0% found this document useful (0 votes)
52 views23 pages

Condition Specification SOP

The document provides instructions for submitting quotations. It outlines requirements such as submitting through an online portal, validity periods, payment terms, tax obligations, and submission formats. Quotations must follow the specified procedures and requirements.

Uploaded by

Jeff Jia
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
52 views23 pages

Condition Specification SOP

The document provides instructions for submitting quotations. It outlines requirements such as submitting through an online portal, validity periods, payment terms, tax obligations, and submission formats. Quotations must follow the specified procedures and requirements.

Uploaded by

Jeff Jia
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
You are on page 1/ 23

INSTRUCTIONS TO QUOTE

1. All Quotations shall be submitted through GeBIZ. The Board shall be under no obligation to
accept the lowest or any quote. In no case will any expense incurred by the Tenderer in the
preparation of the Quotation be borne by the Board.

2. Tenderers are advised to adopt National Wages Council’s (NWC) recommendations on wage
increment for their workers and to factor such wage increases into their bid price.

3. If the procurement of Goods and/or Services is on a period or term contract basis, the Board
shall raise orders on an “as and when required” basis. The Board does not guarantee to
purchase the full contract amount as specified.

4. Where there is any discrepancy between the amount in the GeBIZ and the amount in the
Schedule of Prices, the amount in the GeBIZ shall prevail.

5. Quotations are to be valid for a period of ninety (90) days from the closing date of the
Quotation but the Board reserves the right to recall fresh quotations before the expiry of the
validity period of the Quotation. In the event that there is any discrepancy between:

(a) the validity period submitted in Tenderer’s offer in GeBIZ; and

(b) the validity period in Schedule of Prices or any other documents attached by the
Tenderer,

the validity period in Tenderer’s offer in GeBIZ shall prevail.

6. The Board reserves the right to accept the Quotation in part or in full.

7. All payments to the Contractor shall be made to his bank account through Inter-bank GIRO
system.

8. The quotation submitted by the Tenderer shall be deemed as full compliance if no qualification
or modification is highlighted in the quotation or in GeBIZ Remarks column.

9. Where reference has been made to a particular trademark or trade-name, patent, design or type,
specific origin, producer, supplier or part number, the Tenderer may propose equivalent items
to such products or components together with its offer.

10. Submission of bizFILE and Declaration of Related Companies form

(a) The Tenderer is required to enclose a full copy of the bizFILE from ACRA or
equivalent (for companies not registered with ACRA) which shows the latest
director(s) / shareholder(s) status of the company. The ACRA records (date of request)
should not be more than 3 months from the quotation closing date.

(b) The Tenderer shall declare any participation of related companies in this quotation.
Related companies are companies with one (1) or more director(s) or shareholder(s) in
common or share the same parent/holding company. Such declaration shall be made in
the Declaration of related companies form enclosed in Annex B.

11. The Goods and Services Tax (GST)

(a) The Tenderer shall not include in the rates and prices proposed in his Quotation, the
Singapore Goods and Services Tax (GST) chargeable for the supply of Goods or
Services required in the Quotation. All rates and prices quoted shall be exclusive of the
said GST chargeable on the supply of the said Goods and Services.

Instructions to Quote ITQ-1 Updated: 22 Apr 2019


(b) If the Contractor is a taxable person under the GST Act, the Board will pay the
Contractor, in addition to the rates and prices proposed, the GST chargeable on the
supply of Goods and Services provided pursuant to this Quotation.

12. GST Registration

(a) The Tenderer shall declare his GST status in his Quotation. 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 Board. 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 Quotation shall forthwith inform the
Board of his change in GST status. He shall be entitled to claim from the Board any
GST charged on the supply of Goods or Services made by him after his change in GST
status.

13. Submission of Electronic Invoices

The successful Tenderer shall submit electronic invoices to the Board through the electronic
invoice portal, Vendors@Gov, at website http://www.vendors.gov.sg instead of hardcopy
invoices.

14. The Contractor shall quote PUB’s reference numbers stated on the GeBIZ Purchase
Order/Letter of Award in his correspondence and invoices.

15. Site showround will be conducted on 23 Jan 2020, 10am at Lower Seletar Waterworks, 1
Seletar West Link, Singapore 797490.

16. Tenderer shall submit his Quotation in accordance with the following mode(s) of submission
before the stipulated closing date and time:

(Note: For Quotation called through GeBIZ. Delete if inapplicable.)


