Top Banner
i BIDDING DOCUMENTS Procurement of Small Works ____________________ ____ Refurbishment of the offices of IPARD Paying Agency Issued on: July 2009 ICB No: MK-ASAP-C2-ICB-CW01
314

Final Bidding Documents_PA Refurbishement_REBIDDING

Nov 27, 2014

Download

Documents

Vasil NeMora
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Final Bidding Documents_PA Refurbishement_REBIDDING

i

BIDDING DOCUMENTS

Procurement of Small Works

________________________

Refurbishment of the officesof

IPARD Paying Agency

Issued on: July 2009

ICB No: MK-ASAP-C2-ICB-CW01

Employer: Ministry of Agriculture, Forestry and Water Economy

Country: Republic of Macedonia

Project: Agriculture Strengthening and Accession Project

Page 2: Final Bidding Documents_PA Refurbishement_REBIDDING

1-ii Section 1 - Instructions to Bidders

Standard Bidding Document

Table of Contents

PART 1 – Bidding Procedures............................................................................................1-1

Section 1 - Instructions to Bidders.......................................................................................1-3Section II - Bid Data Sheet (BDS).....................................................................................1-27Section III - Evaluation and Qualification Criteria..............................................................1-1Section IV - Bidding Forms...............................................................................................1-17Section V - Eligible Countries...........................................................................................1-41

PART 2 – Employer’s Requirements.................................................................................2-1

Section VI - Employer’s Requirements...............................................................................2-3

PART 3 – Conditions of Contract and Contract Forms...................................................3-5

Section VII. General Conditions of Contract.....................................................................3-9Section VIII. Particular Conditions of Contract...............................................................3-35Section IX - Contract Forms..............................................................................................3-39

Page 3: Final Bidding Documents_PA Refurbishement_REBIDDING

1-1

PART 1 – Bidding Procedures

Page 4: Final Bidding Documents_PA Refurbishement_REBIDDING

Section I - Instructions to Bidders 1-3

Section 1 - Instructions to Bidders

Table of Clauses

A. General.......................................................................................................................1-5

1. Scope of Bid...............................................................................................................1-52. Source of Funds..........................................................................................................1-53. Fraud and Corruption..................................................................................................1-54. Eligible Bidders..........................................................................................................1-75. Eligible Materials, Equipment and Services...............................................................1-9

B. Contents of Bidding Document.............................................................................1-10

6. Sections of Bidding Document.................................................................................1-107. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting............................1-108. Amendment of Bidding Document...........................................................................1-11

C. Preparation of Bids................................................................................................1-12

9. Cost of Bidding.........................................................................................................1-1210. Language of Bid.......................................................................................................1-1211. Documents Comprising the Bid...............................................................................1-1212. Letter of Bid and Schedules......................................................................................1-1313. Alternative Bids........................................................................................................1-1314. Bid Prices and Discounts..........................................................................................1-1315. Currencies of Bid and Payment................................................................................1-1416. Documents Comprising the Technical Proposal......................................................1-1417. Documents Establishing the Qualifications of the Bidder........................................1-1518. Period of Validity of Bids.........................................................................................1-1519. Bid Security..............................................................................................................1-1520. Format and Signing of Bid.......................................................................................1-17

D. Submission and Opening of Bids..........................................................................1-17

21. Sealing and Marking of Bids....................................................................................1-1722. Deadline for Submission of Bids..............................................................................1-1823. Late Bids...................................................................................................................1-1824. Withdrawal, Substitution, and Modification of Bids................................................1-1825. Bid Opening..............................................................................................................1-19

E. Evaluation and Comparison of Bids.....................................................................1-20

26. Confidentiality..........................................................................................................1-20

Page 5: Final Bidding Documents_PA Refurbishement_REBIDDING

1-4

27. Clarification of Bids.................................................................................................1-2028. Deviations, Reservations, and Omissions.................................................................1-2129. Determination of Responsiveness............................................................................1-2130. Nonconformities, Errors, and Omissions.................................................................1-2131. Correction of Arithmetical Errors.............................................................................1-2232. Conversion to Single Currency.................................................................................1-2233. Margin of Preference................................................................................................1-2234. Evaluation of Bids....................................................................................................1-2335. Comparison of Bids..................................................................................................1-2436. Qualification of the Bidder.......................................................................................1-2437. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids.....................1-25

F. Award of Contract..................................................................................................1-25

38. Award Criteria..........................................................................................................1-2539. Notification of Award...............................................................................................1-2540. Signing of Contract...................................................................................................1-2541. Performance Security...............................................................................................1-2642. Adjudicator...............................................................................................................1-26

Page 6: Final Bidding Documents_PA Refurbishement_REBIDDING

Section I - Instructions to Bidders 1-5

Section I - Instructions to Bidders

A. General

1. Scope of Bid 1.1 The Employer, as indicated in the BDS, issues this Bidding Document for the procurement of the Works as specified in Section 6 (Employer’s Requirements). The name, identification, and number of contracts of this bidding are provided in the BDS.

2. Throughout this Bidding Document:

(a) the term “in writing” means communicated in written form and delivered against receipt;

(b) except where the context requires otherwise, words indicating the singular also include the plural and words indicating the plural also include the singular; and

(c) “day” means calendar day.

3. Source of Funds 4. The Borrower or Recipient (hereinafter called “Borrower”) indicated in the BDS has applied for or received financing (hereinafter called “funds”) from the World Bank (hereinafter called “the Bank”) toward the cost of the project named in the BDS. The Borrower intends to apply a portion of the funds to eligible payments under the contract(s) for which this Bidding Document is issued.

5. Payments by the Bank will be made only at the request of the Borrower and upon approval by the Bank in accordance with the terms and conditions of the financing agreement between the Borrower and the Bank (hereinafter called the Loan Agreement), and will be subject in all respects to the terms and conditions of that Loan Agreement. No party other than the Borrower shall derive any rights from the Loan Agreement or have any claim to the funds.

6. Fraud and Corruption

7. It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), as well as bidders, suppliers, and contractors and their subcontractors under Bank-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts.1 In pursuance of

1 In this context, any action taken by a bidder, supplier, contractor, or a sub-contractor to influence the procurement process or contract execution for undue advantage is improper.

Page 7: Final Bidding Documents_PA Refurbishement_REBIDDING

1-6 Section I - Instructions to Bidders

this policy, the Bank:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice”2 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;

(ii) “fraudulent practice”3 is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(iii) “collusive practice”4 is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) “coercive practice”5 is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

(v) "obstructive practice" is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or

(bb) acts intended to materially impede the exercise

2 “another party” refers to a public official acting in relation to the procurement process or contract execution]. In this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing procurement decisions.

3 a “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.

4 “parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non competitive levels.

5 a “party” refers to a participant in the procurement process or contract execution.

Page 8: Final Bidding Documents_PA Refurbishement_REBIDDING

Section I - Instructions to Bidders 1-7

of the Bank’s inspection and audit rights provided for under sub-clause 3.1 (e) below.

(b) will reject a proposal for award if it determines that the bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question;

(c) will cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent, collusive, or coercive practices during the procurement or the execution of that contract, without the Borrower having taken timely and appropriate action satisfactory to the Bank to address such practices when they occur;

(d) will sanction a firm or individual, including declaring ineligible, either indefinitely or for a stated period of time, to be awarded a Bank-financed contract if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for, or in executing, a Bank-financed contract; and

(e) will have the right to require that a provision be included in bidding documents and in contracts financed by a Bank loan, requiring bidders, suppliers, and contractors and their sub-contractors to permit the Bank to inspect their accounts and records and other documents relating to the bid submission and contract performance and to have them audited by auditors appointed by the Bank.

8. Furthermore, bidders shall be aware of the provision stated in GCC Sub-Clauses 22.2 and 56.2 (h).

9. Eligible Bidders 10. A Bidder may be a natural person, private entity, or government-owned entity—subject to ITB 4.6—or any combination of them in the form of a joint venture, under an existing agreement, or with the intent to constitute a legally-enforceable joint venture. Unless otherwise stated in the BDS, all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms.

11. A Bidder, and all parties constituting the Bidder, shall have the nationality of an eligible country, in accordance with Section 5 (Eligible Countries). A Bidder shall be deemed to have the

Page 9: Final Bidding Documents_PA Refurbishement_REBIDDING

1-8 Section I - Instructions to Bidders

nationality of a country if the Bidder is a citizen or is constituted, or incorporated, and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract including related services.

12. A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest with one or more parties in this bidding process, if :

(a) they have a controlling partner in common; or

(b) they receive or have received any direct or indirect subsidy from any of them; or

(c) they have the same legal representative for purposes of this bid; or

(d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the Bid of another Bidder, or influence the decisions of the Employer regarding this bidding process; or

(e) a Bidder participates in more than one bid in this bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which the party is involved. However, this does not limit the inclusion of the same subcontractor in more than one bid; or

(f) a Bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the contract that is the subject of the Bid; or

(g) a Bidder, or any of its affiliates has been hired (or is proposed to be hired) by the Employer or Borrower as Engineer for the contract.

12.2 A firm that is under a declaration of ineligibility by the Bank in accordance with ITB 3 or by the Employer in accordance with ITB 19.8, at the date of the deadline for bid submission or thereafter, shall be disqualified.

12.3 A firm that has been determined to be ineligible by the Bank in relation to the Bank Guidelines On Preventing and Combating Fraud and Corruption in Projects Financed by IBRD Loans and IDA Credits and Grants shall be not be eligible to be awarded a

Page 10: Final Bidding Documents_PA Refurbishement_REBIDDING

Section I - Instructions to Bidders 1-9

contract

12.4 Government-owned enterprises in the Employer’s country shall be eligible only if they can establish that they are legally and financially autonomous and operate under commercial law, and that they are not a dependent agency of the Employer.

12.5 Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request.

12.6 In case a prequalification process has been conducted prior to the bidding process, this bidding is open only to prequalified Bidders.

12.7 Firms shall be excluded if:

(a) as a matter of law or official regulation, the Borrower’s country prohibits commercial relations with that country, provided that the Bank is satisfied that such exclusion does not preclude effective competition for the supply of goods or related services required; or

(b) by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s country prohibits any import of goods or contracting of works or services from that country or any payments to persons or entities in that country.

13. Eligible Materials, Equipment and Services

13.1 The materials, equipment and services to be supplied under the Contract shall have their origin in eligible source countries as defined in ITB 4.2 above and all expenditures under the Contract will be limited to such materials, equipment, and services. At the Employer’s request, Bidders may be required to provide evidence of the origin of materials, equipment and services.

13.2 For purposes of ITB 5.1 above, “origin” means the place where the materials and equipment are mined, grown, produced or manufactured, and from which the services are provided. Materials and equipment are produced when, through manufacturing, processing, or substantial or major assembling of components, a commercially recognized product results that differs substantially in its basic characteristics or in purpose or utility from its components.

Page 11: Final Bidding Documents_PA Refurbishement_REBIDDING

1-10 Section I - Instructions to Bidders

B. Contents of Bidding Document

14. Sections of Bidding Document

14.1 The Bidding Document consist of Parts 1, 2, and 3, which include all the Sections indicated below, and should be read in conjunction with any Addenda issued in accordance with ITB 8.

PART 1 Bidding ProceduresSection I - Instructions to Bidders (ITB)Section II - Bid Data Sheet (BDS)Section III - Evaluation and Qualification Criteria Section IV - Bidding Forms Section V - Eligible Countries

PART 2 RequirementsSection VI - Works Requirements

PART 3 Conditions of Contract and Contract FormsSection VII - General Conditions (GC)Section VIII - Particular Conditions (PC)Section IX - Contract Forms

14.2 The Invitation for Bids issued by the Employer is not part of the Bidding Document.

14.3 The Employer is not responsible for the completeness of the Bidding Document and their Addenda, if they were not obtained directly from the source stated by the Employer in the Invitation for Bids.

14.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Document. Failure to furnish all information or documentation required by the Bidding Document may result in the rejection of the bid.

15. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting

15.1 A prospective Bidder requiring any clarification of the Bidding Document shall contact the Employer in writing at the Employer’s address indicated in the BDS or raise his inquiries during the pre-bid meeting if provided for in accordance with ITB 7.4. The Employer will respond in writing to any request for clarification, provided that such request is received prior to the deadline for submission of bids, within a period given in the BDS. The Employer shall forward copies of its response to all Bidders who have acquired the Bidding Document in accordance with ITB 6.3, including a description of the inquiry but without identifying its source. Should the Employer deem it necessary to amend the Bidding Document as a result of a request for clarification, it shall do so following the procedure under ITB 8 and ITB 22.2.

Page 12: Final Bidding Documents_PA Refurbishement_REBIDDING

Section I - Instructions to Bidders 1-11

16. The Bidder is encouraged to visit and examine the Site of Works and its surroundings and obtain for itself, on its own risk and responsibility, all information that may be necessary for preparing the bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder’s own expense.

16.1 The Bidder and any of its personnel or agents will be granted permission by the Employer to enter upon its premises and lands for the purpose of such visit, but only upon the express condition that the Bidder, its personnel, and agents will release and indemnify the Employer and its personnel and agents from and against all liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the inspection.

16.2 The Bidder’s designated representative is invited to attend a pre-bid meeting, if provided for in the BDS. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.

16.3 The Bidder is requested, as far as possible, to submit any questions in writing, to reach the Employer not later than one week before the meeting.

16.4 Minutes of the pre-bid meeting, including the text of the questions raised, without identifying the source, and the responses given, together with any responses prepared after the meeting, will be transmitted promptly to all Bidders who have acquired the Bidding Document in accordance with ITB 6.3. Any modification to the Bidding Document that may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an addendum pursuant to ITB 8 and not through the minutes of the pre-bid meeting.

16.5 Nonattendance at the pre-bid meeting will not be a cause for disqualification of a Bidder.

17. Amendment of Bidding Document

17.1 At any time prior to the deadline for submission of bids, the Employer may amend the Bidding Document by issuing addenda.

17.2 Any addendum issued shall be part of the Bidding Document and shall be communicated in writing to all who have obtained the Bidding Document from the Employer in accordance with ITB 6.3.

Page 13: Final Bidding Documents_PA Refurbishement_REBIDDING

1-12 Section I - Instructions to Bidders

17.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer may, at its discretion, extend the deadline for the submission of bids, pursuant to ITB 22.2

C. Preparation of Bids

18. Cost of Bidding 19. The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Employer shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

20. Language of Bid 21. The Bid, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Employer, shall be written in the language specified in the BDS. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified in the BDS, in which case, for purposes of interpretation of the Bid, such translation shall govern.

22. Documents Comprising the Bid

22.1 The Bid shall comprise the following:

(a) Letter of Bid;

(b) completed Schedules, in accordance with ITB 12 and 14, or as stipulated in the BDS;

(c) Bid Security or Bid Securing Declaration, in accordance with ITB 19;

(d) alternative bids, at Bidder’s option and if permissible, in accordance with ITB 13;

(e) written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB 20.2;

(f) documentary evidence in accordance with ITB 17 establishing the Bidder’s qualifications to perform the contract;

(g) Technical Proposal in accordance with ITB 16;

(h) In the case of a bid submitted by a joint venture (JV), the JV agreement, or letter of intent to enter into a JV including a draft agreement, indicating at least the parts of the Works to be executed by the respective partners; and

Page 14: Final Bidding Documents_PA Refurbishement_REBIDDING

Section I - Instructions to Bidders 1-13

(i) Any other document required in the BDS.

23. Letter of Bid and Schedules

24. The Letter of Bid, Schedules, and all documents listed under Clause 11, shall be prepared using the relevant forms in Section IV (Bidding Forms), if so provided. The forms must be completed without any alterations to the text, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.

25. Alternative Bids 26. Unless otherwise indicated in the BDS, alternative bids shall not be considered.

27. When alternative times for completion are explicitly invited, a statement to that effect will be included in the BDS, as will the method of evaluating different times for completion.

28. When specified in the BDS pursuant to ITB 13.1, and subject to ITB 13.4 below, Bidders wishing to offer technical alternatives to the requirements of the Bidding Document must first price the Employer’s design as described in the Bidding Document and shall further provide all information necessary for a complete evaluation of the alternative by the Employer, including drawings, design calculations, technical specifications, breakdown of prices, and proposed construction methodology and other relevant details. Only the technical alternatives, if any, of the lowest evaluated Bidder conforming to the basic technical requirements shall be considered by the Employer.

29. When specified in the BDS, Bidders are permitted to submit alternative technical solutions for specified parts of the Works. Such parts will be identified in the BDS and described in Section VI (Employer’s Requirements). The method for their evaluation will be stipulated in Section III (Evaluation and Qualification Criteria).

30. Bid Prices and Discounts

31. The prices and discounts quoted by the Bidder in the Letter of Bid and in the Schedules shall conform to the requirements specified below.

31.1 The Bidder shall submit a bid for the whole of the works described in ITB 1.1 by filling in prices for all items of the Works, as identified in Section IV, Bidding Forms. In case of admeasurement contracts, the Bidder shall fill in rates and prices for all items of the Works described in the Bill of Quantities. Items against which no rate or price is entered by the Bidder will not be paid for by the Employer when executed and shall be deemed covered by the rates for other items and prices in the Bill of Quantities.

Page 15: Final Bidding Documents_PA Refurbishement_REBIDDING

1-14 Section I - Instructions to Bidders

31.2 The price to be quoted in the Letter of Bid shall be the total price of the Bid, excluding any discounts offered.

31.3 Unconditional discounts, if any, and the methodology for their application shall be quoted in the Letter of Bid, in accordance with ITB 12.1.

31.4 If so indicated in ITB 1.1, bids are invited for individual contracts or for any combination of contracts (packages). Bidders wishing to offer any price reduction for the award of more than one Contract shall specify in their bid the price reductions applicable to each package, or alternatively, to individual Contracts within the package. Price reductions or discounts shall be submitted in accordance with ITB 14.3, provided the bids for all contracts are submitted and opened at the same time.

31.5 Unless otherwise provided in the BDS and the Conditions of Contract, the prices quoted by the Bidder shall be fixed. If the prices quoted by the Bidder are subject to adjustment during the performance of the Contract in accordance with the provisions of the Conditions of Contract, the Bidder shall furnish the indices and weightings for the price adjustment formulae in the Schedule of Adjustment Data in Section IV (Bidding Forms) and the Employer may require the Bidder to justify its proposed indices and weightings.

31.6 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause, as of the date 28 days prior to the deadline for submission of bids, shall be included in the rates and prices and the total bid price submitted by the Bidder.

32. Currencies of Bid and Payment

32.1 The currency(ies) of the bid shall be as specified in the BDS.

32.2 Bidders may be required by the Employer to justify, to the Employer’s satisfaction, their local and foreign currency requirements, and to substantiate that the amounts included in the prices shown in the appropriate form(s) of Section IV, in which case a detailed breakdown of the foreign currency requirements shall be provided by Bidders.

33. Documents Comprising the Technical Proposal

33.1 The Bidder shall furnish a Technical Proposal including a statement of work methods, equipment, personnel, schedule and any other information as stipulated in Section IV (Bidding Forms), in sufficient detail to demonstrate the adequacy of the Bidders’ proposal to meet the work requirements and the completion time.

Page 16: Final Bidding Documents_PA Refurbishement_REBIDDING

Section I - Instructions to Bidders 1-15

34. Documents Establishing the Qualifications of the Bidder

35. To establish its qualifications to perform the Contract in accordance with Section III (Evaluation and Qualification Criteria) the Bidder shall provide the information requested in the corresponding information sheets included in Section IV (Bidding Forms).

35.1 Domestic Bidders, individually or in joint ventures, applying for eligibility for a 7½-percent margin of domestic preference shall supply all information required to satisfy the criteria for eligibility as described in ITB 33.

36. Period of Validity of Bids

37. Bids shall remain valid for the period specified in the BDS after the bid submission deadline date prescribed by the Employer. A bid valid for a shorter period shall be rejected by the Employer as nonresponsive.

38. In exceptional circumstances, prior to the expiration of the bid validity period, the Employer may request Bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. If a bid security is requested in accordance with ITB 19, it shall also be extended for a corresponding period. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request shall not be required or permitted to modify its bid.

39. In the case of fixed price contracts, if the award is delayed by a period exceeding fifty-six (56) days beyond the expiry of the initial bid validity, the Contract price shall be adjusted by a factor specified in the request for extension. Bid evaluation shall be based on the Bid Price without taking into consideration the above correction.

40. Bid Security 40.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part of its bid, in original form, either a Bid Securing Declaration or a bid security as specified in the BDS. In the case of a bid security, the amount shall be as specified in the BDS.

40.2 A Bid Securing Declaration shall use the form included in Section IV Bidding Forms.

40.3 If a bid security is specified pursuant to ITB 19.1, the bid security shall be, at the Bidder’s option, in any of the following forms:

(a) an unconditional guarantee, issued by a bank or surety;

(b) an irrevocable letter of credit;

Page 17: Final Bidding Documents_PA Refurbishement_REBIDDING

1-16 Section I - Instructions to Bidders

(c) a cashier’s or certified check; or

(d) another security indicated in the BDS.

from a reputable source from an eligible country. If the unconditional guarantee is issued by an insurance company or bonding company located outside the Employer’s Country, it shall have a correspondent financial institution located in the Employer’s Country. In the case of a bank guarantee, the bid security shall be submitted either using the Bid Security Form included in Section IV (Bidding Forms) or in another substantially similar format approved by the Employer prior to bid submission. In either case, the form must include the complete name of the Bidder. The bid security shall be valid for twenty-eight days (28) beyond the original validity period of the bid, or beyond any period of extension if requested under ITB 18.2.

40.4 Any bid not accompanied by an enforceable and substantially compliant bid security or Bid Securing Declaration, if required in accordance with ITB 19.1, shall be rejected by the Employer as nonresponsive.

40.5 If a bid security is specified pursuant to ITB 19.1, the bid security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s furnishing of the performance security pursuant to ITB 41.

40.6 If a bid security is specified pursuant to ITB 19.1, the bid security of the successful Bidder shall be returned as promptly as possible once the successful Bidder has signed the Contract and furnished the required performance security.

40.7 The bid security may be forfeited or the Bid Securing Declaration executed:

(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Letter of Bid, except as provided in ITB 18.2 or

(b) if the successful Bidder fails to:

(i) sign the Contract in accordance with ITB 40; or

(ii) furnish a performance security in accordance with ITB 41.

40.8 The Bid Security or the Bid Securing Declaration of a JV shall be in the name of the JV that submits the bid. If the JV has not

Page 18: Final Bidding Documents_PA Refurbishement_REBIDDING

Section I - Instructions to Bidders 1-17

been constituted into a legally-enforceable JV, at the time of bidding, the Bid Security or the Bid Securing Declaration shall be in the names of all future partners as named in the letter of intent mentioned in ITB 4.1.

41. If a bid security is not required in the BDS, and

(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Letter of Bid Form, except as provided in ITB 18.2, or

(b) if the successful Bidder fails to: sign the Contract in accordance with ITB 40; or furnish a performance security in accordance with ITB 41;

the Borrower may, if provided for in the BDS, declare the Bidder disqualified to be awarded a contract by the Employer for a period of time as stated in the BDS.

42. Format and Signing of Bid

42.1 The Bidder shall prepare one original of the documents comprising the bid as described in ITB 11 and clearly mark it “ORIGINAL”. Alternative bids, if permitted in accordance with ITB 13, shall be clearly marked “ALTERNATIVE”. In addition, the Bidder shall submit copies of the bid in the number specified in the BDS, and clearly mark each of them “COPY.” In the event of any discrepancy between the original and the copies, the original shall prevail.

42.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder. This authorization shall consist of a written confirmation as specified in the BDS and shall be attached to the bid. The name and position held by each person signing the authorization must be typed or printed below the signature.

42.3 Any amendments such as interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the person signing the bid.

D. Submission and Opening of Bids

43. Sealing and Marking of Bids

43.1 Bidders may always submit their bids by mail or by hand. When so specified in the BDS, bidders shall have the option of submitting their bids electronically. Procedures for submission, sealing and marking are as follows:

(a) Bidders submitting bids by mail or by hand shall enclose the

Page 19: Final Bidding Documents_PA Refurbishement_REBIDDING

1-18 Section I - Instructions to Bidders

original and each copy of the Bid, including alternative bids, if permitted in accordance with ITB 13, in separate sealed envelopes, duly marking the envelopes as “ORIGINAL”, “ALTERNATIVE” and “COPY.” These envelopes containing the original and the copies shall then be enclosed in one single envelope. The rest of the procedure shall be in accordance with ITB sub-Clauses 22.2 and 22.3.

(b) Bidders submitting bids electronically shall follow the electronic bid submission procedures specified in the BDS.

44. The inner and outer envelopes shall:

(a) bear the name and address of the Bidder;

(b) be addressed to the Employer as provided in the BDS pursuant to ITB 22.1;

(c) bear the specific identification of this bidding process indicated in accordance with ITB 1.1; and

(d) bear a warning not to open before the time and date for bid opening.

44.1 If all envelopes are not sealed and marked as required, the Employer will assume no responsibility for the misplacement or premature opening of the bid.

