You are on page 1of 95

TENDER FOR THE OF CONSULTANCY SERVICES

FOR ROAD ACCESS FEASIBILITY STUDIES

REFERENCE NO:
TEN(NEA)EP/42/13

SEP 13

NATIONAL ENVIRONMENT AGENCY


WASTE AND RESOURCE
MANAGEMENT DEPARTMENT
#11-00, ENVIRONMENT BUILDING
40 SCOTTS ROAD
SINGAPORE 228231

TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS


FEASIBILITY STUDIES

TABLE OF CONTENTS

Page
Section A: Covering Letter

Section B: Instructions to Tenderers

Section C: Form of Tender

16

Section D: Form of Agreement (Specimen)

18

Section E: Conditions of Contract (Services)

20

Section F: Letter of Acceptance (Specimen)

29

Section G: Bankers Guarantee for Security Deposit (Specimen)

31

Section H: Contract Specifications

33

Schedules
Schedule 1: Lump Sum Fees for Services

47

Schedule 2: Schedule of Payment

48

Schedule 3: Scale of Charges on a Time Basis

49

Schedule 4: Topographical Survey

50

Schedule 5: Soil Investigation Works

51

Schedule 6: Trial Trenching Works

52

Schedule 7: Number of Copies of Reports to Submit

53

Appendixes
Appendix A: Potential permanent road accesses to Project Site

54

Appendix B: Guidelines for Security and Blast (S&B) Study

55

Appendix C: Guidelines for Environment Impact Study (EIS)

70

TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS


FEASIBILITY STUDIES

TABLE OF CONTENTS

Annexes

Page

Annex A: Declaration of Goods and Services Tax (GST) Status

72

Annex B: Schedule of Contracts Currently Executed by Tenderer

73

Annex C: Schedule of Environmental Best Practices & Processes

74

Annex D: Undertaking to Safeguard Official Information

75

Annex E: Specimen of Supplementary Agreement for Joint Venture


Participation

76

Annex F: List of Directors and Persons Empowered to Sign Contracts

79

Annex G: Workplace Safety and Health Management System,


Risk Assessment Schedule

80

Annex H: Structure and Organisation of the Firm

81

Annex I: Details of Current Projects

83

Annex J: Details of Completed Projects

84

Annex K: Audited Accounts

85

Annex L: Particulars of Directors/Partners/Professional Staff

86

Annex M: Project Team and Experience of Individuals

87

Annex N: Write-up on Approach and Scope of Appreciation

89

Annex O: Write- up on Environmental Impact Study

90

Annex P: Write- up on Security and Blast Study

91

Annex Q: Write- up on Traffic Impact Assessment Study

92

ii

SECTION A: COVERING LETTER


INVITATION TO TENDER FOR THE PROVISION OF CONSULTANCY SERVICES
FOR ROAD ACCESS FEASIBILITY STUDIES
To all Tenderers,
1.

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.

Tenders must be submitted in English.

9.

The Tender Opening Committee shall consist of three members comprising of


Engineers/Senior Officers/Environmental Health Officers.

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).

ONG SOO SAN


DIRECTOR
WASTE AND RESOURCE MANAGEMENT DEPARTMENT
NATIONAL ENVIRONMENT AGENCY

SECTION B: INSTRUCTIONS TO TENDERERS


Definitions
1

Throughout this Invitation to Tender and any resultant Contract, unless the context
otherwise requires, the following definitions shall apply:
(a)

Invitation to Tender means the invitation to participate in this Tender and


comprises all tender documents forwarded to the Tenderer inclusive of the
Covering Letter, Instructions to Tenderers, Form of Tender, Conditions of
Contract, Contract Specifications and any other documents and forms
enclosed.

(b)

Contract means any resultant contract and its Annexes between the National
Environment Agency (herein called the Agency) and the successful
Tenderer.

(c)

Consultant and/or Contractor means the successful Tenderer.

(d)

Tenderer means a person or his permitted assigns tendering to provide the


Goods and/or Services and shall be deemed to include two or more persons if
appropriate.

(e)

Conditions of Contract also includes such clauses from the Compendium of


Additional Clauses which will form part of the Contract.

(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)

Where the Invitation to Tender specifies evaluation criteria in terms of the


financial category and supply category/head required for registration with any
Government Registration Authority (GRA), namely the Expenditure and
Procurement Policies Unit of the Ministry of Finance, and the Building and
Construction Authority, as the case may be, the evaluation of such criteria will
be delegated to the relevant GRA.

(b)

Where a Tenderers existing registration with a GRA, which is valid up to the


closing date of this Tender, specifies that the Tenderer has met particular
criteria in relation to particular financial category and supply category/head,
the Agency will regard the Tenderer as having met the criteria specified in the
registration for the financial category and supply category/head set out in the
registration and in the manner set out in the registration.

(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)

Tenders shall be evaluated based on the following criteria:


(i)

Registration of contractor with EPPU in the EPU/SER/34 (Consultancy


Services) registration head of financial grade S6 and above;

(ii)

Debarment status; and

(iii)

Compliance with Instructions to Tenderers, Conditions of Contract and


Contract Specifications.

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

Total weighted score (TWS)

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

Any company or business who is currently debarred from participating in Government


tenders shall not be eligible to participate in this Tender. If a tender is submitted
without explicitly mentioning that the Tenderer is currently debarred, the Agency shall
treat the submission of the tender as an express continuing declaration by the
Tenderer that the Tenderer is in fact eligible to participate in this Tender and, if such a
declaration is discovered to be false, the Agency will be entitled to rescind any
contracts entered into pursuant to such a tender, without the Agency being liable
therefore in damages or compensation.
Submission of Tender

(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

** All technical information


must be submitted in
GEBIZ Technical envelope
for Item 5.

1. Annexes A to Q

This shall be submitted to


the Agency using Tender
Box No. 1 located in the
office of Customer Service
Centre,
National
Environment
Agency,
Environment Building

No later than 1600


hours Singapore
time on
Wednesday, 30
Oct 2013

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)

Where the Instructions to Tenderers specify that a particular document is to be


submitted through GeBIZ, the document may be submitted through GeBIZ
without any handwritten signature. The Agency shall be entitled to rely on the
use or entry of the prescribed Security Device (as defined in the Terms and
Conditions For Use Of the Government Electronic Business) by the Tenderers
or its representative(s) as the authorized signature of the Tenderer, as
conclusive evidence of the authenticity of the submitted document and the
authority of the originator of the submitted document.

(d)

Where tenders are to be submitted using tender box, tenders must be


submitted in sealed envelopes. When forwarding tenders, the Tenderer shall
specify clearly on the top left-hand corner of the envelope (i) the Tender

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)

Any inconsistency or conflict arising between parts of the tenders submitted


using GeBIZ and the tender box shall be resolved in favour of the parts
submitted through GeBIZ.