Information or
Mode of Submission
document(s) in Quotation
1. Total Price Item 1 shall be submitted to the Board
using GeBIZ.
2. Schedule of Prices duly priced by the
Tenderer Items 2 to 6 shall be submitted using
GeBIZ in the form of attachment file.
3. Annex A - Declaration Of Goods
And Services Tax (GST) (Quotation may be rejected if the
Status above are not submitted through
GeBIZ)
4. Annex B - Declaration Of Related
Companies

5. A full copy of bizFILE from ACRA


or equivalent (for companies not
registered with ACRA) dated not
more than 3 months from quotation
closing date

6. Tenderer’s Quality Information

Instructions to Quote ITQ-2 Updated: 22 Apr 2019


Information or
Mode of Submission
document(s) in Quotation
1. Catalogues/Brochures (if any) These items shall be submitted to the
Board using the self-addressed
2. All other submissions which form envelope slip as attached and deposited
part of the Tenderer’s offer (if any) into either:

a. PUB Quotation Box located at :

Customer Service Centre


40 Scotts Road, #02-00
Environment Building
Singapore 228231

OR

b. GeBIZ in the form of attachment


files

Instructions to Quote ITQ-3 Updated: 22 Apr 2019


QUOTATION CONDITIONS OF CONTRACT

Should your offer be accepted, the Terms and Conditions as set out in this Section and the terms and
conditions in the GeBIZ Terms and Conditions shall govern the Contract between the Board and your
company.

In these Conditions, unless the context otherwise requires:

(a) “The Board” means Public Utilities Board and shall include its assigns and successors in law
and its duly authorised representatives.

(b) “Contract” includes the Board’s ITQ Message, the Contractor’s Quote Message or offer
(submitted through GeBIZ), these Conditions of Contract, the specifications and samples,
Schedule of Prices, Letter of Acceptance, Order Message or any Orders issued by the Board to
the Contractor for the supply of the Goods and/or performance of Services.

(c) “Contract Price” means the price exclusive of the Singapore Goods and Services Tax payable
to the Contractor for the full and proper performance by the Contractor of his part of the
Contract as determined under the provisions of the Contract and in law.

(d) “Contractor” means the successful supplier who has been awarded the Contract by the Board.

(e) “Goods” means all goods, including parts or units thereof, which the Contractor is required to
supply under the Contract.

(f) “Services” means the work which the Contractor is required to perform under the Contract.

2. SCOPE OF CONTRACT

2.1 The Contractor shall carry out and complete the supply of all items of Goods and perform
Services in accordance with the Contract. Unless otherwise stated in the Contract, all Goods
shall be new and unused.

3. DELIVERY

3.1 The Contractor shall deliver the Goods and perform the Services by the Delivery/Performance
Date and in the manner specified in the Contract. The Contractor shall obtain a receipt or an
acknowledgement therefore from the Board. The issue of such receipt or acknowledgement
shall in no way relieve the Contractor from his responsibility for replacing defective or
damaged Goods or for rectifying deficient Services under Clause 4 hereof.

4. WARRANTY

4.1 The Warranty Period shall commence on the date of receipt of the Goods and on the date of
acceptance of the Services in Singapore. The length of the Warranty Period shall be twelve (12)
months or such period as agreed in writing.

4.2 Where during the Warranty Period, any Good(s) is found to be:

(a) Defective in design, materials or workmanship; or

(b) Not in accordance with the Contract or any specifications incorporated in the Contract
by written agreement; or

Quotation Conditions of Contract QCOC-1 Updated: 05 Jul 2019


(c) Having been installed, operated, stored and maintained in accordance with the written
instructions of the Contractor, fails to function properly or fails to meet any
performance guarantees or specifications published by the Contractor as applicable to
the Good(s);

then unless it is shown that the foregoing is caused solely by improper use or mishandling by
the Board, the Contractor shall, at its own expense (including transportation costs), at the
written notification of the Board, replace, rectify or completely repair the damaged or defective
Good(s). The Contractor may, in lieu thereof, elect to replace the damaged or defective
Good(s).

4.3 If any Service performed is found during the Warranty Period to be deficient, the Contractor
shall at the written notification of the Board, rectify the same, at the expense of the Contractor
within thirty (30) days of receipt of the Board’s written notification or within such time as
mutually agreed in writing between parties.

5. PAYMENT

5.1 Within thirty (30) days from the date of invoice or date of receipt of invoice of any Goods
delivered and Services performed in accordance with Clause 3.1 of the Contract and upon
presentation by the Contractor of his bills in accordance with such means and in such format as
may be specified by the Board and the Board’s receipt or acknowledgement as referred to in
Clause 3.1 of the Contract, the Board will make payment to the Contractor of the full value of
all Goods so delivered and Services so performed provided that no payment shall be considered
as evidence of the quality of any Goods and Services to which such payments relates nor shall
it relieve the Contractor from his responsibilities under Clause 4 hereof.

5.2 Where delivery is by consignments, payment will be made within 30 days after delivery of each
consignment and the receipt of the documents referred to in Clause 3.1.

6. RIGHTS OF THIRD PARTIES

6.1 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.

7. SUB-CONTRACTING AND ASSIGNING

7.1 The Contractor shall not sub-contract or assign the Contract without the prior written consent of
the Board.

8. SUSPENSION OR TERMINATION

8.1 Without prejudice to Clause 15, the Board shall, after giving seven (7) days prior written notice
to the Contractor, have the right to suspend or terminate the Contract if the Board 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 Board shall pay the Contractor the price of the
Goods delivered or services performed and accepted by the Board as at the date of written
notice of termination or suspension. The Board shall have title to the Goods delivered and
accepted. The Contractor shall refund the balance of any payments or deposits made after
deducting any outstanding sums owing by the Board to the Contractor by reason of this Clause.

