM B: CHECKLIST

This form serves as a checklist for preparation of your bid. Please complete the returnable bidding forms in
accordance with the instructions and return them as part of your bid submission: No alteration to the format of
forms shall be permitted and no substitution shall be accepted.

Before submitting your bid, please ensure compliance with the instructions in Section 2: Instructions to Bidders and
Section 3: Data Sheet.

Technical bid:
Have you duly completed all the returnable bidding forms?
▪ Form C: Bid Submission ☑
▪ Form D: Bidder Information ☑
▪ Form E: Joint Venture/Consortium/Association Information ☑
▪ Form F: Eligibility and Qualification ☑
▪ Form G: Technical Bid/Bill of Quantities ☑
▪ From I: Bid Security
Have you provided the required documents to establish compliance with the

evaluation criteria in Section 4?

Have you provided the required documents in support of Form D: Bidder Information? ☑

Price Schedule:
▪ Form H: Price Schedule ☑

36

38
FORM C: BID SUBMISSION

SOMTECH ENGINEERING AND CONSTRUCTION


Name of bidder: Date: 15TH JANUARY,2024.
COMPANY .

ITB reference: 4200600224

We, the undersigned, offer to supply the goods and related services required for IOM in accordance with your
Invitation to Bid No. Click or tap here to enter text.. We hereby submit our bid, which includes this Technical Bid and
Price Schedule.
The total price of our bid, excluding any discounts offered below is: Insert amount in words and figures, indicating
amount(s) and respective currency(ies) (by lots if applicable) . US$ 724,324.21-SEVEN HUNDRED AND TWENTY FOUR
THOUSAND THREE HUNDRED AND TWENTY FOUR DOLLARS AND TWENTY ONE CENTS

The discounts offered and the methodology of their application are: N/A

● Discounts: If our bid is accepted, the following discounts shall apply Specify in detail each discount offered and
the specific item of the Schedule of Requirement to which it applies, including if applicable discounts for
accelerated payment.
● Methodology of application of the discounts: The discounts shall be applied using the following method:
Specify in detail the method that shall be used to apply the discounts

BIDDER’S DECLARATION OF CONFORMITY1

Yes No
☒ ☐ On behalf of the Supplier, I hereby represent and warrant that neither the Supplier, nor any person
having powers of representation, decision-making or control over it or any member of its
administrative, management or supervisory body, has been the subject of a final judgement or final
administrative decision for one of the following reasons: bankruptcy, insolvency or winding-up
procedures; breach of obligations relating to the payment of taxes or social security contributions;
grave professional misconduct, including misrepresentation, fraud; corruption; conduct related to a
criminal organisation; money laundering or terrorist financing; terrorist offences or offences linked to
terrorist activities; child labour and other trafficking in human beings, any discriminatory or exploitative
practice, or any practice that is inconsistent with the rights set forth in the Convention on the Rights of
the Child or other prohibited practices; irregularity; creating or being a shell company.

☒ ☐ On behalf of the Supplier, I further represent and warrant that the Supplier is financially sound and duly
licensed.

☒ ☐ On behalf of the Supplier, I further represent and warrant that the Supplier has adequate human
resources, equipment, competence, expertise and skills necessary to complete the contract fully and
satisfactorily, within the stipulated completion period and in accordance with the relevant terms and
conditions.

☒ ☐ On behalf of the Supplier, I further represent and warrant that the Supplier complies with all applicable
laws, ordinances, rules and regulations.

☒ ☐ On behalf of the Supplier, I further represent and warrant that the Supplier will in all circumstances act
in the best interests of IOM.

1
This form is mandatory to fill in and sign by every vendor who submits quotation

37

39
Yes No
☒ ☐ On behalf of the Supplier, I further represent and warrant that no official of IOM or any third party has
received from, will be offered by, or will receive from the Supplier any direct or indirect benefit arising
from the contract.

☒ ☐ On behalf of the Supplier, I further represent and warrant that the Supplier has not misrepresented or
concealed any material facts during the contracting process.

☒ ☐ On behalf of the Supplier, I further represent and warrant that the Supplier will respect the legal status,
privileges and immunities of IOM as an intergovernmental organization.

☒ ☐ On behalf of the Supplier, I further represent and warrant that neither the Supplier nor any persons
having powers of representation, decision-making or control over the Supplier or any member of its
administrative, management or supervisory body are included in the most recent Consolidated United
Nations Security Council Sanctions List (the “UN Sanctions List”) or are the subject of any sanctions or
other temporary suspension. The Supplier will immediately disclose to IOM if it or they become subject
to any sanction or temporary suspension.

☒ ☐ On behalf of the Supplier, I further represent and warrant that the Supplier does not employ, provide
resources to, support, contract or otherwise deal with any person, entity or other group associated with
terrorism as per the UN Sanctions List and any other applicable anti-terrorism legislation.

☒ ☐ On behalf of the Supplier, I further represent and warrant that, the Supplier will apply the highest ethical
standards, the principles of efficiency and economy, equal opportunity, open competition and
transparency, and will avoid any conflict of interest.

☒ ☐ On behalf of the Supplier, I further represent and warrant that the Supplier undertakes to comply with
the Code of Conduct, available at https://www.ungm.org/Public/CodeOfConduct.

☒ ☐ It is the responsibility of the Supplier to inform IOM immediately of any change to the information
provided in this Declaration.
☒ ☐ On behalf of the Supplier I certify that I am duly authorized to sign this Declaration and on behalf of the
Supplier I agree to abide by the terms of this Declaration for the duration of any contract entered into
between the Supplier and IOM.

☒ ☐ IOM reserves the right to terminate any contract between IOM and the Supplier, with immediate effect
and without liability, in the event of any misrepresentation made by the Supplier in this Declaration.

Signature:
Name: OSMAN AHMED ALI
Title: DIRECTOR
Date: 15 January 2024

38

40
FORM D: BIDDER INFORMATION
Please, find the latest Vendor Information Sheet form, at this link VIS form, to be filled, signed and stamped
by Bidders.

FORM E: JOINT VENTURE/CONSORTIUM/ASSOCIATION INFORMATION


Name of bidder: SOMTECH ENGINEERING AND CONSTRUCTION Date: 15-Jan-24
COMPANY.

ITB reference: 4200600224

To be completed and returned with your bid if the bid is submitted as a Joint Venture/Consortium/Association.
No Name of Partner and contact information (address, The proposed proportion of responsibilities (in
telephone numbers, fax numbers, e-mail address) %) and type of goods, works and/or services to
be performed

1 N/A. N/A.

2 N/A. N/A.

3 N/A. N/A.

Name of leading partner

(with authority to bind the JV, Consortium, and Association N/A.


during the ITB process and, in the event a contract is awarded,
during contract execution)

We have attached a copy of the below referenced document signed by every partner, which details the likely legal
structure of and the confirmation of joint and severable liability of the members of the said joint venture:

☐ Letter of intent to form a joint venture OR ☐ JV/Consortium/Association agreement

We hereby confirm that if the contract is awarded, all parties of the Joint Venture/Consortium/Association shall be jointly
and severally liable to Click or tap here to enter text for the fulfilment of the provisions of the Contract.

Name of partner: Name of partner:


___________N/A________________________ _____________N/A______________________

Signature: _______N/A_______________________ Signature: _______ N/A ________________________

Date: ___________ N/A ________________________ Date: __________ N/A _________________________

39

41
Name of partner: ___________ N/A ______________ Name of partner: _________ N/A ________________

Signature: _________ N/A _____________________ Signature: _______ N/A ________________________

Date: _________ N/A __________________________ Date: ________ N/A ___________________________

FORM F: ELIGIBILITY AND QUALIFICATION FORM

Name of bidder: SOMTECH ENGINEERING AND CONSTRUCTION Date: 15-Jan-24.


COMPANY ..

ITB reference: 4200600224


If JV/Consortium/Association, to be completed by each partner.

History of Non- Performing Contracts

☑No non-performing contracts during the last 3 years

☐ Contract(s) not performed in the last 3 years


Year Non- performed Contract Identification Total Contract Amount
portion of (current value in US$)
contract

Name of Client:
Address of Client:
Reason(s) for non-performance:

Litigation History (including pending litigation)

☑ No litigation history for the last 3 years

☐ Litigation History as indicated below


Year of Amount in dispute Contract Identification Total Contract Amount
dispute (state currency) (state currency)

Name of Client:
Address of Client:
Matter in dispute:
Party who initiated the dispute:
Status of dispute:
Party awarded if resolved:

Previous Relevant Experience


Please list only previous similar assignments successfully completed in the last 3 years.

List only those assignments for which the bidder was legally contracted or sub-contracted by the Client as a company or
was one of the Consortium/JV partners. Assignments completed by the bidder’s individual experts working privately or
through other firms cannot be claimed as the relevant experience of the bidder, or that of the bidder’s partners or sub-
consultants, but can be claimed by the Experts themselves in their CVs. The bidder should be prepared to substantiate
the claimed experience by presenting copies of relevant documents and references if so requested.

40

42
Project name & Client & Contract Period of Types of activities undertaken and
Country of Reference Contact Value activity and role (Contractor, sub-contractor or
Assignment Details status consortium member)
PROPOSED MOHAMED ALI NUR US$ 420,000.00 6 MONTHS BUILDING WORKS
CONSTRUCTION G+6 MOGADISHU, SOMALI
APARTMENT IN +252 616468880
MOGADISHU SOMALI Nabad1012@gmail.com
PROPOSED KUMLIYE GENERAL US$ 1,200,000.00 10 MONTHS BUILDING WORKS
CONSTRUCTION G+8 SERVICES LIMITED
APARTMENT IN MOGADISHU,
MOGADISHU SOMALI SOMALIA
+252 61541185
admin@kgsl.so
CONSTRUCTION OF 2 GOLDEN RELIEF US$ 1,049,566.60 19 MONTHS BUILDING WORKS
HARD WALL BUILDING ESOURCES
AT PHASE 5 BLOCK C TGL COMPOUND
+918287884409
arun@grrgl.com

Bidders may also attach their own Project Data Sheets with more details for assignments above.

☑ Attached are the Statements of Satisfactory Performance from the Top 3 (three) Clients or more.
Financial Standing

Annual Turnover for the last 3 years Year-2022 Currency-US$ Amount-14,676,034

Year-2021 Currency-US$ Amount-12,800,340

Year-2020 Currency-US$ Amount-11,040,214

Latest Credit Rating (if any), indicate the N/A


source and date.

Financial information Historic information for the last 3 years


(state currency)
Year 1-2022 Year 2-2021 Year 3-2020
Information from Balance Sheet
Total Assets (TA) 8,006,772 7,174,620 6,623,131
Total Liabilities (TL) 1,227,669 1,633,618 1,944,638
Current Assets (CA) 4,691,405 4,224,628 3,673,138
Current Liabilities (CL) 1,197,669 1,603,618 1,914,638
Information from Income Statement
Total / Gross Revenue (TR) 14,676,034 12,800,340 11,040,214
Profits Before Taxes (PBT) 1,768,716 1,326,938 1,132,067
Net Profit 1,238,101 862,510 735,843
Current Ratio (current
3.92 2.63 1.92
assets/current liabilities)

☑ Attached are copies of the audited financial statements (balance sheets, including all related notes, and income
statements) for the years required above complying with the following condition:

a) Must reflect the financial situation of the bidder or party to a JV, and not a sister or parent companies;
b) Historic financial statements must be audited by a certified public accountant;
c) Historic financial statements must correspond to accounting periods already completed and audited. No
statements for partial periods shall be accepted.

41

43
Staff capacity

The bidder should submit the academic credentials of the key personnel listed for the assignment.

Number Years of
No Position Employed
of persons experience
Project engineer – bachelor’s degree in civil Permanently
1 1 13 YEARS
engineering employed

Electrical engineer – bachelor’s degree in electrical Permanently


2 1 13 YEARS
engineering employed

Site Engineer -to have bachelor’s degree in civil Permanently


3 1 20 YEARS
engineering employed

Foreman - to have Diploma in Building and Permanently


construction or have minimum of 10 years of 1 10 YEARS employed
experience -

Admin Staff- to have bachelor’s degree in business Permanently


4 1 10 YEARS
management or related course employed

Technical capacity

The bidder should furnish evidence of ownership or lease for equipment that must be fully prepared for use
at the commencement of the project and that will be utilized throughout the project. The following equipment
must be provided by the bidder for construction, craftsmanship, and all installation work on the building:

Availability/ if Availability/ if
No Equipment pcs
ownership type YES renting type YES
1 Assorted Handtools 1 YES

2 Excavator 1 YES

3 Loader 1 YES

4 Tipper truck (load capacity 10t) 2 YES

5 Compacted roller 1 YES

6 Concrete Mixer 1 YES

7 Compactor 1 YES

8 Vibrator for placing of concrete 4 YES

9 Cutting machines like; tiles, steels, etc. 2 YES

10 Machine for making of blocks 2 YES

11 Facade scaffolding 1500 m2 YES

42

44
FORM G: TECHNICAL BID

Name of bidder: SOMTECH ENGINEERING AND CONSTRUCTION Date: 15-Jan-24.


COMPANY ..

ITB reference: 4200600224

Requirements Compliance with requirements


Details or comments
(based on the information
Yes, we No, we cannot comply. on the related requirements
provided in Section 5)
comply (indicate discrepancies)
Delivery Term (Works YES COMPLIANT
must be completed within
six (6) month after
contract signed)
COMPLIANT
Warranty (12 months) YES

FORM H: PRICE SCHEDULE

Name of bidder: SOMTECH ENGINEERING AND CONSTRUCTION Date: 15-Jan-24.


COMPANY .

ITB reference: 4200600224

Bidders shall fill, sign and stamp Bill of Quantities listed in Annex 5.4 Bill of Quantities
SUMMARY OF THE BILL OF QUANTITIES:

Phase Works Amount (in USD,)


1 Ministry of justice building $168,288.34
2 Ministry of internal security building $170,441.07
3 Gatehouse, kitchen, and external works $123,169.54
4 Electrical works $183,449.10
5 Mechanical works $78,976.17
TOTAL $724,324.21

I, the undersigned, certify that I am duly authorized to sign Bid for and on behalf of [SOMTECH ENGINEERING AND
CONSTRUCTION COMPANY ]:
Printed Name: ____________ OSMAN AHMED ALI

Title: ____________DIRECTOR____________________________________

Date: __________15TH JANUARY, 2024__________________________________

Signature: _____________________________________________________________

43

45
FORM I: BID SECURITY
Bid Security (Bank Guarantee)

WHEREAS, [name of Bidder] (hereinafter called “the Bidder”) has submitted its Bid dated [date] for [name and number
of the solicitation process] (hereinafter called “the Bid”).

KNOW ALL PEOPLE by these presents that We [name of Bank] of [name of country] having our registered office at
[address] (hereinafter called “the Bank”) are bound unto name of International Organization for Migration (IOM)
(hereinafter called “IOM”) in the sum of [amount] (the “Guaranteed Amount”) for which payment well and truly to be
made to IOM, the Bank binds itself, its successors, and assigns by these presents.

SEALED with the Common Seal of the said Bank this [day] day of [month], [year].

THE CONDITIONS of this obligation are:

(1) If, after Bid opening, the Bidder withdraws or modifies its Bid during the period of Bid validity specified in
the Bid; or

(2) If the Bidder having been notified of the acceptance of its Bid by IOM, during the period of Bid validity:

(a) fails, delays, or refuses to execute the Contract in accordance with the solicitation documents, if
required; or
(b) fails, delays, or refuses to furnish to IOM the Performance Security, if applicable, in accordance with
the solicitation documents or
(c) does not accept the correction of the Bid Price pursuant to Instructions to Bidders in the solicitation
document; or
(d) fails to comply with any other conditions specified in the solicitation document, prior to signing the
Contract,

we undertake to immediately pay to IOM the amount demanded by IOM, up to the Guaranteed Amount and without any
deduction, counterclaim or set-off, upon receipt of its first written demand, without IOM having to substantiate its
demand, provided that in its demand IOM will note that the amount claimed by it is due to the occurrence of one or any
of the abovementioned conditions, specifying the occurred condition or conditions. We further undertake to indemnify
IOM for any cost, loss or liability incurred by IOM as a result of our failure to comply with the terms of this Bid Security.
The Parties acknowledge and agree that the Bank’s obligations under this Bid Security shall be enforceable without the
need to have recourse to any judicial or arbitral proceedings and without the need to proceed against or enforce any
other rights or security or claim payment from any person before claiming under this Bid Security and its obligation to
pay IOM shall be fulfilled by the Bank without any objection, opposition or recourse. The Bank and IOM acknowledge and
agree that the terms and conditions of the Bid Security shall remain unchanged for the duration of the Bid Security validity
period (as defined below).

This Bid Security will remain in force up to and including the date 30 days after the date of the expiration of the Bid
Validity (“Bid Security validity period”), as stated in the solicitation document as it may be extended by IOM, notice of
which extension(s) to the Bank is hereby waived. The Bank hereby agrees and acknowledges that its obligations under
this Bid Security shall remain valid and enforceable notwithstanding any extension of the Bid Security Validity Period. Any
demand in respect of this Bid Security should reach the Bank not later than the above date.

Nothing in or relating to this Bid Security shall be deemed a waiver, express or implied, of any of the privileges and
immunities of the International Organization for Migration as an intergovernmental organization.

DATE SIGNATURE OF THE BANK

NAME AND POSITION OF SIGNATORY _______________________________________

WITNESS SEAL ______________________________


[signature, name, and address]

44

46
VIS & UN CODE OF CONDUCT

47

47
VENDOR INFORMATION SHEET

Vendor No.
Internal to IOM
Registered Vendor Name*: SOMTECH ENGINEERING AND CONSTRUCTION COMPANY
Other Names/Acronyms S.E.C.C.L
Address*
House No TGL COMPOUND
Street Name
ZIP/Postal Code*
City*
Region*
Country*

Contact Information
Company Tel/Mobile: +252 61 6998801 Contact Person: OSMAN AHMED ALI
Company Email: info@som-tech.so/ oali@som-tech.so Contact Person Position: D I R E C T O R
Company Website: https://www.som-tech.so/

Industry Category*: 0100 - Commercial Vendors 0500 - International Organizations - Non-UN


0200 - National CSOs 0600 - UN entities
0300 - National Government Entities 0005 - Individual Consultant/Non-Staff
0400 - International CSOs
Notes
Business Type*: Direct Producer/Manufacturing All fields marked with * are
mandatory. The form may be returned if
Reseller/Distributor/Service Provider mandatory fields are missing/incorrect or
in the wrong format (esp, Zipcode).
Provide Services/Goods Internationally* Yes No
Vendor Name - should match IDs or
Disability-inclusive* Yes Not applicable registration documents.
Women-owned/controlled* At least 51% women-owned/controlled If there is insufficient space, please use
Less than 51% women-owned/controlled the Other Information section
Not applicable
Environmental Statement* Yes No
Environmental or Energy Management System* Yes No

Product Categories (check all applicable)*


Agriculture, Livestock and Fisheries Fuels and Derivatives Legal and Investigation Power Supply and Electric
Chemicals Furniture Logistics and Warehousing Quality Control and Environment
Clothing and Luggage Hospitality, Events Media and Printing Security
Construction Insurances Medical, Drugs and Pharma Social and Humanitarian Services
Consultancy and Contracted Services IT and Communications NFIs – Household and Camps Tickets
Finance and Administration Land and Buildings Office Equipment and Supply Tools and Machinery
Food and Beverage Learning, Training and Recreation Personal Care Vehicles and Accessories

UNGM No. 386397 https://www.ungm.org/UNUser/Home


UN Partner Portal Reference https://www.unpartnerportal.org
Registration Date* Country of Operations (dd-mmm-yyyy)
VAT Number

Licensing Auth./Type C O M M E R C I A L L I C E N S E License No.: WGW/KG/00818 Reg. Date: 17/01/2024 Expiry Date: 17/01/2025
For additional licenses, please use the Other Information Section dd-mmm-yyyy dd-mmm-yyyy

Partner Entities (indicate if there are other relevant business partner accounts already registered in IOM. Format: Account Number-Name )

Same entity registered in another office N/A


Parent company
Subsidiaries/Branches

Other Information:
NONE

48
VENDOR INFORMATION SHEET
Section II: Payment and Banking Information

Payment Details

Payment Method* Bank Transfer Check** Cash** Others**


Justification for Non-Bank Payment Method**

Notes
Payment currency of the vendor MUST be clearly marked in order to avoid additional bank charges and/or delay in payments.
Non-bank payment methods require justification.

Bank Details (mandatory if Payment Method is via Bank Transfer):


Bank Name
Bldg and Street
City
Postal Code
Country
Bank Account Name
Bank Keys
Account Currency
Bank Account No.
*Depending on the country
Swift Code/BIC (accounts outside U.S.A.)
IBAN Number (mandatory for banks in Europe)
Clearing No. (CHF accounts in Switzerland)
ABA No. for ACH (USD accounts in U.S.A.)
Bank Branch Code

Notes
If there are multiple bank accounts, please add an extra sheet, and mark the default bank account.

If awarded, please submit ID/Registration, signed IOM Supplier Code of Conduct and Proof of Banking Details to IOM

I hereby certify that the information above are true and correct. I am also authorizing IOM to validate all claims with concerned authorities.

OSMAN AHMED ALI


Printed Name Signature
DIRECTOR 15TH JAN 2024
Position/Title Date

49
UN Supplier Code of Conduct Rev.06 – December 2017

UN SUPPLIER CODE OF CONDUCT

United Nations Charter: The values enshrined in the United Nations (UN) Charter, respect for fundamental
human rights, social justice and human dignity, and respect for the equal rights of men and women, serve
as overarching values to which suppliers of goods and services to the UN1 are expected to adhere.

Global Compact: The Global Compact is a voluntary international corporate citizenship network initiated to
support the participation of both the private sector and other social actors to advance responsible corporate
citizenship and universal social and environmental principles to meet the challenges of globalization. The UN
strongly encourages all suppliers to actively participate in the Global Compact. And to that end, this Code of
Conduct has been developed with recognition of the importance of the ten principles of the UN Global
Compact, and is viewed as an important means of integrating the Compact’s principles into the operations of
the UN. The Code of Conduct addresses the issues included in the Compact in the areas of human rights,
labour, environment and anti-corruption and interpretation of the Code should be undertaken in a manner
consistent with the Global Compact. Suppliers interested in supporting the Global Compact and obtaining
more information on the ten principles, can visit the Global Compact website at www.unglobalcompact.org.

International Labour Conventions and Recommendations: The International Labour Standards (i.e.,
Conventions and Recommendations) as established by the tripartite UN specialized agency, the International
Labour Organization (ILO), have served as the foundation on which much of this Code of Conduct is based.
It is the UN’s expectation that any supplier providing products or services to the UN will, in addition to the
values of the UN Charter, adhere to the principles concerning International Labour Standards summarized
below in paragraphs 4 – 9.2

1. Scope of Application:
The provisions of this Code of Conduct set forth the UN’s expectations for all suppliers that are registered
with the UN or with whom it does business. The UN expects that these principles apply to suppliers and their
employees, parent, subsidiary or affiliate entities, and subcontractors. The UN expects suppliers to ensure that
this Code of Conduct is communicated to their employees, parent, subsidiary and affiliated entities as well as
any subcontractors, and that it is done in the local language and in a manner that is understood by all. In order
for a supplier to be registered as a UN supplier or to do business with the UN, the supplier is required to read
and acknowledge that this Code of Conduct provides the minimum standards expected of UN Suppliers. In
addition, suppliers should note that certain provisions of this Code of Conduct will be binding on the supplier
in the event the supplier is awarded a contract by the UN pursuant to the terms and conditions of any such
contract. Failure to comply with certain provisions may also preclude suppliers from being eligible for a contract
award, as reflected in the solicitation documents of one or more organizations in the UN. Prospective suppliers
are invited to review the specific terms and conditions of contract and procurement policies of the
organization(s) within the UN with which they would like to do business in order to ascertain their current and
future eligibility.

2. Continuous Improvement:
The provisions as set forth in this Code of Conduct provide the minimum standards expected of suppliers to
the UN. The UN expects suppliers to strive to exceed both international and industry best practices. The UN
also expects that its suppliers encourage and work with their own suppliers and subcontractors to ensure that
they also strive to meet the principles of this Code of Conduct. The UN recognizes that reaching some of the
standards established in this Code of Conduct is a dynamic rather than static process and encourages suppliers
to continually improve their workplace conditions accordingly.
1 In this Code of Conduct, “UN” shall refer to the UN Secretariat, Programmes and Funds of the UN, Specialised Agencies
of the UN and all other entities belonging to the UN system, that have adopted this Code of Conduct through the High
Level Committee on Management - Procurement Network.
2 The full texts of the ILO Conventions and Recommendations can be accessed at:

http://www.ilo.org/global/standards/lang--en/index.htm

50

50
UN Supplier Code of Conduct Rev.06 – December 2017

3. Management, Monitoring and Evaluation:


It is the expectation of the UN that its suppliers, at a minimum, have established clear goals toward meeting
the standards set forth in this Code of Conduct. The UN expects that its suppliers will establish and maintain
appropriate management systems related to the content of this Code of Conduct, and that they actively review,
monitor and modify their management processes and business operations to ensure they align with the
principles set forth in this Code of Conduct. Supplier participants in the Global Compact are strongly
encouraged to operationalize its principles and to communicate their progress annually to stakeholders.

Labour:
4. Freedom of Association and Collective Bargaining: The UN expects its suppliers to recognize the
freely-exercised right of workers, without distinction, to organize, further and defend their interests and to
bargain collectively, as well as to protect those workers from any action or other form of discrimination related
to the exercise of their right to organize, to carry out trade union activities and to bargain collectively.3

5. Forced or Compulsory Labour: The UN expects its suppliers to prohibit forced or compulsory labour
in all its forms.4

6. Child Labour: The UN expects its suppliers not to employ: (a) children below 14 years of age or, if higher
than that age, the minimum age of employment permitted by the law of the country or countries where the
performance, in whole or in part, of a contract takes place, or the age of the end of compulsory schooling in
that country or countries, whichever is higher; and (b) persons under the age of 18 for work that, by its nature
or the circumstances in which it is carried out, is likely to harm the health, safety or morals of such persons.5

7. Discrimination: The UN expects its suppliers to ensure equality of opportunity and treatment in respect
of employment and occupation without discrimination on grounds of race, colour, sex, religion, political
opinion, national extraction or social origin and such other ground as may be recognized under the national
law of the country or countries where the performance, in whole or in part, of a contract takes place.6 The UN
expects its suppliers to take all appropriate measures to ensure that neither themselves nor their parent,
subsidiary, affiliate entities or their subcontractors are engaged in any gender-based or other discriminatory
employment practices, including those relating to recruitment, promotion, training, remuneration and benefits.

8. Wages, Working Hours and Other Conditions of Work: The UN expects its suppliers to ensure the
payment of wages in legal tender, at regular intervals no longer than one month, in full and directly to the
workers concerned. Suppliers should keep an appropriate record of such payments. Deductions from wages
are permitted only under conditions and to the extent prescribed by the applicable law, regulations or collective
agreement, and suppliers should inform the workers concerned of such deductions at the time of each payment.
The wages, hours of work and other conditions of work provided by suppliers should be not less favourable
than the best conditions prevailing locally (i.e., as contained in: (i) collective agreements covering a substantial
proportion of employers and workers; (ii) arbitration awards; or (iii) applicable laws or regulations), for work
of the same character performed in the trade or industry concerned in the area where work is carried out.7.

3
These principles are set out in the ILO fundamental Conventions, No. 87, Freedom of Association and Protection of the Right
to Organise, 1948 and No. 98, Right to Organise and Collective Bargaining, 1949.
4
This principle is set out in the ILO fundamental conventions, No. 29, Forced Labour, 1930, its Protocol of 2014 and
No. 105, Abolition of Forced Labour, 1957.
5
These principles are set out in the ILO fundamental Conventions, No. 138, Minimum Age, 1973 and No. 182, Worst
Forms of Child Labour, 1999 and in the UN Convention on the Rights of the Child.
6
These principles are set out in the ILO fundamental Conventions, No. 100, Equal Remuneration, 1951and No. 111,
Discrimination (Employment and Occupation), 1958.
7
These principles are set out in ILO Conventions No. 95, Protection of Wages, 1949 and No. 94, Labour Clauses (Public
Contracts), 1949 and in a number of Conventions addressing working time (see:
http://www.ilo.org/global/standards/subjects-covered-by-international-labour-standards/working-
time/lang--en/index.htm).

51

51
UN Supplier Code of Conduct Rev.06 – December 2017

9. Health and Safety: The UN expects its suppliers to ensure, so far as is reasonably practicable, that: (a) the
workplaces, machinery, equipment and processes under their control are safe and without risk to health; (b) the
chemical, physical and biological substances and agents under their control are without risk to health when the
appropriate measures of protection are taken; and (c) where necessary, adequate protective clothing and
protective equipment are provided to prevent, so far as is reasonably practicable, risk of accidents or of adverse
effects to health.8

Human Rights:
10. Human Rights: The UN expects its suppliers to support and respect the protection of internationally
proclaimed human rights and to ensure that they are not complicit in human rights abuses.9

11. Harassment, Harsh or Inhumane Treatment: The UN expects its suppliers to create and maintain an
environment that treats all employees with dignity and respect. The UN further expects that its suppliers, their
parent, subsidiary and affiliated entities as well as any subcontractors, will neither use or engage in, nor allow
their employees or other persons engaged by them to use or engage in, any: threats of violence, verbal or
psychological harassment or abuse, and/or sexual exploitation and abuse. Sexual exploitation and abuse violate
universally recognized international legal norms and standards and have always been unacceptable behaviour
and prohibited conduct for the UN. Prior to entering into agreements with the UN, suppliers are informed of
the standards of conduct with respect to the prohibition of sexual exploitation and abuse, expected by the UN.
Such standards include, but are not limited to, the prohibition of: (1) engaging in any sexual activity with any
person under the age of 18, regardless of any laws of majority or consent, (2) exchanging any money,
employment, goods, services, or other things of value, for sex, and/or (3) engaging in any sexual activity that is
exploitive or degrading to any person. The UN expects its suppliers to take all appropriate measures to prohibit
their employees or other persons engaged by the suppliers, from engaging in sexual exploitation and abuse.
The UN also expects its suppliers to create and maintain an environment that prevents sexual exploitation and
abuse. United Nations contracts will contain provisions concerning a supplier’s obligation to take appropriate
measures to prevent sexual exploitation and abuse. The failure by a supplier to take preventive measures against
sexual exploitation or abuse, to investigate allegations thereof, or to take corrective action when sexual
exploitation or abuse has occurred, constitute grounds for termination of any agreement with the United
Nations. Moreover, no harsh or inhumane treatment coercion or corporal punishment of any kind is tolerated,
nor is there to be the threat of any such treatment.

12. Mines: The UN expects its suppliers not to engage in the sale or manufacture of anti-personnel mines or
components utilized in the manufacture of anti-personnel mines.

Environment:
13. Environmental: The UN expects its suppliers to have an effective environmental policy and to comply
with existing legislation and regulations regarding the protection of the environment. Suppliers should wherever
possible support a precautionary approach to environmental matters, undertake initiatives to promote greater
environmental responsibility and encourage the diffusion of environmentally friendly technologies
implementing sound life-cycle practices.

14. Chemical and Hazardous Materials: Chemical and other materials posing a hazard if released to the
environment are to be identified and managed to ensure their safe handling, movement, storage, recycling or
reuse and disposal.

15. Wastewater and Solid Waste: Wastewater and solid waste generated from operations, industrial
processes and sanitation facilities are to be monitored, controlled and treated as required prior to discharge or
disposal.
8 These principles are set out in the ILO Conventions, Recommendations and Codes of Practice (see:
http://www.ilo.org/global/standards/subjects-covered-by-international-labour-standards/occupational-
safety-and-health/lang--en/index.htm).
9 Theseprinciples are derived from Universal Declaration of Human Rights (UDHR) and are set out in the United
Nations Global Compact (see http://www.unglobalcompact.org/Issues/human_rights/index.html)
3

52

52
UN Supplier Code of Conduct Rev.06 – December 2017

16. Air Emissions: Air emissions of volatile organic chemicals, aerosols, corrosives, particulates, ozone
depleting chemicals and combustion by-products generated from operations are to be characterized, monitored,
controlled and treated as required prior to discharge or disposal.

17. Minimize Waste, Maximize Recycling: Waste of all types, including water and energy, are to be reduced
or eliminated at the source or by practices such as modifying production, maintenance and facility processes,
materials substitution, conservation, recycling and re-using materials.

Ethical conduct:
18. Corruption: The UN expects its suppliers to adhere to the highest standards of moral and ethical conduct,
to respect local laws and not engage in any form of corrupt practices, including but not limited to extortion,
fraud, or bribery.

19. Conflict of Interest: UN suppliers are expected to disclose to the UN any situation that may appear as a
conflict of interest, and disclose to the UN if any UN official or professional under contract with the UN may
have an interest of any kind in the supplier's business or any kind of economic ties with thesupplier.

20. Gifts and Hospitality: The UN has a “zero tolerance” policy and does not accept any type of gift or any
offer of hospitality. The UN will not accept any invitations to sporting or cultural events, offers of holidays or
other recreational trips, transportation, or invitations to lunches or dinners. The UN expects its suppliers not
to offer any benefit such as free goods or services, employment or sales opportunity to a UN staff member in
order to facilitate the suppliers’ business with the UN.

21. Post employment restrictions: Post-employment restrictions may apply to UN staff in service and
former UN staff members who participated in the procurement process, if such persons had prior professional
dealings with suppliers. UN suppliers are expected to refrain from offering employment to any such person for
a period of one year following separation fromservice.

Contacts:
Any questions related to this Code of Conduct can be addressed to the High Level Committee on
Management - Procurement Network (HLCM-PN) at email: hlcmpn.secretariat@one.un.org.

53

53
FILLED BILL OF QUANTITIES

54

54
PROPOSED MINISTRY OF INTERNAL SECURITY BUILDING - SOUTHWEST STATE, SOMALIA

BILL OF QUANITIES

PREMIUM ENGINEERING
www.premiumengineering.so
Mogadishu
Somalia

Project Management I Quantity Surveying I Claims consultancy I Contract Management

55

55
SECTION NO.
1

MAIN BUILDING

56

56
ITEM DESCRIPTION UNIT QTY RATE AMOUNT

150
PROPOSED MINISTRY OF INTERNAL SECURITY BUILDING - SOUTHWEST
STATE, SOMALIA

SECTION NO. 1: MAIN BUILDING

ELEMENT NO. 1

SUBSTRUCTURES (PROVISIONAL)

(Note : Tenderers to allow for working space in their rates)

Site clearance

Clear site of works of grass,shrubs,bush and small trees, grub up


A SM 410 $0.67 $273.33
roots, fill with selected soil and burn debris

Destroy termites nests within site of works,take out and destroy


B queens, impregnate holes and tunnels with insecticide and fill ITEM 1 $33.33 $33.33
voids with approved material

Excavations including maintaining and supporting sides and


keeping free from all water, mud and fallen material

Excavate to reduce level not exceeding 1.5m deep Thick starting


C CM 164 $2.33 $382.67
from existing ground level [cut surfaces average depth]

Excavate for column bases not exceeding 1.50 metres deep,


D CM 77 $2.33 $179.67
starting from reduced levels

Excavate for foundation trenches exceeding 1.50 metres deep,


F CM 98 $2.33 $228.67
starting from reduced levels

Extra over excavations for excavating in soft rock (as describe in


G CM 4 $6.67 $26.67
specifications)

Extra excavation for excavating in hard rock (as defined in


H CM 4 $10.00 $40.00
specifications)

Carried to collection $1,164.33

Disposal

Return, fill and ram selected excavated material around


A CM 281 $1.33 $374.67
foundations.

