Kiribati Education Facility (KEF)

Transcription

Kiribati Education Facility (KEF)
Kiribati Education
Improvement Program (KEIP)
REQUEST FOR TENDER:
Supply and Delivery of Building Materials to
Kiribati (Tem’anoku Primary School)
May 2016
Part A
Instructions to Tenderers
Priority Area 1 – Facilities Improvement
Kiribati Education Improvement Program (KEIP III)
Part A: Instructions to Tenderers
1
General
1.1
Background
The Kiribati Education Improvement Program Phase III (KEIP III) is seeking tenders for supply and delivery
of building materials, tools and equipment for the upgrading of primary schools in Kiribati. Tenders are
invited from Suppliers to provide a broad range of building materials throughout KEIP III including but not
limited to fencing products, cement, steel reinforcing, timber products, steel roofing and accessories, plumbing
and electrical products, door and window hardware, anchors and fixings, paint products, etc. Goods will have
the durability to withstand heavy wear and the extreme marine environment. Suppliers with the necessary
procurement and logistical experience in the Region are now invited to tender for Supply & Delivery of
Building Materials to Kiribati. This is a direct non – formal invitation for quotes under Commonwealth
Procurement Rules (July 2014).
South Tarawa
Location Map – South Tarawa
1.2
Typical new timber ‘kitset’ classrooms
Scope of Services
Refer Part C – Scope of Services.
1.3
Terms of Payment:
Generally, the Supplier will provide itemised invoices at the following stages:



50% of each shipment on ordering of materials;
25% of total contract sum on water delivery and upon production of shipping documents (i.e. Bill of
Lading, Insurance Certificate, etc.);
25% on satisfactory inspection and clearance of materials at Betio Port;
Payment are to be made in AUD within 30 days of invoice.
Shipping will be reimbursed at cost. Marine Cargo Transit Insurance will be reimbursed as a percentage of the
total cost of each shipment. Payment will be made in the Supplier’s nominated (tendered) currency within 30
days of invoice.
Supply & Delivery of Building Materials to Kiribati (Tem’anoku Primary School)
Part A - Instructions to Tenderers
1
Kiribati Education Improvement Program (KEIP III)
Priority Area 1 – Facilities Improvement
Refer Part D – Conditions of Contract (draft) for further detail.
1.4
Conditions of Contract
Any Contract resulting from this Tender process is subject to the negotiation of a mutually acceptable
Contract based on the draft Contract attached at Part C of this RFT. This draft Contract will be tailored to meet
the specific requirements of the offer for Supply & Delivery of Building Materials to Kiribati.
2
Tender Documents
2.1
Cost of Tendering
The Tenderer shall bear all costs associated with the preparation and submission of its Tender and the
Employer will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the
tendering process.
2.2
Issue of Tender Documents
Tenderers are supplied with electronic copies of the Tender Documents only.
Electronic files are issued as follows: All Tender Documents in PDF format (locked)
 Tender Forms T1, T2, T3, T4 and F1 in MS Word Format (for electronic completion by Tenderer)
 Itemised Pricing Schedule in MS Excel format (for electronic completion by Tenderer)
2.3
Content of Tender Documents
This set of Tender Documents includes the following (plus any amendments issued during the tender period):



Part A - Instructions to Tenderers
Part B – Tender Forms
- T1 – Tenderer’s Details
- T2 – Relevant Experience
- T3 - Financial Capacity
- T4 – Technical Approach & key Personnel
- F1 – Financial Submission
- F2 – Itemised Pricing Schedule
- Pro-forma: Statutory Declaration
- Pro-forma: Project Date Sheet
- Pro-forma: Curriculum Vitae (CV)
Part C – Scope of Services
Part D – Draft Contract
The Tenderer is expected to examine carefully all instructions, terms and conditions in the Tender Documents.
Failure to comply with the requirements of these Tender Documents may result in the Tender being
disqualified.
Supply & Delivery of Building Materials to Kiribati (Tem’anoku Primary School)
Part A - Instructions to Tenderers
2
Priority Area 1 – Facilities Improvement
Kiribati Education Improvement Program (KEIP III)
2.4
Clarification of Tender Documents
A Tenderer requiring technical clarification of the Tender Documents may direct its inquiries to:-
Mr Michael Anterea
Infrastructure Manager
Kiribati Education Facility
Ministry of Education
P.O. Box 374, Bikenibeu
South Tarawa
T: +686 29878
E:[email protected]
OR
Mr Kautuna Kaitara
Procurement Manager
Kiribati Education Facility
Ministry of Education
P.O. Box 374, Bikenibeu
South Tarawa
T: +686 29878
E: [email protected]
Requests for clarification will not be accepted within 5 calendar days of the Tender Closing Deadline.
2.5
Amendment of Tender Documents
At any time prior to the Tender Closing Deadline, the Employer may, for any reason, whether at its
own initiative or in response to a clarification requested by a prospective Tenderer, amend the Tender
Documents.
The amendment - in the form of a Supplementary Notice - will be sent to all Tenderers who have
received the Tender Documents, by email and will be binding upon them.
Tenderers must acknowledge receipt of all Supplementary Notices in their Tender.
3
3.1
Preparation of Tenders
Language of Tender
The Tender submission and all correspondence relating to the Tender shall be written in English.
3.2
Duties and Taxes
Tenderers must include all relevant duties, levies and taxes payable in the country of embarkation.
3.3
Price Adjustment
The prices quoted by the Tenderer will not be subject to adjustment during the Contract period.
3.4
Currency of Tender and Payment
Tenderers must nominate the currency of their Tender (AUD, NZD, FJD, USD, etc). Should their Tender be
accepted, the resulting Contract will be prepared in the nominated currency.
3.5
Tender Validity
The Tender shall remain valid and open for acceptance for a period of not less than 60 days from the date of
the Tender Closing Deadline. In exceptional circumstances prior to expiry of the original Tender validity
period, the Employer may request the Tenderer for an extension in the period of validity. A Tenderer agreeing
to the request will not be required or permitted to modify its Tender. Should a Tenderer decide not to extend
the period of validity, the Tender will be deemed to be withdrawn from further consideration.
3.6
Information to be Provided
The Tenderer’s TECHNICAL SUBMISSION shall include the following: Technical Form T1: Tenderer’s Details – completed and signed
- Copies of current Business Certificates (if any)
- Letters of Association / Joint Venture (if applicable)
- Statutory Declaration – completed and signed
Supply & Delivery of Building Materials to Kiribati (Tem’anoku Primary School)
Part A - Instructions to Tenderers
3
Kiribati Education Improvement Program (KEIP III)



Priority Area 1 – Facilities Improvement
Technical Form T2: Relevant Experience – completed and signed
- Project Data Sheets for 3 relevant projects
- Other supporting information (if any)
Technical Form T3: Financial Capacity – completed and signed
- Documents supporting 3 years annual turnover figures
- Documents demonstrating access to finance / credit
- Copies of current Marine Cargo Transit Insurance and other insurances
Technical Form T4: Technical Approach and Key Personnel – completed and signed
- Additional sheets describing the Tenderer’s Technical Approach (if necessary)
- Curriculum Vitae (CV’s) for all nominated Key Personnel
The Tenderer’s FINANCIAL SUBMISSION shall include the following: Financial Form F1: Financial Submission – completed and signed
 Financial Form F2: Itemised Pricing Schedule – completed and signed
3.7
Format and Signing of Tenders
The Tenderer shall complete and sign the Tender Forms, attach supporting documentation and assemble in the
order indicated above.
Technical and Financial submissions shall be prepared as two (2) separate Adobe Acrobat PDF files and
named as follows:
1_(name of tenderer)_Technical Submission.pdf