Quotation Conditions of Contract QCOC-2 Updated: 05 Jul 2019


9. GIFTS, INDUCEMENTS AND REWARDS

9.1 The Board may terminate the Contract and recover from the Contractor the amount of any loss
resulting from such termination, if the Contractor shall have offered or given or agreed to give
to any person any gift or consideration of any kind as an inducement or reward for doing or
forbearing to do or for having done or forborne to do any action in relation to the obtaining or
execution of the Contract with the Board or for showing or forbearing to show favour to any
person in relation to any Contract with the Board, or if the like acts shall have been done by any
person employed by the Contractor or acting on his behalf (whether with or without the
knowledge of the Contractor) or if in relation to any Contract with the Board the Contractor 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.

10. VARIATION

10.1 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 Contractor and the
Board.

11. APPLICABLE LAW AND JURISDICTION

11.1 The Contract shall be subject to, governed by and interpreted in accordance with the Laws of
the Republic of Singapore for every purpose and the parties agree to submit to the jurisdiction
of the courts of Singapore.

11.2 For the avoidance of doubt, until the Board issues a Letter of Acceptance, an Order message, or
Purchase Order, this document (i) is not a contract and shall in no way be construed as creating
any legally binding obligation to purchase any Goods and/or Service from any Supplier; and
(ii) shall not be construed as providing or implying that a contract will be entered into with any
supplier.

12 INTELLECTUAL PROPERTY RIGHTS

12.1 The Contractor warrants that the goods, services and/or works which the Contractor is required
to supply, perform and/or execute under this Contract do not infringe any copyrights or other
intellectual property rights in relation to inventions, registered and unregistered trademarks
(including service marks), registered and unregistered designs, circuit layouts, know how and
any other rights resulting from intellectual activity in the industrial, scientific, literary and
artistic fields (hereinafter referred to as "Intellectual Property"). Notwithstanding the above, the
Contractor shall indemnify the Board and its officers or departments against all Intellectual
Property infringement claims including any costs, charges and expenses in respect thereof.

13. WORK INJURY COMPENSATION

13.1 The Contractor shall before the commencement of any supply of Goods and/or performance of
Services under the Contract, maintain such insurances as are necessary to cover his liability or,
as the case may be, of any such subcontractor, in respect of personal injuries or death arising
out of or in the course of or by reason of the carrying out of the supply of Goods and/or
performance of Services including any liability of the Contractor under the Work Injury
Compensation Act or any subsequent modification or re-enactment of such Act.

Quotation Conditions of Contract QCOC-3 Updated: 05 Jul 2019


14. NOT USED

15. TERMINATION IN THE EVENT OF DEFAULT

15.1 The Board may terminate the Contract, if the Contractor:

(a) has abandoned the Contract; or

(b) has, without reasonable cause, failed to commence rendering the Services/supplying the
Goods in accordance with the Contract; or

(c) has committed an act of bankruptcy or becomes bankrupt or insolvent or makes a


composition with creditors or if, being a company, any winding up order of any kind is
made, or a receiver or manager or judicial manager of the Contractor’s undertaking or
assets is appointed, or possession taken or execution levied by creditors or debenture
holders or under a floating charge; or

(d) has, in the Board’s opinion, neglected or failed to render the Services/supply the Goods
under this Contract expeditiously or with due diligence and to the satisfaction of the
Board; or

(e) has contravened Clause 16 (b) or 16 (c); or

(f) has failed and/or neglected and/or has acted in breach of his obligations or
responsibilities under the Contract, and such failure, neglect and/or breach has directly
or indirectly resulted in and/or contributed to, the death of any person or an accident or
dangerous occurrence, in the course of supplying the Goods and/or performing the
Services;

For the purpose of this Clause:-

(i) “accident” has the same meaning ascribed to it in the Workplace Safety and
Health (Incident Reporting) Regulations; and

(ii) “dangerous occurrence” has the same meaning ascribed to it in the Workplace
Safety and Health Act.

15.2 If the Contractor defaults in any of the grounds mentioned under Clause 15.1 (a), (b) or (d)
above, the Board may issue a notice of default to the Contractor informing the Contractor of his
default. The Contractor shall, within seven (7) days of the date of the notice of default, remedy
the default. If the Contractor fails to do so, the Contractor shall be taken to have repudiated the
Contract and the Board shall have the right to terminate the Contract or cancel any part thereof
by way of a notice of termination without the Board being liable therefor in damages or
compensation. The said termination shall take effect from the date of the notice of termination.
For the avoidance of doubt, the Board may terminate the Contract forthwith upon the
Contractor defaulting under Clause 15.1(c), (e) and (f).

15.3 In the event of termination under Clause 15.1 above, the Board shall have the right to purchase
from other sources all the Services/Goods which remain unperformed/undelivered at the time
of termination or similar Services/Goods, and all increased costs reasonably incurred by the
Board, may at the absolute discretion of the Board, be recoverable from the Contractor.