Compliance with Instructions


5

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

The Tenderer shall provide explicit responses of compliance or non-compliance with


any other technical requirements enclosed in this Invitation to Tender. In the event of
any non-compliance with the technical requirements, the Tenderer shall satisfy the

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)

The issue by the Agency of a Letter of Acceptance accepting the tender or


part of the tender (see paragraph (b) for exception) shall create a binding
Contract on the part of the Tenderer to supply to the Agency the Goods and/or
Services offered in the Tender. The Contract shall be governed by the
Conditions of Contract. The Agency may at its discretion require the Tenderer
to sign a written agreement.

(d)

The Letter of Acceptance may be issued:


i.
ii.

through GeBIZ to the successful Tenderer, or


to the successful Tenderers address as given in his tender by hand or
by post.

Such issuance of the Letter of Acceptance through GeBIZ, by hand or post


shall be deemed effective communication of acceptance.
Copies of Tender
11

Where the Instructions to Tenderers specifies tenders are to be submitted using


tender box, Tenderers shall submit three (3) sets of the tender and supporting
brochures/attachments. One (1) set is to be marked Original and the other sets are
to be marked Copy.
Samples

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)

The Agency may require an unsuccessful Tenderer to return any


specifications, plans, drawings, patterns, samples or instructions issued by the
Agency.

Ownership of Tender Documents


17

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)

A Tenderer who declares himself to be a non-taxable person under the GST


Act but who becomes a taxable person after the award of the Tender shall
forthwith inform the Agency of his change in GST status. The Tenderer shall
be entitled to claim from the Agency any GST charged on the supply of Goods
or Services made by him after his change in GST status.

Notification
23

Notification will not necessarily be sent to unsuccessful tenderers by the Agency.


Applicable Law

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 Tenderer shall provide full information on


(a)

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

Tenderers may submit alternative offers. An alternative offer is an offer which


functionally meets the Contract Specifications and may use materials, designs or
processes different from those specified. However, Tenderers who submit alternative
offers are required to submit a base offer as well. A base offer is an offer which
functionally meets the Contract Specifications. A separate Form of Tender is required
for each alternative offer.
Schedule of Contracts Currently Executed by Tenderer

30

Tenderers are required to complete the Schedule of Contracts at Annex B by giving


details of the contracts currently being executed by them including the value of the
contracts, the percentage of works completed and the dates of completion of work.
Failure to supply such information may preclude the tender from consideration.
Payment to Successful Tenderer

31

All payments to the successful tenderer shall be made to his bank account through
the Inter-bank Giro System.

12

Submission of Financial Statements


32

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.

Environmentally Friendly Materials and Work or Best Practices


33

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)

As used in this Invitation to Tender, Consortium means an unincorporated


joint venture through the medium of a consortium or a partnership.

(b)

The following shall apply if a tender is submitted by a Consortium:


(1)

Each member of the Consortium shall be a business organization duly


organized, existing and registered under the laws of its country of
domicile.

(2)

No Consortium shall include a member who has been debarred from


public sector tenders.

(3)

After the submission of the tender, any introduction of, or changes to,
Consortium membership must be approved in writing by the Agency.

(4)

The following documents must be submitted with this tender:


(i)

A certified copy of the consortium or partnership agreement,


signed by all members of the Consortium,

(ii)

The tender is to be submitted by a member of the


Consortium (Lead Member). 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 contract and act for and on
behalf of all the members of the Consortium. The documentary
proof could be in the form of:
(A)

relevant provision(s) in the certified copy of the


consortium or partnership agreement, or

(B)

certified copies of powers of attorney from each


member of the Consortium.

13

(5)

Information must be submitted with respect to:


(i)
(ii)
(iii)

(6)

the legal relationship among the members of the Consortium;


the role and responsibility of each member of the Consortium;
and
the address of the Consortium to which the Agency may send
any notice, request, clarification or correspondence.

If the Agency awards the Contract to a Consortium:


(i)

The Letter of Acceptance may be issued through GeBIZ or


handed to or posted to the address of the Lead Member of the
Consortium given in the tender.

(ii)

The issue by the Agency of a Letter of Acceptance shall create


a binding Contract on all the members of the Consortium.

(iii)

Each member of the Consortium shall be jointly and severally


responsible to the Agency for the due performance of the
Contract.

(iv)

As and when requested by the Agency, all members of the


Consortium shall be required to sign a formal agreement in the
appropriate form with the Agency. Until the said formal
agreement is prepared and executed, the Consortiums tender
together with the Agencys Letter of Acceptance, shall
constitute a binding Contract on all the members of the
Consortium.

(v)

In the event that any member of the Consortium withdraws


from the Consortium or is adjudicated a bankrupt by a duly
constituted judicial tribunal, or goes into liquidation in
accordance with the laws of the country of incorporation, then
the surviving member(s) of the Consortium shall be obliged to
carry out and complete the Contract.

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

A briefing will be conducted on Tuesday, 24 Sep 2013 (10.30am) at 40 Scotts Road


Environment Building Level 11 Conference Room Singapore 228231. Attendance is
non-compulsory.
Award of Contract

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

SECTION C: FORM OF TENDER


To :
National Environment Agency (the Agency)
40 Scotts Road #11-00
Singapore 228231

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 (as *Principal/Agent)


Company or Business Registration No 4:

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

SECTION D: FORM OF AGREEMENT


THIS CONTRACT is made on [Date] BETWEEN the National Environment Agency
(the Agency) of the one part and ___________5 [name of Contractor] (the Contractor) of
the other part.
WHEREAS the Agency requires goods and services to be supplied and has accepted
a tender by the Contractor for the supply of the same.
NOW IT IS AGREED as follows:
1
In this Contract, words and expression shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to.
2
The following documents shall be deemed to form and be read and construed as part
of this Contract:
(a)
(b)
(c)
(d)
(e)
(f)

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

SECTION E: CONDITIONS OF CONTRACT (SERVICES)


1. DEFINITIONS
1.1 In these Conditions unless the context otherwise requires:
Agency means the National Environment Agency as a whole including all its
departments and shall include any officer authorised by the Agency to act on its
behalf.[
"Background IP" means IP which is created prior to or independently of this Contract.
"Foreground IP" means IP which results from or is generated pursuant to or for the
purpose of this Contract.
IP means intellectual property and shall include patents, copyright, industrial design
and integrated circuit topography.
"Contract" includes the Consultant/ Contractor's tender, Instructions to Tenderers,
Conditions of Contract, the Contract Specifications and Letter of Acceptance issued
by the Agency to the Consultant/Contractor for the supply of the Services.
"Consultant" and/or Contractor mean the successful Tenderer who has been
awarded the Contract by the Agency and includes the Consultant/Contractors duly
appointed representatives, successors and permitted assignees and, where the
context so admits, shall include the Consultant/Contractors servants and agents.
"Parties" refer to the Agency and the Consultant/Contractor.
Person includes a corporation or an incorporated association.
"Services" means the work which the Consultant/Contractor is required to perform
under the Contract.
"Tenderer" means a person or his permitted assigns offering to supply the Services.
1.2 Words importing the singular include the plural and vice versa.
1.3 The headings are for convenience only and not for the purpose of interpretation.
2. SCOPE OF CONTRACT
2.1 The Consultant shall perform the Services in accordance with the Contract.

