Professional Documents
Culture Documents
REFERENCE NO:
TEN(NEA)EP/42/13
SEP 13
TABLE OF CONTENTS
Page
Section A: Covering Letter
16
18
20
29
31
33
Schedules
Schedule 1: Lump Sum Fees for Services
47
48
49
50
51
52
53
Appendixes
Appendix A: Potential permanent road accesses to Project Site
54
55
70
TABLE OF CONTENTS
Annexes
Page
72
73
74
75
76
79
80
81
83
84
85
86
87
89
90
91
92
ii
The National Environment Agency (the Agency) hereby invites tenders for the provision
of consultancy services for road access feasibility studies (the Contract). The scope of
the Contract involves conducting feasibility studies and preliminary designs on identified
access routes leading to the Tuas View Basin Site. After which, the Consultant will be
required to assess and recommend feasible access routes based on a proper evaluation
matrix. The scope of services is specified in the tender documents.
2.
The list of tender documents is enclosed and the Tenderer shall conform to the
requirements given in the tender documents.
3.
This is an Open tender and is for a one-off non-recurring contract for services. The
estimated commencement date for the Contract is 6 Jan 2014 and the Contract is
estimated to be completed within nine (09) months.
4.
Tenderers registered with the Expenditure and Procurement Policies Unit of the Ministry
of Finance (EPPU) in the EPU/SER/34 (Consultancy Services) work head of financial
grade S6 and above are invited to tender for this Contract.
5.
Tenderers who are not registered with the EPPU in the registration head and financial
grade specified in Para 4 are advised to register with the relevant Government
Registration Authority (GRA) at the earliest possible opportunity and enclose with their
tenders a copy of the registration fee receipt issued by the GRA if their registration is still
pending.
6.
Tenderers shall submit their tenders in accordance with the mode(s) of submission
specified in Clause 4 of the Instructions to Tenderers not later than 1600 hours
Singapore time on Wednesday, 30 Oct 2013
7.
For GeBIZ submission, tenderers are advised to submit their tenders early before the
tender closing time. Tenderers who encounter problems in their submission via GeBIZ
are advised to contact the GeBIZ Helpdesk before the tender closing time.
8.
9.
10. Tenderers who wish to seek clarifications on the tender or an extension of the specified
tender period shall submit their request to Director (Waste and Resource Management
Department) at the address stated in Clause 27 of the Instructions to Tenderers at least
ten (10) working days before the closing date for submission of tenders. Tenderers can
also contact the following officer should there be enquiries on the tender:
Mr Joseph Boey, Project Director (IWMF)
joseph_boey@nea.gov.sg
11. If there is any change or amendment to the tender documents or any response to
clarifications requested by Tenderers before the closing date for submission of tenders,
notification will be given through the publication of a Corrigendum to the Tender Notice
through
the
Government
Electronic
Business
System
(GeBIZ)
at
http://www.gebiz.gov.sg. Tenderers are advised to check GeBIZ to ensure that they are
aware of all Corrigenda, if any, before submitting their tenders.
12. The validity period of the tender shall be three (3) calendar months from the closing date
of the tender (Validity Period).
Throughout this Invitation to Tender and any resultant Contract, unless the context
otherwise requires, the following definitions shall apply:
(a)
(b)
Contract means any resultant contract and its Annexes between the National
Environment Agency (herein called the Agency) and the successful
Tenderer.
(c)
(d)
(e)
(f)
Save as set out above, all other terms referred to in this Invitation to Tender
shall have the same meanings as those given in the Conditions of Contract.
Evaluation Criteria
2
(a)
(b)
(c)
Tenderers who are registered with the relevant GRA, specifying that they have
met the criteria for this Tender, must declare their registration status in the
manner set out in the Invitation to Tender.
(d)
Tenderers who do not hold a valid registration from the relevant GRA
specifying that they have met the criteria for this Tender are advised to apply
for the registration with the relevant GRA at the earliest possible opportunity
and declare their registration status in their tenders. Such tenderers should
apply for registration with EPPU through the Electronic Business (GeBIZ). The
address for the GeBIZ Homepage is http://www.gebiz.gov.sg/. If by the closing
date of tender, their registration with the relevant GRA is still pending,
tenderers should enclose a copy of the receipt for registration fee paid issued
by the GRA(s) with their tenders.
(e)
(ii)
(iii)
Criteria (i) to (iii) are considered Critical Criteria and a tender that does not
meet any of these criteria shall be rejected.
(f)
Tenderers who have complied with the evaluation criteria in (e) above will be
evaluated and assessed using the Quality-Fee Method (QFM). In the QFM,
Quality and Fee criteria are assigned weightages and translated into
quantitative scores. The Quality-Fee Weighting is 60:40. Tenderer with the
highest total score (weighted quality score + weighted fee score) would be
considered favorably for award. The weightage for the Quality Criteria is
shown below.
No.
Quality Criteria
Experience and
proven track records
- Information
and
performance
on the quality,
complexity and
value of
relevant
projects
previously and
currently
undertaking
Establishment and
Financial Status
- Information to
show the
standing of the
firm in terms of
management
structure,
years in
Weightings
(%)
15
Raw
Score(max)
10
Scoring Method
Quality Points
> 15 Projects 10 pts
13 to 15 Projects 8 pts
10 to 12 Projects 6 pts
7 to 9 Projects 4 pts
4 to 6 Projects 2 pts
<4 0 pts
10
Quality Points
- Sound financial
performance for past
3 years 8 pts
ISO Certification
2 pts
operation,
ISO
Certification
and sound
financial
performance
for past 3
years
3
Proposed Project
Team Composition
and Structure
- Depth and
Resilience of
the project
team
15
10
Ranking
1st 10 pts
2nd 8 pts
3rd 6 pts
4th 4 pts
All Others 2 pts
Qualification &
Experience of Key
Personnel
- Curriculum
Vitae (CV) of
key personnel
proposed for
the project
10
10
Ranking
1st 10 pts
2nd 8 pts
3rd 6 pts
4th 4 pts
All Others 2 pts
Understanding of
Requirements
- Write-up to
demonstrate
understanding
and
appreciation of
the work
scope
10
Ranking
1st 10 pts
2nd 8 pts
3rd 6 pts
4th 4 pts
All Others 2 pts
Proposed Approach of
the Project
- Write-up on
learning points
from previous
project
experiences
10
10
Ranking
1st 10 pts
2nd 8 pts
3rd 6 pts
and proposed
approach and
timeline on
how the
project would
be managed to
complete
within the
specified
period
4th 4 pts
All Others 2 pts
600 points
The Quality Score, Q-Score of a tender will be computed using the following formula:
Q-Score = (TWS/ Highest TWS) x 60
Fee Criteria
The Tender Price of a tender will be translated into a quantitative score, Fee Score,
using the following formula:
F-Score = (Lowest tender price/ Tenderers price) x 40
Combined Score
The Combined Score of a tender will be the sum of its Quality Score and Price Score:
Combined Score = Q-score + F-Score
Tender Submissions
Tender proposals will be submitted according to the two-envelope system.
Eligibility
3
(a)
Tenderers shall submit their tenders in accordance with the following mode(s)
of submission:
Information or
document(s) in tender
1. Tender Price*
2. Form of Tender*
3. Schedule 1- Lump Sum
Price*
4. Schedule 3- Scale of
Charges on a Time
Basis*
5. Annex A to Q**
Mode of Submission
This shall be submitted to
the Agency using GeBIZ.
* All price information must
be submitted in GEBIZ
Price envelope for Item I, 2
3 and 4.
Closing Date
(Singapore time)
No later than 1600
hours Singapore
time on
Wednesday, 30
Oct 2013
1. Annexes A to Q
Tenderers
shall
be
required to submit their
Quality proposal in sealed
envelopes
marked
Quality on the top righthand
corner
of
the
envelope. No fee/price
information
shall
be
submitted in this envelop.
(b)
A 2-Envelope System shall be practised for this tender. Tenderer shall submit
the proposal into two (2) distinct areas- Price information and Technical
Information. Where tenders are to be submitted using GeBIZ, Tenderers shall
submit their tenders in accordance with the Terms and Conditions for Use of
the Government Electronic Business (GeBIZ).
(c)
(d)
number; (ii) the closing date and time of the tender; (iii) the tender box number
(if any) to which the tender must be delivered; and (iv) the name and address
of the Tenderer. It will be the responsibility of the Tenderer to ensure delivery
into the tender box, which will be in a position accessible to the public. The
Agency shall not be held responsible for putting tenders received through the
post into the correct tender box by the closing time and date. Every effort,
however, will be made by the Agency to promptly convey tenders received
through the post into the tender box. Postage must be pre-paid on all tenders
sent through the post.
(e)
The Agency reserves the right to reject tenders not submitted in accordance
with the mode(s) of submission specified in the Instructions To Tenderers.
(f)
Tenders will be accepted only if submitted according to the instructions contained and
in the form(s) prescribed in the Invitation to Tender. Any tender which attempts to
vary the Form of Tender or Conditions of Contract is liable to be rejected. In
consideration of the Tenderer agreeing to abide by these instructions in the Invitation
to Tender, the Agency shall evaluate the tenders fairly and in accordance with the
said instructions.
Validity Period
Tenders submitted shall remain valid for acceptance during the Validity Period
specified in the Invitation to Tender and during such extension of the period as may
afterwards separately be agreed to in writing by the Tenderer at the request of the
Agency.
Withdrawal of Tender
No tenders may be withdrawn after the closing date prescribed in the Invitation to
Tender. Any Tenderer who attempts to do so may, in addition to any remedy which
the Agency may have against him, be liable to be debarred from future Government
tenders.
Compliance with Part Numbers
Not Used
Compliance with Technical Requirements
Agency (by providing a certification from the manufacturer of the item offered or a
copy of the relevant extract from any reputable publication citing clearly its title and
edition) that the form, fit and function of the items offered are equivalent to the Goods
required and that they are interchangeable. Where the Tenderer fails to satisfy the
Agency in the manner above, the tender is liable to be rejected.
Acceptance of Tender
10
(a)
The Agency shall be under no obligation to accept the lowest or any tender.
The Agency shall normally not enter into correspondence with any Tenderer
regarding the reasons for non-acceptance of a tender.
(b)
The Agency reserves the right, unless the Tenderer expressly stipulates to the
contrary in his tender, of accepting such portion of each tender as the Agency
may decide.
(c)
(d)
12
Not Used
Specifications, Patterns, Samples or Drawings
13
Not Used
Language
14
The tender and all supporting technical data and all documentation to be supplied by
the Tenderer shall be written in the English language.
Export Approval
15
Not Used
Confidentiality
16
(a)
Except with the consent in writing of the Agency, the Tenderer shall not
disclose this Tender, or any of its provisions, or any specifications, plans,
drawings, patterns, samples or information issued by the Agency.
(b)
All documents submitted by the Tenderer in response to this Invitation to Tender shall
become the property of the Agency. However, intellectual property in the information
contained in the tender submitted by the Tenderer shall remain vested in the
Tenderer. This Clause is without prejudice to any provisions to the contrary in any
subsequent contract between the Tenderer and the Agency.
Alteration, Erasures or Illegibility
18
Except for amendments to the entries made by the Tenderer himself which are
initiated by the Tenderer, tenders bearing any other alterations or erasures and
tenders in which prices are not legibly stated are liable to be rejected.
Agencys Clarifications of the Tenderers Proposal
19
In the event that the Agency seeks clarification upon any aspect of the Tenderers
proposal, the Tenderer shall provide full and comprehensive responses within seven
(7) days of notification.