15.4 Notwithstanding anything contained herein, the Contractor shall not be entitled to claim for any
reimbursement and loss of anticipated profit for the value of any of the Services/Goods not
delivered. The Board reserves the right not to consider the Contractor favourably for future
contracts.

Quotation Conditions of Contract QCOC-4 Updated: 05 Jul 2019


16. SUPPLY OF ELECTRONIC MEDIA FREE FROM UNAUTHORISED CODE

(a) “Unauthorised Code” means any virus, Trojan Horse, worm logic bomb or other
software routine or hardware components designed to permit unauthorised access, to
disable, erase, or otherwise harm software, hardware or data or to perform any such
actions.

(b) The Contractor shall procure that all storage media and software capable of being
stored on electronic media supplied by the Contractor to the Board shall not contain
any Unauthorised Code.

(c) The Contractor shall conduct a complete and thorough scan for Unauthorised Code
using updated anti-virus software on all storage media and software capable of being
stored on electronic media supplied by the Contractor to the Board.

(d) Without prejudice to Clause 15 of the Conditions of Contract, the Contractor shall be
liable for and shall indemnify the Board fully against all costs and expenses incurred in
the course of or incidental to removing the Unauthorised Codes, and recovering any
lost or damaged data or software arising from the Unauthorised Code in the electronic
media supplied by the Contractor.

17. CONTRACTOR TO RECTIFY INJURY OR DAMAGE TO PROPERTY OF BOARD


OR GOVERNMENT OR ANY OTHER STATUTORY OR PUBLIC AUTHORITY

17.1 Without prejudice to the provisions in the Contract, where injury or damage of any kind arises
to any property belonging to the Board or the Government or any other statutory or public
authority out of or in the course of or by reasons of the provision of the Goods and Services
under the Contract, the Board shall be entitled to instruct the Contractor to rectify any such
injury or damage, unless the Contractor is able to prove to the Board’s satisfaction that such
damage, loss or injury was not caused by any negligence, omission, breach of contract or
default of the Contractor. If the Contractor shall fail to do any such work as aforesaid required
by the Board hereof within fourteen (14) calendar days from the date of receipt of the Board’s
instruction or within such time as the Board shall specify in the instruction, the Board shall be
entitled to carry out such work by his own workmen or by other contractors, and the Board
shall be entitled to recover from the Contractor the cost thereof, or may deduct the same from
any monies due to the Contractor under the Contract.

18. RECOVERY OF ESTABLISHMENT CHARGES

18.1 Without prejudice to any other rights and remedies which may be available to the Board, the
Board shall be entitled to recover from the Contractor up to 20% establishment charges based
on the total costs and expenses (including without limitation insurance premiums and storage
costs) incurred by the Board in completing the Contract, or on any other amount which the
Board is entitled to recover from the Contractor under the Contract, as the case may be.  The
Board may deduct the establishment charges from any monies due to the Contractor under the
Contract.

Quotation Conditions of Contract QCOC-5 Updated: 05 Jul 2019


EVALUATION CRITERIA FOR QUOTATION

(1) Tenderers shall satisfy the following CRITICAL evaluation criteria before their quotation
proposals will be considered for evaluation:

(a) Debarment status (not debarred from participating in Government tenders and restricted by
PUB from participating in its tenders)

(b) Compliance with the Instructions to Quote and Quotation Conditions of Contract.

(2) Compliance with Specifications. In the case of alternative offer, the Tenderer must detail
modifications or alternative proposals in his quotation proposal or in the Remarks column in
GeBIZ. Such modifications or alternative proposals may be submitted as part of the main
offer or as an alternative offer. The quotation submitted by the Tenderer shall be deemed as
full compliance if no modification or alternative proposal is highlighted in the quotation or in
GeBIZ.

(3) Tenderers who have complied with the evaluation criteria in (1) & (2) above will be evaluated
and assessed using the following Composite Scoring Method (CSM). In the CSM, price and
quality criteria are assigned weightages and translated into quantitative scores during tender
evaluation

(a) Price-Quality Weighting: 80/20

(b) Quality Attributes (20 points)

No. Quality (Non-Price) Attributes Quality Score


1. Track Records of relevant projects 10 points
(Q1)
2. Performance in the current and past projects 10 points
(Q2)

Tendere r ' s (Q1+Q 2)


(i) Weighted Quality Score Q(wt) = ×20 %
Highest (Q 1+ Q2)

(c) Price Attributes (80 points)

Lowest Tender Price #


(i) Weighted Price Score P(wt) = Tenderer's Price x 80%

(d) Combined Score for Tenderer

Total Score = P(wt) + Q(wt)

# Refers to the lowest tender price complying with evaluation criteria in (1) & (2).

Evaluation Criteria EC-1 Updated: 29 Nov 2019


AOR 44200039 - Technical Specifications for the Supply, Delivery and Installation
of Fire-Rated Metal Doors at Lower Seletar Waterworks.

1. GENERAL

This quotation calls for the supply, delivery and installation of single-leaf and
double-leaf fire-rated metal doors at Lower Seletar Waterworks (LSWW), No 1
Seletar West Link, Singapore 797490.