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.

10. SUSPENSION OR TERMINATION


10.1 The Agency shall, after giving seven (7) days prior written notice to the Contractor
have the right to suspend or terminate the Contract in whole or part if the Agency is affected
by any state of war, Act of God or other circumstances seriously disrupting public safety,
peace or good order of the Republic of Singapore. Neither party shall be liable to the other by
reason of such suspension or termination save that the Agency shall pay the Contractor the
price of the Goods delivered and accepted by the Agency. The Agency shall have title to
such Goods delivered and accepted. The Contractor shall refund the balance of any
payments or deposits made after deducting any outstanding sums owing by the Agency to
the Contractor by reason of this Clause.
10.2 Where notice of termination is given, the Contractor shall, as from the date of receipt of
such notice from the Agency:

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

11. RIGHTS OF THE AGENCY IN THE EVENT OF DEFAULT BY THE CONTRACTOR


11.1 If the Consultant defaults in his performance of this Contract, the Agency may issue a
notice of default to the Consultant informing the Consultant of its default. The Consultant
shall, within thirty (30) days of the date of the notice of default, remedy the default. If the
Consultant fails to do so, the Consultant shall be taken to have repudiated the Contract and
the Agency shall have the right to terminate the Contract or cancel any part thereof by way of
a notice of termination without the Agency being liable in damages or compensation
whatsoever. The said termination shall take effect from the date of the notice of termination.
11.2 In the event of termination under Clause 11.1 above, the Agency shall have the right to
purchase from other sources all the Services which remains unperformed at the time of
termination or similar Services, and all increased costs reasonably incurred by the Agency
shall be recoverable from the Consultant.
12. VARIATION OF CONTRACT
12.1 No variation whether oral or otherwise in the terms of this Contract shall apply thereto
unless such variation shall have first been expressly accepted in writing by the Consultant
and the authorised contract signatory of the Agency.
13. TAXES, FEES AND DUTIES
13.1 The Consultant shall be responsible for all corporate and personal income taxes,
customs fees, duties, fines, levies, assessments and other taxes payable under the laws of
Singapore, by the Consultant or its employees, including the Consultant 's resident engineers
and inspectors (if applicable), in carrying out its obligation under the Contract.
13.2 If the Agency receives a request from the tax authorities to pay on behalf of the
Consultant and/or the Consultant's employees, or to withhold payments from the Consultant
in order that the Agency may subsequently so pay, any of the abovementioned taxes, fees,
duties, fines, levies and assessments, the Consultant hereby authorises the Agency to
comply with the terms of the said request.
13.3 The Agency shall pay to the Consultant a sum equal to the Singapore Goods and
Services Tax chargeable on the supply to the Agency of any services by the Consultant in
accordance with the Contract. For clarification, "Goods and Services Tax" shall refer to tax
under the (Singapore) Goods and Services Tax Act, Cap. 117A.
13.4 Any invoice or other request for payment of monies due to the Consultant under the
Contract shall, if he is a taxable person for the purpose of the Singapore Goods and Services
Tax, be in the same form and contain the same information as if it were a tax invoice for the
purposes of the Regulations made under the Goods and Services Tax Act, Cap. 117A.
14. GOVERNMENT REGULATIONS
14.1 The Consultant shall, at its own costs, obtain and maintain all licence and
authorisations, including export licences and permits and other governmental authorisations

24

or certification required without any restrictions or qualifications whatsoever so as to enable


the Consultant to fulfil all its obligations under the Contract.
15. INDEMNIFICATION
EMPLOYEES

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)

this Contract shall continue and not be dissolved, and

25

(b)

the remaining member(s) of the Consortium shall be obliged to carry out and
complete the Contract.

18. OWNERSHIP OF INTELLECTUAL PROPERTY


18.1
IP.

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)

register the license under the IP registration system in Singapore[6]; and


deliver copies of documentary proof of such license registration to the Agency
as soon as possible.

26

COMPENDIUM OF ADDITIONAL CLAUSES (COAC)


A1 SECURITY DEPOSIT
A1.1
For the due and faithful performance of the Contract, the Consultant shall within thirty
(30) days of the date of Contract, lodge with the Agency a Security Deposit for the sum
stipulated in the Contract. The Security Deposit shall either be in the form of cash or, in lieu of
cash, a Bankers Guarantee or a Performance Bond strictly in compliance with the format
enclosed in the Contract issued by a bank or insurance company registered with the Monetary
Authority of Singapore. The Performance Bond may also be issued by a licensed Finance
Company registered with the Monetary Authority of Singapore if the Security Deposit does not
exceed S$300,000.
A1.2 All charges incurred by the Consultant in obtaining and maintaining the Security
Deposit shall be met by the Consultant. The Security Deposit shall be valid until three (3)
months after the performance of all Services under the Contract. In the case of a Period
Contract, the performance of the Services under the Period Contract shall refer to the
performance to be made pursuant to a Works Order raised on the last date of the Period
Contract for the Service with the longest delivery lead time. In the event the delivery is
deferred for any reason, the Security Deposit shall be correspondingly extended by the
Consultant at his own expense. At the end of the said three (3) months or extension, the
Security Deposit (or any balance thereof remaining for the credit of the Consultant) shall be
released and refunded without interest subject to any deduction as may be made therefrom.
A1.3
In the event of any default or breach of any of the obligations by the Consultant under
the Contract, the Agency may at its sole discretion draw on the Security Deposit or the
Bankers Guarantee or the Performance Bond to satisfy any liquidated or other damages as
may become due to the Agency under the Contract if the Agency has, prior to drawing on the
Security Deposit, notified the Consultant in writing of the default or breach and given the
Consultant a minimum of thirty (30) days to rectify or remedy the default or breach or (if the
default or breach cannot be fully rectified or remedied) to pay damages to the amount
specified in the notice and the Consultant has failed to comply fully with the notice.
A1.4
The provisions of this Clause shall not affect the rights and remedies expressly
reserved herein to the Agency or bar the Agency from claiming loss, expense, costs or
damages incurred or sustained or likely to be sustained by the Agency as a result of any
breach of contract of whatsoever nature by the Consultant.
A2 OPTION TO EXTEND
A2.1 The Consultant grants the Agency the option to extend the Contract for a further
period and by the date stated in the Contract. Unless otherwise specifically agreed between
the Parties, the purchase made during the extended period shall be subject to the same
terms and conditions (inclusive of any amendments), and the Services purchased shall form
part of the Services defined in this Contract.
A2.2 In the event that the Contract is extended pursuant to Clause A2, the Consultant
shall furnish a fresh Security Deposit and all the provisions in Clause A1 shall apply with the
necessary modifications.

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

NATIONAL ENVIRONMENT AGENCY


SINGAPORE
SECTION F: LETTER OF ACCEPTANCE

From The Office of the


To :
(Contractor)
Date :
Reference No :

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$)

The total amount of your accepted tender is therefore, Dollars:


________________________
______________________________________________ ($ ________________ )

The contract commencement date shall be _____________.