Load,wheel and deposit surplus excavated material away from


C CM 59 $3.33 $196.67
site

57

57
Approved hardcore (or equal and approved) imported fill; Rolled
and compacted in layers not exceeding 150 mm Thick; to 95%
D CM 76 $12.00 $912.00
modified proctors MDD (AASHTO T99) including grading to falls
and cross falls to receive stone base

300mm Thick Well compacted hardcore filling to make up levels,


E depositing and compacting in layers maximum 150mm thick; CM 111 $12.00 $1,328.40
including 50mm Thick quarry dust blinding to receive surface bed

Plain in situ concrete class C15 in:

F 50mm thick under strip foundations SM 86 $3.53 $303.87

G Ditto under column foundations SM 67 $3.53 $236.73

Reinforced concrete class C25 to BS 8110 (minimum compressive


strength at 28 days - 25N/mm2) as described, in:-

H Strip foundations CM 17 $150.00 $2,550.00

I Column foundations CM 23 $150.00 $3,450.00

J Columns CM 4 $150.00 $600.00

K 150mm Thick ground floor slabs SM 311 $22.50 $6,997.50

M 175mm thick ramps CM 1 $26.25 $32.16

Carried to collection $16,981.99

Mesh fabric reinforcement to B.S 4483 and setting in concrete


with 300mm side and end laps (measured nett-allow for laps).

A Fabric ref. A142 in surface SM 375 $3.00 $1,125.00

Anti - termite to treatment

Chemical anti-termite treatment, executed complete by an


B approved specialist under a ten-year guarantee,to surfaces of SM 410 $1.67 $683.33
hardcore

Damp-proof membrane

1000 gauge polythene or other equal and approved damp-proof


C membrane, laid over blinded hardcore (measured separately) SM 375 $1.20 $450.00
with 300mm side and end laps (measured nett-allow for laps)

58

58
Reinforcement including wastage, bends, hooks, tying wires,
spacers to BS 4466:scheduling and bending BS 4449:2005+A2:2009
for ribbed steel (500 MPa reinforcing bars( all provisional)

D 8mm ditto KGs 156 $1.70 $265.20

E 10mm ditto KGs 352 $1.70 $598.40

F 12 mm ditto KGs 430 $1.70 $731.00

Clean approved marine ply or steel formwork (or equal and


approved) as described, to:-
J Vertical sides of strip foundations SM 57 $6.00 $342.00

K Vertical sides of column foundations SM 59 $6.00 $354.00

L Vertical sides of columns SM 44 $6.00 $264.00

M Vertical sides of ground beams SM 0 $0.90 $0.00

N Edges of slabs exceeding 75mm but not exceeding 225mm LM 61 $0.90 $54.90

Carried to collection $4,867.83

Formwork a.b.d

C Edges of risers exceeding 75mm but not exceeding 225mm LM 6 $0.90 $5.40

Natural stone from approved quarry in walling; (minimum


strength 7.5N per square mm) bedded and jointed in cement
and sand (1:4) mortar, reinforcement with and including 25mm
wide x 20 gauge hoop iron at every alternate course as
described in;

D 400mm thick walling CM 114 $25.00 $2,840.00

Damp-proof courses, as described, to walls

E 400mm wide LM 214 $1.20 $256.80

Plinths

Two coat external render (1:4) with a woodfloat

F 20mm to plinths SM 33 $2.67 $88.00

Prepare and apply 3 coats of waterproof bituminous paint as


described in.

G Rendered masonry surfaces SM 33 $3.33 $110.00

Carried to collection $3,300.20

59

59
COLLECTION

From Page 3/1 $1,164.33

From Page 3/2 $16,981.99

From Page 3/3 $4,867.83

From Page 3/4 $3,300.20

ELEMENT NO. 1 Carried to


SUBSTRUCTURES Main Summary $26,314.36

PROPOSED MINISTRY OF INTERNAL SECURITY BUILDING - SOUTHWEST


STATE, SOMALIA

SECTION NO. 1: MAIN BUILDING

ELEMENT NO. 2

REINFORCED CONCRETE FRAME

Reinforced concrete class C25 to BS 8110 (minimum compressive


strength at 28 days - 25N/mm2) as described, in:-

A Floor beams (incl. upstands) CM 51 $150.00 $7,650.00

C Columns CM 11 $150.00 $1,650.00

D 175mm thick slabs CM 54 $150.00 $8,032.50

F Staircases CM 6 $150.00 $900.00

G 150mm thick landings CM 2 $150.00 $225.00

Carried to collection $18,457.50

Reinforcement including wastage, bends, hooks, tying wires,


spacers to BS 4466:scheduling and bending BS 4449:2005+A2:2009
for ribbed steel (500 MPa reinforcing bars( all provisional)

A 8mm ditto KGs 2339 $1.70 $3,976.30

B 10mm ditto KGs 7578 $1.70 $12,882.60

C 12mm ditto KGs 1526 $1.70 $2,594.20

60

60
D 16mm ditto KGs 2353 $1.70 $4,000.10

E 20mm ditto KGs 1675 $1.70 $2,847.50

Clean approved marine ply or steel formwork ( or equal and


approved) as described, to:-

H Sides and horizontal soffites of beams SM 470 $6.00 $2,820.00

J Vertical sides of columns SM 133 $6.00 $798.00

K Horizontal soffites of suspended solid slabs and ledges SM 591 $6.00 $3,546.00

M Edge of slabs not exceeding 150 mm girth LM 10 $6.00 $60.00

N Sloping soffits of staircases SM 23 $6.00 $138.00

Edge of risers not exceeding 75mm but no exceeding 150 mm


O LM 58 $0.60 $34.80
girth

P Staircase strings 300mm extreme girth and cut to profile of steps LM 14 $1.20 $16.80

Sleeves

Q 150mm diameter UPVC sleeves in 150mm thick solid slab NO. 10 $33.60 $336.00

Carried to collection $34,050.30

COLLECTION

From Page 3/6 $18,457.50

From Page 3/7 $34,050.30

ELEMENT NO. 2 Carried to the


REINFORCED CONCRETE WORK Main Summary $52,507.80

PROPOSED MINISTRY OF INTERNAL SECURITY BUILDING - SOUTHWEST


STATE, SOMALIA

SECTION NO. 1: MAIN BUILDING

61

61
ELEMENT NO. 3

WALLING

External Walling

Precast concrete class 20 (12mm aggregate) including formwork


finishing fair face on all exposed surfaces, and bedding and
jointing in cement and sand (1:3) mortar :-

A 300 x 75mm coping; four labours, twice throated and weathered LM 176 $5.33 $938.67

Concrete solid block wall; bedded and jointed in cement and


sand (1:4) mortar, reinforcement with and including 25mm wide x
20 gauge hoop iron at every alternate course as described in;

B 200mm thick walling SM 181 $20.00 $3,620.00

D 200mm thick parapets SM 133 $18.00 $2,394.00

Carried to collection $6,952.67

Internal Walling

Natural hard machine cut ''Thika'' stone from approved quarry


(minimum strength 7.5N per square mm) in walling bedded and
jointed in cement and sand (1:4) mortar, reinforcement with and
including 25mm wide x 20 gauge hoop iron at every alternate
course as described in;

A 200mm thick walls SM 362 $20.00 $7,240.00

C 100mm thick walls SM 57 $12.00 $684.00

Carried to collection $7,924.00

COLLECTION

From Page 3/9 $6,952.67

From Page 3/10 $7,924.00

62

62
ELEMENT NO. 3 Carried to
WALLING Main summary $14,876.67

PROPOSED MINISTRY OF INTERNAL SECURITY BUILDING - SOUTHWEST


STATE, SOMALIA

SECTION NO. 1: MAIN BUILDING

ELEMENT NO. 4

ROOFING AND RAINWATER GOODS

Rainwater goods

"Connix'' or other equal and approved heavy gauge UPVC rain


water pipes and fittings

150 mm square profile downpipe fixed with and including


B LM 36 $13.33 $480.00
galvanised steel holderbats plugged and screwed to walls

C Extra over 150mm downpipe for swan neck NO. 6 $4.00 $24.00

D Ditto shoe NO. 6 $4.00 $24.00

Carried to collection $528.00

Flat roof finishes

APP/EPDM membrane with surface finish weighing minimum


4.5kgs/sm; laid on primer with torch-on process from an
approved manufacturer; finish to horizontal roof slab and walls
executed by a specialist under 10 years guarantee from Mau
West or equal and approved installer

A APP membrane applied to roof slabs and gutters SM 306 $13.33 $4,080.00

B Ditto to skirting 300mm high LM 132 $1.00 $132.00

C Dress membrane round 100mm rainwater outlet NO. 6 $4.00 $24.00

Lightweight water proofed screeds

D 45mm average screed laid to falls and crossfalls to roof slabs SM 306 $4.00 $1,224.00

63

63
E 20mm ditto to walls SM 40 $4.00 $160.00

Protective screeds

F 40mm Thick screed laid over APP SM 306 $4.00 $1,224.00

Concrete tiles

Supply and fix 300 x 300 x 25mm concrete tiles of approved


pattern jointed in cement and sand (1:3) mortar over prepared
screed (m.s) ; with linseed varnish
B To screeded roof surface SM 306 $15.33 $4,692.00

C 20 x 100mm ditto skirting LM 132 $1.53 $202.40

Carried to collection $11,738.40

COLLECTION

From Page 3/11 $528.00

From Page 3/12 $11,738.40

ELEMENT NO. 4 Carried to


ROOF CONSTRUCTION AND FINISHES Main summary $12,266.40

PROPOSED MINISTRY OF INTERNAL SECURITY BUILDING - SOUTHWEST


STATE, SOMALIA

ELEMENT NO. 5

FINISHES

External wall Finishes

12mm (minimum) two coat lime plaster topped with proprietary


skimming coat as described to:-

A Concrete/masonry surfaces externally SM 635 $4.00 $2,540.00

64

64
Prepare and apply one mist coat and three coats of prime
grade high quality external textured Acrylic paint as Ruff and Tuff
by Crown Paints or equal and approved) including one coat
permacote painting; include grooving and patterning to be
applied by qualified and manufacturer approved painters:

B 2.5mm Thick to plastered walls SM 635 $4.00 $2,540.00

Carried to collection $5,080.00

External Floor Finishes

Cement and sand (1:3) screeds, backings, beds etc

A 22mm thick to floors to receive porcelain tiles SM 127 $6.00 $762.00

B 25mm x 300 mm wide to treads to receive tiles LM 6 $1.80 $10.80

C 20 x 167mm to risers to receive tiles(m.s) LM 12 $1.00 $12.02

Porcelain floor tiles

Supply and fix ceramic floor tiles - tenderer to add the cost of
collection, delivery, grouting, adhesive, spacers and all other
materials and laying to completion) as selected by the Architect:
300 x 300 x 8mm tiles to floors on prepared bed (m.s) with
proprietary adhesive; jointed and pointed in matching coloured
proprietary waterproof grouting: including pvc spacers ,
aluminium corner strips and expansion joints as necessary: all to
Architect's approval.

E To floors generally SM 127 $23.00 $2,921.00

F 150 mm high skirting LM 103 $3.45 $355.35

G 300 mm wide treads LM 6 $6.90 $41.40

H 150mm wide risers LM 12 $3.45 $41.40

I 20 x 20 x 1.6mm Thick Aluminium angle nosing LM 12 $0.46 $5.52

Carried to collection $4,149.49

External ceiling finishes

12mm (minimum) two coat lime plaster topped with proprietary


skimming coat as described to:-

65

65
A Concrete/masonry surfaces internally SM 120 $4.00 $480.00

Prepare and apply three coats first quality silk vinyl emulsion paint
on:-

B Plastered ceilings internally and externally SM 120 $3.33 $400.00

Carried to collection $880.00

COLLECTION

From Page 3/17 $5,080.00

From Page 3/18 $4,149.49

From Page 3/19 (above) $880.00

ELEMENT NO. 5 Carried to


EXTERNAL FINISHES Main summary $10,109.49

PROPOSED MINISTRY OF INTERNAL SECURITY BUILDING - SOUTHWEST


STATE, SOMALIA

ELEMENT NO. 6

INTERNAL FINISHES

Internal Floor Finishes

Cement and sand (1:3) screeds, backings, beds etc

A 32mm thick to floors; to receive porcelain tiles (Wet areas) SM 58 $6.00 $348.00

B Ditto to receive porcelain tiles (other areas) SM 469 $6.00 $2,814.00

C Ditto to treads; 25mm x 300 mm wide LM 7 $1.80 $12.60

D Ditto 20 x 150mm to risers LM 13 $0.90 $11.70

E 20 x 20 x 1.6mm Thick stainless steel nosings LM 13 $0.12 $1.56

Porcelain floor tiles ( wet areas)

66

66
Supply and fix floor tiles - tenderer to add the cost of collection,
delivery, grouting, adhesive, spacers and all other materials and
laying to completion) as selected by the Architect: 300 x 300 x
12mm tiles to floors on prepared bed (m.s) with proprietary
adhesive; jointed and pointed in matching coloured proprietary
waterproof grouting: including pvc spacers, aluminium corner
strips and expansion joints as necessary: all to Architect's
approval.

HI To floors generally SM 58 $23.00 $1,334.00

Carried to collection $4,521.86

Porcelain floor tiles (other areas)

Supply and fix floor tiles - tenderer to add the cost of collection,
delivery, grouting, adhesive, spacers and all other materials and
laying to completion) as selected by the Architect: 600 x 600 x
12mm tiles to floors on prepared bed (m.s) with proprietary
adhesive; jointed and pointed in matching coloured proprietary
waterproof grouting: including pvc spacers, aluminium corncer
strips and expansion joint as necessary: all to Architect's
approval.

A To floors generally SM 469 $6.00 $2,814.00

150 mm high skirting; including 6mm polystryrene joint embedded


B LM 345 $0.90 $310.50
at corner

Carried to collection $3,124.50

Internal Wall Finishes

12mm (minimum) two coat lime plaster topped with proprietary


skimming coat as described to:-

A Concrete/masonry surfaces internally SM 1029 $4.00 $4,116.00

Cement and sand (1:4) backings etc

B 20 mm backing finished to receive tiles finishes (m.s) SM 244 $2.67 $650.67

Wall tiles

67

67
Supply and fix ceramic wall tiles (Prime cost sums of US$ 1200 per
sm - tenderer to add the cost of collection, delivery, grouting,
adhesive, spacers and all other materials and laying to
completion) as selected by the Architect: 600 x 200 x 12mm tiles
to walls on prepared bed (m.s) with proprietary adhesive; jointed
and pointed in matching coloured proprietary waterproof
grouting: including pvc spacers, alumunium corner strips and
expansion joint as necessary: all to Architect's approval.

D To walls generally SM 244 $20.00 $4,880.00

Ceiling finishes

12mm (minimum) two coat lime plaster as described to:-

E Concrete/masonry surfaces internally SM 562 $4.00 $2,248.00

Carried to collection $11,894.67

Gypsum

12.5mm Thick gypsum plasterboard (as Gyproc ® by British


Gypsum or equal and approved) with staggered joints on
screwed and including galvanised lightweight steel studwork to
EN 14195:2005 plugged onto wall and ceiling: smooth skimming
to surfaces; Ceilings bulkheads to Architect's detail in:

A 100 x 25 mm thick moulded cornice plugged to wall LM 913 $14.00 $12,782.00

Painting and decorating

Prepare and apply three coats first quality silk vinyl emulsion paint
on:-

To cornices surfaces girth exceeding 100mm wide but not


B LM 913 $1.00 $913.00
exceeding 300mm wide

C Ditto to plastered soffits SM 562 $3.33 $1,873.33

Carried to collection $15,568.33


COLLECTION

From Page 3/17 $4,521.86

From Page 3/18 $3,124.50

From Page 3/19 $11,894.67

68

68
From Page 3/20( above) $15,568.33

ELEMENT NO. 6 Carried to


INTERNAL FINISHES Main summary $35,109.36

PROPOSED MINISTRY OF INTERNAL SECURITY BUILDING - SOUTHWEST


STATE, SOMALIA

ELEMENT NO. 7

STAIRCASE FINISHES AND BALUSTRADES

Cement and sand (1:4 ) backings etc

A Ditto to receive porcelain tiles (other areas) SM 10 $2.67 $26.67

B Ditto to treads; 25mm x 300 mm wide LM 45 $0.80 $36.00

C Ditto 20 x 150mm to risers LM 58 $0.40 $23.20

D 20 x 20 x 1.6mm Thick stainless steel nosings LM 58 $0.05 $3.09

12mm (minimum) two coat lime plaster as described to:-

E To soffites of landings (m.s) SM 10 $4.00 $40.00

F Ditto to sloping soffites exceeding 15˚ from horizontal SM 23 $4.00 $92.00

G Staircase string 300mm extreme girth and cut to profile of steps LM 14 $1.20 $16.80

Porcelain floor tiles


Supply and fix floor tiles (Prime cost sums of US$ 1300 per sm -
tenderer to add the cost of collection, delivery, grouting,
adhesive, spacers and all other materials and laying to
completion) as selected by the Architect: 600 x 600 x 12mm tiles
to floors on prepared bed (m.s) with proprietary adhesive; jointed
and pointed in matching coloured proprietary waterproof
grouting: including pvc spacers, aluminium corncer strips and
expansion joint as necessary: all to Architect's approval.

H To floors generally SM 10 $15.33 $153.33

I 300mm wide to treads LM 45 $4.60 $207.00

J 150mm to risers LM 58 $2.30 $133.40

Carried to collection $731.49

69

69
Staircase and balcony balustrading to drawing details

The following in 12mm toughened frameless glass and stainless


steel grade 316 fittings necessary fittings, Clips and fittings as
Dorma or equal and approved; lugging and accessories;
architect's details; Notching, cutting, drilling and fabrication by
approved specialist

1000 mm High balustrade; 12mm thick toughened glass fastened


onto staircase tread base plate with steel screw and 75mm
A LM 15 $66.67 $1,000.00
handrail support and bottom members, anchored to 50mm CHS
balusters at landings

B Ditto internal voids LM 2 $66.67 $133.33

C Ditto external balconies[1000mm high] LM 45 $66.67 $3,000.00

Painting and decorating

Prepare and apply three coats first quality silk vinyl emulsion paint
on:-

E To soffites of landings (m.s) SM 10 $3.33 $33.33

F Ditto to sloping soffites exceeding 15˚ from horizontal SM 23 $3.33 $76.67

G Staircase string 300mm extreme girth and cut to profile of steps LM 14 $1.00 $14.00

Carried to collection $4,257.33

COLLECTION

From Page 3/21 $731.49

From Page 3/22 $4,257.33

ELEMENT NO. 7 Carried to the


STAIRCASES FINISHES & BALUSTRADES Main summary $4,988.83

PROPOSED MINISTRY OF INTERNAL SECURITY BUILDING - SOUTHWEST


STATE, SOMALIA

ELEMENT NO. 8

WINDOWS

Window Cills

70

70
Pre-cast concrete class 15, fair finished window cill size 225 x 25
mm cill; weathered with single throating; fixed to falls and ends
A LM 95 $3.00 $285.00
built into blockwork; including 25 x 6mm thick pvc water bar
bedded in mortar to blockwork

Timber and associated works

Window board: 275 x 25 mm Mahogany : moulded edge


C LM 70 $1.83 $128.33
exposed; tongued edge plugged to masonry walling;

Curtain rods/pelmets

D Provide the following provisional sum for curtain rods:


Curtain blinds LS 1 $33.33 $33.33

Carried to collection $446.67

UPVC windows

Supply and fix the following with purpose made UPVC casement
windows to blockwork complete with, 6mm Thick clear laminated
and translucent glass glass 0.01- 0.5 m2, framing, mullions,
transomes, hinges, approved brass fasteners and stays and fixing
lugs and one coat red oxide primer before fixing; 15mm solid bars
burglar proofing inside frame , all to architect's details and
approved sample

Door with all the necessary ironmongery- locks , hinges ,heavy


duty floor springs draught strips and sliding gear, pull handles as
Assa Abloy or equal and approved

A Window size 7400 x 5500 mm high overall - MIW1-L-shaped SM 40.70 $100.00 $4,070.00

B Window size 3000 x 2500 mm high overall - MIW2 SM 7.50 $100.00 $750.00

C Window size 600 x 2400 mm high overall - MIW3 SM 1.44 $100.00 $144.00

D Window size 2700 x 2400 mm high overall - MIW4 SM 6.48 $100.00 $648.00

E Window size 3400 x 2400 mm high overall - MIW5 SM 8.16 $100.00 $816.00

F Window size 2000 x 2400 mm high overall - MIW6 SM 4.80 $100.00 $480.00

71

71
G Window size 2400 x 1500 mm high overall - MIW7(with door) SM 3.60 $100.00 $360.00

H Window size 2000 x 900 mm high overall - MlW8 SM 1.80 $100.00 $180.00

I Window size 1400 x 5500 mm high overall - MIW9 SM 7.70 $100.00 $770.00

J Window size 4600 x 2400 mm high overall - MIW10(with door) SM 11.04 $100.00 $1,104.00

K Window size 900 x 2000 mm high overall - MIW11 SM 1.80 $100.00 $180.00

L Window size 2000 x 900 mm high overall - MlW12 SM 1.80 $100.00 $180.00

Carried to collection $9,682.00

Collection

From Page 3/23 $446.67

From Page 3/24 $9,682.00

ELEMENT NO. 8 Carried to


WINDOWS Main Summary $10,128.67

PROPOSED MINISTRY OF INTERNAL SECURITY BUILDING - SOUTHWEST


STATE, SOMALIA

ELEMENT No. 9

DOORS

External doors

Supply, assemble and fix the following purpose made heavy duty
mild steel door with 100 x 50 x 3mm RHS external frames, internal
frames, mullions and transomes - 50 x 50 x 3mm pin type hinges
including all necessary cutting and ironmongery as Assa Abloy or
equal and approved; all to Architect's details

A Door size 1800 x 2400 mm high overall - D1[main door] NO. 1 $600.00 $600.00

72

72
B Door size 900 x 2200 mm high overall - D2[balcony doors] NO. 3 $99.00 $297.00

Internal doors

Purpose made door composite with frames and ironmongery


[imported] heavy duty

C Door size 900 x 2200 mm high overall - D3[office doors] NO. 9 $79.20 $712.80

D Door size 900 x 2200 mm high overall - D4[VIP offices] NO. 2 $79.20 $158.40

50mm thick solid core flush door to B.S 459: Part 2 ; & BS1186 ;
Finished with 3mm hardwood veneer and lipped on all edges in
hardwood

E Door size 800 x 2200 mm high overall - D5[Toilets] NO. 16 $70.40 $1,126.40

Take delivery and fix the following ironmongery

F Pair brass butt hinges NO. 54 $0.77 $41.40

G Five lever mortice lock complete with furniture NO. 11 $50.00 $550.00

H Three lever mortice lock complete with furniture NO. 16 $33.33 $533.33

I Door stop NO. 27 $3.83 $103.50

J Pull handles NO. 2 $8.33 $16.67

Carried to Collection $4,139.50

COLLECTION

From Page 3/26 $4,139.50

ELEMENT NO. 9 Carried to


DOORS Main summary $4,139.50

PROPOSED MINISTRY OF INTERNAL SECURITY BUILDING - SOUTHWEST


STATE, SOMALIA

SECTION NO. 1: MAIN BUILDING

73

73
SUMMARY

PAGE

1 Substructures 3/5 $26,314.36

2 Reinforced Concrete Frame 3/8 $52,507.80

3 Walling 3/10 $14,876.67

4 Roof Construction and Finishes 3/13 $12,266.40

5 External finishes 3/16 $10,109.49

6 Internal finishes 3/20 $35,109.36

7 Staircase finishes and balustrades 3/22 $4,988.83

8 Windows 3/25 $10,128.67

9 Doors 3/28 $4,139.50

SECTION NO. 1: MAIN BUILDING


TOTAL AMOUNT CARRIED TO THE GRAND SUMMARY US$ $170,441.07

74

74
BILL OF QUANITIES
#REF!

PROPOSED MINISTRY OF INTERNAL SECURITY BUILDING - SOUTHWEST STATE, SOMALIA

MAIN SUMMARY
Page Amount (US$.)

2 MAIN BUILDING 3/29 $170,441.07

TOTAL AMOUNT CARRIED TO FORM OF TENDER (VAT INCLUSIVE) US$. $170,441.07

ISSUED BY:
(QUANTITY SURVEYOR)…………..… …………………………

Address: ………… …………………………………………………………

Tel No: ………..……………………………………………………………………………

Date: ……………………………………………………………………………………

SIGNED:
( CONTRACTOR) ………………SOMTECH ENGINEERING & CONSTRUCTION COMPANY………………………

Address: ……TGL COMPOUND, ADEN ADDE INTERNATIONAL AIRPORT MOGADISHU, SOMALIA…………

Tel No: …………………………+252 61 6998801……………………………………

Date: ……………15TH JANUARY, 2024………….………………………………………………………………………

SIGNED:
( EMPLOYER ) ………………………………………………………………...…………………………………………………………

Address: …………………………………………………………...……...……………………………………………………………

Tel No: ………………………………………………………………….…………………………………………………………………

Date: …………………………………………………………………………...…………………………………………………………
G/1

75

75
#REF!

PROPOSED MINISTRY OF JUSTICE BUILDING - SOUTHWEST STATE, SOMALIA

BILL OF QUANTITIES

PREMIUM ENGINEERING
www.premiumengineering.so
Mogadishu
Somalia

Project Management I Quantity Surveying I Claims consultancy I Contract Management

#REF!

76

76
SECTION NO.

MAIN BUILDING

77

77
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
150

PROPOSED MINISTRY OF JUSTICE BUILDING - SOUTHWEST STATE, SOMALIA

SECTION NO. 1: MAIN BUILDING

ELEMENT NO. 1

SUBSTRUCTURES (PROVISIONAL)

(Note : Tenderers to allow for working space in their rates)

Site clearance

Clear site of works of grass,shrubs,bush and small trees, grub up roots, fill
A SM 411 $0.67 $274.00
with selected soil and burn debris

Destroy termites nests within site of works,take out and destroy queens,
B impregnate holes and tunnels with insecticide and fill voids with ITEM 1 $33.33 $33.33
approved material

Excavations including maintaining and supporting sides and keeping


free from all water, mud and fallen material

Excavate for column bases not exceeding 1.50 metres deep, starting
C CM 83 $2.33 $193.67
from reduced levels

Excavate for foundation trenches exceeding 1.50 metres deep,


D CM 104 $2.33 $242.67
starting from reduced levels

Extra over excavations for excavating in soft rock (as describe in


E CM 4 $6.67 $26.67
specifications)

Extra excavation for excavating in hard rock (as defined in


F CM 4 $10.00 $40.00
specifications)

Carried to collection 1 $810.33

Disposal

A Return, fill and ram selected excavated material around foundations. CM 287 $1.33 $382.67

B Load,wheel and deposit surplus excavated material away from site CM 65 $3.33 $216.67

Approved hardcore (or equal and approved) imported fill; Rolled and
compacted in layers not exceeding 150 mm Thick; to 95% modified
C CM 75 $12.00 $900.00
proctors MDD (AASHTO T99) including grading to falls and cross falls to
receive stone base

78

78
300mm Thick Well compacted hardcore filling to make up levels,
D depositing and compacting in layers maximum 150mm thick; including CM 111 $12.00 $1,328.40
50mm Thick quarry dust blinding to receive surface bed

Plain in situ concrete class C15 in:

E 50mm thick under strip foundations SM 91 $3.53 $321.53

F Ditto under column foundations SM 72 $3.53 $254.40

Reinforced concrete class C25 to BS 8110 (minimum compressive


strength at 28 days - 25N/mm2) as described, in:-

G Strip foundations CM 18 $150.00 $2,700.00

H Column foundations CM 28 $150.00 $4,200.00

I Columns CM 3 $150.00 $450.00

J 150mm Thick ground floor slabs SM 331 $22.50 $7,447.50

K 175mm thick ramps SM 7 $26.25 $183.75

Carried to collection 2 $18,384.92

Mesh fabric reinforcement to B.S 4483 and setting in concrete with


300mm side and end laps (measured nett-allow for laps).

A Fabric ref. A142 in surface SM 331 $3.00 $993.00

Anti - termite to treatment

Chemical anti-termite treatment, executed complete by an approved


B SM 411 $1.67 $685.00
specialist under a ten-year guarantee,to surfaces of hardcore

Damp-proof membrane

1000 gauge polythene or other equal and approved damp-proof


C membrane, laid over blinded hardcore (measured separately) with SM 331 $1.20 $397.20
300mm side and end laps (measured nett-allow for laps)

Reinforcement including wastage, bends, hooks, tying wires, spacers


to BS 4466:scheduling and bending BS 4449:2005+A2:2009 for
ribbed steel (500 MPa reinforcing bars( all provisional)

D 8mm ditto KGs 185 $1.70 $314.50

E 10mm ditto KGs 479 $1.70 $814.30

F 12 mm ditto KGs 625 $1.70 $1,062.50

79

79
Clean approved marine ply or steel formwork (or equal and
approved) as described, to:-

G Vertical sides of strip foundations SM 60 $6.00 $360.00

H Vertical sides of column foundations SM 66 $6.00 $396.00

I Vertical sides of columns SM 39 $6.00 $234.00

J Edges of slabs exceeding 75mm but not exceeding 225mm LM 82 $0.90 $73.80

Carried to collection 3 $5,330.30

Formwork a.b.d

C Edges of risers exceeding 75mm but not exceeding 225mm LM 6 $0.90 $5.40

Natural stone from approved quarry in walling; (minimum strength


7.5N per square mm) bedded and jointed in cement and sand (1:4)
mortar, reinforcement with and including 25mm wide x 20 gauge
hoop iron at every alternate course as described in;

D 400mm thick walling CM 116 $25.00 $2,900.00

Damp-proof courses, as described, to walls

E 400mm wide LM 218 $1.20 $261.60

Plinths

Two coat external render (1:4) with a woodfloat

F 20mm to plinths SM 34 $2.67 $90.67

Prepare and apply 3 coats of waterproof bituminous paint as


described in.

G Rendered masonry surfaces SM 34 $3.33 $113.33

Carried to collection 4 $3,371.00

COLLECTION

From Page 1/1 $810.33

From Page 1/2 $18,384.92

From Page 1/3 $5,330.30

From Page 1/4 $3,371.00

80

80
ELEMENT NO. 1 Carried to
SUBSTRUCTURES Main Summary $27,896.55

PROPOSED MINISTRY OF JUSTICE BUILDING - SOUTHWEST STATE, SOMALIA

SECTION NO. 1: MAIN BUILDING

ELEMENT NO. 2

REINFORCED CONCRETE FRAME

Reinforced concrete class C25 to BS 8110 (minimum compressive


strength at 28 days - 25N/mm2) as described, in:-

A Floor beams (incl. upstands) CM 51 $150.00 $7,650.00

C Columns CM 10 $150.00 $1,500.00

D 175mm thick slabs CM 12 $150.00 $1,785.00

D 150mm thick slabs CM 35 $150.00 $5,175.00

G Staircases CM 6 $150.00 $900.00

H 150mm thick landings CM 2 $150.00 $225.00

Carried to collection 5 $17,235.00

Reinforcement including wastage, bends, hooks, tying wires, spacers


to BS 4466:scheduling and bending BS 4449:2005+A2:2009 for
ribbed steel (500 MPa reinforcing bars( all provisional)

A 8mm ditto KGs 2326 $1.70 $3,954.20

B 10mm ditto KGs 6864 $1.70 $11,668.80

C 12mm ditto KGs 1083 $1.70 $1,841.10

D 16mm ditto KGs 2937 $1.70 $4,992.90

E 20mm ditto KGs 2684 $1.70 $4,562.80

Clean approved marine ply or steel formwork ( or equal and


approved) as described, to:-

H Sides and horizontal soffites of beams SM 457 $6.00 $2,742.00

81

81
J Vertical sides of columns SM 123 $6.00 $738.00

K Horizontal soffites of suspended solid slabs and ledges SM 602 $6.00 $3,612.00

M Edge of slabs not exceeding 150 mm girth LM 10 $6.00 $60.00

N Sloping soffits of staircases SM 23 $6.00 $138.00

O Edge of risers not exceeding 75mm but no exceeding 150 mm girth LM 58 $0.60 $34.80

P Staircase strings 300mm extreme girth and cut to profile of steps LM 14 $1.20 $16.80

Sleeves

Q 150mm diameter UPVC sleeves in 150mm thick solid slab NO. 10 $33.60 $336.00

Carried to collection 6 $34,697.40

COLLECTION

From Page 2/5 $17,235.00

From Page 2/6 $34,697.40

ELEMENT NO. 2 Carried to the


REINFORCED CONCRETE WORK Main Summary $51,932.40

PROPOSED MINISTRY OF JUSTICE BUILDING - SOUTHWEST STATE, SOMALIA

SECTION NO. 1: MAIN BUILDING

ELEMENT NO. 3

WALLING

External Walling

Precast concrete class 20 (12mm aggregate) including formwork


finishing fair face on all exposed surfaces, and bedding and jointing in
cement and sand (1:3) mortar :-

A 300 x 75mm coping; four labours, twice throated and weathered LM 135 $5.33 $720.00

82

82
Concrete solid block wall; bedded and jointed in cement and sand
(1:4) mortar, reinforcement with and including 25mm wide x 20 gauge
hoop iron at every alternate course as described in;

B 200mm thick walling SM 147 $13.33 $1,960.00

D 200mm thick parapets SM 128 $14.67 $1,877.33

Carried to collection 7 $4,557.33

Internal Walling

Concrete solid block wall; bedded and jointed in cement and sand
(1:4) mortar, reinforcement with and including 25mm wide x 20 gauge
hoop iron at every alternate course as described in;

A 200mm thick walls SM 336 $20.00 $6,720.00

C 100mm thick walls SM 56 $15.00 $840.00

Carried to collection 8 $7,560.00

COLLECTION

From Page 3/7 $4,557.33

From Page 3/8 $7,560.00

ELEMENT NO. 3 Carried to


WALLING Main summary $12,117.33

PROPOSED MINISTRY OF JUSTICE BUILDING - SOUTHWEST STATE, SOMALIA

SECTION NO. 1: MAIN BUILDING

ELEMENT NO. 4

ROOFING AND RAINWATER GOODS

83

83
Rainwater goods

"Connix'' or other equal and approved heavy gauge UPVC rain water
pipes and fittings

150 mm square profile downpipe fixed with and including galvanised


B LM 36 $13.33 $480.00
steel holderbats plugged and screwed to walls

C Extra over 150mm downpipe for swan neck NO. 6 $4.00 $24.00

D Ditto shoe NO. 6 $4.00 $24.00

Carried to collection 9 $528.00

Flat roof finishes

APP/EPDM membrane with surface finish weighing minimum


4.5kgs/sm; laid on primer with torch-on process from an approved
manufacturer; finish to horizontal roof slab and walls executed by a
specialist under 10 years guarantee from Mau West or equal and
approved installer

A APP membrane applied to roof slabs and gutters SM 331 $13.33 $4,413.33

B Ditto to skirting 300mm high LM 105 $1.00 $105.00

C Dress membrane round 100mm rainwater outlet NO. 6 $4.00 $24.00

Lightweight water proofed screeds

D 45mm average screed laid to falls and crossfalls to roof slabs SM 331 $4.00 $1,324.00

E 20mm ditto to walls SM 32 $4.00 $128.00

Protective screeds

F 40mm Thick screed laid over APP SM 331 $4.00 $1,324.00

Concrete tiles

Supply and fix 300 x 300 x 25mm concrete tiles of approved pattern
jointed in cement and sand (1:3) mortar over prepared screed (m.s) ;
with linseed varnish

To screeded roof surface SM 331 $15.33 $5,075.33

20 x 100mm ditto skirting LM 105 $1.53 $161.00

Carried to collection 10 $12,554.67

84

84
COLLECTION

From Page 4/9 $528.00

From Page 4/10 $12,554.67

ELEMENT NO. 4 Carried to


ROOF CONSTRUCTION AND FINISHES Main summary $13,082.67

PROPOSED MINISTRY OF JUSTICE BUILDING - SOUTHWEST STATE, SOMALIA

ELEMENT NO. 5

FINISHES

External wall Finishes

12mm (minimum) two coat lime plaster topped with proprietary


skimming coat as described to:-

A Concrete/masonry surfaces externally SM 528 $4.00 $2,112.00

Prepare and apply one mist coat and three coats of prime grade
high quality external textured Acrylic paint as Ruff and Tuff by Crown
Paints or equal and approved) including one coat permacote
painting; include grooving and patterning to be applied by
qualified and manufacturer approved painters:

B 2.5mm Thick to plastered walls SM 528 $4.00 $2,112.00

Carried to collection 11 $4,224.00

External Floor Finishes

Cement and sand (1:3) screeds, backings, beds etc

A 22mm thick to floors to receive porcelain tiles SM 105 $5.00 $525.00

B 25mm x 300 mm wide to treads to receive tiles LM 6 $1.50 $9.00

85

85
C 20 x 167mm to risers to receive tiles(m.s) LM 12 $0.84 $10.02

Porcelain floor tiles

Supply and fix ceramic floor tiles - tenderer to add the cost of
collection, delivery, grouting, adhesive, spacers and all other
materials and laying to completion) as selected by the Architect: 600
x 600 x 8mm tiles to floors on prepared bed (m.s) with proprietary
adhesive; jointed and pointed in matching coloured proprietary
waterproof grouting: including pvc spacers , aluminium corner strips
and expansion joints as necessary: all to Architect's approval.