45. Deadline for Submission of Bids

45.1 Bids must be received by the Employer at the address and no later than the date and time indicated in the BDS.

45.2 The Employer may, at its discretion, extend the deadline for the submission of bids by amending the Bidding Document in accordance with ITB 8, in which case all rights and obligations of the Employer and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

46. Late Bids 46.1 The Employer shall not consider any bid that arrives after the deadline for submission of bids, in accordance with ITB 22. Any bid received by the Employer after the deadline for submission of bids shall be declared late, rejected, and returned unopened to the Bidder.

47. Withdrawal, Substitution, and Modification of Bids

48. A Bidder may withdraw, substitute, or modify its bid after it has been submitted by sending a written notice, duly signed by an authorized representative, and shall include a copy of the authorization in accordance with ITB 20.2, (except that withdrawal notices do not require copies). The corresponding

Page 20: Final Bidding Documents_PA Refurbishement_REBIDDING

Section I - Instructions to Bidders 1-19

substitution or modification of the bid must accompany the respective written notice. All notices must be:

(a) prepared and submitted in accordance with ITB 20 and ITB 21 (except that withdrawal notices do not require copies), and in addition, the respective envelopes shall be clearly marked “WITHDRAWAL,” “SUBSTITUTION,” “MODIFICATION;” and

(b) received by the Employer prior to the deadline prescribed for submission of bids, in accordance with ITB 22.

48.1 Bids requested to be withdrawn in accordance with ITB 24.1 shall be returned unopened to the Bidders.

48.2 No bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Letter of Bid or any extension thereof.

49. Bid Opening 49.1 The Employer shall open the bids in public at the address, date and time specified in the BDS in the presence of Bidders` designated representatives and anyone who choose to attend. Any specific electronic bid opening procedures required if electronic bidding is permitted in accordance with ITB 21.1, shall be as specified in the BDS.

49.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and the envelope with the corresponding bid shall not be opened, but returned to the Bidder. No bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is read out at bid opening. Next, envelopes marked “SUBSTITUTION” shall be opened and read out and exchanged with the corresponding bid being substituted, and the substituted bid shall not be opened, but returned to the Bidder. No bid substitution shall be permitted unless the corresponding substitution notice contains a valid authorization to request the substitution and is read out at bid opening. Envelopes marked “MODIFICATION” shall be opened and read out with the corresponding bid. No bid modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and is read out at bid opening. Only envelopes that are opened and read out at bid opening shall be considered further.

49.3 All other envelopes shall be opened one at a time, reading out: the name of the Bidder and the Bid Price(s), including any discounts and alternative bids and indicating whether there is a modification; the presence of a bid security or Bid securing

Page 21: Final Bidding Documents_PA Refurbishement_REBIDDING

1-20 Section I - Instructions to Bidders

Declaration, if required; and any other details as the Employer may consider appropriate. Only discounts and alternative offers read out at bid opening shall be considered for evaluation. No bid shall be rejected at bid opening except for late bids, in accordance with ITB 23.1.

49.4 The Employer shall prepare a record of the bid opening that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, or modification; the Bid Price, per contract if applicable, including any discounts and alternative offers; and the presence or absence of a bid security, if one was required. The Bidders’ representatives who are present shall be requested to sign the record. The omission of a Bidder’s signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders.

E. Evaluation and Comparison of Bids

50. Confidentiality 50.1 Information relating to the examination, evaluation, comparison, and postqualification of bids and recommendation of contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process until information on Contract award is communicated to all Bidders.

50.2 Any attempt by a Bidder to influence the Employer in the evaluation of the bids or Contract award decisions may result in the rejection of its bid.

51. Notwithstanding ITB 25.2, from the time of bid opening to the time of Contract award, if any Bidder wishes to contact the Employer on any matter related to the bidding process, it may do so in writing.

52. Clarification of Bids

53. To assist in the examination, evaluation, and comparison of the bids, and qualification of the Bidders, the Employer may, at its discretion, ask any Bidder for a clarification of its bid. Any clarification submitted by a Bidder that is not in response to a request by the Employer shall not be considered. The Employer’s request for clarification and the response shall be in writing. No change in the prices or substance of the bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the bids, in accordance with ITB 31.

54. If a Bidder does not provide clarifications of its bid by the date and time set in the Employer’s request for clarification, its bid

Page 22: Final Bidding Documents_PA Refurbishement_REBIDDING

Section I - Instructions to Bidders 1-21

may be rejected.

55. Deviations, Reservations, and Omissions

55.1 During the evaluation of bids, the following definitions apply:

(a) “Deviation” is a departure from the requirements specified in the Bidding Document;

(b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Bidding Document; and

(c) “Omission” is the failure to submit part or all of the information or documentation required in the Bidding Document.

56. Determination of Responsiveness

56.1 The Employer’s determination of a bid’s responsiveness is to be based on the contents of the bid itself, as defined in ITB11.

56.2 A substantially responsive bid is one that meets the requirements of the Bidding Document without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that,

(a) if accepted, would:

(i) affect in any substantial way the scope, quality, or performance of the Works specified in the Contract; or

(ii) limit in any substantial way, inconsistent with the Bidding Document, the Employer’s rights or the Bidder’s obligations under the proposed Contract; or

(b) if rectified, would unfairly affect the competitive position of other Bidders presenting substantially responsive bids.

56.3 The Employer shall examine the technical aspects of the bid submitted in accordance with ITB 16, Technical Proposal, in particular, to confirm that all requirements of Section 6 (Employer’s Requirements) have been met without any material deviation, reservation or omission.

57. If a bid is not substantially responsive to the requirements of the Bidding Document, it shall be rejected by the Employer and may not subsequently be made responsive by correction of the material deviation, reservation, or omission.

58. Nonconformities, Errors, and Omissions

59. Provided that a bid is substantially responsive, the Employer may waive any nonconformities in the bid.

Page 23: Final Bidding Documents_PA Refurbishement_REBIDDING

1-22 Section I - Instructions to Bidders

60. Provided that a bid is substantially responsive, the Employer may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities in the bid related to documentation requirements. Requesting information or documentation on such nonconformities shall not be related to any aspect of the price of the bid. Failure of the Bidder to comply with the request may result in the rejection of its bid.

61. Provided that a bid is substantially responsive, the Employer shall rectify quantifiable nonmaterial nonconformities related to the Bid Price. To this effect, the Bid Price may be adjusted, for comparison purposes only, to reflect the price of a missing or non-conforming item or component. The adjustment shall be made using the methods indicated in Section III (Evaluation and Qualification Criteria).

62. Correction of Arithmetical Errors

63. Provided that the bid is substantially responsive, the Employer shall correct arithmetical errors on the following basis:

(a) only for unit price contracts, if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Employer there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected;

(b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

(c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.

64. If the Bidder that submitted the lowest evaluated bid does not accept the correction of errors, its bid shall be declared non-responsive.

65. Conversion to Single Currency

66. For evaluation and comparison purposes, the currency(ies) of the bid shall be converted into a single currency as specified in the BDS.

67. Margin of Preference

67.1 A margin of preference shall not apply, unless otherwise specified in the BDS.

Page 24: Final Bidding Documents_PA Refurbishement_REBIDDING

Section I - Instructions to Bidders 1-23

67.2 Domestic bidders shall provide all evidence necessary to prove that they meet the following criteria to be eligible for a 7½ percent margin of preference in the comparison of their bids with those of bidders who do not qualify for the preference. They should:

(a) be registered within the country of the Employer’s country ;

(b) have majority ownership by nationals of the country of the Employer’s country ;

(c) not subcontract more than 10 percent of the Contract Price, excluding provisional sums, to foreign contractors.

33.3 The following procedure shall be used to apply the margin of preference:

(a) Responsive bids shall be classified into the following groups:

(i) Group A: bids offered by domestic bidders and joint ventures meeting the criteria of ITB Sub-Clause 33.2; and

(ii) Group B: all other bids.

(b) For the purpose of further evaluation and comparison of bids only, an amount equal to 7½ percent of the evaluated Bid prices determined in accordance with ITB Sub-Clause 33.2 shall be added to all bids classified in Group B.

68. Evaluation of Bids

68.1 The Employer shall use the criteria and methodologies listed in this Clause. No other evaluation criteria or methodologies shall be permitted.

68.2 To evaluate a bid, the Employer shall consider the following:

(a) the bid price, excluding Provisional Sums and the provision, if any, for contingencies in the Summary Bill of Quantities for admeasurement contracts or Schedule of Prices for lump sum contracts, but including Daywork items, where priced competitively;

(b) price adjustment for correction of arithmetic errors in accordance with ITB 31.1;

(c) price adjustment due to discounts offered in accordance with ITB 14.3;

(d) converting the amount resulting from applying (a) to (c) above,

Page 25: Final Bidding Documents_PA Refurbishement_REBIDDING

1-24 Section I - Instructions to Bidders

if relevant, to a single currency in accordance with ITB 32;

(e) adjustment for nonconformities in accordance with ITB 30.3;

(f) application of all the evaluation factors indicated in Section III (Evaluation and Qualification Criteria);

68.3 The estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period of execution of the Contract, shall not be taken into account in bid evaluation.

68.4 If this Bidding Document allows Bidders to quote separate prices for different contracts, and to award multiple contracts to a single Bidder, the methodology to determine the lowest evaluated price of the contract combinations, including any discounts offered in the Letter of Bid, is specified in Section III (Evaluation and Qualification Criteria).

68.5 If the bid for an admeasurement contract, which results in the lowest Evaluated Bid Price, is seriously unbalanced, front loaded or substantially below updated estimates in the opinion of the Employer, the Employer may require the Bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analyses, taking into consideration the schedule of estimated Contract payments, the Employer may require that the amount of the performance security be increased at the expense of the Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract.

69. Comparison of Bids

69.1 The Employer shall compare all substantially responsive bids in accordance with ITB 34.2 to determine the lowest evaluated bid.

70. Qualification of the Bidder

70.1 The Employer shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated and substantially responsive bid meets the qualifying criteria specified in Section III (Evaluation and Qualification Criteria).

70.2 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB 17.1.

70.3 An affirmative determination of qualification shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in disqualification of the bid, in which event the Employer shall proceed to the next lowest evaluated

Page 26: Final Bidding Documents_PA Refurbishement_REBIDDING

Section I - Instructions to Bidders 1-25

bid to make a similar determination of that Bidder’s qualifications to perform satisfactorily.

71. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids

71.1 The Employer reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to Bidders. In case of annulment, all bids submitted and specifically, bid securities, shall be promptly returned to the Bidders.

F. Award of Contract

72. Award Criteria 72.1 Subject to ITB 37.1, the Employer shall award the Contract to the Bidder whose offer has been determined to be the lowest evaluated bid and is substantially responsive to the Bidding Document, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

73. Notification of Award

73.1 Prior to the expiration of the period of bid validity, the Employer shall notify the successful Bidder, in writing, via the Letter of Acceptance included in the Contract Forms, that its bid has been accepted. At the same time, the Employer shall also notify all other Bidders of the results of the bidding, and shall publish in UNDB online and in the dgMarket the results identifying the bid and lot numbers and the following information: (i) name of each Bidder who submitted a Bid; (ii) bid prices as read out at Bid Opening; (iii) name and evaluated prices of each Bid that was evaluated; (iv) name of bidders whose bids were rejected and the reasons for their rejection; and (v) name of the winning Bidder, and the Price it offered, as well as the duration and summary scope of the contract awarded.

73.2 Until a formal contract is prepared and executed, the notification of award shall constitute a binding Contract.

74. The Employer shall promptly respond in writing to any unsuccessful Bidder who, after notification of award in accordance with ITB 39.1, requests in writing the grounds on which its bid was not selected.

75. Signing of Contract

75.1 Promptly upon notification, the Employer shall send the successful Bidder the Contract Agreement.

75.2 Within twenty-eight (28) days of receipt of the Contract Agreement, the successful Bidder shall sign, date, and return it to the Employer.

Page 27: Final Bidding Documents_PA Refurbishement_REBIDDING

1-26 Section I - Instructions to Bidders

76. Performance Security

76.1 Within twenty-eight (28) days of the receipt of notification of award from the Employer, the successful Bidder shall furnish the performance security in accordance with the conditions of contract, subject to ITB 34.5, using for that purpose the Performance Security Form included in Section IX (Contract Forms), or another form acceptable to the Employer. If the performance security furnished by the successful Bidder is in the form of a bond, it shall be issued by a bonding or insurance company that has been determined by the successful Bidder to be acceptable to the Employer. A foreign institution providing a bond shall have a correspondent financial institution located in the Employer’s Country.

76.2 Failure of the successful Bidder to submit the above-mentioned Performance Security or to sign the Contract Agreement shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security. In that event the Employer may award the Contract to the next lowest evaluated Bidder whose offer is substantially responsive and is determined by the Employer to be qualified to perform the Contract satisfactorily.

76.3 The above provision shall also apply to the furnishing of a domestic preference security if so required.

77. Adjudicator 77.1 The Employer proposes the person named in the BDS to be appointed as Adjudicator under the Contract, at the hourly fee specified in the BDS, plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so state in his Bid. If, in the Letter of Acceptance, the Employer does not agree on the appointment of the Adjudicator, the Employer will request the Appointing Authority designated in the Particular Conditions of Contract (PCC) pursuant to Clause 23.1 of the General Conditions of Contract (GCC), to appoint the Adjudicator.

Page 28: Final Bidding Documents_PA Refurbishement_REBIDDING

1-27

Section II - Bid Data Sheet (BDS)

A. Introduction

ITB 1.1 The Employer is: Ministry of Agriculture, Forestry and Water Economy of the Republic of Macedonia

ITB 1.1 The name of the bidding process is: Refurbishment of the offices of IPARD Paying Agency

The identification number of the bidding process is: MK-ASAP-C2-ICB-CW01

The number and identification of lots comprising this bidding process is: N/A

ITB 2.1 The Borrower is: Republic of Macedonia

ITB 2.1 The name of the Project is: Agriculture Strengthening and Accession Project (ASAP)

ITB 4.1(a) The individuals or firms in a JV, shall be jointly and severally liable.

B. Bidding Documents

ITB 7.1For clarification purposes only, the Employer’s address is:

Attention: Mr. Vlatko Mrkev

Street Address: Leninova 2

Floor/Room number: Ground Floor/Project Team Office

City: Skopje

ZIP Code: 1000

Country: Republic of Macedonia

Telephone: : +389 2 3228 639

Facsimile number: +389 2 3228 639

Electronic mail address: [email protected]

Requests for clarification should be received by the Employer no later than: 21 days.

Page 29: Final Bidding Documents_PA Refurbishement_REBIDDING

1-28

ITB 7.4 A Pre-Bid meeting shall not take place. If a Pre-Bid meeting will take place, it will be at the following date, time and place: N/A

Time:

Place:

A site visit conducted by the Employer shall not be organized.

C. Preparation of Bids

ITB 10.1 The language of the bid is: English

ITB 11.1 (b) The following schedules shall be submitted with the bid:

Schedule of Payment Currencies

Priced Bill of Quantities

ITB 11.1 (i) The Bidder shall submit with its bid the following additional documents: none

ITB 13.1 Alternative bids shall not be permitted.

ITB 13.2 Alternative times for completion shall not be permitted.

If alternative times for completion are permitted, the evaluation method will be as specified in Section III (Evaluation and Qualification Criteria).

ITB 13.4 Alternative technical solutions shall be permitted for the following parts of the Works: none

If alternative technical solutions are permitted, the evaluation method will be as specified in Section III (Evaluation and Qualification Criteria).

ITB 14.6 The prices quoted by the Bidder shall not be subject to adjustment during the performance of the Contract.

ITB 15.1The prices shall be quoted by the bidder in: Macedonian Denars (MKD). A Bidder expecting to incur expenditures in other currencies for inputs to the Works supplied from outside the Employer’s country (referred to as the “foreign currency requirements”) and wishing to be paid accordingly, shall indicate up to three foreign currencies of their choice expressed as a percentage of the bid price, together with the exchange rates used in the calculations in the appropriate form(s) included in Section IV (Bidding

Page 30: Final Bidding Documents_PA Refurbishement_REBIDDING

Section II - Bid Data Sheet 1-29

Forms).

ITB 18.1 The bid validity period shall be: 90 days.

ITB 19.1 The Bidder shall furnish a bid security in the amount of 1.800.000 MKD or an equivalent amount in a freely convertible currency.

ITB 19.3 (d) none

ITB 20.1 In addition to the original of the bid, the number of copies is: 3 (three)

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall indicate:

(a) The name and description of the documentation required to demonstrate the authority of the signatory to sign the Bid such as a Power of Attorney; and

(b) In the case of Bids submitted by an existing or intended JV an undertaking signed by all parties (i) stating that all parties shall be jointly and severally liable, if so required in accordance with ITB 4.1(a), and (ii) nominating a Representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the JV during the bidding process and, in the event the JV is awarded the Contract, during contract execution.

Page 31: Final Bidding Documents_PA Refurbishement_REBIDDING

1-30 Section II - Bid Data Sheet

D. Submission and Opening of Bids

ITB 21.1 Bidders shall not have the option of submitting their bids electronically.

ITB 21.1 (b) If bidders shall have the option of submitting their bids electronically, the electronic bidding submission procedures shall be: N/A

ITB 21.2 (d) In addition, the bidders shall include a statement in the outer envelope in Macedonian language, with the following content:

“ NE OTVORAJ, osven vo prisustvo na komisijata, pred 15 septemvri, 2009, 13:00 casot, lokalno vreme“

ITB 22.1 For bid submission purposes only, the Employer’s address is:

Attention: Mr. Vlatko Mrkev

Street Address: Skupi 3a (Fonko building)

Floor/Room number: Ground Floor, Archive Office

City: Skopje

ZIP Code: 1000

Country: Republic of Macedonia

The deadline for bid submission is:

Date: 15 September 2009

Time: 13:00 hours local time

ITB 25.1 The bid opening shall take place at:

Street Address: Skupi 3a (Fonko building)

Floor/Room number: Ground Floor, Conference room

City: Skopje

Country: Republic of Macedonia

Date: 15 September 2009

Time: 13:00 hours local time

ITB 25.1 If electronic bid submission is permitted in accordance with ITB 21.1, the specific bid opening procedures shall be: N/A

E. Evaluation and Comparison of Bids

ITB 32.1 The currency that shall be used for bid evaluation and comparison purposes to convert all bid prices expressed in various currencies into a single currency is:

Page 32: Final Bidding Documents_PA Refurbishement_REBIDDING

Section II - Bid Data Sheet 1-31

Macedonian Denars (MKD)

The source of exchange rate shall be: The National Bank of the Republic of Macedonia.

The date for the exchange rate shall be: 15 September 2009.

ITB 33.1 A margin of preference shall not apply.

ITB 42.1 The Adjudicator proposed by the Employer is: Marjan Ivanov.

The hourly fee for this proposed Adjudicator shall be: 900 MKD.

The biographical data of the proposed Adjudicator is as follows: see below

Page 33: Final Bidding Documents_PA Refurbishement_REBIDDING

CURRICULUM VITAE

1. LAST NAME: IVANOV

2. NAME: MARJAN

3. Date of birth: 20.12.1960

4. Nationality: Macedonian

5. Marital status: Married

6. Education:

INSTITUTION(Date from-date to) Diploma/degree

University :St. Cyril’s Methodius” Skopje1979-1984

Graduated Civil Engineer

University :St. Cyril’s Methodius” SkopjeCEI 1986-1990

Master degree for technical science

7. LANGUAGE SKILLS (MARK 1-5)

Language Reading Speaking WritingMacedonian NativeFrench 1 2 2English 1 1 1Bulgarian 1 1 1Serbian-Croatian 1 1 1

8. MEMBER OF PROFESSIONAL BODIES: Civil Engineers Association International Road Federation

9. Other skills (e.g. computer literature etc..)Microsoft Windows / Microsoft Word, Excel, Access, Power PointMS Project, AutoCAD, CorelDraw

10. Current Position: Executive Manager-Partner, Euro Consult

11. Years of experience: 23

12. KEY QUALIFICATION:

15 years of experience in project management and supervision on civil works on buildings, roads, motorways and bridges in Macedonia, Albania, Kosovo, Ukraine and Croatia according PHARE/ISPA/CARDS/OBNOVA и FIDIC conditions;

8 years expert for quality control of reinforced concrete structure and roads

Expert for pre-stressing of r.c. structures

Page 34: Final Bidding Documents_PA Refurbishement_REBIDDING

1-2 Section II - Bid Data Sheet

Expert for application of structural light concrete in the structure

Certificate for preparation of technical documentation for building no. 09-574, dated March 07th, 1990

Certificate for managing of construction and performance of supervision on objects no.09-574, dated March 07th, 1990

Page 35: Final Bidding Documents_PA Refurbishement_REBIDDING

1-3

13. SPECIAL EXPERIENCE IN THE REGION:

COUNTRIES Date from-date to

Albania 1999-2007Kosovo 2000-2007

14. PROFESSIONAL EXPERIENCE:

DATE 10/1984 - 06/1987LOCATION Delcevo, MacedoniaEMPLOYER GRANIT OOZT Site 11, Delcevo POSITION Contractor of building engineering DESCRIPTION Construction of business complex “ Housing for retired person”

in Municipality Delcevo, with area of 1.200m2

Construction of business building “Bus station” in Makedonska Kamenica” with area of 1.200m2

Construction of production hall for leather “ Goce Delcev” Skopje and design of steel roof structure

Construction of production hall for “JUGOTUTUN” in Delcevo and design of steel bridge structure

Preparation of technical documentation for wooden roof structure of the Apartment Houses in M.Kamenica and execution of roof covering works

DATE 07/1987 - 02/1993LOCATION Skopje,MacedoniaEMPLOYER GRO GRANIT LaboratoryPOSITION Quality Control engineer

DESCRIPTION Quality control of concrete, asphalt, geo-mechanic while execution of the road Trabotiviste-Pehcevo.

Quality control while production of r.c. prefabricated elements, concrete and asphalt in concrete plant in Delcevo.

Quality control while production of r.c. prefabricated elements, concrete and asphalt in concrete plant in Lepenec

Manager of the department for concrete and concrete structures

Quality control of concrete and prefabricated concrete elements in all production halls of Granit

Preparation of job mix formula and application of high compression strength concrete in the structures

Preparation of job mix formula and application of concrete in prefabricated concrete elements in the field of building engineering

Page 36: Final Bidding Documents_PA Refurbishement_REBIDDING

1-4

Pre-stressing of main covering girders in hall of JUGOTUTUN in Tetovo

Pre-stressing of main bridge girders of bridge in Punosevac, Kosovo

Pre stressing of main girder for overpass Madzari, section Hipodrom, Skopje

Pre stressing of main girder for overpass “Nivicani” section Veles-Negotino

Application of not destructive methods for quality control of concrete with ultra sound

Testing and quality control of concrete and asphalt of runway of airport Ohrid

DATE 03/1993 to 03/1996LOCATION BelgradeEMPLOYER DELTA IMSPOSITION Equipment sales manager for execution of r.c. pre stressed structuresDESCRIPTION Licensed sales manager for sale of pre stressing equipment

according IMS systemDATE 03/1996 to 06/1998LOCATION MacedoniaEMPLOYER GP GRANIT SkopjePOSITION Manager of Development, Design and Research Department DESCRIPTION Managing with research projects in Granit and introduction in IT

technology in design and execution of civil works DATE 06/1998 to 06/2005LOCATION Macedonia,Kosovo,Albania,Ukraine,CroatiaEMPLOYER Balkan Consulting Skopje, POSITION Project Director and Managing with preparation of design

documentation, quality control and supervision according FIDICDESCRIPTION Managing all phases of production of technical documentation, preliminary

solution, preliminary and main design, expertise, quality control and supervision of structure in the field of civil engineering, building engineering, hydro, in Macedonia, Kosovo, Albania, Ukraine, Croatia as follows:

Railway track Kumanovo-Kriva Palanka-Bulgaian border, section Kriva Palanka-Devebair, in length of 22km and railway station in Kriva Palanka and Kratovo, Clint Macedonian Railway Department, Preliminary and Main design

Highway E-75/M1, Tabanovce-Skopje-Gevgelija, section Udovo-Gevgelija, Client: SCETAROUTE, Main design

North bypass of Skopje, main design for overpass, underpass and viaduct, Clint FNNR

Main executive design for M3 Skopje-Blace, Client FNNR

Page 37: Final Bidding Documents_PA Refurbishement_REBIDDING

Section III - Evaluation and Qualification Criteria 3-5

Road corridor no.8, main design for motorway on the section Kriva Palanka-Devebair, Client FNNR

National road Veles-Prilep, preliminary and main design, bridges, viaducts and tunnel, Kodrostam, L=64km, Client FNNR

National road Stip-Strumica, main design L=64KM, Client FNNR

Main design for structure East-West in Albania, section Rogozina-Lishnje, L=20KM, Client Department for Roads in Albania

Preparation of main design for regional road Kapastica-Korca, corridor East –West in Albania, L=36km, Client Granit Skopje

Preparation of main design for Korca-Podgorec-Qaftane, L=65km, bridges and viaducts, Client: Scetaroute

Main executive design for rehabilitation of motorway M06 in Ukraine, section Kiev-Chop L=210km, Client Granit Skopje

Main design for rehabilitation of motorway M1 in Croatia, section Ivanik, city Brodksi Stupnik, L=129km,Client Granit Skopje

Main design for reconstruction of runway Airport Skopje, Client GIBB London, material expert

Preparation of study for damaging of bridge and road infrastructure in Macedonia, caused by KFOR military vehicle during crises in Jugoslavia, Client COCKS CONSULT, GAERMANY, Materials expert

Preparation of detail design for border crossing in Macedonia-Kosovo (Balce) including complete road infrastructure, Client EAR, Materials expert

Quality Control during reconstruction of pavement structure on the route Blace-Pristina, Client EAR Pristina-material expert

Quality control of materials utilized during reconstruction and renewal of demolished bridges in Kosov-Miloshevo and Vrani Dol, Client EAR Pristina, material expert

Preparation of main design for river Rakovina bridge in Kosovo, tender dossier, and supervision on construction works, Client EAR Pristina, COWI, Material expert

Consulting and supervision on construction of Asbestos Factory and industrial gasses in Kavadarci, Client SOLL SEE, Italy and Technical Gasses, Skopje

DATE 06/2005 - 03/2006LOCATION Skopje,MacedoniaEMPLOYER GD GRANIT AD Skopje Site 6POSITION Manager of Economic Unit DESCRIPTION Managing with construction of route and structure located on the

Page 38: Final Bidding Documents_PA Refurbishement_REBIDDING

1-6 Section III - Evaluation and Qualification Criteria

North by-pass Skopje, project funded by FNNR. Project value 34mil euro

DATE 03.2006 - ongoingLOCATION Macedonia, Kosovo, Albania, RomaniaEMPLOYER Euro Consult SkopjePOSITION Material Expert, structure and technical documentation according

FIDIC standards and regulation.DESCRIPTION Consulting services and supervision while performance of civil

works on the building Administrative Court, Material Expert, Client: Ministry of Justice

Preparation of Master Plan for border crossing in R. Albania, material expert, Client; JACOBS GIBB, G. Britain

Design of 13 bridges on the highway M1 in Albania, section Rreshen –Kalimash, material expert and pre-stressing concrete structures, Client: SCETAROUTE, Paris, France

Consulting and supervision during reconstruction of street infrastructure in Sibiu Romania. Client; IRD ENGINEERING, Roma, Italy, material expert

Consulting and supervisor during construction of 4 waste water treatment plant in Mogorce, Skudrinje, Trebiste and Zirovnica, along Radika river valley, materials expert and documentation, Client; Government of the R. Italy

Consulting and supervision while construction of WWTP in Municipality Krivogatsani, project financed by Government of the R. Austria. Materials Expert.