Expense of Tenderer
20
In no case will any expense incurred by the Tenderer in the preparation of his tender
be borne by the Agency.
The Goods and Services Tax (GST)
21
(a)
The Tenderer shall not include in the rates and prices proposed in his tender,
the Singapore Goods and Services Tax (GST) chargeable for the supply of
Goods or Services required in the Tender. All rates and prices quoted shall
10
be exclusive of the said GST chargeable on the supply of the said Goods and
Services.
(b)
If the Consultant is a taxable person under the GST Act, the Agency will pay
the Consultant, in addition to the rates and prices proposed, the GST
chargeable on the supply of Goods and Services provided pursuant to this
Tender.
GST Registration
22
(a)
The Tenderer shall declare his GST status in his tender. He shall clearly
indicate whether he is, or whether he will be a taxable person under the GST
Act. He shall, if available, furnish the GST registration number to the Agency.
Such declaration shall be made in the Declaration of Goods and Services Tax
(GST) Status form enclosed in Annex A.
(b)
Notification
23
24
All tenders submitted pursuant to this Invitation to Tender and the formation of any
resulting contracts shall be governed by the Applicable Law Clause in the Conditions
of Contract.
Ownership Status of Tenderer
25
the name and address of any person, company or corporation which owns,
whether directly or indirectly, at least 50% of the total number of shares in the
Tenderer;
(b)
the number, percentage and class of shares held by such person, company or
corporation.
Shortlisting of Tenders
26
Not Used
Clarifications on Tender
11
27
Tenderers who wish to seek clarifications on the tender shall submit their requests in
writing to the following address at least ten (10) working days before the closing date
for submission of tenders :
Director, Waste and Resource Management Department
National Environment Agency
11th Storey, Environment Building,
40 Scotts Road,
Singapore 228231
Clarifications received less than ten (10) working days before the closing date for
submission of tenders and Telephone enquiries shall not be entertained.
Schedule of Prices
28
(a)
Tenderers are required to price each and every item of the Schedule of Prices
and any unpriced item shall be deemed to be allowed for in the pricing of other
items.
(b)
The tendered prices/rates shall include all incidental and contingent costs and
expenses necessary to complete the Contract in accordance with the
Conditions of Contract and Contract Specifications.
(c)
All tenderers shall ensure that the Schedule of Prices are free of arithmetical
and extension errors. In the event of errors discovered after the submission of
Tender, the tendered sums indicated in the Form of Tender shall prevail and
the prices in the Schedule of Prices shall be adjusted subject to agreement
between the NEA and the successful Tenderer.
Alternative Offer
29
30
31
All payments to the successful tenderer shall be made to his bank account through
the Inter-bank Giro System.
12
The Tenderer shall submit his audited Balance Sheets and Profit and Loss
Statements for the last three (3) years and any further information on the financial
status of the Tenderer as and when requested by the Agency.
It is the policy of the Agency to promote the use of environmentally friendly materials
and work or best practices. Tenderers may at their discretion complete the Schedule
of Environmental Best Practices & Processes incorporating environmental
considerations including utilization of environmentally friendly products and services
by the Tenderer. Wherever possible, Tenderers are encouraged to give details of
environmental accreditations obtained.
Disclosure may be made in the form
enclosed in Annex C. For the avoidance of any doubt, nothing in this clause requires
a Tenderer to disclose the requested information.
Consortium
34
(a)
(b)
(2)
(3)
After the submission of the tender, any introduction of, or changes to,
Consortium membership must be approved in writing by the Agency.
(4)
(ii)
(B)
13
(5)
(6)
(ii)
(iii)
(iv)
(v)
Pricing of Tenders
35
The Tender Sum shall be stated in words and figures by the Tenderer in the Form of
Tender. Where there is any discrepancy between the Tender Sum stated in words
and the Tender Sum stated in figures, the Tender Sum stated in words shall prevail.
Sufficiency of Tender
36
The Consultant shall be deemed to have satisfied himself before submitting the
Tender as to the correctness and sufficiency of the Tender which shall be deemed to
cover all his obligations under the Contract and all matters and things necessary for
the proper performance and completion of the Contract.
Undertaking to Safeguard Official Information
14
37
All official information acquired by the Tenderer in the course of tendering and in
performing the Contract, if awarded, shall be strictly confidential in nature and is not
to be published or communicated to any unauthorised person in any form at any time.
Such declaration shall be made in the form enclosed in Annex D.
Site Briefing
38
39
The successful Tenderer (if any) shall be notified of the Agencys acceptance of his
tender within the Validity Period specified in the Invitation of Tender, and shall, within
thirty (30) days of such notification:
(a)
Execute the formal agreement; and
(b)
Deposit the required insurance policies with the Agency and produce for
inspection the receipts for premiums paid; and
(c)
Submit the Security Deposit for the due performance of the Contract. The
amount of the Security Deposit shall be 5% of the Contract sum.
The period for complying with the above requirement(s) may, however, be extended if
there are adequate reasons for so doing provided that no work shall commence until
item (b) and (c) have been complied with.
Corrigenda to Invitation to Tender
40
The Agency reserves the right to amend any terms in or to issue supplementary
terms to the Invitation to Tender at any time prior to the closing date of the Tender.
15
Name(s) of Tenderer(s): 1
Address :
TENDER NO : TEN(NEA)EP/42/13
THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS FEASIBILITY
STUDIES
1
We, _________________________2 (Name(s) in Block Letters) hereby offer and
undertake on the acceptance of this tender to supply goods and services as specified in the
Contract Specifications, Instructions to Tenderer and Conditions of Contract.
2
Our Tender is fully consistent with and does not contradict or derogate from anything
in the Instructions to Tenderer and Conditions of Contract or downgrade anything in your
Contract Specifications. You are entitled to reject our tender if it is inconsistent with or
contradict or derogate from anything in the Instructions to Tenderer and Conditions of
Contract or downgrade anything in the Contract Specifications.
3
We undertake that we shall as and when required by you to execute with you a formal
agreement in the appropriate form incorporating the Conditions of Contract set out in this
Invitation to Tender together with such further terms and conditions, if any, agreed upon
between the Agency and us. Until the said formal agreement is prepared and executed, this
offer together with your written acceptance thereof, shall constitute a binding agreement
between us.
4
OUR OFFER IS VALID FOR THREE (3) CALENDAR MONTHS FROM THE
CLOSING DATE OF THIS TENDER.
5
We agree that as and when requested by the Agency we shall extend the validity of
this offer for one or more periods not exceeding in total three (3) calendar months.
6
Our price (herein referred to as "the Contract Price") for the goods and services to be
supplied by us is Singapore Dollars ________________ (S$
).
_______________________________
1
If the tender is submitted by a consortium, each member of the consortium shall be named.
If the tender is submitted by a consortium, the Lead Member of the consortium shall submit the tender on behalf
of the consortium members. Documentary proof must be provided that the Lead Member is authorised by all
members of the consortium to submit, sign the tender, receive instruction, give any information, accept any
16
contract and act for and on behalf of all the members of the consortium. For example, paragraph 1 in this Form of
Tender should read We, (Name of Lead Member), acting for and on behalf of (Name of 1st Member) , (Name of
2nd Member) and (etc List out Names of remaining Members)
7
We are registered/not registered* with ______________________________(Name of
Government Registration Authority) under the following supply category/head(s) as specified
in the Invitation to Tender:
Supply Category/Head
Financial Category
Expiry
(If the tender is submitted by a consortium, the registration status of every member in the
consortium must be listed.)
8
We further undertake to give you any further information which you may require.
9
We warrant, represent and declare that we are duly authorised to submit, sign this
tender, receive instruction, give any information, accept any contract and act for and on
behalf of _________________ 3 (Insert Name of firm, company or consortium).
Dated this ______________ day of _________________, 20_____
Tenderer's official
Stamp4:
Authorized Signature4
Name :
Designation :
(*Delete whichever is not applicable)
NOTICE : This Form duly completed MUST accompany every Tender Proposal. Any change
to its wordings may render the Tender liable to DISQUALIFICATION
_______________________________
3
If the tender is submitted by a consortium, the tender shall be submitted by the Lead Member on behalf of all
members of the consortium. Each member of the consortium shall be listed. For example, for and on behalf of
(Name of 1st Member) , (Name of 2nd Member) and (etc List out Names of remaining Members)
4
The Lead Members registration number, official stamp and authorised signature must be provided.
17
Instructions to Tenderers;
Conditions of Contract;
Contract Specifications;
Contractor's tender including Form of Tender and subsequent
correspondence (if any) amplifying or amending the Contractors tender;
Agencys Letter of Acceptance, and
this Form of Agreement.
3
In consideration of the payments to be made by the Agency to the Contractor as
hereinafter mentioned the Contractor agrees to supply the goods and services mentioned in
the Contract in conformity in all respects with the provisions of the Contract.
4
The Agency agrees to pay to the Contractor in consideration for the supply of goods
and services mentioned in the Contract in conformity in all respects with the provisions of the
Contract.
IN WITNESS WHEREOF the Parties hereto have by their respective duly authorised
representatives have hereunto set their respective hands the day, the month and the year
first above written.
Signed by
................
(Signature)
[Name]
[Designation of Office]
[Name of Department]
for and on behalf of the
NATIONAL ENVIRONMENT AGENCY
18
____________________________
5
If the tender is submitted by a consortium, each member of the consortium shall be listed. The tender shall be
submitted by the Lead Member on behalf of all members of the consortium, it should read one part and (Name
st
nd
of Lead Member), acting for and on behalf of (Name of 1 Member), (Name of 2 Member) and (etc- List out
Names of remaining Members) (Contractor) of the other part.
in the presence of :
................
(Signature of Witness)
[Name of Witness]
[Designation of Office]
[Name of Department]
Signed by
..............6
(Signature)
[Name]
[Designation of Office]
for and on behalf of
[Name of Contractor]
in the presence of :
..............
(Signature of Witness)
[Name of Witness]
[Designation of Office]
[Name of Contractor]
__________________________________
6
The tender shall be submitted by the Lead Member on behalf of all members of the consortium. The Lead
Members authorised signature must be provided.
19
20
3. PERFORMANCE
3.1 The Consultant shall perform the Services by the timelines and in the manner specified in
the Contract.
4. PAYMENT
4.1 Within thirty (30) days of delivery of the Services ordered under the Contract, as above
provided, and upon presentation by the Consultant of his bills in accordance with such
means and in such format as may be specified by the Agency and the Agency's certification
of the Services performed, the Agency will make payment to the Consultant of the full value
of all Services so performed provided that no payment shall be considered as evidence of
the quality of any Services to which such payments relates.
4.2 The payments made under this clause shall not prejudice the Agency's right to reject
deficient Services or the Consultant's responsibility to re-perform deficient Services.
4.3 Without limiting the Agencys right under the Contract, the amount of any payment or
debt owed by the Consultant to the Agency under the Contract may be deducted by the
Agency from any monies payable by the Agency to the Consultant pursuant to this Contract.
4.4 If in the opinion of the Agency, the Consultant is in breach of this Contract, the Agency
shall be entitled to withhold any payment or part thereof that may be due or payable to the
Consultant without prejudice to any right or remedy that may have accrued to the Agency.
5. RIGHTS OF THIRD PARTIES
5.1 A person who is not a party to this Contract shall have no right under the Contracts
(Rights of Third Parties) Act to enforce any of its terms.