E To floors generally SM 105 $15.33 $1,610.00

F 150 mm high skirting LM 72 $2.30 $165.60

G 300 mm wide treads LM 6 $4.60 $27.60

H 150mm wide risers LM 12 $2.30 $27.60

I 20 x 20 x 1.6mm Thick Aluminium angle nosing LM 12 $0.31 $3.68

Carried to collection 12 $2,378.50

External ceiling finishes

12mm (minimum) two coat lime plaster topped with proprietary


skimming coat as described to:-

A Concrete/masonry surfaces internally SM 100 $4.00 $400.00

Prepare and apply three coats first quality silk vinyl emulsion paint on:-

B Plastered ceilings internally and externally SM 100 $3.33 $333.33

Carried to collection 13 $733.33

COLLECTION

From Page 5/11 $4,224.00

From Page 5/12 $2,378.50

From Page 5/13 $733.33

86

86
ELEMENT NO. 5 Carried to
EXTERNAL FINISHES Main summary $7,335.83

PROPOSED MINISTRY OF JUSTICE BUILDING - SOUTHWEST STATE, SOMALIA

ELEMENT NO. 6

INTERNAL FINISHES

Internal Floor Finishes

Cement and sand (1:3) screeds, backings, beds etc

A 32mm thick to floors; to receive porcelain tiles (Wet areas) SM 66 $6.00 $396.00

B Ditto to receive porcelain tiles (other areas) SM 478 $6.00 $2,868.00

C Ditto to treads; 25mm x 300 mm wide LM 7 $1.80 $12.60

D Ditto 20 x 150mm to risers LM 13 $0.90 $11.70

E 20 x 20 x 1.6mm Thick stainless steel nosings LM 13 $0.12 $1.56

Porcelain floor tiles ( wet areas)

Supply and fix floor tiles - tenderer to add the cost of collection,
delivery, grouting, adhesive, spacers and all other materials and
laying to completion) as selected by the Architect: 300 x 300 x 12mm
tiles to floors on prepared bed (m.s) with proprietary adhesive; jointed
and pointed in matching coloured proprietary waterproof grouting:
including pvc spacers, aluminium corner strips and expansion joints as
necessary: all to Architect's approval.

HI To floors generally SM 66 $20.00 $1,320.00

Carried to collection 14 $4,609.86

Porcelain floor tiles (other areas)

87

87
Supply and fix floor tiles - tenderer to add the cost of collection,
delivery, grouting, adhesive, spacers and all other materials and
laying to completion) as selected by the Architect: 600 x 600 x 12mm
tiles to floors on prepared bed (m.s) with proprietary adhesive; jointed
and pointed in matching coloured proprietary waterproof grouting:
including pvc spacers, aluminium corncer strips and expansion joint as
necessary: all to Architect's approval.

A To floors generally SM 478 $4.00 $1,912.00

150 mm high skirting; including 6mm polystryrene joint embedded at


B LM 337 $0.60 $202.20
corner

Carried to collection 15 $2,114.20

Internal Wall Finishes

12mm (minimum) two coat lime plaster topped with proprietary


skimming coat as described to:-

A Concrete/masonry surfaces internally SM 903 $4.00 $3,612.00

Cement and sand (1:4) backings etc

B 20 mm backing finished to receive tiles finishes (m.s) SM 258 $6.00 $1,548.00

Wall tiles

Supply and fix ceramic wall tiles (Prime cost sums of US$s 1200 per sm -
tenderer to add the cost of collection, delivery, grouting, adhesive,
spacers and all other materials and laying to completion) as selected
by the Architect: 600 x 200 x 12mm tiles to walls on prepared bed (m.s)
with proprietary adhesive; jointed and pointed in matching coloured
proprietary waterproof grouting: including pvc spacers, alumunium
corner strips and expansion joint as necessary: all to Architect's
approval.

D To walls generally SM 258 $20.00 $5,160.00

Ceiling finishes

12mm (minimum) two coat lime plaster as described to:-

E Concrete/masonry surfaces internally SM 562 $4.00 $2,248.00

Carried to collection 16 $12,568.00

Gypsum

88

88
12.5mm Thick gypsum plasterboard (as Gyproc ® by British Gypsum or
equal and approved) with staggered joints on screwed and including
galvanised lightweight steel studwork to EN 14195:2005 plugged onto
wall and ceiling: smooth skimming to surfaces; Ceilings bulkheads to
Architect's detail in:

A 100 x 25 mm thick moulded cornice plugged to wall LM 888 $16.00 $14,208.00

Painting and decorating

Prepare and apply three coats first quality silk vinyl emulsion paint on:-

To cornices surfaces girth exceeding 100mm wide but not exceeding


G LM 888 $1.00 $888.00
300mm wide

Ditto to plastered soffits SM 562 $3.33 $1,873.33

Carried to collection 17 $16,969.33

COLLECTION

From Page 6/14 $4,609.86

From Page 6/15 $2,114.20

From Page 6/16 $12,568.00

From Page 6/17 $16,969.33

ELEMENT NO. 6 Carried to


INTERNAL FINISHES Main summary $36,261.39

PROPOSED MINISTRY OF JUSTICE BUILDING - SOUTHWEST STATE, SOMALIA

ELEMENT NO. 7

STAIRCASE FINISHES AND BALUSTRADES

Cement and sand (1:4 ) backings etc

A Ditto to receive porcelain tiles (other areas) SM 10 $2.67 $26.67

B Ditto to treads; 25mm x 300 mm wide LM 45 $0.80 $36.00

89

89
C Ditto 20 x 150mm to risers LM 58 $0.40 $23.20

D 20 x 20 x 1.6mm Thick stainless steel nosings LM 58 $0.05 $3.09

12mm (minimum) two coat lime plaster as described to:-

E To soffites of landings (m.s) SM 10 $4.00 $40.00

F Ditto to sloping soffites exceeding 15˚ from horizontal SM 23 $4.00 $92.00

G Staircase string 300mm extreme girth and cut to profile of steps LM 14 $1.20 $16.80

Porcelain floor tiles


Supply and fix floor tiles (Prime cost sums of US$s 1300 per sm - tenderer
to add the cost of collection, delivery, grouting, adhesive, spacers
and all other materials and laying to completion) as selected by the
Architect: 600 x 600 x 12mm tiles to floors on prepared bed (m.s) with
proprietary adhesive; jointed and pointed in matching coloured
proprietary waterproof grouting: including pvc spacers, aluminium
corncer strips and expansion joint as necessary: all to Architect's
approval.

H To floors generally SM 10 $15.33 $153.33

I 300mm wide to treads LM 45 $4.60 $207.00

J 150mm to risers LM 58 $2.30 $133.40

Carried to collection 18 $731.49

Staircase and balcony balustrading to drawing details

The following in 12mm toughened frameless glass and stainless steel


grade 316 fittings necessary fittings, Clips and fittings as Dorma or
equal and approved; lugging and accessories; architect's details;
Notching, cutting, drilling and fabrication by approved specialist

1000 mm High balustrade; 12mm thick toughened glass fastened onto


A staircase tread base plate with steel screw and 75mm handrail support LM 15 $66.67 $1,000.00
and bottom members, anchored to 50mm CHS balusters at landings

B Ditto internal voids LM 2 $66.67 $133.33

C Ditto external balconies[1000mm high] LM 30 $66.67 $2,000.00

Painting and decorating

Prepare and apply three coats first quality silk vinyl emulsion paint on:-

E To soffites of landings (m.s) SM 10 $3.33 $33.33

90

90
F Ditto to sloping soffites exceeding 15˚ from horizontal SM 23 $3.33 $76.67

G Staircase string 300mm extreme girth and cut to profile of steps LM 14 $1.00 $14.00

Carried to collection 19 $3,257.33

COLLECTION

From Page 7/18 $731.49

From Page 7/19 $3,257.33

ELEMENT NO. 7 Carried to the


STAIRCASES FINISHES & BALUSTRADES Main summary $3,988.83

PROPOSED MINISTRY OF JUSTICE BUILDING - SOUTHWEST STATE, SOMALIA

ELEMENT NO. 8

WINDOWS

Window sills

Pre-cast concrete class 15, fair finished window cill size 225 x 25 mm cill;
weathered with single throating; fixed to falls and ends built into
A LM 92 $3.00 $276.00
blockwork; including 25 x 6mm thick pvc water bar bedded in mortar
to blockwork

Timber and associated works

Window board: 275 x 25 mm Mahogany : moulded edge exposed;


C LM 75 $1.83 $137.50
tongued edge plugged to masonry walling;

Curtain rods/pelmets

D Provide the following provisional sum for curtain rods:

Curtain blinds LS 1 $33.33 $33.33

91

91
Carried to collection 20 $446.83

UPVC windows

Supply and fix the following with purpose made UPVC casement
windows to blockwork complete with 6mm Thick clear laminated
glass 0.01- 0.5 m2, framing, mullions, transomes, hinges, approved
brass fasteners and stays and fixing lugs and one coat red oxide
primer before fixing; 15mm solid bars burglar proofing inside frame , all
to architect's details and approved sample

A Window size 6900 x 5500 mm high overall - MIW1-L-shaped SM 38 $110.00 $4,174.50

B Window size 2000 x 900 mm high overall - MlW2 SM 2 $110.00 $198.00

C Window size 3000 x 2400 mm high overall - MlW3(with door) SM 7 $110.00 $792.00

D Window size 6100 x 2400 mm high overall - MlW4 SM 15 $110.00 $1,610.40

E Window size 5000 x 2400 mm high overall - MlW5 SM 12 $110.00 $1,320.00

F Window size 2000 x 900 mm high overall - MlW6 SM 2 $110.00 $198.00

G Window size 3000 x 2400 mm high overall - MlW7 SM 7 $110.00 $792.00

H Window size 2000 x 2400 mm high overall - MlW8 SM 5 $110.00 $528.00

I Window size 900 x 2000 mm high overall - MlW9 SM 2 $110.00 $198.00

J Window size 3300 x 2400 mm high overall - MlW10(with door) SM 8 $110.00 $871.20

Carried to collection 21 $10,682.10

Collection

From Page 8/20 $446.83

From Page 8/21 $10,682.10

92

92
ELEMENT NO. 8 Carried to
WINDOWS Main Summary $11,128.93

PROPOSED MINISTRY OF JUSTICE BUILDING - SOUTHWEST STATE, SOMALIA

ELEMENT No. 9

DOORS

External doors

Supply, assemble and fix the following purpose made heavy duty mild
steel door with 100 x 50 x 3mm RHS external frames, internal frames,
mullions and transomes - 50 x 50 x 3mm pin type hinges including all
necessary cutting and ironmongery as Assa Abloy or equal and
approved; all to Architect's details

A Door size 1800 x 2400 mm high overall - D1[main door] NO. 1 $216.00 $216.00

B Door size 900 x 2200 mm high overall - D2[balcony doors] NO. 2 $99.00 $198.00

Internal timber doors

Purpose made door composite with frames and ironmongery


[imported] heavy duty

A Door size 900 x 2200 mm high overall - D3[office doors] NO. 8 $150.00 $1,200.00

B Door size 900 x 2200 mm high overall - D4[VIP offices] NO. 3 $150.00 $450.00

50mm thick solid core flush door to B.S 459: Part 2 ; & BS1186 ; Finished
with 3mm hardwood veneer and lipped on all edges in hardwood

C Door size 800 x 2200 mm high overall - D5[Toilets] NO. 17 $70.40 $1,196.80

Take delivery and fix the following ironmongery

A Pair brass butt hinges NO. 56 $0.77 $42.93

B Five lever mortice lock complete with furniture NO. 11 $50.00 $550.00

C Three lever mortice lock complete with furniture NO. 17 $33.33 $566.67

D Door stop NO. 28 $3.83 $107.33

E Pull handles NO. 2 $8.33 $16.67

93

93
Carried to Collection 22 $4,544.40

COLLECTION

From Page 9/22 $4,544.40

ELEMENT NO. 9 Carried to


DOORS Main summary $4,544.40

PROPOSED MINISTRY OF JUSTICE BUILDING - SOUTHWEST STATE, SOMALIA

SECTION NO. 1: MAIN BUILDING

SUMMARY

PAGE

1 Substructures $27,896.55

2 Reinforced Concrete Frame $51,932.40

3 Walling $12,117.33

4 Roof Construction and Finishes $13,082.67

5 External finishes $7,335.83

6 Internal finishes $36,261.39

7 Staircase finishes and balustrades $3,988.83

8 Windows $11,128.93

9 Doors $4,544.40

94

94
SECTION NO. 1: MAIN BUILDING
TOTAL AMOUNT CARRIED TO THE GRAND SUMMARY US$S $168,288.34

95

95
BILL OF QUANTITIES

PROPOSED MINISTRY OF JUSTICE BUILDING - SOUTHWEST STATE, SOMALIA

MAIN SUMMARY
Page Amount (US$s.)

2 MAIN BUILDING 3/29 $168,288.34

TOTAL AMOUNT CARRIED TO FORM OF TENDER (VAT INCLUSIVE) US$S. $168,288.34

ISSUED BY:
(QUANTITY SURVEYOR)…………..……………………..………………………………………….………………………………

Address: …………………………..………..…………………………………………………………………………………………

Tel No: ………………………………………..…………..……………………………………………………………………………

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

SIGNED:
( CONTRACTOR)……… SOMTECH ENGINEERING AND CONSTRUCTION COMPANY

Address: TGL COMPOUND, ADEN ADDE INTERNATIONAL AIRPORT MOGADISHU,

SOMALIA Tel No: ………+252 61 6998801……………………………………………

Date: 15TH JANUARY, 2024 ………….………………………………………………………………………

SIGNED:
( EMPLOYER ) ………………………………………………………………...…………………………………………………………

Address: …………………………………………………………...……...……………………………………………………………

Tel No: ………………………………………………………………….…………………………………………………………………

Date: …………………………………………………………………………...…………………………………………………………
G/1

© Mavencraft Ltd 96

96
PROPOSED MINISTRY GUARDHOUSES, KITCHEN AND EXTERNAL WORKS

BILL OF QUANTITIES

#REF!
97

97
SECTION NO.

PRELIMINARIES

98

98
SECTION NO.1 PRELIMINARIES

PRELIMINARIES

CONTRACT PARTICULARS

A. PARTIES

The "Employer" is

International Organization for Migration - IOM

Mogadishu

The "Consultant" is
Premium Engineering

Mogadishu

The " Services Engineer" is

For the purpose of the works which are under the control of the consultant above, the respective
consultant shall be deemed to be invested with the duties and be representatives of the Architect.

B. SITE

The site is located at. BAIDOA, SOMALIA

The site of the works shall be used solely for the purpose of executing and completing the Contract to
the satisfaction of the Architect.

The Contractor shall obtain the Architect's approval for the siting of all temporary storage areas for
materials

NOTE

The Contractor shall visit the site to acquaint themselves with its nature and position, scope of
demolition works, the nature of the ground, sub- strata and other local conditions, position of power
and water supplies, access roads or any other limitations, and no claims for extras will be considered
on account of lack of knowledge in this respect. The Contractor's attention is drawn to the fact that
they shall confine themselves to the area necessary for executing the works as instructed by the
Architect. The contractor must obtain the Architect's approval and directions regarding the use of
any material found on the Site. Any such material utilized in the execution of the Contract shall be
measured and value assessed by the Quantity Surveyor and the amount credited to the Employer.

Carried to Collection $0.00

99

99
SECTION NO.1 PRELIMINARIES

A. ACCESS TO SITE

Access to the site is as per Architects instruction.

B. WORKING AND STORAGE SPACE

Working and storage space will be confined to the area designated by the Architect
within the plot boundary.

C. DESCRIPTION OF THE MAIN CONTRACT WORKS

The Contract covers the construction of ministry buildings for the Government fo Somalia

Area (sm)
Main guradhouse 85

Small guardhouse 18

G.Floor - Ministry of Internal Security 305

F.Floor - Ministry of Internal Security 306

G.Floor - Ministry of Justice 310

F.Floor - Ministry of Justice 311

Total gross floor area 1,335 M2


D. DRAWINGS

The Drawings used in preparing the Bills of Quantities are scheduled in Appendix "A" at the end of
these Bills. Drawings may be inspected at the offices of the Architect or Quantity Surveyor by prior
appointment

Carried to Collection $0.00

100

100
SECTION NO.1 PRELIMINARIES

CONTRACT PARTICULARS

A. FORM OF CONTRACT

The Contractor will be required to enter into a Contract which will be the current Form of Agreement
and Conditions of Contract for Building Works published by the Joint Building Council of Kenya (1999
Edition,with Quantities) excepting in so far as varied hereafter.

The Contractor's attention is called to the following Clauses of the Conditions of Contract which shall
be read as incorporated herein and they shall allow any sums which they consider necessary for the
carrying out and observance of such Conditions.

Clause l Definitions.

Clause 2 Articles of Agreement.

Clause 3 General Obligations of the Employer.

Clause 4 General Obligations of the Contractor.

Clause 5 General Obligations of the Architect.

Clause 6 General Obligations of the Quantity Surveyor.

Clause 7 Contract Documents.

Clause 8 Contract Bills and Contract Price.

The Contract Bills have been prepared in accordance with The Standard Method of Measurement of
Building Works for East Africa, Second Edition (Metric) June 2008, published by the Architectural
Association of Kenya, Chapter of QuantitySurveyors, which is available for inspection at the offices of
the Quantity Surveyor by appointment.

Clause 9 Contractor's Site Agent and Other Staff.

Clause 10 Clerk-of-Works.

Clause 11 Liability against Injury to Persons and Property. $0.00

Clause 12 Insurance against Injury to Persons and Property.

The Contractor shall effect and maintain the following insurances as required by Clause 12.1.1
and 12.1.2 and shall allow for all costs thereof:

(i) Employers' Liability (Workmen's Compensation).

(ii) Third Party (Public Liability) for an Indemnity of not less than US$.20,000,000:00 for any one
accident or series of accidents arising from the same event (unlimited in aggregate).

Carried to Collection $0.00

101

101
SECTION NO.1 PRELIMINARIES
Form of contract (continued)
Should the Contractor already hold annual Insurance covering the whole of their activities, and the
Indemnity required under this Contract exceeds the Indemnity under the existing policy/is, then
further insurance shall be effected and maintained to cover such excess.

The Contractor shall ensure that all Sub-Contractors effect and maintain such insurances as are
necessary to cover their liabilities in respect of injury to persons and property and Workmen's
Compensation.

Clause 13 Insurance of the Works (Contractor's Liability).

Clause 14 Insurance of the Works (Employer's Liability).

Form of contract (continued)

Clause 15 Insurance of Works (Works of Alteration etc).


Insurance of the Works against Fire, etc.
Alternative Clauses (14) and (15) will be deleted.

Clause 16 Performance Bond.

Section 16.2 of clause 16 will be deleted.

Clause 17 Compliance with Regulations, Notices etc.

Clause 18 Programme of Works.

Clause 19 Access to the Works.

Clause 20 Possession of Site and Commencement of Works.

Clause 21 Levelling and Setting Out.

Clause 22 Architect's Instructions.

Clause 23 Specification of Goods, Materials and Workmanship.

Clause 24 Samples and Tests.

Clause 25 Royalties and Patent Rights.

Clause 26 Assignment.

Clause 27 Subletting.

Clause 28 Suspension of the Works by the Architect.

Clause 29 Suspension of the Works by the Contractor.

Clause 30 Variations.
Section 30.3 and clause 30.9 of clause 30 will be deleted.

Carried to Collection $0.00

102

102
SECTION NO.1 PRELIMINARIES
Form of contract (continued)

Daywork Rates:
Any Daywork ordered under Sub-Clause (4)(c) of last Clause shall be executed at the rates indicated
in the dayworks schedule Dayworks will be allowed only where specifically ordered by the Architect
in writing.

All Daywork Sheets must be signed by the Architect and the Contractor or their authorised
representatives.

Clause 31 Nominated Sub-Contractors.

The Contractor will be required to ensure that all Nominated Sub-Contractors enter into the Sub-
Contract Agreement issued under the authority of the Kenya Association of Building and Civil
Engineering ontractors and as amplified or varied hereinafter and they must deposit with the
Quantity Surveyor a signed extract of the relevant details thereof.

Clause 32 Nominated Suppliers.

The Contractor will not receive any cash, trade or other discounts on Prime Cost and Provisional
Sums. Any profit in lieu of these discounts which the Contractor desires must be priced by them
against the appropriate item provided in the Bills of Quantities.

The Contractor will not receive any cash, trade or other discounts on Prime Cost and Provisional
Sums. Any profit in lieu of these discounts which the Contractor desires must be priced by them
against the appropriate item provided in the Bills of Quantities.

When tendering for works covered by Prime Cost and Provisional Sums the Contractor will be treated
as any other Nominated Supplier or Sub-Contractor.

The Employer reserves the right to pay direct on the Certificates of the Architect some or all accounts
in respect of works and materials covered by Prime Cost and Provisional Sums due to Nominated
Sub-Contractors or Nominated Suppliers and to deduct any amounts so paid from any sums
otherwise payable to the Contractor. Should this reservation be adopted due to default on the part
of the Contractor, any profits which the Contractor may have allowed on Prime Cost and Provisional
Sums will be omitted from the Contract. Direct payment will not be deemed to construe omission of
the work from the Contract and the Contractor will continue to be responsible for the work or goods
in accordance with the terms of the Contract.

Clause 33 Works by Other Persons engaged by The Employer.

Carried to Collection $0.00

103

103
SECTION NO.1 PRELIMINARIES
Form of contract (continued)
Clause Payments

At the intervals stated, Certificates shall be issued provided the amounts of such Certificates are
considered reasonable by the Quantity Surveyor, in accordance with the value of the Contract.
When applying for a Certificate, the Contractor shall furnish the Quantity Surveyor with a detailed
approximate statement of the value of the work executed and all materials on Site in order to
expedite the issue of the Certificate.

Subsequent Certificates will not be issued to the Contractor by the Architect until satisfactory proof
has been given by the Contractor that Nominated Sub-Contractors and Nominated Suppliers have
been paid the amounts included for them in previous Certificates issued to the Contractor.

Section 34.15 of clause 34 shall be deleted

Clause 35 Fluctuations.

Sub-Clauses 35.3 to 35.8 (inclusive) will be deleted.

Clause 36 Extension of Time.

Clause 37 Loss and expense caused by disturbance of regular progress of works

Clause 38 Termination of the Contract by the Employer.

Clause 39 Termination of the Contract by the Contractor.

Clause 40 Termination of the Contract by either Party.

Clause 41 Practical Completion and Defects Liability.

Clause 42 Sectional Completion.

Clause 43 Damages for Delay in Completion.

Clause 44 Antiquities and Other Objects of Value.

Clause 45 Settlements of Disputes.

Carried to Collection $0.00

104

104
SECTION NO.1 PRELIMINARIES
GENERAL MATTERS

A. SUFFICIENCY OF TENDER

The Contractor shall be deemed to have satisfied themselves before tendering as to the correctness
and sufficiency of their Tender for the Works and of the rates and prices stated in the priced Bills of
Quantities, which rates and prices shall cover all their obligations under the Contract and all matters
and things necessary for the proper completion and maintenance of the Works.

B. STAMP CHARGES

The Contractor shall allow for the payment of all Stamp Charges in connection with the Surety Bond
and Contract Agreement.

C. DEFINITIONS AND ABBREVIATIONS

Terms used in these Bills of Quantities shall be interpreted as follows:

"Approved" shall mean approved by the Architect.

"as directed" shall mean as directed by the Architect.

"B.S." Shall mean the current British Standard


Specification published by the British Standards Institute:
389 Chiswick High RoadW4 4AL
London United Kingdom
Web address: www.bsigroup.com

"CM." shall mean Cubic Metres.

"SM." shall mean Square Metres.

"LM." shall mean Linear Metres.

"mm" shall mean Millimetres.

"KG." shall mean Kilogrammes.


"Take delivery."
shall mean collecting the client supply items from a store located within Nairobi, loading and
transporting the same to the site at no cost to the employer.

"NO." shall mean Number.

"m.s" Shall mean Measured Separately

"VAT" Shall mean Value Added Tax

"Omitted works"
shall mean works completely removed from the scope and not to be done at all within the contract.
This shall not apply to works removed from the main/builders works and instead executed by a
specialist subcontractor within the current contract. Where this arises, the main contractor shall be
paid for profit and attendance in the prime cost section of the bills of quantities. No claim for loss of
profit and or expense shall arise.
"M.S" Shall mean measured as a separate item

105

105
SECTION NO.1 PRELIMINARIES
Carried to Collection $0.00

A PROGRESS SCHEDULE

The Contractor shall, upon receiving instructions to proceed with the work, draw up a Time and
Progress Schedule setting out the order in which the Works are to be carried out with the appropriate
dates thereof. This Time and Progress Schedule is to be agreed with the Architect and no deviation
from the order set out in this Schedule will be permitted without the written consent of the Architect.
The Main Contractor will be responsible for arranging the above programme with all Sub-Contractors
including the Nominated Sub-Contractors and Nominated Suppliers.

B FIGURED DIMENSIONS

Figured dimensions are to be followed in preference to dimensions scaled from the Drawings; but
whenever possible dimensions are to be taken on the Site or from the Buildings. Before any work is
commenced by Sub-Contractors or Specialist Firms, dimensions must be checked on the Site and/or
buildings and agreed with the Contractor, irrespective of the comparable dimensions shown on the
Drawings. The Contractor shall be responsible for the accuracy of such dimensions.

C SITE LEVELS
Before commencing the works the contractor must arrange for and agree with the
architect,engineer and quantity surveyor on the existing levels and similarly establish and agree a
bench mark.

D SITE PHOTOS
The contractor shall allow for taking digital site phographs on a weekly basis to the satisfaction of the
consultants.Copies of each shall be provided to the employer and consultants as required and a
weekly record shall be placed on a board in the site office.

E SHOP DRAWINGS
The contractor shall prepare for scrutiny and issue to the architect,copies of detailed shop drawings
of all specialists works.The contractor shall immediately amend after the architect has checked the
drawings and when approved shall issue to the architect four copies for general use.The scrutiny of
these drawing shall be for general conformity including conformity with the works of others and to co-
ordinate the contract work in pace. Such appovals shall not imply any further indication or
correctness.

Carried to Collection $0.00

106

106
SECTION NO.1 PRELIMINARIES
A. PROVISIONAL WORK

All "provisional" and other work liable to adjustment under this Contract shall be left uncovered for a
reasonable time to allow all measurements needed for such adjustment to be taken by the Quantity
Surveyor. Immediately the work is ready for measurement, the Contractor shall give notice to the
Quantity Surveyor. This notice shall be given at least one week to the date at which the contractor
intends to cover the work. If the Contractor makes default in these respects he shall, if the Architect
so directs, uncover the work at his own expense to enable the measurements to be taken.

B. EXISTING SERVICES
Prior to commencement of any work the Contractor is to ascertain from the relevant Authorities and
employer , the exact position, depth and level of all existing electric cables, water pipes or other
services in the area and they shall make whatever provisions may be required by the Authorities
concerned for the support and protection of such services. Any damage or disturbance caused to
any services shall be reported immediately to the Architect and the relevant Authority and shall be
made good to their satisfaction at the Contractor's expense.

C. TRANSPORT TO AND FROM THE SITE


The Contractor shall include in their prices for the transport of materials, workmen, etc., to and from
the Site of the proposed Works, at such hours and by such routes as are permitted by the Authorities
and Employer.

D. OVERTIME
The Contractor shall allow in their tender for any extra costs for overtime working they consider will be
necessary in order to complete the works by the contract Date of Completion.

If during the course of the Contract overtime is worked for a specific purpose in accordance with a
written instruction issued by the Architect, the Contractor will be reimbursed in respect of such
overtime to the extent only of the additional net cost of unproductive time payable over and above
the basic hourly rates as laid down by the Regulations of Wages and Conditions of Employment Act,
Building and Construction Industry Wages council and excluding any bonuses, profits and overheads.

E. PUBLIC AND PRIVATE ROADS, PAVEMENTS, ETC.

The Contractor will be required to make good, at their own expense, any damage they may cause
to the present road surfaces and pavements within or beyond the boundary of the Site, during the
period of the Works. In particular, all existing trees, shrubs, plants, etc., which may be destroyed or
damaged during the progress of the Works are to be made good by the Contractor to the approval
of the Architect.

F. POLICE AND TRANSPORT REGULATIONS

The Contractor is to allow for complying with all instructions and regulations of the Police, transport,
and road Authorities.

Carried to Collection $0.00

107

107
SECTION NO.1 PRELIMINARIES

A. CONTRACTORS' SUPERINTENDENCE

The Contractor shall constantly keep on the Works a literate English-speaking Agent or
Representative, competent and experienced in the kind of work involved, who shall give his whole
time to the superintendence of the Works. Such Agent or Representative shall receive on behalf of
the Contractor, directions and instructions from the Architect and such directions and instructions
shall be deemed given to the Contractor in accordance with the Conditions of Contract. The Agent
shall not be replaced without the specific approval of the Architect.
It is to be a specific condition of this Contract that the successful Tenderer shall provide on site
throughout the period from the completion of the substructure to the Date for Practical Completion $0.00
a suitably qualified, experienced and competent person to ensure that the works are carried out to
the standard required by the specification and detailed on the Drawings; and shall ensure that upon
any termination of employment a suitable replacement is found.
Before the Tenderer's offer is accepted the Architect will personally interview the Contractor's
proposed Representative. A curriculum vitae of past experience and qualifications must be
providedfor the Architect's scrutiny. The Architect's decision will be final regarding the suitability of the
proposed Representative.

B. WATER

All water for construction shall be fresh, clean and pure, free from earthy vegetable or organic
matter, acid or alkaline substance in solution or suspension. The Contractor shall provide at their own
risk and cost all water for use in connection with the Works (including the work of Sub-Contractors).
The Contractor shall provide at their own expense all temporary distribution pipes, storage tanks,
$1,000.00
meters, etc., and they shall clear away same upon completion of the Works. The contractor shall pay
all fees and obtain permits in connection therewith. The contractor shall provide adequate potable
water for drinking of all workers on site which in addition shall include provision bottled water for
visitors and site meetings.

C. LIGHTING AND POWER


The Contractor shall provide at their own risk and cost all artificial lighting and power for use on the
Works, including all Sub-Contractors' and Specialists' requirements and including all temporary
$1,000.00
connections, wiring, fittings, etc., and clearing away on completion. The Contractor shall pay all fees
and obtain all permits in connection therewith.

D. SAFETY

The Contractor shall comply at all times with the requirements of the Factory Act (Cap 514), Building
Construction Rules, Supplement 18, Legal Notice No. 40 dated 5th April, 1984 ensure that the safety of
their workpeople and authorised visitors to the Site is protected at all times. In particular there shall
be proper provision of planked footways and guard-rails to scaffolding, etc.; protection against
falling materials and tools and the Site shall be kept tidy and clear of dangerous rubbish. The
Contractor shall appoint a Safety Officer as required by the Factory Act and notify the Factory
Inspector of his name. The Safety Officer shall be qualified in compliance with the Factory Act and
shall have experience in First Aid. The Safety Officer shall be on site at all times and all directions
given by the Architect to the Safety Officer shall be deemed to be Architect's Instructions, and shall
be complied with promptly without additional cost to the contract.

The Contractor is further required to adhere to all Government restrictions, guidelines and regulations
regarding COVID -19 various at all times on site and off-site. This shall include provision for all hygiene
and PPE supplies that may be so required.

The Architect shall be empowered to suspend work on the Site should he consider these conditions
are not being observed, and no claim arising from such a suspension will be allowed.

Carried to Collection $2,000.00

108

108
SECTION NO.1 PRELIMINARIES
A. PROTECTIVE CLOTHING

The Contractor shall provide all protective or any other special clothing or equipment for their
employees that may be necessary. These shall include, inter-alia, safety helmets, gloves, goggles,
earmuffs, gumboots, steel toed boots, overalls, clearly marked with the name of the Contractor, etc
according to the type of work. The Contractor shall ensure that all safety and protective gear are
worn by all staff on site at all times.

MATERIALS AND WORKMANSHIP


B. GENERALLY

All materials shall be new unless otherwise directed or permitted by the Architect and in all cases
where the quality of goods or materials is not described or otherwise specified, is to be the best
quality obtainable in the ordinary meaning of the word "best" and not merely a trade signification of
that word.
All materials and workmanship shall, unless otherwise specified or described, conform to the
appropriate Kenya Bureau of Standards or British Standards Institution Specification current at the
date of tender.