2_(name of tenderer)_Financial Submission.pdf
The total size of electronic file attachments must not exceed 9 MB per email. Large files shall be submitted in
separate emails.
4
4.1
Submission of Tenders
Tender Closing Deadline
Tenders must be submitted electronically to nominated contact indicated per 2.4 of this Instruction to
Tenderer no later than 12 noon Friday 22 July 2016 (Kiribati time).
Technical and Financial submissions are to be submitted in separate electronic files in pdf format.
Tenders submitted well before the Tender Closing Deadline may be modified or withdrawn by means of a
modification to the Tender already submitted or by a notice of withdrawal and must reach KEIP III by the due
date. The new email must be labelled "MODIFICATION" or "WITHDRAWAL".
4.2
Late Tenders
A Tender received after the Tender Closing Deadline is a late tender. A late tender may be excluded from
consideration. The Employer in its sole and absolute discretion reserves the right to take into account a late
tender.
5
5.1
Tender Evaluation
Evaluation and Comparison of Tenders
The Employer will evaluate and assess only those tenders determined to be complying with the requirements
of the Tender Documents. The evaluation of tenders will be on a ‘value for money’ basis in accordance with
Australian Commonwealth Procurement Rules, including but not limited to the following:-
Supply & Delivery of Building Materials to Kiribati (Tem’anoku Primary School)
Part A - Instructions to Tenderers
4
Priority Area 1 – Facilities Improvement
Kiribati Education Improvement Program (KEIP III)




Technical capacity for this Contract;
Technical Approach and Key Personnel proposed;
The quality and durability of products offered;
The priced tender schedules.
The Employer reserves the right to negotiate a successful tender with any of the Tenderers in the event that
none of the tenders received fully meet the evaluation criteria.
The Employer reserves the right to accept or reject any tender at any time prior to the award of a contract,
without thereby incurring any liability to the affected tenderer or tenderers. The Employer reserves the right to
reject all tenders before re-calling tenders from any source including those tenderers who have already
submitted tenders.
5.2
Correction of Errors
Tenders will be checked by the Employer for any arithmetical errors. If a Tenderer does not accept the
Employer’s correction of errors, its tender will be rejected.
5.3
Clarification of Tenders
To assist in the examination, evaluation and comparison of tenders, the Employer may ask Tenderers
individually for clarification of their tenders, including products offered or breakdown of prices. The request
for clarification and the response is to be via email. No change in the price or substance of the Tender will be
sought, offered or permitted except as required to confirm the correction of arithmetical errors discovered by
the Employer during evaluation of the tenders.
At any time before a Contract is awarded, a Tenderer must, if requested to do so by KEIP III, make available
for inspection by KEIP III or persons appointed by KEIP III, all financial records including accounts, profit
and loss statements, balance sheets and other relevant information to enable an assessment to be made as to
the financial capacity of a Tenderer to undertake the Activity. The Tenderer will allow copies to be made of
any such records.
5.4
Right to Conduct Security, Probity and Financial Checks
KEIP III, in its absolute discretion, reserves the right to conduct such security, probity and/or financial checks
on Tenders and/or Tenderers for the purpose of evaluating Tenders to this RFT or any other stage of the
Tendering process for the services described in this RFT, as it deems necessary.
5.5
Disclosure of Information Provided by Tenderers
KEIP III’s selection process for services is conducted in accordance with Australia’s Commonwealth
Procurement Rules. For the purpose of assessing Tenders, KEIP III is required to pass Tenders to
Commonwealth Government Departments and Agencies as KEIP III sees fit and to relevant Ministers and
Parliamentary Secretaries. It is KEIP III policy not to divulge to a Tenderer information that has been
provided in-confidence by another.
Tenderers should note that the Freedom of Information Act 1982 (The Act) gives members of the public rights
of access to official documents of the Commonwealth Government and its Agencies. The Act extends, as far
as possible, rights to access information in the possession of the Commonwealth Government and its
Agencies, limited only by considerations for the protection of essential public interest and of the private and
business affairs of persons in respect of whom information is collected and held by departments and public
authorities.
Supply & Delivery of Building Materials to Kiribati (Tem’anoku Primary School)
Part A - Instructions to Tenderers
5
Kiribati Education Improvement Program (KEIP III)
6
6.1
Priority Area 1 – Facilities Improvement
Contract Formation
Contract Negotiations
KEIP III will conduct contract negotiations only with the person identified in the Tender with the authority to
negotiate and conclude a Contract on behalf of the preferred Tenderer.
In the event that KEIP III is unable to satisfactorily conclude contract negotiations with the preferred
Tenderer, KEIP III reserves the right, at its sole discretion, to terminate the negotiations and enter into
Contract negotiations with the next ranked Tenderer(s).
KEIP III expects the Contract negotiations to be concluded within a reasonable period of time, no longer than
two (2) weeks.
KEIP III reserves the right to negotiate with the most favourable tenderer should it be deemed that ‘the
offering prices are unreasonable or greater than the targets set in the planning process’ as per Commonwealth
Procurement Rules.
6.2
Award of Contract
Any Contract resulting from the Tender process outlined in this RFT is subject to the negotiation of a mutually
acceptable Contract based on the draft Contract attached at Part C of this RFT. This draft Contract will be
tailored to meet the specific requirements for Supply & Delivery of Building Materials to Kiribati.
Supply & Delivery of Building Materials to Kiribati (Tem’anoku Primary School)
Part A - Instructions to Tenderers
6
Part B
Tender Forms
Technical Forms:
T1 – Tenderer’s Details
T2 – Relevant Experience
T3 – Financial Capacity
T4 – Technical Approach & Key Personnel
Financial Forms:
F1 – Financial Submission
F2 – Itemised Pricing Schedule
Pro-forma Attachments:
Statutory Declaration
Project Data Sheet
Curriculum Vitae (CV)
Kiribati Education Improvement Program (KEIP)
Priority Area 1 - Facilities Improvement
Technical Form T1: Tenderer’s Details
Instructions:
This form must be completed and signed to confirm the Contracting entity submitting
the Tender plus any individuals / companies associated with the bid.
Name of Project:
Name of Employer:
Supply & Delivery of Building Materials to Kiribati (Tem’anoku Primary School)
Kiribati Education Improvement Program
Name of Individual or Company:
Street Address:
Contact Details:
Tel:
Fax:
Mob:
Email:
Name(s) of Directors (if applicable):
Company / Business /
Registration / Licence No:
Business Certificates (if any):
We have attached these business
certificates behind this Form:-





We are Submitting our Tender in
association with (if applicable):-
Name:
Address:
Note: We have attached Letters of
Association / Joint Venture (JV)
agreements, etc behind this Form:-

Pending Litigation:
We provide here details of all current
legal disputes (if any) involving our
Company or members of our team
tendering for this Contract:
Supplementary We acknowledge receipt of the following Supplementary Notices (if
Notice/s: any) issued during the Tender Period:




We have attached after this Form, the signed Statutary Declaration in accordance with the
pro-forma provided with the Tender Documents.

Signature:
Name & Position:
Duly authorised to
sign on behalf of:RFT: Supply & Delivery of Building Materials (Tem’anoku PS)
Date:
Part B - Tender Forms & Pro-formas
Form T1
Kiribati Education Improvement Program (KEIP)
Priority Area 1 - Facilities Improvement
Technical Form T2: Relevant Experience
Instructions:
This form must be completed and signed to allow the suitability of your supply
experience in the Region to be evaluated.
Name of Project:
Name of Employer:
Supply & Delivery of Building Materials to Kiribati (Tem’anoku Primary School)
Kiribati Education Improvement Program
Detailed written description of my / our experience in supply and logistics in the Region:-
I / We were legally engaged and responsible for completing the following supply contracts:1.
2.
3.
We have attached after this Form, Project Data Sheets for all 3 contracts listed above.