You will be notified when the formal Contract is ready for your signature.

Attention is drawn to the Instructions to Tenderers whereby you will be required to


execute the formal Contract and deposit with the Agency the cash amount of $
(5% of the Contract Sum) as Security Deposit# for the due performance of this
Contract. You will also be required, at the same time, to deposit with the Agency the
required insurance policies and to produce for inspection the receipts for premiums
paid.

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

...
.

For Contract using SUPPLY

SECTION G: BANKER'S GUARANTEE/ INSURANCE PERFORMANCE BOND


FOR GOODS AND SERVICES AND CONSTRUCTION SERVICES
(FOR NON-FIXED PERIOD CONTRACTS)
To:

The National Environment Agency, Singapore (hereinafter called the Agency)


Whereas on the ________ day of _____________ 20___ (Two Thousand and
_______ ) an Agreement (hereinafter called the Contract) was made between
_______________________
[name
of
Contractor]
of
___________________________________________________
[address]
(hereinafter
called the Contractor) of the one part and the Agency of the other part whereby the Agency
agreed to ____________________________________________ [Project Title] for the sum
of Singapore Dollars _______________________________________________________
(S$ _____________ ).
And Whereas the Contractor is required under the Contract to pay five per cent (5%)
of the total value of the Contract as a Security Deposit for the performance of his obligations
under the Contract.
Now in consideration of the Agency not insisting on the Contractor paying five per
cent (5%) of the total value of the Contract as a security deposit for the said Contract, we
_________________________ [name of Bank or Insurance/Finance Company] (at the
request of the Contractor) hereby agree as follows:
1

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.

We shall not be discharged or released from this Guarantee by any arrangement


between yourself and the Contractor with or without our consent or by any alteration
in the obligations undertaken by the Contractor or by any forbearance whether as to
payment, time, performance or otherwise.

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)

make a claim under this Guarantee; or


direct us to pay such amount (not exceeding the Guaranteed Sum) as you
may specify into a suspense account to be governed and disbursed by us
subject to the Association of Banks in Singapore's Guidelines for operation of
a Suspense Account; or
direct us to extend the validity of this Guarantee for a further period not
exceeding twelve (12) months (and this Guarantee shall then expire at the
end of such further period).

Note : * Not applicable for Insurance Bond issued by insurance companies


31

This Guarantee is conditional upon a claim or direction as specified herein being


made by you by way of a notice in writing addressed to us and the same being
received by us at _____________________________________________[insert
address of Banks or Insurance/Finance Companys notification office] within 90 days
from the expiry of this Guarantee. Thereafter this Guarantee shall become null and
void notwithstanding that this Guarantee is not returned us for cancellation except for
any claim(s) or direction submitted to us in writing not later than 90 days from the
expiry of this Guarantee.

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___

AS WITNESS our hand


Signed by: _______________________________
(Name and designation of officer)
for and on behalf of the

___________________________________
(Name of Bank or Insurance/Finance Company)

_____________________
(Signature)

in the presence of:


Name ___________________
Designation ______________

_____________________
(Signature of Witness)

32

SECTION H: CONTRACT SPECIFICATIONS


1

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.

Detailed Description of the Consultancy Services


Inception Report

2.1

The inception report shall consist of the following:


Baseline Programme

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

a) Contain all details of the work to be performed by the Consultant,


demonstrating the plan to meet the specified key dates and obligations under
the Contract through a logical sequence of work that takes into account of all
constraints.
b) Organise, code and describe the activities appropriately for easy reading and
comprehension.
c) Provide an objective measurement and monitoring of progress of the works.
Where details required for an objective measure are better recorded at
spreadsheet level such as design registers, drawing registers, and these
shall be tied back to the programme through activity IDs.
d) Use a 5-day work week calendar with public holidays.
3

Scope of the Consultancy Services

3.1

The scope of Consultancy Services consists of the following parts:

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

Part 1A: Conduct mandatory site investigative works


3.2.1

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)

Soil Investigation Work

(Schedule 5)

iii)

Trial Trenching Work

(Schedule 6)

The Consultant is deemed to be familiar with all 3 types of site investigative


works mentioned above and shall meet all necessary statutory requirements
to carry out these works, such as non-obstruction to traffic flow at work sites
when carrying out the works; reinstating the work sites to their original
conditions/states when the works are completed etc.
The Consultant is required to seek the necessary consultations with the
relevant agencies and to review/enhance the scope of site investigative works
before executing the work. The Consultant is also expected to obtain all the
necessary existing plans, drawings, site survey reports and documents such
as official clearance, adequate relevant insurance for compensating possible
damages during the entire contract period, professional certification etc at his
own cost, so as to complete the required works or studies. Only qualified
persons shall be deployed for carrying out the works.
At the end of the investigative works, the Consultant shall use the results/data
as a basis for the feasibility study and preliminary engineering design for the
recommended road accesses.
b) Conduct Traffic Impact Assessment (TIA) for all roads (land access)
i. The Consultant shall conduct a comprehensive TIA Study to identify the
traffic impacts of the proposed development and all accesses on the
surrounding transport network and recommend necessary feasible
measures to mitigate the negative impacts. The Consultant shall ensure
accuracy and validity of all information and assumptions to be used in the
study.
ii. The Consultant shall discuss the project scope with the Agency as well as
all other relevant agencies before conducting the study. They shall also
prepare the necessary presentation and briefing materials and ensure that
the scope of study obtains the necessary endorsements from all relevant
agencies.
iii. The TIA Study in accordance to LTAs TIA Guidelines shall include but not
be limited to the following:

Establish the TIA Study purpose and objectives


Proposed methodology and assumptions
Collection of data intended to be used
Establish background traffic volumes and estimate future
traffic
35

Recommend the type of surveys to be undertaken


Consider the relevant peak hour(s) and site(s) for the
conduct of traffic surveys
Derive the trip generation rates and the turnaround time /
waiting time for trucks during peak hour(s)
Conduct traffic impact analysis for the assessment area(s)
and assessment scenario(s)
Proposed modeling tool(s) and parameters to be used
Design the location of developments entry and exit access
point(s), parking provision and internal circulation routes
Evaluate whether public development traffic operation
plans are required and to what extent
Prepare an Inception Report and/or Interim Report
Make recommendations and measures to mitigate negative
impacts, with necessary assessments.
To include other requirements and the respective cost
evaluation that may apply to the proposed development.