The Contractor shall order all materials to be obtained from overseas immediately after the Contract
is signed and shall also order materials to be obtained from local sources as early as necessary to
ensure that such materials are on Site when required for use in the Works.

The Contractor shall be responsible for and shall replace or make good at their own expense any
materials lost or damaged.

The Works throughout shall be executed by skilled workmen well versed in their respective trades.

C. REJECTED WORKMANSHIP OR MATERIALS

Any workmanship or materials not complying with the specific requirements or approved samples or
which have been damaged, contaminated or have deteriorated, must immediately be removed
from the Site and replaced at the Contractor's expense, as required.

D. PROPRIETARY MATERIALS
Where proprietary materials are specified herein-after, the Contractor may propose the use of
materials of other manufacture but equal quality for approval by the Architect.

All materials and goods, where specified to be obtained from a particular manufacturer or supplier
are to be used or fixed strictly in accordance with their given instructions.

E. SAMPLES

The Contractor shall furnish at the earliest possible opportunity before work commences and at his
own cost, any samples of materials or workman-ship that may be called for by the Architect for his
approval or rejection, and any further samples in the case of rejection until such samples are
approved by the Architect and such samples, when approved, shall be the minimum standard for
the work to which they apply. Samples required shall be as is standard requirement for the trade and
generally accepted industry standards.
F MOCKUPS
The contractor shall be required to provide adequately sized mockups of the following items:
Not applicable

Carried to Collection $0.00

109

109
SECTION NO.1 PRELIMINARIES
A CONCRETE TESTS
Concrete test cubes I.e. per set of three as later described, including testing fees, labour and
materials, making moulds, transport and handling e.t.c. and ensuing copies of tests are promptly $1,250.00
dispatched to the Architect's, Engineers; and Quantity Surveyor's offices.

Set of three @ US$ 50 per set ( contractor total price must be for at least 25 tests)
TEMPORARY WORKS

A. ACCESS TO SITE AND TEMPORARY ROADS

Means of access to site shall be agreed with the architect prior to the commencement of the work
and the contractor must allow for building a temporary access roads for the transport of materials,
plants and workmen as may be required for the complete execution of the works including the
provision of temporary culverts,crossings,bridges or any other means of gaining access.

All such temporary works shall be cleared away on completion of the construction and make good
and reinstate all works and services disturbed to the satisfaction of the architect.
B SPACE AND SERVICES FOR THE ARCHITECT

The Contractor shall provide where directed within the site, site offices and clean toilet facilities for
the sole use of the Architect and their representatives to the satisfaction of the Local Authorities. The
offices shall be provided with adequate furniture, noticeboard and the contractor shall provide the
services of a sweeper, pay all charges and keep the facilities in a clean and sanitary condition
during the whole period of the Works. In particular, the Contractor is to provide a computer, internet
services and printers for the exclusive use of the Clerk of Works and will meet the cost of paying the
bills and associated stationery. Contractor to allow for snacks and soft drinks during site meetings.
C TELEPHONE
The Contractor shall provide a mobile phone for the period of the Works, and shall pay all fees and
rental for the same. The mobile telephone shall remain on site until completion of the works

D SANITATION
The Contractor shall make arrangements for the necessary toilet facilities for their staff and workmen
to the requirements and satisfaction of the Health authorities and maintain the same in a thoroughly
clean and sanitary condition and pay all conservancy fees during the period of the Works and $666.67
remove when no longer required. All sanitation facilities shall remain within the site throughout the
construction period.

E PLANT, TOOLS AND SCAFFOLDING


The Contractor shall provide all necessary hoists, tackle, plant, vehicles, tools and appliances of
every description for the due and satisfactory completion of the Works and shall remove same on $3,333.33
completion.
The Contractor shall provide, erect and maintain all temporary scaffolding, sufficiently strong and
efficient for the due performance of the Works, including Sub-contract Works, provide special
scaffolding as and when required during the Works and remove on completion and make
good.
Such scaffolding shall be constructed of tubular steel or timber of sufficient scantlings and be
provided with planked footways and guard-rails to approval.

All such plant, tools and scaffolding shall comply with all regulations whether general or local, in
force throughout the period of the Contract and shall be altered or adapted during the Contract as
may be necessary to comply with any amendments in or additions to such regulations.

Scaffolding is not measured hereinafter, and the Contractor must allow here or in his rates for the
above.

F CONTRACTORS STAFF MEALS AND DRINKS

The Contractor is solely responsible for providing their staff with food and drink.

110

110
SECTION NO.1 PRELIMINARIES
Carried to Collection $5,250.00

111

111
SECTION NO.1 PRELIMINARIES

A EXISTING AND ADJACENT PROPERTY


The Contractor must take all steps necessary to safeguard existing and adjacent property, make
good at their own expense any damage to persons or property caused thereon, and hold the
Employer indemnified against any such claim arising.
The Contractor will be held fully responsible for the safety of the existing and adjacent buildings and
for any damage caused in consequence of these Works. They must reinstate all damages at his own
expense and indemnify the Employer against any loss.

The Contractor must take such steps and exercise such care and diligence as to minimise nuisance
from dust, noise or any other cause to the occupiers of the existing and adjacent property.

B HOARDING
The Contractor shall enclose the site, with a hoarding 2.40 metres high, with openings and gates as
required, constructed of substantial timbers to approval and covered with reasonably new
corrugated galvanised iron sheeting painted to approval including liaising with and facilitation of
$2,333.33
necessary County council approval and fees thereof. In additional, an appropriate dust netting shall
be required to protect against dust to neighbouring properties where required for upto 5.0m high
above the hoarding.
Estimate length of hoarding 60 Metres

C WATCHING AND LIGHTING


The Contractor shall provide at their risk and cost all watching and lighting as necessary to safeguard
the Works, plant and materials against damage and theft.

D SIGNBOARD
The Signboard and lettering on same for the display of the General and Sub-Contractors' names shall
be of an approved size with the Employer's name painted thereon. The Architect's, Quantity
Surveyor's and other Consultants' names shall be printed in 50 mm letters all to the Architect's $800.00
approved design. No other signboard or advertising will be permitted without prior permission from
the Architect. Sign board may included a coloured image of the building of reasonable proportion

E NOMINATED SUB-CONTRACTORS
The Contractor shall be responsible for Nominated Sub- Contractors in every respect and in
particular it shall be the Contractor's responsibility to ensure that each Sub- Contractor commences
and completes the work in such manner and is ready on the Site with their materials, labour and
special plant at such times so as to conform with the Progress Schedule, as specified previously, and
to ensure satisfactory progress. The contractor shall be required to enter into subcontracts stating the
same and this contract shall be entered as soon as practically possible after award of the
subcontract.
The Contractor shall also accept liability for and bear the cost of General Attendance on
Nominated Sub-Contractors which shall be deemed to include for:

Allowing the use of standing scaffolding, maintenance and alteration of all scaffolding, retention of
all scaffolding until such time as all relevant Sub-Contractors' works are complete and removal of all
scaffolding on completion. Providing space for office accommodation, and for storage of plant

The items for "General Attendance" given herein-after following P.C. Sums in respect of
Sub-Contractors' work shall be deemed to include all the above.

Cutting away for and making good after the work of Sub- Contractors as may be required will be
priced and allowed for separately under Builder's work to the Specialist trade.

Carried to Collection $3,133.33

112

112
SECTION NO.1 PRELIMINARIES

A. NOMINATED SUPPLIERS

The Cost of "Fix Only" materials to be obtained from Nominated Suppliers which are covered by
Prime Cost or Provisional Sums shall include for taking delivery where directed, checking with
invoices or indents, reporting and claiming damages for shortages and damaged goods, defraying
demurrage, signing for as having been received in good order, transporting, unloading, storing,
covering and protecting until the time of fixing, unpacking, replacing anything lost or damaged,
sorting, assembling, hoisting to required levels and fixing as described.

Before placing any orders with Nominated Sub-Contractors or Nominated Suppliers the Contractor
must ascertain that the terms and conditions of the quotations and the dates of delivery of materials
or execution of works comply with the terms of Contract and the Progress Schedule.

A. PRIME COST RATES

Where description of items include a P.C. rate per unit this rate is to cover the nett supply cost of the
unit only. The Contractor's price must include for the cost of the unit at the rate stated, plus waste,
taking delivery, storage, fixing in position, profit and overheads.
The actual nett cost per unit will be adjusted within the Final Account against the P.C. rate stated.

PROTECTION AND CLEANING

B. PROTECTION OF THE WORKS

The Contractor shall cover up and protect from damage, including damage from inclement
weather, all finished work and unfixed materials, including that of Sub-Contractors, etc., to the
satisfaction of the Architect until the completion of the Contract.
in the event of any damage or loss occurring to the works, or to materials or to any sewers, gullies,
drains, paths or other works on the site in temporary possession of the Contractor for the purpose of
this contract, either from the weather, want of proper protection, defects, theft, whatsoever during
the progress of the works, or for any accident or damage to property or persons by reason of the said
works, the Contractor alone shall be responsible and shall without extra charge, make good all
damage and pay all costs incurred.

C. CLEANING

The Contractor shall, upon completion of the Works, at their own expense, remove and clear away
all surplus excavated materials, plant, rubbish and unused materials and shall leave the whole of the
Site and Works in a clean and tidy state to the satisfaction of the Architect, including clearing away
and making good all traces of temporary access roads, offices, sheds, camps, etc. Particular care $666.67
shall be taken to leave clean all floors and windows and to remove all paint and cement stains. They
shall also, at the discretion of the Architect, remove all rubbish and dirt as it accumulates. The
Contractor is to find their own dump and shall pay all charges in connection therewith.

Carried to Collection $666.67

113

113
SECTION NO.1 PRELIMINARIES

From Page 1/1 $0.00

From Page 1/2 $0.00

From Page 1/3


$0.00

From Page 1/4 $0.00

From Page 1/5 $0.00

From Page 1/6 $0.00

From Page 1/7 $0.00

From Page 1/8 $0.00

From Page 1/9 $0.00

From Page 1/10 $0.00

From Page 1/11 $2,000.00

From Page 1/12 $0.00

From Page 1/13 $5,250.00

From Page 1/14 $3,133.33

From Page 1/15 $666.67

From Page 1/16 $0.00

From Page 1/17 $0.00

SECTION NO. 1 PRELIMINARIES- TOTAL CARRIED TO GRAND SUMMARY $11,050.00

114

114
SECTION NO.
2

MAIN BUILDING

115

115
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
150

PROPOSED MINISTRY GUARDHOUSES, KITCHEN AND EXTERNAL


WORKS

SECTION NO. 2: MAIN BUILDING

ELEMENT NO. 1

SUBSTRUCTURES (PROVISIONAL)

(Note : Tenderers to allow for working space in their rates)

Site clearance

Clear site of works of grass,shrubs,bush and small trees, grub up


A SM 181 $0.67 $120.67
roots, fill with selected soil and burn debris

Destroy termites nests within site of works,take out and destroy


B queens, impregnate holes and tunnels with insecticide and fill ITEM 1 $33.33 $33.33
voids with approved material

Excavations including maintaining and supporting sides and


keeping free from all water, mud and fallen material

Excavate for column bases not exceeding 1.50 metres deep,


C CM 17 $2.33 $39.67
starting from reduced levels

Excavate for foundation trenches exceeding 1.50 metres deep,


D CM 62 $2.33 $144.67
starting from reduced levels

Extra over excavations for excavating in soft rock (as describe


E CM 1 $6.67 $6.67
in specifications)

Extra excavation for excavating in hard rock (as defined in


F CM 1 $10.00 $10.00
specifications)

Carried to collection 1 $355.00

Disposal

Return, fill and ram selected excavated material around


A CM 127 $1.33 $169.33
foundations.

Load,wheel and deposit surplus excavated material away from


B CM 24 $3.33 $80.00
site

116

116
Approved hardcore (or equal and approved) imported fill;
Rolled and compacted in layers not exceeding 150 mm Thick;
C CM 32 $12.00 $384.00
to 95% modified proctors MDD (AASHTO T99) including grading
to falls and cross falls to receive stone base

300mm Thick Well compacted hardcore filling to make up


levels, depositing and compacting in layers maximum 150mm
D CM 48 $12.00 $576.00
thick; including 50mm Thick quarry dust blinding to receive
surface bed

Plain in situ concrete class C15 in:

E 50mm thick under strip foundations SM 54 $3.53 $190.80

F Ditto under column foundations SM 14 $3.53 $49.47

Reinforced concrete class C25 to BS 8110 (minimum


compressive strength at 28 days - 25N/mm2) as described, in:-

G Strip foundations CM 11 $160.00 $1,760.00

H Column foundations CM 5 $160.00 $800.00

I Columns CM 2 $160.00 $320.00

J 150mm Thick ground floor slabs CM 16 $24.00 $388.80

Carried to collection 2 $4,718.40

Mesh fabric reinforcement to B.S 4483 and setting in concrete


with 300mm side and end laps (measured nett-allow for laps).

A Fabric ref. A142 in surface SM 109 $3.00 $327.00

Anti - termite to treatment

Chemical anti-termite treatment, executed complete by an


B approved specialist under a ten-year guarantee,to surfaces of SM 181 $1.67 $301.67
hardcore

Damp-proof membrane

1000 gauge polythene or other equal and approved damp-


proof membrane, laid over blinded hardcore (measured
C SM 109 $1.20 $130.80
separately) with 300mm side and end laps (measured nett-allow
for laps)

117

117
Reinforcement including wastage, bends, hooks, tying wires,
spacers to BS 4466:scheduling and bending
BS 4449:2005+A2:2009 for ribbed steel (500 MPa reinforcing bars(
all provisional)

D 8mm ditto KGs 271 $2.00 $542.00

E 10mm ditto KGs 253 $2.00 $506.00

F 12 mm ditto KGs 262 $2.00 $524.00

G 16mm ditto KGs 117 $2.00 $234.00

Clean approved marine ply or steel formwork (or equal and


approved) as described, to:-

H Vertical sides of strip foundations SM 36 $8.00 $288.00

I Vertical sides of column foundations SM 14 $8.00 $112.00

J Vertical sides of columns SM 11 $4.00 $44.00

K Edges of slabs exceeding 75mm but not exceeding 225mm LM 61 $0.90 $54.90

Carried to collection 3 $3,064.37

Formwork a.b.d

A Edges of risers exceeding 75mm but not exceeding 225mm LM 6 $0.90 $5.40

Natural stone from approved quarry in walling; (minimum


strength 7.5N per square mm) bedded and jointed in cement
and sand (1:4) mortar, reinforcement with and including 25mm
wide x 20 gauge hoop iron at every alternate course as
described in;

B 400mm thick walling CM 58 $16.67 $960.00

Damp-proof courses, as described, to walls

C 400mm wide LM 107 $1.20 $128.40

Plinths

Two coat external render (1:4) with a woodfloat

D 20mm to plinths SM 20 $2.67 $53.33

Prepare and apply 3 coats of waterproof bituminous paint as


described in.

E Rendered masonry surfaces SM 20 $3.33 $66.67

118

118
Carried to collection 4 $1,213.80

COLLECTION

From Page 1/1 $355.00

From Page 1/2 $4,718.40

From Page 2/3 $3,064.37

From Page 2/4 $1,213.80

ELEMENT NO. 1 Carried to


SUBSTRUCTURES Main Summary $9,351.57

PROPOSED MINISTRY GUARDHOUSES, KITCHEN AND EXTERNAL


WORKS

SECTION NO. 2: MAIN BUILDING

ELEMENT NO. 2

REINFORCED CONCRETE FRAME

Reinforced concrete class C25 to BS 8110 (minimum


compressive strength at 28 days - 25N/mm2) as described, in:-

A Floor beams (incl. upstands) CM 6 $160.00 $960.00

B Columns CM 2 $160.00 $320.00

Carried to collection 5 $1,280.00

119

119
Reinforcement including wastage, bends, hooks, tying wires,
spacers to BS 4466:scheduling and bending
BS 4449:2005+A2:2009 for ribbed steel (500 MPa reinforcing bars(
all provisional)

A 8mm ditto KGs 683 $2.00 $1,366.00

B 10mm ditto KGs 807 $2.00 $1,614.00

C 12mm ditto KGs 311 $2.00 $622.00

D 16mm ditto KGs 528 $2.00 $1,056.00

E 20mm ditto KGs 776 $2.00 $1,552.00

Clean approved marine ply or steel formwork ( or equal and


approved) as described, to:-

F Sides and horizontal soffites of beams SM 66 $8.00 $528.00

G Vertical sides of columns SM 21 $8.00 $168.00

H Horizontal soffites of suspended solid slabs and ledges SM 90 $8.00 $720.00

I Ditto hollow pot slabs SM 0 $8.00 $0.00

J Edge of slabs not exceeding 150 mm girth LM 10 $0.60 $6.00

Sleeves

K 150mm diameter UPVC sleeves in 150mm thick solid slab NO. 4 $33.60 $134.40

Carried to collection 6 $7,766.40

COLLECTION

From Page 3/5 $1,280.00

From Page 3/6 $7,766.40

ELEMENT NO. 2 Carried to the


REINFORCED CONCRETE WORK Main Summary $9,046.40

PROPOSED MINISTRY GUARDHOUSES, KITCHEN AND EXTERNAL


WORKS

120

120
SECTION NO. 2: MAIN BUILDING

ELEMENT NO. 3

WALLING

External Walling

Precast concrete class 20 (12mm aggregate) including


formwork finishing fair face on all exposed surfaces, and
bedding and jointing in cement and sand (1:3) mortar :-

300 x 75mm coping; four labours, twice throated and


A LM 65 $5.33 $346.67
weathered

Concrete solid block wall; bedded and jointed in cement and


sand (1:4) mortar, reinforcement with and including 25mm
wide x 20 gauge hoop iron at every alternate course as
described in;

B 200mm thick walling SM 136 $20.00 $2,720.00

C 200mm thick parapets SM 46 $18.00 $828.00

Carried to collection 7 $3,894.67

Internal Walling

Concrete solid block wall; bedded and jointed in cement and


sand (1:4) mortar, reinforcement with and including 25mm
wide x 20 gauge hoop iron at every alternate course as
described in;

A 200mm thick walls SM 35 $20.00 $700.00

B 100mm thick walls SM 16 $12.00 $192.00

Carried to collection 8 $892.00

COLLECTION

From Page 4/7 $3,894.67

From Page 4/8 $892.00

121

121
ELEMENT NO. 3 Carried to
WALLING Main summary $4,786.67

PROPOSED MINISTRY GUARDHOUSES, KITCHEN AND EXTERNAL


WORKS

SECTION NO. 2: MAIN BUILDING

ELEMENT NO. 4

ROOFING AND RAINWATER GOODS

Rainwater goods

"Connix'' or other equal and approved heavy gauge UPVC rain


water pipes and fittings

150 mm square profile downpipe fixed with and including


A LM 24 $13.33 $320.00
galvanised steel holderbats plugged and screwed to walls

B Extra over 150mm downpipe for swan neck NO. 4 $4.00 $16.00

C Ditto shoe NO. 4 $4.00 $16.00

Carried to collection 9 $352.00

Flat roof finishes

APP/EPDM membrane with surface finish weighing minimum


4.5kgs/sm; laid on primer with torch-on process from an
approved manufacturer; finish to horizontal roof slab and walls
executed by a specialist under 10 years guarantee from Mau
West or equal and approved installer

A APP membrane applied to roof slabs and gutters SM 90 $13.33 $1,200.00

B Ditto to skirting 300mm high LM 65 $1.00 $65.00

C Dress membrane round 100mm rainwater outlet NO. 4 $4.00 $16.00

Lightweight water proofed screeds

D 45mm average screed laid to falls and crossfalls to roof slabs SM 90 $4.00 $360.00

E 20mm ditto to walls SM 20 $4.00 $80.00

Protective screeds

122

122
F 40mm Thick screed laid over APP SM 90 $4.00 $360.00

Concrete tiles

Supply and fix 300 x 300 x 25mm concrete tiles of approved


pattern jointed in cement and sand (1:3) mortar over prepared
screed (m.s) ; with linseed varnish

G To screeded roof surface SM 90 $15.33 $1,380.00

H 20 x 100mm ditto skirting LM 65 $1.53 $99.67

Carried to collection 10 $3,560.67

COLLECTION

From Page 5/9 $352.00

From Page 5/10 $3,560.67

ELEMENT NO. 4 Carried to


ROOF CONSTRUCTION AND FINISHES Main summary $3,912.67

PROPOSED MINISTRY GUARDHOUSES, KITCHEN AND EXTERNAL


WORKS

ELEMENT NO. 5

FINISHES

External wall Finishes

12mm (minimum) two coat lime plaster topped with proprietary


skimming coat as described to:-

A Concrete/masonry surfaces externally SM 285 $4.00 $1,140.00

Prepare and apply one mist coat and three coats of prime
grade high quality external textured Acrylic paint as Ruff and
Tuff by Crown Paints or equal and approved) including one
coat permacote painting; include grooving and patterning
to be applied by qualified and manufacturer approved
painters:

B 2.5mm Thick to plastered walls SM 285 $4.00 $1,140.00

123

123
Carried to collection 11 $2,280.00

External Floor Finishes

Cement and sand (1:3) screeds, backings, beds etc

A 22mm thick to floors to receive porcelain tiles SM 57 $2.67 $152.00

B 25mm x 300 mm wide to treads to receive tiles LM 6 $0.80 $4.80

C 20 x 167mm to risers to receive tiles(m.s) LM 12 $0.45 $5.34

Porcelain floor tiles

Supply and fix ceramic floor tiles (Prime cost sums of US$ 1200
per sm - tenderer to add the cost of collection, delivery,
grouting, adhesive, spacers and all other materials and laying
to completion) as selected by the Architect: 300 x 300 x 8mm
tiles to floors on prepared bed (m.s) with proprietary adhesive;
jointed and pointed in matching coloured proprietary
waterproof grouting: including pvc spacers , aluminium corner
strips and expansion joints as necessary: all to Architect's
approval.

D To floors generally SM 57 $15.33 $874.00

E 150 mm high skirting LM 24 $2.30 $55.20

F 300 mm wide treads LM 6 $4.60 $27.60

G 150mm wide risers LM 12 $2.30 $27.60

H 20 x 20 x 1.6mm Thick Aluminium angle nosing LM 12 $0.31 $3.68

Carried to collection 12 $1,150.22

External ceiling finishes

12mm (minimum) two coat lime plaster topped with proprietary


skimming coat as described to:-

A Concrete/masonry surfaces internally SM 15 $4.00 $60.00

Prepare and apply three coats first quality silk vinyl emulsion
paint on:-

B Plastered ceilings internally and externally SM 15 $3.33 $50.00

Carried to collection 13 $110.00

124

124
COLLECTION

From Page 6/11 $2,280.00

From Page 6/12 $1,150.22

From Page 6/13 $110.00

ELEMENT NO. 5 Carried to


EXTERNAL FINISHES Main summary $3,540.22

PROPOSED MINISTRY GUARDHOUSES, KITCHEN AND EXTERNAL


WORKS

ELEMENT NO. 6

INTERNAL FINISHES

Internal Floor Finishes

Cement and sand (1:3) screeds, backings, beds etc

A 32mm thick to floors; to receive porcelain tiles (Wet areas) SM 18 $5.00 $90.00

B Ditto to receive porcelain tiles (other areas) SM 69 $5.00 $345.00

C Ditto to treads; 25mm x 300 mm wide LM 7 $1.50 $10.50

D Ditto 20 x 150mm to risers LM 13 $0.75 $9.75

E 20 x 20 x 1.6mm Thick stainless steel nosings LM 13 $0.10 $1.30

Porcelain floor tiles ( wet areas)

Supply and fix floor tiles - tenderer to add the cost of collection,
delivery, grouting, adhesive, spacers and all other materials
and laying to completion) as selected by the Architect:300
x300 x 12mm tiles to floors on prepared bed (m.s) with
proprietary adhesive; jointed and pointed in matching
coloured proprietary waterproof grouting: including pvc
spacers, aluminium corner strips and expansion joints as
necessary: all to Architect's approval.

F To floors generally SM 18 $15.33 $276.00

Carried to collection 14 $732.55

125

125
Porcelain floor tiles (other areas)

Supply and fix floor tiles - tenderer to add the cost of collection,
delivery, grouting, adhesive, spacers and all other materials
and laying to completion) as selected by the Architect: 600 x
600 x 12mm tiles to floors on prepared bed (m.s) with
proprietary adhesive; jointed and pointed in matching
coloured proprietary waterproof grouting: including pvc
spacers, aluminium corncer strips and expansion joint as
necessary: all to Architect's approval.

A To floors generally SM 69 $4.00 $276.00

150 mm high skirting; including 6mm polystryrene joint


B LM 63 $0.60 $37.80
embedded at corner

Carried to collection 15 $313.80

Internal Wall Finishes

12mm (minimum) two coat lime plaster topped with proprietary


skimming coat as described to:-

A Concrete/masonry surfaces internally SM 263 $4.00 $1,052.00

Cement and sand (1:4) backings etc

B 20 mm backing finished to receive tiles finishes (m.s) SM 41 $2.67 $109.33

Wall tiles

Supply and fix ceramic wall tiles (Prime cost sums of US$ 1200
per sm - tenderer to add the cost of collection, delivery,
grouting, adhesive, spacers and all other materials and laying
to completion) as selected by the Architect: 600 x 200 x 12mm
tiles to walls on prepared bed (m.s) with proprietary adhesive;
jointed and pointed in matching coloured proprietary
waterproof grouting: including pvc spacers, alumunium corner
strips and expansion joint as necessary: all to Architect's
approval.

C To walls generally SM 41 $12.67 $519.33

Ceiling finishes
12mm (minimum) two coat lime plaster as described to:-

D Concrete/masonry surfaces internally SM 87 $4.00 $348.00

Painting and decorating

126

126
Prepare and apply three coats first quality silk vinyl emulsion
paint on:-

E Ditto to plastered soffits SM 87 $3.33 $290.00

Carried to collection 16 $2,318.67

COLLECTION

From Page 7/14 $732.55

From Page 7/15 $313.80

From Page 7/16 $2,318.67

ELEMENT NO. 6 Carried to


INTERNAL FINISHES Main summary $3,365.02

PROPOSED MINISTRY GUARDHOUSES, KITCHEN AND EXTERNAL


WORKS

ELEMENT NO. 8

WINDOWS

Window cills

Pre-cast concrete class 15, fair finished window cill size 225 x 25
mm cill; weathered with single throating; fixed to falls and ends
A LM 17 $3.00 $51.00
built into blockwork; including 25 x 6mm thick pvc water bar
bedded in mortar to blockwork

Timber and associated works

Window board: 275 x 25 mm Mahogany : moulded edge


B LM 13 $1.83 $23.83
exposed; tongued edge plugged to masonry walling;

UPVC windows

Supply and fix the following with purpose made UPVC


casement windows to blockwork complete with,6mm Thick
clear laminated glass 0.01- 0.5 m2, framing, mullions,
transomes, hinges, approved brass fasteners and stays and
fixing lugs and one coat red oxide primer before fixing; 15mm
solid bars burglar proofing inside frame , all to architect's details
and approved sample

C Windows size 4000 x 900 mm high overall MlW1-L-shaped SM 4 $120.00 $432.00

D Window size 2100 x 1200 mm high overall - MIW2 SM 5 $120.00 $604.80

E Window size 1800 x 1800 mm high overall - MIW3 SM 6 $120.00 $777.60

127

127
F Window size 1700 x 900 mm high overall - MIW4 SM 3 $120.00 $367.20

Carried to collection 17 $2,256.43

Collection

From Page 8/17 $2,256.43

ELEMENT NO. 8 Carried to


WINDOWS Main Summary $2,256.43

PROPOSED MINISTRY GUARDHOUSES, KITCHEN AND EXTERNAL


WORKS

ELEMENT No. 9

DOORS

External doors

Supply, assemble and fix the following purpose made heavy


duty mild steel door with 100 x 50 x 3mm RHS external frames,
internal frames, mullions and transomes - 50 x 50 x 3mm pin
type hinges including all necessary cutting and ironmongery as
Assa Abloy or equal and approved; all to Architect's details

A Door size 900 x 2200 mm high overall - D1[main door] NO. 4 $99.00 $396.00

Internal timber doors

50mm thick solid core flush door to B.S 459: Part 2 ; & BS1186 ;
Finished with 3mm hardwood veneer and lipped on all edges in
hardwood

Door size 800 x 2200 mm high overall - D5[Toilets] NO. 6 $70.40 $422.40

Take delivery and fix the following ironmongery

B Pair brass butt hinges NO. 12 $0.77 $9.20

C Three lever mortice lock complete with furniture NO. 6 $33.33 $200.00

D Door stop NO. 6 $3.83 $23.00

128

128
E Pull handles NO. 2 $8.33 $16.67

Carried to Collection 18 $1,067.27

COLLECTION

From Page 9/18 $1,067.27

ELEMENT NO. 9 Carried to


DOORS Main summary $1,067.27

PROPOSED MINISTRY GUARDHOUSES, KITCHEN AND EXTERNAL


WORKS

SECTION NO. 2: MAIN BUILDING

SUMMARY

PAGE

1 Substructures $9,351.57

2 Reinforced Concrete Frame $9,046.40

3 Walling $4,786.67

4 Roof Construction and Finishes $3,912.67

5 External finishes $3,540.22

6 Internal finishes $3,365.02

8 Windows $2,256.43

9 Doors $1,067.27

129

129
SECTION NO. 2: MAIN BUILDING
TOTAL AMOUNT CARRIED TO THE GRAND SUMMARY US$ $37,326.24

130

130
SECTION NO.
3

EXTERNAL WORKS

131

131
ITEM DESCRIPTION UNIT QTY RATE AMOUNT
0.00 150

PROPOSED MINISTRY GUARDHOUSES, KITCHEN AND EXTERNAL


WORKS

SECTION NO. 3: EXTERNAL WORKS

ELEMENT NO. 1

DRIVEWAY, PARKING AND FOOTPATHS


(ALL PROVISIONAL)

Excavations including maintaining and supporting sides and


keeping free from water, mud and fallen material

Excavate to reduce levels not exceeding 1.50 metres


A CM 766 $2.33 $1,787.33
starting from ground level

Disposal

Load,wheel and deposit surplus excavated material away


B CM 603 $1.33 $804.00
from site

Approved murram/hardcore fill; Rolled and compacted in


layers not exceeding 300mm Thick; to 95% modified
C CM 274 $12.00 $3,288.00
proctors MDD (AASHTO T99) including grading to falls and
cross falls to receive stone base

150mm thick murram base, well compacted including


D SM 1095 $0.77 $839.50
levelling as necessary

Concrete block paving (as manufactured by Bamburi


special products Ltd or equal and approved

Heavy duty loading blocks size 210 x 105 x 60mm (minimum


strength 45N per square mm) laid on and including 50mm
F sand bed and compacted by surface vibration square mm) SM 1095 $18.00 $19,710.00
laid on and including 50mm sand bed and compacted by
surface vibration

Carried to collection $26,428.83

Precast concrete class 25/12 including all necessary


formwork, finishing fair on all exposed surfaces and jointing
and pointing in cement and sand (1:3) mortar

225 x 125mm splayed kerb & 100 X 125mm channel kerb


A laid on and including 325 x 100mm concrete 1:3:6 mix bed LM 260 $6.67 $1,733.33
and 100 x 200mm haunching behind

B Ditto curved on plan LM 45 $3.33 $150.00

C Ditto straight flush kerbs LM 16 $5.33 $85.33

132

132
Precast concrete paving slabs

600 x 600 x 50mm fair faced pavement slabs; including


D SM 210 $10.00 $2,100.00
formwork and laid on approved subbase

Carried to collection $4,068.67

Collection

From page 4/1 $26,428.83

From page 4/2 $4,068.67

ELEMENT No. 1 Carried to


DRIVEWAY, PARKING & FOOTPATHS Main Summary $30,497.50

PROPOSED MINISTRY GUARDHOUSES, KITCHEN AND EXTERNAL


WORKS

SECTION NO. 3: EXTERNAL WORKS

ELEMENT NO. 2

FOUL DRAINAGE (ALL PROVISIONAL)

Excavate trench for drain pipe not exceeding 1.50 metres


deep, part return fill and ram and remainder cart away.