6. GIFTS, INDUCEMENTS OR REWARDS
6.1 The Agency may terminate the Contract and recover from the Consultant the amount of
any loss resulting from such termination, if the Consultant shall have offered, given or agreed
to give to any person any gift or consideration of any kind as an inducement or reward for
doing, forbearing to do, for having done or forborne to do any action in relation to the
obtaining or execution of the Contract with the Agency or for showing or forbearing to show
favour to any person in relation to any contract with the Agency, or if the like acts shall have
been done by any person employed by the Consultant or acting on his behalf (whether with
or without the knowledge of the Consultant) or if in relation to any Contract with the Agency
the Consultant or any person employed by him or acting on his behalf shall have committed
any offence under Chapter IX of the Penal Code or Prevention of Corruption Act or shall
have abetted or attempted to commit such an offence or shall have given any fee or reward
the receipt of which is an offence under Chapter IX of the Penal Code or the Prevention of
Corruption Act.
7. DELAY IN PERFORMANCE
21
7.1 If there is any delay in the performance of the Services under the Contract due to any of
the following circumstances, namely, acts of God, force majeure, riots and civil commotion,
strikes, lock-outs or other causes or perils beyond the Consultant 's control, then in any such
case the Consultant shall for the duration of any such circumstance aforesaid, be relieved of
his obligation to perform such Services thereby affected but the provisions of the Contract
shall remain in full force in regard to any Services not affected by such circumstances
aforesaid.
7.2 Subject to Clause 7.1, if the Consultant fails to complete the performance of Services by
the date specified in the Contract, the Agency shall have the right (a) to cancel all or any such items of Services from the Contract without
compensation and obtain them from other sources and all increased costs thereby
incurred shall be deducted from any moneys due or to become due to the
Consultant or shall be recoverable as damages; or
(b) to deduct from any moneys due or to become due to the Consultant or require
the Consultant to pay, a sum calculated at the rate of Singapore Dollars $1000 per
day (including Sundays and Public Holidays), as liquidated damages for every day
of delay or part thereof until the Services are performed.
Provided that the recovery of such increased costs aforesaid shall be limited to such
Services as are purchased or obtained, not exceeding the scope stated in the Contract, from
other sources after the Consultants failure as aforesaid but within three (3) months of the
expiry of the Contract.
8. SUB-CONTRACTING AND ASSIGNING
8.1 The Consultant shall not sub-contract or assign the Contract without the written consent
of the Agency.
9. APPLICABLE LAW
9.1 The Contract and all its subsequent variations shall be subject to, governed by and
interpreted in accordance with the domestic Laws of the Republic of Singapore for every
purpose.
22
(a)
(b)
(c)
(d)
take immediate steps to bring the work and services to a close in a prompt and
orderly manner and reduce expenses to a minimum;
refrain from undertaking any further commitments;
if required by the Agency, transfer title and deliver to the Agency the fabricated
parts, work in process, completed work, supplies and other material produced or
acquired for the portion of the Contract terminated; and
deliver all completed or partially completed plans, drawings, and any other
information subject to Intellectual Property Rights.
10.3 In the event of any termination, the Agency shall be entitled to obtain reasonable
written accountings from the Contractor concerning all obligations performed or pending in
accordance with the Contract.
10.4 The Agency may terminate the Contract immediately by giving the Contractor written
notice of such termination under any of the following circumstances:
a)
if required to do so by any government or regulatory authority of
competent
jurisdiction;
b)
the Contractor fails to observe or perform at of its duties and obligations under
this agreement, and in the case of a failure capable of being remedied, it is not,
in the opinion of the Company, remedied within 14 days after written notice of its
occurrence has been given to the Contractor;
c)
the Contractor makes any representation, warranty or statement, whether in this
Contract or in any document, statement, notice or correspondence provided
under or in connection with this Contract that proves to be incorrect in any
material aspect;
d)
the Contractor becomes unable to pay its debts as they fall due or otherwise
becomes insolvent or is declared insolvent, or has been placed under
liquidation;
e)
any of the Contractors licenses is revoked or suspended;
f)
the Contractor contravenes any written law in Singapore.
10.5 In case of termination under Clause 10.4 above, the Agency has the right to, at its own
option:
a)
have the work performed under its direct responsibility, in which case the
Contractor shall be obliged to pay all additional costs arising for the Agency;
b)
have the work performed by way of a replacement contract with a third party, in
which case the Contractor shall be obliged to pay all additional costs arising for
the Agency;
c)
have the work terminated, in which case the Agency shall be entitled to full
compensation for the expenses incurred by NEA caused by the Contractors
non-fulfillment of its contractual obligations.
10.6 The Agency may also terminate this Contract by giving the Contractor thirty (30) days
prior written notice if any payment due from the Contractor to the Agency remains outstanding
for a period of 3 months or more, unless the Agency has agreed in writing to the payment
being deferred.
10.7 Upon termination of this Contract, all rights, obligations and liabilities of the parties
hereto accrued up to and including the date of such termination and those rights, obligations or
liabilities of the parties stated to survive the termination of this Contract shall not be affected by
the termination. In the case where either party exercises the right to terminate the Contract by
written notice, such obligations and liabilities shall continue to be performed and discharged
and accrued in accordance with the provisions hereof up to the date on which such notice of
termination expires, providing always that any liability of the Agency for loss of actual or
expected profit, and for indirect or consequential losses, is expressly excluded.
23
24
OF
AGENCY
AGAINST
CLAIMS
BY
CONSULTANT'S
15.1 In the event of the Agency (including for this purpose every officer and department
thereof) being held liable for damages arising out of any claim by any workman or employee
employed by the Consultant in and for the performance of the Contract, the Consultant shall
indemnify the Agency, its officers or departments against such claim and any costs, charges
and expenses in respect thereof,
PROVIDED the same is not caused by the gross negligence or willful default of the Agency,
its officers or agents.
16. MEDIATION CLAUSE
16.1 Notwithstanding anything in this Contract, in the event of any dispute, controversy or
claim arising out of or relating to this Contract, no Party shall proceed to any form of dispute
resolution UNLESS the Parties have made reasonable efforts to resolve the same through
mediation in accordance with the mediation rules of the Singapore Mediation Centre.
16.2 A Party who receives a notice for mediation from the other Party shall consent and
participate in the mediation process in accordance with Clause 16.1.
16.3 Failure to comply with Clause 16.1 or 16.2 shall be deemed to be a breach of contract.
17. CONSORTIUM
17.1 As used in this Contract, Consortium means an unincorporated joint venture through
the medium of a consortium or a partnership.
17.2 Each member of the Consortium shall be jointly and severally responsible to the
Agency for the due performance of the Contract.
17.3 Any introduction of or changes to the Consortium membership must be approved in
writing by the Agency.
17.4 Should additional member(s) be added to the Consortium at any time with the
approval of the Agency, he or they shall be deemed to be included in the expression 'the
Contractor'.
17.5 If any member of the Consortium withdraws from the Consortium, goes into
liquidation, is wound up or cease to exist in accordance with the laws of the country of
incorporation:
(a)
25
(b)
the remaining member(s) of the Consortium shall be obliged to carry out and
complete the Contract.
Nothing in this Contract shall affect any persons right to own or license Background
18.2 All Foreground IP created by the Contractor, its subcontractor or supplier shall vest in
the Agency. The Contractor shall, by way of present assignment of future IP, do all things
necessary to ensure that all Foreground IP is assigned to the Agency absolutely. The
Contractor shall do all such things and to sign and execute all such documents as may
reasonably be required in order to perfect, protect or enforce any of the Foreground IP
assigned and granted to the Agency.
18.3 The Contractor shall obtain for and grant to the Agency and its agent, free of any
additional charge, a worldwide, perpetual, non-exclusive license, to use all Background IP
owned by or licensed to the Contractor, its subcontractor or supplier.
18.4 For the avoidance of doubt, any IP in any results, report, data or information
generated or produced by the Agency or another person on behalf of the Agency as a result
of this Contract shall be owned by the Agency.
18.5 If the Contractor, its subcontractor or supplier intends to sell or transfer their
Background IP, the Contractor shall ensure that the purchaser of the Background IP and
every successor in title to the interest in the Background IP has prior written notice of the
license that the Contractor, its subcontractor or supplier has granted to the Agency.
18.6 If any license granted or obtained for Background IP under Clause 21.3 is registrable
under any IP registration system in Singapore[5], the Contractor shall:
(a)
(b)
26
A3 COMMENCEMENT OF CONTRACT
27
A3.1
This Contract shall commence on the date stated in the Letter of Acceptance.
A4
NOT USED
A5 REPLACEMENT OF PERSONNEL
A5.1 The Consultant shall replace its personnel within fourteen (14) days from the date of
written notice from the Agency that the said personnel is either:
(a) technically incompetent in carrying out the Services and all efforts by the Consultant
have failed to resolve the issue within the said period;
(b) the conduct of the said personnel is found to be detrimental to the purposes of this
tender and the Agencys Vision, Mission & Core Values; or
(c) the conduct of the said personnel is found to be detrimental to national security.
A6 CONFIDENTIALITY AND SECURITY
A6.1 Except with the written consent of the Agency, the Consultant shall not disclose the
Contract or any purchases made in this Contract or any provisions thereof or any information
issued or furnished by or on behalf of the Agency in connection therewith to any person.
A6.2 In addition to the foregoing, the Consultant shall not make use of any information
obtained directly or indirectly from the Agency or compiled or generated by the Consultant in
the course of this Contract which pertains to or is derived from such information, other than
use for the purposes of this Contract without the prior written consent of the Agency.
A6.3 The Consultant shall not publish or release, nor shall it allow or suffer the publication
or release of, any news item, article, publication, advertisement, prepared speech or any
other information or material pertaining to any part of the obligations to be performed under
the Contract in any media without the prior written consent of the Agency.
28
TENDER TITLE
TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS
FEASIBILITY STUDIES
You are hereby informed that your tender for the abovementioned Contract is accepted,
subject to the Conditions of Contract, Contract Specifications, Form of Tender and this
letter.
2
Item
The items of your tender, and the amount thereof, which are accepted are as
follows :
Description
Amount (S$)
You will be notified when the formal Contract is ready for your signature.
This letter is sent to you in triplicate. Please return the original and duplicate, duly
signed and witnessed, where indicated, to this office within 14 days from the date of
this letter and retain the triplicate.
29
# The whole of the Security Deposit may be covered by an approved on-demand Bankers or
Insurers/Financiers Guarantee in lieu of cash.
The undersigned hereby acknowledges receipt of the above letter, copy of which has been
retained and confirms that no terms, conditions or stipulations additional to those contained in the
Tender Documents have been imposed by the issue of this letter.
Signature of
Contractor
...
Signature of
Witness to
Contractors signature
Address
...
Address
..
...
.
...
....
Date
Date
...
30
...
.
In the event of the Contractor failing to fulfil any of the terms and conditions of the
said contract, we shall indemnify the Agency against all losses, damages, costs,
expenses or otherwise sustained by the Agency thereby up to the sum of Singapore
Dollars _____________ (S$ __________ ) (hereinafter called the Guaranteed Sum)
upon receiving your written notice of claim for payment made pursuant to Clause 4
hereof.