Consulting and supervision during renovation of Police Academy in Macedonia, project funded by EAR and JACOBS GIBB, London.

Consulting and supervision while reconstruction of school “Kole Nedelkovski”, project funded by EAR and JACOBS. Material Expert GIBB.

Consulting, revision of technical documentation and supervision on the project for repair and strengthening of 29 NATO bridges on the route BOTTLE, section Blace-Petrovac-Veles, materials expert. Project funded by NAMSA. Joint venture IRD/BCEOM.

Consulting, revision of technical documentation and supervision on the project for repair and strengthening of 21 NATO bridges on the route BOTTLE, section Udovo-Gevgelija, materials expert. Project funded by NAMSA. Joint venture IRD/BCEOM.

Consulting and supervision on construction works on Residence building of Embassy of R. Turkey in Macedonia. Project funded by the Government of R. Turkey. Material expert

DATE 06/2007-01/2009LOCATION Kosovo, Pristina

Page 39: Final Bidding Documents_PA Refurbishement_REBIDDING

Section III - Evaluation and Qualification Criteria 3-7

EMPLOYER EGIS member of COWI consortiumPOSITION Project Coordinator and Materials Expert DESCRIPTION Managing with the Project for Supervision on construction works for

infrastructure projects in Municipality Mitrovica and Zvecan

Page 40: Final Bidding Documents_PA Refurbishement_REBIDDING

1-8 Section III - Evaluation and Qualification Criteria

Section III - Evaluation and Qualification Criteria

This section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders if the bidding was not preceded by a prequalification exercise and postqualification is applied. In accordance with ITB 34 and ITB 36, no other methods, criteria and factors shall be used. The Bidder shall provide all the information requested in the forms included in Section 4 (Bidding Forms).

Table of Criteria

1. Evaluation.................................................................................................................1-9

1.1 Adequacy of Technical Proposal................................................................................1-91.2 Multiple Contracts......................................................................................................1-91.3 Completion Time........................................................................................................1-91.4 Technical Alternatives................................................................................................1-91.5 Margin of Preference [Applicable for ICB only].......................................................1-9

2. Qualification............................................................................................................1-10

2.1 Eligibility..................................................................................................................1-102.2 Historical Contract Non-Performance......................................................................1-112.3 Financial Situation....................................................................................................1-122.4 Experience................................................................................................................1-142.5 Personnel..................................................................................................................1-162.6 Equipment.................................................................................................................1-16

Page 41: Final Bidding Documents_PA Refurbishement_REBIDDING

Section III - Evaluation and Qualification Criteria 3-9

1. Evaluation

In addition to the criteria listed in ITB 34.2 (a) – (e) the following criteria shall apply:

1.1 Adequacy of Technical Proposal

Evaluation of the Bidder's Technical Proposal will include an assessment of the Bidder's technical capacity to mobilize key equipment and personnel for the contract consistent with its proposal regarding work methods, scheduling, and material sourcing in sufficient detail and fully in accordance with the requirements stipulated in Section VI (Employer's Requirements).

1.2 Multiple Contracts

Pursuant to Sub-Clause 34.4 of the Instructions to Bidders, if Works are grouped in multiple contracts, evaluation will be as follows: N/A

1.3 Completion Time

An alternative Completion Time, if permitted under ITB 13.2, will be evaluated as follows: N/A

1.4 Technical Alternatives

Technical alternatives, if permitted under ITB 13.4, will be evaluated as follows: N/A

1.5 Margin of Preference [Applicable for ICB only]

If a margin of preference shall apply under ITB 33.1, the procedure will be as follows as: N/A

Page 42: Final Bidding Documents_PA Refurbishement_REBIDDING

1-10 Section III - Evaluation and Qualification Criteria

2. Qualification

Factor 2.1 Eligibility

Sub-Factor

Criteria

Documentation Re-quiredRequirement

Bidder

Single Entity Joint Venture, Consortium or AssociationAll partners

combinedEach part-

nerAt least one

partner2.1.1 Nationality Nationality in accordance

with ITB 4.2.Must meet requirement

Existing or intended JV must meet requirement

Must meet requirement

N / A Form ELI –1.1 and 1.2, with attachments

2.1.2 Conflict of Interest

No- conflicts of interests as described in ITB 4.3.

Must meet requirement

Existing or intended JV must meet requirement

Must meet requirement

N / A Letter of Bid

2.1.3 Bank Ineligibility

Not having been declared ineligible by the Bank as described in ITB 4.4.

Must meet requirement

Existing JV must meet requirement

Must meet requirement

N / A Letter of Bid

2.1.4 Government Owned Entity

Compliance with conditions of ITB 4.5

Must meet requirement

Must meet requirement

Must meet requirement

N / AForm ELI –1.1 and 1.2, with attachments

2.1.5 Ineligibility based on a United Nations resolution or Borrower’s country law

Not having been excluded as a result of the Borrower’s country laws or official regulations, or by an act of compliance with UN Security Council resolution, in accordance with ITB 4.8

Must meet requirement

Existing JV must meet requirement

Must meet requirement

N / A

Letter of Bidt

Page 43: Final Bidding Documents_PA Refurbishement_REBIDDING

Section III - Evaluation and Qualification Criteria 1-11

Factor 2.2 Historical Contract Non-Performance

Sub-Factor

Criteria

Documentation RequiredRequirement

Bidder

Single EntityJoint Venture, Consortium or Association

All partners combined

Each partner

At least one partner

2.2.1 History of non-performing contracts

Non-performance of a contract did not occur within the last five (5) years prior to the deadline for application submission, based on all information on fully settled disputes or litigation. A fully settled dispute or litigation is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective contract, and where all appeal instances available to the bidder have been exhausted.

Must meet requirement by itself or as partner to past or existing JV

N / A

Must meet requirement by itself or as partner to past or existing JV

N / A

Form CON - 2

2.2.2 Pending Litigation

All pending litigation shall in total not represent more than

ten percent (10 %) of the Bidder’s net worth and shall be treated as resolved against

the Bidder.

Must meet requirement by itself or as partner to past or existing JV

N / A

Must meet requirement by itself or as partner to past or existing JV

N / A

Form CON – 2

Page 44: Final Bidding Documents_PA Refurbishement_REBIDDING

1-12 Section III - Evaluation and Qualification Criteria

Factor 2.3 Financial Situation

Sub-Factor

Criteria

Documentation Re-quiredRequirement

Bidder

Single EntityJoint Venture, Consortium or Association

All partners combined

Each partner

At least one partner

2.3.1 Historical Financial Performance

Submission of audited balance sheets or if not required by the law of the bidder’s country, other financial statements acceptable to the Employer, for the last five [5] years to demonstrate the current soundness of the bidders financial position and its prospective long term profitability.

Must meet requirement

N / AMust meet requirement

N / AForm FIN – 3.1 with attachments

2.3.2. Average Annual Turnover

Minimum average annual turnover of 3.000.000 EUR, calculated as total certified payments received for contracts in progress or completed, within the last five ( 5 ) years

Must meet requirement

Must meet requirement

Must meet twenty five percent (25%) of the requirement

Partner in charge must meet forty percent (40 %) of the requirement

Form FIN –3.2

2.3.3. Financial Resources

The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet:

Must meet requirement

Must meet requirement

Must meet twenty five percent (25%) of the requirement

Partner in charge must meet forty percent (40 %) of the requirement

Form FIN –3.3

Page 45: Final Bidding Documents_PA Refurbishement_REBIDDING

Section III - Evaluation and Qualification Criteria 1-13

Factor 2.3 Financial Situation

Sub-Factor

Criteria

Documentation Re-quiredRequirement

Bidder

Single EntityJoint Venture, Consortium or Association

All partners combined

Each partner

At least one partner

(i) the following cash-flow requirement:500.000 EURand (ii) the overall cash flow requirements for this contract and its concurrent commitments.

Page 46: Final Bidding Documents_PA Refurbishement_REBIDDING

1-14 Section III - Evaluation and Qualification Criteria

Factor2.4 Experience

Sub-Factor

Criteria

Documentation RequiredRequirement

Bidder

Single Entity

Joint Venture, Consortium or Association

All partners combined

Each partner

At least one partner

2.4.1 General Experience

Experience under contracts in the role of contractor, subcontractor, or management contractor for at least the last five [5] years prior to the applications submission deadline, and with activity in at least nine (9) months in each year.

Must meet requirement N / A

Must meet requirement N / A Form EXP-4.1

2.4.2 Specific Experience

(a)Participation as contractor, management contractor, or subcontractor, in at least two (2) contracts within the last five ( 5) years , each with a value of at least million EUR (900.000 EUR), that have been successfully and substantially completed and that are similar to the proposed Works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Section VI, Employer’s

Must meet requirement

Must meet requirements for all characteristics

N / A Must meet requirement for one characteristic

Form EXP 2.4.2(a)

Page 47: Final Bidding Documents_PA Refurbishement_REBIDDING

Section III - Evaluation and Qualification Criteria 1-15

Factor2.4 Experience

Sub-Factor

Criteria

Documentation RequiredRequirement

Bidder

Single Entity

Joint Venture, Consortium or Association

All partners combined

Each partner

At least one partner

Requirements.2.4.2 Specific Experience

b) For the above or other contracts executed during the period stipulated in 2.4.2(a) above, a minimum experience in the following key activities: Architectural works, electrical works and mechanical works

Must meet requirements

Must meet requirements

N / AMust meet requirements Form EXP-2.4.2(b)

Page 48: Final Bidding Documents_PA Refurbishement_REBIDDING

1-16 Section 3 - Evaluation and Qualification Criteria

2.5 Personnel

The Bidder must demonstrate that it will have the personnel for the key positions that meet the following requirements:

No. Position

Total Work Similar

Experience (years)

In Similar Works Experience

(years)

1 Contractor’s Project Manager 15 10

2 Electrical Engineer 10 5

3 Mechanical Engineer 10 5

45

The Bidder shall provide details of the proposed personnel and their experience records in the relevant Forms included in Section IV, Bidding Forms.

2.6 Equipment

The Bidder must demonstrate that it will have access to the key Contractor’s equipment listed hereafter:

No. Equipment Type and Characteristics Minimum Number required1 / /2345

The Bidder shall provide further details of proposed items of equipment using the relevant Form in Section IV.

Page 49: Final Bidding Documents_PA Refurbishement_REBIDDING

1-17

Section IV - Bidding Forms

Table of Forms

Letter of Bid........................................................................................................................1-18

Schedules.............................................................................................................................1-20

Bill of Quantities/ Schedules of Prices..............................................................................1-20Table(s) of Adjustment Data..............................................1-Error! Bookmark not defined.

Form of Bid Security (Bank Guarantee)..........................................................................1-21

Form of Bid Security (Bid Bond)..........................................1-Error! Bookmark not defined.

Form of Bid-Securing Declaration........................................1-Error! Bookmark not defined.

Technical Proposal.............................................................................................................1-23

Technical Proposal Forms.................................................................................................1-23Forms for Personnel...........................................................................................................1-24Forms for Equipment.........................................................................................................1-26

Bidder’s Qualification........................................................................................................1-27

Bidder Information Sheet..................................................................................................1-28Party to JV Information Sheet...........................................................................................1-29Historical Contract Non-Performance...............................................................................1-30Current Contract Commitments / Works in Progress........................................................1-31Financial Situation.............................................................................................................1-32Average Annual Turnover.................................................................................................1-34Financial Resources...........................................................................................................1-35General Experience............................................................................................................1-36Specific Experience...........................................................................................................1-37Specific Experience in Key Activities...............................................................................1-39

Page 50: Final Bidding Documents_PA Refurbishement_REBIDDING

1-18

Letter of Bid

The Bidder must prepare the Letter of Bid on stationery with its letterhead clearly showing the Bidder’s complete name and address.

Note: All italicized text is for use in preparing these form and shall be deleted from the final products.

Date: _______________Bidding No.: _______________

Invitation for Bid No.: _______________

To:

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda issued in accordance with Instructions to Bidders (ITB) Clause 8;

(b) We offer to execute in conformity with the Bidding Documents the following Works: ____________________________________________________________________;

(c) The total price of our Bid, excluding any discounts offered in item (d) below is: ___________________________;

(d) The discounts offered and the methodology for their application are: _____________;

(e) Our bid shall be valid for a period of ________ [insert validity period as specified in ITB 18.1.] days from the date fixed for the bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) If price adjustment provisions apply, the Table(s) of Adjustment Data shall be considered part of this Bid;6

(g) If our bid is accepted, we commit to obtain a performance security in accordance with the Bidding Document;

(h) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from eligible countries;

6 Include if price adjustment provisions apply in the Contract in accordance with PCC Sub-Clause 44.1 Adjustments for Changes in Cost.

Page 51: Final Bidding Documents_PA Refurbishement_REBIDDING

Section IV - Bidding Forms 1-19

(i) We, including any subcontractors or suppliers for any part of the contract, do not have any conflict of interest in accordance with ITB 4.3;

(j) We are not participating, as a Bidder or as a subcontractor, in more than one bid in this bidding process in accordance with ITB 4.3, other than alternative offers submitted in accordance with ITB 13;

(k) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of the contract, has not been declared ineligible by the Bank, under the Employer’s country laws or official regulations or by an act of compliance with a decision of the United Nations Security Council;

(l) We are not a government owned entity / We are a government owned entity but meet the requirements of ITB 4.5;7

(m) We have paid, or will pay the following commissions, gratuities, or fees with respect to the bidding process or execution of the Contract: 8

Name of Recipient Address Reason Amount

(n) We understand that this bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed;

(o) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive; and

(p) If awarded the contract, the person named below shall act as Contractor’s Representative: ________________________________________________________

Name:

In the capacity of:

Signed:

Duly authorized to sign the Bid for and on

behalf of:

Date:

7 Use one of the two options as appropriate.8 If none has been paid or is to be paid, indicate “none”.

Page 52: Final Bidding Documents_PA Refurbishement_REBIDDING

1-20 Section IV - Bidding Forms

Schedules

Bill of Quantities

Schedule of Payment Currencies

For ...........................insert name of Section of the Works

Separate tables may be required if the various sections of the Works (or of the Bill of Quantities) will have substantially different foreign and local currency requirements. The Employer should insert the names of each Section of the Works.

A B C D

Name of Payment Currency

Amount of Currency

Rate of Exchangeto Local Currency

Local Currency EquivalentC = A x B

Percentage of Net Bid Price (NBP) 100xC NBP

Local currency 1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #3

Net Bid Price 100.00

Value Added Tax (VAT) 18%

1.00

BID PRICE

Form of Bid Security (Bank Guarantee)

Page 53: Final Bidding Documents_PA Refurbishement_REBIDDING

Section IV - Bidding Forms 1-21

__________________________ [Bank’s Name, and Address of Issuing Branch or Office]

Beneficiary: __________________________ [Name and Address of Employer]

Date: __________________________

BID GUARANTEE No.: __________________________

We have been informed that __________________________ [name of the Bidder] (hereinafter called "the Bidder") has submitted to you its bid dated ___________ (hereinafter called "the Bid") for the execution of ________________ [name of contract] under Invitation for Bids No. ___________ (“the IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by a bid guarantee.

At the request of the Bidder, we ____________________ [name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ___________ [amount in figures] (____________) [amount in words] upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid; or

(b) having been notified of the acceptance of its Bid by the Employer during the period of bid validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) fails or refuses to furnish the performance security, in accordance with the ITB.

This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the contract signed by the Bidder and the performance security issued to you upon the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy your notification to the Bidder of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of the Bidder’s bid.

Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

___________________________

[signature(s)]

Page 54: Final Bidding Documents_PA Refurbishement_REBIDDING

1-22 Section IV - Bidding Forms

Page 55: Final Bidding Documents_PA Refurbishement_REBIDDING

Section IV - Bidding Forms 1-23

Technical Proposal

Technical Proposal Forms

Personnel

Equipment

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Others

Page 56: Final Bidding Documents_PA Refurbishement_REBIDDING

1-24 Section IV - Bidding Forms

Forms for Personnel

Form PER – 1: Proposed Personnel

Bidders should provide the names of suitably qualified personnel to meet the specified requirements for each of the positions listed in Section III (Evaluation and Qualification Criteria). The data on their experience should be supplied using the Form below for each candidate.

1. Title of position

Name

2. Title of position

Name

3. Title of position

Name

4. Title of position

Name

5. Title of position

Name

6. Title of position

Name

etc. Title of position

Name

Page 57: Final Bidding Documents_PA Refurbishement_REBIDDING

Section IV - Bidding Forms 1-25

Form PER – 2: Resume of Proposed Personnel

The Bidder shall provide all the information requested below. Fields with asterix (*) shall be used for evaluation.

Position*

Personnel information

Name * Date of birth

Professional qualifications

Present employment

Name of Employer

Address of Employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present Employer

Summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project.

From* To* Company, Project , Position, and Relevant Technical and Management Experience*

Page 58: Final Bidding Documents_PA Refurbishement_REBIDDING

1-26 Section IV - Bidding Forms

Forms for Equipment

The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key equipment listed in Section III (Evaluation and Qualification Criteria). A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Bidder. The Bidder shall provide all the information requested below, to the extent possible. Fields with asterisk (*) shall be used for evaluation.

Type of Equipment*

Equipment Information

Name of manufacturer Model and power rating

Capacity* Year of manufacture*

Current Status

Current location

Details of current commitments

Source Indicate source of the equipmento Owned o Rented o Leased o Specially manufactured

The following information shall be provided only for equipment not owned by the Bidder.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Page 59: Final Bidding Documents_PA Refurbishement_REBIDDING

Section IV - Bidding Forms 1-27

Bidder’s Qualification

To establish its qualifications to perform the contract in accordance with Section III (Evaluation and Qualification Criteria) the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder

Page 60: Final Bidding Documents_PA Refurbishement_REBIDDING

1-28 Section IV - Bidding Forms

Form ELI 1.1

Bidder Information Sheet

Date: ______________________Bidding No.: ________________Invitation for Bid No.: ________

Page ________ of _______ pages

1. Bidder’s Legal Name

2. In case of JV, legal name of each party:

3. Bidder’s actual or intended Country of Registration:

4. Bidder’s Year of Registration:

5. Bidder’s Legal Address in Country of Registration:

6. Bidder’s Authorized Representative Information

Name:

Address:

Telephone/Fax numbers:

Email Address:

7. Attached are copies of original documents of: Articles of Incorporation or Registration of firm named in 1, above, in accordance with ITB Sub-Clauses 4.1 and 4.2. In case of JV, letter of intent to form JV including a draft agreement, or JV agreement, in

accordance with ITB Sub-Clauses 4.1 In case of government owned entity from the Employer’s country, documents establishing

legal and financial autonomy and compliance with the principles of commercial law, in accordance with ITB Sub-Clause 4.5.

Page 61: Final Bidding Documents_PA Refurbishement_REBIDDING

Section IV - Bidding Forms 1-29

Form ELI 1.2

Party to JV Information Sheet

Date: ______________________Bidding No.: ___________________

Invitation for Bid No.:_________Page ________ of_ ______ pages

1. Bidder’s Legal Name:

2. JV’s Party legal name:

3. JV’s Party Country of Registration:

4. JV’s Party Year of Registration:

5. JV’s Party Legal Address in Country of Registration:

6. JV’s Party Authorized Representative Information

Name:

Address:

Telephone/Fax numbers:

Email Address:

7. Attached are copies of original documents of:

Articles of Incorporation or Registration of firm named in 1, above, in accordance with ITB Sub-Clauses 4.1 and 4.2.

In case of government owned entity from the Purchaser’s country, documents establishing legal and financial autonomy and compliance with the principles of commercial law, in accordance with ITB Sub-Clause 4.5.

Page 62: Final Bidding Documents_PA Refurbishement_REBIDDING

1-30 Section IV - Bidding Forms

Form CON – 2

Historical Contract Non-Performance

Bidder’s Legal Name: _______________________ Date: _____________________JV Partner Legal Name: _______________________ ___________________

Bidding No.: __________________Page _______ of _______ pages

Non-Performing Contracts in accordance with (Evaluation and Qualification Criteria)

Contract non-performance did not occur during the stipulated period, in accordance with Sub-Factor 2.2.1 of Section III (Evaluation and Qualification Criteria)Contract non-performance during the stipulated period, in accordance with Sub-Factor 2.2.1 of Section III(Evaluation and Qualification Criteria).

Year Outcome as Percent of Total Assets

Contract Identification Total Contract

Amount (current value, EUR equivalent)

______ ______Contract Identification:Name of Employer:Address of Employer:Matter in dispute:

___________

Pending Litigation, in accordance with Section III (Evaluation and Qualification Criteria)

No pending litigation in accordance with Sub-Factor 2.2.2 of Section III(Evaluation and Qualification Criteria) Pending litigation in accordance with Sub-Factor 2.2.2 of Section III(Evaluation and

Qualification Criteria), as indicated belowYear Outcome as

Percent of Total Assets

Contract Identification Total Contract

Amount (current value, EUR equivalent)

______ ______Contract Identification:Name of Employer:Address of Employer:Matter in dispute:

___________

______ ______Contract Identification:Name of Employer:Address of Employer:Matter in dispute:

___________

Page 63: Final Bidding Documents_PA Refurbishement_REBIDDING

Section IV - Bidding Forms 1-31

Form CCC

Current Contract Commitments / Works in Progress

Bidders and each partner to a JV should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.

Name of contract Employer, contact address/tel/fax

Value of outstanding work (current EUR equivalent)

Estimated completion date

Average monthly invoicing over last six months(EUR/month)

1.

2.

3.

4.

5.

etc.

Page 64: Final Bidding Documents_PA Refurbishement_REBIDDING

1-32 Section IV - Bidding Forms

Financial Situation

Form – FIN – 3.1

Historical Financial Performance

Bidder’s Legal Name: _______________________ Date: _____________________JV Partner Legal Name: _______________________ Bidding No.: __________________

Page _______ of _______ pages

To be completed by the Bidder and, if JV, by each partner

Financial information in EUR equivalent

Historic information for previous five (5) years (EUR equivalent in 000s)

Year 1 Year 2 Year 3 Year 4 Year 5 Avg. Avg. Ratio

Information from Balance SheetTotal Assets (TA)

Total Liabilities (TL)Net Worth (NW)

Current Assets (CA)

Current Liabilities (CL)Information from Income StatementTotal Revenue (TR)

Profits Before Taxes (PBT)

Page 65: Final Bidding Documents_PA Refurbishement_REBIDDING

Section IV - Bidding Forms 1-33

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

Must reflect the financial situation of the Bidder or partner to a JV, and not sister or parent companies

Historic financial statements must be audited by a certified accountant

Historic financial statements must be complete, including all notes to the financial statements

Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted)

Page 66: Final Bidding Documents_PA Refurbishement_REBIDDING

1-34 Section IV - Bidding Forms

Form FIN – 3.2

Average Annual Turnover

Bidder’s Legal Name: ___________________________ Date: _____________________JV Partner Legal Name: ____________________________ Bidding No.: ______________ Page _______ of _______ pages

Annual turnover data (construction only)Year Amount and Currency EUR equivalent

_________________________________________ ____________________

_________________________________________ ____________________

_________________________________________ ____________________

_________________________________________ ____________________

_________________________________________ ____________________

*Average Annual Construction Turnover

_________________________________________ ____________________

*Average annual turnover calculated as total certified payments received for work in progress or completed over the number of years specified in Section III (Evaluation and Qualification Criteria), Sub-Factor 2.3.2, divided by that same number of years.