Trench, average 1000 mm deep for 150mm diameter UPVC


A LM 179 $1.33 $238.67
pipes

Key terrain or other equal and approved buried waste and


soil Upvc pipes and fittings

B 150mm diameter pipe in trench LM 179 $8.40 $1,503.60

Plain concrete 1:3:6 (25mm aggregates) as described in

C 450x150mm bed under pipes LM 6 $5.63 $33.80

Inspection chambers

133

133
Manhole overall size 600 x 600mm to depth not exceeding
1.50m deep, comprising of plain concrete (1:3:6) in 150mm
thick slab, 250 thick benching 150mm thick concrete block
D walling, water-proof screeds to sides and bottoms, with NO. 20 $100.00 $2,000.00
recessed to receive and including medium duty cover as
Kenbro or equal and approved UPVC including all
necessary excavations, formwork and reinforcement

Gulley traps
Gulley trap overall size 200x200mm to depth not exceeding
0.50m deep, comprising of plain concrete (1:3:6) in 100mm
thick slab, 100mm thick solid concrete block walling,
E NO. 12 $50.00 $600.00
including Key terrain UPVC trapped gulley cast in complete
with mild steel grating lid including all necessary
excavations, formwork and reinforcement

F Allow for testing the whole of foul water drainage ITEM 1 $333.33 $333.33

ELEMENT NO. 02 Carried to


FOUL DRAINAGE Main Summary $4,709.40

PROPOSED MINISTRY GUARDHOUSES, KITCHEN AND EXTERNAL


WORKS

SECTION NO. 3: EXTERNAL WORKS

ELEMENT NO. 3

STORMWATER DRAINAGE
Excavate trench for drain pipe and channel not exceeding
1.5m deep, part return, fill and ram and remainder cart
away
Trench, average 450 mm, deep for 300mm diameter invert
A LM 65 $1.33 $86.67
block drain

Trench, average 750mm deep for 450mm diameter precast


B LM 9 $1.33 $12.00
culvert pipe

Precast concrete invert block drain

450mm diameter invert block drain on 100mm Thick


concrete haunching; including 100mm murram backfilling
D LM 65 $17.33 $1,126.67
all round; incl 2 nos. 600x 225 x 75mm precast concrete slabs
on both sides laid with cement sand mortar (1:3)
Cut -off drain with grating

450mm diameter x 350mm thick Concrete U -drain[Precast


and reinforced] or in-situ C25 concrete with integral
D waterproofing to Engineer's details ; reinforced with BRC LM 30 $17.33 $520.00
A142 Mesh on 50mm Thick concrete blinding; including
100mm murram compacte backfilling all round;
450mm wide grating in galvanised steel; Consisting of 50 x
E 50 x 4mm angle frames welded to 50 x 10mm cross flats at LM 30 $33.33 $1,000.00
40mm centers

134

134
Carried to collection $2,745.33

Spun concrete cylindrical pipes and fittings to B.S 556, part


2 with spigot and socket joints

A 600mm diameter culvert pipe laid in trench LM 9 $86.67 $780.00

Plain concrete 1:3:6 as described to:_

B 150mm bed and surround to 200mm pipe LM 9 $0.53 $4.80

Gulley pot with Gratings

Gully pot size 600 x 600 x 500mm deep externally


comprising of 200mm stone walls; 450 x 450 x 150mm
C NO. 2 $100.00 $200.00
concrete class 15 base; 250 x 250 galvanised steel gratings :
excavation and disposal

D 150mm diameter pipe in trench LM 15 $8.40 $126.00

Gulley traps

Gulley trap overall size 200x200mm to depth not exceeding


0.50m deep, comprising of plain concrete (1:3:6) in 100mm
thick slab, 100mm thick solid concrete block walling,
E NO. 2 $30.00 $60.00
including Key terrain UPVC trapped gulley cast in complete
with mild steel grating lid including all necessary
excavations, formwork and reinforcement

Headwalls

Headwalls comprising of 200mm stone wall 2200 x 600mm


F high approximately concrete class 20 strip foundation : NO. 2 $100.00 $200.00
excavation and disposal :

G Allow for testing the whole of stormwater drainage ITEM 1 $333.33 $333.33

Carried to collection $1,704.13

COLLECTION

From Page 4/8 $2,745.33

From Page 4/9 $1,704.13

135

135
ELEMENT NO. 03 Carried to
STORMWATER DRAINAGE Main Summary $4,449.47

PROPOSED MINISTRY GUARDHOUSES, KITCHEN AND EXTERNAL


WORKS

SECTION NO. 3: EXTERNAL WORKS

ELEMENT NO. 04

BOUNDARY WALL [302]m

Site clearance

Clear site of works of grass,shrubs,bush and small trees, grub


A Sm 242 $0.53 $129.07
up roots, fill with selected soil and burn debris

Excavations including maintaining and supporting sides and


keeping free from water, mud and fallen material

Excavate for trench foundations not exceeding 1.50 metres


B CM 165 $2.33 $385.00
deep starting from ground level

Excavate trench for column bases not exceeding 1.50


C CM 35 $2.33 $81.67
metres deep starting from ground level ground level

D Extra over excavations for excavating in rock CM 2 $10.00 $20.00

Disposal

Return, fill and ram selected excavated material around


E CM 145 $1.33 $193.33
foundations

F Load and cart away surplus excavated materials CM 56 $3.33 $186.67

Plain in situ concrete class C15 in:

G 50mm blinding under strip foundations SM 150 $3.53 $530.00

H Ditto under column bases SM 32 $3.53 $113.07

Carried to collection $1,638.80

Reinforced concrete class C25 to BS 8110 (minimum


compressive strength at 28 days - 25N/mm2) as described,
in:-

136

136
A Strip foundations CM 30 $106.67 $3,200.00

B Column bases CM 6 $106.67 $640.00

C Columns CM 24 $106.67 $2,560.00

D Ring/Ground beams CM 12 $106.67 $1,280.00

Reinforcement including wastage, bends, hooks, tying


wires, spacers to BS 4466:scheduling and bending
BS 4449:2005+A2:2009 for ribbed steel (500 MPa
reinforcing bars( all provisional)

E 8mm bars KGs 815 $1.20 $978.00

F 10mm ditto KGs 1242 $1.20 $1,490.40

G 12mm ditto KGs 1037 $1.20 $1,244.40

Clean approved marine ply or steel formwork ( or equal


and approved) as described, to:-

H Vertical sides of strip foundations and beams SM 121 $4.00 $484.00

I Sides of columns SM 163 $4.00 $652.00

J Vertical sides of column bases SM 43 $4.00 $172.00

Natural hard machine cut Thika natural quarry stone with a


crushing strength of 7.5 N/mm²; key pointed ; walling
bedded and jointed in cement and sand (1:4) mortar,
reinforcement with and including 25mm wide x 20 gauge
hoop iron at every alternate course and horizontal key
pointing as described in

L 400mm thick walling-foundation wall SM 94 $14.67 $1,378.67

M 200mm thick walling SM 604 $13.33 $8,053.33

Carried to collection $22,132.80

12mm (minimum) two coat lime plaster as described to:-

A Concrete/masonry surfaces externally SM 1208 $2.67 $3,221.33

Prepare and apply one mist coat and three coats of prime
grade high quality external Acrylic emulsion by Crown
Paints or equal and approved) to be applied by qualified
and manufacturer approved painters:

B To plastered surfaces SM 1208 $3.33 $4,026.67

Precast concrete class 20 (12mm aggregate) including


formwork finishing fair face on all exposed surfaces, and
bedding and jointing in cement and sand (1:3) mortar :-

C 300 x 75mm coping twice weathered and throated LM 268 $5.33 $1,429.33

137

137
D 600 x 600 x 50mm thick coping NO. 86 $8.00 $688.00

Provide the following provisional sum for main gate and


E
boomgate:
Boom-gate and main gate installation as per provided
detail design ITEM 1 $2,000.00 $2,000.00

Carried to collection $11,365.33

COLLECTION

From page 4/7 $1,638.80

From page 4/8 $22,132.80

From page 4/9 $11,365.33

ELEMENT NO.4 Carried to


BOUNDARY WALL Summary $35,136.93

MAIN SUMMARY
PAGE

1 Driveway, parking and footpaths 4/1 $30,497.50

2 Foul Drainage 4/2 $4,709.40

3 Stormwater drainage 4/6 $4,449.47

4 Boundary wall 4/9 $35,136.93

SECTION NO. 3: EXTERNAL WORKS


TOTAL AMOUNT CARRIED TO THE GRAND SUMMARY US$ $74,793.30

138

138
BIL OF QUANTITIES

#REF!

MAIN SUMMARY
Page Amount (US$.)

1 SECTION NO. 2 : PRELIMINARIES 1/18 $11,050.00

2 MAIN BUILDING 3/29 $37,326.24

3 EXTERNAL WORKS 4/18 $74,793.30

TOTAL AMOUNT CARRIED TO FORM OF TENDER (VAT INCLUSIVE) US$. $123,169.54

ISSUED BY:
(QUANTITY SURVEYOR)…………..……………………..………………………………………….………………………………

Address: …………………………..………..…………………………………………………………………………………………

Tel No: ………………………………………..…………..……………………………………………………………………………

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

SIGNED:
( CONTRACTOR)………… SOMTECH ENGINEERING AND CONSTRUCTION COMPANY …………

Address: TGL COMPOUND, ADEN ADDE INTERNATIONAL AIRPORT MOGADISHU, SOMALIA

Tel No: …+252 61 6998801……………………………………………………

Date: …15TH JANUARY, 2024……….………………………………………………………………………

SIGNED:
( EMPLOYER ) ………………………………………………………………...…………………………………………………………

Address: …………………………………………………………...……...……………………………………………………………

Tel No: ………………………………………………………………….…………………………………………………………………

Date: …………………………………………………………………………...…………………………………………………………
G/1

139

139
PROPOSED 2NO. MINISTRY BUILDING IN
BAIDOA, SOMALIA

BAY REGION,
BAIDOA

ELECTRICAL SERVICES

BILLS OF QUANTITIES
(USD)

DECEMBER 2023

140

140
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount
150
BILL 2 HEAVY POWER

2.1 LV SWITCHBOARDS AND SUB-BOARDS


Supply, install, test and commission to current version of BS 7671,
BS EN 60947-1, BS EN 61439, BS 7430, BS 5467, BS 6724 and as
described below and indicated in the LV Schematic drawing:

2.1.1 MAIN LV SWITCHBOARD


One-off Free standing LV Switchboard Verified by testing
Assembly ,metal clad,Icu 16kA, Form 2B Type 2 construction with
inbuilt PFC Bank, bottom cable entry, top only cable exit, front No. 1 $3,200.00 $3,200.0
access only, comprising the following switchgear as EATON or
equal and approved:
250A TPN + E busbars.
16kA, 250A TPN MCCB Mains Incomer.
16kA, 250A TPN MCCB Generator Incomer.
3no. 125A TP MCCBs - Outgoers
4no. 63A TP MCCBs - Outgoers
20% Spare Outgoing Ways upto 63A TP
Automatic changeover switch with 2no. 160A 4P motorised
MCCB for Mains and Generator.
Manual AVR bypass with 3no. 160 A 4P Mechanically Interlocked
MCCBs.
Space for Three phase Utility Power meter and cutouts
1no. 80A TP MCCB Outgoer for UPS
1no. 80A 4 pole Manual bypass switch for UPS
100A TPN + E busbars section for UPS
2no. 63A TP MCCBs - Outgoers
2no. 40A SP MCCBs - Outgoers
20% Spare Outgoing ways upto 63A TP

16kA, 415V 3-phase surge diverter as Furse ESP 415 Type I & II

Digital Energy Meter - MD, kVA, kW, kVAr, PF, V, A, Hz, etc…

Phase presence Indicators


Over/Under Voltage Relays
Power factor sensing current transformer.

55KVAr PFC Bank with Step Controller, Contactors, Capacitors


(20,10,5 kVARs), and Fuses & 160A TPN MCCB for the PFC Bank

Page 1 of 8
141

141
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount
150

Total Amount for LV Switchboard and Sub-boards carried


Forward to Bill Collection Page. $3,200.0

Page 2 of 8
142

142
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount
150

2.2 SUBMAIN CABLING


All the cables shall be installed as per the LV Schematic
drawing and as supplied by East African Cables Ltd, Coast
Cables Ltd and/or Kenwest Cables Ltd in compliance with BS
6004, BS 6346, BS 7629-1. The contractor to allow for termination
accessories including Bimetallic glands/lags and labels at the

4C x 95mm² XLPE.SWA.PVC insulated copper cable from the


2.2.1 LM 20 $106.37 $2,127.5
Genset to the Main LV Switchboard.

4C x 16mm² XLPE.SWA.PVC insulated copper cable from the


2.2.2 LM 15 $17.75 $266.2
Main LV Switchboard to Switchroom DB (REF:DB-SW)

4C x 35mm² XLPE.SWA.PVC insulated copper cable from the


2.2.3 Main LV Switchboard to Ministry of Justice Ground Floor DB (REF: LM 100 $32.92 $3,292.0
DB-J)

4C x 35mm² XLPE.SWA.PVC insulated copper cable from the


2.2.4 Main LV Switchboard to Ministry of Internal Security Ground Floor LM 50 $32.92 $1,646.0
DB (REF: DB-IS)

4C x 25mm² XLPE.SWA.PVC insulated copper cable from the


2.2.5 LM 10 $24.80 $248.0
Ministry of Justice DB Ground Floor to First Floor DB(REF: DB-1J)

4C x 25mm² XLPE.SWA.PVC insulated copper cable from the


2.2.6 Ministry of Internal Security DB Ground Floor to First Floor DB (REF: LM 10 $24.80 $248.0
DB-1IS)

4C x 25mm² XLPE.SWA.PVC insulated copper cable from the


2.2.7 LM 80 $24.80 $1,984.0
Main LV Switchboard to Kitchen & Guardhouse DB (REF: DB-K)

4C x 16mm² XLPE.SWA.PVC insulated copper cable from the


2.2.8 LM 65 $17.75 $1,153.5
Main LV Switchboard to Guardhouse DB (REF: DB-G)

3C x 10mm² XLPE.SWA.PVC insulated copper cable from First


2.2.9 LM 800 $11.81 $9,450.7
Floor DBs (REF: DB-1J & DB-1IS) to 32No. Split A.C Outdoor Units

3C x 10mm² XLPE.SWA.PVC insulated copper cable from the First


2.2.10 LM 60 $11.81 $708.8
Floor DBs (REF: DB-1J & DB-1IS) to Pressurization Pumpsets

3C x 10mm² XLPE.SWA.PVC insulated copper cable from DB-K to


2.2.11 LM 25 $11.81 $295.3
Booster Pumpset

3C x 10mm² XLPE.SWA.PVC insulated copper cable from DB-K to


2.2.12 LM 25 $11.81 $295.3
Fire Hose Reel Pumpset

Page 3 of 8
143

143
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount
150
3C x 2.5mm² FP200, or equal and approved, insulated copper
2.2.13 cable from the Ground Floor DBs to the Fire Alarm Panels on LM 45 $3.80 $171.0
each block

Total Amount for Submain Cabling Carried Forward to Bill


Collection Page. $21,886.3

Page 4 of 8
144

144
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount
150

2.3 CONTAINMENT SYSTEMS


Supply, install, test and commission the following in accordance
to current version of BS EN 61537, BS EN 50085 and as described
below and indicated on the drawings and specifications
manufactured by SWITCHGEAR or equal and approved:

600mm wide x 100mm deep 17G perforated Galvanized steel


cable ladder for submains power cables complete with
2.3.1 LM 20 $28.19 $563.7
connectors, fixing brackets and rawl bolts at every 1.0 M as
detailed in our contract drawing.

450mm wide x 100mm deep 17G perforated Galvanized steel


2.3.2 cable tray complete with connectors, fixing brackets and rawl LM 15 $16.25 $243.8
bolts at every 1.0 M as detailed in our contract drawing.

Page 5 of 8
145

145
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount
150

Total Amount for Containment systems Carried Forward to Bill


Collection Page. $807.5

Page 6 of 8
146

146
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount
150

2 HEAVY POWER BILL 02 COLLECTION PAGE

2.1 Brought forward for Bill 2.1 - LV Switchboard and Sub- Boards $3,200.0

2.2 Brought forward for Bill 2.2 - Submains Cabling. $21,886.3

2.3 Brought forward for Bill 2.3 - Containment Systems $807.5

Page 7 of 8
147

147
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount
150

Total Amount for Heavy Power Carried Forward to Summary Page $25,893.9

Page 8 of 8
148

148
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount
150
BILL 3 EARTHING AND METALLIC BONDING

Supply, install ,test and commission a complete Earthing and Bonding to


3.1
current version of BS EN 50310 and BS 7430.

Bonding and clamping all metal work including Steel structural frames,
metallic roof coverings, ceiling grids, water pipes, air ductline, gas pipes,
façade and window frames, cable containment, hand-rails etc. to the
3.1.1 Lot 1 $333.33 $333.33
main earth for the building complete with necessary pipe clamps, clips,
cables as 95mm² single core stranded insulated copper cable, tape as
25mm x 3mm copper tape.

Allow for LV Switchboard earth pit backfilled with bentonite/Marconite


3.1.2 No. 1 $333.33 $333.33
comprising but not limited to the following:
a) 12.7mm diameter, 1200mm long solid copper earth rod as Furse
complete with driving stud and spike.
b) Earth rod-to-tape clamp type A as Furse.
c) Concrete inspection earth pit as Furse.
d) 600x600x3mm Earth Mat

3.1.3 Allow for Earthing cable as follows :


a) 1C x 95sq.mm PVC.SWA.PVC insulated Earth copper cable from the
Lm. 15 $21.00 $315.00
Earth Electrode to Equipotential Earth Bar in the Switchroom
b) 1C x 95sq.mm PVC.SWA.PVC insulated Earth copper cable from the
Lm. 60 $21.00 $1,260.00
Earth Electrode to Blocks Earth bars

4 Ways Equipotential Earth Copper Bar mounted on wall with space


3.1.4 No 1 $50.00 $50.00
insulators and drilled for bonding as indicated in the drawings.

Total Amount for Earthing and Bonding Carried Forward to Summary Page $2,291.67

Page 1 of 1
149

149
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount
150
BILL 4 KITCHEN & GUARDHOUSES

4.1 LIGHTING
Supply, install, test and commission the following in accordance to
current version of BS 7671, BS 7430, BS 5467, BS 6724, with Anti-
Rodent, Anti-Termite and Flame Retardant properties, and as
described below and indicated on the drawings and
specifications:
(Note : All cables to be Kenwest,Coast or East African cables unless
stated otherwise)

Lighting points wired in 3x 1.5 sq.mm PVC insulated single core


copper cable drawn to colour code: L-BROWN; N-BLUE; PE-GREEN
4.1.1 AND YELLOW, in 20mm PVC Heavy gauge conduit concealed in No. 27 $16.67 $450.00
building fabrics for one way switching, two-way and intermediate
switching

Supply, Install, Test & Commission 10A 500V White moulded switch
4.1.2
plates as MK or equal and approved as described below:

a) One gang one way. No. 2 $1.73 $3.47


a) Two gang one way. No. 2 $2.03 $4.07

Carried Forward to Next Page $457.53

Page 1 of 9
150

150
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount

Brought Forward from Previous page $457.53

Supply,Install,test & commission the following light fittings as per


4.1.3
description and symbols:
NOTE: All fixtures must be complete with Led lamps, Led drivers,
0.8PF , CRI ≥80 and Luminous efficacy ≥ 100Lm/W unless specified
otherwise.

a) RECESSED/SURFACE MOUNTED 600X600 LED PANEL LUMINAIRE,


4000K,IP20, 34.5W, 4300lm C/W DRIVER AND FIXINGS AS PHILIPS No. 3 $58.33 $175.00
CORELINE LED PANEL RC132V G4 W60L60 PSD, TYPE X2
DITTO ABOVE BUT WITH EMERGENCY KIT No. 3 $58.33 $175.00

b) CEILING RECESSED 6W LED DOWNLIGHT, 4000K, IP20, 600lm,


125MM DIA C/W DRIVER ,FIXINGS & ACCESSORIES AS PHILIPS No. 6 $16.67 $100.00
ESSENTIAL SMARTBRIGHT DN027B G3, TYPE D5
DITTO BUT WITH EMERGENCY KIT No. 2 $16.67 $33.33

c) SURFACE MOUNTED LED WEATHERPROOF BATTEN 1200MM, 24W,


6500K, 2400LM, IP65 C/W FIXINGS AS PHILIPS LED WATERPROOF No. 3 $26.67 $80.00
WT065C, TYPE B3
DITTO ABOVE BUT WITH EMERGENCY KIT No. 1 $26.67 $26.67

d) RECESSED PIR PRESENCE DETECTOR AS HAGER EE815 OR EQUAL


No 2 $225.43 $450.87
AND APPROVED

e) WALL MOUNTED EXTERNAL BULKHEAD, IP66, 13W LED E27 LAMP,


OPAL DIFFUSER AND RESIN BODY BLACK FINISH, C/W DRIVER AND No. 7 $30.00 $210.00
FIXINGS AS FUMAGALLI LUCIA-EL, TYPE W

Carried Forward to Bill Collection Page $1,708.40

Page 2 of 9
151

151
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount

4.2 SMALL POWER INSTALLATION


Supply,install,test and commission the following in accordance to
BS 7671,BS 7430, BS 5467 & 6724, with Anti-Rodent, Anti-Termite and
Flame Retardant properties, and as described below and indicated
on the drawings and specifications:
(Note : All cables to be Kenwest,Coast or East African cables unless
stated otherwise)
Radial circuit power points wired in 3x 2.5 sq.mm PVC insulated
single core copper cable to colour code: L-BROWN; N-BLUE; PE-
4.2.1 GREEN AND YELLOW, drawn in Trunking and/or in minimum 25mm
PVC Heavy gauge conduit concealed in building fabric/ceiling
voids for the following points.
a) Undersink Heater No. 1 $16.67 $16.67
b) Kitchen Extract hood No. 1 $16.67 $16.67
c) A.C Ceiling cassettes/High Wall Unit No. 1 $16.67 $16.67
d) Toilet Extract fans No. 2 $16.67 $33.33
e) Hand driers No. 2 $16.67 $33.33
f) Sump Pump No. 1 $16.67 $16.67

Ring circuit power points wired in 3x 4.0 sq.mm PVC insulated single
core copper to colour code: L-BROWN; N-BLUE; PE-GREEN AND
4.2.2 No. 10 $16.67 $166.67
YELLOW, cable drawn Trunking and/or in minimum 32mm PVC
Heavy gauge conduit and concealed in building fabric .

Ring circuit power points wired in 3x 4.0 sq.mm PVC insulated single
core copper to colour code: L-BROWN; N-BLUE; PE-GREEN AND
4.2.3 YELLOW, cable drawn in Trunking and/or in minimum 25mm PVC No. 6 $16.67 $100.00
Heavy gauge conduit concealed in building fabric for Kitchen
sockets.

Radial circuit power points wired in 3x 10 sq.mm PVC insulated


single core copper cable to colour code: L-BROWN; N-BLUE; PE-
4.2.4 GREEN AND YELLOW, drawn in Trunking and/or in 32mm PVC Heavy No. 1 $16.67 $16.67
gauge conduit and concealed in building fabric/ceiling voids for
Cooker unit .

Carried Forward to Next Page $416.67

Page 3 of 9
152

152
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount

Brought Forward from Previous page $416.67

Supply, Install, Test and Commission the following White moulded


4.2.5 small power accessories as MK equal and approved and as per
description and symbols indicated on the drawings:
a) 13A Twin standard Switched socket outlet No. 11 $5.00 $55.00
b) 13A Red Twin Switched socket outlet for clean power No. 4 $5.00 $20.00
c) 13A Single Switched socket outlet No. 1 $5.00 $5.00
d) 20A DP switch with neon indicator . No. 7 $14.73 $103.13
e) 20A Flex Outlet Plates. No. 2 $40.00 $80.00
f) 45A DP control unit complete with 13A switched socket and neon
No. 1 $4.33 $4.33
indicator for cooker.
g) 45A Cooker connection unit No. 1 $4.33 $4.33

Supply and Install 500V white rotary Isolator switches as


4.2.6
Katko/MK/Schneider electric and as described below:
a) 20A SP Isolator Switch for Booster pump, Hose Reel Pump & Sump
No. 3 $20.87 $62.60
pump

Carried Forward to Bill Collection Page $751.07

Page 4 of 9
153

153
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount

4.3 POWER DISTRIBUTION INSTALLATION


Supply,install,test and commission the following in accordance to
BS 7671,BS 7430, BS 5467 & 6724 and as described within the
drawings, specifications and below:

LV DISTRIBUTION BOARDS

12-Way 125A TPN flush mounted distribution board complete with


integral isolator, front lockable cover, blanking plates and the
4.3.1 No. 1 $133.33 $133.33
following circuit Breakers suitable for Ics=Icu=10kA as Eaton or
Schneider Electric Acti-9 . REF: DB-K

a) 10A SP - Type C MCB No. 2 $23.33 $46.67


b) 20A SP - Type B MCB No. 4 $23.33 $93.33
c) 32A SP - Type B MCB No. 4 $23.33 $93.33
d) 40A SP - Type B MCB No. 3 $23.33 $70.00
e) 45A SP - Type B MCB No. 1 $23.33 $23.33
g) Earthing Item 1 $133.33 $133.33

4-Way 125A TPN flush mounted distribution board complete with


integral isolator, front lockable cover, blanking plates and the
4.3.2 No. 1 $80.00 $80.00
following circuit Breakers sutiable for Ics=Icu=10kA as Eaton or
Schneider Electric Acti-9 . REF: DB-GH

a) 10A SP - Type C MCB No. 2 $23.33 $46.67


b) 20A SP - Type B MCB No. 1 $23.33 $23.33
c) 32A SP - Type B MCB No. 2 $23.33 $46.67
d) Earthing Item 1 $133.33 $133.33

4-Way 125A TPN flush mounted distribution board complete with


integral isolator, front lockable cover, blanking plates and the
4.3.3 No. 1 $80.00 $80.00
following circuit Breakers sutiable for Ics=Icu=10kA as Eaton or
Schneider Electric Acti-9 . REF: DB-SW

a) 10A SP - Type C MCB No. 2 $23.33 $46.67


b) 20A SP - Type B MCB No. 0 $23.33 $0.00
c) 32A SP - Type B MCB No. 1 $23.33 $23.33
d) Earthing Item 1 $133.33 $133.33

Carried Forward to Next Page $1,206.67

Page 5 of 9
154

154
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount

Brought Forward from Previous page $1,206.67

Supply and install an Enclosure Extension Box to the Main Distribution


4.3.6 Board as schneider Electric and fit with the following accessories on No. 1 $16.67 $16.67
DIN Rail Mounting:
i) 2No.10A SPN MCBs Type C
ii) 1No. 30A 240V 2 Pole AC1 contactor as Schneider Electric for the
control of lights above.
iii) 1No.20A SPN manual by-pass switch across the contactor above,
complete with a mounting box.
iv) 24/7 programmable Electronic timer switch double pole

Carried Forward to Bill Collection Page $1,223.33

Page 6 of 9
155

155
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount

4.4 CABLE TRUNKING AND TRAYS


Supply, install, test and commission the following in accordance to
current version of BS EN 61537, BS EN 50085 and as described below
and indicated on the drawings and specifications:

300mm wide x 50mm deep 19G 1-compartment Galvanized steel


cable trunking for power cables complete with cover, connectors,
4.4.1 Lm. 10 $1,760.00 $17,600.00
fixing brackets and rawl bolts at every 1.0 M as detailed in our
contract drawing.

300mm wide x 50mm deep 19G perforated Galvanized steel cable


tray for Security & ICT cables complete with connectors, fixing
4.4.2 Lm. 10 $1,760.00 $17,600.00
brackets and rawl bolts at every 1.0 M as detailed in our contract
drawing.

250 x 50mm 2-compartment.angular,CLIP-ON OFF, white PVC-U


4.4.3 trunking c/w all bends,trunking face plates and all other accesories LM. 10 $20.59 $205.87
as Marshall Tufflex Sterling 12 or equal and approved.

150 x 50mm 2-compartment.angular,CLIP-ON OFF, white PVC-U


trunking for desk mounting c/w all bends,trunking face plates and
4.4.4 LM. 10 $10.00 $100.00
all other accesories as Marshall Tufflex Sterling 12 or equal and
approved.

Carried Forward to Bill Collection Page. $35,505.87

Page 7 of 9
156

156
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount

4.5 ELECTRICAL ASSOCIATED SERVICES

Provide 32mm dia.PVC Heavy gauge conduit complete with draw-


4.5.1 wire concealed in building fabrics or ceiling void for ICT, and LM 100 $1.33 $133.33
Security.

Provide 25mm dia.PVC Heavy gauge conduit complete with draw-


4.5.2 wire concealed in building fabrics or ceiling voids for ICT, and LM 200 $1.00 $200.00
Security.

200mm x 100mm x 50mm Adaptable box for ICT/ MATV cables


4.5.3 concealed in building fabrics with knockouts suitable for 32mmØ No. 2 $8.87 $17.73
conduits.

200mm x 100mm x 50mm Adaptable box for Power cables


4.5.4 concealed in building fabrics with knockouts suitable for 32mmØ No. 2 $8.87 $17.73
conduits.

Carried Forward to Bill Collection Page $368.80

Page 8 of 9
157

157
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill Items Items Description Unit Qty Units Rates Total Amount

KITCHEN & GUARDHOUSES BILL 04 COLLECTION PAGE

4.1 Brought forward for Bill 4.1 - Lighting $1,708.40

4.2 Brought forward for Bill 4.2 - Small Power $751.07

4.3 Brought forward for Bill 4.3 - Power Distribution $1,223.33

4.4 Brought forward for Bill 4.4 - Cable Trunking and Trays $35,505.87

4.5 Brought forward for Bill 4.5 - Electrical Associated Services $368.80

Total for Kitchen & Guardhouses Carried Forward to Summary Page $39,557.47

Page 9 of 9
158

158
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items
150
BILL 5 MINISTRY OF INTERNAL SECURITY

5.1 LIGHTING
Supply, install, test and commission the following in accordance to
current version of BS 7671, BS 7430, BS 5467, BS 6724, with Anti-Rodent,
Anti-Termite and Flame Retardant properties, and as described below
and indicated on the drawings and specifications:
(Note : All cables to be Kenwest,Coast or East African cables unless
stated otherwise)

Lighting points wired in 3x 1.5 sq.mm PVC insulated single core copper
cable drawn to colour code: L-BROWN; N-BLUE; PE-GREEN AND
5.1.1 No. 116 $16.67 $1,933.33
YELLOW, in 20mm PVC Heavy gauge conduit concealed in building
fabrics for one way switching, two-way and intermediate switching

Lighting points wired in 3x 2.5 sq.mm PVC insulated single core copper
cable drawn to colour code: L-BROWN; N-BLUE; PE-GREEN AND
5.1.2 YELLOW, in 20mm PVC Heavy gauge conduit concealed in building No. 13 $16.67 $216.67
fabrics for one way switching, two-way and intermediate switching for
external wall mounted luminaires.

Signage Lighting points wired in 3x 2.5 sq.mm PVC insulated single


core copper cable drawn to colour code: L-BROWN; N-BLUE; PE-
5.1.3 No. 1 $16.67 $16.67
GREEN AND YELLOW, in 20mm PVC Heavy gauge conduit concealed
in building fabrics controlled by Timer Switch.

Supply, Install, Test & Commission 10A 500V White moulded switch
5.1.4
plates as MK or equal and approved as described below:
a) One gang one way. No. 11 $1.73 $19.07
b) Two gang one way. No. 4 $2.03 $8.13
c) Two gang two way. No. 2 $4.47 $8.93

Carried Forward to Next Page $2,202.80

Page 1 of 10
159

159
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

Brought Forward from Previous page $2,202.80

Supply,Install,test & commission the following light fittings as per


5.1.5
description and symbols:
NOTE: All fixtures must be complete with Led lamps, Led drivers, 0.8PF
, CRI ≥80 and Luminous efficacy ≥ 100Lm/W unless specified
otherwise.

a) RECESSED/SURFACE MOUNTED 600X600 LED PANEL LUMINAIRE,


4000K,IP20, 34.5W, 4300lm C/W DRIVER AND FIXINGS AS PHILIPS No. 25 $58.33 $1,458.33
CORELINE LED PANEL RC132V G4 W60L60 PSD, TYPE X2
DITTO ABOVE BUT WITH EMERGENCY KIT No. 12 $58.33 $700.00

b) CEILING RECESSED 19W LED DOWNLIGHT, 4000K,IP20, 2000lm,


200MM DIA C/W DRIVER , FIXINGS & ACCESSORIES AS PHILIPS ESSENTIAL No. 8 $51.73 $413.87
SMARTBRIGHT DN027B G3, TYPE D2
DITTO ABOVE BUT WITH EMERGENCY KIT No. 7 $51.73 $362.13

c) CEILING RECESSED 6W LED DOWNLIGHT, 4000K, IP20, 600lm, 125MM


DIA C/W DRIVER ,FIXINGS & ACCESSORIES AS PHILIPS ESSENTIAL No. 16 $16.67 $266.67
SMARTBRIGHT DN027B G3, TYPE D5
DITTO BUT WITH EMERGENCY KIT No. 8 $16.67 $133.33

d) SURFACE MOUNTED CIRCULAR 12W LED LUMINAIRE, 4000K, IP65,


1350lm, C/W POLYCARBONATE DIFFUSER, DRIVER & FIXINGS AS PHILIPS No. 0 $19.33 $0.00
CORELINE WALL MOUNTED WL140V LED12S/840 PSU WH, TYPE C2
DITTO ABOVE BUT WITH EMERGENCY KIT No. 1 $19.33 $19.33

e) SUSPENDED SELF CONTAINED, MANUAL TEST, 3 HOURS MAINTAINED


EMERGENCY EXIT SIGN LIGHT COMPLETE WITH SUITABLE LEGEND PANELS No. 3 $12.00 $36.00
IN ISO FORMATS AS LEDVANCE EM BLADE 4.2W 30M 3H, EXIT LIGHT
$0.00 $0.00
f) DECORATIVE PENDANT LUMINAIRE, HEIGHT 1100MM, 16W LED C/W
No. 1 $16.67 $16.67
FIXINGS & ACCESSORIES AS EGLO SARABIA, TYPE P1

g) RECESSED PIR PRESENCE DETECTOR AS HAGER EE815 OR EQUAL AND


No 9 $225.43 $2,028.90
APPROVED

h) CEILING RECESSED 6.5W LED DOWNLIGHT, 4000K, IP44, 650lm C/W


DRIVER, FIXINGS & ACCESSORIES AS PHILIPS CORELINE SLIM No. 1 $17.33 $17.33
DOWNLIGHT DN145B LED6S/840 PSU II WH, TYPE D3

DITTO BUT WITH EMERGENCY KIT No. 1 $17.33 $17.33

i) CEILING RECESSED 12W LED DOWNLIGHT, 4000K, IP20, 1200lm,


150MM DIA C/W DRIVER ,FIXINGS & ACCESSORIES AS PHILIPS ESSENTIAL No. 21 $50.00 $1,050.00
SMARTBRIGHT DN027B G3 , TYPE D4
DITTO BUT WITH EMERGENCY KIT No. 3 $50.00 $150.00

Carried Forward to Next Page $8,872.70

Page 2 of 10
160

160
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

Brought Forward from Previous page $8,872.70

j) WALL MOUNTED EXTERNAL UP/DOWN LIGHTER , IP65, 2x6W LED GU10


LAMPS, COMPLETE WITH DRIVER AND FIXINGS AS FUMAGALLI MARTA 90, No. 2 $23.33 $46.67
TYPE E2

k) WALL MOUNTED EXTERNAL BULKHEAD, IP66, 13W LED E27 LAMP,


OPAL DIFFUSER AND RESIN BODY BLACK FINISH, C/W DRIVER AND No. 11 $30.00 $330.00
FIXINGS AS FUMAGALLI LUCIA-EL, TYPE W

Carried Forward to Bill Collection Page $9,249.37

Page 3 of 10
161

161
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

5.2 SMALL POWER INSTALLATION


Supply,install,test and commission the following in accordance to BS
7671,BS 7430, BS 5467 & 6724, with Anti-Rodent, Anti-Termite and
Flame Retardant properties, and as described below and indicated
on the drawings and specifications:
(Note : All cables to be Kenwest,Coast or East African cables unless
stated otherwise)
Radial circuit power points wired in 3x 2.5 sq.mm PVC insulated single
core copper cable to colour code: L-BROWN; N-BLUE; PE-GREEN AND
5.2.1 YELLOW, drawn in Trunking and/or in minimum 25mm PVC Heavy
gauge conduit concealed in building fabric/ceiling voids for the
following points.
a) Toilet Extract fans No. 4 $16.67 $66.67

Ring circuit power points wired in 3x 4.0 sq.mm PVC insulated single
core copper to colour code: L-BROWN; N-BLUE; PE-GREEN AND
5.2.2 No. 92 $16.67 $1,533.33
YELLOW, cable drawn Trunking and/or in minimum 32mm PVC Heavy
gauge conduit and concealed in building fabric .

Radial circuit power points wired in 3x 6.0 sq.mm PVC insulated single
core copper to colour code: L-BROWN; N-BLUE; PE-GREEN AND
5.2.3 YELLOW, cable drawn in Trunking and/or in minimum 25mm PVC No. 1 $16.67 $16.67
Heavy gauge conduit concealed in building fabric for Instant
showers.

Carried Forward to Next Page $1,616.67

Page 4 of 10
162

162
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

Brought Forward from Previous page $1,616.67

Supply, Install, Test and Commission the following White moulded


5.2.4 small power accessories as MK equal and approved and as per
description and symbols indicated on the drawings:
a) 13A Twin standard Switched socket outlet No. 46 $5.00 $230.00
b) 13A Red Twin Switched socket outlet for clean power No. 46 $5.00 $230.00
d) 20A DP switch with neon indicator . No. 25 $14.73 $368.33
e) 20A Flex Outlet Plates. No. 1 $40.00 $40.00

3 compartment floor Box c/w 4No. 2P+E switched socket outlets, Dual
5.2.5 data outlets with self closing lid and all other accessories as Hager/MK No. 14 $10.00 $140.00
white standard finish.