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)

Study and propose suitable materials and construction method.

c)

Study the overall implementation strategy for the proposed accesses

The Consultant shall also carry out the following tasks:


a) Conduct security and operational risk assessment for parties (existing and
potential (if information has been made known prior to the study) that will be
impacted by these proposed accesses and to propose mitigating measures
(with estimated cost and duration to construct) to the identified risks. The
assessment will also include determining any safety impact to amenities and
plant/equipment belonging to TPG and other Companies whose equipment are
situated in Tuas Power Station such as fuel oil storage tanks, control centre and
pump pad of fuel oil tank farm, natural gas metering stations and receiving
stations, sea water intake channels, natural gas and fuel pipeline, 400kV
Terminal building etc in Tuas Power Station and vicinity, if hazardous materials
would be transported along the permanent routes. The assessment must be
comprehensive enough to provide the Agency sufficient cost-benefit analysis to
determine the feasibility for the permanent access routes and alternative route
as proposed by the Consultant.
b) Obtain all necessary ground parameters that are useful for the feasibility study,
such as additional land area required to be acquired in the event that these
proposed assesses are feasible. The Consultant shall make every attempt to
avoid the need to relocate any infrastructures for the development of each
access whenever possible. If however, in the event that the access routes
require cutting through certain infrastructures, the Consultant shall be required
to propose mitigating measures e.g. relocation of the affected infrastructures to
alternative sites, with accompanying estimated cost and timeline and any other
necessary details required. The Consultant is also expected to be involved in
the negotiation process as deemed fit by the Agency The Consultant shall also
prepare all necessary documents, plans and drawings and submit to all the
relevant authorities including the URA/MPC and obtain all required
approvals/planning permissions. The Consultant is also expected to prepare all
necessary materials, write-ups and presentation slides upon the Agencys
request. Presentations to the senior management of NEA/MEWR and any other
relevant parties will also be required.

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

Route #1 and #4 (barging/bridge route to be identified by the Consultant) shown in


Appendix A are to be used for temporary access routes to the Site. The aim is to
make use of these temporary accesses to facilitate the construction of the permanent
accesses, and to support the initial construction activities at site The Consultant shall
incorporate all findings from the relevant works mentioned in Clause 3.2 1, 3.2.2 and
3.2.3 above in the study to determine the feasibility of these two (2) accesses. The
Consultant is also required to conduct an appropriate Security & Blast (S&B) study (
Appendix B) and an Environmental Impact Study (EIS) (Appendix C) or engage other
qualified consultants, to determine all S&B risks as well as environmental impacts
that would arise due to the use of these two routes as temporary access to the site.
In addition, the consultant shall also conduct a vehicular loading impact study on
Route #1 where gas transmission pipelines were buried 1.6m underground. The
Consultant shall also be required to determine and conduct all relevant maritime
studies and assessments required by the relevant Authorities if barging is proposed
for Route #4. For all the studies carried out above, the Consultant is required to
propose mitigating measures to the determined risks and environmental impacts and
incorporate them into a detailed engineering design. The detailed engineering
design shall include all necessary designs of the hardening measures and
blockades, barges, loading and unloading points, piers and jetties, etc.

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)

Alignment design for at grade means of access


i.

Develop the preliminary road alignment with due consideration on


practical aspects to ensure that the system is safe, reliable, and
efficient with minimum maintenance requirement;

ii.

Prepare plans, including land acquisition plans, land ownership plans,


adoption plans, trees affected plans, etc and other details or drawings
as requested by the Agency as well as any other relevant Authorities
for the consultation and planning submission for the final road
alignment approval;

iii.

Develop detailed alignment including preparation of setting out plans,


longitudinal plans, site plans, cross-sections, traffic layout plans , tree
affected plans and drainage schemes;

iv.

Prepare trees affected plans and obtain in-principle approval from the
relevant agency; and

v.

Review and propose solutions for commuter facilities and associated


M&E Services affected by the project, with measures to mitigate the
adverse impact on pedestrian traffic.

vi.

Develop structural risk assessment and damage assessment for the


buildings and structures in the vicinity during both the construction as
well as operational stages of the accesses and propose mitigation
measures.

b)

Notional Design for Aboveground and Underground means of access

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.

Description of the aboveground or underground building works;

ii.

Design information and criteria;

iii.

Analysis and design consideration;

iv.

Construction method and sequence; and

v.

Analyses and calculations.

The Consultant shall also submit drawings for the final notional design schemes
which shall include but not limited to the following:
vi.

Layout Plans; and

vii.

Elevations and cross-sections.

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)

Tender specifications/work scopes/documents ready for the Agency to call


for a Design & Build (D&B) tender for the development and construction of
the approved means of permanent access. The specifications of this D&B
tender shall include but not be limited to the following:
i.
ii.
iii.

A S&B study for the approved means of permanent access


Studies such as EIS on the approved means of permanent
access
Produce the detailed engineering design and construction
of the approved means of permanent access

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)

Tender specifications/work scopes/documents ready for the Agency to call


the necessary contract to engage an Accredited Checker (AC) to work with
the D&B contractor, Qualified Person (Supervision), Qualified Person
(Design), Environmental Monitoring and Management Plan (EMMP) and etc,
to manage, supervise and verify all works, are to be provided.

c)

Tender specifications/work scopes/documents ready for the Agency to call


the necessary contract to engage a Consultant to act as the Superintending
Officer (S.O.) on behalf of the Agency to administer the D&B contract for the
construction of the road accesses, verify and certify all claims submitted
under the D&B contract and etc., and report directly to the Agency;

40

d)

All other necessary tender specifications/work scopes/documents ready for


the Agency to call the necessary contract to engage a Consultant to provide
Instrumentation and Monitoring Services for the construction of the road
accesses and report directly to the Agency;

e)

Tender specifications/work scopes/documents for the Agency to call for the


construction tender for the temporary access (Route #1 and #4), based on
the detailed engineering developed in Part 2, clause 3.2.6 above,

f)

All relevant estimates (budgetary, volume, timelines etc) relating to the


planning and construction of the temporary and permanent accesses
mentioned above such as number of vehicular trips and barging trips per
day, amount of equipment and materials that can be delivered per day,
turnaround time/duration of each vehicular and barging trip and etc. These
budgetary and timeline estimates shall also include but not be limited to the
following:
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.

D&B contract (including breakdowns in EIS, S&B for


permanent accesses)
Construction of temporary accesses
Construction supervision of temporary accesses
Construction of permanent accesses
Construction supervision of permanent accesses
Traffic volume during construction of temporary accesses
and all other related info
Traffic volume during construction of permanent accesses
and all other related info
Any other related budgetary and timeline estimates for the
implementation of the works for 2(a) to (e) above with all
necessary justifications and documentations till the actual
completion of the construction of the accesses.

The Consultant is also expected to provide the necessary plans and


proposals to organise the abovementioned tenders [3.2.11 (a) to (e)] and all
other necessary tenders identified during the contract period. The
Consultant shall recommend how best these tenders are to be organised
and called with the correct sequence and timing to ensure that the accesses
to Site are constructed properly with the necessary professional services to
supervise, administer and monitor all phases up till the satisfactory
completion of all proposed accesses. A timeline indicating these plans as
well as subsequent updates shall be provided by the Consultant.
g)

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

Schedule for Deliverables

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

Topographical Survey Report

4 months

Soil Investigation Report

4 months

Trial Trenching Report

4 months

Traffic Impact Assessment Report

4 months

Other Reports: EIS, Operations risk


assessments, S&B etc

6 months

Final Feasibility Study Report on both


Permanent and Temporary accesses (include
alternative access)
Preliminary Engineering Design for
permanent access and Detailed Engineering
Design for temporary access

42

6 Months

8 months

Tender Specifications/Documents ready for


the Agency to call for required tenders
stipulated in the work scope or as instructed
by the Agency
Estimated Volume, Timelines and Costs for
all required works (designs, construction etc)
stipulated in the work scope or as instructed
by the Agency
Obtain all necessary approvals from relevant
agencies including MPC approval

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.