Page 67: Final Bidding Documents_PA Refurbishement_REBIDDING

Section IV - Bidding Forms 1-35

Form FIN3.3

Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts as indicated in Section III (Evaluation and Qualification Criteria)

Source of financing Amount (EUR equivalent)

1.

2.

3.

4.

Page 68: Final Bidding Documents_PA Refurbishement_REBIDDING

1-36 Section IV - Bidding Forms

Experience

Form EXP – 4.1

General Experience

Bidder’s Legal Name: ____________________________ Date: _____________________JV Partner Legal Name: ____________________________Bidding No.: ________________ Page _______ of _______ pages

Starting Month /

Year

Ending Month /

Year Years

*

Contract Identification Role of Bidder

______ ______Contract name:Brief Description of the Works performed by the Bidder:Name of Employer:Address:

_________

______ ______Contract name:Brief Description of the Works performed by the Bidder:Name of Employer:Address:

_________

______ ______Contract name:Brief Description of the Works performed by the Bidder:Name of Employer:Address:

_________

______ ______Contract name:Brief Description of the Works performed by the Bidder:Name of Employer:Address:

_________

______ ______Contract name:Brief Description of the Works performed by the Bidder:Name of Employer:Address:

_________

______ ______Contract name:Brief Description of the Works performed by the Bidder:Name of Employer:Address:

_________

*List calendar year for years with contracts with at least nine (9) months activity per year starting with the earliest year

Page 69: Final Bidding Documents_PA Refurbishement_REBIDDING

Section IV - Bidding Forms 1-37

Form EXP – 2.4.2(a)

Specific Experience

Bidder’s Legal Name: ___________________________ Date: _____________________JV Partner Legal Name: _________________________ Bidding No.: __________________

Page _______ of _______ pages

Similar Contract Number: ___ [insert specific number] of ___[insert total number of contracts required.

Information

Contract Identification _______________________________________

Award date

Completion date

_______________________________________

_______________________________________

Role in Contract Contractor

Management Contractor

Subcontractor

Total contract amount ____________________________

EUR__________

If partner in a JV or subcontractor, specify participation of total contract amount

__________% _____________ EUR_______

Employer’s Name: _______________________________________

Address:

Telephone/fax number:

E-mail:

_______________________________________

_______________________________________

_______________________________________

_______________________________________

Page 70: Final Bidding Documents_PA Refurbishement_REBIDDING

1-38 Section IV - Bidding Forms

Form EXP – 2.4.2(a) (cont.)

Specific Experience (cont.)

Bidder’s Legal Name: ___________________________ Page _______ of _______ pagesJV Partner Legal Name: ___________________________

Similar Contract No. __[insert specific number] of ___[insert total number of contracts] required

Information

Description of the similarity in accordance with Sub-Factor 2.4.2a) of Section III (Evaluation and Qualification Criteria):

Amount _________________________________

Physical size _________________________________

Complexity _________________________________

Methods/Technology _________________________________

Physical Production Rate _________________________________

Page 71: Final Bidding Documents_PA Refurbishement_REBIDDING

Section IV - Bidding Forms 1-39

Form EXP – 2.4.2(b)

Specific Experience in Key Activities

Bidder’s Legal Name: ___________________________ Date: _____________________JV Partner Legal Name: _________________________ Bidding No.: __________________Subcontractor’s Legal Name: ______________ Page _______ of _______ pages

Information

Contract Identification _______________________________________

Award date

Completion date

_______________________________________

_______________________________________

Role in Contract Contractor

Management Contractor

Subcontractor

Total contract amount _________________________ EUR________

If partner in a JV or subcontractor, specify participation of total contract amount

__________% _____________ EUR________

Employer’s Name: _______________________________________

Address:

Telephone/fax number:

E-mail:

_______________________________________

_______________________________________

_______________________________________

_______________________________________

Page 72: Final Bidding Documents_PA Refurbishement_REBIDDING

1-40 Section IV - Bidding Forms

Form EXP – 2.4.2 (b)(cont.)

Specific Experience in Key Activities (cont.)

Bidder’s Legal Name: ___________________________ Page _______ of _______ pagesJV Partner Legal Name: ___________________________Subcontractor’s Legal Name: __________________________

InformationDescription of the key activities in accordance with Sub-Factor 2.4.2b) of Section III (Evaluation and Qualification Criteria):

Page 73: Final Bidding Documents_PA Refurbishement_REBIDDING

1-41

Section V - Eligible Countries

Eligibility for the Provision of Goods, Works and Services in Bank-Financed Procurement

1. In accordance with Para 1.8 of the Guidelines: Procurement under IBRD Loans and IDA Credits, dated May 2004, the Bank permits firms and individuals from all countries to offer goods, works and services for Bank-financed projects. As an exception, firms of a Country or goods manufactured in a Country may be excluded if:

Para 1.8 (a) (i): as a matter of law or official regulation, the Borrower’s Country prohibits commercial relations with that Country, provided that the Bank is satisfied that such exclusion does not preclude effective competition for the supply of the Goods or Works required, or

Para 1.8 (a) (ii): by an Act of Compliance with a Decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s Country prohibits any import of goods from that Country or any payments to persons or entities in that Country.

2. For the information of borrowers and bidders, at the present time firms, goods and services from the following countries are excluded from this bidding:

(a) With reference to paragraph 1.8 (a) (i) of the Guidelines:

none

(b) With reference to paragraph 1.8 (a) (ii) of the Guidelines:

none

Page 74: Final Bidding Documents_PA Refurbishement_REBIDDING

2-1

PART 2 – Employer’s Requirements

Page 75: Final Bidding Documents_PA Refurbishement_REBIDDING

3

Section VI - Employer’s Requirements

Table of Contents

Specifications.........................................................................................................................2-4

Drawings................................................................................................................................2-2

Supplementary Information....................................................................................................2-5

Page 76: Final Bidding Documents_PA Refurbishement_REBIDDING

4

Specifications

TECHNICAL DESCRIPTION

Building: Agency for Financial Support in the Agriculture and Rural Development (IPARD Paying Agency)

Location: Treta Makedonska Udarna Brigada bb, Blok C, Skopje

Page 77: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-5

1. Architectural Works

TECHNICAL DESCRIPTION

LOCATION

The Agency’s building is part of the Makedonija Tabak building complex located on ul. Treta Makedonska Udarna Brigada bb. The complex is comprised of three blocks (A, B, C) which represent separate buildings inter-connected with closed arcades. The relevant building (block C) has an area of 38m/23m and a ground floor plus two more. The ground floor has been indented as opposed to the other floors and lies on a platform uplifted from the field’s level, having excess to the building. The field in front of the building, which is an opened parking space and has entrance and exit to the main street, will solve one part of the parking issue, whereas the remaining part will be solved with the envisaged underground garage placed under the building’s platform.

FUNCTIONAL SOLUTION AND RE-ADAPTATION

The building’s basic function will be administrative work. In order to address the latest needs as defined in the project program, a new functional solution has been undertaken involving a complete re-adaptation of the space. The external part of the building will remain untouched as well as the interior communication core (stairs, elevators).All sanitary units will be newly positioned into one vertical line on each floor. The remaining available space will be utilized as office space. The ground floor will consist of entrance space involving a security room, entrance hall with a waiting room for clients, archive room, telephone switchboard office, three offices and one meeting room. The first floor will consist of the IT Sector along with the office for computer and communication equipment, a secretary office and the director’s office, the Sector for approval of payments, the Sector for approval of projects, the Sector for general affairs, one meeting room. All the offices gravitate towards a central corridor connected with the communication cores. The second floor will consist of two offices for foreign consultants, the Sector for direct payments in agriculture, the Sector for internal audit, the Sector for control, a small meeting room and a cafeteria with exit to a terrace. In the underground space, apart from a parking lot, two machine rooms will be situated along with a storage archive and two other storage rooms.

INTERIOR DECORATION 1.BasementAn aluminium portal painted with aluminium color and vitrified with fire-proof glass will be placed at the basement’s entrance. The floor in the central hall, the machine room and the archive will be covered with granite tiles finished on the wall joints with 10 cm high granite socle. The walls will be veneered with water-proof sheetrock finished with acrylic color. The

Page 78: Final Bidding Documents_PA Refurbishement_REBIDDING

6 Section IX. Bill of Quantities

ceilings will remain untouched because of the number of installations that run through. The ceiling in the archive will be made of water-proof one-level sheetrock. The doors will be made of a fire-proof metal with finished color. The equipment in the archive will include one desk and metal cupboards with a lock. The two storage rooms will be divided with brick walls and mortared and painted with acrylic color. The floors will be paved with granite tiles finished on the wall joints with 10 cm high granite socle. The doors will be made of aluminium profiles filled with alcobond.

2. Ground floor

At the ground floor’s entrance a windshield area will be formed consisted of two portals with automatic sliding doors, finished with painted aluminum and vitrified with termopan smoked glass. The windshield area will include the security room whose window area will be made of the same material as the entrance portals. From the windshield area one can enter the entrance hall that on the left, just in front of the archive, widens into a waiting room, whereas on the right continues towards the meeting room. All listed rooms that are part of the entrance hall or visually seem to be, will be treated with same or similar materials and forms in order to achieve a unique effect. The area by the elevators will be shaped in form of a portal made by a veneered MDF combined with highly-shiny painted MDF. The archive’s counter has been envisaged to be made of the same material. The lowered sheetrock ceiling will be designed in two levels, whereas the central part will be done in the form of traverse rectangular cascades (check wall) in which wooden MDF veneers will be placed. The floor will be paved in granite tiles whereas a 10 cm high MDF veneered socle will be placed on the wall joints. The interior office doors will include a veneered dark color casing and a light color veneered oak wing. Walls will be painted with a computer made acrylic color. Windows are envisaged to be covered with vertical (vario - light) blinds. The meeting room area will be divided from the entrance hall with a partition made of horizontally placed aluminum profiles and vitrified with termopan glass and a glass door. On the left and on the right of the meeting room, a human resources department and the legal department will be situated. The two offices will be equipped with working desks and cupboards of the existing equipment that has a veneered cherry pattern. The floor will be laminated with 10 cm high MDF veneered socle on the wall joints. The walls will be painted with a computer made acrylic color in two nuances, whereas the light openings will be covered with vertical (vario light) blinds. The ceilings will be made of one-level sheetrock. The sanitary units, composed of ante-space and a toilet room, will be paved with ceramic tiles, of which the wall tiles will have 20/20 cm and 10/10 cm dimensions and two shiny color nuances, whereas the floor tiles will have 20/20 cm and matt color. The doors in the sanitary units will be made of eloxated aluminum filled with alcobond. As far as sanitary appliances are concerned, the units will have water basins with pedestal and wc toilet bowls with close coupled cisterns. The ceiling will be made of sheetrock.

Page 79: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-7

3. First floor

There is a central corridor on the first floor, on the left and right of which offices are situated. The entrance to the corridor will be made of an aluminum portal, painted with aluminum color and vitrified with fire-proof glass. The left-side wall will be made of wooden MDF veneered partitions in L shape, crossing onto the ceiling as well. The wooden partitions and mutually distanced and vitrified with termopan glass in an aluminum frame. The floor will be paved in granite tiles with 10 cm high MDF veneered socle on the wall joints. The ceiling will be made of one-level sheetrock. The area by the elevators will be designed in a similar manner as on the ground floor. All sectors situated on this floor will have same finishing on the surfaces, i.e. the floor will be laminated with a 10 cm high MDF veneered socle on the wall joints, partition walls will consist of sheetrock and will be painted with computer made acrylic color, the light opening will be covered with vertical (vario light) blinds, ceilings will be made of two-level sheetrock. Doors will consist of wooden dark color casing and a light color veneered oak wing. Working desks will be made of tempered chipboard placed on metal legs, grouped together and divided with 40 cm high tempered chipboard partitions placed on metal holders. Chairs will be made of fabric and plastic, adjustable in height and swivel, and handrests. Drawers and cupboards will be made of tempered chipboard and ABS cant tape. Places envisaged for built-in closets will have finished aluminum profiles filled in with tempered chipboard. The meeting room will consist of one table with dimensions of 580/170 cm and 18 chairs. One side of the meeting room is situated next to the corridor and the transparent surfaces between the two partitions covered with venetian blinds, whereas the other side situated next to the sector and the source of natural light has an aluminum window covered with venetian blinds. The floor will be laminated with a 10 cm high MDF veneered socle on the wall joints whereas the ceiling will be made of two-level sheetrock with a rectangular shaped cascade. The secretary’s office will be directly connected with the director’s office and will have a working desk with a semi-circular extension, cupboards, and two armchairs with a low table for clients. The floor will be laminated, the walls and ceiling will be painted with computer made acrylic color. The director’s office will be equipped with a working desk with a semi-circular extension, a lounge suite of two three-seat sofas and one club table, a meeting table with 10 chairs, low commode and a high cupboard. All elements belong to the existing furniture which will be laminated and finished in cherry color and combined with painted MDF. The floor will be laminated with a 10 cm high MDF veneered socle on the wall joints. The walls and ceiling will be painted with computer made acrylic color. The lowered ceiling will be made of sheetrock in which three square shaped cascades will be formed onto which wooden veneered MDF elements will be placed. The door between the secretary and the director’s office will be upholstered on both sides. The light openings will be covered with vertical (vario light) blinds. The director’s office will have access to a private sanitary unit consisted of an ante-space with a wash basin and a WC toilet room. The walls and the floor will be paved with ceramic tiles, of which the wall tiles will have 20/20 cm and 10/10 cm dimensions and two shiny color nuances, whereas the floor tiles will have 20/20 cm and matt color. The doors in the sanitary units will be wooden made of veneered MDF. The group of sanitary units on this floor will be composed of an ante-space from which one can enter either to the ladies room, the men’s room or to the disabled person’s room. The ladies room is envisaged to have two toilet stalls and two wash basins places on a counter. The men’s room is envisaged to have two toilet stalls, space for two

Page 80: Final Bidding Documents_PA Refurbishement_REBIDDING

8 Section IX. Bill of Quantities

pissoirs and two wash basins placed on a counter. The disabled persons’ room is envisaged to have a wc toilet bowl and a wash basin with specific characteristics. The walls and floor will be paved with ceramic tiles, of which the wall tiles will have 20/20 cm and 10/10 cm dimensions and two shiny color nuances, whereas the floor tiles will have 20/20 cm and matt color. The doors in the sanitary units will be made of eloxated aluminum filled with alcobond. The ceiling will be made of one-level sheetrock. The offices for computer and communication equipment will need special adaptation of a functional character. Floors will be covered with granite tiles placed on a special metal structure to suit that specific situation. Walls will be covered with fire-proof sheetrock panels painted in acrylic color. Doors will be fire-proofed additionally finished with color. The ceiling will be made of one-level sheetrock.

4. Second floor

There is a central corridor on the second floor, on the left of which there will be a small meeting room and a cafeteria partitioned with an aluminum portal vitrified in termopan glass. The entrance to the corridor will be made of an aluminum portal, painted with aluminum color and vitrified with fire-proof glass. The floor will be covered with granite tiles and a 10 cm high MDF veneered socle on the wall joints. The ceiling will be made of two-level sheetrock. The area by the elevators will be designed in a similar manner as on the ground floor. On the right side, there will be two offices for foreign consultants. These two offices form one area partitioned in length and height. The cupboards will be made of tempered chipboard combined with veneered MDF. Working desks will be grouped in two with a circular extension placed on metal legs and processed of tampered chipboard and ABS cant tape. The floor will be laminated and 10 cm high MDF veneered socle on the wall joints. The walls and ceiling will be painted with a computer made acrylic color. The light openings will be covered with vertical (vario light) blinds. The cafeteria will be equipped with a kitchen frontally partitioned with a serving counter and a bar counter with high chairs. The entire kitchen equipment will be made of veneered MDF combined with painted MDF. An aluminum portal with a door made of vitrified termopan glass has been envisaged to be placed towards the terrace. The flooring will be the same as in the corridor. The walls and ceiling will be painted with a computer made acrylic color. The light openings will be covered with vertical (vario light) blinds. The meeting room will be equipped with one table, 100/220 cm, and 8 chairs. The floor will be laminated and 10 cm high MDF veneered socle on the wall joints. The walls and ceiling will be painted with a computer made acrylic color. The light openings in the office will be covered with vertical (vario light) blinds. The remaining office space on the second floor will be divided into three sectors that will be accessible through the 6 m corridor finished with sheetrock partitions which are at some points vitrified in order to provide natural light in the corridor. All sectors situated on this floor will have same finishing on the surfaces, i.e. the floor will be laminated with a 10 cm high MDF veneered socle on the wall joints, partition walls will consist of sheetrock and will be painted with computer made acrylic color, the light openings will be covered with vertical (vario light) blinds, ceilings will be made of two-level sheetrock. Doors will consist of wooden dark color casing and a light color veneered oak wing. Working desks will be made of tempered chipboard placed on metal legs, grouped

Page 81: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-9

together and divided with 40 cm high tempered chipboard partitions placed on metal holders. Chairs will be made of fabric and plastic, adjustable in height and swivel, and handrests. Drawers and cupboards will be made of tempered chipboard and ABS cant tape. Places envisaged for built-in closets will have finished aluminum profiles filled in with tempered chipboard.The group of sanitary units on this floor will include a ladies room and a men’s room composed of an ante-space with two wash basins placed on a counter and two separate toilet stalls. The walls and floor will be paved with ceramic tiles, of which the wall tiles will have 20/20 cm and 10/10 cm dimensions and two shiny color nuances, whereas the floor tiles will have 20/20 cm and matt color. The doors in the sanitary units will be made of eloxated aluminum filled with alcobond. The ceiling will be made of one-level sheetrock.

5. Stairwell area

The treads and the landings in the stairwell area made of granite tiles are in good condition and are envisaged to be kept. The metal rail is to be finished by placing a wooden handrail made of solid wood and filled, in the interspace, with solid wooden panels. The walls and the oblique ceilings of the stairwell will be made of sheetrock and painted in acrylic color.

Page 82: Final Bidding Documents_PA Refurbishement_REBIDDING

10 Section IX. Bill of Quantities

2. Electrical Works

TECHNICAL DESCRIPTION

GENERALThis project was developed according to the architectural and construction plans, in

compliance with the clients demands, the recorded condition and the existing regulations and standards for this kind of objects and installations.

A. STRONG CURRENT INSTALLATIONS

1.1. 1kV TRANSFER CASE AND POWER SUPPLYThe space which is to be adapted is located inside the existing object and has its own

substation 10/0.4kV, 2x630kVA. The existing space was previously supplied with power from this substation - this lead is now out of function and is dismantled.

A new solution is a new lead leading to a distribution board meter (MGRO) in the basement, with a cabel 2x (NYY 4x150mm2 ).

A backup power supply with ADA (180 kVA) and unlimited power supply UPS (100kVA, 5 min.) are also planned.

According to the requirements of this object, the transfer case is imagined as follows:- one lead from MGRO is for the consumers on net voltage, and one other lead for

ADA, i.e. UPS voltage.- a second lead and a backup power supply using Transfer panel would supply

critical and important consumers via UPS.Each of the consumers should obtain a main distribution board.- GRT - net voltage- DGRT - ADA voltage- UGRT - UPS voltageEach of the main distribution boards have an automatic switch for a remote shut down

from the gatekeepers lodge in case of an emergency. The transfer case from the main distribution boards to the switchboards on the floors is radial. Each lead has its own automatic switch on the specific main board enabling a separate shut down on each floor. The cables type NYY are lead vertically through the already existing conduit.

1.2. DISTRIBUTION BOARDSThe distribution boards shall be installed into a wall with their upper end at 1,8m

above the furnished floor. The installed equipment has standardized quality elements, easily mounted on a DIN rail. These are purchased from a manufacturer and have all the necessary A Tests.

1.3. LIGHTING

Page 83: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-11

The internal lighting was agreed upon according to the solutions of the interior design. The lights type were chosen in agreement with the interior designer.

The lighting is regulated through the central place (gatekeepers lodge) and is under the full control of authorized personnel. The other rooms have built-in switchers at 1,5m above the furnished floor.

Panic lights are optional; at the correct voltage they should enable 3 hours of autonomous work, in a prepared joint.

The installation is carried out with a cable type NYM, lead through the ceiling above the shelve.

1.4. SOCKETSThe location of the sockets was planed according to the interior design solution.

Common use sockets would be built in the wall at 0,5m above the furnished floor. For the work area there are net voltage sockets, ADA and UPS are built in a parapet plastic cable at 0,6m and placed on a wall and at 0,8m on a parapet wall. The installation is carried out with a cable type HSM, horizontally on a ceiling, over the lowered ceiling on the cable shelve, and vertically in the wall.

1.5. INSTALLATIONThe cables are lead horizontally and together over the lowered ceiling on perforated

cable shelves. The vertical lead runs in the wall under the mortar, i.e. in the flexible tube. 1.6. PROTECTION

A protection system against dangerous contiguous voltage is TN-C/S, leading a third, i.e. fifth protection conductor (PE) in each power circuit with yellow-green isolation color. All the metal parts which are usually not under voltage, but could be in case of error, are connected with PE conductor. The distribution boards have a fifth PE rail.

B. WEAK CURRENT INSTALLATIONS

B.1 Communicational systems

According to the investors demands regarding the number of sockets and their location, a transfer case for telephone and terminal installation is planed. There should be a concentration in the modular panel for each level, from where the transfer case to each socket is radial. The modular panel (MPP) with its built-in equipment and connection, as well as its arrangement, is adjusted to a flexible communications network. With the connection to MPP with PJ45 through Switcher and Page panels built in Rack 19, the transfer case for the telephone and terminal socket is unified. The active equipment in the panels is not the subject of this premeasurement – this will be designed and carried out by the deliverer of the equipment along with the communication system and in compliance with the investors demands for the network type and configuration.

The installation for a terminal transfer case and a telephone transfer case is carried out with FTP-5 4x5x0,5 mm and a socket with 2xRJ45 connection.

Page 84: Final Bidding Documents_PA Refurbishement_REBIDDING

12 Section IX. Bill of Quantities

For a connection to the external PTT network, there would be a control unit with CRONE reglets and a 10-piece cable to the MPP inside the object. The connection to the external PTT network is not the subject of this project – this will be resolved according to the PTT service as well as other authorized services.

B.2. FIRE PROTECTION INSTALLATIONThe object is protected against fire with the system for detection and alarming using

addressable optical and smoke alarms, addressable manual alarms and trumpets. The elements are observed and are under control of the Fire Protection main office - it uses a specific software adjusted to the specific conditions on site. The switching office is on the ground floor in the gatekeepers lodge, where a constant presence of authorized personal is required. The switching office has its own source of backup voltage.

The alarms (optical, smoke or manual) and trumpets are connected in a closed sling covering the entire area. The sling is a cable with red isolation, with a special purpose for Fire Protection installation, placed on the ceiling in plastic conduits.

The alarm trumpets are placed on a wall at x=2m above the furnished floor with a layout as given in the plans.

B.3. INSTALLATION FOR ACCESS CONTROLThe system is equipped with Proximity cards with readers, electrical locks and

adequate software. The entrance doors to each floor are controlled.

B.4. CCTVThe entrance, the area around the object and the corridors on the floors are all

controlled with cameras. Monitoring takes place on the ground floor in gatekeepers lodge with a digital camcorder and monitor. Cameras for external mounting with built-in heaters enable normal uninterrupted work in any weather conditions.

Installation cables go along the entire length and are retract in thermoplastic flexible tubes.

C. THERMO TECHNICAL INSTALLATIONS

The project about electromotor transfer case for thermo technical installation is developed according to all technical requirements given in the thermo technical installations project.

A separate distribution board PT-1 with leads to distribution board for air conditioning chambers and leads for a chiller is planned for thermo technical installations. Fan coolers are supplied with power from correspondent distribution boards on the floors, and for the system hall all the air conditioning elements are from distribution board URT-SS.

The air conditioning devices of the system hall and air conditioning chambers are not the subject of this project. The board with built-in energy elements (switches, contactors,

Page 85: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-13

etc.) as well as corresponding PLC’s with the connection to the elements for automatics in field, are specified and dimensioned by the machine engineers in a separate project.

2. CALCULATIONS

2.1 ELECTRICAL CALCULATION

The electrical calculation covers following points:

1. THERMAL LEADS DIMENSIONING 2. VOLTAGE DROP CONTROL

1. THERMAL LEADS DIMENSIONING

U1 - voltage 380(V)Ied - simultaneous current (A)cosφ - power factor

2. VOLTAGE DROP CONTROL

n - simultaneity quotationPi - installed power (kW)K - specific conducive of the copper cable 56 (Sm/mm)UI - line voltage 380(V)L - cable length (m)

II. Electrical calculation in compliance with the Official Gazette of the SFRY 53/68 and 68/88

The electrical calculation covers following points:

1. Examination of conditions stated in JUS N.B2.7432. Examination of conditions stated in JUS N.B2.741

Page 86: Final Bidding Documents_PA Refurbishement_REBIDDING

14 Section IX. Bill of Quantities

1. Examination of conditions stated in JUS N.B2.743

C - section for the adequate cable carrying capacity in (mm)Izvk - cable carrying capacity in (A) for adequate transfer case system in compliance with JUS N.B2.752Iz - permanently allowed cable current (A)Kp - parallel cable lead quotation in compliance with JUS N.B2.752K1 - ambient temperature quotation in compliance with JUS N.B2.752

I2 - fuse power in (A) by which the fuse surely shuts down in less than one hourKos - power quotation for fuse melting in compliance with JUS NE5.206Kos - power quotation for automatic fuse shut down with “В” marking

The required condition according to JUS N.B2.743 is:

Note: Thermical K1 ground resistance quotation is measured solely for those cables which are placed in the ground.