Supply and Install 500V white rotary Isolator switches as


5.2.6
Katko/MK/Schneider electric and as described below:
a) 40A SP Isolator Switch for Split AC Unit No. 16 $16.00 $256.00
b) 20A SP Isolator Switch for Pressurization pump No. 1 $20.87 $20.87

Carried Forward to Bill Collection Page $2,901.87

Page 5 of 10
163

163
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

5.3 POWER DISTRIBUTION INSTALLATION


Supply,install,test and commission the following in accordance to BS
7671,BS 7430, BS 5467 & 6724 and as described within the drawings,
specifications and below:

LV DISTRIBUTION BOARDS

12-Way 125A TPN flush mounted distribution board complete with


integral isolator, front lockable cover, blanking plates and the
5.3.1 No. 1 $133.33 $133.33
following circuit Breakers suitable for Ics=Icu=10kA as Eaton or
Schneider Electric Acti-9 . REF: DB-IS

a) 10A SP - Type C MCB No. 3 $23.33 $70.00


b) 20A SP - Type B MCB No. 2 $23.33 $46.67
c) 32A SP - Type B MCB No. 7 $23.33 $163.33
d) 63A TP - Type B MCB No. 1 $23.33 $23.33
e) Earthing Item 1 $133.33 $133.33

12-Way 125A TPN flush mounted distribution board complete with


integral isolator, front lockable cover, blanking plates and the
5.3.2 No. 1 $133.33 $133.33
following circuit Breakers sutiable for Ics=Icu=10kA as Eaton or
Schneider Electric Acti-9 . REF: DB-1IS

a) 10A SP - Type C MCB No. 2 $23.33 $46.67


b) 20A SP - Type B MCB No. 18 $23.33 $420.00
c) 32A SP - Type B MCB No. 8 $23.33 $186.67
e) 40A TP - Type B MCB No. 0 $23.33 $0.00
e) Earthing Item 1 $133.33 $133.33

Carried Forward to Next Page $1,490.00

Page 6 of 10
164

164
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

Brought Forward from Previous page $1,490.00

Supply and install an Enclosure Extension Box to the Main Distribution


5.3.3 Board as schneider Electric and fit with the following accessories on No. 1 $16.67 $16.67
DIN Rail Mounting:
i) 2No.10A SPN MCBs Type C
ii) 1No. 30A 240V 2 Pole AC1 contactor as Schneider Electric for the
control of lights above.
iii) 1No.20A SPN manual by-pass switch across the contactor above,
complete with a mounting box.
iv) 24/7 programmable Electronic timer switch double pole

Carried Forward to Bill Collection Page $1,506.67

Page 7 of 10
165

165
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

5.4 CABLE TRUNKING AND TRAYS


Supply, install, test and commission the following in accordance to
current version of BS EN 61537, BS EN 50085 and as described below
and indicated on the drawings and specifications:

300mm wide x 50mm deep 19G 1-compartment Galvanized steel


cable trunking for power cables complete with cover, connectors,
5.4.1 Lm. 10 $1,760.00 $17,600.00
fixing brackets and rawl bolts at every 1.0 M as detailed in our
contract drawing.

300mm wide x 50mm deep 19G perforated Galvanized steel cable


tray for Security & ICT cables complete with connectors, fixing
5.4.2 Lm. 10 $1,760.00 $17,600.00
brackets and rawl bolts at every 1.0 M as detailed in our contract
drawing.

100mm wide x 50mm deep 16G perforated powder coated cable


tray for submain power cables complete with connectors, fixing
5.4.3 Lm. 10 $8.00 $80.00
brackets and rawl bolts at every 1.0 M as detailed in our contract
drawing.

250 x 50mm 2-compartment.angular,CLIP-ON OFF, white PVC-U


5.4.4 trunking c/w all bends,trunking face plates and all other accesories as LM. 10 $20.59 $205.87
Marshall Tufflex Sterling 12 or equal and approved.

150 x 50mm 2-compartment.angular,CLIP-ON OFF, white PVC-U


trunking for desk mounting c/w all bends,trunking face plates and all
5.4.5 LM. 10 $10.00 $100.00
other accesories as Marshall Tufflex Sterling 12 or equal and
approved.

Carried Forward to Bill Collection Page. $35,585.87

Page 8 of 10
166

166
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

5.5 ELECTRICAL ASSOCIATED SERVICES

Provide 32mm dia.PVC Heavy gauge conduit complete with draw-


5.5.1 LM 200 $1.33 $266.67
wire concealed in building fabrics or ceiling void for ICT, and Security.

Provide 25mm dia.PVC Heavy gauge conduit complete with draw-


5.5.2 wire concealed in building fabrics or ceiling voids for ICT, and LM 300 $1.00 $300.00
Security.

200mm x 100mm x 50mm Adaptable box for ICT/ MATV cables


5.5.3 concealed in building fabrics with knockouts suitable for 32mmØ No. 4 $8.87 $35.47
conduits.

200mm x 100mm x 50mm Adaptable box for Power cables concealed


5.5.4 No. 4 $8.87 $35.47
in building fabrics with knockouts suitable for 32mmØ conduits.

Carried Forward to Bill Collection Page $637.60

Page 9 of 10
167

167
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

MINISTRY OF INTERNAL SECURITY BILL 05 COLLECTION PAGE

5.1 Brought forward for Bill 5.1 - Lighting $9,249.37

5.2 Brought forward for Bill 5.2 - Small Power $2,901.87

5.3 Brought forward for Bill 5.3 - Power Distribution $1,506.67

5.4 Brought forward for Bill 5.4 - Cable Trunking and Trays $35,585.87

5.5 Brought forward for Bill 5.5 - Electrical Associated Services $637.60

Total for Ministry of Internal Security Carried Forward to Summary


$49,881.37
Page

Page 10 of 10
168

168
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items
150
BILL 6 MINISTRY OF JUSTICE

6.1 LIGHTING

Supply, install, test and commission the following in accordance


to current version of BS 7671, BS 7430, BS 5467, BS 6724, with Anti-
Rodent, Anti-Termite and Flame Retardant properties, and as
described below and indicated on the drawings and
specifications:
(Note : All cables to be Kenwest,Coast or East African cables
unless stated otherwise)

Lighting points wired in 3x 1.5 sq.mm PVC insulated single core


copper cable drawn to colour code: L-BROWN; N-BLUE; PE-
6.1.1 GREEN AND YELLOW, in 20mm PVC Heavy gauge conduit No. 116 $16.67 $1,933.33
concealed in building fabrics for one way switching, two-way
and intermediate switching

Lighting points wired in 3x 2.5 sq.mm PVC insulated single core


copper cable drawn to colour code: L-BROWN; N-BLUE; PE-
6.1.2 GREEN AND YELLOW, in 20mm PVC Heavy gauge conduit No. 13 $16.67 $216.67
concealed in building fabrics for one way switching, two-way
and intermediate switching for external wall mounted luminaires.

Signage Lighting points wired in 3x 2.5 sq.mm PVC insulated


single core copper cable drawn to colour code: L-BROWN; N-
6.1.3 No. 1 $16.67 $16.67
BLUE; PE-GREEN AND YELLOW, in 20mm PVC Heavy gauge
conduit concealed in building fabrics controlled by Timer Switch.

Supply, Install, Test & Commission 10A 500V White moulded


6.1.4
switch plates as MK or equal and approved as described below:
a) One gang one way. No. 14 $1.73 $24.27
b) Two gang one way. No. 4 $2.03 $8.13
c) Two gang two way. No. 2 $4.47 $8.93

Carried Forward to Next Page $2,208.00

Page 1 of 10
169

169
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

Brought Forward from Previous page $2,208.00

Supply,Install,test & commission the following light fittings as per


6.1.5
description and symbols:
NOTE: All fixtures must be complete with Led lamps, Led drivers,
0.8PF , CRI ≥80 and Luminous efficacy ≥ 100Lm/W unless
specified otherwise.

a) RECESSED/SURFACE MOUNTED 600X600 LED PANEL LUMINAIRE,


4000K,IP20, 34.5W, 4300lm C/W DRIVER AND FIXINGS AS PHILIPS No. 25 $58.33 $1,458.33
CORELINE LED PANEL RC132V G4 W60L60 PSD, TYPE X2
DITTO ABOVE BUT WITH EMERGENCY KIT No. 13 $58.33 $758.33

b) CEILING RECESSED 19W LED DOWNLIGHT, 4000K,IP20, 2000lm,


200MM DIA C/W DRIVER , FIXINGS & ACCESSORIES AS PHILIPS No. 6 $51.73 $310.40
ESSENTIAL SMARTBRIGHT DN027B G3, TYPE D2
DITTO ABOVE BUT WITH EMERGENCY KIT No. 6 $51.73 $310.40

c) CEILING RECESSED 6W LED DOWNLIGHT, 4000K, IP20, 600lm,


125MM DIA C/W DRIVER ,FIXINGS & ACCESSORIES AS PHILIPS No. 16 $16.67 $266.67
ESSENTIAL SMARTBRIGHT DN027B G3, TYPE D5
DITTO BUT WITH EMERGENCY KIT No. 8 $16.67 $133.33

d) SURFACE MOUNTED CIRCULAR 12W LED LUMINAIRE, 4000K,


IP65, 1350lm, C/W POLYCARBONATE DIFFUSER, DRIVER & FIXINGS
No. 0 $19.33 $0.00
AS PHILIPS CORELINE WALL MOUNTED WL140V LED12S/840 PSU
WH, TYPE C2
DITTO ABOVE BUT WITH EMERGENCY KIT No. 1 $19.33 $19.33

e) SUSPENDED SELF CONTAINED, MANUAL TEST, 3 HOURS


MAINTAINED EMERGENCY EXIT SIGN LIGHT COMPLETE WITH
No. 3 $12.00 $36.00
SUITABLE LEGEND PANELS IN ISO FORMATS AS LEDVANCE EM
BLADE 4.2W 30M 3H, EXIT LIGHT
$0.00
f) DECORATIVE PENDANT LUMINAIRE, HEIGHT 1100MM, 16W LED
No. 1 $16.67 $16.67
C/W FIXINGS & ACCESSORIES AS EGLO SARABIA, TYPE P1

g) RECESSED PIR PRESENCE DETECTOR AS HAGER EE815 OR EQUAL


No 9 $225.43 $2,028.90
AND APPROVED

h) CEILING RECESSED 6.5W LED DOWNLIGHT, 4000K, IP44, 650lm


C/W DRIVER, FIXINGS & ACCESSORIES AS PHILIPS CORELINE SLIM No. 2 $17.33 $34.67
DOWNLIGHT DN145B LED6S/840 PSU II WH, TYPE D3

DITTO BUT WITH EMERGENCY KIT No. 2 $17.33 $34.67

i) CEILING RECESSED 12W LED DOWNLIGHT, 4000K, IP20, 1200lm,


150MM DIA C/W DRIVER ,FIXINGS & ACCESSORIES AS PHILIPS No. 21 $50.00 $1,050.00
ESSENTIAL SMARTBRIGHT DN027B G3 , TYPE D4
DITTO BUT WITH EMERGENCY KIT No. 3 $50.00 $150.00

Carried Forward to Next Page $8,815.70

Page 2 of 10
170

170
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

Brought Forward from Previous page $8,815.70

j) WALL MOUNTED EXTERNAL UP/DOWN LIGHTER , IP65, 2x6W LED


GU10 LAMPS, COMPLETE WITH DRIVER AND FIXINGS AS FUMAGALLI No. 2 $23.33 $46.67
MARTA 90, TYPE E2

k) WALL MOUNTED EXTERNAL BULKHEAD, IP66, 13W LED E27 LAMP,


OPAL DIFFUSER AND RESIN BODY BLACK FINISH, C/W DRIVER AND No. 11 $30.00 $330.00
FIXINGS AS FUMAGALLI LUCIA-EL, TYPE W

$0.00

Carried Forward to Bill Collection Page $9,192.37

Page 3 of 10
171

171
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

6.2 SMALL POWER INSTALLATION


Supply,install,test and commission the following in accordance
to BS 7671,BS 7430, BS 5467 & 6724, with Anti-Rodent, Anti-Termite
and Flame Retardant properties, and as described below and
indicated on the drawings and specifications:
(Note : All cables to be Kenwest,Coast or East African cables
unless stated otherwise)
Radial circuit power points wired in 3x 2.5 sq.mm PVC insulated
single core copper cable to colour code: L-BROWN; N-BLUE; PE-
6.2.1 GREEN AND YELLOW, drawn in Trunking and/or in minimum
25mm PVC Heavy gauge conduit concealed in building
fabric/ceiling voids for the following points.
a) Toilet Extract fans No. 4 $16.67 $66.67
b) Hand driers No. 6 $16.67 $100.00

Ring circuit power points wired in 3x 4.0 sq.mm PVC insulated


single core copper to colour code: L-BROWN; N-BLUE; PE-GREEN
6.2.2 No. 96 $16.67 $1,600.00
AND YELLOW, cable drawn Trunking and/or in minimum 32mm
PVC Heavy gauge conduit and concealed in building fabric .

Radial circuit power points wired in 3x 6.0 sq.mm PVC insulated


single core copper to colour code: L-BROWN; N-BLUE; PE-GREEN
6.2.3 AND YELLOW, cable drawn in Trunking and/or in minimum 25mm No. 2 $16.67 $33.33
PVC Heavy gauge conduit concealed in building fabric for
Instant showers.

Carried Forward to Next Page $1,800.00

Page 4 of 10
172

172
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

Brought Forward from Previous page $1,800.00

Supply, Install, Test and Commission the following White


6.2.4 moulded small power accessories as MK equal and approved
and as per description and symbols indicated on the drawings:
a) 13A Twin standard Switched socket outlet No. 54 $5.00 $270.00
b) 13A Red Twin Switched socket outlet for clean power No. 42 $5.00 $210.00
d) 20A DP switch with neon indicator . No. 26 $14.73 $383.07
e) 20A Flex Outlet Plates. No. 1 $40.00 $40.00

3 compartment floor Box c/w 4No. 2P+E switched socket outlets,


6.2.5 Dual data outlets with self closing lid and all other accessories as No. 12 $10.00 $120.00
Hager/MK white standard finish.

Supply and Install 500V white rotary Isolator switches as


6.2.6
Katko/MK/Schneider electric and as described below:
a) 40A SP Isolator Switch for Split AC Unit No. 16 $16.00 $256.00
b) 20A SP Isolator Switch for Pressurization pump No. 1 $20.87 $20.87

Carried Forward to Bill Collection Page $3,099.93

Page 5 of 10
173

173
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

6.3 POWER DISTRIBUTION INSTALLATION


Supply,install,test and commission the following in accordance
to BS 7671,BS 7430, BS 5467 & 6724 and as described within the
drawings, specifications and below:

LV DISTRIBUTION BOARDS

12-Way 125A TPN flush mounted distribution board complete


with integral isolator, front lockable cover, blanking plates and
6.3.1 No. 1 $133.33 $133.33
the following circuit Breakers suitable for Ics=Icu=10kA as Eaton
or Schneider Electric Acti-9 . REF: DB-J

a) 10A SP - Type C MCB No. 3 $23.33 $70.00


b) 20A SP - Type B MCB No. 2 $23.33 $46.67
c) 32A SP - Type B MCB No. 9 $23.33 $210.00
d) 63A TP - Type B MCB No. 1 $23.33 $23.33
e) Earthing Item 1 $133.33 $133.33

12-Way 125A TPN flush mounted distribution board complete


with integral isolator, front lockable cover, blanking plates and
6.3.2 No. 1 $133.33 $133.33
the following circuit Breakers sutiable for Ics=Icu=10kA as Eaton
or Schneider Electric Acti-9 . REF: DB-1J

a) 10A SP - Type C MCB No. 2 $23.33 $46.67


b) 20A SP - Type B MCB No. 20 $23.33 $466.67
c) 32A SP - Type B MCB No. 9 $23.33 $210.00
e) 40A TP - Type B MCB No. 0 $23.33 $0.00
e) Earthing Item 1 $133.33 $133.33

Carried Forward to Next Page $1,606.67

Page 6 of 10
174

174
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

Brought Forward from Previous page $1,606.67

Supply and install an Enclosure Extension Box to the Main


6.3.3 Distribution Board as schneider Electric and fit with the following No. 1 $16.67 $16.67
accessories on DIN Rail Mounting:
i) 2No.10A SPN MCBs Type C
ii) 1No. 30A 240V 2 Pole AC1 contactor as Schneider Electric for
the control of lights above.
iii) 1No.20A SPN manual by-pass switch across the contactor
above, complete with a mounting box.
iv) 24/7 programmable Electronic timer switch double pole

Carried Forward to Bill Collection Page $1,623.33

Page 7 of 10
175

175
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

6.4 CABLE TRUNKING AND TRAYS


Supply, install, test and commission the following in accordance
to current version of BS EN 61537, BS EN 50085 and as described
below and indicated on the drawings and specifications:

300mm wide x 50mm deep 19G 1-compartment Galvanized


steel cable trunking for power cables complete with cover,
6.4.1 Lm. 10 $1,760.00 $17,600.00
connectors, fixing brackets and rawl bolts at every 1.0 M as
detailed in our contract drawing.

300mm wide x 50mm deep 19G perforated Galvanized steel


cable tray for Security & ICT cables complete with connectors,
6.4.2 Lm. 10 $1,760.00 $17,600.00
fixing brackets and rawl bolts at every 1.0 M as detailed in our
contract drawing.

100mm wide x 50mm deep 16G perforated powder coated


cable tray for submain power cables complete with connectors,
6.4.3 Lm. 10 $8.00 $80.00
fixing brackets and rawl bolts at every 1.0 M as detailed in our
contract drawing.

250 x 50mm 2-compartment.angular,CLIP-ON OFF, white PVC-U


6.4.4 trunking c/w all bends,trunking face plates and all other LM. 10 $20.59 $205.87
accesories as Marshall Tufflex Sterling 12 or equal and approved.

150 x 50mm 2-compartment.angular,CLIP-ON OFF, white PVC-U


trunking for desk mounting c/w all bends,trunking face plates
6.4.5 LM. 10 $10.00 $100.00
and all other accesories as Marshall Tufflex Sterling 12 or equal
and approved.

Carried Forward to Bill Collection Page. $35,585.87

Page 8 of 10
176

176
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

6.5 ELECTRICAL ASSOCIATED SERVICES

Provide 32mm dia.PVC Heavy gauge conduit complete with


6.5.1 draw-wire concealed in building fabrics or ceiling void for ICT, LM 200 $1.33 $266.67
and Security.

Provide 25mm dia.PVC Heavy gauge conduit complete with


6.5.2 draw-wire concealed in building fabrics or ceiling voids for ICT, LM 300 $1.00 $300.00
and Security.

200mm x 100mm x 50mm Adaptable box for ICT/ MATV cables


6.5.3 concealed in building fabrics with knockouts suitable for 32mmØ No. 4 $8.87 $35.47
conduits.

200mm x 100mm x 50mm Adaptable box for Power cables


6.5.4 concealed in building fabrics with knockouts suitable for 32mmØ No. 4 $8.87 $35.47
conduits.

Carried Forward to Bill Collection Page $637.60

Page 9 of 10
177

177
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Description Unit Qty Units Rates Total Amount
Items

MINISTRY OF JUSTICE BILL 06 COLLECTION PAGE

6.1 Brought forward for Bill 6.1 - Lighting $9,192.37

6.2 Brought forward for Bill 6.2 - Small Power $3,099.93

6.3 Brought forward for Bill 6.3 - Power Distribution $1,623.33

6.4 Brought forward for Bill 6.4 - Cable Trunking and Trays $35,585.87

6.5 Brought forward for Bill 6.5 - Electrical Associated Services $637.60

Total for Ministry of Justice Carried Forward to Summary Page $50,139.10

Page 10 of 10
178

178
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Items Description Unit Qty Units Rates Total Amount
150
BILL 7 EXTERNAL RETICULATION

7.1 LIGHTING
Supply, install, test and commission the following in accordance to
current version of BS 7671, BS 7430, BS 5467, BS 6724 and as
described below and indicated on the drawings and specifications:

Lighting points wired in 2Core 2.5 sq.mm PVC.SWA.PVC insulated


7.1.1 copper cable drawn in 25mm PVC Heavy gauge conduit/ directly Lm. 500 $16.67 $8,333.33
burried in ground.

Supply, Install, Test & Commission 10A 500V White moulded switch
7.1.2
plates as MK or equal and approved as described below:
a) One gang one way. No. 4 $1.73 $6.93
b) Two gang one way. No. 1 $2.03 $2.03

Carried Forward to Next Page $8,342.30

Page 1 of 2
179

179
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITIES.

Bill
Items Items Description Unit Qty Units Rates Total Amount

Brought Forward from Previous page $8,342.30

Supply,Install,test & commission the following light fittings as per


7.1.3
description and symbols:
NOTE: All fixtures must be complete with lamps, Led drivers,starters,
Electronic Control Gear-ECG, HPF capacitors etc. where applicable)
-0.8PF, Ballasts shall be High Frequency Electronic Ballasts; no
standard ballast will be accepted.

a) POST TOP MOUNTED LUMINAIRE,IP65 C/W 12W LED


No 2 $26.67 $53.33
LAMP,4000K,BASE AND FIXINGS AS FUMAGALLI BEPPE 400, TYPE PL

b) POST TOP MOUNTED LUMINAIRE,IP65 C/W 12W LED LAMP,4000K,


No 20 $26.67 $533.33
AND FIXINGS AS FUMAGALLI REMO 400,

c) POLE MOUNTED 100W LED FLOODLIGHT, IP65, 4000K C/W FIXINGS


No 8 $40.00 $320.00
AND DRIVER AS LEDVANCE LED FLOODLIGHT 100W

d) GROUND MOUNTED BOLLARD, IP65, 800lm,800MM, HIGH 3000K 7W


No 32 $40.00 $1,280.00
LED C/W DRIVERS AND FIXINGS AS FUMAGALLI AMELIA 800

Supply and Install the following lighting accessories as described


7.1.4
below and indicated in the drawings and specifications
a) 4.5m Mild steel Tubular street lighting pole with flange mounting
and suitable for post top mounting of flood lights c/w necessary No. 8 $433.33 $3,466.67
accessories and fixings
b) IP65 Adaptables boxes complete with appropriate connectors. No. 50 $33.80 $1,690.00

Total for External Reticulation Carried Forward to Electrical Summary


Page $15,685.63

Page 2 of 2
180

180
Proposed Ministry Building in Baidoa, Somalia Electrical Installations
Bills of Quantities.

PROPOSED MINISTRY BUILDING IN BAIDOA, SOMALIA


ELECTRICAL INSTALLATIONS BILLS OF QUANTITES

Bill
Items Items Description Unit Total Amount

ELECTRICAL SUMMARY PAGE

ELECTRICAL INSTALLATIONS

1.0 Bill No.1 - General Items

2.0 Bill No.2 - Heavy power Installations Sum $25,893.87

3.0 Bill No.3 - Earthing & Bonding Sum $2,291.67

4.0 Bill No.4 - Kitchen & Guardhouses Block Sum $39,557.47

5.0 Bill No.5 - Ministry of Internal Security Block Sum $49,881.37

6.0 Bill No.6 - Ministry of Justice Block Sum $50,139.10

7.0 Bill No.7 - External Reticulation Sum $15,685.63

Sub-Total Amount $183,449.10

Sub-Total Amount - Electrical Installations $183,449.10

TOTAL FOR ELECTRICAL INSTALLATIONS $183,449.10

Grand Total $183,449.10

Page 1 of 1
181

181
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.


150
P1 MINISTRY OF JUSTICE GROUND FLOOR
P1.01 SANITARYWARE AND EQUIPMENT

Supply, install, test and commission all sanitaryware and equipment as


selected nominated Supplier as Kholer(Kitchen and Beyondd, Ideal
Standard (Ideal Ceramics) or Duravit( Tile and Carpet Centre).
Assemble and install at site the following Accessories, Sanitary ware
P1.01.00 and Equipment. Allow for the supply and installation of all fittings,
fixings, supports and connections to services, control valves, isolating
and non-return valves, angle valves and accessories. Include for and
all items not specifically detailed but required for the satisfactory
assembly, installation and operation of the equipment.
WC

Close coupled Ceramic W.C White, as Ideal Standard complete with


6/4L cistern and fittings with dual flush push button , soft closing seat
P1.01.01 No. 5 $316.67 $1,583.33
and cover with plastic hinges and W.C. outlet connector and inclusive
of all accessories and fixings or similar and to complete approval.

Tapis bidette hand shower, shower holder and chrome-plated shower


P1.01.02 No. 5 $120.00 $600.00
hose

WASH HAND BASIN


Ideal Standard OVALUX Semi Pedestal Washbasin, 1 taphole Ref No.
G0800 c/w,Chrome Plated Cobra basin connector 0.5 x350mm Ref No.
P1.01.03 C15/350, Chrome plated Bottle Trap and Waste 1.25"Ref No. PEX 471- No. 5 $103.33 $516.67
WHT, PEX Angle valve with wall flange 0.5"Ref No. PEX-225 and
mounting bolts or similar and to complete approval.
Wash Hand Basin Tap: "Docal" push tap delay action chrome plated
Ref no. 17160806, "Schlosser" angle valve 1/2inch chrome plated Ref
P1.01.04 No. 5 $13.33 $66.67
no. 1712, "Tapis" HP fanski flexible connector 1/2In x 400mm and all
accessories and fittings. Equal or approved.

ACCESSORIES:-
Ideal Standard IOM 800ml Surface soap dispenser Stainless Steel Ref
P1.01.05 No. 3 $34.67 $104.00
no. A9103

TOTAL CARRIED FORWARD TO NEXT PAGE $2,870.67

Page 1 of 6 182

182
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P1 MINISTRY OF JUSTICE GROUND FLOOR

Total Brought Forward From Previous Page $2,870.67

P1.01.06 Ideal Standard Chrome Plated IOM Double Robe Hook Ref No. A9116 No. 5 $3.70 $18.50
Mediclinics OPTIMA Auto Hand Dryer 1.64kW Ref No. M99A in White
P1.01.07 No. 3 $173.33 $520.00
Epoxy Finish

P1.01.08 Mediclinics Paper Towel Dispenser Ref No. DT2160 in White Epoxy Finish No. 3 $145.17 $435.50

P1.01.09 Mediclinics Industrial Paper Roll Ref No. PR2783 in White Epoxy Finish No. 5 $90.83 $454.17

P1.01.010 Mediclinics Waste Paper Bin 25L Ref No. PP0279CS in Satin Finish No. 2 $73.67 $147.33

P1.01.11 Mediclinics Waste Paper Bin 5L No. 1 $50.17 $50.17

P1.01.12 Angle valves No. 10 $3.33 $33.33

Bevel edged mirror, 450mm x 600mm x 6mm complete with domehead


P1.01.13 No. 5 $36.67 $183.33
screw fixings and back padding or similar and to approval complete.

SHOWER SET

4 Way concealed shower mixer complete with chrome shower head


P1.01.14 No. 1 $146.67 $146.67
and mixer lever as Tapis Birch Ref No: #9E0403A-GH24138C-7J

Midea Instant Tankless shower heater with LSD (Earth Leakage Sensing
P1.01.15 Device, IP25 Standard , Thermal Cut-Out Anti Dry-Heating Protection or No. 1 $166.67 $166.67
approved equivalent

TOTAL CARRIED FORWARD TO COLLECTION PAGE $5,026.33

Page 2 of 6 183

183
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P1.02 COLD WATER DISTRIBUTION SYSTEM (PPR)

Supply, install, test and commission the cold water distribution system
with GF Hakan Faser Fiberglass Reinforced PN20 PPR piping and to
the particular requirements of the site. Allow for all pipe fittings of same
manufacturer as required to complete the distribution system and all
P1.02.00
necessary fittings, elbows, tees sockets, reducers, valves and
accessories and fixing required for the satisfactory execution
operation and completion of the work and efficient operation of the
cold water distribution system complete in all respects.

Internal diameter 25mm GF Hakan Faser Fiberglass Reinforced PN20


P1.02.01 PPR piping inclusive off all pipe fittings and accessories including but Lm. 20 $1.32 $26.40
not limited to elbows, adaptors, Tees and couplings.Equal or Approved.

P1.02.02 Ditto but 32mm diameter Lm. 18 $2.59 $46.56

P1.02.03 Ditto but 40mm diameter Lm. 10 $3.19 $31.87

Gate valve Pegler only


P1.02.04 32 mm diameter gate valve No. 3 $25.83 $77.50

TOTAL CARRIED FORWARD TO NEXT PAGE $182.33

Page 3 of 6 184

184
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

Total Brought Forward From Previous Page $182.33

P1.03 HOT WATER DISTRIBUTION SYSTEM (PPR)

Supply, install, test and commission the hot water distribution system
with GF Hakan Faser Fiberglass Reinforced PN20 PPR piping and to the
particular requirements of the site. Allow for all pipe fittings of same
manufacturer as required to complete the distribution system and all
P1.03.00
necessary fittings, elbows, tees sockets, reducers, valves and
accessories and fixing required for the satisfactory execution operation
and completion of the work and efficient operation of the hot water
distribution system complete in all respects.

Internal diameter 25mm GF Hakan Faser Fiberglass Reinforced PN20


P1.03.01 PPR piping inclusive off all pipe fittings and accessories including but Lm. 6 $1.32 $7.92
not limited to elbows, adaptors, Tees and couplings.Equal or Approved.

Gate valve Pegler only


P1.04.02 25mm diameter gate valve No. 1 $15.50 $15.50

P1.05.03 Allow for insulation of the hot water piping above Lm. 6 $33.33 $200.00

TOTAL CARRIED FORWARD TO COLLECTION PAGE $405.75

Page 4 of 6 185

185
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P1.04 SOIL AND WASTE DRAINAGE SYSTEM (UPVC)

Supply, install, test and commission the installation in grey UPVC pipe
work for the internal above ground system, gold brown for the buried
system all complying with BS quality to the particular condition and
requirements of the site. Allow for all necessary fittings, fixings,elbow
P1.04.00 socket,branch,Y branch, eccentric reducer adaptors,rodding point,
connectors and accessories including external vent cowls, weathering
aprons and all required brackets for the satisfactory execution of the
work and efficient operation of the drainage system complete in all
respects. All drainage pipe connections and fitting with rubber seal.

P1.04.01 40Ø Grey UPVC for Office Floor Wet Area Drainage CIW. Lm. 10 $1.33 $13.33

P1.04.02 50Ø Grey UPVC for Office Floor Wet Area Drainage U/S. Lm. 16 $1.73 $27.73

P1.04.03 100Ø Grey UPVC for Office Floor Wet Area Drainage U/S. Lm. 56 $3.00 $168.00

P1.04.04 Floor drain 4-way sockets with stainless steel grill and trap No. 3 $3.73 $11.20

TOTAL CARRIED FORWARD TO COLLECTION PAGE $220.27

Page 5 of 6 186

186
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. AMOUNT IN USD.

MINISTRY OF JUSTICE GROUND FLOOR -SANITARYWARE, COLD WATER


P1
PIPING AND DRAINAGE PIPING COLLECTION

P1.01.00 GROUND FLOOR ALL SANITARYWARE & EQUIPMENT $5,026.33

P1.02.00 GROUND FLOOR HOT & COLD WATER DISTRIBUTION SYSTEM (PPR) $405.75

P1.03.00 GROUND FLOOR SOIL AND WASTE DRAINAGE SYSTEM (UPVC) $220.27

TOTAL CARRIED FORWARD TO MAIN SUMMARY PAGE $5,652.35

Page 6 of 6 187

187
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.


150
P2 MINISTRY OF JUSTICE FIRST FLOOR
SANITARYWARE AND EQUIPMENT

Supply, install, test and commission all sanitaryware and equipment as


selected nominated Supplier as Kholer(Kitchen and Beyondd, Ideal
Standard (Ideal Ceramics) or Duravit( Tile and Carpet Centre).
Assemble and install at site the following Accessories, Sanitary ware
P2.01.00 and Equipment. Allow for the supply and installation of all fittings,
fixings, supports and connections to services, control valves, isolating
and non-return valves, angle valves and accessories. Include for and
all items not specifically detailed but required for the satisfactory
assembly, installation and operation of the equipment.
WC

Close coupled Ceramic W.C White, as Ideal Standard complete with


6/4L cistern and fittings with dual flush push button , soft closing seat
P2.01.01 No. 4 $316.67 $1,266.67
and cover with plastic hinges and W.C. outlet connector and inclusive
of all accessories and fixings or similar and to complete approval.

WASH HAND BASIN


Ideal Standard OVALUX Semi Pedestal Washbasin, 1 taphole Ref No.
G0800 c/w,Chrome Plated Cobra basin connector 0.5 x350mm Ref No.
P2.01.02 C15/350, Chrome plated Bottle Trap and Waste 1.25"Ref No. PEX 471- No. 4 $103.33 $413.33
WHT, PEX Angle valve with wall flange 0.5"Ref No. PEX-225 and
mounting bolts or similar and to complete approval.
Wash Hand Basin Tap: "Docal" push tap delay action chrome plated
Ref no. 17160806, "Schlosser" angle valve 1/2inch chrome plated Ref
P2.01.03 No. 4 $13.33 $53.33
no. 1712, "Tapis" HP fanski flexible connector 1/2In x 400mm and all
accessories and fittings. Equal or approved.

Minister's Executive washrooms


WC
Close coupled Ceramic W.C White, as Ideal Standard complete with
6/4L cistern and fittings with dual flush push button , soft closing seat
P2.01.09 No. 1 $316.67 $316.67
and cover with plastic hinges and W.C. outlet connector and inclusive
of all accessories and fixings or similar and to complete approval.
TOTAL CARRIED FORWARD TO NEXT PAGE $2,050.00

Page 1 of 7 188

188
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P2 FIRST FLOOR
SANITARYWARE AND EQUIPMENT INSTALL ONLY

Total Brought Forward From Previous Page $2,050.00

WASH HAND BASIN

Ideal Standard OVALUX Semi Pedestal Washbasin, 1 taphole Ref No.


G0800 c/w,Chrome Plated Cobra basin connector 0.5 x350mm Ref No.
P2.01.10 C15/350, Chrome plated Bottle Trap and Waste 1.25"Ref No. PEX 471- No. 1 $103.33 $103.33
WHT, PEX Angle valve with wall flange 0.5"Ref No. PEX-225 and
mounting bolts or similar and to complete approval.

Wash Hand Basin Tap: "Docal" push tap delay action chrome plated
Ref no. 17160806, "Schlosser" angle valve 1/2inch chrome plated Ref
P2.01.11 No. 1 $13.33 $13.33
no. 1712, "Tapis" HP fanski flexible connector 1/2In x 400mm and all
accessories and fittings. Equal or approved.

"Ideal standards" Towel Rack as VALENCIA "AIBA-1212" Stainless steel


P2.01.12 No. 1 $91.00 $91.00
material.Equal or Approved.