2. SCOPE OF WORK

2.1 To supply all labour, transportation, lifting equipment & gears, materials & consumables, tools
& equipment and everything necessary to supply, deliver and install the doors. The scope
of work shall include but not be limited to the following:

 Installation of seventeen (17) nos. of two (2) hours fire-rated double-leaf metal
doors
 Installation of seven (7) nos. of two (2) hours fire-rated single-leaf metal doors
 Removal and disposal of existing doors from site

2.2 The Contractor shall provide a minimum of one (1) no. supervisor and two (2) nos. workers for
all on-site works. These costs shall be deemed included in the tendered price.

2.3 The Contractor shall note that the dimensions given are indicative only and the Contractor
shall conduct and verify the final measurements on site prior to fabrication of new doors.
The proposed design and drawings of the doors shall be approved by the Board prior to the
fabrication and installation of the new doors.

2.4 The Contractor shall perform necessary reinstatement of the various existing signs/labels and
magnetic lock system after the installation of the doors. These costs shall be deemed
included in the tendered price.

2.5 The Conractor shall submit three (3) copies of the original manufacturer catalogues and
technical specifications of all the ironmongery to the Board.

2.6 The Contract shall be awarded in whole or in parts, i.e. each Schedule shall be awarded
separately. The Board reserves the right to select or reject any quotation without giving any
reason whatsoever and its decision shall be final.

3. SCHEDULE OF DOORS

3.1 Schedule A - Electro-Chlorination Building

a. Ten (10) nos. of double-leaf metal door (approximate dimensions: 2080 mm by 2255
mm)

b. Two (2) nos. of single-leaf metal door (approximate dimensions: 1035 mm by 2200
mm)

Requirement Specifications RS-1 Updated: 30 Oct 2018


3.2 Schedule B - Sludge Dewatering Building

a. Six (6) no. of double-leaf metal door (approximate dimensions: 2080 mm by 2255
mm)

b. One (1) no. of double-leaf metal door (approximate dimensions: 2480 mm by


2250mm)

c. Two (2) no. of single-leaf metal door (approximate dimensions: 940 mm by 2220
mm)

d. One (1) no. of single-leaf metal door (approximate dimensions: 1035 mm by 2200
mm)

e. One (1) no. of single-leaf metal door (approximate dimensions: 1035 mm by 2130
mm)

f. One (1) no. of single-leaf metal door (approximate dimensions: 1035 mm by 2070
mm)

4. PARTICULAR SPECIFICATIONS FOR DOORS

4.1 Metal Doors (Single-Leaf and Double-Leaf)

a. The door shall be of 2-hours fire rating and shall conform to SS 332 : 2018. It shall
be manufactured by approved manufacturer.

b. All fire doors shall be labelled with the fire-safety labels and comes with certificate
of approval. The doors shall come complete with the necessary door frame and
ironmongery, subject to the Board’s approval

c. Doors must hang plumb and swing smoothly. Door frames, fittings, fixtures and
accessories for the installation of doors and door frames are deemed included in the
tendered price.

d. Doors which are out of alignment, warp or deteriorate during the warranty period
shall be removed by the Contractor and be replaced with new doors refitted with all
door hardware, etc, and finished as originally prepared at Contractor’s own cost and
time.

e. The Contractor shall note that the door frames, all necessary grouting including
grouting around and into metal door frames, ironmongery and all necessary fittings,
fixtures and accessories for all metal doors are deemed included in the tendered
price.

f. Site conditions at which the doors are to be installed shall be taken into
consideration when taking the final measurements on site prior to fabrication of
new doors. The installed doors shall be able to open/close fully without any
obstructions.

g. The colour of the final coat of paint of the doors shall be of the Board’s choice.

Requirement Specifications RS-2 Updated: 30 Oct 2018


4.2 Door Frame

a. All door frames shall be reinforced to receive door closer arms, suitable lock striker
fixing plates with mortar guard behind lock plates and reinforced pockets for fixing
of hinges. A steel spreader is to be fitted to the bottom of each door grame and can
be fixed or removed after installation.

b. All door frames shall have rubber clots in the rebate, for sound damping. All metal
doors and door frames shall have provision for lock plates and factory recesses
along the grames to cater to the various ironmongery fixtures.

c. All door frames shall be installed true and plumb, grouted solid with cement mortar
(1:6) all in accordance with manufacturer’s instruction. All frames shall be
provided with ‘fishtail’ cross brackets to be built into mortar joints to at least 75mm
in depth at vertical spacing along the jamb. The number of cross brackets used is
subject to the height of each door frame and shall be according to the
manufacturer’s instruction.

4.3 Door Face Materials

a. Sheet Steel Facing: The door leaf shall be of flush type, all edges seamless. The
door leaf skins shall be fabricated from 1.5mm electro galvanized steel sheets and
with vertical galvanized steel V shaped stiffeners at minimum 200mm c/cs.

b. The door leaf shall be shop primed with a 20 micron (minimum) zinc phosphate
primer. The infill material between the stiffeners is as specified under Door Core
Materials below. The door leaf is to be provided with internal galvanized steel
reinforcement at all ironmongery positions.

c. The minimum thickness of the reinforcement is to be 1.5mm. Double leaf doors


shall have a folded steel (minimum thickness 1.5mm) astragal, with overlap at the
pull side; at the push side the leaf should be seamless.