Our liability under this Guarantee shall continue and this Guarantee shall remain in
full force and effect from _________________ [date of commencement of the
Contract] until ______________ [expiry date of the Contract/Defects Liability Period
whichever is applicable] provided always that the expiry date of this Guarantee and
our liability thereunder shall be automatically extended for successive periods of
twelve (12) months unless we give you 90 days written notice prior to the expiry of
our liability of our intention not to extend this Guarantee in respect of any future
extension and provided further that you shall be entitled, upon receiving such notice
of our intention (and within the period specified in Clause 4 hereof), either to:
(a)
* (b)
(c)
We shall be obliged to effect the payment required under such a claim or direction
within 30 business days of our receipt thereof. We shall be under no duty to inquire
into the reasons, circumstances or authenticity of the grounds for such claim or
direction and shall be entitled to rely upon any written notice thereof received by us
(within the period specified in Clause 4 hereof) as final and conclusive.
The Agency may make more than one claim on, or direction under, this Guarantee so
long as the claims or directions are made pursuant to Clause 4 hereof and within the
period specified therein and the aggregate amount specified in all such claims and
directions does not exceed the Guaranteed Sum.
This Guarantee is issued subject to the laws of the Republic of Singapore and the
jurisdiction of the Singapore courts.
Dated this _______ day of _________________ 20___
___________________________________
(Name of Bank or Insurance/Finance Company)
_____________________
(Signature)
_____________________
(Signature of Witness)
32
General
Intent
1.1
The National Environment Agency (NEA); hereon will be referred to as the Agency
intends to engage a Consultant to conduct feasibility study and preliminary design on
access routes leading to the Tuas View Basin Site (Appendix A); hereon will be
known as the Site and manage site investigation works (topographical, soil
investigation, trial trenching) . After which, the Consultant will be required to assess
and recommend feasible access routes based on a proper evaluation matrix which is
to be developed as part of the requirement in this tender, and take into
considerations factors such as accessibility, time required for construction, costs (e.g.
capex and maintenance costs), ownership of maintenance, security and operational
risk assessments to all nearby tenants and etc. The Consultant shall then provide the
preliminary engineering design for each of the approved access routes and prepare
the tender specifications/documents for the Agency to call for an output base Design
and Build (D&B) tender to conduct the detailed engineering design and construction
of the accesses later on. The duration of the Consultancy service is approximately
nine (09) months, including obtaining the required Master Plan Committee (MPC)s
approval/planning permission for the approved road accesses. The Consultant shall
note that only upon the completion of all deliverables stipulated in the scope of work
that will constitute the completion of the Contract
Background
1.2
The Agency is planning the development of a waste management facility that will be
co-located with a water reclamation facility at the above-mentioned Tuas View Basin
site. Three (3) potential permanent road accesses have been identified by the
Agency as possible entries to the Site as shown in Appendix A. These accesses
would be used by municipal solid waste/treated sludge carrier trucks and other
vehicles to support the continuous operations and maintenance on daily basis once
both facilities are commissioned.
2.1
2.1.1
The Consultant shall submit a detailed programme for the Services for the Agencys
acceptance. The Baseline Programme when accepted shall form the basis against
which actual progress of the Services is measured and assessed. The Consultant
shall ensure that the programme submitted serves as an effective means for
controlling, monitoring and reporting the progress of the Services. The programme
shall:
33
3.1
3.1.1
Part 1A: Conduct mandatory site investigative works i.e. Topographical Study, Soil
Investigation, Trial trenching Works, and Traffic Impact Assessment for the road
accesses.
Part 1B: Conduct feasibility study on three (3) accesses (Routes #1, #2 and #3) that
have been identified for permanent accesses into the Site. The Consultant is also
required to study all possible alternatives routes and propose at least one (01)
feasible alternative access to the Site in addition to the identified accesses.
3.1.2
Part 2: Conduct feasibility study on two (2) accesses [Route #1 and #4(to be
identified by Consultant)] for temporary accesses into the Site. The objective of these
temporary accesses is to enable initial Site construction activities to be carried out
concurrently while the permanent accesses are being constructed.
3.1.3
Part 3: Provide the preliminary engineering design for the permanent accesses to the
Site. The Consultant shall also be required to provide the detailed engineering design
of the temporary accesses to Site. The Consultant shall also prepare the tender
specifications/documents for the Agency to call for an output base D&B tender to
conduct the detailed engineering design and construction of the accesses later on. In
addition, the
Consultant
shall
also prepare
all necessary
tender
specifications/documents for the Agency to call, for example, a tender to engage an
Accredited Checker (AC) to work with the D&B tenderer and verify the detailed
engineering design of the accesses. Another example of the tender documents/
specifications that the Consultant would need to prepare would be one for the
Agency to call for a separate tender to construct the recommended temporary
access.
3.2
The terms of reference for the scope of consultancy services shall include but not be
limited to the following:
34
As part of the work scope to determine the feasibility of these proposed permanent
and temporary accesses, the Consultant shall conduct the following mandatory
works:
a)
Carry out three (3) types of site investigative works on Route #1, #2 and #3:
i)
Topographical Survey
(Schedule 4)
ii)
(Schedule 5)
iii)
(Schedule 6)
The Consultant shall ensure that the TIA study is acceptable to the Agency as
well as to all other relevant agencies that requires this study to be conducted.
iv. The Consultant shall also arrange meetings with the relevant agencies to
discuss and clarify the TIA Study requirement in order to have a clear
understanding of the extent of TIA Study to be conducted. The Consultant
shall provide all development transport related information and conduct a
survey of the existing site condition. The Consultant shall also record and
submit all minutes of meetings.
v. The Consultant shall prepare a comprehensive TIA report covering the
following issues:
A technical summary that includes purpose, major findings,
conclusions and recommendations
Introduction comprising background, objectives and key
issues
Existing Traffic network and traffic situation
Proposed Development and measures taken
Future Transport network and forecast
Impact of proposed development
Other assessment issues
Recommendations and conclusion
Any other information, analysis and reports required by the
Agency
Part 1B: Conduct feasibility study on potential permanent accesses into the Site
3.2.2 The three (3) identified accesses (Route #1, #2 and #3) are meant for use by the
municipal solid waste/treated sludge carrier trucks and other vehicles to support the
continuous operations and maintenance of the waste management facility and water
reclamation plant on a daily basis permanently. The estimated number of vehicular
trips to the Site is projected to be as high as 2000 per day (with varying frequency on
a daily basis) once both the facilities are fully operational. The Consultant shall
conduct a feasibility study to determine if all the accesses would be sufficient for the
36
intended purposes stated above with due consideration on practical and economical
aspects. The feasibility study shall include but not be limited to the following:
3.2.3
a)
Study and develop the conceptual and preliminary design of each of the
accesses (i.e. alignment, dimensions, span, thickness, gradient etc) as well as
propose the implementation timeline and costs.
b)
c)
3.2.4
The Consultant is required in the feasibility study report to study all possible
alternatives routes and propose at least one (01) feasible alternative access option to
the Site in addition to the identified accesses (i.e. access routes 1#, #2 and #3), with
supporting documents to serve as justifications. The Consultant shall also conduct
37
all necessary studies mentioned in Clause 3.2 1, 3.2.2 and 3.2.3 above to justify the
feasibility of the proposed alternative access option(s) in consultation with Agency.
3.2.5
At the end of the study, the Consultant shall ensure that there are sufficient accesses
(i.e. at least 3 accesses) to the Site and that they will be able to handle the
anticipated traffic volume flowing through. Thereafter, the Consultant is required to
rank all the accesses taking into consideration the security and operational risk
assessments, cost, land, timeline, technical and commercial constraints, etc and
recommend the best 3 accesses to site for the Agencys approval. The Consultant is
expected to develop a logical and effective matrix to evaluate and rank the accesses
accordingly. The matrix shall be subjected to the approval of the Agency.
Part 2: Conduct feasibility study on two (2) accesses [Route #1 and #4(to be
identified by Consultant)] as potential temporary accesses to Site and produce
detailed engineering design
3.2.6
3.2.7
The Consultant shall also prepare, if necessary, all mandatory documents, plans and
drawings and submit to all the relevant authorities including the URA/MPC and obtain
all required approvals/planning permissions. This shall also include MPA for the
proposed barging operations as well as any other maritime and sea ferrying
information, plans and etc.
3.2.8
The Consultant will be required to work with other consultants who will be studying
the respective waste management and water reclamation facilities in this part of the
work.
Part 3: Provide Preliminary Engineering Design of the approved means of access to
Site and Contract packaging and Tender
Preliminary Engineering Design of the approved means of access
3.2.9
Once the Consultant has established and obtained the Agencys approval of the
recommended permanent accesses to the Site, the Consultant is required to produce
a preliminary engineering design of the approved means of access. The Consultant
is advised to make reference to LTAs websites:
38
http://www.lta.gov.sg/content/ltaweb/en/industry-matters/development-and-buildingand-construction-and-utility-works/civil-standards.html
and relevant COPs for all Works, preliminary and permanent designs to meet the
necessary standards. These preliminary engineering designs shall be of sufficient
details and quality to enable the Agency to use them for submission to all relevant
authorities including the URA/MPC and obtain the necessary approvals/planning
permissions. The Consultant shall act on behalf of the Agency to handle all
engagements with the relevant agencies throughout the URA/MPC process. All
documents, plans and drawings shall be prepared and submitted by the Consultant
upon obtain the Agencys approval. The Consultant shall ensure that the project
obtains all required approvals from the relevant agencies with these submissions,
including the URA/MPC approvals/planning permissions. The preliminary design
shall include but not limit to the following:
a)
ii.
iii.
iv.
Prepare trees affected plans and obtain in-principle approval from the
relevant agency; and
v.
vi.
b)
The Consultant shall propose various feasible schemes to construct the proposed
road accesses, viaducts, flyovers, tunnels and widening of existing roads along
the corridor, evaluate and recommend the most optimum option for the Agencys
acceptance.
The Consultant shall carry out sufficient analysis and calculation to justify the
proposed geometry and size of main structural elements including the foundation
of the aboveground and underground building works and prepare design reports
for the final notional design schemes which shall include but not limited to the
following:
39
i.
ii.
iii.
iv.
v.
The Consultant shall also submit drawings for the final notional design schemes
which shall include but not limited to the following:
vi.
vii.
3.2.10 The Consultant will be required to work with other consultants who will be studying
the respective waste management and water reclamation facilities in this part of the
work
Contract Packaging and Tender
3.2.11 In addition to providing the preliminary engineering design of the approved permanent
accesses to Site, the Consultant shall be required to produce/provide:
a)
The above works and any other which are deemed necessary shall be
conducted in an appropriate sequence that will eventually lead to the
production of the detailed engineering design for the construction of the
permanent accesses.
b)
c)
40
d)
e)
f)
Provide evaluation criteria for tender award and produce the necessary
details for evaluating the tender submission based on the developed tender
specifications in 3.2.11a) to e).
h)
Identify and advise adequate insurance coverage required for executing the
works in each of the subsequent tender till the complete construction of the
road accesses.
41
4.1
The Consultant shall comply with the deliverables schedule tabulated below. The
Consultant shall allow sufficient time for discussion, review and re-submission.
4.2
The Consultant shall submit draft report(s) for the Agencys review at least one (01)
month prior to the submission of each deliverable as scheduled in the table. The
Consultant shall prepare 20 hardcopies and 5 softcopies in Microsoft Words format to
be submitted to the relevant agencies.
4.3
The Consultant shall prepare and give formal presentations to the Agency and/or
Ministry of the Environment and Water Resources (MEWR) as well as any other
relevant parties upon the Agencys request. All necessary write-ups, briefs and slides
for submission prior to these presentations shall be made ready by the Consultant at
least 2 weeks before the actual presentation date. The Consultant shall also be
required to prepare all minutes of meeting and submit it to the Agency within 2
working days for circulation.