We have attached other supporting information (brochures, clippings, etc) after this Form.

I / We are currently working on the following supply / logistics project/s:Name of Project
Supply
Value (AUD)
Estimated
Completion Date
Employer’s Name &
Contacts
Signature:
Name:
RFT: Supply & Delivery of Building Materials (Tem’anoku PS)
Date:
Part B - Tender Forms & Pro-formas
Form T2
Kiribati Education Improvement Program (KEIP)
Priority Area 1 - Facilities Improvement
Technical Form T3: Financial Capacity
Instructions:
This form must be completed and signed to demonstrate your Company’s financial
capacity for a project of this scale.
Name of Project:
Name of Employer:
Supply & Delivery of Building Materials to Kiribati (Tem’anoku Primary School)
Kiribati Education Improvement Program
Annual Turnover for the last 3 years from SUPPLY and LOGISTICS:Name of Individual / Company
Year 1
(AUD)
Year 2
(AUD)
Year 3
We have attached copies of documents demonstrating the above income after this Form.
(Contracts, progress payment certificates, payslips, Tax assessments, etc)
(AUD)

I / We detail below all proposed sources of finance for this project, including income from other (nonlogistics / supply) businesses, unencumbered real estate (no loans against) , liquid assets (cash), lines
of credit (banks, suppliers, shippers) and other financial means:Source of Finance
Amount (AUD)
We have attached copies of documents demonstrating the above financial capacity after
this Form (eg. Bank Letter of Credit, Bank statements, Certificates of Title, etc)

I / We provide the following names and contact details for 3 Financial Referees who can confirm the
financial good-standing and reliability of the Tenderer under similar contract situations:-
We have attached copies of current insurances, including Marine Cargo Transit Insurance
(MCTI) and other insurances required for completion of this contract.

Signature:
Name:
RFT: Supply & Delivery of Building Materials (Tem’anoku PS)
Date:
Part B - Tender Forms & Pro-formas
Form T3
Kiribati Education Improvement Program (KEIP)
Priority Area 1 - Facilities Improvement
Technical Form T4: Technical Approach and Key Personnel
Instructions:
This form must be completed and signed to allow your Company’s detailed technical
approach and key personnel proposed for THIS project to be evaluated.
Name of Project:
Name of Employer:
Supply & Delivery of Building Materials to Kiribati (Tem’anoku Primary School)
Kiribati Education Improvement Program
I / We have described in detail below our Technical Approach for THIS supply project, including but not
limited to sourcing of products; partnering with suppliers; credit facilities with suppliers; provenence of
products; environmental compliance; sorting and packing containers; BOL / manifest / load list; safety &
security; shipping & trans-shipping; risk management; other issues, etc.
Note: Supply additional sheets if necessary.

We have attached after this Form, additional sheets describing our Technical Approach.
I / We nominate the following two (2) Key Personnel for THIS project:1.
Name:
Years Experience:
Position:
2.
Name:
Years Experience:
Position:

We have attached after this Form, CV’s for ALL Key Personnel listed above.
Signature:
Name:
RFT: Supply & Delivery of Building Materials (Tem’anoku PS)
Date:
Part B - Tender Forms & Pro-formas
Form T4
Kiribati Education Improvement Program (KEIP)
Priority Area 1 - Facilities Improvement
Financial Form F1: Financial Submission
Instructions:
This form must be completed and signed to confirm that you understand and agree to
all conditions and financial implications of Tendering for this project.
Name of Project:
Name of Employer:
Supply & Delivery of Building Materials to Kiribati (Tem’anoku PS)
Kiribati Education Improvement Program