Coordination with Other Parties

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.

Payment of Additional Services

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.

Information to be provided to the Consultant

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.

Expertise and Commitment of Project Team

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)

a staffing plan, including the project team structure, names, qualifications,


Curriculum Vitae (CVs) and relevant experience of the dedicated advisory
team members, their anticipated roles, responsibilities and degree of
involvement for each advisory team members.

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

The Consultant shall provide suitably qualified and experienced personnel


acceptable to the Agency to carry out the Services as specified in the Contract,
comprising but not be limited to the following:
a.

A Project Director who shall be the overall-in-charge of implementing the


project and to oversee and direct the whole consultancy contract. The Project
Director shall have a minimum 15 years in managing large infrastructure
projects and preferably with relevant experience in road works and
construction projects. The Projector Director shall attend meetings with the
Agency whenever required and provide advice on any matters related to the
project.

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.

Technical Advisor(s) with relevant experience in the planning and design of


roads. The Technical Advisor(s) shall have a minimum of 10 years of relevant
engineering experience to provide technical advice on all technical matters in
connection to the proposed project.

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

Liability of the Consultant

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

The Consultant and/or any of his associated consultants/firms/partners shall be


disqualified, except as the Agency may otherwise agree, from further provision of
goods or services in any other capacity to the Agency, where such provision of goods
or services shall place or is likely to place the Consultant in a position of conflict of
interest with the obligations of fidelity to the Agency under this Contract. This shall
include bidding for any contract for provision of goods or services to the Agency in
association with other contractors, architects, consultants, manufacturers or suppliers
relating to the Project.

TABLE OF SCHEDULES
SCHEDULE 1

Lump Sum Fees for Services

SCHEDULE 2

Schedule of Payment

SCHEDULE 3

Scale of Charges on a Time Basis

SCHEDULE 4

Topographical Survey

SCHEDULE 5

Soil Investigation Works

SCHEDULE 6

Trial Trenching Works

SCHEDULE 7

Number of Copies of Reports to Submit

TABLE OF APPENDIX
APPENDIX A

Potential permanent road accesses to Project Site

APPENDIX B

Security & Blast Study

APPENDIX C

Environmental Impact Study

46

SCHEDULE 1 LUMP SUM FEES FOR SERVICES


PROVIDE CONSULTANCY SERVICES FOR ACCESS INTO PROJECT SITE:
Description

Lump Sum Fee S($)

Part 1A: Mandatory Works to be carried out for the feasibility studies of Permanent and
Temporary Accesses
I

Topographical Study

II

Soil Investigation Works

III

Trial Trenching Works

IV

Traffic Impact Assessment (TIA)

Part 1B: Conduct feasibility study on permanent accesses into the Site
I

Feasibility Study for permanent accesses

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

Feasibility Study for temporary accesses

II

Detailed Engineering
accesses

Design

for

temporary

Part 3: Provide Preliminary Engineering Design of the approved means of permanent


access to Site and Contract packaging and Tender
Preliminary Engineering Design for the approved
I
permanent accesses
Tender Document Preparation - for the D&B, AC,
construction of temporary access tender etc.
Lump Sum Price S($)
AMOUNT TO BE CARRIED FORWARD TO FORM OF TENDER
II

Total Lump Sum Price in Words: Singapore Dollars


_________________________________________________________________________
_________________________________________________________________________

Signature of Tenderer: ______________________________________________________


Name and designation of Tenderer: ____________________________________________
Name and Address of: ______________________________________________________
Company in Singapore ______________________________________________________
Tel/HP: ____________________

Date: ________________________

47

SCHEDULE 2 - SCHEDULE OF PAYMENT


PROVIDE CONSULTANCY SERVICES FOR ACCESS INTO PROJECT SITE:

Description

% of Schedule 1

On satisfactory completion of Part 1A, 1B and 2 of the Scope of


Contract

70%

On satisfactory completion of Part 3 of the Scope of Contract

30%

48

SCHEDULE 3 - SCALE OF CHARGES ON A TIME BASIS


CONSULTANCY SERVICES FOR ACCESS INTO PROJECT SITE:
S/N

Name/Designation

S$/Man-hour

S$/Man-day

S$ Man-month

Signature of Tenderer : _______________________________________________


Name of Tenderer : __________________________________________________
Designation of Tenderer : _____________________________________________
Name and Address of : _______________________________________________
Company in Singapore ________________________________________________
_______________________________________________
Tel/HP: ___________________

Date: _______________________

49

SCHEDULE 4 TOPOGRAPHICAL SURVEY


PROVIDE CONSULTANCY SERVICES FOR ACCESS INTO PROJECT SITE:

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 ($)

Total carried to Schedule 1


* The quantities are indicative only and are intended for purpose of tender evaluation.
Payment for the topographical survey works shall be computed based on the actual works
carried out and the rates submitted in Schedule 4.

50

SCHEDULE 5 SOIL INVESTIGATION WORKS


PROVIDE CONSULTANCY SERVICES FOR ACCESS INTO PROJECT SITE:

S/N

Description

Unit

Qty

Carry out drilling/coring works


as required for conclusive Soil
Investigation result (including
engagement of Qualified
Person, backfilling and
reinstating of the boreholes
and submission of reports and
drawings)

Per
Borehole

80

Rate ($)

Amount ($)

Total carried to Schedule 1


* The quantities are indicative only and are intended for purpose of tender evaluation.
Payment for the soil investigations works shall be computed based on the actual number of
boreholes / works carried out and the rates submitted in Schedule 5.

51

SCHEDULE 6 TRIAL TRENCHING WORKS


PROVIDE CONSULTANCY SERVICES FOR ACCESS INTO PROJECT SITE:

S/N
1

1.1

1.2

Description

Unit

Qty

Trial Trenches (L:20m, W:1m)


Allow for all costs for
excavation of trial trenches and
detection of cables for utilities
and building foundation
assessments including the use
of cable detector, removal of
excavated materials from site,
exposure to determine the
utilities/ foundation and
backfilling and reinstating of
the trenches submission of
reports and drawings.
To a depth not exceeding 1.5m
Rigid pavement
Flexible pavement
Off the carriageway

Per Trench
Per Trench
Per Trench

20
20
20

Per Trench
Per Trench
Per Trench

20
20
20

From 1.5m to a depth not


exceeding 3.0m
Rigid pavement
Flexible pavement
Off the carriageway

Rate ($)

Amount ($)

Total carried to Schedule 1


* The quantities are indicative only and are intended for purpose of tender evaluation.
Payment for the trial trenching works shall be computed based on the actual number of
trenches / works carried out and the rates submitted in Schedule 6.