4.4
All final reports and documents must take into consideration the comments and
feedback received during any of the presentations as well as on the initial and draft
copies. The Consultant shall provide detailed responses to each of those comments
and feedback. All comments and feedback shall be incorporated into the report(s) by
the Consultant upon the receipt of the Agencys approval.
Deliverables
Submission
Schedule
(from Date of
Commencement
stated in Letter of
Acceptance)
Inception Report
1 month
4 months
4 months
4 months
4 months
6 months
42
6 Months
8 months
6 months
8 months
9 months
4.5
The Consultant shall exercise all reasonable skill, care and diligence to complete the
Services within the aforesaid schedule. The Consultant shall note that the time
schedule above may be extended if agreed by both parties. However, the Consultant
shall also note that all additional costs incurred due to the extension shall be borne
fully by the Consultant. The Agency will not entertain any claim for work done
whatsoever arising from the extended period.. The Consultant shall also note that
only upon the completion of all deliverables stipulated in the scope of work that will
constitute the completion of the Contract.
4.6
The Agency reserves the rights to request the Consultant to supplement, modify or
provide further details to the reports set out in the Contract Specifications (at no
additional costs) before the Agency accepts the reports. Such a request shall be
confined to matters falling within the Contract Specifications.
5.1
The Consultant shall be responsible for the co-ordination with all relevant parties to
obtain the necessary information for, and execution of, the Services. The Agency will
assist the Consultant, wherever possible, in liaising with Government bodies and
statutory boards to ensure that the Consultant have access to the required
information available, for the completion of the Services. The Agency shall not be
held responsible for any delay by third parties or failure in obtaining any information
and etc., in which case, the Consultant shall be responsible to obtain these
information through his own means.
5.2
Co-ordinate with other consultants and contractors, if any, with regards to the
interfacing of the works, in particular if the works are affected or will be affected by
works of other parties working in the same area.
Payment
6.1
The total remuneration payable by the Agency to the Consultant for the Services
shall be based on the Lump Sum Fee as set out in Schedule 1, subject to the
conditions stated hereinafter. The Agency shall not pay for any other expenses or
costs of whatsoever nature other than those set forth in this Contract.
6.2
The remuneration as set out in the aforesaid Schedule 1 shall be deemed to include
cost of all relevant insurance, salaries, all relevant charges, fees, costs of submission
to and obtaining drawings/plans and approvals from government departments,
statutory boards, companies, surveys, investigations, tests, overheads, profits,
escalation and incidental expenses such as communications including electronicmail, telephone, facsimile, internet access and overseas communications, computer
43
costs, printing of all documents and drawings, making copies, travelling, hotel
accommodations, daily allowances, overtime pay and all necessary costs for
rendering the Services to the satisfaction of the Agency.
6.3
The schedule for payment for the remuneration stated in Clause 6.1 shall be as in
Schedule 2.
6.4
The Consultant shall issue e-invoices for the work done in the performance of the
Services for the purposes of making the payments under this Contract.
6.5
The Agency reserves the right to request the Consultant to change any person(s) if it
finds them unfitting in carrying out the work.
7.1
Should the Agency requires the Consultant to undertake additional duties beyond the
Scope of Services such as advising or assisting (including giving evidence) in
connection with arbitration, insurance claim or other legal proceedings, the
Consultant shall undertake such duties subject to additional payment to be mutually
agreed upon. Such additional payment shall be computed on a time basis in advance
in accordance with the scale set out in Schedule 3 and the estimated manpower
input and the limit of the total cost agreed in writing.
8.1
The Agency may supply to the Consultant pertinent data and information which are
available and which are reasonably required for the proper execution of the Services
whenever possible. The Consultant may use such data and information at his own
risk for the purpose of carrying out his duties, obligations and responsibilities under
this Contract. The Agency however shall not be liable for any inaccuracy in any such
data or information supplied. It is also the responsibility and obligation of the
Consultant to seek and obtain any information that the Agency is unable to provide
for the purpose of these studies. The lack of information shall not indemnify the
Consultant from carrying out his duties and provide a comprehensive study in
accordance with the abovementioned scope of work.
8.2
The Consultant acknowledges that all information required in the course of carrying
out his duties, obligations and responsibilities under this Contract are strictly
confidential. Such information shall not be published or communicated by the
Consultant to any unauthorised person in any form at any time without prior express
sanction of the Agency.
9.1
The Consultant shall exercise all reasonable skill, care and diligence in the
performance of the Services under the Contract. The Consultant shall in all
professional matters act as a faithful adviser to the Agency and in so far as any of his
duties are discretionary, act fairly as between the Agency and third parties.
9.2
The Consultant shall provide all the expert advice and skills which are required for
the Services for which he is engaged.
44
9.3
The Consultant shall have sufficient experienced and qualified staff throughout all
stages of the project. These professional staff shall have the capability and relevant
experience to carry out the Services.
9.4
The Consultant shall assemble a team that has proven expertise in the relevant fields
to carry out the Services under the Contract.
9.5
The Agency requires dedicated commitment by key personnel of the Consultant, with
assurances of their continuity, availability and accessibility for the assignment. In
particular, the Consultant is required to include confirmation that it is available to
commence work immediately on appointment. The Consultant shall not make any
changes to the project team without the prior approval of the Agency. The Consultant
shall submit the following documents as part of the tender submission:
(a)
9.6
If for any reason beyond the reasonable control of the Consultant it becomes
necessary to replace any of the key personnel, the Consultant shall forthwith provide
as a replacement, a person of equivalent or better qualifications and experience and
acceptable to the Agency.
9.7
b.
A Project Manager who shall assist the Project Director in implementing and
managing the project. The Project Manager shall have at least 10 years of
relevant experience in large infrastructures projects preferably with
experience in road works and construction projects. The Project Manager
shall be responsible for the co-ordination of all the activities for the project and
be the main contact person. The Project Manager shall attend meetings with
the Agency and provide advice on all matters related to the project.
c.
d.
Professional personnel (s) with relevant experience and is/are able to advise
the Agency cost-benefit analysis study, industry structure and all relevant
information such as costing, land requirements and etc for a complete
proposal of the proposed project.
45
10
10.1
The Consultant shall at all times indemnify and keep indemnified the Agency fully and
completely against all claims, damages, expenses or costs (including those asserted
by third parties) arising directly or indirectly from its acts, errors or omissions and
shall secure and maintain such insurance as will protect it from such claims.
11
Conflict of Interest
11.1
TABLE OF SCHEDULES
SCHEDULE 1
SCHEDULE 2
Schedule of Payment
SCHEDULE 3
SCHEDULE 4
Topographical Survey
SCHEDULE 5
SCHEDULE 6
SCHEDULE 7
TABLE OF APPENDIX
APPENDIX A
APPENDIX B
APPENDIX C
46
Part 1A: Mandatory Works to be carried out for the feasibility studies of Permanent and
Temporary Accesses
I
Topographical Study
II
III
IV
Part 1B: Conduct feasibility study on permanent accesses into the Site
I
Part 2: Conduct feasibility study on two (2) accesses [Route #1 and #4(to be identified by
Consultant)] as potential temporary accesses to Site and produce detailed Engineering
design
I
II
Detailed Engineering
accesses
Design
for
temporary
Date: ________________________
47
Description
% of Schedule 1
70%
30%
48
Name/Designation
S$/Man-hour
S$/Man-day
S$ Man-month
Date: _______________________
49
S/N
1
Description
Carry out all necessary works
for Topographical Survey
(including engagement of
Registered Surveyor and
submission of reports and
drawings)
Unit
Qty
Per
Hectare
(ha)
12
Rate ($)
Amount ($)
50
S/N
Description
Unit
Qty
Per
Borehole
80
Rate ($)
Amount ($)
51
S/N
1
1.1
1.2
Description
Unit
Qty
Per Trench
Per Trench
Per Trench
20
20
20
Per Trench
Per Trench
Per Trench
20
20
20
Rate ($)
Amount ($)
52
No
Deliverables
Number of copies
Inception Report
20
20
20
20
20
20
20
8
9
10
53
20
20
20
APPENDIX A
54
APPENDIX B
SECURITY AND BLAST
1
Introduction
1.1
The National Environment Agency (NEA), hereon will be referred to as the Agency
seeks to engage the services of a Security and Blast Consultant (henceforth termed as the
S&B Consultant) to study into the proposal of using the Route #1 and 4 in Appendix A as
temporary access routes to the 68 ha Tuas View Basin site. The study shall take into
consideration the operational and security concerns of Tuas Power Generation Pte Ltd and
any other nearby facilities (henceforth term as the Facility) that may be affected by the
development of these temporary accesses
2
General Requirements
2.1
The S&B Consultant is to develop effective security solutions to meet the security
objectives set out for all nearby facilities. The baseline security objective for critical
infrastructures is to assure the adequate protection and sustenance of critical assets and
functions.
2.2
In the process of developing the security solutions, the S&B Consultant shall work
closely with the project consultants, facility owners and their representatives, relevant
authorities and agencies as well as any other relevant persons to integrate security planning
and solutions in the Facilitys daily operations.
2.3
The S&B Consultant is expected to attend relevant meetings and/or present its
findings to the Agency or to any other relevant Authorities as and when instructed by the
Agency to do so. The S&B Consultant shall furnish documentation and information
pertaining to the security assessments and solutions proposed.
2.4
Should the Agency not accept any of the submissions prepared by the S&B
Consultant, they shall make the necessary revisions, undertake further analyses and/or
provide additional information required so as to satisfy the Agencys requirements. These
additions and/or amendments shall then be consolidated and incorporated into a fresh
submission that shall be prepared and re-submitted for acceptance.
2.5
The S&B Consultant shall be subject to the Official Secrets Act. They shall not
disclose or release to any persons or otherwise deal with the same in any manner
whatsoever without the Agencys written consent, as all information relating to this project
shall vest in and be the absolute property of the Agency. The S&B Consultant shall
safeguard any information collected and return and/or delete all information
collected/processed at the end of the contract in accordance with the Agencys instructions.
3
Process Requirements
3.1
3.1.1 The S&B Consultant shall carry out a RA on all nearby facilities. The findings shall
be submitted to the Agency in a RA Report. Please refer to Annex S&B_A for the baseline
requirements for the RA. For threat scenarios involving IEDs and explosive weapons, the
S&B Consultant shall support the analysis in accordance with the requirements stipulated in
Annex S&B_B, in order to assess the Risk of each scenario.
3.1.2 After submission of the RA Report, the S&B Consultant shall provide necessary
clarifications and justifications to support the assessment and obtain the Agencys
55
acceptance of the report. After all clarifications and requests for information have been
satisfactorily met and accepted by the Agency, the S&B Consultant shall update the RA
Report with the necessary amendments, clarifications and supporting information for
resubmission.
3.2
3.2.1 The S&B Consultant shall prepare and submit to the Agency a Pre-Final Security
Plan (PFSP) which proposes security measures to address the Risks surfaced in the RA.
Where security measures are required, these measures can be in the form of structural,
operational or technological measures. The S&B Consultant shall propose only necessary
and essential security features. For the technical standards that selected security measures
have to adhere to in terms of the analysis or performance outcome, please refer to Annex
S&B_C. While these measures do not have to include all eventual details, they should
possess sufficient detail for the Agency and its assigned representatives to evaluate the
effectiveness of the proposed measures. For a description of the baseline expected level of
detail, please refer to Annex S&B_D.