1.
Scope of Work: We have examined the Tender documents and fully understand the scope
of services to be provided under this Contract.
2.
Conditions of Contract: We have examined the Conditions of Contract and have read and
understood the document.
3.
Complete Tender: We acknowledge that all provisions and conditions of the Tender
Documents (as amended via Supplementary Notice, if applicable) are fully incorporated and
priced into our Tender. We accept that our Tender may be considered non-conforming if
Tender Forms and Pricing Schedules are submitted incomplete.
4.
Building Materials: We understand that goods to be supplied under this contract must: be highly durable to withstand heavy wear and the extreme marine environment;
 not contain any asbestos;
 include only timber and plywood from sustainably harvested sources.
5.
Fixed Pricing: We confirm that all pricing in our Financial Submission is fixed for the
duration of the 2016 calendar year.
6.
Itemised Pricing: We confirm that our itemised price for each product includes: clarification of differences between the product listed and the product we have offered;
 source costs (purchased and delivered to the Supplier’s yard);
 all taxes, duties, levies in the embarkation;
 trimming of longer items to fit in containers (eg. UPVC pipes);
 hand-loading all shipping containers to equalise loads and minimise waste space;
 itemised load list / manifest for each container;
 transport to the wharf for loading;
 administration costs and Supplier’s margin.
7.
Shipping: We understand that: all goods must be transported in 20GP shipping containers to minimise risk to the cargo
during transport and trans-shipping;
 freight / shipping costs for each shipment will be reimbursed by the Employer at cost;
 Marine Cargo Transit Insurance (MCTI) for each order / shipment will be based on our
nominated percentage of the total cost of goods and freight.
8.
Eligibility: We confirm that we have no conflict of interest, and our company, suppliers and
sub-contractors have not been declared ineligible by donors or countries in the Region.
9.
Tender Validity: Our Tender shall be valid for a period of 60 days from the date and time of
closing of the tender and it shall remain binding upon us and may be accepted at any time
before the expiration of that period.
10.
Acceptance of Tender: We understand that the Employer intends to enter into a contract
with a single Supplier to provide these services. We also understand that the Employer is
not bound to accept the lowest or any Tender received.
11.
Contract Formation: We understand that this Tender, together with the Employer’s written
Letter of Acceptance shall constitute a binding contract between us, until a formal contract
is prepared and executed.
12.
Attachments: We have attached the Itemised Pricing Schedule after this form. Prices are
provided for all items and clarifications are provided where necessary.
Signature:
Name:
RFT: Supply & Delivery of Building Materials (Tem’anoku PS)
Date:
Part B - Tender Forms & Pro-formas
Form F1
Supply of Building and Non-Building Materials for Primary School
Kitset Classrooms for Temwanoku Primary School on Tarawa, Kiribati
Selected Supplier
Adjusted Tender Pricing Schedule for Temwanoku Primary School Kitset Classrooms
Date: 25 May 2015
Item
Description
Total
Qty
Unit
Rate
Sub-Total
Supplier comments
or product proposed
NOTES:
Tenderer is required to price all items to allow a Value for money assessment of each tender.
This schedule must be read in conjunction with the Instructions to Tenderers, Construction Specification, location maps and drawings that form
this Tender Set.
The required qualities or performance of many materials is defined by listing a particular 'product' in the Construction Specification. Any proposal
by the Tenderer to use an alternative product must be supported by technical information demonstrating that the proposed alternative is equivalent
(or superior) in all respects.
Adjustments made to the Scope of Works before a contract is signed will be based upon the prices provided in this schedule.
A
A1
A2
A3
A4
A5
A6
A7
A8
A9
A10
A11
A12
A13
A14
A15
A16
A17
A18
TIMBER PRODUCTS:
400x90mm Hyjoists, Blocks 262/7.4m long
70x70 H3 TP Blocks, 6/5.8m Long
190x45mm H3 TP Formwork, Beam, Solid Blocks 91/5.8m Long
190x45mm H3 TP Deck Bearers, Deck Joist 78/5.8m Long
140x45mm H3 TP Lintels, Ribbon Plates 95/5.8m
90x45mm H3 TP Top Plates, Tilt Battens 53/5.8m
70x45mm H3 TP Battens 350/5.8m
45x45mm H3 TP Pegs, Ceiling Nogging etc 120/5.8m
70x20mm Kwila (Air Dried) Weather Battens 81/5.8m
190x20mm H3 TP Barge & Fascia 48/5.8
300x50mm Dressed kwila Stringer 25/5.8m Long
290X50mm Dressed kwila Tread 29/5.8m Long
145x45mm Dressed Kwila Hand Rail 20/5.8 Long
90X90mm Dressed kwila Newel Post, 18/5.8m Long
70x45mm Dressed kwila Balusters, 197/5.8m Long
90x20mm Kwila Decking 130/5.8m long
18mm Marine Ply Flooring T & G 2400mm x 1200
6mm Marine Ply Ceiling 2400x1200mm
1938.8
Lm
34.8
Lm
527.8
Lm
452.4
Lm
551
Lm
307.4
Lm
2030
Lm
696
Lm
469.8
Lm
278.4
Lm
145
Lm
168.2
Lm
116
Lm
104.4
Lm
1142.6
Lm
754
Lm
261 sheet
261 sheet
Total:
B
B1
B2
B3
B4
B5
B6
B7
B8
CONCRETE:
Portland Cement 40kg
Polythene Underlay 0.4mm
Slab Mesh - 500E Mesh 6.1 X 2.4m SE72 7.0mm @ 200crs Net 12.76sqm
50-65 bar chairs pack of 100
N12mm deformed bar (6m lengths)
R10mm bar (6m lengths)
Tie Wire 300m/ roll
Stainless Steel Strap Brace 30mm x 1.0mm x 15m 316 grade Stainless Steel
C
C1
C2
C3
C4
C5
C6
C7
C8
C9
C10
C11
C12
C13
C14
C15
C16
ROOFING PRODUCTS:
Roofing - Corrugated Zenex 0.55 Titania White 5.430m
Roofing - Corrugated Zenex 0.55 Titania White 4.800m
Walls- Corrugated Zenex 0.55 Sandstone 4.800m
Walls- Corrugated Zenex 0.55 Sandstone 3.600m
Walls- Corrugated Zenex 0.55 Sandstone 2.920m
Walls- Corrugated Zenex 0.55 Sandstone 2.770m
Walls- Corrugated Zenex 0.55 Sandstone 2.400m
Walls - Corrugated Zenex 0.55 Sandstone 1.50m
Walls - Corrugated Zenex 0.55 Sandstone 0.80m
Flashing Over Openings 375x95mm cover Sandstone 3m long
Flashing 170x50mm<100˚ Sandstone 2.4m length
D
D1
D2
D3
D4
D5
D6
D7
D8
D9
D10
D11
D12
D13
D14
PLUMBING PRODUCTS:
150mm dia. UPVC pipe - DPs 6m
100mm dia. UPVC pipe - DPs 6m
100mm dia. UPVC Bend (90 deg)
20mm diameter UPVC pressure pipe (6m lengths)
20mm diameter UPVC elbow
20mm dia sleeve with female thread (for connecting tap)
20mm diameter UPVC Tee
20mm dia elbow with male thread (for connecting to tank outlet)
20mm gal saddle brackets with gal screws
20mm brass ball-type in-line stop valve
20mm brass ball-type lockable tap with male thread
PVC Glue- Solvent Cemnet (500ml tin with intergral bursh
Pink priming liquid for UPVC pipe (500ml tin with integral brush)
Thread tape (Teflon)
E
E1
E2
E3
E4
E5
E6
E7
E8
E9
E10
E11
E12
ELECTRICAL PRODUCTS
Switchboard 6 Set Complete with Internal Neutral links
20 Amp Cirucit Breaker
10 Amp Circuit Breaker
8 Amp Circuit Breaker
15mm UPVC electrical conduit (6m lengths)
15mm UPVC conduit elbows
15mm UPVC Clip
Round Underground Main Cable 6mm- Yellow Colour
Circuit wiring using 1.5mm2 cable 100m/roll
Circuit wiring using 2.5mm2 cable 100m/roll
4'0" fluorescent light fittings single tube complete (with removable separate starter).
General power outlet double complete.
Reflective foil sisalation double sided (75m/roll)
Ridging 200 cover Titania White 2.4m
Barge G300 200x100mm (2.4m length)
Gutter 175 Box medium depth (3.0m length)
Gutter Brackets Titania White 175 internal brackets
1710
11
79
8
362
127
7
42
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
bag
roll
sht
pack
leng
leng
roll
rolls
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
0.00
272 shts
13 shts
34 shts
34 shts
80 shts
80 shts
180 shts
36
sht
78
sht
10 sheet
139 sheet
44
roll
47
no
32
no
90 leng
390
no
Total:
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Total:
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
29
12
24
6
15
12
6
24
9
6
3
2
1
3
6m
6m
ea
leng
no.
no.
no
no
each
no.
no
tin
tin
no.
3
3
6
6
30
78
180
300
15
15
78
26
set
each
each
each
leng
no.
no.
lm
roll
roll
no
no
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Water and Termite Proof ( Boiling Water Proof)
Water and Termite Proof ( Boiling Water Proof)
E13
E14
E15
E16
Light switch one way
Juntion Box 10pcs per Box
Electrical Ground Spike (copper) 4-5.8m long
Earthing wire 200m length/roll
26
30
6
1
no
Box
leng
roll
F
F1
F2
F3
F4
F5
F6
F7
F8
F9
F10
F11
F12
F13
F14
PAINTING PRODUCTS:
Oil Based Polyurethane Clear Satin 4 Ltr drum
Mineral turpentine 20ltr drum
Oil Based Pink Primer 10ltr drum
Oil Based Undercoat 10ltr drum
Exterior Oil Based White Gloss Enamel 4 Ltr drum
Paint roller trays 230mm
Paint Roller Frame 230mm
Paint Roller Sleeve 230mm
Paint Roller Frame 100mm
Paint Roller Sleeve 100mm
100mm Paint Brush
75mm Paint Brush
50mm Paint Brush- Applicaple for corner/ edges
80 grit Sand paper 50mtr roll
85
32
5
5
10
20
10
30
10
30
10
10
10
1
drum
drum
drum
drum
drum
ea
ea
ea
each
each
ea
ea
ea
roll
320
48
26
24
24
12
280
140
110
10
50
20
92
34
50
12900
17000
10
5
3
3
6
2
160
pcs
each
Rolls
each
each
kg
kg
kg
kg
kg
kg
ea
ea
ea
Box
PCS
PCS
Box
Box
Box
Box
Box
Box
PCS
G
G1
G2
G3
G4
G5
G6
G7
G8
G9
G10
G11
G12
G13
G14
G15
G16
G17
G18
G19
GENERAL HARDWARE & FIXINGS:
M12 x 180mm Bolts, Nuts & Washers HD Gal.
316 Stainless Steel 190x75x50x3mm thick Angle Plate
Damp Proof Course 100x10mx0.3mm thick
M8 x 75mm Bolts, Nuts & Washers HD Gal.
50mm x 8mm Galv Dyna Bolt
100mm x 4.00mm concrete nail
100mm x 4.00mm galv bullet head nails
75mm x 3.15mm galv bullet head nails
50mm x 3.15mm galv bullet head nails
30mm x 2.50mm galv Clout head nails
30mm x 1.5 Galv Bullet Head Nails