2. Examination of conditions stated in JUS N.B2.741

Utl - line voltage of TC10/0,4kVRp - sling resistance in (Ω)K - power shut down quotationIn - nominal fuse power (A)Ig - error power in order the protection to function (A)Ia - shut down power (A)Utl = 400 (V)

The required condition according to JUS N.B2.741 is:

>

The values are given in the electrical calculations charts - drawings.

Page 87: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-15

3. Mechanical Works

TECHNICAL DESCRIPTION

In accordance with the technical normative and rules, it is done a main project for thermo technical installations, based on the architectonical civil foundation and technological solutions, which encloses the following systems:

1. Heating and cooling with fan coil units

In the area, where are the employees and also in the archive area, for the recovering of the heat loads in the summer and heat loses in the winter, are predicted radiators and fan coil units.It has been accepted double-barreled fan coil unit with three-level heaters. Fan coil units are assembled vertically on parapet with decorative mask and the pipe installation is placed on the ground, rabbeted with the project for interior organization. Regulation of the temperature on the fan is automatically ON/OFF, through thermostat. Distribution of the cold, in other words hot water till the fan coil units, is made by force with two circulation pumps (lead north and lead south). The transport of the fluid cold water 7/12oC and hot water 70/60oC is observed with black steel pipes and necessary armature. Eduction of the condensate is observed with plastically wall massive pipe (PPR). Tubular separation from the outside is enfolded with heating isolation.

2. Radiator heating

For the warming up of the sanitary area, passages, halls and step area are used aluminum radiators, placed on the parapet (wall) through panels and supports. The radiators are furnished with galvanized radiator valve with sunken pipe.

The verticals of the radiators are predicted from steel pipes. Also, the pipe splitter through the basement part till the substation is from steel pipes.

The pipe splitter that passes through cold areas is isolated with heating isolation. The distribution of hot water (90/70 oC) is realized with circulation pump, pipe splitter from steel pipes and the necessary armature.

3. Air curtain

For obstruction of the air breach from outside from the main and minor gate, are predicted air curtains.

4. Air conditioning of the chambers

Page 88: Final Bidding Documents_PA Refurbishement_REBIDDING

16 Section IX. Bill of Quantities

For the recovering of the fan losses, it is predicted system for preparation of the fresh air with two air handling units. The air in the chambers is entered with the projected parameters for the summer, in other words winter regime, without recovering a part from the transmission losses and loads. The air distribution, from the air handling unit till to the fan areas, is predicted through aluminum diffusers, duct separation from galvanized sheet and fan flexible aluminum pipes. The air suction from the chambers is predicted through aluminum diffusers for air suction, duct separation from galvanized sheet and flexible aluminum pipes for ventilation.

5. Air conditioning of the computer, telecommunication and TT area, together with the equipment for constantly supply

For maintenance of the requested parameters (t=20oC i =50%) in the computer area is predicted special air conditioning unit, independed from the central preparation of cold and hot water. One air handling unit is provided, and one self standing unit from which one is working and the other one is reserve.The air handling unit works on re-circulated and outside air. Air supply is predicted with land grills, type AR-8, placed in double floor, with dimensions 425x225, while suction of the re-circulated air, from the area, is predicted through grill which is placed on the same air cooler (air handling unit).The distribution of the outside fresh and wasted air is predicted according galvanized sheet ducts, thermo isolated.

6. Heating and cooling installation in the mechanical hall

The mechanical hall is placed in the basement from the object. From there, we supply preparation of the energetically fluids for heating and cooling of the object. The supplying of the object with heating energy, hot water 90/70oS is practiced through the present heating substation.The hot water circulation is practiced with circulation pump. In the mechanical hall is also placed and the rest of the necessary equipment and armature.The object supplying with cold water 7/12oS is practiced from cooling compressor, with eco cooling fluid R407C, with air cooled water chiller and total cooling capacity of 200 kW. The water from the chiller, which is placed outside of the object, near to the basement of the object till the splitter, it should be distributed with steel pipes, placed in the concreted duct in the ground. The water distribution of the chillers is practiced with two centrifugal pumps. One of the pumps is working and the other one is reserve. From the splitter for cold water till the customers, the air handling units for air preparation and the fan coils, distribution is practiced with pipe installation made by black steel pipe and the necessary armature. For the acception of the heating dilatations of the cooling installation, is embedded membrane expansion vessel with capacity of 80 l.

Page 89: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-17

7. Local ventilation systems

There are three predicted independent air suction systems from the sanitary and mechanical hall, which are placed in the basement. For the rest areas, where there is duct splitter from galvanized sheet, the air suction from the sanitary is practiced through air valves and with suction grill. In dependence of the air capacity and of the chambers location, have been chosen different fans for air suction.

TECHNICAL CONDITIONS

Installations should be performed exactly according the attached documentation. The contractor is obligated to check the project in person on the place and if he confirm some failures, he should inform and he should ask for changes from the Supervisor of the Investor.

The performance of the works should be receded to a company with proved experience and with the possibility of the equipment and material production, delivery, montage, and examination and starting at work of all units, installations and automatics, all in accordance with this project. The contractor should give written report about his experience and about other possibilities necessary for the performing of this type of works. Except this, the contractor should deliver a reference list for the similar performed objects. - The complete equipment and materials must be adequate for all parts and to be responsive on performances specified in the project. Dimension of the equipment should be in accordance with the already predicted dimensions in the project.

- If the specified basic and help equipment is not accepted on the auction-negotiation by the producers, predicted in the project, than in responsible way should be kept: all working performances of the equipment and dimensions of each element from the equipment.

- During the purchases, delivery, and montage and during the examination and starting at work the equipment and installations, should proceed in accordance to the technical manual of the producers and contractors, for this project.

The contractor should execute technical preparation and elaboration of the details and correlation between the parts, units and installations during the montage.

1. Air installationsDuring the montage of the air installations (air distribution), the contractor

must be observing to the following: The equipment, as fans and similar, must be grounded according the technical

statistic and acoustic normative. The ducts for air should be mechanically made from sheet, with the thickness from:

Duct dimensions mm Thickness of the sheet mm117 to 605 0,6605 to 1.010 0,8

Page 90: Final Bidding Documents_PA Refurbishement_REBIDDING

18 Section IX. Bill of Quantities

1.010 to 1.520 1,0

Longer side is valid.The ducts for air, where it is necessary (during the air conditioning if shows up

condensation or if the temperatures are high during the heating and regeneration), should be thermo isolated according the technical description, technical estimation and as the details in the graphic documentation.

2. Pipe installations- The pipelines, during the montage, can rely on the existing panels, but to

pay attention on the approval distance between the supports, in other words: Pipeline dimensions mm Approved distance mm

F 33,7 x 2,6 2,5 F 42,4 x 2,6 2,7

F 48,3 x 2,6 2,8F 57 x 2,9 3,0

F 70 x 2,9 3,4 F 76 x 2,9 3,8 F 88,9 x 3,2 4,1 F 108 x 3,6 4,6

In exceptional cases, the approved distance can be increased for 15%.The compensations of the thermal dilatations, if possible, to be performed with “Z” and “G” turnings.All slippery slots should have proper displacing toward stationary slots, thus during the work to be displaced backward compensators, that much like they were displaced aback, the planning displace of the slot depends from the distance of the same in accordance of the stationary slots. The pipelines for hot water should be thermo isolated and be enfolded with aluminum sheet. The pipelines for cold water should be thermo isolated.The main part of these technical conditions is technical description, estimations, specifications and expenses, drafts and details of this project, also and the technical conditions for the civil and electrical projects. For the rest that is not included in these technical conditions, the technical rules, norms and standards for performing of this type of installations are valid.

3. Technical conditions for the examination of the pressure

After the already finished montage, it is necessary the equipment and the pipelines to be inspected under higher pressure. The completely technical examination is making on the whole equipment and on the pipelines with the armatures, which are working under conditions of higher pressure (more than 50KPA).The completely technical examination has several phases of work:

1. Exterior inspection2. Examination of the cold hydraulically pressure3. Interior inspection of the equipment with bigger dimensions

Page 91: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-19

4. Examination of the obstruction

Exterior inspection is making during the performance of the installations, with what is stating the functionality with the connection of the equipment, the pipelines with the armature, the quality of the separated parts and the obstructed installations. Examination of the cold hydraulically pressure is organized and performed by the contractor in attendance of the supervisor of the Investor, before starting up the installation at test work.

Before the examination of the equipment interior, the installation should systematically be washed and cleaned. All holes should be closed precious, for prevention of currency during the examination. The whole installation (it means separately for each one) should be inspected under the following examinational pressure

Pi = Ph + Pr

Where:Ph - hydrostatical pressure of the examination-equipment of the lowest point Pr - working pressure of examination, installation and equipment

The examination is making with piston pump or under pressure of the local plumbing if the pressure is adequate. The measuring of the pressure is making with the calibrated control manometer. The test pressure is keeping 90 minutes, and after that is making the control of the installation, during one hour. During the examinational time are controlling the operational instruments.The examination is effective if the following conditions are accomplished:

- if there are no damages;- if there are no visible deformations;- if there is no any water flowing or leaking;- if the examinational pressure doesn’t decrease more than 2% in the first 10

minutes;After the finished examination of the cold hydraulically pressure is making the examination of obstruction, whereupon is obtaining the working pressure.

THERMAL ESTIMATION1. Revision of the thermal transmission coefficients

Because the object is performed and for the same are not predicted civil works, which means modification of the partitions, are not going to be made the thermal transmission coefficients according the established standards, but their previous values will be accepted.

The estimation of the necessary thermal quantity for heating (winter regime) and the

estimation of the exterior loads of sensible heating (summer regime) are going to be done with the following values of the whole thermal transmission:

1. Exterior window - thermo isolated k=3,3 W/m2K2. Exterior door - aluminum - thermo isolated k=4 W/m2K

Page 92: Final Bidding Documents_PA Refurbishement_REBIDDING

20 Section IX. Bill of Quantities

3. Exterior wall - air brick 25cm+5cm k=0.8 W/m2K 4. Interior wall k=1.3 W/m2K 5. Grand floor-concrete plate 15sm k=1 W/m2

6. Loft - thermo isolated k=0.9 W/m2

2. Estimation of the necessary heating quantity

The estimation of the necessary heating quantity for the exterior project temperature for heating -15oS is given tabular.3. Estimation of the exterior loads of the sensible heating

In the world there are more international standards for estimation, from which we use the most ASHRAE (American standards) and DIN (German standards) methodology.This documentation is worked according the ASHRAE methodology.The estimation of the exterior loads of the sensible heating is given tabular.

4. Interior loads of heating

4.1 From the electro project designer, it is given a reference that the middle loading of the floor surface is 20W/m². 4.2. From peopleThe people from the chambers devote sensible and latent heat, and for the conditions in the object (intend-physical activity and interior temperature) the heating loads per person are: - Sensible 75 W/h - Latent 75 W/h

The rest loads of heating are taken in consideration in estimation of the exterior and interior loads of the heating, which are given tabular.

5. Fan coil units

The selection of the fan coil units is made according the thermal loading during the summer regime. The selection is given tabular. The selection is made for the double-barreled system on medium speed and three-level thermal changer.

6. Estimation of the air quantity for ventilation

The estimation of the air quantity for ventilation is given tabular.

7. Estimation of the air conditioning processes

7.1 Air conditioning in chambers – north (KS 1)

Page 93: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-21

Thermal needs for heating, in other words cooling, is realizing with the additional parapet fan coils, while the fan needs are realizing with exterior fresh air.

Air conditioning in chambers is predicted to be done with the air handling unit. The air handling unit works with exterior fresh air.

Air conditioning summer regime

The project conditions for the summer regime are the following:

-exterior tn = 35oC n = 36%-interior tv = 26oC v = 50%

From i-x diagram for humid air, can be also displayed and the others parameters the points N and V:

- point N xn = 12.7 10-3 kg/kg in = 68.0 kj/kg- point V xv = 11.0 10-3 kg/kg in = 54 kj/kg

The air preparation of the air conditioning summer regime will be practicing in the way that the fresh air will be reduced in the rooms with parameters of the same room, which means there is no undertaken of any heating loads.There is one condition, which dispose till when it should be cooled the air temperature, the air should be cooled on the lower temperature from the room temperatures:

p=1000 Pa – pressure drops in the system (presumption)

v

=0,8- coefficient of the useful effect on the fan (presumption)

The enthalpy in spot L is taken from i-x diagram for fresh air: il=53 kj/kgThe cooling capacity in the cooler, for the air in the air handling unit it will be:

- The water flow through the cooler of the air handling unit is:

Page 94: Final Bidding Documents_PA Refurbishement_REBIDDING

22 Section IX. Bill of Quantities

Air conditioning winter regime

At the air conditioning winter regime, usually the inlet air is related with the room temperature. However, for reduction of the airflow feeling, the temperature of the inlet air is accepted to be 2K higher than the room air temperature.

During the winter regime is not predicted air damping, and the project conditions for the winter regime will be: - Exterior tn= -5 [ºC] n =80%- Interior tv= +20 [ºC] n=50%

From i-x diagram for humid air, can be also displayed and the others parameters:-point N: xN=2.0·10-3 [kg/kg] iN=0.0[КJ/kg]-point V: xV=7.4·10-3 [kg/kg] iV=33[КJ/kg]

The inlet air state of the room (spot Z) is appointed from the following condition:

XZ = XN = 2.0·10-3 [kg/kg]tZ= tV+2.0 = 22 [ºC]

The heating capacity of the heater in the air handling unit air is:

.

The water flow through the heater is:

7.2 Air conditioning in chambers – south (KS 2)

Thermal needs for heating, in other words cooling, is realizing with the additional parapet fan coils, while the fan needs are realizing with exterior fresh air.

Air conditioning in chambers is predicted to be done with the air handling unit. The air handling unit works with exterior fresh air.

Air conditioning summer regime

The project conditions for the summer regime are the following:

-exterior tn = 35oC n = 36%-interior tv = 26oC v = 50%

Page 95: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-23

From i-x diagram for humid air, can be also displayed and the others parameters the points N and V:

- point N xn = 12.7 10-3 kg/kg in = 68.0 kj/kg- point V xv = 11.0 10-3 kg/kg in = 54 kj/kg

The air preparation of the air conditioning summer regime will be practicing in the way that the fresh air will be reduced in the rooms with parameters of the same room, which means there is no undertaken of any heating loads.There is one condition, which dispose till when it should be cooled the air temperature, the air should be cooled on the lower temperature from the room temperatures:

p=1000 Pa – pressure drops in the system (presumption)

v

=0,8- coefficient of the useful effect on the fan (presumption)

The enthalpy in spot L is taken from i-x diagram for humid air: il=53 kj/kgThe cooling capacity in the cooler, for the air in the air handling unit it will be:

- The water flow through the cooler of the air handling unit is:

Air conditioning winter regime

At the air conditioning winter regime, usually the inlet air is related with the room temperature. However, for reduction of the air blow feeling, the temperature of the inlet air is accepted to be 2K higher than the room air temperature.

During the winter regime is not predicted air damping, and the project conditions for the winter regime will be: - Exterior tn= -5 [ºC] n =80%- Interior tv= +20 [ºC] n =50%

Page 96: Final Bidding Documents_PA Refurbishement_REBIDDING

24 Section IX. Bill of Quantities

From i-x diagram for humid air, can be also displayed and the others parameters:-point N: xN=2.0·10-3 [kg/kg] iN=0.0[КJ/kg]-point V: xV=7.4·10-3 [kg/kg] iV=33[КJ/kg]

The inlet air state of the room (spot Z) is appointed from the following condition:

XZ = XN = 2.0·10-3 [kg/kg]tZ= tV+2.0 = 22 [ºC]

The heating capacity of the heater in the air handling unit air is:

.

The water flow through the heater is:

8. Estimation and selection of the equipment

8.1 Selection of the air handling unit KS1

For the air flow from 6873 m3/h (KS 1), has been selected air handling unit with size KN-9/9, which contents fan unit, recuperator, inlet section, filter-heat section and cooling section.

8.2 Selection of the air handling units

For the air flow from 6012 m3/h (KS 1), has been selected air handling unit with size KN-9/6, which contents fan unit, recuperator, inlet section, filter-heat section and cooling section.

8.3 Estimation and selection of the chiller

The total cooling load for the all systems is:

= 178707 + 343659 + 30060 = 243132 W

Because of the maximum loads, which are not reacting at the same time, the chiller will be selected for the following capacity:

Page 97: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-25

= 0.8 x 192417 = 194506 W For this cooling capacity we are selecting chiller with air cooled water chiller, with the following performances:

- cooling capacity 203.2 kW- power of the electro-motor 93.1 kW- refrigerant R407C

With dimensions: 4902 x 2049 x 2062 mm.

8.4. Estimation of the thermal capacity

Total consumption of the thermal power is:

- radiator heating 6267 W- heating with fan coil units 143745 W

=150012 W

8.5. Selection of the expansion vessel for acceptance of the thermal dilatation from cold water

Water inclusion in the cooling installation 2500 l = 2500 l. Increasing of the capacity from the thermal expansions:

. (2)

= 1.003 - 0.0002 = 0.0028 l. = 2500 . 0.0028 = 7

The tank capacity is:

V = = = 26.9 l.

Pst = 2.2 bar (absolute static pressure) Pmv = 3.0 bar (opening presser of the safety valve)

We are selecting membrane expansion vessel, with dimensions: F 600 L = 363 mm. Safety valve: N0 20.

Page 98: Final Bidding Documents_PA Refurbishement_REBIDDING

26 Section IX. Bill of Quantities

8.6 Estimation and selection of the circulation pump

Circulation pump for cold water 7/120S

The total water flow in the cooling installations is Vvk = 41.8 m3/h.

The pressure drops which are valid for the selection of the pump are: pp = ( pla + pv + pcm ) = ( 25 + 20 + 32 ) = 77 Kpa

Where:pla - pressure drops through the chiller (from catalog)pla – pressure drops through the mixing valve (from catalog)pcm – pressure drops through pipe installation (given tabular)

According the above mentioned values, is accepted circulation pump, with the following performances:- flow 41.9 m3/h- power 80 Kpa- possibility 3 KW- pressure 380 V

There are two accepted pumps, from which, one is working and the other one is reserve.

For the freezing protection, it should be embedded the circulation pump before the heater from the air handling unit.The pump is selected according the water flow quantity through the heater and according the pressure drops through mixing valve.

Pre

mis

es

P (

m2)

V (

m3)

Coo

lin

g P

ower

Ave

rage

coo

ling

pow

er P

er M

2

Hea

tin

g p

ower

Ave

rage

hea

tin

g p

ower

Per

M2

Ave

rage

hea

tin

g p

ower

Per

M3

Sel

ecti

on o

f h

eati

ng/c

ooli

ng

type

pie

ces

Coo

lin

g ca

pac

ity

(W)

Tot

al C

ooli

ng c

apac

ity

(W)

Ou

tpu

t te

mp

erat

ure

°C

Flo

w f

or f

an c

oole

rs .

(L/H

)

WA

TE

R F

LO

W (

L/H

)

WA

TE

R ∆

P (

kP

a)

Hea

tin

g C

apac

ity

(W)

Tot

al H

eati

ng

Cap

acit

y (W

)

WA

TE

R F

LO

W (

L/H

)

WA

TE

R ∆

P (

kP

a)

                                       

Page 99: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-27

                                       

                                     

Entrance 11,00 33 1242 113 2333 212 71 R6 1                    

Archive 90,00 270 1830 20 2768 31 10 35 2 1900 3800 12 315,59 157,79 12 4770 9540 822,41 9,8

Store 35,00 105 1156 33 1601 46 15 F                      

Store 40,00 120 1587 40 2078 52 17 F                      

3072 5101  

                                       

Entrance 6,46 19,4 2423 375 1386 215 72 F 0                    

Entrance hall 70,00 210 5221 75 4007 57 19 40 2 2070 4140 12 900,17 450,09 10 5150 10300 887,93 8,1

Waiting room 14,00 42 2656 190 2164 155 52 40 1 2070 2070 12 457,94 457,94 12 5150 5150 887,93 8,1

Reception desk 9,00 27 374 42 545 61 20 25 1 1360 1360 12 64,42 64,42 10 3420 3420 589,66 8,1

Archive 21,00 63 4031 192 3894 185 62 50 1 2640 2640 12 694,93 694,93 11 6070 6070 1046,55 7,6

Toilets 10,00 30 1943 194 2736 274 91600X60

0 2   0 12 334,97 167,49 7 1980 3960 341,38 11

Call center 11,00 33 3699 336 1621 147 49 50 1 2640 2640 12 637,78 637,78 11 6070 6070 1046,55 7,6

Lodge 7,00 21 307 44 562 80 27 25 1 1360 1360 12 52,96 52,96 10 3420 3420 589,66 8,1

Human Resources 30,00 90 6797 227 4769 159 53 50 2 2640 5280 12 1171,93 585,96 11 6070 12140 1046,55 7,6

Customers 19,00 57 3407 179 3079 162 54 50 1 2640 2640 12 587,48 587,48 11 6070 6070 1046,55 7,6

Law Sector 30,00 90 4886 163 4590 153 51 40 2 2070 4140 12 842,40 421,20 12 5150 10300 887,93 8,1

Office 9,00 27 943 105 802 89 30 25 1 1360 1360 12 162,56 162,56 10 3420 3420 589,66 8,1

                          5907,55            

34264 28769 15  

                                       

Entrance 11,00 33 4275 389 3405 310 103 60 1 3580 3580 12 737,06 737,06 11 8800 8800 1517,24 7,6

Entrance Hall 55,00 165 3883 71 3184 58 19 40 1 2070 2070 12 669,55 669,55 12 5150 5150 887,93 8,1

General Affairs Sector 23,00 69 4573 199 1667 72 24 35 2 1900 3800 12 788,53 394,27 12 4770 9540 822,41 9,8

IT Sector 116,0 348 7733 67 5823 50 17 35 4 1900 7600 12 1333,25 333,31 12 4770 19080 822,41 9,8

Server room 12,24 36,7 1345 110 1073 88 29 Separate     0 12 231,86 0,00 7 1980 0 341,38 6,6

Payments clearance 88,00 264 12471 142 7037 80 27 50 5 2640 13200 12 2150,22 430,04 11 6070 30350 1046,55 7,6

Projects Approval 127,00 381 23457 185 12485 98 33 50 6 3580 21480 12 4044,32 674,05 11 6070 36420 1046,55 7,6Finance

and accounting 91,00 273 11128 122 9682 106 35 50 4 2640 10560 12 1918,60 479,65 11 6070 24280 1046,55 7,6

Tech.assistant 16,00 48 881 55 1122 70 23 25 1 1360 1360 12 151,83 151,83 10 3420 3420 589,66 8,1

Director 47,00 141 8342 177 4816 102 34 50 3 2640 7920 12 1438,26 479,42 11 6070 18210 1046,55 7,6

Director’s toilet 4,00 12 627 157 1019 255 85 R6 1   0 12 108,11 108,11 7 1980 1980 341,38 6,6

Men Toilet 16,00 48 933 58 1371 86 29 R6 1   0 12 160,79 160,79 7 1980 1980 341,38 6,6

Women Toilet 16,00 48 933 58 1371 86 29 R6 1   0 12 160,79 160,79 7 1980 1980 341,38 6,6Conference

room 38,00 114 1976 52 2709 71 24 25 2 1360 2720 12 340,66 170,33 10 3420 6840 589,66 8,1

Page 100: Final Bidding Documents_PA Refurbishement_REBIDDING

28 Section IX. Bill of Quantities

78281 53359 32  

                                       

                                       

Entrance 14,00 42 4457 318 3781 270 90 50 1 2640 2640 12 768,50 768,50 11 6070 6070 1046,55 7,6

Entrance hall 54,00 324 3363 62 4832 89 15 40 1 2070 2070 12 579,82 579,82 12 5150 5150 887,93 8,1

Coffee room 18,00 54 2654 147 3062 170 57 50 1 2640 2640 12 457,64 457,64 11 6070 6070 1046,55 7,6

Meeting room 17,00 51 4669 275 3048 179 60 70 1 4580 4580 12 805,06 805,06 8 11580 11580 1996,55 7,9

External consultants 37,00 111 4093 111 4988 135 45 40 2 2070 4140 12 705,68 352,84 12 5150 10300 887,93 8,1

Direct Payments 154,00 462 22459 146 18274 119 40 60 6 3580 21480 12 3872,16 645,36 11 6070 36420 1046,55 7,6

Internal Audit 63,00 189 9248 147 9959 158 53 60 3 3580 10740 12 1594,53 531,51 11 6070 18210 1046,55 7,6

Control 103,00 309 7264 71 9260 90 30 40 4 2070 8280 12 1252,46 313,12 12 5150 20600 887,93 8,1

Men Toilet 7,00 21 924 132 1067 152 51 R6 1   0 12 159,38 159,38 7 1980 1980 341,38 6,6Women Toilet 7,00 21 924 132 1106 158 53 R6 1   0 12 159,38 159,38 7 1980 1980 341,38 6,6

55599 55597 19  

      8732   9519                            

Total 1370,70 4274 178707 130 150012 109 35       `     14162,41       30093,10  

4. Hydro Works

TECHNICAL DESCRIPTION

1.1. General

The general hydro-installation design for water supply and sewerage, has been made in accordance with the project task, the received architectural plan including bases and sections, the recommendations from the public enterprise “Vodovod i kanalizacija” – Skopje and the

Page 101: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-29

recorded on-the-spot controls of the existing hydro-installations. Also, old design plans prepared by the Prilep Authority for Urbanism, Design and Study Planning were used. As there were no hydro-technical conditions, it was stated that the pressure in the water supply network amounts to 2, 5 bars.