3.2.2 In the PFSP, the S&B Consultant shall recommend a comprehensive suite of security
measures to address all the Risks, as determined from the RA, faced by the nearby facilities
that prevent the stated baseline security objectives from being achieved. The exact
combination of structural, physical and operational measures shall be calibrated according to
the Risks posed by the various threat scenarios and the criticality of the Asset in question.
The S&B Consultant shall also illustrate the reduction of Risk achieved in each case by
updating the Risk levels contained within the RA should the recommended measures be
implemented.
3.2.3 In the development of security measures, the S&B Consultant shall ensure that the
security measures do not contravene prevailing statutory requirements, codes or guidelines
published by government authorities. If special exemption has to be sought from any
government authority to implement any particular security measure, the S&B Consultant
shall make the necessary submissions, and obtain in-principle approval from the relevant
authority before submitting the PFSP to the Agency.
3.2.4 After submission of the PFSP, the S&B Consultant shall provide necessary
clarifications and justifications as required by the Agency to support their assessment and
obtain the Agencys acceptance of the PFSP. After all clarifications and requests for
information have been satisfactorily met and accepted by the Agency, the S&B Consultant
shall update the PFSP with the necessary amendments, clarifications and supporting
information and resubmit to the Agency.
3.2.5 It is expected that the preparation of the Final Security Plan would require in-depth
and at times, discussions as well as close scrutiny of the measures and various options. The
S&B Consultant is thus advised to cater the necessary resources to meet the service quality
requirements spelt out in Section 5: Service Quality.
3.3
3.3.1 The S&B Consultant shall prepare the Final Security Protection Plan (FSP) which
provides all the necessary detail for the implementation of the approved security measures.
This includes all necessary certifications, test data, calculations and drawings relevant to all
affected facilities. The FSP shall also include a summary table of the security measures to
be implemented. Please refer to Annex S&B_E for detailed descriptions.
3.3.2 After submission of the FSP, the S&B Consultant shall provide necessary
clarifications and justifications to support their recommendations and obtain the Agencys
56
acceptance. After all clarifications and requests for information have been satisfactorily met
and accepted by the Agency, the S&B Consultant shall update the FSP with the necessary
amendments, clarifications and supporting information and resubmit it to the Agency.
3.3.3 The S&B Consultant shall work with the Agencys appointed representatives to
incorporate the final security measures into the relevant project plans for submission to the
relevant authorities (such as URA, BCA, LTA, EMA, MPA, MHA, NPARKS etc) for approval
in accordance with prevailing statutory and legislative requirements.
3.4
3.4.1 In general, the S&B Consultant shall assist in the preparation of the tender
documents required for the construction of the proposed temporary road accesses.
Specifically, the S&B Consultant shall:
a. work with the Agency and its appointed representatives to incorporate and
integrate the security measures into the tender documents.
b. not specify proprietary solutions/brand names in the tender specifications.
Rather, where off-the-shelf security solutions are acceptable, the S&B
Consultant shall use general performance outcomes to describe the security
needs.
3.5
3.5.1 In general, the S&B Consultant shall assist in the preparation of the tender
documents required for the construction of the proposed temporary road accesses.
Specifically, the S&B Consultant shall:
c. work with the Agency and its appointed representatives to incorporate and
integrate the security measures into the tender documents.
d. not specify proprietary solutions/brand names in the tender specifications.
Rather, where off-the-shelf security solutions are acceptable, the S&B
Consultant shall use general performance outcomes to describe the security
needs.
3.5.2 As a practical consequence, the S&B Consultant shall not propose security solutions
in the PFSP and FSP that only the S&B Consultant can provide.
4
4.1
Each member of the S&B Consultants team working on the project, depending on
his/her level of access to sensitive information in relation to the project, shall be required to
undergo the necessary security background checks by the Ministry of Home Affairs and
obtain the necessary security clearances before being allowed to commence work on the
project. The Ministry of Home Affairs has the right to deny the necessary security clearances
without explanation.
5
Service Quality
5.1
In general, the S&B Consultant shall respond to all queries made by the Agency, in
the manner required by the Agency, within 3 working days unless stipulated otherwise by the
Agency. If the S&B Consultant requires more time to respond to the queries, the S&B
Consultant shall obtain the Agencys agreement on the timeframe within which the response
shall be delivered.
57
Milestone Requirements
6.1
Deliverables
(from
Date
Commencement
stated in Letter
Acceptance)
Completion of RA Report
3 months
4 months
6 months
9 months
of
of
7.1
The S&B Consultant shall submit all required reports and plans according to the
requirements contained in the table below.
Report/Plan
Requirement
RA
PFSP
FSP
58
provided.
8.1
In the S&B Consultants proposal in response to this tender, the S&B Consultant
shall provide information on the following:
a) Statement of understanding of the project, e.g. highlighting of key challenges or
key considerations.
b) RA methodology, blast effects and structural resilience methodologies, software
and test data to be used in this project.
c) The S&B Consultants company details and track record, including details of any
partnering company if submitting the tender as a consortium;
d) Details of the S&B Consultants team members assigned to the project in terms
of their professional track record, curriculum vitae and experience, including
length of employment in the S&B Consultants company. In cases where the
consultant does not have a local office or representative in Singapore, clearly
explain how communications would be effectively carried out with the rest of
project team and the Agency for the duration of the contract;
e) Details on how work would be allocated amongst members of the S&B
Consultants Team, e.g. who will be performing RA, blast effects analysis, etc;
and the level of access to sensitive information expected for each of these
members.
f) Details of experience and competency in using RA methodology, blast effects
and structural resilience methodologies, software and test data to be employed in
the project.
g) Description of scope and extent of professional liability coverage and insurance, if
available.
Annexes
Annex S&B_A
Annex S&B_B
Annex S&B_C
Annex S&B_D
Annex S&B_E
59
ANNEX S&B_A
BASELINE REQUIREMENTS FOR RISK ANALYSIS
1
Introduction
1.1
The RA is an important step in the security review. A well prepared RA would allow
the Agency to understand the key Risks that the Facility faces so that effective measures
may be taken to address those Risks. A well prepared RA is comprehensive in its coverage,
robust in its assessment and succinct in the report of findings.
2
2.1
There are two key input parameters that the S&B Consultant is required to consider.
i.
ii.
Asset Definition. The S&B Consultant shall work with the Agency to
identify the Assets critical to meeting the security objectives stated.
The critical assets functions, distribution and location within the facility
shall also be identified and clearly indicated1.
3.1
There is no preference for any particular methodology as long as it is relevant to the
nature of the assessment to be done and the S&B Consultant is able to clearly demonstrate
ability and experience in applying the methodology. As a general guide, the methodology
employed should be able to express the Risks faced by the Assets in terms of, minimally, the
threat considerations, the impact of a successful attack, the relative importance of the
defined Assets, the attractiveness of the target and Assets, and any site-specific
weaknesses that may be exploited. The methodology should also allow for the clear and
concise presentation and prioritisation of Risks.
3.2
However, in carrying out the Risk analysis, the S&B Consultant shall NOT merely
carry out a facility-level analysis. Instead, the S&B Consultant shall develop and assess
various types of plausible threat scenarios at the sub-facility level2. For each threat
scenario, the S&B Consultant shall make a robust and soundly supported assessment of the
Risks faced by the Assets using its proposed methodology. In assessing each threat
scenario, the S&B Consultant may take into account typical security features found in the
type of facility being studied or features that have been incorporated in the design of the
nearby facilities3. The S&B Consultant shall NOT take into account any feature that is not
inherent in the preliminary design or that has not obtained the Agencys approval. For threat
scenarios involving IEDs and explosive weapons, the S&B Consultant shall support the
analysis with the relevant facts, figures, quantitative and qualitative data as derived from
calculations, computer simulations, actual tests, and literature research, etc, as per Annex C,
in order to assess the Risk of each scenario.
4
4.1
The presentation of results shall be clear and concise to aid decision making. The
S&B Consultant shall clearly indicate the Risks faced by the Assets to each threat scenario.
The S&B Consultant shall also clearly differentiate the Risks according to their level of risk.
The results shall also be presented in a form that will subsequently show a clear relationship
between the introduction of additional security measures and the reduction of Risk for
individual threat scenarios, on individual Assets.
4.2
Finally, the S&B Consultant shall make a preliminary4 recommendation on the Risks
to be mitigated through either further refinements to the building design or through additional
security measures. Depending on the methodology employed, the basis for the preliminary
recommendation could be on the level of risk, cost effectiveness, the security concept
employed, etc.
The sub-facility analysis would represent threat scenarios at the various locations within the facility
where the Assets may be at Risk. For example, a VBIED at the vehicle drop-off point, a CB attack
using the ventilation system at a particular air intake point, etc.
3
For example, the consultant should take into account the envisaged operational flow of the facility,
e.g. whether it is open to public access, whether there will be screening conducted on vehicles or
persons entering the premises, and whether there will be security clearance for personnel working in
the premises etc.
4
This is a preliminary recommendation as the final recommendation contained in the Final Security
Plan would necessarily depend on the implications of the security measures recommended. Note that
this requires only an identification of Risks to be mitigated rather than the recommendation of security
solutions which would be made in the Pre-Final Security Plan.
61
Vehicle Borne
Improvised
Explosive
Device
(VBIED)*
Improvised
Explosive
Device
(IED)*
Methods
Specifics
Possible types of
vehicle
Possible weight
Possible methods
of delivery
Possible weight
Possible
concealment and
deception
Possible methods
of delivery
*Note:
To address VBIED threat against critical assets along Route #1 as i) a
temporary access and ii) a permanent access
To address both VBIED & IED threats against critical assets along Routes #2 &
#3 - ( including blowing up on the flyover directly above sea-intake channel and
causing structures to fall into the sea-intake channel or IED being dropped into
the sea-intake channel causing damage to the channel)
62
ANNEX S&B_B
REQUIREMENTS FOR ANALYSIS OF EFFECTS OF EXPLOSIVE LOADS
1
When an analysis of explosive effects on structures and the structural response is
required, the S&B Consultant shall use:
a) methodologies and guidelines defined in Unified Facilities Criteria UFC 3-34002 (5 December 2008), Protective Design Center PDC-TR 06-02 (12
September 2006), and PDC-TR 06-08 (20 October 2006); and/or
b) methodologies and guidelines defined in other established codes and/or
literature, provided that a complete copy of the codes/literature used is made
available to the Agency wherever possible and that relevant sections of the
codes/literature used in the analysis are clearly pointed out; and/or
c) results from actual blast tests, provided that the tests are conducted with
equal or higher blast loads on test subjects similar to the analysed structural
elements and that full information of the tests are made available to the
Agency wherever possible; and/or
d) numerical modeling and simulation, provided that the numerical model is
validated with results of actual blast tests conducted on equivalent structural
components.
2.
The analysis of structural components against explosive loads shall include the
following information:
a) Derivation of the explosive loads (free-field, reflected and/or confined),
b) Physical dimensions, reinforcement details (for reinforced concrete
components), and material properties of the structural components,
c) The ductile mode response (i.e. flexure, diagonal and direct shear) of the
structural components due to air blast and ground shock,
d) The brittle mode response (i.e. spalling, breaching and cratering) of the
structural components due to air blast and ground shock,
Where the explosive effects are deemed to affect the defined Assets, the analysis shall
include the following information:
a) the effects of blast overpressures on the Assets,
b) the effects of fragmentation on the Assets, and
c) the effects of explosion-resultant fireballs on the Assets.