Door Handle Passage set. Best quality
100mm SS Butt Hinges 316 Grade (4 x 3 x 2.5mm)
100mm 316 Stainless steel Pad bolts (lock open)
Rivets (3.2x9.6mm) 50pcs per Box
50mm T17 Hex head Timber Roof screws with EPDM washers colour-matched
25mm Galv T17 Hex head Timber Cladding screws colour-matched
40mm galv T17 # 8 (4.17 diam) pine screws (500pcs per Box)
30mm galv T17 # 8 (4.17 diam) pine screws (500pcs per Box)
50mm stainless steel self drilling bugle batten screw (hex drive0 (500 pcs per Box)
G20 50mm galv self-drilling bugle batten screws (hex drive) (500pcs per Box)
75mm galv self-drilling bugle batten screws (hex drive) (500pcs per Box)
100mm galv self-drilling bugle batten screws (hex drive) (500pcs per Box)
G21 150mm galv self-drilling bugle batten screws (hex drive)
H
H1
H2
H3
SCHOOL FURNITURE
Pin Board (1200x1200)
Whiteboard (with surround frame & marker rail) MGB-48 2400 x 1200
Blackboard (with surround frame & chalk rail) MGB-48 2400 x 1200
10
1
10
TOTAL FOB COST :
Total:
$0.00
$0.00
$0.00
$0.00
$0.00
Total:
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Total:
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Total:
$0.00
$0.00
$0.00
$0.00
no
no
no
$0.00
Anti-Fungicidal Paints
Anti-Fungicidal Paints
Anti-Fungicidal Paints
Supply of Building and Non-Building Materials for Primary School
Kitset Classrooms for Temwanoku Primary School on Tarawa, Kiribati
Selected Supplier
Adjusted Tender Pricing Schedule for Temwanoku Primary School Kitset Classrooms
Date: 25 May 2015
Item
Description
Total Qty
Unit
Rate
Sub-Total
Supplier comments or product proposed
NOTES:
Tenderer is required to price all items to allow a Value for money assessment of each tender.
This schedule must be read in conjunction with the Instructions to Tenderers, Construction Specification, location maps
and drawings that form this Tender Set.
The required qualities or performance of many materials is defined by listing a particular 'product' in the Construction
Specification. Any proposal by the Tenderer to use an alternative product must be supported by technical information
demonstrating that the proposed alternative is equivalent (or superior) in all respects.
Adjustments made to the Scope of Works before a contract is signed will be based upon the prices provided in this
schedule.
A
A1
A2
A3
A4
A5
A6
A7
A8
A9
TIMBER PRODUCTS:
90x45mm H3 TP Wall Framing, Trusses 1510/5.8m
45X45MM H3 TP Truss vertical/ center web 50/5.8
200x50 Kwila ( Air Dried) (For making Doors) 54/5.8,
200x25 Kwila (Air Dried)? Jambs etc 46/5.8
70x45mm Dressed Kwila Window Beadings 80/5.8
200x30mm Kwila Desk 100/5.8
75x40mm Kwila Desk 260/5.8
18mm Marine Grade Ply 1200x2400mm Door
9mm Marine Grade Ply 1200x2400mm Walls, Ceiling, Gusset
B
B1
B2
B3
B4
B5
B6
B7
B8
B9
PAINTING PRODUCTS:
Mineral turpentine 20ltr drum
Oil Based Pink Primer 10ltr drum
Oil Based Undercoat 10ltr drum
Paint roller trays 230mm
Paint Roller Frame 230mm
Paint Roller Sleeve 230mm
100mm Paint Brush
75mm Paint Brush
80 grit Sand paper 50mtr roll
C
C1
C2
C3
C4
C5
C6
C7
C8
GENERAL HARDWARE & FIXINGS:
3.15mm- 90mm Gal D-Head Nails for Paslode Air framing gun (Box of 3000)
15 Gauge-38mm DA style Brads For Paslode Bradder (Box of 3000)
316 Stainless Steel Welded Mesh 23.4 x 23.4 x 2.00mm (Roll size 1200mm x 30m)
ADOS PVA Adhesive Super Bond Woodworking Glue 20L 8172 Water resistant
30mm galv T17 # 8 (4.17 diam) pine screws (500pcs per Box)
20mm Galv. Fence Staples
100x1mm thick x16m/m Steel Cutting Wheel
Makita Sander BO6030 - 150mm Orbital Sander assorted grit for painted surfaces (pk 10)
Makita Belt Sander 9924DB 76mm Belt Sander Belts
Assorted Grits (each)
C9
8758 Lm
290 Lm
313.2 Lm
266.8 Lm
464 Lm
580 Lm
1693.6 Lm
48 sheet
420 sheet
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Total: $0.00
10 drum
5 drum
5 drum
20
ea
20
ea
40
ea
24
ea
24
ea
3 roll
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Total: $0.00
10 box
20 box
8 rolls
6 Drum
20 box
20 Kg
50 Pcs
80 each
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
80 each
$0.00
TOTAL FOB COST:
Total: $0.00
$0.00
Water and Termite Proof ( Boiling Water Proof)
Water and Termite Proof ( Boiling Water Proof)
Anti-Fungicidal Paints
Anti-Fungicidal Paints
Supply of Building and Non-Building Materials for Primary School
Renovation works for Temwanoku Primary School on Tarawa, Kiribati
Selected Supplier
Adjusted Tender Pricing Schedule for Temwanoku Primary School Kitset Classrooms
Date: 25 May 2015
Item
Description
Total Qty
Unit
Rate
Sub-Total
Supplier comments or product proposed
NOTES:
Tenderer is required to price all items to allow a Value for money assessment of each tender.
This schedule must be read in conjunction with the Instructions to Tenderers, Construction Specification, location maps and
drawings that form this Tender Set.
The required qualities or performance of many materials is defined by listing a particular 'product' in the Construction Specification.
Any proposal by the Tenderer to use an alternative product must be supported by technical information demonstrating that the
proposed alternative is equivalent (or superior) in all respects.
Adjustments made to the Scope of Works before a contract is signed will be based upon the prices provided in this schedule.
A
A1
A2
A3
A4
A5
A6
A7
A8
A9
A10
TIMBER PRODUCTS:
190x45mm H3 TP Beam, Formwork etc
43/5.8
140x45mm H3 TP Ribbon Plate, etc
5/5.8
145x20mm H3 TP Gable Framing (New Toilet Block)
20/5.8
90x45mm H3 TP Tilt Batten, Window, Doors, Trusses etc
310/5.8
70x45mm H3 TP Roof Battens
190/5.8
190x20mm H3 TP Fascia & Barge Board
40/5.8
70x20mm dressed Kwila Window weather batten
50/5.8
12mm Marine Grade Ply 1200x2400mm Furniture
9mm Marine Grade Ply 1200x2400mm 120/Wall lining, 30/Furniture
6mm Marine Grade Ply 1200x2400mm ceiling
B
B1
B2
B3
B4
B5
B6
B7
CONCRETE:
Portland Cement 40kg
Polythene Underlay 0.4mm
Slab Mesh - 500E Mesh 6.1 X 2.4m SE72 7.0mm @ 200crs Net 12.76sqm
50-65 bar chairs pack of 50
N12mm deformed bar (6m lengths)
Tie Wire 100m roll
Stainless Steel Strap Brace 30mm x 1.0mm x 15m 316 grade Stainless Steel
380
1
25
10
150
10
10
bag
roll
sht
pack
leng
roll
rolls
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$103.65 $0.00
C
C1
C2
C3
C4
C5
C6
C7
C8
C9
ROOFING PRODUCTS:
Roofing - Corrugated Zenex 0.55 Titania White 6.05m
Roofing - Corrugated Zenex 0.55 Titania White 4.0m- New Toilet
Gable Claddings - Corrugated Zenex 0.55 Sandstone 1.50m
Walls- Corrugated Zenex 0.55 Sandstone 2.4m
Reflective foil sisalation double sided (75m/roll)
Ridging 200 cover Titania White 2.4m
Barge G300 200x100mm (2.4m length)
Gutter 175 Box medium depth (3.0m length)
Gutter Brackets Titania White 175 internal brackets
40
26
15
52
10
20
20
66
190
sht
sht
sht
sht
roll
each
each
leng
each
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Total: $0.00
D
D1
D2
D3
D4
D5
D6
D7
D8
D9
D10
D11
D12
D13
D14
D17
D18
D19
D20
D21
D22
D23
D24
D25
D26
D27
D28
D12
D29
PLUMBING PRODUCTS:
100mm dia. UPVC pipe - DPs etc 6m
Wash Hand Basn Complete with bracket, cold tap, trap and plug and waste
Shower arm
Shower rose
100mm Floor grade
WC Pan Suite Complete with cistern, seat, lid, gate valce, pan collar and extension inlet pipe to cistern.
100mm diameter UPVC pipe (6m lenghts)
100mm diameter UPVC Bend
100mm diameter UPVC Yee
100mm diameter UPVC Tee Complete with Inspection Opening
100x50mm diameter reudcer
50mm diameter UPVC pipe
50mm diameter UPVC Vent Cap
20mm diameter UPVC pressure pipe (6m lengths)
20mm diameter UPVC elbow
20mm dia sleeve with female thread (for connecting tap)
20mm diameter UPVC Tee
20mm dia elbow with male thread (for connecting to tank outlet)
20mm gal saddle brackets with gal screws
20mm brass ball-type in-line stop valve
20mm brass ball-type lockable tap with male thread
15mm diameter UPVC pressure pipe (6m length)
15mm diameter UPVC elbow
15mm diameter UPVC tee
15mm diameter UPVC union
Pink priming liquid for UPVC pipe (500ml tin with integral brush)
PVC Glue- Solvent Cemnet (500ml tin with intergral bursh
Thread tape (Teflon)
12
1
1
1
1
13
2
13
13
2
1
1
1
10
40
10
5
10
10
10
10
10
30
10
13
2
2
30
leng
each
each
each
each
each
leng
each
each
each
each
each
each
leng
each
each
each
each
each
each
each
leng
each
each
each
tin
tin
each
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Total: $0.00
E
E1
E2
E3
E4
E5
E6
E7
E8
E9
E10
E11
E12
E13
E14
ELECTRICAL PRODUCTS
Switchboard 6 Set Complete with Internal Neutral links
20 Amp Cirucit Breaker
10 Amp Circuit Breaker
8 Amp Circuit Breaker
15mm UPVC electrical conduit (6m lengths)
15mm UPVC conduit elbows
15mm UPVC Clip
Circuit wiring using 1.5mm2 cable 200m/roll
Circuit wiring using 2.5mm2 cable 200m/roll
4'0" fluorescent light fittings single tube complete (with removable separate starter).
General power outlet double complete.
Light switch one way
Junction Box 10pcs per Box
Earthing wire 200m length/roll
3
3
3
3
40
30
40
5
5
33
35
11
8
1
set
each
each
each
leng
each
each
roll
roll
each
each
each
Box
roll
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Total: $0.00
F
F1
F2
PAINTING PRODUCTS:
Mineral turpentine 20ltr drum
Oil Based Pink Primer 10ltr drum
10
20
drum
drum
$0.00
$0.00
249.4
lm
29
lm
116
lm
1798
lm
1102
lm
232
lm
290
lm
60 sheet
150 sheet
200 sheet
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Total: $0.00
Water and Termite Proof ( Boiling Water Proof)
Water and Termite Proof ( Boiling Water Proof)
Water and Termite Proof ( Boiling Water Proof)
Anti-Fungicidal Paints
F3
F4
F5
F6
F7
F8
F9
F10
F11
F12
Oil Based Undercoat 10ltr drum
Exterior Oil Based White Gloss Enamel 4ltr drum
Paint roller trays 230mm
Paint Roller Frame 230mm
Paint Roller Sleeve 230mm