52

SCHEDULE 7 NUMBER OF COPIES TO SUBMIT

No

Deliverables

Number of copies

Inception Report

20

Topographical Survey Report

20

Soil Investigation Report

20

Trial Trenching Report

20

Traffic Impact Assessment Report

20

Other Reports: EIS, Operations risk assessments,


S&B etc

20

Final Feasibility Study Report on both Permanent and


Temporary accesses (include alternative access)
Preliminary Engineering Design for permanent access
and Detailed Engineering Design for temporary
access
Draft Tender Specifications/Documents ready for the
Agency to call for required tenders stipulated in the
work scope or as instructed by the Agency
Final Tender Specifications/Documents ready for the
Agency to call for required tenders stipulated in the
work scope or as instructed by the Agency

20

8
9
10

53

20
20
20

APPENDIX A

Proposed Access Routes to Tuas View Basin Site

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

Risk Assessment (RA)

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

Pre-Final Security Plan

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

Final Security Protection Plan (FSP)

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

Preparation of Tender Documents & Tender Evaluation

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

Preparation of Tender Documents & Tender Evaluation

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

Security Clearance Requirements

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

The S&B Consultant shall adhere to the following milestones:


Submission Schedule

Deliverables

(from
Date
Commencement
stated in Letter
Acceptance)
Completion of RA Report

3 months

Completion of Pre-Final Security Plan

4 months

Completion of Final Security Plan

6 months

Completion of tender documentation preparation

9 months

of
of

Deliverables and Submission Requirements

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

3 softcopies and 10 hardcopies in colour


All threat scenarios to be marked in colour on architectural
drawings at least A1 in size.
All documents to be submitted in softcopy within a CD or DVD
rom. For softcopies, both pdf and editable files shall be
provided.

PFSP

3 softcopies and 10 hardcopies in colour


Where applicable, all security measures to be marked in colour
on architectural drawings at least A1 in size.
All documents to be submitted in softcopy within a CD or DVD
rom. For softcopies, both pdf and editable files shall be
provided.

FSP

3 softcopies and 10 hardcopies in colour.


Where applicable, all security measures to be marked in colour
on architectural drawings at least A1 in size.
All documents to be submitted in softcopy within a CD or DVD
rom. For softcopies, both pdf and editable files shall be

58

provided.

S&B Consultant Proposal Submission Requirements

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

Baseline Requirements for Risk Analysis

Annex S&B_B

Requirements for Analysis of Effects of Explosive Loads

Annex S&B_C

Technical Analysis and Performance Standards for Security


Measures

Annex S&B_D

Detail Level for PSP Security Measures

Annex S&B_E

Detail Level for FSP Security Measures

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

Key Input Parameters

2.1

There are two key input parameters that the S&B Consultant is required to consider.

i.

Threat Definition. Where it is necessary, MHA, through the Agency,


will provide a baseline threat definition that the S&B Consultant shall
use in the RA. The S&B Consultant is free to propose to the Agency,
additional threats that are deemed to be relevant to the project based
on the specific typology and functionality of the nearby facilities being
reviewed, as well as its site-specific characteristics. For an indicative
list of the threats to be considered, please refer to Table 1 at the end
of this Annex. The actual list of baseline threats to be considered for
the nearby facilities will be provided to the S&B Consultant upon
award of tender and successful security clearance of the S&B
Consultants team members. In addition, if any of the nearby facilities
is a National Critical Infrastructure/Key Installation, MHA, through
the Agency, will also provide a further list of Baseline threats that shall
be considered.

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.

In general, these assets could be physical assets and/or human assets.


60

Risk Assessment Methodology

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

Presentation of Results and Recommendations

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

Table 1: Indicative baseline threat definition


Threats

Vehicle Borne
Improvised
Explosive
Device
(VBIED)*

Improvised
Explosive
Device
(IED)*

Methods

Specifics

Possible types of
vehicle

Cars, vans/ pick-ups, buses, lorries,


delivery trucks

Possible weight

Approximately 500kg TNTNEQ

Possible methods
of delivery

Ramming detonation attack (e.g.


drive-in collision, etc.), Timer activated
detonation (e.g. parked with timer,
etc.)

Possible weight

Approximately 20kg TNTNEQ

Possible
concealment and
deception

All conceivable methods to avoid


detection (e.g. haversack, luggage,
parcel, mail, suicide vest, etc.)

Possible methods
of delivery

Delivered, hidden, laid, thrown, walkin, parked vehicles

*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

Hostile Vehicle Measures must be certified (i.e


accompanied by crash test certification) under one of
the following standards:

CCTV

a.

UK PAS 68:2010 Impact test specifications


for vehicle security barriers

b.

ASTM F2656-07 - Standard Test Method for


Vehicle Crash Testing of Perimeter Barriers

c.

DOS SD-STD-02.01 Rev A Test Method for


Crash Testing of Perimeter Barriers and
Gates

Wall barriers must be designed by a structural engineer


to stop a 2.5ton vehicle traveling at 80kmh
Primary requirements:

Archival-28 days with 10% buffer

Resolution-4 CIF

Recorded Framerate-6fps for indoor cameras


and 12 fps for outdoor footage

Refer to Chapter 8.7 of the Guidelines for Enhancing


Building Security in Singapore for detailed standards.

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

Basic Building Information

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)

Glazing and Building Fabric


Vehicle Perimeter Line

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

Technological Measures/Security Systems

Measure
CCTV

Access Controls

Detection and Alarm


Systems
5

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

Operational and Human Measures

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

Preliminary Cost Estimates

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

Basic Building Information

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)

Glazing and Building Fabric

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

Vehicle Perimeter Line

Fence line

Mark out on architectural drawings the location of


the vehicle perimeter line.
Description of the actual measures at each point
of the perimeter line eg wall, planter, bollard, gate
etc.
Performance specifications of the elements within
the vehicle perimeter line.
For active systems, the operating conditions
(such as number of cycles per day, life MeanTime-To-Failure
etc)
and
operational
specifications (such as cycle time etc) that the
systems need to meet. These specifications are
to be based on the security needs of the facility.
If a low wall design or any similar structure is to
be designed as a barrier, the S&B Consultant
shall provide structural drawings of the barrier,
showing dimension, the details of the
reinforcement and the connection details. This
design work shall not be outsourced to the
construction vendor to carry out.
Mark out on architectural drawings the location of
the fence line.
Design specifications of the fence line.

Technological Measures/Security Systems

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.

Operational and Human Measures

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

Summary Table of Measures

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

Articulation of Final Residual Risk

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)

Determination of buffer zones required for future developments along the


access Route #1 alignment; and

g) Practical and suitable mitigating measures to be applied to the construction


of the two (2) accesses where the air quality exceeds the design criteria and
standards for air quality.
3.