During the preparation of this design, technical conditions of this structure have been carefully observed as well as the enforced regulations on interior hydrant network stated in the Rulebook on technical norms of fire-extinguishing hydrant network.

1.2. Water supply installation

As far as the water-supply installation is concerned, it should be pointed out that so far the supply of the structure ran through a joint water supply system for the entire Makedonija Tabak structure, including a joint water-meter manhole and a joint water-meter. An automatic/booster pump has been incorporated in the manhole in order to produce higher pressure in the installation. This was the case because all three structures functioned as one unit, however, from now on every structure needs to have its own water consumption meter. As a result, a separate meter including the accompanying equipment (valves and a grease interceptor) have been envisaged to be placed on the very beginning of the water-supply installation in the basement area. Taking into consideration that the interior hydrant draws water from the installation, the water-meter has to be combined to Ø50/20.

The water-meter could be placed in the security room or another room in a form of a display with remote impulse reading, should the relevant authorities in the public enterprise “Vodovod i kanalizacija” - Skopje regard it necessary.

The water supply parting in the building has been envisaged to be designed in three parts, in the following order:

- The first part of the building’s entrance and the entire water parting in the basement rooms, up to the vertical hydrant (fire-fighting) networks and the vertical water-supply lines for all sanitary units on each floor. This part of the installation will be performed with water-supply galvanized steel pipes of appropriate pipe diameter, according to the Briggs’ logarithm table. The calculation has been made by counting the total number of bib-taps in the building and individually in the sanitary units.

- The second part of the installation will supply the interior hydrant network with water by designing two hydrant (fire-fighting) vertical lines. This part of the installation will also be performed with galvanized steel pipes with Ø21/2” and Ø2” diameter. The hydrants will be Ø2”.

- The third part of the water-supply parting, from the water parting to the bib-taps in the sanitary units will be performed with plastic pipes d20 and d25 mm. This water parting will be performed with drinking water pipes, i.e. polyethylene network under a high pressure (RAU-VPE/PE-XA) according to DIN16892/93 and DVGW. The water parting of these pipes will be performed in secure polyethylene pipes situated in wall grooves and in

Page 102: Final Bidding Documents_PA Refurbishement_REBIDDING

30 Section IX. Bill of Quantities

installation walls. Each bib-tap will have an appropriate service connection to a suitable height.

The main water parting of the water-supply installation in the basement area will be performed as an over-head system with a F21/2" pipe, to the vertical lines supplying the sanitary units and hydrants with water per floor. In order to avoid condensation and damage, pipes need to be insulated with thermal insulation, 9 mm thick for the overhead piping system and 4 mm thick for pipes placed within walls.

A 6 kW electrical instantaneous water heater will supply hot water to the sanitary units (wash basins), whereas a 10 l low level heater, will supply the cafe’s wash basin.

It should be pointed out that:-each service connection of the bib-taps will end with a pipe bend and a holder, especially the angle wash basin valves, EK valves for WC flushing cisterns, urinary and heaters. Specific pipe bends should be used with sheetrock partition walls.

Since there is no possibility that the water-meter manhole be placed outside, the water-meter will be placed inside the basement area on the very entrance of the building. This part is easily accessible for the bill collectors. Since the supply pipe is 21/2", the water-meter that will be placed will be combined with a diameter of NO50/20 mm. A gate valve 21/2", a reducer and a grease interceptor will be incorporated in front of the water-meter, whereas a Ø2” valve with a discharge/outlet pipe will be placed after the water-meter for a possible installation discharge.

1.3. Hydrant network

For the sake of fire protection, two vertical pipe-lines for the interior hydrant networks have been envisaged, that will be performed separately from the main water-parting of the water-supply installation. As a result, two vertical Ø21/2" pipe-lines have been separated from the main water-parting for the purpose of supplying the hydrants (placed in cabinets) situated in the basement, the ground floor and in the hallways of each individual floor.

The hydrant cabinets will be equipped with a F2" oblique valve, a F50mm rubber trevira hose 15,0m long and a nozzle with a spherical valve. There won’t be a F2” valve in front of each cabinet, however, the valves on the beginning of the vertical pipe-lines ensure possible interventions of the hydrant.

The sanitary water and this installation should thermally be protected with a 9mm thick insulation in order to avoid condensation and pipe damage.

Pursuant to regulations on interior and exterior hydrant network, in order to achieve 2.5 bar pressure in the highest hydrant it is necessary to use the automatic/booster pump situated in the joint water-meter manhole.

Page 103: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-31

In order to ensure fire protection in the basement area where a garage will be situated, instead of the fire hydrants, HOP cabinets containing, water nozzles, plastic buckets with foam extract, water-foam mixer and a mobile foam nozzle have been envisaged.

1.4. Sewerage (drain) pipe-lines

The sewerage within this structure is envisaged to be performed by sound-insulated plastic polypropylene drain pipes normally used for house sewerage, and barrel fittings manufactured according to DIN EN 12056 and DIN 1986-100. With it, drain water from bib-taps is collected and with appropriate pipe profiles is carried to the vertical drain pipes, and from there out of the building into a manhole.

The sewerage in the sanitary units will be performed with a 2% longitudinal wash whereas the main drain that is led into the basement should have a 1.5% wash.

For a correct de-aeration and ventilation of the sewerage, vent-caps will be placed on all vertical drain-pipes on the roof of the building. Barrel fittings will be placed on the vertical drain-pipes on the lowest floor at a 0.5 -1.0 m height above the floor.

It should be stressed that the sewerage has been designed to connect to the already existing drainage and into the manholes. Before any of the sewerage works begin, the existing installation should be thoroughly cleaned under pressure by the public enterprise “Vodovod i kanalizacija”. Also, the working condition of the pumps in the sewerage manholes should be examined during the cleaning process.

1.5. Sanitary appliances

All sanitary appliances must be made by an exclusive “A” class manufacturer, taking into account that the investor, in cooperation with the interior design architect, will perform a detailed choice of the type and color of the sanitary appliance. As the toilet facilities will be constructed of double sheetrock walls, it has been agreed that the WC flushing cisterns be incorporated with the toilet bowls, whereas the toilet bowls will be of a Baltic type and will have an overhead drainage.

Within the sanitary units of the building, an area for the disabled containing WC toilet bowl and a special wash basin will be designed.

1.6. Stormwater runoff (atmosphere) sewerage

In order to collect and drain the rain drain from the roof of the building and from the terraces, vertical drain-pipes have been designed in wall grooves and up until the day they have proven to be in good condition and as a result will not be covered by this project.

Page 104: Final Bidding Documents_PA Refurbishement_REBIDDING

32 Section IX. Bill of Quantities

HYDRAULIC CALCULATION

1. Determining the necessary quantity of water

Ground floor sanitary unit:

The calculation will be carried out according to the load units of the bib taps:- wash basins 2 x 0,50 = 1,00 LU- WC toilets 2 x 0,25 = 0,50 LU Total = 1,50 LU

Q = 0, 31 l/sec corresponds to 1.50 LU, whereas V = 0, 97 m/sec and J = 0, 25 m/m' correspond to a plastic Ø3/4” pipe.

First floor sanitary unit:

The calculation will be carried out according to the load units of the bib taps per apartment:- wash basins 6 x 0, 50 = 3, 00 LU- WC toilets 6 x 0, 25 = 1, 50 LU- Pissoirs 2 x 0, 25 = 0, 50 LU- Elect. heater 3 x 1, 00 = 3, 00 LU

Total = 8, 00 LU

Q = 0,707 l/sec corresponds to 8.0 LU, whereas V = 1, 38 m/sec and J = 0, 39 m/m' correspond to a Ø1” pipe.

Second floor sanitary unit:

The calculation will be carried out according to the load units of the bib taps per apartment:- wash basins 4 x 0, 50 = 2, 00 LU- WC toilets 4 x 0, 25 = 1, 00 LU- Sink 1 x 1, 00 = 1, 00 LU- Elect. heater 2 x 1, 00 = 2, 00 LU

Total = 6, 00 LU

Q = 0,612 l/sec corresponds to 6.0 LU, whereas V = 1, 19 m/sec and J = 0, 29 m/m' correspond to an Ø1” pipe.

In total, the entire structure will need 1,50 + 8,0 + 6,0 = 15,50 LU, which corresponds to the following water flow: Q = 0,25√ 15,50 = 0,984 l/sec.

Page 105: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-33

Q=0,984 l/sec corresponds to a Ø5/4” pipe with a speed of V=1, 08 m/sec and J=0,20m/m'

2. Hydrant network

The hydrant network supplies the fire hydrants on each floor with necessary quantity of water of 2.5 l/sec. Pursuant to regulations it is necessary that the highest floor maintains pressure of 2.5 bars in the hydrant. As a result, it has been agreed that a F21/2" pipe is used with a total length of 12.0 m running to the automatic/booster pump and 9.0 m to the vertical pipe-line in the basement. The height of the vertical pipe-line going to the second-floor hydrant will be 8.20 m long with a F21/2” and 3,0m F2” up to the last, highest hydrant on the loft.

A water-flow of Q=2, 50 l/sec and a F2" pipe corresponds to V=1, 38 m/sec and lineal loss of J=0, 07 m/m'.

Δh = 3, 0 h 0, 07 = 0, 21 m.

A water-flow of Q=5, 0 l/sec corresponds to V=1, 30 m/sec and lineal loss of J=0, 11 m/m'.Δh = (12, 0+9, 0+8, 20) x 0, 11 = 3, 21 m.

With 100% lineal loss and water-meter loss of 0.5 m, the total losses will be:Δh = 1, 10 x 3, 21 = 3, 53 m.

Since the height of the highest hydrant on the loft is 10.50m, the minimum pressure that needs to be maintained in the water-meter manhole is:

R = 10,50 + 3,53 + 0,50 + 25,0 = 39,53 m.p.s.

According to the data we have received from the Sector for connections in the public enterprise “Vodovod i kanalizacija”, the pressure in the city water supply network is around 3.0 bars or 30.0 m.p.s., which is rather critical in the summer period. As a result, a device maintaining the pressure needs to be placed, i.e. an automatic/booster pump.

5. Fire-Protection Works

TECHNICAL DESCRIPTION

Regulations consulted

- Law on protection and rescuing (Official Gazette of RM No. 36/04, 49/04)

- Law on fire-fighting (Official Gazette of RM No. 67/04, 81/07)- Decision on laying down measures for fire protection within the

boundaries of the city of Skopje (Official Gazette of the city of Skopje No. 41/79)

- Rulebook on the manner of determining areas where it is mandatory to keep fire-fighting appliances and installations, other fire-fighting equipment, fire-extinguishing materials and fire-extinguishers, their

Page 106: Final Bidding Documents_PA Refurbishement_REBIDDING

34 Section IX. Bill of Quantities

maintenance in working condition, special marking and accessibility for usage (Official Gazette of RM No. 74/06)

- Rulebook on the selection of type and quantity of fire-extinguishers that legal entities or citizens should have as well as the criteria that legal entities, who perform servicing and control of fire-extinguishers, should fulfil. (Official Gazette of RM No. 105/05)

- Guide on the content of the fire-protection project (Official Gazette of RM No. 60/06)

- Rulebook on the technical norms of a fire-extinguishing hydrant network (Official Gazette of RM No. 31/06)

- Rulebook on the technical norms of low voltage electrical installations (Official Gazette of SFRY No. 53/88)

- Rulebook on the technical norms for automatic closure of fire resistant doors or safety doors (Official Gazette of SFRY No. 35/80)

- Design of safety egress facilities so as to allow prompt escape of occupants from buildings NFPA 101-1967

1. MACRO AND MICRO LOCATION

The location, subject to the main project, is situated in Skopje on the following address: Treta makedonska udarna brigade bb, Makedonija Tabak building.

This project will provide reconstruction of bloc “C” of the building.The parking area has been envisaged in accordance with the norms presented in the

design standards of this type of buildings where one part of the parking area will be situated on the plateau in front of the building and the other in the basement area.

The distance to the closest neighbouring building is longer than 10 metres. The building is circled with a road artery which will enable fire-fighting units to reach the building from all sides.

The time of arrival of fire-fighting vehicles is less than 5 minutes.

Page 107: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-35

2. PURPOSE OF THE BUILDING

In accordance with the purpose and needs of the investor the building contains: a basement, ground floor and two upper floors.

The building will mostly be utilised for administrative purposes. The employees and the clients can park their vehicles either in front of the building or

in one part of the basement area. The other basement area will include the mechanical installations, the main electrical power boxes and the archive. The second floor will include an employees’ cafeteria. Around 150 employees will be working in the building with an average daily flow of 10 clients entering the building.

Area of the building

1. Basement without parking space 307.00 m2

2. Ground floor 243.00 m23. First floor 654.00 m24. Second floor with a terrace 666.00 m2

Total: 1870.00 m2

Structure

The structure has been built in accordance with all seismic regulations and rules of aseismic design. During the reconstruction of the building, no disruption i.e. no changes in the structure’s system will be made (interior concrete walls, pillars, girders). The structure will remain intact, only the interior partition walls and ceilings will be replaced in accordance with the wishes and needs of the investor.

3. FIRE-FIGHTING CHARACTERISTICS OF THE BUILDING

The entire skeleton and inter-floor structure has a fire resistance of 2 hours. The building has been divided into several fire sectors. The fire sectors, on their part, have been divided with walls that have 1-3 hour fire resistance depending on the use of the rooms, and fire-proof doors of 1-2 hour fire resistance. The zoning and fire-proof resistance of the construction elements has been shown in the graphical part of the project. According to its resistance, the building can be considered as highly fire resistant i.e. a IV degree fire resistant building on the resistance scale.

4. MATERIALS USED

Page 108: Final Bidding Documents_PA Refurbishement_REBIDDING

36 Section IX. Bill of Quantities

The building will mostly be utilised for administrative purposes. As a result, it can be characterised as one with fire resistance (FR2), i.e. 2.2. sub-group (due to the garage area in the basement). According to its building area and inflammable material, this building can be placed in a low-fire load group (due to the small quantity of inflammable materials in the area). According to the materials that may be located in the building and can cause fire we can distinguish the following dangers:

Wood FxIVCCables FxIII-IVCardboard FxIII-IVCOil from vehicles FxI-IIBFuPaper FxIIICLinen FxIIEotherAccording to the classification of inflammable materials the building may be exposed

to fires of A, B, C and E class.

5. WATER-SUPPLY AND HYDRANT NETWORK

The fire protection of a business area consists of:- Internal fire-fighting hydrants- External fire-fighting hydrants.

During the reconstruction of the building, no change on the hydrant network has been envisaged. Any change could occur if appropriate results are not received during the process of measurement of parameters pursuant to existing regulations. In that case, a hydro-technical project is to be prepared where changes (if any) of the hydrant network will be entered.

The scheme of the external fire-fighting hydrants is made in such a way that every area of the building is to be covered by two external hydrants with a water quantity of 2x5 = 10 l/sec and a hydrodynamic pressure in the most distant hydrant of a minimum of 2,5 bars. The distance between the hydrants is to be 80-150m whereas their profile - 80 mm.

This fire protection project envisages 8 standard internal hydrants. The hydrants have a 52 mm profile and will be placed on easily accessible places. Their placement scheme will extinguish any possible fire with 2 internal hydrants.

The internal fire-fighting hydrants will be placed in metal boxes, painted in red and with the inscription H, containing a 15 m long plastic rubber hose of 52 mm profile and a nozzle.

Pursuant to existing regulations on fire protection, the internal hydrants must have a capacity of 2,5 l/sec and hydrodynamic pressure of minimum 2,5 bar.

The placement of the hydrants is such that the most distant area of the building must not be longer than 15 m from a hydrant.

The internal fire-fighting water network is separate, composed of a horizontal watershed running below the basement ceiling onto which the verticals and the fire-fighting hydrants are connected.

Pursuant to Article 38 of the Official Gazette No. 31, 2006, a daily check-up of the entire system of the hydrant network with all its appliances and reinforcement is highly necessary.

Page 109: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-37

The measurement of the pressure is to be conducted two minutes after the activation of the system in the most distant fire-fighting hydrant. The hose and nozzle must be tested once a year at a pressure of 7 bar.

Hydrants are to be placed at easily accessible places in order to act quickly in case of fire. Materials or anything else that might obstruct the easy access should not be stored near the hydrants.

6. MECHANICAL INSTALLATION

1. Heating and cooling with ventilator convectorsIn order to overcome heat in the summer period and cold in the winter period, hot and

cold ventilator convectors have been envisaged in the areas of the building where employees will be situated, including the archive.Two-pipe ventilator convectors with three heaters have been selected. The ventilator convectors will be assembled vertically with a decorative front on a

parapet while the pipe network will run over the floor matching the project interior design. The temperature regulation will be performed automatically with a thermostat that turns the ventilation on and off. The distribution of hot and cold to the ventilation convectors will be carried out forcefully with two circulation pumps (north duct and south duct). The transport of cold water 7/12o C and hot water 70/60o C will be carried out by black steel pipes and reinforcement. The condensation drain will be carried out by wide plastic wall pipes. The pipe parting on the outside will be rapped in thermal insulation.

2. Radiator heatingThe sanitary units, hallways, halls and the stairway area will be heated with aluminum radiators, placed on parapet walls with consoles and holders. The radiators contain nickel radiator valves with a pipe.

The vertical radiators will be made of steel pipes. Also, the pipe parting passing through the basement area to the sub-station will be made of steel pipes.

The pipe parting passing through unheated area will be thermally insulated with. The distribution of hot water (90/70o C) will be achieved with a circulation pump, a

pipe parting made of black steel pipes and reinforcement thermal insulation.

3. Air curtain Hot-blowing air curtains have been envisaged to be installed in order to stop the

penetration of outside air from the main and rear entrance of the building.

4. Air-conditioning of business areaIn order to cover the ventilation losses, a two-chamber system for producing fresh air

has been envisaged. The air-flow will be programmed according to the parameters for winter and summer regime without covering a part of the transmission gains and losses.

Page 110: Final Bidding Documents_PA Refurbishement_REBIDDING

38 Section IX. Bill of Quantities

The distribution of air from the air-conditioning chamber to the ventilated rooms will be carried out by aluminium anemostats, a canal parting made of galvanized sheet metal and flexible aluminium ventilation hoses.The extraction of air from the business area is done through aluminium extraction anemostats, a canal parting made of galvanized sheet metal and flexible aluminium ventilation hoses.

5. Air-conditioning of computer, telecommunication and TT space, including the non-stop supply equipment

In order to maintain the requested parameters (t=20o C and =50%) in the computer room I envisage a separate air-conditioning appliance, that will work independently of the central preparation of hot and cold water. Two air-conditioning appliances have been envisaged, one for usage and the other to serve as a reserve. The air-conditioning appliance works on the principle of re-circulating outdoor air. The penetration of processed air is carried out by stepping grids, type AF-O/AG, made by TROX Austria or equivalent placed in a double floor with 525x325 dimensions, whereas the extraction of re-circulated air from the room will be carried out by a grid placed on the air-conditioning itself. The distribution of fresh outdoor and indoor air is performed through galvanized sheet metal canals thermally insulated with thermal insulation.

6. Heating and cooling installation in the mechanical roomThe mechanical room will be situated in the basement area of the building. It will be

there that the necessary preparation of energy fluids will be made for heating and cooling the building.The building supply with thermal energy for hot water 90/70o C will be carried out

through the existing heating sub-station. The hot water circulation will be carried out by a circulation pump. The other

necessary equipment and reinforcement will be situated in the mechanical room. The cold water supply of the building 7/12o C will be carried out by a cooling

compressor, containing an eco cooling Freon R407C with an air condenser and a total cooling capacity of 200 kW. The water from the cooling aggregate, placed outside the building, nears the building’s basement and next to a water-parting i.e. collector, will be distributed through steel pipes placed in a concrete canal in the ground. The distribution of water to the cooling aggregates will be carried out forcefully with two centrifugal pumps. Two pumps have been envisaged, one for usage and the other to serve as a reserve. The distribution from the cold water divider to the consumers, air-conditioning chambers for preparation of air and fan-coilers, will be performed with a pipe parting made of a black steel pipe and reinforcement. An 80 litre membrane expansion container will be incorporated onto the cooling installation in order to receive the heating dilatations.

7. Local ventilation systems Three independent air-extraction systems have been envisaged to extract air for

sanitary units and from the mechanical room situated in the basement area of the building.

Page 111: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-39

The air-extraction from the sanitary units will be carried out by aeration valves whereas extraction grids will be used for the remaining rooms that have canal-parting made of galvanized sheet metal. Depending on the air capacity and the location of the rooms, different air-extraction ventilators have been chosen.

7. ELECTRICAL INSTALLATION

1kV DISTRIBUTION AND SUPPLY The space that will be adapted is located in the existing building having its own

power transformation station 10/0.4kV, 2x630kVA. The existing area was previously supplied by that PTS, however that outlet line will be put out of function and dismantled.

A new outlet line has been envisaged, running to the meter - distribution box (MMDB) in the basement with a 2x(NYY 4x150mm2) cable.

An alternative ADA (180kVA) supply and a non-stop UPS (100kVA,5min) supply has been envisaged.

Due to the building’s requirements, the distribution has been planned in the following manner:

-from MGRO, one outlet line will be used by the consumers of the power network whereas the other outlet line will be used by the ADA i.e. UPS power supply.

-the second outlet line will be the alternative(reserve) supply carried out through a TRANSFER PANEL by which critical consumers and important consumers will be supplied by means of an UPS.

Each of the consumers will have its own main distribution box-GRT- will use the power supply network -DGRT - will use the ADA power supply-UGRT- will use the UPS power supply

Each of the main distribution boxes will contain an automatic switch so it can be remotely disconnected, i.e. from the security room, in case of an emergency.

The distribution from the main distribution boxes to the distribution boxes on each floor will be radial. Each outlet line will contain an automatic switch in the respective main distribution box in order to be possible to disconnect it separately on each floor. The NYY types of canals will run vertically through the existing cable made for that purpose. FLUSH DISTRIBUTION BOXES

The upper edge of the flush distribution boxes must not exceed 1.8m of the floor. It will contain standard elements assembled on a DIN rail (top-hat rail), with all previously made tests.

LIGHTThe interior light will be placed in accordance with the interior design. The type of lamps

has been coordinated with the interior design architect and in accordance with the use of the room.

Page 112: Final Bidding Documents_PA Refurbishement_REBIDDING

40 Section IX. Bill of Quantities

The light in the communication units will be controlled from a central area (the security room) and will be under complete control of authorised personnel. The remaining rooms will have a switch placed at 1, 5 m of the floor.

Panic lights will have a separate power supply, able to hold up to 3 hours. The installation will be carried out with a NYM cable that will run on the ceiling, placed

in cable covers.

SOCKETSThe envisaged sockets have been adjusted with the interior design and the use of the

room. The general sockets will be placed on walls at a 0,5 m height of the floor. The working area will contain sockets that will be supplied by the network, ADA and UPS power and will be placed in a parapet plastic canal at 0,6 m height of the wall and 0,8m height of the parapet wall.

The installation will be carried out with a NYM cable when running horizontally over the lowered ceiling, placed into cable covers, whereas when running vertically within the wall.

INSTALLATIONAll cables will run horizontally over the lowered ceiling, placed in perforated cable

covers. Vertically, cables will run on the wall under the mortared layer i.e. into a flexible pipe.

PROTECTIONTN-C/S is a voltage protection system carried out with a third, i.e. fifth protection

conductor (RE) that runs in every electrical circle insulated with a yellow and green color. All metal parts that are not usually under voltage, but in case of mistake might become, must be connected with an RE conductor. The distribution boxes have a fifth RE metal rail.

LOW-VOLTAGE INSTALLATIONS

COMMUNICATION SYSTEMS

In accordance with the investor’s demands in terms of the number of sockets as well as their location, a telephone and terminal installation distribution has been envisaged.

Every level will contain concentration in the modular panel from where a radial distribution will run to each connection. The modular panel (MPP), with its equipment, manner of connection and marshalling, will be adjusted for a flexible communication network. The telephone and terminal socket will be unified by a connection in MPP with PJ45 through a Switcher and Page panels built-in in a Rack-19. The active equipment within the panels is not subject to this project. It will be designed and made by the deliverer of the equipment with communication systems depending on the investor’s demands on the type and configuration of the network.