"Ideal standards" Towel Ring as VALENCIA "AIBA-1202" Stainless steel


P2.01.13 No. 1 $43.33 $43.33
material or similar and to approval

ACCESSORIES:-
Ideal Standard IOM 800ml Surface soap dispenser Stainless Steel Ref no.
P2.01.04 No. 3 $23.33 $70.00
A9103

P2.01.05 Ideal Standard Chrome Plated IOM Double Robe Hook Ref No. A9116 No. 5 $3.70 $18.50

Mediclinics OPTIMA Auto Hand Dryer 1.64kW Ref No. M99A in White
P2.01.06 No. 3 $173.33 $520.00
Epoxy Finish

P2.01.07 Mediclinics Paper Towel Dispenser Ref No. DT2160 in White Epoxy Finish No. 3 $145.17 $435.50

P2.01.08 Mediclinics Industrial Paper Roll Ref No. PR2783 in White Epoxy Finish No. 5 $90.83 $454.17

P2.01.09 Mediclinics Waste Paper Bin 25L Ref No. PP0279CS in Satin Finish No. 2 $73.67 $147.33

TOTAL CARRIED FORWARD TO NEXT PAGE $3,946.50

Page 2 of 7 189

189
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P2 FIRST FLOOR

Total Brought Forward From Previous Page $3,946.50

P2.01.10 Mediclinics Waste Paper Bin 5L No. 1 $50.17 $50.17

P2.01.11 Angle valves No. 10 $3.33 $33.33

Bevel edged mirror, 450mm x 600mm x 6mm complete with domehead


P2.01.12 No. 5 $36.67 $183.33
screw fixings and back padding or similar and to approval complete.

SHOWER SET

4 Way concealed shower mixer complete with chrome shower head


P2.01.13 No. 1 $146.67 $146.67
and mixer lever as Tapis Birch Ref No: #9E0403A-GH24138C-7J

Tapis bidette hand shower, shower holder and chrome-plated shower


P2.01.14 No. 5 $166.67 $833.33
hose

TOTAL CARRIED FORWARD TO COLLECTION PAGE $5,193.33

Page 3 of 7 190

190
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P2.02 COLD WATER DISTRIBUTION SYSTEM (PPR)

Supply, install, test and commission the cold water distribution system
with GF Hakan Faser Fiberglass Reinforced PN20 PPR piping and to
the particular requirements of the site. Allow for all pipe fittings of same
manufacturer as required to complete the distribution system and all
P2.02.00
necessary fittings, elbows, tees sockets, reducers, valves and
accessories and fixing required for the satisfactory execution operation
and completion of the work and efficient operation of the cold water
distribution system complete in all respects.

Internal diameter 25mm GF Hakan Faser Fiberglass Reinforced PN20


P2.02.01 PPR piping inclusive off all pipe fittings and accessories including but Lm. 16 $1.32 $21.12
not limited to elbows, adaptors, Tees and couplings.Equal or Approved.

P2.02.02 Ditto but 32mm diameter Lm. 12 $2.59 $31.04

Gate valve Pegler only


P2.02.04 32 mm diameter gate valve No. 3 $25.83 $77.50

TOTAL CARRIED FORWARD TO NEXT PAGE $129.66

Page 4 of 7 191

191
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

Total Brought Forward From Previous Page $129.66

P2 FIRST FLOOR - HOT WATER DISTRIBUTION SYSTEM (PPR)

Supply, install, test and commission the hot water distribution system
with GF Hakan Faser Fiberglass Reinforced PN20 PPR piping and to
the particular requirements of the site. Allow for all pipe fittings of same
manufacturer as required to complete the distribution system and all
P2.02.00
necessary fittings, elbows, tees sockets, reducers, valves and
accessories and fixing required for the satisfactory execution operation
and completion of the work and efficient operation of the hot water
distribution system complete in all respects.

Internal diameter 25mm GF Hakan Faser Fiberglass Reinforced PN20


P2.02.14 PPR piping inclusive off all pipe fittings and accessories including but Lm. 6 $1.32 $7.92
not limited to elbows, adaptors, Tees and couplings.Equal or Approved.

P2.02.15 Ditto but 32mm diameter Lm. 12 $2.59 $31.04

Gate valve Pegler only

P2.02.17 25mm diameter gate valve No. 1 $25.83 $25.83

$0.00

TOTAL CARRIED FORWARD TO COLLECTION PAGE $194.45

Page 5 of 7 192

192
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P2 FIRST FLOOR- SOIL AND WASTE DRAINAGE SYSTEM (UPVC)

Supply, install, test and commission the installation in grey UPVC pipe
work for the internal above ground system, gold brown for the buried
system all complying with BS quality to the particular condition and
requirements of the site. Allow for all necessary fittings, fixings,elbow
P2.03.00 socket,branch,Y branch, eccentric reducer adaptors,rodding point,
connectors and accessories including external vent cowls, weathering
aprons and all required brackets for the satisfactory execution of the
work and efficient operation of the drainage system complete in all
respects. All drainage pipe connections and fitting with rubber seal.

P2.03.02 40Ø Grey UPVC for Office Floor Wet Area Drainage CIW. Lm. 10 $1.33 $13.33

P2.03.02 50Ø Grey UPVC for Office Floor Wet Area Drainage U/S. Lm. 16 $1.73 $27.73

P2.03.03 100Ø Grey UPVC for Office Floor Wet Area Drainage U/S. Lm. 20 $3.00 $60.00

P2.03.04 Floor drain 4-way sockets with stainless steel grill and trap No. 5 $3.73 $18.67

TOTAL CARRIED FORWARD TO COLLECTION PAGE $119.73

Page 6 of 7 193

193
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. AMOUNT IN USD.

MINISTRY OF JUSTICE FIRST FLOOR -SANITARYWARE, COLD WATER PIPING


P2
AND DRAINAGE PIPING COLLECTION

P2.01.00 FIRST FLOOR ALL SANITARYWARE & EQUIPMENT $5,193.33

P2.02.00 FIRST FLOOR HOT & COLD WATER DISTRIBUTION SYSTEM (PPR) $194.45

P2.03.00 FIRST FLOOR SOIL AND WASTE DRAINAGE SYSTEM (UPVC) $119.73

TOTAL CARRIED FORWARD TO MAIN SUMMARY PAGE $5,507.52

Page 7 of 7 194

194
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.


150
P3
MINISTRY OF JUSTICE RAIN WATER DRAINAGE SYSTEM (UPVC)

P3.01.00 Supply, install, test and commission the installation in grey


UPVC pipe work for the rainwater drainage system all
complying with BS quality to the particular condition and
requirements of the site. Allow for all necessary fittings,
fixings,elbow socket,branch,Y branch, eccentric reducer
adaptors,rodding point, connectors and accessories including
external vent cowls, weathering aprons and all required
brackets for the satisfactory execution of the work and efficient
operation of the rainwater drainage system complete in all
respects. All Rainwater drainage pipe connections and fitting

P3.01.01 100Ø uPVC Grey Down Pipe from Roof Areas to rainwater
chamber on Ground floor. Lm. 40 $3.00 $120.00

P3.01.02 100mm Ø Stainless Steel Balcony Outlets No. 3 $8.00 $24.00

P3.01.03 Rainwater Fulbora roof outlet with 100Ø pipe outlet No. 5 $6.67 $33.33

P3.01.04 50Ø Grey UPVC for Balcony Outlet Drainage I/S. Lm. 5 $1.73 $8.67

TOTAL CARRIED FORWARD TO MAIN SUMMARY PAGE $186.00

Page 1 of 1 195

195
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.


150
P4 MINISTRY OF INTERNAL SECURITY GROUND FLOOR

SANITARYWARE AND EQUIPMENT

Supply, install, test and commission all sanitaryware and equipment as


selected nominated Supplier as Kholer(Kitchen and Beyondd, Ideal
Standard (Ideal Ceramics) or Duravit( Tile and Carpet Centre).
Assemble and install at site the following Accessories, Sanitary ware and
P4.01.00 Equipment. Allow for the supply and installation of all fittings, fixings,
supports and connections to services, control valves, isolating and non-
return valves, angle valves and accessories. Include for and all items
not specifically detailed but required for the satisfactory assembly,
installation and operation of the equipment.

WC

Close coupled Ceramic W.C White, as Ideal Standard complete with


6/4L cistern and fittings with dual flush push button , soft closing seat
P4.01.01 No. 4 $316.67 $1,266.67
and cover with plastic hinges and W.C. outlet connector and inclusive
of all accessories and fixings or similar and to complete approval.

Tapis bidette hand shower, shower holder and chrome-plated shower


P4.01.02 No. 4 $120.00 $480.00
hose

WASH HAND BASIN


Ideal Standard OVALUX Semi Pedestal Washbasin, 1 taphole Ref No.
G0800 c/w,Chrome Plated Cobra basin connector 0.5 x350mm Ref No.
P4.01.03 C15/350, Chrome plated Bottle Trap and Waste 1.25"Ref No. PEX 471- No. 4 $103.33 $413.33
WHT, PEX Angle valve with wall flange 0.5"Ref No. PEX-225 and
mounting bolts or similar and to complete approval.
Wash Hand Basin Tap: "Docal" push tap delay action chrome plated
Ref no. 17160806, "Schlosser" angle valve 1/2inch chrome plated Ref no.
P4.01.04 No. 4 $13.33 $53.33
1712, "Tapis" HP fanski flexible connector 1/2In x 400mm and all
accessories and fittings. Equal or approved.
ACCESSORIES:-
Ideal Standard IOM 800ml Surface soap dispenser Stainless Steel Ref no.
P4.01.05 No. 2 $34.67 $69.33
A9103

TOTAL CARRIED FORWARD TO NEXT PAGE $2,282.67

Page 1 of 5 196

196
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P4 MINISTRY OF INTERNAL SECURITY GROUND FLOOR

Total Brought Forward From Previous Page $2,282.67

P4.01.06 Ideal Standard Chrome Plated IOM Double Robe Hook Ref No. A9116 No. 4 $3.70 $14.80

Mediclinics OPTIMA Auto Hand Dryer 1.64kW Ref No. M99A in White
P4.01.07 No. 2 $173.33 $346.67
Epoxy Finish

P4.01.08 Mediclinics Paper Towel Dispenser Ref No. DT2160 in White Epoxy Finish No. 2 $145.17 $290.33

P4.01.09 Mediclinics Industrial Paper Roll Ref No. PR2783 in White Epoxy Finish No. 4 $90.83 $363.33

P4.01.010 Mediclinics Waste Paper Bin 25L Ref No. PP0279CS in Satin Finish No. 2 $73.67 $147.33

P4.01.11 Mediclinics Waste Paper Bin 5L No. 0 $50.17 $0.00

P4.01.12 Angle valves No. 8 $3.33 $26.67

Bevel edged mirror, 450mm x 600mm x 6mm complete with domehead


P4.01.13 No. 4 $36.67 $146.67
screw fixings and back padding or similar and to approval complete.

TOTAL CARRIED FORWARD TO COLLECTION PAGE $3,618.47

Page 2 of 5 197

197
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P4.02 COLD WATER DISTRIBUTION SYSTEM (PPR)

Supply, install, test and commission the cold water distribution system
with GF Hakan Faser Fiberglass Reinforced PN20 PPR piping and to the
particular requirements of the site. Allow for all pipe fittings of same
manufacturer as required to complete the distribution system and all
P4.02.00
necessary fittings, elbows, tees sockets, reducers, valves and
accessories and fixing required for the satisfactory execution operation
and completion of the work and efficient operation of the cold water
distribution system complete in all respects.

Internal diameter 25mm GF Hakan Faser Fiberglass Reinforced PN20 PPR


P4.02.01 piping inclusive off all pipe fittings and accessories including but not Lm. 13 $1.32 $17.16
limited to elbows, adaptors, Tees and couplings.Equal or Approved.

P4.02.02 Ditto but 32mm diameter Lm. 10 $2.59 $25.87

P4.02.03 Ditto but 40mm diameter Lm. 10 $3.19 $31.87

Gate valve Pegler only


P4.02.04 32 mm diameter gate valve No. 2 $25.83 $51.67

TOTAL CARRIED FORWARD TO COLLECTION PAGE $126.56

Page 3 of 5 198

198
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P4 GROUND FLOOR- SOIL AND WASTE DRAINAGE SYSTEM (UPVC)

Supply, install, test and commission the installation in grey UPVC pipe
work for the internal above ground system, gold brown for the buried
system all complying with BS quality to the particular condition and
requirements of the site. Allow for all necessary fittings, fixings,elbow
P4.03.00 socket,branch,Y branch, eccentric reducer adaptors,rodding point,
connectors and accessories including external vent cowls, weathering
aprons and all required brackets for the satisfactory execution of the
work and efficient operation of the drainage system complete in all
respects. All drainage pipe connections and fitting with rubber seal.

P4.03.01 40Ø Grey UPVC for Office Floor Wet Area Drainage CIW. Lm. 5 $1.33 $6.67

P4.03.02 50Ø Grey UPVC for Office Floor Wet Area Drainage U/S. Lm. 10 $1.73 $17.33

P4.03.03 100Ø Grey UPVC for Office Floor Wet Area Drainage U/S. Lm. 52 $3.00 $156.00

P4.03.04 Floor drain 4-way sockets with stainless steel grill and trap No. 2 $3.73 $7.47

TOTAL CARRIED FORWARD TO COLLECTION PAGE $187.47

Page 4 of 5 199

199
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. AMOUNT IN USD.

MINISTRY OF INTERNAL SECURITY GROUND FLOOR -SANITARYWARE, COLD


P4
WATER PIPING AND DRAINAGE PIPING COLLECTION

P4.01.00 GROUND FLOOR ALL SANITARYWARE & EQUIPMENT $3,618.47

P4.02.00 GROUND FLOOR HOT & COLD WATER DISTRIBUTION SYSTEM (PPR) $126.56

P4.03.00 GROUND FLOOR SOIL AND WASTE DRAINAGE SYSTEM (UPVC) $187.47

TOTAL CARRIED FORWARD TO MAIN SUMMARY PAGE $3,932.49

Page 5 of 5 200

200
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.


150
P5 MINISTRY OF INTERNAL SECURITY FIRST FLOOR

SANITARYWARE AND EQUIPMENT

Supply, install, test and commission all sanitaryware and equipment as


selected nominated Supplier as Kholer(Kitchen and Beyondd, Ideal
Standard (Ideal Ceramics) or Duravit( Tile and Carpet Centre).
Assemble and install at site the following Accessories, Sanitary ware
P5.01.00 and Equipment. Allow for the supply and installation of all fittings,
fixings, supports and connections to services, control valves, isolating
and non-return valves, angle valves and accessories. Include for and
all items not specifically detailed but required for the satisfactory
assembly, installation and operation of the equipment.
WC

Close coupled Ceramic W.C White, as Ideal Standard complete with


6/4L cistern and fittings with dual flush push button , soft closing seat
P5.01.01 No. 4 $316.67 $1,266.67
and cover with plastic hinges and W.C. outlet connector and inclusive
of all accessories and fixings or similar and to complete approval.

WASH HAND BASIN


Ideal Standard OVALUX Semi Pedestal Washbasin, 1 taphole Ref No.
G0800 c/w,Chrome Plated Cobra basin connector 0.5 x350mm Ref No.
P5.01.02 C15/350, Chrome plated Bottle Trap and Waste 1.25"Ref No. PEX 471- No. 4 $103.33 $413.33
WHT, PEX Angle valve with wall flange 0.5"Ref No. PEX-225 and
mounting bolts or similar and to complete approval.
Wash Hand Basin Tap: "Docal" push tap delay action chrome plated
Ref no. 17160806, "Schlosser" angle valve 1/2inch chrome plated Ref
P5.01.03 No. 4 $13.33 $53.33
no. 1712, "Tapis" HP fanski flexible connector 1/2In x 400mm and all
accessories and fittings. Equal or approved.

Minister's Executive washrooms


WC
Close coupled Ceramic W.C White, as Ideal Standard complete with
6/4L cistern and fittings with dual flush push button , soft closing seat
P5.01.09 No. 1 $316.67 $316.67
and cover with plastic hinges and W.C. outlet connector and inclusive
of all accessories and fixings or similar and to complete approval.
TOTAL CARRIED TO NEXT PAGE $2,050.00

Page 1 of 7 201

201
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P5 FIRST FLOOR

Total Brought Forward From Previous Page $2,050.00

WASH HAND BASIN

Ideal Standard OVALUX Semi Pedestal Washbasin, 1 taphole Ref No.


G0800 c/w,Chrome Plated Cobra basin connector 0.5 x350mm Ref No.
P5.01.10 C15/350, Chrome plated Bottle Trap and Waste 1.25"Ref No. PEX 471- No. 1 $103.33 $103.33
WHT, PEX Angle valve with wall flange 0.5"Ref No. PEX-225 and
mounting bolts or similar and to complete approval.

Wash Hand Basin Tap: "Docal" push tap delay action chrome plated
Ref no. 17160806, "Schlosser" angle valve 1/2inch chrome plated Ref
P5.01.11 No. 1 $13.33 $13.33
no. 1712, "Tapis" HP fanski flexible connector 1/2In x 400mm and all
accessories and fittings. Equal or approved.

"Ideal standards" Towel Rack as VALENCIA "AIBA-1212" Stainless steel


P5.01.12 No. 1 $91.00 $91.00
material.Equal or Approved.

"Ideal standards" Towel Ring as VALENCIA "AIBA-1202" Stainless steel


P5.01.13 No. 1 $43.33 $43.33
material or similar and to approval

ACCESSORIES:-
Ideal Standard IOM 800ml Surface soap dispenser Stainless Steel Ref
P5.01.04 No. 4 $23.33 $93.33
no. A9103

P5.01.05 Ideal Standard Chrome Plated IOM Double Robe Hook Ref No. A9116 No. 5 $3.70 $18.50

Mediclinics OPTIMA Auto Hand Dryer 1.64kW Ref No. M99A in White
P5.01.06 No. 4 $173.33 $693.33
Epoxy Finish

P5.01.07 Mediclinics Paper Towel Dispenser Ref No. DT2160 in White Epoxy Finish No. 4 $145.17 $580.67

P5.01.08 Mediclinics Industrial Paper Roll Ref No. PR2783 in White Epoxy Finish No. 5 $90.83 $454.17

P5.01.09 Mediclinics Waste Paper Bin 25L Ref No. PP0279CS in Satin Finish No. 3 $73.67 $221.00
TOTAL CARRIED TO NEXT PAGE $4,362.00

Page 2 of 7 202

202
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P5 FIRST FLOOR

Total Brought Forward From Previous Page $4,362.00

P5.01.10 Mediclinics Waste Paper Bin 5L No. 1 $50.17 $50.17

P5.01.11 Angle valves No. 10 $3.33 $33.33

Bevel edged mirror, 450mm x 600mm x 6mm complete with


P5.01.12 domehead screw fixings and back padding or similar and to approval No. 5 $36.67 $183.33
complete.

SHOWER SET

4 Way concealed shower mixer complete with chrome shower head


P5.01.13 No. 1 $146.67 $146.67
and mixer lever as Tapis Birch Ref No: #9E0403A-GH24138C-7J

Tapis bidette hand shower, shower holder and chrome-plated shower


P5.01.14 No. 5 $166.67 $833.33
hose

TOTAL CARRIED FORWARD TO COLLECTION PAGE $5,608.83

Page 3 of 7 203

203
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P5.02 COLD WATER DISTRIBUTION SYSTEM (PPR)

Supply, install, test and commission the cold water distribution system
with GF Hakan Faser Fiberglass Reinforced PN20 PPR piping and to
the particular requirements of the site. Allow for all pipe fittings of
same manufacturer as required to complete the distribution system
P5.02.00
and all necessary fittings, elbows, tees sockets, reducers, valves and
accessories and fixing required for the satisfactory execution
operation and completion of the work and efficient operation of the
cold water distribution system complete in all respects.

Internal diameter 25mm GF Hakan Faser Fiberglass Reinforced PN20


P5.02.01 PPR piping inclusive off all pipe fittings and accessories including but Lm. 20 $1.32 $26.40
not limited to elbows, adaptors, Tees and couplings.Equal or Approved.

P5.02.02 Ditto but 32mm diameter Lm. 16 $2.59 $41.39

P5.02.03 Ditto but 40mm diameter Lm. 0 $3.19 $0.00

Gate valve Pegler only


P5.02.04 32 mm diameter gate valve No. 3 $25.83 $77.50

TOTAL CARRIED FORWARD TO NEXT PAGE $145.29

Page 4 of 7 204

204
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

Total Brought Forward From Previous Page $145.29

P5 HOT WATER DISTRIBUTION SYSTEM (PPR)

Supply, install, test and commission the hot water distribution system
with GF Hakan Faser Fiberglass Reinforced PN20 PPR piping and to
the particular requirements of the site. Allow for all pipe fittings of same
manufacturer as required to complete the distribution system and all
P5.02.00
necessary fittings, elbows, tees sockets, reducers, valves and
accessories and fixing required for the satisfactory execution
operation and completion of the work and efficient operation of the
hot water distribution system complete in all respects.

Internal diameter 25mm GF Hakan Faser Fiberglass Reinforced PN20


P5.02.14 PPR piping inclusive off all pipe fittings and accessories including but Lm. 6 $1.32 $7.92
not limited to elbows, adaptors, Tees and couplings.Equal or Approved.

Gate valve Pegler only

P5.02.15 25mm diameter gate valve No. 1 $25.83 $25.83

$0.00

TOTAL CARRIED FORWARD TO COLLECTION PAGE $179.04

Page 5 of 7 205

205
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P5 SOIL AND WASTE DRAINAGE SYSTEM (UPVC)

Supply, install, test and commission the installation in grey UPVC pipe
work for the internal above ground system, gold brown for the buried
system all complying with BS quality to the particular condition and
requirements of the site. Allow for all necessary fittings, fixings,elbow
P5.03.00 socket,branch,Y branch, eccentric reducer adaptors,rodding point,
connectors and accessories including external vent cowls, weathering
aprons and all required brackets for the satisfactory execution of the
work and efficient operation of the drainage system complete in all
respects. All drainage pipe connections and fitting with rubber seal.

P5.03.02 40Ø Grey UPVC for Office Floor Wet Area Drainage CIW. Lm. 6 $1.33 $8.00

P5.03.02 50Ø Grey UPVC for Office Floor Wet Area Drainage U/S. Lm. 12 $1.73 $20.80

P5.03.03 100Ø Grey UPVC for Office Floor Wet Area Drainage U/S. Lm. 24 $3.00 $72.00

P5.03.04 Floor drain 4-way sockets with stainless steel grill and trap No. 5 $3.73 $18.67

TOTAL CARRIED FORWARD TO COLLECTION PAGE $119.47

Page 6 of 7 206

206
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. AMOUNT IN USD.

MINISTRY OF INTERNAL SECURITY FIRST FLOOR -SANITARYWARE, COLD


P5
WATER PIPING AND DRAINAGE PIPING COLLECTION

P5.01.00 FIRST FLOOR ALL SANITARYWARE & EQUIPMENT $5,608.83

P5.02.00 FIRST FLOOR HOT & COLD WATER DISTRIBUTION SYSTEM (PPR) $179.04

P5.03.00 FIRST FLOOR SOIL AND WASTE DRAINAGE SYSTEM (UPVC) $119.47

TOTAL CARRIED FORWARD TO MAIN SUMMARY PAGE $5,907.34

Page 7 of 7 207

207
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.


150
P6 MINISTRY OF INTERNAL SECURITY RAIN WATER DRAINAGE SYSTEM
(UPVC)

P6.01.00 Supply, install, test and commission the installation in grey


UPVC pipe work for the rainwater drainage system all
complying with BS quality to the particular condition and
requirements of the site. Allow for all necessary fittings,
fixings,elbow socket,branch,Y branch, eccentric reducer
adaptors,rodding point, connectors and accessories including
external vent cowls, weathering aprons and all required
brackets for the satisfactory execution of the work and efficient
operation of the rainwater drainage system complete in all
respects. All Rainwater drainage pipe connections and fitting

P6.01.01 100Ø uPVC Grey Down Pipe from Roof Areas to rainwater
chamber on Ground floor. Lm. 40 $3.00 $120.00

P6.01.02 100mm Ø Stainless Steel Balcony Outlets No. 5 $8.00 $40.00

P6.01.03 Rainwater Fulbora roof outlet with 100Ø pipe outlet No. 8 $6.67 $53.33

P6.01.04 50Ø Grey UPVC for Balcony Outlet Drainage I/S. Lm. 5 $1.73 $8.67

TOTAL CARRIED FORWARD TO MAIN SUMMARY PAGE $222.00

Page 1 of 1 208

208
ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.
150
P7 GUARDHOUSE AND KITCHEN

SANITARYWARE AND EQUIPMENT


Supply, install, test and commission all sanitaryware and equipment as
selected nominated Supplier as Kholer(Kitchen and Beyondd, Ideal
Standard (Ideal Ceramics) or Duravit( Tile and Carpet Centre). Assemble
and install at site the following Accessories, Sanitary ware and Equipment.
P7.01.00 Allow for the supply and installation of all fittings, fixings, supports and
connections to services, control valves, isolating and non-return valves,
angle valves and accessories. Include for and all items not specifically
detailed but required for the satisfactory assembly, installation and
operation of the equipment.
WC

Close coupled Ceramic W.C White, as Ideal Standard complete with 6/4L
cistern and fittings with dual flush push button , soft closing seat and cover
P7.01.01 No. 4 $316.67 $1,266.67
with plastic hinges and W.C. outlet connector and inclusive of all
accessories and fixings or similar and to complete approval.

WASH HAND BASIN


Ideal Standard OVALUX Semi Pedestal Washbasin, 1 taphole Ref No. G0800
c/w,Chrome Plated Cobra basin connector 0.5 x350mm Ref No. C15/350,
P7.01.02 Chrome plated Bottle Trap and Waste 1.25"Ref No. PEX 471-WHT, PEX Angle No. 2 $103.33 $206.67
valve with wall flange 0.5"Ref No. PEX-225 and mounting bolts or similar and
to complete approval.

Wash Hand Basin Tap: "Docal" push tap delay action chrome plated Ref no.
17160806, "Schlosser" angle valve 1/2inch chrome plated Ref no. 1712,
P7.01.03 No. 2 $13.33 $26.67
"Tapis" HP fanski flexible connector 1/2In x 400mm and all accessories and
fittings. Equal or approved.

Ideal Standard IOM 800ml Surface soap dispenser Stainless Steel Ref no.
P7.01.04 No. 2 $34.67 $69.33
A9103

P7.01.05 Ideal Standard Chrome Plated IOM Double Robe Hook Ref No. A9116 No. 2 $3.70 $7.40

P7.01.06 Mediclinics Industrial Paper Roll Ref No. PR2783 in White Epoxy Finish No. 2 $90.83 $181.67
2
P7.01.07 Mediclinics Waste Paper Bin 25L Ref No. PP0279CS in Satin Finish No. 1 $73.67 $73.67

P7.01.08 Mediclinics Waste Paper Bin 5L No. 2 $50.17 $100.33


$0.00
P7.01.09 Angle valves No. 6 $3.33 $20.00
$0.00
Bevel edged mirror, 450mm x 600mm x 6mm complete with domehead
P7.01.10 No. 2 $36.67 $73.33
screw fixings and back padding or similar and to approval complete.

KITCHEN

Stainless Steel Inset Kitchen Sink, Double Bowl/Double Drain as "Franke" Ref#
QLX622 complete with all matching accessories including but not limited to
P2.01.14 No. 1 $100.00 $100.00
40mm diameter waste assembly, franke bottle trap and extension pipe and
inclusive of all fixings.Equal or Approved.

Single Lever Sink Mixer tap of Chrome Finish with 360 swivel arm and
retractable handspray as "Hansgrohe Talis S Pillar" Ref# 32841 complete with
P2.01.15 No. 1 $93.33 $93.33
set of flexible connection hose pipes and angle valves or similar.Equal or
Approved.

TOTAL CARRIED FORWARD TO NEXT PAGE $2,219.07

209

209
ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

GUARDHOUSE

P2 COLD WATER DISTRIBUTION SYSTEM (PPR)

Supply, install, test and commission the cold water distribution system with
GF Hakan Faser Fiberglass Reinforced PN20 PPR piping and to the particular
r equirements of the site. Allow for all pipe fittings of same manufacturer as
required to complete the distribution system and all necessary fittings,
P2.01.00
elbows, tees sockets, reducers, valves and accessories and fixing required
for the satisfactory execution operation and completion of the work and
efficient operation of the cold water distribution system complete in all
respects.

Internal diameter 25mm GF Hakan Faser Fiberglass Reinforced PN20 PPR


P2.01.01 piping inclusive off all pipe fittings and accessories including but not limited Lm. 12 $1.32 $15.84
to elbows, adaptors, Tees and couplings.Equal or Approved.

P2.01.02 Ditto but 32mm diameter Lm. 33 $2.59 $85.36

Gate valve Pegler only


P2.01.06 32mm diameter gate valve No. 2 $25.83 $51.67

Check valve Pegler only


P2.01.11 32mm diameter check valves No. 2 $25.83 $51.67

TOTAL CARRIED FORWARD TO NEXT PAGE $204.53

210

210
ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P7 SOIL AND WASTE DRAINAGE SYSTEM (UPVC)

Supply, install, test and commission the installation in grey UPVC pipe work
for the internal above ground system, gold brown for the buried system all
complying with BS quality to the particular condition and requirements of the
site. Allow for all necessary fittings, fixings,elbow socket,branch,Y branch,
P7.03.00 eccentric reducer adaptors,rodding point, connectors and accessories
including external vent cowls, weathering aprons and all required brackets
for the satisfactory execution of the work and efficient operation of the
drainage system complete in all respects. All drainage pipe connections
and fitting with rubber seal.

P7.03.01 40Ø Grey UPVC for Guard House Floor Wet Area Drainage CIW. Lm. 5 $1.33 $6.67

P7.03.02 50Ø Grey UPVC for Guard House Floor Wet Area Drainage U/S. Lm. 6 $1.73 $10.40

P7.03.04 100Ø Grey UPVC for Guard House Floor Wet Area Drainage U/S. Lm. 15 $3.00 $45.00

P7.03.05 Floor drain 4-way sockets with stainless steel grill and trap No. 2 $3.73 $7.47

TOTAL CARRIED FORWARD TO COLLECTION PAGE $69.53

211

211
ITEM DESCRIPTIONS. AMOUNT IN USD.

GUARDHOUSE -SANITARYWARE, COLD WATER PIPING AND DRAINAGE PIPING


P7
COLLECTION

P7.01.00 GUARDHOUSE FLOOR ALL SANITARYWARE & EQUIPMENT $2,219.07

P7.02.00 GUARDHOUSE FLOOR HOT & COLD WATER DISTRIBUTION SYSTEM (PPR) $204.53

P7.03.00 GUARDHOUSE FLOOR SOIL AND WASTE DRAINAGE SYSTEM (UPVC) $69.53

TOTAL CARRIED FORWARD TO MAIN SUMMARY PAGE $2,493.13

212

212
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.


150
P8 LAND SCAPE WATER SUPPLY SYSTEM (PPR)

Supply, install, test and commission the hot water distribution system
with GF Hakan Faser Fiberglass Reinforced PN20 PPR piping and to the
particular requirements of the site. Allow for all pipe fittings of same
manufacturer as required to complete the distribution system and all
P8.01.00
necessary fittings, elbows, tees sockets, reducers, valves and
accessories and fixing required for the satisfactory execution
operation and completion of the work and efficient operation of the
hot water distribution system complete in all respects.

Internal diameter 25mm GF Hakan Faser Fiberglass Reinforced PN20


P8.01.01 PPR piping inclusive off all pipe fittings and accessories including but Lm. 45 $1.32 $59.40
not limited to elbows, adaptors, Tees and couplings.Equal or Approved.

P8.01.02 15mm pegula bibtap with hose union, ferrule guard and key No. 3 $16.67 $50.00
$0.00
Provide 100mm dia rod support anchored in Mass concrete base for
P8.01.03 Item 3 $333.33 $1,000.00
all the stand pipes

P8.01.04 Gate valve 25mm diameter Pegler only No. 3 $25.83 $77.50

TOTAL CARRIED FORWARD TO COLLECTION PAGE $1,186.90

Page 1 of 2 213

213
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. AMOUNT IN USD.

LANDSCAPE AND WATER FEATURE WATER SUPPLY AND EQUIPMENT


P8
COLLECTION PAGE

P8.01.00 LAND SCAPE WATER SUPPLY SYSTEM (PPR) $1,186.90

TOTAL CARRIED FORWARD TO MAIN SUMMARY PAGE $1,186.90

Page 2 of 2 214

214
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.


150
P9 EXTERNAL WATER RETICULATION SYSTEM (HDPE)

Supply, install, test and commission the cold water distribution system
with GF Hakan Faser Fiberglass Reinforced PN20 PPR piping and to
the particular requirements of the site. Allow for all pipe fittings of
same manufacturer as required to complete the distribution system
P9.01.00
and all necessary fittings, elbows, tees sockets, reducers, valves and
accessories and fixing required for the satisfactory execution
operation and completion of the work and efficient operation of the
cold water distribution system complete in all respects.

P9.01.01 Ditto but 40mm diameter for Council/Bowser Incoming supply. Lm. 45 $3.19 $143.40

P9.01.02 Ditto but 40mm diameter for Borehole Incoming supply. Lm. 40 $3.19 $127.47

P9.01.03 Ditto 40mm diameter Site supply. Lm. 120 $3.19 $382.40

Gate valve Pegler only


P9.01.04 40mm diameter gate valve No. 4 $31.00 $124.00

Check valve Pegler only


P9.01.05 40mm diameter check valves No. 2 $31.00 $62.00

40 mm diameter Delayed action float valve as Brass Float Valve


P9.01.06 No. 2 $31.00 $62.00
complete for fresh water tanks.

P9.01.07 40 mm Council water meter No. 1 $166.67 $166.67

P9.01.08 Allow for attendance to Council water meter No. 1 $333.33 $333.33

P9.01.09 Water bowser connection Coupling as shown on the drawings No. 1 $133.33 $133.33

To excavate and construct standard isolation valve chamber of


P9.01.10 internal size 300x 300 x 500mm deep complete with medium duty No. 1 $100.00 $100.00
Manhole cover.

SITE DRAINAGE
To excavate and construct standard man hole size 600x600mm and
approx. 750mm deep with 200mm thick wall and 200mm thick base of
concrete class N15. Man hole to be complete with 250mm thick
benching with drain channels and 15mm internal plaster, top
P9.01.11 No. 19 $133.33 $2,533.33
slab/screed, backfilling, carting away of surplus material and making
good. The Manhole to be Complete with Man hole cover and frame
of equivalent size of manhole, all in HEAVY DUTY cast iron with
greased air tight seal and recessed cover for concrete infill.

TOTAL CARRIED FORWARD TO COLLECTION PAGE $4,167.93

Page 1 of 3 215

215
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. UNIT QTY. RATE AMOUNT IN USD.

P9 EXTERNAL WORKS - WATER RETICULATION SYSTEM (PPR)

To excavate and Construct gulley trap chamber size 350x350x450mm


P9.01.12 deep in masonry walling, complete with a UPVC gully trap with drain No. 8 $100.00 $800.00
pipe, 50mm thick P.C.C cover with vent-hole.