4.4 Door Core Materials

a. All doors are to be fully fitted with insulation, incombustible mineral wool. The
insulation provided has to comply with SS 332 : 2018 and provide a fire rating of 2
hours.

4.5 Ironmongery

a. The ironmongery supplied by the Contractor shall be carefully fitted and fixed with
screws of the same material or finish as the ironmongery.

b. Stainless steel used for ironmongery shall be EN grade 1.4401 (AISI 316) unless
otherwise specified.

c. Ironmongery for fire doors shall be complete systems complying with the
prevailing Fire Code and BCA’s Universal Design Guidelines.

d. 200 mm flush bolts, made of stainless steel or equivalent, top and bottom to be
installed for following leaf of double leaf doors.

Requirement Specifications RS-3 Updated: 30 Oct 2018


e. For fire doors under SS 332 : 2018, the doors shall be tested together with its frame
and full set of ironmongeries as a complete door system

4.6 Hinges

a. Unless otherwise specified, all hinges shall be of stainless steel EN grade 1.4401
(AISI 316), button tip, full mortise template, ball bearing hinges.

b. All hinges shall be supplied with machine screws for metal doors.

c. The centre pin of the hinges shall be fixed so that it will not be moved out-of-place
from the hinges due to door misalignment.

d. The Contractor shall provide sufficient numbers of hinges according to the


manufacturer’s recommendation.

4.7 Door Closer, Door Stopper

a. Door closer cover shall come with slide arm channel.

b. Door closer shall have a toothed spindle and needle bearing for the connection to
the arm, for friction free movement.

c. Door closer shall have a special hydraulic fluid to ensure constant speed even
during varying temperature and with pressure relief valve to prevent over loading,
oil leaking and damaging of back check valve.

d. Door closer shall be tested to a proven efficiency rating of 2 million cyclic test
(closing force in relation to opening force in excess of 60%) and have an adjustable
latching force to ensure that the door is properly closed and latched.

e. Door closers shall incorporates a mechanism which activates when the door is
within a few inches of the shut position and brings the door gently closed.

f. Door closer shall be suitable for use on two (2) hours fire rated doors and approved
for use on the fire doors as specified in SS 332 : 2018.

g. For double-leaf doors, door closers and door stoppers shall be provided on both leaf
of the doors.

h. Door stoppers shall incorporates a mechanism which prevent the doors from
opening beyond the design of the doors

i. Mechanism and/or measure shall be in place for the doors to withstand strong wind
and prevent doors from swinging wildly open or closed.

4.8 Door Level Handle

a. All levers, pull handles and accessories shall be stainless steel EN grade 1.4401
(AISI 316).

Requirement Specifications RS-4 Updated: 30 Oct 2018


b. All levers/pull handles shall be provided with a bolt through fixing. They shall not
become loose after prolonged usage.

c. For certain specified doors, there will be no external side door handles while
internal side door handles able to operate the latch bolt.

4.9 Weather Proofing

a. Doors shall have weather stripping of certified high pile wool mohair with silicon
water-resistant treatment to eliminate water leakage in extreme weather conditions.

4.10 Installation

a. Expansion and contraction of the frame must be able to take place freely. Under no
circumstances will the provision for expansion be allowed by slotting the fixing
holes in brackets to allow sliding movement between the brackets and the building
structures.

b. Wherever possible, all metal shall be formed, cut, drilled, tapped, welded, fitted or
otherwise fabricated in the shop.

c. The doors shall be set plumb, square and level and shall be securely held in correct
vertical and horizontal alignment.

d. The Contractor shall ensure that the Work when completed meets all FSSD
requirements (e.g. SS 332 : 2018) and to the satisfaction of the Board.

5. INSTRUCTION TO CARRY OUT WORK AND WORKING HOURS

5.1 Upon receipt of the Purchase Order, the Contractor shall schedule the inspection and
commence works as soon as possible. The first set of doors shall be installed within four
(4) weeks of issuance of Purchase Order.

5.2 The installation of the doors shall be carried out during weekdays from Monday to Friday. The
working hours shall be from 0900 hrs to 1800 hrs.

6. CONTRACTOR’S PROPOSALS AND SUBMISSIONS

The Contractor shall submit the proposed method of works for doors and ironmongery to the Board
for acceptance prior to commencement of its fabrication and installation. These may include but are
not limited to:

a. Sequence and timeframe for the manufacture and installation of door panels and door
frames.
b. Shop drawings for door panels and door frames, including installation details.
c. Detailed manufacturing drawings showing design, inlays, mounting details for panels,
positions of ironmongery and fitting, etc.
d. Pre-manufacture, pre-installation and post-installation inspections and checks

Requirement Specifications RS-5 Updated: 30 Oct 2018


7. ACCESS TO SITE

The Contractor shall verify the locations and accesses to these locations during the
quotation submission period. Once the quotation is awarded, the Contractor shall be
deemed to have inspected the site and satisfied himself with the nature of work, means of
approach and access to place where the work has to be carried out and matters which in any
way influence his quotation. The quotation shall be firm and no additional claims for
variation will be entertained. The Board will arrange security clearance for site visit.