The terminal distribution and the telephone distribution will have a FTP-5 4X2X0,5mm installation and an outlet with a 2xRJ45 connection.

As far as the telecommunication network is concerned, a box containing Crone reglets and a cable with 10 pairs of wires running to the MPP has been envisaged. The connection of

Page 113: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-41

the building with the outside telecommunication network is not subject to this project. It will be done in cooperation with the relevant telecommunication service.

FIRE PROTECTION INSTALLATIONThe fire protection of the building will be carried out with a fire detection alarm

system of addressable optic-dynamic callers, manual addressable callers and horns. The elements will be monitored and controlled by a fire-fighting central unit that functions according to a software programme matching the conditions in the building. The central unit will be located in the security room where an authorized person must be present at all times. The central unit will have a separate power supply as well as a reserve one.The callers (optic-dynamic and manual) and the horns will be connected in a closed loop by which the entire area will be covered. The loop contains red insulated cables for fire protection installation and will be placed on the ceiling into plastic canals. The alarm horns will be placed on walls at a 2m height of the floor on places stated in the building plans.

ACCESS - CONTROL INSTALLATIONThis system contains Proximity cards with readers, electrical locks and appropriate

software. The entrance doors on each floor will be under control. CCTV

The entrance control, the area around the building and the hallways on each floor will be monitored with a camera. The main monitor and a digital camcorder will be located in the security room on the ground floor. Cameras for outdoor use will have a built-in heater in order to provide non-stop coverage in all weather conditions. The installation cables run across the entire length placed in thermo-plastic bending pipes.

THERMO-TECHNICAL INSTALLATIONSThe project for electromotive distribution of thermo-technical installations has been

prepared according to the technical requirements laid down in the project for thermo-technical installations.

A separate DB-1 distribution box, with outlet lines for air-conditioning chambers and chillers’ distribution boxes, has been envisaged for thermo-technical installations. The fan-coilers will be powered by appropriate distribution boxes on the floor, whereas all air-conditioning elements in the System-hall will be powered by the URT-SS distribution box.

The air-conditioning appliances in the system-hall and the air-conditioning chambers automatics are not subject of this project. The boxes with built-in energy elements (switches, contactors etc) as well as appropriate PLCs with automatics element bonds in a field, have been specified with exact dimensions in the mechanical project.

8. POSSIBLE SOURCES OF FIRE

The mere use of the building indicates no possible materials that might cause fire. Some possible reasons of fire might be:

- Careless and poor handling of electrical appliances;- Improper storage of inflammable materials;- Smoking where not allowed;

Page 114: Final Bidding Documents_PA Refurbishement_REBIDDING

42 Section IX. Bill of Quantities

- Creation of explosive concentration of CO in the garage area (due to insufficient airing and running of vehicle engines)

- Natural catastrophes.

9. EVACUATION

The evacuation of the building will take place through separate fire escape stairs that represent separate fire sectors. Doors open in the direction of evacuation. All requirements laid down in the existing regulation in terms of width of stairway area, its possible narrowness, necessary landings and ante-room as well as the distance of the evacuation path (50 m for buildings that possess water-extinguishing system in the garage area and 30 m for buildings that do not possess the system) have been fully implemented. The graphical part of the project includes the evacuation directions for each part of the building. According to the number of exits, width of evacuation paths and the possible number of people in the building, it has been envisaged that the evacuation time of the entire building would be done in less than 5 minutes. It is imperative to mention the necessity of trained personal conducting the evacuation in accordance with a plan that needs to be prepared, based on this project.

10. FIRE-PROTECTION APPLIANCES AND MEASURES

Fire detection systemThe building is envisaged to be equipped with an automatic fire detection system that

will be elaborated in another project. This system provides automatic closure of safety doors. This system should be integrated with the fire-extinguishing system.

Automatic fire-extinguishing systemsServer roomsThe server rooms will be equipped with FM-200 fire-extinguishing systems. This

type of system requires preparation of separate project documentation.

Electrical installationsThe main flush distribution boxes must contain a switch that will turn off the

electricity in a given sector. The transfer of cables from one fire sector to another must not disrupt the structure’s

sectoring i.e. it is necessary that the openings be closed with a proper gasket blend and the cables be fire proofed at least one meter from both sides. The evacuation directions must contain evacuation lights that during the normal work regime use the power supply network and are not switched on. They are to be switched on the moment the normal power supply is turned off and start to use their own battery supply located in the light itself.

Lightning rod installation

Page 115: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-43

The building is envisaged to contain a lightning rod installation to prevent possible lightning strikes.

Information boardsBoards, containing the plan of the proper floor, must be put up at all exits in the

building as well as the exact location of that exit on the plan and the nearest evacuation path in accordance with that plan.

Fire-fighting sectorsThe building possesses fire protection sectoring. It means that all installations running

through the fire sectors must be placed pursuant to regulations governing installations when passing to a different fire sector. It is of utmost importance that installations and ventilation canals during each passing from one sector into another must contain fire safety doors with fire resistance of 1 hour. Their management will be controlled (apart from the built-in 68 o S thermo element) by a (electromotive) fire detection system that will also control the position of the safety door (open-closed).

6. Power Transformation Station

POWER BALANCE

POWER BALANCE OF A POWER TRANSFORMER STATIONTS 10/0,4 kV; Sn=1h400 kVA

SELECTION AND DIMENSIONING OF A TRANSFORMER

The strength analysis incorporates the following electrical consumer devices:

Page 116: Final Bidding Documents_PA Refurbishement_REBIDDING

44 Section IX. Bill of Quantities

The analysis of power is as follows:

Outlet line

from to P n Pe I cosφ

(kW) (kW) (A)MGRO GRT 275 0.5 137.5 220 0,95MGRO DGRT 254 0,55 139.7 223 0,95

Total: 529 0.55 291 465 0,95

THE REAL POWER IS AS FOLLOWS:

Pw3 = n w3 h Pi= 0,55h529 = 291 kW

The concentration of reactive power will be placed in an electrical distribution box (NN-DB), thus, the structure can be considered to have a power factor of cosf=0,95 on the convenience outlet and as a result the 0.4 kV transformation station will be adequately dimensioned.

The necessary apparent strength of the 0.4 kV part of the transformation station is as follows:- Total installed power Pi = 529kW- Total real power Pw =291kW- Reactive power Qw =99kVAr- Power factor cosf =0,95

tg f =0,34

S04 = =

For the abovementioned powers we will choose a power transformer of Sn = 400kVA which will satisfy the needs of the structure. Based on the conducted analysis of electrical power of the structure, and in accordance with the projects on high-voltage installations, the load of the transformer will amount to 76.7 %.

Bill of Quantities

Architectural works1 PREPARATORY WORKS        

No. DescriptionUnit

measure QuantityUnit price

Total price

1 BASEMENT        

Page 117: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-45

1.1.

Dismantling of an existing metal vitrified partition -portal with a door, removal and transport to the waste area - dimensions 370/386cm. piece 1    

1.2. Dismantling of an existing garage metal door, removal and transport to the waste area - dimensions 400/386cm. piece 1    

1.3. Demolition of an existing brick wall, mortared on both sides, waste removal and transport to the waste area m3 1    

      Total   2 GROUND FLOOR        

2.1.

Dismantling of an existing granite from the floor in the entrance hall and newly designed sanitation including a base, waste removal and transport to a waste area m2 50    

2.2. Dismantling of an existing granite socle in the entrance hall, removal of waste and transport to the waste area m1 20    

2.3.Removal - Ungluing of existing rubber battens on the edge of granite flagstone treads, glued base cleaning m1 50    

2.4.

Dismantling of an existing entrance portal made of eloxated profile vitrified with "termopan" glass at the building's entrance.        

  -370/466sm. piece 2    

2.5.Dismantling of an existing portal made of eloxated profile vitrified with "termopan" glass - dimensions 160/300sm. piece 1    

2.6.Dismantling of existing wooden office doors, removal and transport to the waste area. piece 9    

2.7.Dismantling of wooden wainscoting with a wooden wall sub-structure, waste removal to the waste area. m2 350    

2.8.Dismantling of wooden structure partition walls with "tervol" insulation, waste removal to the waste area. m2 220    

2.9.

Dismantling of aluminum profile ventilating sash vitrified with "termopan" glass, removal and transport to the waste area, dimensions 880/100sm. piece 1    

2.10.

Dismantling of existing wooden fencoiler masks, waste removal out of the premises and transport to the waste area. m1 2    

2.11.Dismantling of existing aluminum profile carpet battens and removal and transport to the waste area. m1 120    

2.12.

Removal of existing carpets by ungluing from base, glued base cleaning, waste removal and transport to the waste area. m2 120    

2.13.Dismantling of existing chip board cupboards, removal out of premises and transport to the waste area. m2 25    

Page 118: Final Bidding Documents_PA Refurbishement_REBIDDING

46 Section IX. Bill of Quantities

2.14.

Dismantling of existing lowered ceiling , "ARMSTRONG" type, including the sub-structure, removal and transport to the waste area. m2 220    

2.15.

Dismantling of an existing plastic cubus lowered ceiling, including sub-structure, removal and transport to the waste area. m2 20    

2.16.

Dismantling of an existing chip board lowered ceiling with sub-structure, removal and transport to the waste area. m2 22    

2.17.Dismantling of an existing vertical blinds with rail, removal and transport to the waste area. m2 20    

2.18.Dismantling of Hunter Douglas lowered ceiling placed on bays on the ground floor at a 4 m hight. m2 420    

        Total   3 FIRST FLOOR        

3.1.Removal - Ungluing of existing rubber battens on the edge of granite flagstone treads, glued base cleaning m1 50    

3.2.Dismantling of existing wooden office doors, removal and transport to the waste area        

  71/210cm. piece 8      81/210cm. piece 1      91/210cm. piece 2      101/210cm. piece 15      200/210cm. piece 1    

3.3.Dismantling of an existing portal made of eloxated profile vitrified with "termopan" glass - dimensions 160/300cm. piece 1    

3.4.

Dismantling of an existing portal made of eloxated profile vitrified with "termopan" glass - dimensions .290/200cm. piece 1    

3.5.

Dismantling of an existing portal made of eloxated profile vitrified with "termopan" glass - dimensions 165/200cm. piece 1    

3.6. Dismantling of an existing wooden - "Accordion door"- plus structure- dimensions 900/386cm. piece 1    

3.7.Dismanting of wooden wainscoting with a wooden wall sub-structure, waste removal to the waste area. m2 780    

3.8.Dismantling of wooden structure partition walls with "tervol" insulation, waste removal to the waste area. m2 300    

3.9.

Dismantling of existing wooden fencoilers masks, waste removal out of the premises and transport to the waste area. m1 55    

3.10.Dismantling of existing aluminum profile carpet battens and removal and transport to the waste area. m1 400    

3.11.

Removal of existing carpets by ungluing from base, glued base cleaning, waste removal and transport to the waste area. m2 700    

Page 119: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-47

3.12.Dismantling of existing chip board cupboards, removal out of premises and transport to the waste area. m2 15    

3.13.

Dismantling of existing lowered ceiling, "ARMSTRONG" type, including the sub-structure, removal and transport to the waste area. m2 450    

3.14.

Dismantling of existing wooden elements - ceiling applications of solid wooden battens with wooden structure, removal and transport to the waste area m2 65    

3.15.

Dismantling of an existing lowered sheetrock ceiling, including sub-structure, waste removal and transport to the waste area. m2 220    

3.16.

Dismantling of existing wooden ceiling battens covering the area of the lowered sheetrock ceiling, removal and transport to the waste area m1 150    

3.17.

Dismantling of a chip board lowered ceiling with wooden sub-structure, waste removal and transport to the waste area. m2 30    

3.18.

Dismantling of a "Hunter Douglas" type of a lowered ceiling, including sub-structure, waste removal and transport to the waste area. m2 40    

3.19. Removal-chasing of existing ceramic tiles glued with an adhesive, removal and transport to the waste area        

  ceramic floor tiles m2 40      ceramic wall tiles m2 200    

3.20. Demolition of mortar brick walls, removal and transport to waste area. m3 65    

3.21.

Dismantling of existing wooden fencoiler masks, waste removal out of the premises and transport to the waste area. m1 60    

3.22.Dismantling of an existing (variolight) vertical blinds with rail, removal and transport to the waste area. m2 95    

3.23. Dismantling of an existing cement flooring of 7 cm wide in newly-designed sanitations m2 18    

        Total    4 SECOND FLOOR        

4.1.Removal - ungluing existing rubber battens on the edge of granite flagstone treads. m1 50    

4.2.Dismantling of existing wooden office doors, removal and transport to the waste area        

  71/210cm. piece 3      81/210cm. piece 2      91/210cm. piece 9      101/210cm. piece 6    

4.3.

Dismantling of an existing portal made of eloxated profiles vitrified with "termopan" glass - and annealed glass 10mm wide,dim.555/450cm. piece 1    

Page 120: Final Bidding Documents_PA Refurbishement_REBIDDING

48 Section IX. Bill of Quantities

4.4.

Dismantling of an existing portal made of eloxated profiles vitrified with "termopan" glass - dimensions.250/200cm. piece 1    

4.5.Dismanting of wooden wainscoting from walls, waste removal to the waste area. m2 320    

4.6.Dismantling of wooden structure partition walls with "tervol" insulation, waste removal to the waste area. m2 360    

4.7.

Dismantling of existing wooden fencoiler masks, waste removal out of the premises and transport to the waste area. m1 10    

4.8.Dismantling of existing aluminum profile carpet battens and removal and transport to the waste area. m1 250    

4.9.

Removal of existing carpets by ungluing from base, glued base cleaning, waste removal and transport to the waste area. m2 417    

4.10.Dismantling of existing chip board cupboards, removal out of premises and transport to the waste area. m2 20    

4.11.

Dismantling of existing lowered ceiling, "ARMSTRONG" type, including the sub-structure, removal and transport to the waste area. m2 316    

4.12.

Dismantling of existing ceiling casings with semi-circular chip board details on a wooden sub-structure, waste removal and transport to the waste area.        

  above the staircases m2 5      in the hall m2 8    

4.13.

Dismantling of a "Hunter Douglas" type of a lowered ceiling, including sub-structure, waste removal and transport to the waste area. m2 11    

4.14. Demolition of mortar brick walls, removal and transport to waste area. m3 13    

4.15. Removal-chasing of existing ceramic tiles glued with an adhesive, removal and transport to the waste area        

  -ceramic floor tiles - kitchen and sanitation facilities m2 30      -ceramic wall tiles - kitchen and sanitation facilities m2 110    

4.16.Dismantling of an existing (variolight) vertical blinds with rail, removal and transport to the waste area. m2 75    

4.17.Dismantling of wooden ceiling veneers, waste removal and transport to the waste area. m2 125    

4.18. Dismantling of plexiglass prisms including sub-structure of N=6m m2 13    

4.19.

Dismantling of existing plaster slab lowered ceiling, including sub-structure, waste removal and transport to the waste area. m2 34    

4.20.Dismantling of an aluminum façade display window, transport to the waste area. m2 11    

Page 121: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-49

4.21.Dismantling of an existing cement flooring of 8 cm wide and transport to the waste area. m2 48    

        Total      RECAPITULATION 1 BASEMENT        2 GROUND FLOOR        3 FIRST FLOOR        4 SECOND FLOOR              Total  

    18% VAT  

  Grand Total     2 CONSTRUCTION WORKS         1 BASEMENT        

1,1

Building a block brick wall, width=30 cm, mortared on both sides, with a bond course in reinforced concrete and lintel beam. Position 1 m2 15    

1,2

Building a brick wall partition, width=16 cm, mortared on both sides with a cement-lime mortar, with a bond coarse for lintel beam bracing. Position 2 m2 73    

1,3Concreting a reinforced concrete platform, dimensions 100/100/20cm .Position 3 m3 0.2    

1,4

Concreting reinforced concrete treads with landing, and building a ground beam on the first tread. Position 4 Landing – 370/100/80cm.Treads – (4 x 30s/5 x 16h)l = 370cm

m3m3

2.961.77    

1,5Concreting a reinforced concrete slab for closure of a cannel with previous pugging and sub-base placement. m3 5,2    

1,6Closing holes in an inter-floor slab as a result of old installations. piece 10    

1,7 Fixing grooves,N=15 cm in the flooring m' 5            Total             2 GROUND FLOOR        

2,1Concreting (widening) a reinforced concrete landing by anchoring the reinforcement in the existing landing m3 0,2    

Page 122: Final Bidding Documents_PA Refurbishement_REBIDDING

50 Section IX. Bill of Quantities

2,2Closing holes in a inter-floor slab as a result of old installations. piece 10    

2,3 Fixing grooves, N=15 cm in the flooring m' 10            Total             3 FIRST FLOOR        

3,1Closing holes in a inter-floor slab as a result of old installations. piece 10    

3,2 Fixing grooves, N=15 cm in the flooring m' 20               4 SECOND FLOOR        

4,1Closing holes in a inter-floor slab as a result of old installations. piece 10    

4,2 Fixing grooves, N=15 cm in the flooring m' 20            Total     RECAPITULATION        1 BASEMENT        2 GROUND FLOOR        3 FIRST FLOOR        4 SECOND FLOOR              Total  

    18% VAT  

  Grand Total   

 

3 SHEETROCK WORKS        

 

Supplying of material, transport and installation of sheetrock positions. Sheet rocks DIN 18180Steel structure DIN 18182

 1 BASEMENT        

1,1

Building horizontal lowered ceilings on a double primary and secondary structure, with plain sheetrock slabs, 12,5 cm wide, and securing joints into 2 phases. m2 85    

1,2Fire-proof sheetrock slab veneered walls, 1,25 cm wide metal sub-structure and securing joints in 2 phases.        

  flat veneers m2 104      arched veneers m2 16    

Page 123: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-51

1,3Impregnated sheetrock tiling of walls, 1,25 cm wide metal sub-structure and securing joints. m2 110    

        Total               GROUND FLOOR        

2,1

Building horizontal lowered ceilings on a double primary and secondary structure, with plain 1,25 cm wide sheetrock slabs, and securing joints into 2 phases. m2 240    

2,2 Building cascades for hiden light m' 55,5    2,3 Building horizontal cascades, 60 cm high. m' 31    2,4 Building cascades for two sided rails. m' 23    

2,5

Building 10 cm wide walls W111 (1,25cm wide sheetrock slab, -cw 75 -1,25 cm wide sheetrock slab), and 5 cm wide thermo-insulation, 30 kgm3        

  with plain sheetrock slabs m2 140      with impregnated sheetrock slabs m2 65    

2,6Plain sheetrock veneered walls on a metal sub-structure, and securing joints in 2 phases.        

  flat veneers m2 191      arched veneers m2 52    

2,7

Veneering of built-in WC flushing cisterns with impregnated sheetrock slabs and reinforced metal sub-structure m2 6    

2,8 Building vertical cascades, 60 cm wide. m' 148    

2,9

Supllying transport and installation on a , closed ceiling panels produced from 0.5 or 0.6 mm thick pre-painted stove enameled aluminium strip. coating : the tough and durable 2-layer polyester ,in shiny color. the ceiling is lowered by 15cm. m2 420    

        Total             3 FIRST FLOOR        

3,1

Building horizontal lowered ceilings on a double primary and secondary structure, with plain sheetrock slab, 1,25 cm wide, and securing joints into 2 phases. m2 660    

3,2 Building cascades for hidden light m' 205    3,3 Building horizontal cascades, 60 cm high. m' 38    3,4 Building cascades for two sided rails. m' 73    

3,5

Building 10 cm wide walls W111 (1,25cm wide sheetrock slab, -cw 75 -1,25 cm wide sheetrock slab), and 5 cm wide thermo-insulation, 30 kgm3        

  with plain sheetrock slabs m2 215      with impregnated sheetrock slabs m2 170      with fire-fighting sheetrock slabs m2 65    

Page 124: Final Bidding Documents_PA Refurbishement_REBIDDING

52 Section IX. Bill of Quantities

3,6

Building 12 cm wide walls W112 (2x1,25cm sheetrock slab-cw 75 – 2x1,25 cm sheetrock slab), with 5cm wide thermo-insulation 30 kgm3        

  with plain sheetrock slabs m2 40      with impregnated sheetrock slabs m2 16    

3,7Plain sheetrock slab veneered walls on a metal sub-structure, and securing joints in 2 phases.        

  flat veneers m2 305      arched veneers m2 75    

3,8Fire-proof sheetrock veneered walls, 1,25 cm wide on a metal sub-structure and securing joints in 2 phases        

  flat veneers m2 85    3,9 Building vertical (check wall) cascades m' 38    

3,10,Two-sided vertical insulation veneering up to 50/50 cm and 5 cm wide thermo-insulation m' 11,5    

3,11

Veneering of built-in WC flushing cisterns with impregnated sheetrock slabs with reinforced metal sub-structure m2 22    

3,12sheetrock veneered parapet, 1,25 cm wide metal sub-structure and 5 sm wide thermo-insulation and PVC foil m2 78,5    

3,13 Horizontal treatment of a parapeth m' 78,5    

3,14Aqua panel slab veneered walls, 1,25 cm wide metal sub-structure m2 13,5    

        Total             4 SECOND FLOOR                   

4,1

Building horizontal lowered ceilings on a double primary and secondary structure, with plain sheetrock slabs, 1,25 cm wide, and securing joints into 2 phases.        

  4m high m2 350      6m high m2 140    4,2 Building cascades for hidden light. m' 75    4,3 Building horizontal cascades, 60cm high. m' 150    4,4 Building cascades for two sided rails. m' 59    

4,5

Building 10 cm wide walls W111 (1,25cm wide sheetrockslab, -cw 75 -1,25 cm wide sheetrock slab ), and 5 cm wide thermo-insulation, 30 kgm3        

  with plain sheetrock slabs m2 114      with impregnated sheetrock slabs m2 21      with fire-fighting sheetrock slabs m2 9,5    

4,6Plain sheetrock veneered walls on a metal sub-structure, and securing joints in 2 phases.        

  flat veneers m2 372      arched veneers m2 85    

Page 125: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-53

4,7 Building vertical (check wall) cascades   60    

4,8Two-sided vertical insulation veenering up to 50/50 cm and 5 cm wide thermo-insulation m' 6    

4,9

Veneering of built-in WC flushing cisterns with impregnated sheetrock slabs with reinforced metal sub-structure m2 10,5    

4,10,sheetrock veneered parapet, 1,25 cm wide on a metal sub-structure and 5 cm wide thermo-insulation and PVC foil m2 45    

4,11 Horizontal treatment of a parapet m' 45    

4,12

Building 12 cm wide walls W111 (1,25 mm wide sheetrock slab), - cw 100- 1,25 mm sheetrock slab), structure of 30 cm (at a 6 m hight) and thermo-insulation, 30 kg/m3 m2 60    

        Total             5 STAIRS        

5,1

Veneering stairs with regular sheetrock slabs on a a metal substructure by bandaging joints in 2 phases. With 5 cm tick thermo insulation.        

  flat veneers m2 275      arched veneers m2 70    

5,2

Building horisontally lowered ceilings on a double primary and secondary structure, with regular 1,25 tick sheetrock slabs and bandaging joints in 2 phases.        

  4m high m2 100            Total    RECAPITULATION         1 BASEMENT        2 GROUND FLOOR        3 FIRST FLOOR        4 SECOND FLOOR        5 TREADS            Total  

    18% VAT  

  Grand Total     4 WALL PAINTING WORKS           BASEMENT        

1,1Setting coat of plaster on wall surfaces, two coatings and painting with computer made acrylic latex paint. m2 723    

Page 126: Final Bidding Documents_PA Refurbishement_REBIDDING

54 Section IX. Bill of Quantities

1,2Setting coat of plaster on ceiling surfaces, two coatings and painting with computer made acrylic latex paint. m2 350    

1,3Supllying, transport and and installation of corner protection battens. m' 50    

    Total     2 GROUND FLOOR        

2,1Setting coat of plaster on wall surfaces, two coatings and painting with computer made acrylic latex latex paint. m2 527    

2,2Setting coat of plaster on ceiling ,two coatings and painting with computer made acrylic latex paint. m2 296    

2,3Supllying, transport and and installation of corner protection battens. m' 290    

        Total             3 FIRST FLOOR        

3,1Setting coat of plaster on wall surfaces, two coatings and painting with computer made acrylic latex paint m2 945    

3,2Setting coat of plaster on ceiling surfaces, two coatings and painting with computer made acrylic latex paint. m2 750    

3,3Supllying, transport and and installation of corner protection battens. m' 433    

        Total             4 SECOND FLOOR        

4,1Setting coat of plaster on wall surfaces, two coatings and painting with computer made acrylic latex paint. m2 1380    

4,2Setting coat of plaster on ceiling surfaces, two coatings and wall painting with computer made acrylic latex paint. m2 573    

4,3Supllying, transport and and installation of corner protection battens. m' 513    

    Total       RECAPITULATION 1 BASEMENT        2 GROUND FLOOR        3 FIRST FLOOR        

Page 127: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-55

4 SECOND FLOOR              Total  

    18% VAT  

  Grand Total     5 FLOOR WORKS        

1Supllying, transport and and installation of laminate for the purpose of lining office floors.        