Allow for excavation for external drainage and not exceeding


P9.01.13 Lm. 170 $1.33 $226.67
1500mm deep and connection to the septic tank and soak pit

P9.01.14 100Ø Golden Brown UPVC for external Sewer Reticulation Lm. 170 $3.00 $510.00

BOOSTER PUMP

Supply and install Submersible water transfer pumps from underground


concrete tank to water tanks on roof. Pump shall be as Pedrollo
P9.01.15 UPm8/4 capable of delivering 8M3/hr at 20M head. Pump supplied No. 1 $606.63 $606.63
complete with high and low level float switches for dry run
protection,Automatic Voltage regulator and control panel.

PRESSURIZING PUMP
Supply and install surface water transfer pumps from Roof water tanks
to sanitary fittings. Pump shall be as DAB Esy box mini capable of
P9.01.16 delivering 2M3/hr at 30M head. Pump supplied complete with high No. 2 $1,039.23 $2,078.47
and low level float switches for dry run protection,Automatic Voltage
regulator and control panel.

ROOF TANK SPECIFICATIONS

Supply and Install 5,000Ltrs Polyethylene Water Storage Tnks as


KENTANK or equal and aprroved..The tank shall be complete with:
-40mm
Diameter inlet pipe.
P9.01.17 -40mm Diameter PPR outlet pipe Item 6 $500.00 $3,000.00

mm Diameter overflow pipe


-32mm Diameter drain outlet
connections and a medium pressure valve /Ball Valve

Bulk Concrete Underground Water storage tank Accessories


Allow for Hot dipped galvanised Puddle flanges for Concrete
underground bulk storage tank for Electrodes, inlet,
P9.01.18 Item 1 $3,333.33 $3,333.33
outlet,oveflow,vent and drain as shown and indicated on the
drawings.

TOTAL CARRIED FORWARD TO COLLECTION PAGE $10,555.10

Page 2 of 3 216

216
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. AMOUNT IN USD.

GUARDHOUSE -SANITARYWARE, COLD WATER PIPING AND DRAINAGE


P9
PIPING COLLECTION

P9.01.00 EXTERNAL WATER RETICULATION SYSTEM (HDPE) $4,167.93

P9.02.00 EXTERNAL WORKS - WATER RETICULATION SYSTEM (PPR) $10,555.10

TOTAL CARRIED FORWARD TO MAIN SUMMARY PAGE $14,723.03

Page 3 of 3 217

217
Plumbing, Drainage and FireFighting

PROPSED 2 NUMBER MINISTRY BUILDING IN BAY REGION, BAIDOA, SOMALIA

ITEM DESCRIPTIONS. 150 AMOUNT IN USD.

SUMMARY PAGE

MINISTRY OF JUSTICE GROUND FLOOR SANITARYWARE, COLD WATER PIPING


P1 $5,652.35
AND DRAINAGE PIPING

MINISTRY OF JUSTICE 1st FLOOR SANITARYWARE, COLD WATER PIPING AND


P2 $5,507.52
DRAINAGE PIPING

P3 MINISTRY OF JUSTICE RAIN WATER DRAINAGE SYSTEM $186.00

MINISTRY OF INTERNAL SECURITY GROUND FLOOR SANITARYWARE, COLD


P4 $3,932.49
WATER PIPING AND DRAINAGE PIPING

MINISTRY OF INTERNAL SECURITY 1st FLOOR SANITARYWARE, COLD WATER


P5 $5,907.34
PIPING AND DRAINAGE PIPING

P6 MINISTRY OF INTERNAL SECURITY RAIN WATER DRAINAGE SYSTEM $222.00

P7 GUARDHOUSE SANITARYWARE, COLD WATER PIPING AND DRAINAGE PIPING $2,493.13

P8 LANDSCAPE AND WATER FEATURE WATER SUPPLY AND EQUIPMENT $1,186.90

P9 EXTERNAL WATER RETICULATION SYSTEM (HDPE) $10,555.10

TOTAL CARRIED TO SUMMARY PAGE $35,642.83

Page 1 of 3 218

218
Plumbing, Drainage and FireFighting

ITEM DESCRIPTIONS. AMOUNT IN USD.

MAIN SUMMARY

Brought Forward $35,642.83

Sub-Total 1 $35,642.83

Sub-Total 2 $35,642.83

Provisional Sum
Provide the following provisional sum for joinery and fittings (wardrobs,
1 $10,000.00
showerscreen and kitchen)

2 Water Connection and metering $3,333.33

Connection of 12000 BTU Acs complete with their cabling system and fittings
3 to all the ministry rooms (1 for each office and 2 for each meeting room and $13,333.33
ministers office) type of should be LG or equel approved by the supervising

Provide the following provisional sum for underground water tank 50,000
4 $10,000.00
liters. the work shall be done as per the design and detailes provided.

Provide the following provisional sum for septic tanks (type B) the work shall
5 $5,000.00
be done as per the design and detailes provided.

Construct fabricated 3 steel towers in 100mm thick main post stands and
75mm thick steel bracing, 6 meters high with 2mm steel plate watch shade
6 and ladder as per Engineer's instruction and specifications ; in $1,666.67
600x600x600mm deep mass concrete footing and all necessary fittings as
per detailed in the design.

Sub Total 3-Provisional sums $43,333.33

TOTAL CARRIED FORWARD TO FORM OF TENDER. $78,976.17

SIGNATURE OF THE SUB-CONTRACTOR SIGNATURE OF THE MAIN CONTRACTOR

NAME ………N/A…………. NAME … SOMTECH ENGINEERING AND


CONSTRUCTION COMPANY ….

ADDRESS ………N/A…………. ADDRESS...... TGL COMPOUND, ADEN ADDE


INTERNATIONAL AIRPORT MOGADISHU, SOMALI

DATE …………N/A……………. DATE ……15TH JANUARY, 2024…….

Page 2 of 3 219

219
#REF!

PROPOSED TWO NUMBER MINISTRY BUILDING IN BAIDOA - SOUTHWEST


STATE, SOMALIA

BILL OF QUANTITIES

December-23

www.premiumengineering.so

Project Management I Quantity Surveying I Claims consultancy I Contract Management

221

220
PROPOSED TWO NUMBER MINISTRY BUILDING IN BAIDOA - SOUTHWEST
STATE, SOMALIA

SECTION NO.

GRAND SUMMARY

222

221
PROPOSED TWO NUMBER MINISTRY BUILDING IN BAIDOA - SOUTHWEST STATE - SOMALIA

ITEM DESCRIPTIONS. AMOUNT IN USD.

1 MINISTRY OF JUSTICE BUILDING $168,288.34

2 MINISTRY OF INTERNAL SECURITY BUILDING $170,441.07

3 GATEHOUSE, KITCHEN AND EXTERNAL WORKS $123,169.54

4 ELECTRICAL WORKS $183,449.10

5 MECHANICAL WORKS $78,976.17

Total For Project to Form Of Tender $724,324.21

223

222
1. BID BOND

224

223
225

224
226

225
2. CERTIFICATE OF REGISTRATION

227

226
228

227
3. TAX COMPLIANCE CERTIFICATE

229

228
230

229
4. CERTIFICATE AND LICENSES
 Government Registration from Ministry
of Public Works SWS
 Clearance Letter/ Certificate from
Ministry of Internal Security SWS
 Valid Commercial License

231

230
232

231
233

232
234

233
5. PAST SPECIFIC EXPERIENCES

235

234
Project name & Country Client & Reference Contract Period of Types of activities undertaken and
of Assignment Contact Details Value activity role (Contractor, sub-contractor or
and status consortium member)

PROPOSED MOHAMED ALI US$ 6 MONTHS BUILDING WORKS


CONSTRUCTION NUR 420,000.00
G+6 APARTMENT IN
MOGADISHU MOGADISHU,
SOMALI
SOMALI
+252 616468880
Nabad1012@gmail.
com

PROPOSED KUMLIYE US$ 10 BUILDING WORKS


CONSTRUCTION GENERAL 1,200,000.00 MONTHS
G+8 APARTMENT IN SERVICES
MOGADISHU LIMITED
SOMALI
MOGADISHU,
SOMALIA
+252 61541185
admin@kgsl.so

CONSTRUCTION OF GOLDEN RELIEF US$ 19 BUILDING WORKS


2 HARD WALL ESOURCES 1,049,566.60 MONTHS
BUILDING AT PHASE
5 BLOCK C TGL COMPOUND
+918287884409
arun@grrgl.com

CONSTRUCTION OF ISMAEL SIYAD US$ 11 BUILDING WORKS


AIRPORT VILLA (4 700,000.00 MONTHS
G+2 VILLAS) MOGADISHU,
SOMALI
LOCATED IN
+252 615540100
MOGADISHU,
goonni2002@yahoo.
SOMALIA
co.uk

CONSTRUCTION OF UNOPS US$ 12 BUILDING WORKS


MARITIME POLICE 1,049,518.00 MONTHS
INIT HQ IN MOGADISHU,
SOMALI
MOGADISHU,
+252 612852004
SOMALIA
AbdulhameedN@un
ops.org

236

235
237

236
238

237
239

238
240

239
241

240
242

241
243

242
244

243
245

244
246

245
247

246
248

247
249

248
250

249
251

250
252

251
253

252
254

253
255

254
256

255
257

256
258

257
259

258
260

259
261

260
262

261
263

262
264

263
265

264
266

265
267

266
268

267
269

268
270

269
271

270
272

271
273

272
274

273
6. KEY PERSONNEL
 Project Manager- Barbage Monyenye
Ntabo
 Electrical Engineer- Ahmed Shee
Mukhtar
 Site Engineer- Francis Ngunjiri Kunina
 Foreman- Justus M. Okinyi
 Admin Staff- Oscar Githinji Nganga

275

274
Number
Years of
No Position of Employed
experience
persons
Project engineer – bachelor’s degree in civil Permanently
1 1 13 YEARS
engineering employed

Electrical engineer – bachelor’s degree in Permanently


2 1 13 YEARS
electrical engineering employed

Site Engineer -to have bachelor’s degree in civil Permanently


3 1 20 YEARS
engineering employed

Foreman - to have Diploma in Building and Permanently


construction or have minimum of 10 years of 1 10 YEARS employed
experience -

Admin Staff- to have bachelor’s degree in Permanently


4 1 10 YEARS
business management or related course employed

276

275
Name of Tenderer: SOMTECH ENGINEERING & CONSTRUCTION COMPANY

Position : PROJECT ENGINEER

Personnel information Name Date of birth


BARBAGE MONYENYE 19th March 1977
NTABO
Address E-mail
P .O. BOX 73859-00200 NRB barbagentabo@gmail.com
Professional qualification
AUTOCAD CIVIL 3D TRAINING COURSE

Academic qualification
BSC IN CIVIL ENGINEERING

Language
ENGLISH, SWAHILI

Details
Address of procuring entity
TGL COMPOUND, ADEN ADDE INTERNATIONAL AIRPORT, MOGADISHU,
SOMALIA
Telephone Contact (manager/personnel officer)
+252669998801 OSMAN AHMED ALI

Fax
NONE

Job title Years with present procuring entity


DIRECTOR 17 YEARS

277

276
Project Role Duration of Relevant experience
involvement

CONSTRUCTION OF MARITIME PROJECT 12 MONTHS MANAGEMENT OF THE PROJECT


POLICE INIT HQ IN MOGADISHU, ENGINEER GIVES DAY TO DAY ACTIVITIES
SOMALIA HANDLE RECORDS
ENSURE SAFETY FOR THE STAFF
PROPOSED CONSTRUCTION G+6 PROJECT 7 MONTHS INSPECTION
APARTMENT IN MOGADISHU ENGINEER PREPARES PROJECT
SOMALI PLANS/SCHEDULE
MEASUREMENTS
RECEIVE MATERIAL AND
EQUIPMENT IN THE SITE
PROPOSED CONSTRUCTION G+8 PROJECT 7 MONTH ENSURE SAFETY OF STAFF
APARTMENT IN MOGADISHU ENGINEER HEADS SITE MEETINGS
SOMALI TRAINS NEW STAFF
ENSURE SAFETY
INSPECTION
CONSTRUCTION OF SIX STORIED PROJECT 8 MONTHS KEEPS RECORDS
BUILDING AT PALM BUSINESS PARK, ENGINEER OVERSEES ALL SITE ACTIVITIES
ADEN ABDULLE INTERNATIONAL SURVEY WORKS
AIRPORT, MOGADISHU , SOMALIA PREPARE PAYMENT CERTIFICATES
Declaration

I, the undersigned BARBAGE MONYENYE NTABO, certify that to the lowest of my knowledge and belief, the information
contained in this Form PER-2 correctly describes my qualification, my experience and myself.

I, confirm that I am available as certified in the following table and throughout the expected time schedule for this position as
provided in the Tender:

Commitment Details

Commitment to duration of contract AVAILABLE UNTIL END OF CONTRACT

Time commitment AVAILABLE UNTIL END OF CONTRACT

I understand that any misrepresentation or omission in this Form may:

a. Be taken into consideration during Bid evaluation;


b. my disqualification from participating in the Bid;
c. my dismissal from the contract.

Name of Key Personnel: BARBAGE MONYENYE NTABO

Signature:_____________________ ______________________________________________

Date(day month year)_____15TH JANUARY 2024________

Countersignature of authorized representative of the Bidder:

Signature:___________________ _________________________________________________

Date(day month year)_________ 15TH JANUARY 2024________________

278

277
279

278
280

279
Name of Tenderer: SOMTECH ENGINEERING & CONSTRUCTION COMPANY

Position : ELECTRICAL ENGINEER

Personnel information Name Date of birth


AHMED SHEE MUKHTAR 05TH FEB 1978

Address E-mail
P .O. BOX 47071-00100 NRB amukhtar98@gmail.com
Professional qualification
ENERGY MANAGEMENT

Academic qualification
BSC IN ELECTRICAL AND COMMUNICATION ENGINEERING

Language
ENGLISH, SWAHILI

Details
Address of procuring entity
TGL COMPOUND, ADEN ADDE INTERNATIONAL AIRPORT, MOGADISHU, SOMALIA

Telephone Contact (manager/personnel officer)


+252669998801 OSMAN AHMED ALI

Fax
NONE

Job title Years with present procuring entity


DIRECTOR 17 YEARS

281

280
Project Role Duration of Relevant experience
involvement

CONSTRUCTION OF MARITIME ELECTRICAL 8 MONTHS REVIEW OF ELECTRICAL DESIGNS


POLICE INIT HQ IN MOGADISHU, ENGINEER AND DRAWINGS
SOMALIA SUPERVISION OF ALL
INSTALLATION
PREPARE MATERIAL FOR FIELD
SITES
ENSURE SAFETY OF STAFF
PROPOSED CONSTRUCTION G+6 ELECTRICAL 10 INSTALLATION WORKS
APARTMENT IN MOGADISHU ENGINEER MONTHS MANAGE ENGINEERING PROJECTS
SOMALI AND DELIVER THEM ON TIME
PERFORM QUALITY AND
PERFORMANCE ANALYSIS
DESIGN, CONTROL AND IMPLEMENT
SYSTEMS
PROPOSED CONSTRUCTION G+8 ELECTRICAL 5 MONTH SUPERVISION
APARTMENT IN MOGADISHU ENGINEER KEEP RECORDS
SOMALI ENSURE INSTALLATION IS DONE
CORRECTLY
ENSURE SAFETY OF NEW STAFF
CONSTRUCTION OF SIX STORIED ELECTRICAL 8 MONTHS REPORT PROGRESS TO SENIOR
BUILDING AT PALM BUSINESS ENGINEER MANAGERS
PARK, ADEN ABDULLE HANDLE EQUIPMENT FOR WORK
INTERNATIONAL AIRPORT, HANDLES INSTALLATION
MOGADISHU , SOMALIA SUMMARIZE DATA AND REPORT ON
TEST RESULTS
ENSURE SAFETY OF NEW STAFF
Declaration

I, the undersigned AHMED SHEE MUKHTAR , certify that to the best of my knowledge and belief, the information contained in
this Form PER-2 correctly describes myself, my qualification and my experience.

I, confirm that I am available as certified in the following table and throughout the expected time schedule for this position as
provided in the Tender:

Commitment Details

Commitment to duration of contract AVAILABLE UNTIL END OF CONTRACT

Time commitment AVAILABLE UNTIL END OF CONTRACT

I understand that any misrepresentation or omission in this Form may:

a. Be taken into consideration during Bid evaluation;


b. my disqualification from participating in the Bid;
c. my dismissal from the contract.

Name of Key Personnel: AHMED SHEE MUKHTAR

Signature:________________________ ___________________________________________

Date(day month year)__________ 15TH JANUARY 2024_____________________________

Countersignature of authorized representative of the Bidder:

Signature:____________________________ ________________________________________

Date(day month year)_________ 15TH JANUARY 2024___________________

282

281
283

282
Name of Tenderer: SOMTECH ENGINEERING & CONSTRUCTION COMPANY

Position : SITE ENGINEER

Personnel Name Date of birth


information FRANCIS NGUNJIRI 20TH DEC 1977
KUNINA
Address E-mail
P .O. BOX PRIVATE BAG Ngunjirif@gmail.com
Professional qualification
AUTOCAD

Academic qualification
BSC IN CIVIL ENGINEERING
Language
ENGLISH, SWAHILI

Details
Address of procuring entity
TGL COMPOUND, ADEN ADDE INTERNATIONAL AIRPORT, MOGADISHU, SOMALIA

Telephone Contact (manager/personnel officer)


+252669998801 OSMAN AHMED ALI

Fax
NONE

Job title Years with present procuring entity


DIRECTOR 17 YEARS

284

283
Project Role Duration of Relevant experience
involvement

CONSTRUCTION OF MARITIME SITE 8 MONTHS LEADS AND TRAIN ASSIGNED


POLICE INIT HQ IN MOGADISHU, ENGINEER STAFF
SOMALIA PREPARE TECHNICAL REPORTS
AND CONDUCT PRESENTATION
PRPEARE INTERNAL GUIDELINES
PERFORM OTHER RELATED
ENVIRONMNETAL DUTIES
PROPOSED CONSTRUCTION G+6 SITE 5 MONTHS INSPECTION
APARTMENT IN MOGADISHU ENGINEER SOLVE ENVIRONMENTAL
SOMALI PROBLEMS
PROJECT MANAGEMENT
IMPLEMENT SPILL PREVENTATION
SUBMIT PAYMENT REQUEST AND
ALL CHANGES
PROPOSED CONSTRUCTION G+8 SITE 5 MONTH KEEP RECORDS
APARTMENT IN MOGADISHU ENGINEER PREPARE CLEAR AND DETAILED
SOMALI WRITTEN REPORTS
PERFORM RESEARCH AND REPORT
OF FINDINGS
CONSTRUCTION OF SIX STORIED SITE 5 MONTHS DEVELOP AND RECOMMEND
BUILDING AT PALM BUSINESS ENGINEER SOLUTIONS
PARK, ADEN ABDULLE OVERSEE FIELD EXAMINATION
INTERNATIONAL AIRPORT, MAINTAIN MANAGEMENT
MOGADISHU , SOMALIA INFORMATION SYSTEMS
COLLECT AND ANALYZE TEST
SAMPLES
INSPECTION OF PROJECTS
Declaration

I, the undersigned FRANCIS NGUNJIRI KUNINA , certify that to the best of my knowledge and belief, the information
contained in this Form PER-2 correctly describes myself, my qualification and my experience.

I, confirm that I am available as certified in the following table and throughout the expected time schedule for this position as
provided in the Tender:

Commitment Details

Commitment to duration of contract AVAILABLE UNTIL END OF CONTRACT

Time commitment AVAILABLE UNTIL END OF CONTRACT

I understand that any misrepresentation or omission in this Form may:

d. Be taken into consideration during Bid evaluation;


e. my disqualification from participating in the Bid;
f. my dismissal from the contract.

Name of Key Personnel: FRANCIS NGUNJIRI KUNINA

Signature:________________ ___________________________________________________

Date(day month year)_____________ 15TH JANUARY 2024_________________

Countersignature of authorized representative of the Bidder:

Signature:____________________ ________________________________________________

Date(day month year)______________ 15TH JANUARY 2024_________________

285

284
286

285
Name of Tenderer: SOMTECH ENGINEERING & CONSTRUCTION COMPANY

Position : FOREMAN

Personnel information Name Date of birth


JUSTUS M OKINYI 3RD APRIL 1989

Address E-mail
P .O. BOX 73859-00200 NRB justomoyakx@gmail.com
Professional qualification
AUTOCAD

Academic qualification
DIPLOM IN CIVIL ENGINEERING

Language
ENGLISH, SWAHILI

Details
Address of procuring entity
TGL COMPOUND, ADEN ADDE INTERNATIONAL AIRPORT, MOGADISHU, SOMALIA

Telephone Contact (manager/personnel officer)


+252669998801 OSMAN AHMED ALI

Fax
NONE

Job title Years with present procuring entity


DIRECTOR 17 YEARS

287

286
Project Role Duration of Relevant experience
involvement

CONSTRUCTION OF MARITIME FOREMAN 9 MONTHS MAKE ON SITE INSPECTION


POLICE INIT HQ IN MOGADISHU, REVIEW CONTRACTORS SAFETY
SOMALIA PROGRAMS
CONDUCT SAFETY TRAININGS
MONITOR SITE COMPLIANCE
PROPOSED CONSTRUCTION G+6 FOREMAN 7 MONTHS KEEP RECORDS
APARTMENT IN MOGADISHU HANDLE RESEARCH
SOMALI INVESTIGATE ACCIDENTS AND
INCIDENTS
PLAN AND IMPLEMENT WHS
POLICIES
PROPOSED CONSTRUCTION G+8 FOREMAN 6 MONTH KEEP RECORDS
APARTMENT IN MOGADISHU ENSURE SAFETY OF STAFF
SOMALI MAKE ON SITE INSPECTIONS
PLAN AND PIMPLEMENT WHS
POLICIES AND PROGRAMMES
CONSTRUCTION OF SIX STORIED FOREMAN 8 MONTHS ORGANISE HEALTH AND SAFETY
BUILDING AT PALM BUSINESS TRAINING
PARK, ADEN ABDULLE MAKE ON SITE INSPECTION
INTERNATIONAL AIRPORT, REVIEW CONTRACTORS SAFETY
MOGADISHU , SOMALIA PROGRAMS
CONDUCT SAFETY TRAININGS
MONITOR SITE COMPLIANCE
Declaration

I, the undersigned JUSTUS M OKINYI, certify that to the best of my knowledge and belief, the information contained in this
Form PER-2 correctly describes myself, my qualification and my experience.

I, confirm that I am available as certified in the following table and throughout the expected time schedule for this position as
provided in the Tender:

Commitment Details

Commitment to duration of contract AVAILABLE UNTIL END OF CONTRACT

Time commitment AVAILABLE UNTIL END OF CONTRACT

I understand that any misrepresentation or omission in this Form may:

g. Be taken into consideration during Bid evaluation;


h. my disqualification from participating in the Bid;
i. my dismissal from the contract.

Name of Key Personnel: JUSTUS M OKINYI


Signature:___________________________________________________________________

Date(day month year)_____________ 15TH JANUARY 2024__________________

Countersignature of authorized representative of the Bidder:

Signature:___________________________ _________________________________________

Date(day month year)_______________ 15TH JANUARY 2024_________

288

287
289

288
Name of Tenderer: SOMTECH ENGINEERING & CONSTRUCTION COMPANY

Position : ADMIN STAFF

Personnel Name Date of birth


information OSCAR GITHINJI 14TH DEC 1989
NGANGA
Address E-mail
P .O. BOX 23-80100 NRB Oscarng20@gmail.com
Professional qualification
BUSINESS MANAGEMENT

Academic qualification
MASTER OF BUSINESS ADMINISTRATION

Language
ENGLISH, SWAHILI

Details
Address of procuring entity
TGL COMPOUND, ADEN ADDE INTERNATIONAL AIRPORT, MOGADISHU, SOMALIA

Telephone Contact (manager/personnel officer)


+252669998801 OSMAN AHMED ALI

Fax
NONE

Job title Years with present procuring entity


DIRECTOR 17 YEARS

290

289
Project Role Duration of Relevant experience
involvement

CONSTRUCTION OF MARITIME ADMIN STAFF 9 MONTHS HANDLE RECORDS


POLICE INIT HQ IN MOGADISHU, DEVELOP AND MAINTAIN FILLING
SOMALIA SYSTEMS
MAINTAIN CONTACT LIST
PLAN MEETINGS
PROPOSED CONSTRUCTION G+6 ADMIN STAFF 7 MONTHS KEEP RECORDS
APARTMENT IN MOGADISHU HANDLE RESEARCH
SOMALI WRITE MINUTES IN MEETINGS
PROVIDE GENERAL SUPPORT
GIVE PROGRESS OF WORK DONE
PROPOSED CONSTRUCTION G+8 ADMIN STAFF 6 MONTH KEEP RECORDS
APARTMENT IN MOGADISHU ENSURE SAFETY OF STAFF
SOMALI HANDLE INSPECTION
WRITE RESULTS AND REPORTS TO
PROJECT MANAGER
CONSTRUCTION OF SIX STORIED ADMIN STAFF 8 MONTHS ENSURE PROJECT IS FOLLOWED AS
BUILDING AT PALM BUSINESS REQUIRED
PARK, ADEN ABDULLE ENSURE SAFETY OF NEW STAFF
INTERNATIONAL AIRPORT, PARTICIPATE IN FIELD MEETINGS
MOGADISHU , SOMALIA PLANS FOR SITE MEETS
HANDLE DOCUMENTATION
Declaration

I, the undersigned OSCAR GITHINJI NGANGA, certify that to the best of my knowledge and belief, the information contained
in this Form PER-2 correctly describes myself, my qualification and my experience.

I, confirm that I am available as certified in the following table and throughout the expected time schedule for this position as
provided in the Tender:

Commitment Details

Commitment to duration of contract AVAILABLE UNTIL END OF CONTRACT

Time commitment AVAILABLE UNTIL END OF CONTRACT

I understand that any misrepresentation or omission in this Form may:

j. Be taken into consideration during Bid evaluation;


k. my disqualification from participating in the Bid;
l. my dismissal from the contract.

Name of Key Personnel: OSCAR GITHINJI NGANGA

Signature:__________________ _________________________________________________

Date(day month year)____________ 15TH JANUARY 2024_______________

Countersignature of authorized representative of the Bidder:

Signature:____________________________________________________________________

Date(day month year)_______________ 15TH JANUARY 2024___________________

291

290
292

291
7. PLANTS AND EQUIPMENT
 LEASED EQUIPMENT

293

292
294

293
295

294
QUALIFICATION FORMS
fdf

FORM EQU: EQUIPMENT


The Tenderer shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification
Criteria.A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Tenderer.
Item of equipment- EXCAVATOR

Equipment Name of manufacturer- HYUNDAI Model and power rating- C8 3-


information C,85KW

Capacity- 1.44M3 Year of manufacture- 2015

Current status Current location- KISMAYO

Details of current commitments-AVAILABLE

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured
Omit the following information for equipment owned by the Tenderer.

Owner Name of owner- KULMIYE GENERAL SERVICES LTD

Address of owner-SEAPORT ROAD, OPPOSITE MADINA HOTEL KISMAYO,


SOMALIA

Telephone-+252 770476975 Contact name and title-ISMAIL


BAINAH BARE-DIRECTOR
Fax- Telex- N/A

Agreements Details of rental / lease / manufacture agreements specific to the project

1 YEAR LEASE AGREEMENT

296

295
297

296
QUALIFICATION FORMS
fdf

FORM EQU: EQUIPMENT


The Tenderer shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification
Criteria.A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Tenderer.
Item of equipment- LOADER

Equipment Name of manufacturer- LTMG Model and power rating- 75KW


information

Capacity- 16T Year of manufacture- 2019

Current status Current location- KISMAYO

Details of current commitments-AVAILABLE

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured
Omit the following information for equipment owned by the Tenderer.

Owner Name of owner- KULMIYE GENERAL SERVICES LTD

Address of owner-SEAPORT ROAD, OPPOSITE MADINA HOTEL KISMAYO,


SOMALIA

Telephone-+252 770476975 Contact name and title-ISMAIL


BAINAH BARE-DIRECTOR
Fax- Telex- N/A

Agreements Details of rental / lease / manufacture agreements specific to the project

1 YEAR LEASE AGREEMENT

298

297
299

298
QUALIFICATION FORMS
fdf

FORM EQU: EQUIPMENT


The Tenderer shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification
Criteria.A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Tenderer.
Item of equipment- TIPPER TRUCK (LOAD CAPACITY 10T) (2)

Equipment Name of manufacturer- HOWO Model and power rating- 336HP


information

Capacity- 10T Year of manufacture- 2019

Current status Current location- KISMAYO

Details of current commitments-AVAILABLE

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured
Omit the following information for equipment owned by the Tenderer.

Owner Name of owner- KULMIYE GENERAL SERVICES LTD

Address of owner-SEAPORT ROAD, OPPOSITE MADINA HOTEL KISMAYO,


SOMALIA

Telephone-+252 770476975 Contact name and title-ISMAIL


BAINAH BARE-DIRECTOR
Fax- Telex- N/A

Agreements Details of rental / lease / manufacture agreements specific to the project

1 YEAR LEASE AGREEMENT

300

299
301

300
QUALIFICATION FORMS
fdf

FORM EQU: EQUIPMENT


The Tenderer shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification
Criteria.A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Tenderer.
Item of equipment- CONCRETE MIXER

Equipment Name of manufacturer- HOWO Model and power rating- 213KW


information

Capacity- 12M3 Year of manufacture- 2019

Current status Current location- KISMAYO

Details of current commitments-AVAILABLE

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured
Omit the following information for equipment owned by the Tenderer.

Owner Name of owner- KULMIYE GENERAL SERVICES LTD

Address of owner-SEAPORT ROAD, OPPOSITE MADINA HOTEL KISMAYO,


SOMALIA

Telephone-+252 770476975 Contact name and title-ISMAIL


BAINAH BARE-DIRECTOR
Fax- Telex- N/A

Agreements Details of rental / lease / manufacture agreements specific to the project

1 YEAR LEASE AGREEMENT

302

301
303

302
QUALIFICATION FORMS
fdf

FORM EQU: EQUIPMENT


The Tenderer shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification
Criteria.A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Tenderer.
Item of equipment- COMPACTED ROLLER

Equipment Name of manufacturer- CAT Model and power rating- 132KW


information

Capacity- 30T Year of manufacture- 2009

Current status Current location- KISMAYO

Details of current commitments-AVAILABLE

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured
Omit the following information for equipment owned by the Tenderer.

Owner Name of owner-MINISTRY OF ROADS AND TRANSPORT. STATE DEPT OF


ROADS
Address of owner-SEAPORT ROAD, OPPOSITE MADINA HOTEL KISMAYO,
SOMALIA

Telephone-+252 770476975 Contact name and title-ISMAIL


BAINAH BARE-DIRECTOR
Fax- Telex- N/A

Agreements Details of rental / lease / manufacture agreements specific to the project

1 YEAR LEASE AGREEMENT

304

303
305

304
8. PLANTS AND EQUIPMENT
 OWNED EQUIPMENT

306

305
307

306
QUALIFICATION FORMS
fdf

FORM EQU: EQUIPMENT


The Tenderer shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification
Criteria.A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Tenderer.
Item of equipment- CONCRETE MIXER

Equipment Name of manufacturer- TURNER Model and power rating- 5.5HP


information MORRIS

Capacity- 400L Year of manufacture- 2009

Current status Current location- SOMALIA

Details of current commitments-AVAILABLE

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured
Omit the following information for equipment owned by the Tenderer.

Owner Name of owner-

Address of owner-

Telephone- Contact name and title-

Fax- Telex-

Agreements Details of rental / lease / manufacture agreements specific to the project

308

307
QUALIFICATION FORMS
fdf

FORM EQU: EQUIPMENT


The Tenderer shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification
Criteria.A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Tenderer.
Item of equipment- COMPACTOR

Equipment Name of manufacturer- MIKASA Model and power rating- 2.4KW


information

Capacity- 8.5L Year of manufacture- 2015

Current status Current location- SOMALIA

Details of current commitments-AVAILABLE

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured
Omit the following information for equipment owned by the Tenderer.

Owner Name of owner-

Address of owner-

Telephone- Contact name and title-

Fax- Telex-

Agreements Details of rental / lease / manufacture agreements specific to the project

309

308
QUALIFICATION FORMS
fdf

FORM EQU: EQUIPMENT


The Tenderer shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification
Criteria.A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Tenderer.
Item of equipment- VIBRATOR FOR PLACING CONCRETE (4)

Equipment Name of manufacturer- HONDA Model and power rating-


information

Capacity- Year of manufacture- 2010

Current status Current location- SOMALIA

Details of current commitments-AVAILABLE

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured
Omit the following information for equipment owned by the Tenderer.

Owner Name of owner-

Address of owner-

Telephone- Contact name and title-

Fax- Telex-

Agreements Details of rental / lease / manufacture agreements specific to the project

310

309
QUALIFICATION FORMS
fdf

FORM EQU: EQUIPMENT


The Tenderer shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification
Criteria.A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Tenderer.
Item of equipment- CUTTING MACHINES (2)

Equipment Name of manufacturer- BOSCH Model and power rating- 120V


information

Capacity- 29KG Year of manufacture- 2011

Current status Current location- KISMAYO

Details of current commitments-AVAILABLE

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured
Omit the following information for equipment owned by the Tenderer.

Owner Name of owner-

Address of owner-

Telephone- Contact name and title-

Fax- Telex-

Agreements Details of rental / lease / manufacture agreements specific to the project

311

310
QUALIFICATION FORMS
fdf

FORM EQU: EQUIPMENT


The Tenderer shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification
Criteria.A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Tenderer.
Item of equipment- MACHINE FOR MAKING BLOCKS (2)

Equipment Name of manufacturer- IMPEX Model and power rating-5HP


information

Capacity- 1750KG Year of manufacture- 2018

Current status Current location- KISMAYO

Details of current commitments-AVAILABLE

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured
Omit the following information for equipment owned by the Tenderer.

Owner Name of owner-

Address of owner-

Telephone- Contact name and title-

Fax- Telex-

Agreements Details of rental / lease / manufacture agreements specific to the project

312

311
QUALIFICATION FORMS
fdf

FORM EQU: EQUIPMENT


The Tenderer shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification
Criteria.A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Tenderer.
Item of equipment- FCADE SCAFFOLDING

Equipment Name of manufacturer- RINGLOCK Model and power rating-


information

Capacity- 200KG/M2 Year of manufacture- 2008

Current status Current location- KISMAYO

Details of current commitments-AVAILABLE

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured
Omit the following information for equipment owned by the Tenderer.

Owner Name of owner-

Address of owner-

Telephone- Contact name and title-

Fax- Telex-

Agreements Details of rental / lease / manufacture agreements specific to the project

313

312
9. AUDITED ACCOUNTS
 Accounts 2022
 Accounts 2021
Accounts 2020

314

313
315

314
316

315
317

316
318

317
319

318
320

319
321

320
322

321
323

322
324

323
325

324
326

325
327

326
328

327
329

328
330

329
331

330
332

331
333

332
334

333
335

334
336

335
337

336
338

337
339

338
340

339
341

340
342

341
343

342
344

343
345

344
346

345
347

346
348

347
349

348
350

349
351

350
352

351
353

352
354

353
355

354
356

355
357

356
358

357
359

358
10. BANK REFERNCE LETTER

360

359

You might also like