Paint Roller Frame 100mm
Paint Roller Sleeve 100mm
100mm Paint Brush
75mm Paint Brush
50mm Paint Brush- Applicaple for corner/ edges
80 grit Sand paper 50mtr roll
G
G1
G2
G3
G4
G5
G6
G7
G8
G9
G10
G11
G12
G13
GENERAL HARDWARE & FIXINGS:
316 Stainless Steel Welded Mesh 23.4 x 23.4 x 2.00mm (Roll size 1200mm x 30m)
100mm x 4.00mm galv bullet head nails
75mm x 3.15mm galv bullet head nails
30mm x 2.00mm galv bullet head nails
Cabinet lock, 0737 1-1/8 (complete with screws and keys), Furniture
75mm Galv Butt hinges complete with screws, Furniture
100mm SS Butt Hinges 316 Grade (4 x 3 x 2.5mm) complete with screws
100mm 316 Stainless steel Pad bolts (lock open)
Hex head roof screws with EPDM washers (50mm long) colour-matched
Hex head with seal Valley Fixing Wall Cladding screws (25mm long) colour-matched
40mm galv #8, 4.17 diam pine screws
25mm galv T17 #8 pine screws (Phillips head) - fixing window weather battens/mesh battens (price per 500)
100mm galv self-drilling bugle timber screws (hex drive)
25
40
20
20
30
20
50
30
20
10
2
drum
drum
each
each
each
each
each
each
each
ea
roll
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Total: $0.00
8
150
100
80
10
4
60
30
5000
2000
4
4
200
rolls
kg
kg
kg
each
each
each
each
PCS
PCS
Box
Box
PCS
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Total: $0.00
TOTAL FOB COST :
$0.00
Anti-Fungicidal Paints
Anti-Fungicidal Paints
Kiribati Education Improvement Program (KEIP)
Priority Area 1 - Facilities Improvement
Statutory Declaration
I, (name, address and corporation of person making the declaration), do solemnly and sincerely declare, on
behalf of the Tenderer and on behalf of myself, that:
Definitions
1.
In this statutory declaration:
“Client” means Coffey (ABN 63 007 889 081);
“Services” means the services described in the RFT for this Activity;
“Tenderer” means (details of tendering corporation as appropriate);
“Tender Price” means the fees, rates and prices indicated by a Tenderer as being the amounts
for which that Tenderer is prepared to undertake the Services;
Preamble
2.
I hold the position of (managing director or other title) of the Tenderer and am duly authorised by the
Tenderer to make this declaration on its behalf.
Accuracy of Information
3.
The information contained in the Tender including CVs of nominated personnel submitted by (name of
organisation/company) is factually based and I accept that if such information is found by Coffey to be
inaccurate or misleading this may, at Coffey’s sole discretion, result in disqualification of the Tender.
Tenderer’s Acknowledgment
4.
That (name of organisation/company)’s Tender is made on the basis that it acknowledges that:
a)
the RFT specifies Coffey’s rights in respect of the RFT and (name of organisation/company)
agrees that Coffey may exercise its rights as set out in the RFT in respect of the RFT process;
b)
(name of organisation/company) sought and examined all necessary information which is
obtainable by making reasonable enquiries relevant to Coffey’s requirements, including the risks
and other circumstances which may affect a Tender;
c)
in lodging its Tender (name of organisation/company) did not rely on any express or implied
statement, warranty or representation, whether oral, written, or otherwise made by or on behalf
of Coffey other than any statement, warranty or representation contained in the RFT;
d)
(name of organisation/company) did not use the improper assistance of Coffey
or Commonwealth employees or ex-employees, or information unlawfully obtained from Coffey
or the Commonwealth in compiling its Tender;
e)
(name of organisation/company) satisfied itself as to the correctness and sufficiency of its
Tender;
f)
(name of organisation/company) is responsible for all costs and expenses related to its
involvement in the RFT, including:
I.
preparation and lodgement of the Tender;
II.
any subsequent negotiation; and
III.
any other action or response in relation to the RFT.
g)
Coffey is not responsible for any costs or expenses incurred by (name of organisation/company)
or any other person in responding to or taking any other action in relation to the RFT, whether or
not Coffey terminates, varies or suspends the RFT process or takes any other action permitted
under the RFT; and
h)
(name of organisation/company) will comply with the rules set out in the RFT.
RFT: Supply & Delivery of Building Materials (Tem’anoku PS)
Tender Pro-Forma Documents
Kiribati Education Improvement Program (KEIP)
Priority Area 1 - Facilities Improvement
Availability of Personnel
5.
The personnel nominated in the Tender have been approached and have confirmed their availability to
undertake the Services at the time specified.
Tender Price
6.
The Tenderer warrants that it can undertake and complete the Services for the Tender Price.
Collusive Tendering
7.
Neither the Tenderer nor any of its servants or agents had knowledge of either the technical
component of the Tender or the Tender Price for the Services of any other Tenderer prior to the
Tenderer submitting its Tender for the Services.
8.
Neither the Tenderer nor any of its servants or agents disclosed the technical component of its Tender
or the Tender Price for the Services submitted by the Tenderer to any other Tenderer who submitted a
tender for the Services or to any other person or organisation prior to the close of Tenders.
Cover Bidding
9.
Neither the Tenderer nor any of its servants or agents provided information to any other Tenderer,
person or organisation, to assist another Tenderer for the Services to prepare a tender known as a
“cover bid”, whereby the Tenderer was of the opinion or belief that another Tenderer did not intend to
genuinely compete for the contract.
10.
The Tenderer is genuinely competing for the contract and its Tender is not a “cover bid”.
Unsuccessful Tenderers’ Fees
11.
Prior to the Tenderer submitting its tender for the Services neither the Tenderer nor any of its servants
or agents entered into any contract, agreement, arrangement or understanding that the successful
Tenderer for the Services would pay any money, or would provide any other benefit or other financial
advantage, to or for the benefit of any other Tenderer who unsuccessfully Tendered for the Tender.
Competitive Neutrality
12.
The Tenderer has complied with the principles of competitive neutrality in preparing its Tender
(publicly owned Tenderers only).
And I make this solemn declaration by virtue of the Statutory Declarations Act 1959, and subject to the
penalties provided by that Act for the making of false statements in statutory declarations, conscientiously
believing the statements contained in this declaration to be true in every particular.
(Signature of person making declaration)
Declared at (
) on the (
) day of (
)
Before me,
(Title of person before whom the declaration is made)
RFT: Supply & Delivery of Building Materials (Tem’anoku PS)
Tender Pro-Forma Documents
Kiribati Education Improvement Program (KEIP)
Insert Photo
Description of Photo
Insert Photo
Description of Photo
Insert Photo
Description of Photo
Insert Photo
Description of Photo
Insert Photo
Description of Photo
Insert Photo
Description of Photo
Insert Photo
Description of Photo
Suggestion: Reduce photos to low
resolution before inserting
Priority Area 1 - Facilities Improvement
Insert Company Name or Logo here
Project Data Sheet
Project Name:
Client Name:
Total Value of Goods Supplied (AUD):
Client Address:
Delivery Location:
Country:
Start Date (month/year):
Duration (months):
No. of Deliveries:
Name of associated Companies or SubContractors:
Company – trade/s
Company – trade/s
Company – trade/s
Company – trade/s
Name of senior staff (from your Team)
involved and functions performed:
Staff name – job description
Staff name – job description
Staff name – job description
Staff name – job description
Written description of the overall Project:
Project intent and history
Main Contractor responsibilities
Type of project (construction, hardware, agriculture, roads, etc) .
Staging of the project
Written description of the involvement / responsibilities of your Team:
Range of goods supplied
Timeframe / program
Coordination with others
Packing and handling
Shipping and trans-shipping
Quality control
Risk Management
Insurances
Lessons Learned
Project Referee 1:
Name
Title / position
Company / Address
T:
M:
E:
RFT: Supply & Delivery of Building Materials (Tem’anoku PS)
Project Referee 2:
Name
Title / position
Company / Address
T:
M:
E:
Tender Pro-Forma Documents
Part C
Scope of Services
Kiribati Education Improvement Program (KEIP)
Priority Area 1-nFacilities Improvement
Part C: Scope of Services
Coffey, on behalf of the Australian Government, manages the Kiribati Education Improvement
Program (KEIP). KEIP is upgrading existing primary schools on South Tarawa using pre-fabricated
timber ‘kitset’ buildings. Upgrading work at each school involves a contract with a local kitset
manufacturer, a contract to erect the kitset buildings, and a contract for renovation of existing
buildings. This project provides contractors with all imported materials. The next school site for
which materials are required is Tem’anoku Primary School. Coffey invites prospective suppliers with
the capacity to source ALL required products to submit a response to tender. Any contract resulting
from this tender process is subject to the negotiation of a mutually acceptable contract between the
Kiribati Ministry of Education and the nominated supplier.
The delivery of materials will be separately packaged and labelled for on-delivery by KEIP to the
three contractors as follows:























Kitset Factory (timber, plywood, stainless steel window mesh, fixings, paint, etc.)
Kitset Site (cement, reinforced steel, timber, plywood, fixings, steel roof and wall cladding, paint,
etc.)
Renovation Site (cement, reinforced steel, timber, plywood, fixings, steel roofing, paint, etc.)
The Supplier’s responsibilities will include but are not limited to:
Make available the nominated personnel to manage the order from start to finish;
Source high quality / durable / sustainable goods as listed to satisfy the KEIP order;
Source and price additional goods (not listed in the Pricing Schedule) if required;
Source 40 GP shipping containers as required for the order;
Have all goods and containers delivered to a central location / yard;
Trim long products (pipes, steel reinforced bar / mesh, etc.) to fit into containers;
Hand-pack ALL goods into 20GP shipping containers to avoid damage or loss in trans-shipping;
Separate and clearly mark containers for on-delivery by KEIP to 3 contractors;
Mix goods in containers to minimise wasted space and equalise loads;
Transport locked containers to the wharf for loading;
Send all containers on regular scheduled shipping to Betio Wharf, South Tarawa;
Pay all duties, taxes and levies in the country of embarkation;
Provide the Employer with:
Shipping schedule with expected arrival details for South Tarawa;
Detailed packing list / manifest for every container;
Certificate of currency for Marine Cargo Transit Insurance;
Written confirmation of compliance with environmental requirements of the Australian Aid
Program (zero asbestos, sustainable source timber and timber products);
Confirmation of containers landed in Tarawa.
Make good any omissions or damaged goods via the next available shipping;
Provide the Employer with Itemised invoicing as outlined in Financial Form F2: Itemised Pricing
Schedule.
RFT: Supply & Delivery of Building Materials (Tem’anoku PS)
Scope of Services
Part D
Draft Contract
Kiribati Education Improvement Program (KEIP)
Priority Area 1 – Facilities Improvement
Part D: Conditions of Contract (DRAFT)
1.
Definitions
Project : Supply and Delivery of Building Materials (Tem’anoku Primary School)
Employer : Kiribati Education Improvement Program
Team Leader : Kaye Cox, Project Team Leader, Kiribati Education Improvement Program
(KEIP)
T: +686 29878 E: [email protected]
Goods : Building Materials
Supplier : The successful Tenderer
Contract : This agreement between the Employer and the Supplier
Contract No: KEF-SH-GDS 562016
Contract Period: May 2016 to August 2016
2.
Contract Documents
The following documents shall together comprise the contract between the Supplier and the Employer:-
3.
(a)
General Conditions of Contract (this document);
(b)
Scope of Services;
(c)
Letter of Acceptance;
(d)
Post-tender correspondence and clarifications;
(e)
Tender submitted by the Supplier
Supply Agreement
The Supplier agrees to assemble packages of goods and to deliver them in shipping containers to Betio Wharf,
South Tarawa by regular scheduled shipping throughout the duration of the Contract.
The Employer agrees to take delivery of the goods and pay the Supplier for each shipment received, based on
rates fixed for the duration of the Contract.
4.
Language
This Contract and all correspondence relating to this Contract shall be written in English.
5.
Currency
This Contract - including all invoicing and payments – shall be in Australian Dollars (AUD).
6.
Price Adjustment
This Contract - including the Itemised Pricing Schedule - is not subject to adjustment during the Contract
period.
7.
Quantity of Goods
As per Unpriced Order List attached under Part B Tender Forms (Financial Forms).
RFT: Supply & Delivery of Building Materials (Tem’anoku PS)
Part D – Draft Contract
1
Kiribati Education Improvement Program (KEIP)
8.
Priority Area 1 – Facilities Improvement
Quality of Goods
Building materials will be highly durable to withstand heavy wear and the extreme marine environment.
Goods supplied throughout the course of this Contract must be equivalent to or exceed the quality of goods
offered in the Supplier’s tender.
9.
Ordering of Goods
As and when required throughout 2016, the Employer will order goods in writing (email, purchase order, etc)
quoting the following information:




This Contract Agreement (Contract No., name, etc)
Order Number and Date
For each item ‘listed’ in the Contract:
- Item No, Description and Fixed Price
- No. of units required and sub-total price
For each ‘unlisted’ item
- Brief technical description / specification / image
- No. of units required
Preferred shipment date
The Supplier will confirm the following:



The nominated member of staff to manage the order from start to finish;
Quality and availability of ‘listed’ goods;
Technical proposals and costs for ‘unlisted’ goods
Total reimbursable shipping and handling costs
10. Sourcing and Delivery of Goods
The Supplier will:












Source high quality / durable / sustainable goods to satisfy each order;
Source and price additional goods (not listed in the Pricing Schedule) if required;
Source 20GP shipping containers as required for each order;
Have all goods and containers delivered to a central location / yard;
Trim long products (pipes, steel reinf bar / mesh, etc) to fit into containers;
Hand-pack ALL goods into 20GP shipping containers to avoid damage or loss in trans-shipping;
Separate and clearly mark containers for on-delivery by KEIP to 3 contractors;
Mix goods in containers to minimise waste space and equalise loads;
Transport locked containers to the wharf for loading;
Send all containers on regular scheduled shipping to Betio Wharf, South Tarawa;
Pay all taxes, duties and levies in the country of embarkation;
Provide the Employer with:- Shipping schedule with expected arrival details for South Tarawa;
- Detailed packing list / manifest for every container;
- Certificate of Currency for Marine Cargo Transit Insurance;
- Written confirmation of Australian Aid Program environmental compliance (zero asbestos, timber
products from sustainable sources, etc.);
- Confirmation of containers landed in South Tarawa;
Make good any omissions or damaged goods via the next available shipping.
RFT: Supply & Delivery of Building Materials (Tem’anoku PS)
Part D – Draft Contract
2
Priority Area 1 – Facilities Improvement
Kiribati Education Improvement Program (KEIP)
The Employer will:


Take delivery of shipping containers at Betio Wharf;
Pay all local port charges, taxes, duties and levies;
Deliver shipping containers to a site where the goods can be inspected.
11. Inspection of Goods
The Employer will:

Inspect the quality and quantity of goods for compliance;
Instruct the Supplier to make good any omissions or damaged goods (if necessary);
In cases of rejection the Employer or Supplier may call for an independent inspection by an arbitrator from the
Kiribati Ministry of Public Works and Utilities (MPWU). If a sole arbitrator is agreed by both parties his
decision will be final.
If joint arbitrators are selected and fail to agree the arbitrators will call for an umpire, to be appointed by the
Kiribati MPWU Permanent Secretary. The Umpire’s decision will be final.
12. Invoicing and Payment
For each shipment ordered during the Contract period, the Supplier will issue the following invoices:
Invoice 1: On receipt of the final order signed by the Project Manager:
(a) 120000 part cost of goods ordered;
(b) 100% x reimbursable shipping costs;
(c) Agreed percentage x [(a) + (b)] to cover Marine Cargo Transit Insurance.

Invoice 2: On water delivery and upon production of Shipping documents (i.e. Bill of Lading,
Insurance Certificate, etc.)
(d) 50% of remaining x total cost of goods ordered less cost of omitted or damaged goods (if any);
Agreed percentage x (d) to cover Marine Cargo Transit Insurance.


Invoice 3: On delivery of goods to Betio Wharf:
(e) Remaining 50% x total cost of goods ordered less cost of omitted or damaged goods (if any);
(f) Agreed percentage x (d) to cover Marine Cargo Transit Insurance.

Invoice 4: On delivery of replacement goods to Betio Wharf (if necessary):
(g) Total (original) cost of replacement goods;
(h) Agreed percentage x (f) to cover Marine Cargo Transit Insurance.
The Employer will pay approved invoices within 30 days of receipt.
All invoices will be issued and paid in the Currency of this Contract.
RFT: Supply & Delivery of Building Materials (Tem’anoku PS)
Part D – Draft Contract
3
Priority Area 1 – Facilities Improvement
Kiribati Education Improvement Program (KEIP)
SIGNED by the parties as an agreement.
SIGNED for and on behalf of the Employer:-
SIGNED for and on behalf of the Supplier:-
Signature: ……………………………………….
Signature: ……………………………………….
Position: ………………………… Date: ….………
Position: ………………………… Date: ….………
Kiribati Education Improvement Program,
Ministry of Education
PO Box 374, Bikenibeu
South Tarawa
Republic of Kiribati
(Insert Supplier’s Company Name)
(Insert Suppliers postal address)
Witnessed by:-
Witnessed by:-
Signature: ……………………………………….
Signature: ……………………………………….
Full Name: ………………………………………
Full Name: ………………………………………
Annexures
Annex A:
Scope of Services
Annex B:
Letter of Acceptance
Annex C:
Post-tender correspondence and clarifications
Annex D:
Tender submitted by the Supplier
RFT: Supply & Delivery of Building Materials (Tem’anoku PS)
Part D – Draft Contract
4