8. COMPLETION PERIOD

The whole scope of work shall be completed within six (6) months from the date of the Works
Order.

9. CONTRACTOR TO CLEAR SITE

On completion of work, the Contractor shall remove all temporary works, surplus
materials, plant and equipment and shall leave the site in a clean and tidy condition to the
satisfaction of the Board. The Contractor shall make good any damages to existing roads,
footpaths etc. caused by or attributable in any way to his work. Any damages to Board’s
property due to the works should be rectified and the costs shall be borne by the
Contractor.

10. CONTRACTOR’S SUPERVISION

The Contractor shall have a supervisor in full-time attendance during the course of the
works. The qualifications of the proposed supervisor shall be submitted to Board for
approval. He is required to carry out the instructions given to him by the Board. He must
be experienced, knowledgeable and competent in this scope of contract works. He must be
able to communicate effectively and take instructions from the Board in English. The
Board reserves the right to ask for replacement if he is found lacking in any of the above.

11. SAFETY

11.1 Contractors carrying out the above work must possess at least BizSAFE Enterprise Level 3
Certification.

11.2 The Contractor shall exercise safety consciousness at all times during the course of work.
Approved safety helmets, safety body harness, safety goggles, safety vests & cut resistance
gloves (at least EN 388 4543 standard) shall be provided for and shall be used by the
Contractor’s workers, whenever necessary. The costs of the PPEs shall be deemed to be
included in the tendered price.

11.3 The Contractor shall comply with the Workplace Safety and Health Act and its Subsidiary
Legislations.

11.4 Risk Assessment, Safe Work Procedure and Method of Statement must be carried out and
submitted to the Board for clearance prior to starting work.

Requirement Specifications RS-6 Updated: 30 Oct 2018


11.5 An administrative charge of $4,000 shall be imposed on the Contractor for every reportable
accident or dangerous occurrence (in the context of the Workplace Safety and Health Act
and its Regulations) that happens on any worksite of the Contract during the contract
period. The administrative charge is for investigative and administrative costs and expenses
incurred by the Board as a result of the reportable accident or dangerous occurrence and
shall be deducted from any monies that are due or become due to the Contractor.

11.6 The Contractor is responsible to ensure safe working practices are undertaken for all works
and all safety requirements are complied with. The Contractor shall also be required to
comply with any house rules to ensure a safe environment for the Contractor’s workers and
visitors to the facility, including but not limited to proper cordoning off of work sites with
adequate warning/informative signs to minimize any danger to the public.

11.7 Avoidance of Interference with the operation of the Board

a. The Contractor shall undertake to carry out all the service and works in an orderly
manner and to avoid inconvenience to the Board and also disruption to the flow of
traffic.

b. The Contractor shall take care in ensuring that any disruption to normal function of
the surrounding areas affected by the service and works are to be kept to a
minimum. The Contractor shall be entirely responsible for all safety of his
personnel and employees including the Board’s representatives on site as well as
the general public around the working areas. All necessary warning lights, signs
and barricades, etc., are to be installed at conspicuous positions and operated as
directed by the Board.

c. The Contractor shall provide all necessary signages and personnel to guide and
direct visitors and staff of the Installations during the works. The areas affected by
the works shall be properly cordoned off by hard barriades and kept as small as
possible and tight supervision must be carried out to ensure that debris and paint do
not fall onto any of the users or vehicles.

d. The Contractor shall be responsible for ensuring that his vehicles, including
movement of plant and equipment, and his personnel and employees do not at any
time cause obstruction and interference to the operations of the Board.

e. The Contractor shall take full responsibility for the adequacy, stability and safety of
the Sites and method of operations.

f. The Contractor shall ensure that his movement of personnel and employees shall be
restricted only to the work areas or any other areas permitted by the Board.

12. SECURITY ARRANGEMENT

For security reasons, the successful Contractor shall submit a list of names and relevant
personal particulars e.g. NRIC / FIN No., nationality, etc. of all the workers before
commencement of work at any site. This list shall be submitted to the Board at least 1
week before commencement of work.

Further details on the access to the station and other security matters will be given to the
successful Contractor before commencement of work.

Requirement Specifications RS-7 Updated: 30 Oct 2018


13. POLLUTION PREVENTION

The Contractor shall take note that the drains around the waterworks lead to impounding
reservoir for drinking water. Therefore no paint, oil or other chemical can be disposed at
work areas or into the drains.

14. QUOTATION RETURNS

Contractor is required to submit the following together with the on-line submissions:

a. Schedule of prices

b. Copy of the bizFILE from ACRA or equivalent (for companies not registered with
ACRA) which shows the latest director(s) / shareholder(s) status of the company.
The ACRA records (date of request) should not be more than 3 months from the
quotation closing date.