The Agency reserves the right to request for additional information and clarification from the
S&B Consultant on the methodologies used in the analysis of structural components against
blast loads.
63
ANNEX S&B_C
TECHNICAL ANALYSIS AND PERFORMANCE STANDARDS FOR SECURITY
MEASURES
Measure
Structural
Components (e.g.
columns, beams,
walls, and slabs)
Guidelines/Standards
Refer to requirements in Annex S&B_B.
Vehicle barriers
CCTV
a.
b.
c.
Resolution-4 CIF
64
Annex S&B_D
Detail level for PFSP Submission
1
General Requirements
1.1
The PFSP is to support decision making by the Agency on the types of security
measures to be implemented. While full details of all the security measures are not required
at this stage, as a general rule, the PFSP should contains sufficient detail to allow the
Agency to understand the nature of measures proposed, their performance and implications.
This section describes the minimum details to be part of the PSP submission. Should the
PFSP contain additional items or security measures, the S&B Consultant shall furnish
appropriate details as well.
2
Item
Access Route Layout
Assets
Utilities
Details Required
Access route layout plans detailing its impact on
each of the affected nearby facility.
Mark out asset locations on architectural
drawings.
Key utilities that support the continued function of
the security measures, emergency response
protocols or are susceptible for exploitation that
would affect the security outcomes are to be
achieved.
Structural/Physical Measures
Measure
Structural Components (e.g.
columns, beams, walls, and
slabs)
Fence line
Details Required
Mark out on architectural drawings the locations
of the critical assets which require structural
hardening, and the kinds of structural hardening
employed.
Physical dimensions and mechanical properties
(e.g. elastic modulus, compressive and tensile
yield and ultimate strengths, etc.) of component
and its reinforcement (e.g. reinforcement steel,
steel jacket, FRP jacket, etc.) pre- and posthardening.
Analysis details of reinforced structures as per
requirements in Annex S&B_B
Identified glazing and building fabric for
strengthening and the performance outcomes of
the strengthening.
Mark out on architectural drawings the location of
the vehicle perimeter line.
To differentiate between active and passive
elements of the perimeter line.
Performance specifications of the elements within
the vehicle perimeter line.
Mark out on architectural drawings the location of
the fence line.
Design specifications of the fence line.
65
Measure
CCTV
Access Controls
Details Required
Mark out locations of cameras on architectural
drawings.
System specifications of the CCTV system.
Explain the recommended features of the CCTVs,
e.g. the kinds of Video Content Analysis to be
incorporated.
Mark out public vs controlled areas on
architectural drawings.
Mark out locations with special access control
requirements (such as utility rooms, server rooms
etc)
Mark out access control methods (eg, card reader
controlled doors/gates, mechanically locked
doors/gates, EM locked doors/gates, etc) on
architectural drawings.
Nature of detection systems deployed and
location of deployment
5.1
A list of the security and contingency measures required during times of normalcy
and if deemed necessary, times of heightened security. These are to be accompanied by a
brief description of scope of the measures, where and when the measures would be
deployed, and to whom the measures are applicable. The S&B Consultant shall also explain
the rationale for the operational measures and how it reduces the Risks faced. The S&B
Consultant shall also include a description of any equipment, technological measures and/or
infrastructural provisions that would be required to support the operational measures.
6
6.1
The S&B Consultant shall provide a cost estimate of the suite of security measures in
accordance with section 3.3 of the main requirement specification document. The S&B
Consultant shall either work with the projects Quantity Surveyor or consult its own internal
resources and expertise to determine the cost estimates. Where applicable, the cost
estimates should also indicate the incremental cost due to security over the base design
without security provisions.
66
ANNEX S&B_E
DETAIL LEVEL FOR FSP SUBMISSION
1
General Requirements
1.1
The FSP serves two major purposes. First it shall be a self-contained document of
all security measures that are to be implemented. Second it shall provide sufficient detail to
enable smooth implementation of the security measures by third party vendors. This section
describes the minimum details to be part of the FSP submission. Should the FSP contain
additional items or security measures, the S&B Consultant shall furnish appropriate details to
meet the above two purposes.
2
Item
Access Route Layout
Assets
Utilities
Details Required
Access route layout plans detailing its impact on
each of the affected nearby facility.
Mark out asset locations on architectural
drawings.
Key utilities that support the continued function of
the security measures, emergency response
protocols or are susceptible for exploitation are to
be marked out on architectural drawings.
Structural/Physical Measures
Measure
Structural Components (e.g.
columns, beams, walls, and
slabs)
Details Required
Mark out on architectural drawings the locations
of the critical assets which require structural
hardening, and the kinds of structural hardening
employed.
Physical dimensions and mechanical properties
(e.g. elastic modulus, compressive and tensile
yield and ultimate strengths, etc.) of component
and its reinforcement (e.g. reinforcement steel,
steel jacket, FRP jacket, etc.) pre- and posthardening.
Structural drawings of the hardened components,
showing the details of the reinforcement and the
connection details at the support.
If the approach is to obtain designs through the
construction or similar tender:
a. Mark out identified glazing and building fabric
for strengthening on architectural drawings,
b. Performance outcomes of the strengthening
expressed in terms of the pressures and
impulse loadings that the glazing/fabric
experiences and the failure criteria,
c. Any relevant design or performance details for
the framing and/or structural systems
supporting the glazing/fabric.
67
Measure
Details Required
If the approach is for the S&B Consultant to
develop designs that are to be built by the
construction or similar vendor:
a. Mark out identified glazing and building fabric
for strengthening on architectural drawings,
b. Designs of the glazing/fabric system including
framing details, anchoring details and
structural support required
Fence line
Measure
CCTV
Access Controls
Lighting
Details Required
Mark out locations of cameras on architectural
drawings.
System specifications of the CCTV system.
Explain the recommended features of the CCTVs,
e.g. the kinds of Video Content Analysis to be
incorporated.
Mark out public vs controlled areas on
architectural drawings.
Mark out locations with special access control
requirements (such as utility rooms, server rooms
etc)
Mark out access control methods (eg, card reader
controlled doors/gates, mechanically locked
doors/gates, EM locked doors/gates, etc) on
architectural drawings.
Lighting performance specifications at required
locations to facilitate surveillance, CCTV
68
Measure
Detection
Systems
and
Details Required
monitoring/recording etc..
Alarm Nature of detection systems deployed and
location of deployment.
Operating environment in which the systems have
to operate as well as the system specifications
that the systems would have to meet.
5.1
The S&B Consultant shall provide a list of the security and contingency measures
required during times of normalcy and if deemed necessary, times of heightened security.
For each measure or plan, the S&B Consultant shall provide a generic workflow of the
measure/plan that describes the necessary general actions required and how any necessary
supporting equipment and infrastructure provisions are to be incorporated into the workflow.
The S&B Consultant shall also explain the rationale for the operational measures and how it
reduces the Risks faced.
6
6.1
The S&B Consultant shall provide a summary table of all the physical,
operational/human and technological measures that have to be implemented so as to allow
the Agency to easily track the implementation of the various measures.
7
Maintenance Plan
7.1
The S&B Consultants shall also formulate a set of maintenance plans for all
structural/physical protective solutions selected for implementation. The maintenance plans
are to be provided to the Agency for long-term maintenance of the physical protective
solutions implemented.
8
8.1
The S&B Consultant shall include in the FSP, an articulation of the likely residual risk
faced by the Assets within the facility after the implementation of the security measures.
69
APPENDIX C
ENVIRONMENTAL IMPACT STUDY
1.
The Consultant shall work with the relevant Authorities to carry out an
Environmental Impact Study (EIS) to investigate the potential air quality, noise
and vibration impact associated with the operation of Route #1 and 4 (Appendix
A).
2.
For the air quality impact study, the Consultant shall analyse the impact of
pollutants emitted by motor vehicles based on anticipated traffic mix utilizing the
at-grade roads, viaducts and tunnels and released to the atmosphere. The study
shall include but not limited to the following:
a) Examination of air quality issues before and after the construction of the two
(2) accesses;
b) Estimation of vehicular/moving barge pollutant emissions generated;
c) Determination of existing and future sensitive land uses and developments;
d) Dispersion modeling analyses;
e) Conduct air quality measurements at sensitive receptors (e.g. residential
developments, hospitals, schools, etc.) as agreed with the Authority;
f)
For noise impact study, the Consultant shall analyse the impact of vehicular
traffic noise from the accesses. The noise impact study shall include but not
limited to the following:
a) Examination of noise issues;
b) Determination of existing and future residential/ commercial and noisesensitive developments;
c) Noise prediction methodology;
d) Tunnel prediction methodology;
e) Depressed expressway noise analysis;
f)
70
4.
The Consultant shall liaise with the National Environment Agency (NEA) to
establish the latest air quality and noise standards and any specific air quality
and noise control requirements to be applied for the construction of the two (2)
accesses.
5.
From time to time, the Consultant shall keep the Authority informed on the
preparation of environmental assessment study. The Consultant shall answer all
queries raised by all relevant Authorities/ agencies in the study. The Consultant
shall evaluate and incorporate all comments given by all relevant Authorities/
agencies into the study. The Consultant shall brief the Agency prior to any
submission of the study to the various government agencies.
6.
7.
In the report, the Consultant shall describe the approach and methodology; the
design criteria and standards; and assumptions adopted for the study. The report
shall include discussions on the computer simulation models, results and
analyses for the various cases studied. Sensitivity analysis performed including
refinement to the models shall be included in the report. Input data, assumptions
and output results of the computer model analyses shall be attached. Mitigating
measures recommended for the cases where the design criteria have exceeded
shall also be included.
8.
The final reports shall be comprehensive reports of the study and they shall
address all comments from the Agency as well as any other relevant
Authorities/agencies. The reports shall include complete results of all cases
analysed and the cases where the design criteria and standards have been
exceeded as well as all recommended mitigating measures.
9.
For vibration impact study, the Consultant shall carry out a study of the proposed
accesses as well as adjacent buildings.
10.
The Consultant shall study all the properties along the road corridor and
waterway. The study shall also identify those properties whose operation may be
at risk due to the environmental impacts from the operation of these accesses.
11.
For those properties which are affected, the Consultant shall incorporate
measures in the design to mitigate such effects.
12.
The Consultant shall design and ensure that the proposed temporary accesses
do not affect the operations of adjacent and nearby buildings during operations.
This shall be applicable to both the construction and operational phases of the
temporary accesses.
71
ANNEX A
is / will be / is not*
(Address of Company)
a taxable person under the Goods and Services Tax (GST) Act. The GST registration number
of the company is
________________
Signature
___________________
Name
Delete if inapplicable.
72
________________
Designation
ANNEX B
SCHEDULE OF CONTRACTS CURRENTLY EXECUTED BY TENDERER
NAME:
__________________________________________________________________________
ADDRESS:
__________________________________________________________________________
REGISTRY OF COMPANIES AND BUSINESSES NO:
__________________________________________________________________________
The Tenderer shall furnish hereunder the current particulars of all work currently
executed by him for the Private Sector, Government and Statutory Bodies.
SCHEDULE OF WORKS
Details of Contracts
currently executed by
Tenderer
Total Value
of Contract
Percentage
of Work
Completed
Date of
Completion
I/We hereby confirm that the Contracts embodied in the above schedule are the only
projects currently being executed by us.