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)

Viaduct noise analysis;

g) At-grade expressway noise analysis; and


h) Practical and suitable mitigating measures to be incorporated in the design
where the noise level exceeds the design criteria and standard for noise.

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.

The Consultant shall submit a preliminary and a final environmental impact


assessment study report complete with all necessary drawings to the Agency.

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

DECLARATION OF GOODS AND SERVICES TAX (GST) STATUS

I hereby declare that ___________________________________________


(Name of Company)
of

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

Dated this ________day of __________________ 20_____.

________________
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

Remarks (e.g. potential


benefits, environmental
impact, etc)

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)

of the first part and (1st Joint Venture


(1st

JVP),

(2nd

Joint

Venture

(3rd Joint Venture Partner)

(address)

(2nd

(address)

(3rd JVP), of the

second part and is supplemental to an Agreement made on (Date of Letter of Acceptance)


between the Agency and the 1st JVP, 2nd JVP, 3rd JVP (hereinafter called the Principal
Agreement) a copy of which is attached as Schedule I to this Agreement.
WHEREAS the 1st JVP, 2nd JVP and 3rd JVP have jointly tendered for
_________________________________________________________________________
(hereinafter

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

___________________________ insofar as these relate to the Principal Agreement.

6. All correspondence addressed to the 1st JVP, 2nd JVP and 3rd JVP jointly in relation
to

the

Principal

Agreement

shall

be

addressed

to

__________________________________ and notices and Superintending Officers


instructions contemplated by the Principal Agreement shall be deemed to be validly
served on the 1st JVP, 2nd JVP and 3rd JVP jointly when posted or delivered to the
aforesaid address.

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 )

for and on behalf of THE NATIONAL

ENVIRONMENT AGENCY, SINGAPORE

in

the

presence

Signed by

of

: )

(Name)

(Designation)

for and on behalf of

(1st Joint Venture Partner)


in

the

presence

Signed by

)
of

: )

(Name)

(Designation)

for and on behalf of

(2nd Joint Venture Partner)


in

the

presence

Signed by

)
of

: )

(Name)

(Designation)

for and on behalf of

(3rd Joint Venture Partner)


in

the

presence

)
of

: )

(To be signed by all Joint Venture Partners)

78

ANNEX F
LIST OF DIRECTORS AND PERSONS EMPOWERED TO SIGN CONTRACTS
CONFIDENTIAL
To be submitted with Tender
Date :
To :

National Environment Agency

Name & Address of Co.

Registry of Companies &


Business Registration No:
I
NAME

II

NAMES OF PROPRIETOR/PARTNERS/DIRECTORS
POSITION IN COMPANY
I.C. NO

Names of Persons empowered to sign


Letters of Acceptance and Contracts
(attach separate list if space is inadequate)
NAME
POSITION IN COMPANY

I.C. NO

I certify the above is correct

NAME

79

Signature of Responsible Person in


Company
(

ANNEX G
WORKPLACE SAFETY AND HEALTH MANAGEMENT SYSTEM
RISK ASSESSMENT SCHEDULE
NAME OF FIRM :_________________________________________________________
ADDRESS: _______________________________________________________________
Risk Activity

Risk Control Measures

______________________________
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

*Public, Private, Sole Proprietorship/Partnership/ Joint Venture/ Others (Please specify)


_________________________________________________________________________
_________________________________________________________________________
8.

Registration with Accounting & Corporate Regulatory Authority (ACRA)

(a)

Registration Number

: _____________________________________

(b)

Date of Registration

: _____________________________________

(c)

Country of Registration: _____________________________________

(d)

Years in operation

: _____________________________________

(e)

Paid-up Capital

: ______________________________________

(Please furnish a copy of registration certificate)


9.

Registration of Firm/Company with the Professional Engineers Board of Singapore:

(a)

PE Board Registration/Licence Number: _____________________________

(b)

Validity Period of Licence

: _____________________________

(c)

Discipline

: _____________________________

(Please furnish a copy of registration certificate)


10.

ISO 9001 Certification

(a)

ISO 9001 Certification Number: _____________________________________

(b)

Validity Period of Certificate

: _____________________________________

(Please furnish a copy of ISO 9001 certificate)

81

11.
The Principal, Partners or Directors:
Name & Designation Nationality &
NRIC/Passport No.

PE Practising

% Shareholding or %

Certificate No. &

Assets Held

Validity Period
(Please furnish copy
of valid PE Practising
Certificate)

12.
Name

13.

Major Shareholders & Percentage Owned:


Nationality

Percentage Owned

Affiliation: Subsidiaries, Associates, Business Partners and Joint Venture, etc.


Affiliation

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.

* Please provide the value of projects in Singapore Dollars.


Please attach a separate sheet if space provided in this Form is insufficient

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.

Paid-up capital for Firm/ Company: $___________________________

ii.

Summary of Profit/Loss and Turnover for the last 3 years:

Year

20___

20___

20___

Profit/ Loss ($)


Turnover ($)
(Profit/Loss)/
Turnover

iii.

Capital Net Worth of Firm/ Company: $_________________________

iv.

Average Capital Net Worth over the last 3 years: $________________

Please note: Capital Net Worth is defined as follows:


b.

For private limited companies, capital net worth shall be the paid-up capital

plus reserves less accumulated losses.


c.

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.

I certify that the above information is correct:


____________________________________
Signature of Responsible Person in Company
Name: ______________________________

Designation: ______________________

85

ANNEX L
PARTICULARS OF DIRECTORS/ PARTNERS/ PROFESSIONAL STAFF *
Name

Passport/ NRIC No

Age

Nationality

Academic & Professional Qualifications #

(Institution, Country & Year)

Awards/ Commendations

Work Experience

Professional Engineers Board

Country, Discipline & Registration No.

: _____________________________________
_____________________________________

*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.
#

Please enclose the practicing certificate, if applicable.

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.

Name of Key Appointment Holder

Date of Birth

NRIC/ Passport No.

Nationality

Past and Present Employment (Title,


Period Employed, Employer,
Location, Duties )

Years with Organisation

Proposed Role in Project and degree


of involvement

Education: (degrees obtained from


where and when; additional
qualifying education)

Professional Registration: (type,


name, from where)

10

Summary of Experience

11

Additional Information of Interest:


(such as professional publications,
awards, etc.)

87

12

Detailed Project Experience:


-

Provide information below to show qualifying experience relevant to


proposed role of the individual on the current project

Use one form per project

Name of Project and Location

Full name and address of client, contact


person, and contact telephone number

Type of Project (Design/Build, Build,


etc)

Project Value ( Singapore Dollars)

Role in Project

Duration in Role

Status (% of Time on Project During


Project Role)

Period of Contract

Date of Completion

Relevant Details of Project

Years of relevant experience in large


infrastructures projects preferably with
experience in road works projects

Years of experience in conducting


feasibility studies for roads, S&B study ,
EIS study, planning, design,
construction, tender
document/specifications preparation,
dealing with government agencies and
getting MPCs approval

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

You might also like