15. CLARIFICATIONS

For any queries, please contact Mr. Chong Chee Yee / Tan Kin Teo at Tel. No. 6697
8436 / 6697 8435

Requirement Specifications RS-8 Updated: 30 Oct 2018


PUBLIC UTILITIES BOARD
Supply, Delivery and Installation of Fire-Rated Metal Doors at Lower Seletar
Waterworks

AOR No. : 44200039


Quotation Reference :
Closing Date : 06/02/2020

SCHEDULE OF PRICES

Schedule A – Electro-Chlorination Building


Rate Total
S/No Description Quantity Unit
(S$) (S$)
1. Supply, deliver & install two 10 No.
(2) hours fire-rated double-
leaf metal doors

2. Supply, deliver & install two 2 No.


(2) hours fire-rated single-
leaf metal doors

Total Amount (excluding Singapore Goods and Services Tax)

Singapore Dollars (In Words): ________________________________________

Name of Tenderer: __________________________________

Date: __________________________________

Name and Address of Company: __________________________________

Tel & Fax No : __________________________________

Note: (a) Tenderers are required to price each and every item.
(b) Items not quoted in the offers should be clearly indicated.
(c) This copy is to be submitted together with your quotation through GeBIZ as an
attachment file. Failure to submit this Schedule may preclude the quotation from
consideration.

Schedule of Prices SOP-1 Updated: 16 Jul 2012


PUBLIC UTILITIES BOARD
Supply, Delivery and Installation of Fire-Rated Metal Doors at Lower Seletar
Waterworks

AOR No. : 44200039


Quotation Reference :
Closing Date : 06/02/2020

SCHEDULE OF PRICES

Schedule B – Sludge Dewatering Building


Rate Total
S/No Description Quantity Unit
(S$) (S$)
1. Supply, deliver & install two 7 No.
(2) hours fire-rated double-
leaf metal doors

2. Supply, deliver & install two 5 No.


(2) hours fire-rated single-
leaf metal doors

Total Amount (excluding Singapore Goods and Services Tax)

Singapore Dollars (In Words): ________________________________________

Name of Tenderer: __________________________________

Date: __________________________________

Name and Address of Company: __________________________________

Tel & Fax No : __________________________________

Note: (a) Tenderers are required to price each and every item.
(b) Items not quoted in the offers should be clearly indicated.
(d) This copy is to be submitted together with your quotation through GeBIZ as an
attachment file. Failure to submit this Schedule may preclude the quotation from
consideration.

Schedule of Prices SOP-2 Updated: 16 Jul 2012


TENDERER’S QUALITY INFORMATION

SCHEDULE OF PAST AND CURRENT CONTRACTS EXECUTED BY TENDERER

Name of Company: ____________________________

The Tenderer shall furnish hereunder the particulars of all completed relevant contracts for the
last
3 years and all contracts currently executed by the firm/company for the Private Sector, Government and
Statutory Bodies.

Percentage of
Client,
Project Title of All Relevant Work Date of Actual
Contact Total Value of
S/N Past and Current Contracts Completed for / Estimated
Person & the Contract
executed by Tenderer Current Completion
Number
Contract

(If space is insufficient please continue on separate sheet)

I/We hereby confirm that the contracts embodied in the above schedule are
contracts previously or currently executed by us.

_____________________________________________
Authorised Signature
(No signature is required if submitted using GeBIZ)

Name of Person Authorised to sign : ___________________________________


Designation : ___________________________________
Date: ___________________________________

Tenderer’s Quality Information 1 Updated: 22 Apr 2019


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 _____________________________.

_____________________________________________
Authorised Signature
(No signature is required if submitted using GeBIZ)

Name of Person Authorised to ___________________________________


sign :
Designation : ___________________________________
Date: ___________________________________

* Delete if inapplicable

Annex A A-1 Updated: 26 Sep 2017


Annex B

DECLARATION OF RELATED COMPANIES

To: Procurement Office


Procurement & Contracts Department
Public Utilities Board

We, _______________________________________________________________ (the “Company”) of

(Name of Company)

___________________________________________________________________ hereby declare that:

(Address of Company)

(Please tick accordingly)

none of our related companies* has participated in this quotation;

OR

our related companies* have participated in this quotation. The organisation structure of all the
related companies* who have participated is attached.

I certify the above is correct.

_____________________________________________
Authorised Signature
(No signature is required if submitted using GeBIZ)

Name of Person Authorised to sign : ___________________________________


Designation : ___________________________________
Date: ___________________________________

* Related companies are companies with one or more director(s) or shareholder(s) in common or share the
same parent/holding company.

Annex B B-1 Updated: 29 Nov 2019


QUOTATION

TO: CUSTOMER SERVICE CENTRE


40 SCOTTS ROAD #02-00
ENVIRONMENT BUILDING
SINGAPORE 228231

AOR NO: 44200039


CLOSING DATE: 6 February 2020/1300 Hrs

PLEASE DETACH AND PASTE THIS SLIP ON YOUR


ENVELOPE FOR HARD COPY SUBMISSION THROUGH
PUB QUOTATION BOX (IF ANY)

You might also like