(If space is insufficient please continue on separate sheet)
______________________________
Tenderer
Date : _________________________
N.B. Term Contracts need NOT be included in the above list
73
ANNEX C
SCHEDULE OF ENVIRONMENTAL BEST PRACTICES & PROCESSES
NAME: __________________________________________________________________
ADDRESS: _______________________________________________________________
Category
Item
Adoption of
Environmentally
Friendly Practices &
Processes (e.g. use
of clean technology,
anti-pollution
measures, etc)
Utilization of
Environmentally
Friendly Products &
Services (e.g.
Singapore Green
Labelling Scheme
products, Energy
Label products,
products made fully
or partially from
recycled materials,
etc)
Environmental
Accreditations (e.g.
ISO14000, etc)
Others
______________________________
Tenderer
Date:_________________________
74
ANNEX D
UNDERTAKING TO SAFEGUARD OFFICIAL INFORMATION
To : The National Environment Agency
Re : TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD
ACCESS FEASIBILITY STUDIES
1. My attention has been drawn to the Official Secrets Act (Chapter 213, Revised
Edition 2012) and in particular to Section 5 thereof which relates to the safeguarding
of official information.
2. I understand and agree that all official information acquired by me in the course of
my work and consultancy with the National Environment Agency is strictly
confidential in nature, and is not to be published or communicated by me to any
unauthorised person in any form at any time, without the official sanction of the Chief
Executive Officer of the National Environment Agency.
3. I shall ensure that all necessary steps are taken to ensure that employees of the
tenderer shall not disclose any official information obtained in the course of this
tender.
4.
I undertake to return any document received from the National Environment Agency,
any other copies made or reproduced from such document or part thereof whenever
required by the National Environment Agency.
5. I further understand and agree that any breach or neglect of this undertaking may
render me liable to prosecution under the Official Secrets Act.
_____________________
(Signature of Officer)
_____________________________
(Full name in BLOCKS and NRIC)
____________________
(Designation)
_____________________________
(Name of Company)
_____________________
(Date)
_______________________
(Signature of WITNESS)
__________________________
(Full name in BLOCKS)
__________________
(Designation)
National Environment Agency
__________________________
(Date)
75
ANNEX E
SPECIMEN OF SUPPLEMENTARY AGREEMENT FOR
JOINT-VENTURE PARTICIPATION
THIS AGREEMENT is made the ________ day of _____ 20 ___ BETWEEN THE
NATIONAL ENVIRONMENT AGENCY, SINGAPORE (hereinafter called the Agency)
(address)
JVP),
(2nd
Joint
Venture
(address)
(2nd
(address)
called
the
Works)
_______________________________________
in
the
sum
of
under
the
name
of
_______________________________________________________________
(Name
of
Joint Venture) (hereinafter called the Joint Venture) to execute and complete the Works.
AND WHEREAS the Agency has agreed to accept their tender provided that the
partners shall agree to jointly and severally undertake all the Joint Ventures liabilities to the
Agency under the Principal Agreement.
NOW IT IS HEREBY AGREED as follows:
1.
The 1st JVP, 2nd JVP and 3rd JVP each declare that they have entered into a Joint
Venture Agreement with each other a signed copy of which is attached as Schedule
II to this Agreement for the purposes of undertaking all their liabilities to the Agency
under the Principal Agreement, and agree that the said Joint Venture Agreement
shall not be amended or modified in any way except with the prior written consent of
the Agency.
76
2. The 1st JVP, 2nd JVP and 3rd JVP each declare in the event that any of them
withdraws from the Joint Venture or is for any reason unable to perform the
obligations under either the Principal Agreement or this Agreement, then the other
partner or partners shall execute and complete all their liabilities under the Principal
Agreement.
3. The 1st JVP, 2nd JVP and 3rd JVP shall jointly and severally execute and complete
the Works in accordance with the terms of the Principal Agreement and in the event
that any of them withdraws from the Joint Venture without the prior written consent of
the Agency, then the Agency may without prejudice to any other rights contained
herein by a notice sent by registered post determine the Principal Agreement and
their employment thereunder. Upon such determination, the Agency shall be entitled
to all rights stipulated in Clause 31 of the Principal Agreement.
4. The 1st JVP, 2nd JVP and 3rd JVP appoint and declare that __________________is
their agent and shall represent them in all dealings with the Agency.
5. The 1st JVP, 2nd JVP and 3rd JVP shall be jointly and severally responsible for all
activities
carried
out
and
all
decisions
made
by
the
said
6. All correspondence addressed to the 1st JVP, 2nd JVP and 3rd JVP jointly in relation
to
the
Principal
Agreement
shall
be
addressed
to
7. The 1st JVP, 2nd JVP and 3rd JVP agree that payments of all monies due to them
made by the Agency in relation to the Principal Agreement shall be made payable to
the account in the name of _______________________________________,
Account no. ____________________, or any other account which the 1st JVP, 2nd
JVP and 3rd JVP jointly may subsequently agree in writing with the Agency.
77
IN WITNESS WHEREOF the parties have hereunto set their hands the day and year first
above written.
Signed
by )
in
the
presence
Signed by
of
: )
(Name)
(Designation)
the
presence
Signed by
)
of
: )
(Name)
(Designation)
the
presence
Signed by
)
of
: )
(Name)
(Designation)
the
presence
)
of
: )
78
ANNEX F
LIST OF DIRECTORS AND PERSONS EMPOWERED TO SIGN CONTRACTS
CONFIDENTIAL
To be submitted with Tender
Date :
To :
II
NAMES OF PROPRIETOR/PARTNERS/DIRECTORS
POSITION IN COMPANY
I.C. NO
I.C. NO
NAME
79
ANNEX G
WORKPLACE SAFETY AND HEALTH MANAGEMENT SYSTEM
RISK ASSESSMENT SCHEDULE
NAME OF FIRM :_________________________________________________________
ADDRESS: _______________________________________________________________
Risk Activity
______________________________
Tenderer
Date:_________________________
80
Risk Level
(High/Medium/Low)
ANNEX H
STRUCTURE AND ORGANISATION OF THE FIRM
1.
Name of Company
: ___________________________________________
2.
Registered Address
: ___________________________________________
___________________________________________
3.
Mailing Address
(if different from above)
: ___________________________________________
___________________________________________
4.
Telephone No
: ___________________________________________
5.
Email Address
: ___________________________________________
6.
Fax No.
: ___________________________________________
7.
Type of Firm/Company
(a)
Registration Number
: _____________________________________
(b)
Date of Registration
: _____________________________________
(c)
(d)
Years in operation
: _____________________________________
(e)
Paid-up Capital
: ______________________________________
(a)
(b)
: _____________________________
(c)
Discipline
: _____________________________
(a)
(b)
: _____________________________________
81
11.
The Principal, Partners or Directors:
Name & Designation Nationality &
NRIC/Passport No.
PE Practising
% Shareholding or %
Assets Held
Validity Period
(Please furnish copy
of valid PE Practising
Certificate)
12.
Name
13.
Percentage Owned
Note: In the case of a proposed joint venture, one firm shall be names as the managing
partner. The particulars of the proposed participation of each firm shall be stated.
I certify that the above information is correct:
_______________________________________
Signature of Responsible Person in Company
Name: _________________________________
Designation: ____________________________
82
ANNEX I
DETAILS OF CURRENT PROJECTS
Please furnish the particulars of projects of similar nature currently undertaken by your organisation^.
No
Description
of Project
Name &
Address of
Client
State clearly
the scope of
work
undertaken
by your
company @
Stage of
Project #
Commencement Value of
& Completion
Contract or
Date of Projects Project ($)
Note: ^ Tenderer should include relevant information from all members of the Consortium, if any.
@
Include tasks in consultancy, planning, design, construction of roads, flyovers, bridges etc.
# Concept Design, Detailed Design Development, Tendering, Construction or Defects Liability Period
* Please provide the value of projects in Singapore Dollars.
Please attach a separate sheet if space provided in this Form is insufficient
83
Percentage
Participation
in Project (if
applicable)
Name of
Associated
Firms( if any)
and describe
division of
duties in tie
up
ANNEX J
DETAILS OF COMPLETED PROJECTS
Please furnish the particulars of projects of similar nature completed by your organisation with details of any awards, commendations or other
recognitions received for projects carried out during the last 10 years.
No
Description of
Project
Name &
Address of
Client
State clearly
the scope of
work by your
organisation
Commencement
& Completion
Dates of
Consultancy
Projects
Value of
Project ($)
Note: ^ Tenderer should include relevant information from all members of the Consortium, if any.
@
Include tasks in consultancy, planning, design, construction of roads, flyovers, bridges etc.
84
Percentage
Participation in
Project (if
applicable)
Name of
Associated
Firms (if any)
and describe
division of
duties in tie up
ANNEX K
AUDITED ACCOUNTS
The Tenderer shall provide the audited accounts (i.e. Income Statement, Balance Sheet,
Statement of Cash Flows, Statement of Changes in Equity and Notes to the Accounts) for
the last 3 years.
In addition, please summarise the following information:
i.
ii.
Year
20___
20___
20___
iii.
iv.
For private limited companies, capital net worth shall be the paid-up capital
For sole proprietors and partnerships, capital net worth shall be capital plus
current accounts.
d.
For newly formed companies, evaluation is based on the paid-up capital only.
Designation: ______________________
85
ANNEX L
PARTICULARS OF DIRECTORS/ PARTNERS/ PROFESSIONAL STAFF *
Name
Passport/ NRIC No
Age
Nationality
Awards/ Commendations
Work Experience
: _____________________________________
_____________________________________
*Please provide particulars of all key directors, principals and professional staff and indicate
which directors, principals and professional staff will be carrying out the Agencys Project.
The Tenderer may submit the required information in the above format on separate sheets.
#
86
ANNEX M
PROJECT TEAM AND EXPERIENCE OF INDIVIDUALS
Name of Tenderer
The Tenderer shall submit the proposed project team structure and organisation chart.
Please also provide the curriculum vitae for each key appointment holder and state the
nature and degree of involvement (e.g. whether the individual would be full-time on the
project or would provide an advisory role) that would be provided by each key personnel.
Date of Birth
Nationality
10
Summary of Experience
11
87
12
Role in Project
Duration in Role
Period of Contract
Date of Completion
88
ANNEX N
WRITE-UP ON UNDERSTANDING OF REQUIREMENTS AND PROPOSED APPROACH
TO UNDERTAKE THE STUDY
Name of Tenderer
The Tenderer shall submit an A4 write-up of not more than 10 pages to demonstrate their
understanding of the Agencys requirements, the constraints and how these would be
addressed.
The Tenderer shall also submit an A4 write-up of not more than 10 pages to highlight the
learning points from previous project experiences and the value proposition of their proposed
approach on how the project would be managed.
89
ANNEX O
WRITE-UP ON ENVIRONMENT IMPACT STUDY (EIS)
Name of Tenderer
The Tenderer shall submit an A4 write-up of not more than 10 pages to demonstrate the
proposed assessment methodology and scope of work for the EIA Study.
90
ANNEX P
WRITE-UP ON SECURITY AND BLAST (S&B) STUDY
Name of Tenderer
The Tenderer shall submit an A4 write-up of not more than 10 pages to demonstrate the
proposed assessment methodology and scope of work for the Security and Blast Study.
91
ANNEX Q
WRITE-UP ON TRAFFIC IMPACT ASSESSMENT (TIA) STUDY
Name of Tenderer
The Tenderer shall submit an A4 write-up of not more than 10 pages to demonstrate the
proposed assessment methodology and scope of work for the TIA Study.
92