1,1Lining floors with laminate that must have the following technical characteristics:        

  dimensions: 1196/196mm          thickness :11mm          material of the base: HDF highly resistant to moist          base: SoundBlock-sound reduction with high density-

2mm tick       

           density of base: 910kg/m³          sound reduction: 50% on shock as a result of walking in

the office,17–19db towards the lower floor/storey       

           electro-static charge: <2kV - antistatic          joint: ProLoc – for rooms 20x20m without expansion        

 class of usage: AC5+, class34/50, 70% more shockproof than AC5        

  resistance to deterioration: 52250 revs (according to an old testing method) or ≥ 9500 revs (according to a new testing method)

                           surface protection: 3 layers against deterioration

containing particles of aluminum oxide + one layer of Titan X against scratching - a total of 4 protection layers;

                

           emission of formaldehyde: E1-insignificant, in the

amount of a living tree.       

           resistance to furniture legs: no damage          resistance to casters: no damage          resistance to stains: group 1 and 2:5, group 3:4          resistance to cigarettes (cigarette butts): Class 5          fading: Class 7          resistance to sliding: Class DS low risk of sliding        

  resistance to fire: Bfl– S1, B1, M3, Class G, Class 2Y          GROUND FLOOR m2 90      FIRST FLOOR m2 561      SECOND FLOOR m2 398               

2Supply, transport and installation of rectified, polished porcelain, with a laser cut edge, first class.        

2,1

Floor tiles, with dimensions 30/60, d=11cm, surface – matt , coulor gray, including the following characteristics:(meet requirements of UNI EN 14411 –G)        

Page 128: Final Bidding Documents_PA Refurbishement_REBIDDING

56 Section IX. Bill of Quantities

  absorption of water < 0,5% ISO 10545-3          resistance to bending >45N/mm2 ISO 10545-4          resistance to chemical substances ISO 10545 13-14          resistance to freezing ISO 10545-12          resistance to abrupt temperature changes ISO 10545-9          resistance to cracking ISO 10545-11          resistance to surface abrazion ISO 10545-7          GROUND FLOOR m2 160      FIRST FLOOR m2 78      SECOND FLOOR m2 75    

2,2Supply, transport and installation of ready-made treads, dimensions 30x30, the same type as tiles at position 2.1        

  middle treads piece 40      end treads piece 4               3 BASEMENT        

3,1

Supply, transport and installation of gres fine porcelan, dimensions 30x30,surface matt, 8.5 mm wide, colour grey. First class, including the following characteristics:(meet requirements of UNI EN 14411 –G)        

  absorption of water < 0,5% ISO 10545-3          resistance to bending >45N/mm2 ISO 10545-4          resistance to chemical substances ISO 10545 13-14          resistance to freezing ISO 10545-12          resistance to abrupt temperature changes ISO 10545-9          resistance to cracking ISO 10545-11          resistance to surface abrazion ISO 10545-7                   FLOOR m2 332      SOCLE h=10 cm m’ 190      TREADS (redy made) piece 120               

4Supllying, transport and and installation of ceramic tiles used for lining floors and walls in sanitary units.        

4,1

Floor tiles, dimensions 20x20 ,with matt surface, first class glazed porcelain stoneware, including the following characteristics: (meet requirements of UNI EN 14411 –G)        absorption of water < 0,5% ISO 10545-3resistance to bending >45N/mm2 ISO 10545-4resistance to chemical substances ISO 10545 13-14 resistance to freezing ISO 10545-12 resistance to abrupt temperature changes ISO 10545-9resistance to cracking ISO 10545-11resistance to surface abrazion ISO 10545-7

  GROUND FLOOR m2 11      FIRST FLOOR m2 39      SECOND FLOOR m2 15    

4,2Wall tiles, dimensions 20x20 ,with glossy surface, first class glazed porcelain stoneware, including the following        

Page 129: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-57

characteristics:(meet requirements of UNI EN 14411 –G) absorption of water < 0,5% ISO 10545-3resistance to bending >45N/mm2 ISO 10545-4resistance to chemical substances ISO 10545 13-14 resistance to freezing ISO 10545-12 resistance to abrupt temperature changes ISO 10545-9resistance to cracking ISO 10545-11resistance to surface abrazion ISO 10545-7

  GROUND FLOOR m2 45      FIRST FLOOR m2 121      SECOND FLOOR m2 68    

4,3

Wall tiles, dimensions 10x10 , with glossy surface, first class glazed porcelain stoneware, including the following characteristics:(meet requirements of UNI EN 14411 –G)        

absorption of water < 0,5% ISO 10545-3

resistance to bending >45N/mm2 ISO 10545-4

resistance to chemical substances ISO 10545 13-14

resistance to freezing ISO 10545-12

resistance to abrupt temperature changes ISO 10545-9

resistance to cracking ISO 10545-11

resistance to surface abrazion ISO 10545-7

  GROUND FLOOR m2 19      FIRST FLOOR m2 50      SECOND FLOOR m2 32               

5Building a cement flooring, with a dip/downfall 8 cm wide. m2 70    

6

Building a three-layered hydro-insulation, false/blind arch construction at the floor-wall joints, and elastic bond at the syphon. m2 70    

7Coating water-proof sheetrock slabs with u-bond for the purpose of preparatory gluing of ceramic tiles. m2 335    

8

Supllying, transport and and installation of aluminum corner battens for the purpose of finishing the external joints of the ceramic tiles. m' 50    

9

Supllying, transport and and installation of transitional aluminum battens for the purpose of covering the joints between two different floor finishings (tile - laminate). m' 25    

10

Supllying, transport and and installation of a floor batten made of veneered MDF 10 cm high, stained and varnished. m' 731    

11 Supllying, transport and and installation of formwork spacers for inox and rubber doors. piece 50    

Page 130: Final Bidding Documents_PA Refurbishement_REBIDDING

58 Section IX. Bill of Quantities

12

Supllying, transport and and installation of a double floor in the server room, made of rectified polished porcelain on a 40 mm tick wooden panel and aluminum foil placed on a metal sub-structure with polyurethane joint and PVC battens. Detail "1".        

  30 cm high m2 12      15 cm high m2 11    

Total     6. CARPENTRY WORKS        A ALUMINUM CARPENTRY

 

Production of doors and windows from an aluminum thermal break profiles that must have the following technical characteristics or higher:- resistance to wind load class C3/B3- water tightness class E 900- air permeability class 4

1 BASEMENT        

1,1

Production of an aluminum portal with two movable wings and one fixed part, painted with black fire-proof color, vitrified with 10 mm tick fire-proof glass, finished with all necessary ironwork. Detail "1".        

  (370x320cm) piece 1    

1,2

Production of one-wing aluminum door filled with composite panel (BOND), painted with ral 70/16 color, including all necessary ironwork and casings on the openings with "L" angles.        

  (100x210cm) piece 2      Total   2 GROUND FLOOR        

2,1

Production of an aluminum portal with two-winged sensor door, vitrified with termopan glass 4+12+4, painted in ral 70/16 with automatic type "geze" which ensures:        

  automatic regime          free exit          constantly opened          partially opened (winter regime)          constantly closed (locked)          detail "1"          (380X362cm) piece 2    

Page 131: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-59

2,2

Production of a guard room with a door, painted with ral 70/16 color and vitrified with a termopan glass 4+12+4 in the upper zone, whereas with composite panel (BOND) and steel structure according to a given sketch and all the necessary ironwork in the lower zone. Detail "2".        

  (170X208X170cm)X330cm piece 1    

2,3

Production of a portal made of semi-structured facade profiles, painted in ral 70/16 color, vitrified with termopan glass 4+12+4 and one-wing glass door, including all necessary ironwork and steel sub-structure set on the sketch. Detail "3".        

  (259X330cm) piece 1    

2,4

Production of an aluminum portal with two movable wings and one fixed part, painted with black fire-proof color, vitrified with 10 mm tick fire-proof glass, finished with all necessary ironwork. Detail "4". piece 1    

2,5

Production of one-wing aluminum, filled with composite panel (BOND), painted with ral 70/16 color, including all necessary ironwork and casings on the openings with "L" angles.        

  (70X210cm) piece 2      Total   3 FIRST FLOOR        

3,1

Production of an aluminum portal with two movable wings and one fixed part, painted with black fire-proof color, vitrified with 10 mm tick fire-proof glass, finished with all necessary ironwork. Detail "1".        

  (180X275cm) piece 1    

3,2

Production of fixed partitions and one-wing aluminum painted with ral 70/16 color and vitrified with termopan glass 4+12+4 and with all the necessary ironwork and "L" angles. Detail "2".        

  (90+90+92)X275cm piece 1    

3,3

Production of fixed partitions and one-wing aluminum painted with ral 70/16 color and vitrified with termopan glass 4+12+4 and with all the necessary ironwork and "L" angles. Detail "3".        

  (90+(80H4)X275cm piece 1    

3,4

Preparation of a fixed aluminum windows, painted with ral 70/16 color and vitrified with a termopan glass 4+12+4, with steel structure according to a given sketch. Detail "4".        

  398H175sm piece 1    

Page 132: Final Bidding Documents_PA Refurbishement_REBIDDING

60 Section IX. Bill of Quantities

3,5

Production of one-wing aluminum doors in the WC filled with composite panel (BOND), painted with ral 70/16 color, including all necessary ironwork and casings on the openings with "L" angles.        

  (70X210cm) piece 5      (80X210cm) piece 2      (100X210cm) piece 1      Total   4 SECOND FLOOR        

4,1

Production of an aluminum portal with two movable wings and one fixed part, painted with black fire-proof color, vitrified with 10 mm tick fire-proof glass, finished with all necessary ironwork. Detail "1".        

  (180X275cm) piece 1    

4,2

Production of an aluminum portal with two one-wing doors and a fixed part, painted with ral 70/16 color and vitrified with termopan glass 4+12+4 and with all the necessary ironwork and metal sub-structure. Detail "2".        

  (628X275cm) piece 1    

4,3

Preparation of a fixed windows, painted with ral 70/16 color and vitrified with termopan glass 4+12+4, with steel sub-structure, boarded with "L" angles. Detail "2".        

  (200X275cm) piece 1    

4,4

Production of one-wing aluminum doors, painted with ral 70/16 color, vitrified with termopan glass 4+12+4, boarded with "L" angles.        

  (100X210cm) piece 4    

4,5

Production of an aluminum portal with one wing-door and one fixed part) , painted with ral 70/16 color, vitrified with termopan glass 4+12+4, including all necessary ironwork. Detail "4".        

  386H 246cm piece 1    

4,6

 Production of one-wing aluminum doors in the WC filled with composite panel (BOND), painted with ral 70/16 color, including all necessary ironwork and casings on the openings with "L" angles.        

  70H 210cm piece 4      80H 210cm piece 2    

Total   B FIRE ESCAPE DOORS        

Page 133: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-61

 

of fire escape doors, resistance up to 90 min, includes a pusher (shock absorber) and electro-magnet to control the entrance, with all necessary ironwork.        

  100X210cm piece 5    

 

Supply, transport and installation of fire escape doors, resistance up to 90 min, includes a pusher (shock absorber) and an ordinary lock with all necessary ironwork.        

  100X210cm piece 3      Total   V INTERIOR DOORS        

 

Supply, transport and installation of interior doors, MDF finished with white oak laminate containing horizontal rings, and MDF casing made of 11 cm tick wenge laminate , finishing resistant to abrasion and scratching.        

  80X210cm piece 5      90X210cm piece 18      Total     RECAPITULATION        A ALUMINUM CARPENTRY        1 BASEMENT        2 GROUND FLOOR        3 FIRST FLOOR        4 SECOND FLOOR        B FIRE ESCAPE DOORS        V INTERIOR DOORS              Total  

    18% VAT  

  Grand Total    7. WOODEN ELEMENTS         1 GROUND FLOOR        

1,1

Production and installation of an entrance desk. The front (face frame) part, the desktop, the wood carving and the exterior side of the socle are made from MDF painted with polyurethane or with veneered stained and varnished MDF. The interior side of the desk, the stations and the desktop are made of tempered chipboard. Detail "1".        

  3,86X1,05H0,60cm piece 1    

Page 134: Final Bidding Documents_PA Refurbishement_REBIDDING

62 Section IX. Bill of Quantities

1,2

Production and installation of a working desk in the security room, the desktop and the elements under the desktop are made of tempered chipboard, lined with cant ABS tape. Detail "2".        

  3,81X0.75X.0,72cm piece 1    

1,3

Production and installation of wooden veneers in an elevator made with MDF staining, varnished with plyurethane. Detail "3".        

  7,06X3,30cm piece 1    

1,4Production and installation of ceiling veneers on the ground floor made of veneered MDF. Detail "4".        

  2,40X0,50X0,30cm piece 6      2,29X0,45X0,30cm piece 2      3,12X2,60X0,30 piece 1    

1,5

Production and installation of 12 cm high parapet boarding on the ground floor made of veneered MDF, stained and varnished. Detail "5" m' 23    

  Total   2 FIRST FLOOR

2,1

Production and installation of a segment of a veneered oak MDF, stained and varnished, girders, socle indented with a 5 mm matched joint with metal and wooden sub-structure. Detail "1" and "2".        

  pillars - 2,75X0,65X0,18cm piece 10    

  girders - 1,74X0,65X0,18cm piece 12    

2,2

Production and installation of wooden veneers in an elevator made with MDF staining, varnished with plyurethane. Detail "3"        

  4,24X2,01X0,30cm piece 1    

2,3

Production and installation of cupboards made of tempered chipboard lined with ABS cant tape, also the back side is made of tampered chipboard. The front (face frame) side is made of sliding doors and sand-blasted 5 mm glass with aluminum hardware. Detail "4".        

  1,82X2,40X0,64cm piece 2    

2,4

Production and installation of cupboards made of tempered chipboard lined with ABS cant tape, also the back side is made of tampered chipboard. The front side (face frame) is made of sliding doors and sand-blasted 5 mm glass with aluminum hardware. Detail"5"        

  2,70X2,40X0,45cm piece 1    

2,5

Production and installation of wooden veneers in an elevator made with MDF staining, varnished with plyurethane.Detail."6"        

Page 135: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-63

  3,97X2,65cm piece 1      Total   3 SECOND FLOOR

3,1

Production and installation of a kitchen made of tempered venge chipboard with aluminum handles, a washbasin without a faucet, and a kitchen desktop. Detail "3".        

  lower elements 3,55X0.60X0,85cm m' 3,55      upper elements 2,55X0.60X0,90cm m' 2,55    

3,2

Production and installation of a desk made of veneered oak MDF, stained and varnished. 8 cm thick front (face frame) MDF painted with polyurethane color, case sides, shelves and socle made of black tempered chipboard. Detail "2".        

  3,00X0,45X1,05cm piece 1    

3,3

Production and installation of a bar counter made of veneered MDF, stained and varnished, with metal legs, profile 4x4, painted with black granulat. Detail "3".        

  4,90X0,45X1,05cm piece 1    

3,4

Production and installation of cupboards made of tempered chipboard and lined with ABS cant tape, case back made of tempered chipboard as well. Front (face frame) made of sliding doors and sand-blasted 5 mm glass with aluminum hardware. Detail "4".        

  1,65X12,40X0,50cm piece 1    

3,5

Production and installation of cupboards made in combination of veneered MDF and tempered chipboard with the necessary ironwork whereas the partition wall will be made of veneered MDF. Details "5" and "5-A"        

  2,00x2,60x0,50 piece 2    

3,6

Production and installation of wooden veneers by the elevator made of veneered MDF, stained and varnished in combination with black shiny MDF. Detail "6".        

  3,97x2,50cm piece 1       4 ADDITIONAL EQUIPMENT        

4,1

Production and installation of staircase railing (finishing of an existing railing), a handrail and boardings made of solid oak. See detail on design sheet number 4, under section “wooden elements” m' 34    

4,2

Finishing work on existing cupboards, assemblage of 2,5 cm tick tampered chipboard socle, lined with ABS cant tape in the upper and lower zone, and legs made of solid wood 6x6x6 cm. According to the detail on design sheet no.5.        

  cupboards 2,70x0,45cm piece 4      cupboards 1,80x0,45cm piece 7      cupboards 1,50x0,45cm piece 4    

Page 136: Final Bidding Documents_PA Refurbishement_REBIDDING

64 Section IX. Bill of Quantities

  cupboards 2,40x0,45cm piece 5      cupboards 0,90x0,45cm piece 1    

4,3

Production and installation of window sills, 14 cm wide and 4 cm high, made of veneered MDF, stained and varnished. m' 115    

4,4

Supply, transport and installation of Quattro type desk partition panels, 140/1/48cm, made of 10 mm gray MDF with aluminum clamps for joining the workstation.

piece 15    

4,5

Supply, transport and installation of Quattro type desk partition panels, 80/1/48cm, made of 10 mm gray MDF with aluminum clamps for joining the workstation.

piece 14            Total                                      RECAPITULATION        1 GROUND FLOOR        2 FIRST FLOOR        3 SECOND FLOOR        4 ADDITIONAL EQUIPMENT              Total  

      18% VAT  

  Grand Total     8. DECORATIVE VERTICAL BLINDS         

 

Supply, transport and installation of vertical blinds, Clipper.

m2 310    

1Coverage and protection of luminous openings that must have the following characteristics:      

1,1 lamella (slat) dimensions (thickness): 0.45±0.05mm          lamella (slat) dimensions (width): 90mm          weight of material: 150±5gr/m2          weight of mechanism: 35±5gr/m2          total weight: 185±10gr/m2        

  material on the base: 51% poliester, 49%polipropilen          (trevira, fiberglass, shantung)          colors of the material: 7–8 types          Constancy of material: very good          the material is fire-proof          reflexion of light: 40%          permeability of light: 58%        

Page 137: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-65

  cleaning: not necessary        

 

Supply, transport and installation of (double) ceiling rail. m2 90    

1,2 contents: 100% aluminum          width: 50mm          weight: 300gr/m2          quality:21 mmikron, fired color, lamella (slat) enrichment 90-180                   Total  

        18% VAT  

  Grand Total   9 FAÇADE        

1Dismantling, transport and storage of the existing façade made by the manufacturer Alumina. m2 625    

2

Preparation, transport and installation of an aluminum semi-structural facade structure made of aluminum thermal break profiles that must have the following technical characteristics or higher:- resistance to wind load class C3/B3- water tightness class E 900- air permeability class 4 m2 625    

 Ironwork: Standard, eloxated in a nuance similar to the existing façade.        

 Rubber gaskets: The rubber gaskets will correspond to the system design, EPDM quality        

 

Filling: Thermopan glass on the outside, sun proof (classic annealed) 15 mm air space, argonized, and an inside 4 mm glass with a low emission (k14).        

 

Closure of the façade structure in the upper and lower zone, alcobond in the same color with the aluminum profiles        

3

Preparation and assemblage of aluminum windows, horizontally and vertically hung, 110/170cm, with thermo-insulated profiles.

piece 54    

 Ironwork: Standard, eloxated in a nuance similar to the existing façade.        

 Rubber gaskets: The rubber gaskets will correspond to the system design, EPDM quality        

 

Filling: Thermopan glass on the outside, sun proof (clasic annealed) 15 mm air space, argonized, and an inside 4 mm glass with a low emission (k14).        

 

Closure of the façade structure in the upper and lower zone, alcobond in the same color with the aluminum profiles        

                   Total          18%  

Page 138: Final Bidding Documents_PA Refurbishement_REBIDDING

66 Section IX. Bill of Quantities

VAT      Grand Total   10 OTHER WORKS        

1Supply, transport and installation of sanitary appliances in sanitary units        

 

hand dryer – automatic-Cover construction of cast aluminum-Powder coated baked enamel in an appliance white finish. -Active infrared sensor with vandal circuit shut off function.

piece 8    

 

paper towel holder-from ABS hard plastic in shiny finish-hiden mechanizm-visual control of capacity-paper – with( z packing) piece 12    

 

liquid soap dispenser-from ABS hard plastic in shiny finish-visual control of capacity piece 8    

 inox -litter bin-stainlles aluminium 5l. bin with push up mehanizm piece 12    

 brushes for cleaning WC suites-stainlles aluminium piece 12    

  air refreshner- automatic piece 8    

 

Supply, transport and installation of aluminum frame mirrors for sanitary units with the following dimensions:

       2 140X120cm piece 2      200X120cm piece 2      250X120cm piece 1      70X120cm piece 2    3 Full clean-up of the structure before official usage. m2 1700    

4Elevator condition check-up for the purpose of putting it back to function.

Lump sum      

5

Supply, transport and installation of inox holders by the toilet bowl and the sink in the disabled persons' bathroom.

piece 1    

6Varnishing of the existing fence with black antracit metal color, two coatings m' 24    

7Supply, transport and installation of rubber tape (anti-sliding) for the treads. m' 120    

                   Total  

        18% VAT  

      Grand Total     RECAPITULATION        1 PREPARATORY WORKS        2 CONSTRUCTION WORKS        

Page 139: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-67

3 SHEETROCK WORKS        4 WALL PAINTING WORKS        5 FLOOR WORKS        6 CARPENTRY WORKS        7 WOODEN ELEMENTS        8 DECORATIVE VERTICAL BLINDS        9 FAÇADE        10 OTHER WORKS            Total  

    18% VAT  

  Grand Total  

Electrical Works

no.

Pos. Description unit Quantity Unit price

Total price

1 2 3 4 5 6 7    PRE-MEASUREMENT            with material specifications            ELECTRICAL INSTALLATIONS

                        -All items need to be finished in terms of supplying,

transport, storage at a construction-site, installation of materials, connection, and completion of separate installations with necessary small materials, entirely ready for work.        

                            1 STRONG CURRENT INSTALLATIONS                     

Page 140: Final Bidding Documents_PA Refurbishement_REBIDDING

68 Section IX. Bill of Quantities

    1.1. POWER SUPPLY          1 NN lead from existing 0.4kV device with power switch-

fuse 630/500A, pc. 1                   2 Supply cable from TS to MGRO laid on a cable shelve

NYY-4X150mm2, m. 170                   3 Cable shelve PNK200, h=50mm; l=2m pc. 40                   4 Bracket shelve carriers KZ200, pc. 85                   5 Cable connection on both ends, pc. 1                   6 Meter switchboard cabinet MGRO, made up of two parts,

physically and electrically separated with special doors, i.e.

           gauge part with            3pcs. Power substation 500/5A            1 pc. Three phase electrical odometer kWh/kVAr            a part for switchboard with pc. 1                   7 Power supply cable from ADA to the TRANSFER PANEL

laid on a cable shelve (40%) and in a ditch in the ground (60%) NYY-4X150mm2, m. 70    

               8 Digging a ditch in the ground - III. category,0.4x08m,

covering up and compressing included m. 40                   9 Fine sand m3 2                   10 Signaling track m. 40                   11 Penetration through a concrete wall with F110mm pc. 1                   12 Tube PVC F100 with l=2m pc. 1                   13 Power supply cable from DGRT to UPS laid on a cable

shelve NYY-4X70mm2+NYY-J-1X35mm2, m. 32                     total 1.1

                        1.2 1kV Switchboard          1 Lead out lines from MGRO to GRT inside the object with

cables laid on a shelve            NYY 4x150mm2 m. 45        NYY -J-1x95mm2 m. 30                   2 Lead out lines from GRT,DGRT,UGRT to RT            NYY -4X95mm2 m. 15    

Page 141: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-69

    NYY -J-1X50mm2 m. 15        NYY -J-5X10mm2 m 340        NYY -J-5X6mm2 m. 175        NYY -J-5X4mm2 m. 25        total 1.2 :                         1.3. Switchboards                       1 Metal free standing switchboard cabinet. Overall

equipment is planned for DIN rail. IP43, TN-C/S. This description is valid for all under mentioned positions.

                      1,1 GRT:            1pc. automatic power switch with voltage switch 250A/

R250, OI 220V with additional contacts (1+1)            1pc. automatic power switch with voltage switch 250A/

R200, OI 220V with additional contacts (1+1)            4pcs.automatic power switch with voltage switch 63A/

R50, OI 220V with additional contacts (1+1)        

    2pcs.automatic power switch with voltage switch 63A/ R32, OI 220V with additional contacts (1+1)

           1pc.automatic power switch with voltage switch 32A/ R25,

OI 220V with additional contacts (1+1)            4pcs. Automatic fuse V10A/1p              pc. 1      1,2 DGRT:            1pc. automatic power switch with voltage switch 250A/

R150, OI 220V with additional contacts (1+1)            1pc. power switch-fuse 250/160,3r            2pcs. automatic power switch with voltage switch 63A/

R50, OI 220V with additional contacts (1+1)            3pcs.automatic power switch with voltage switch 63A/

R32, OI 220V additional contacts (1+1)            4pcs. Automatic fuse V10A/1p pc. 1                   1,3 UGRT:            1pc. Toggle switch 1-2, 200A,3r            3pcs.automatic power switch with voltage switch 63A/

R50, OI 220V with additional contacts (1+1)        

    3pcs. automatic power switch with voltage switch, 63A/ R32, OI 220V with additional contacts (1+1)

           1pc. automatic power switch with voltage switch 63A/ R25,

OI 220V with additional contacts (1+1)        

    4pcs.automatic fuse V10A/1p pc. 1                              

Page 142: Final Bidding Documents_PA Refurbishement_REBIDDING

70 Section IX. Bill of Quantities

  2

Switchboard consisted of three parts (net, aggregate and UPS voltage) to be installed, the equipment is planed for a DIN rail. IP43, and a protection system is TN-C/S. This description is valid for all under mentioned positions.        

                            2,1 RT-01/DRT-01/URT-01            RT-01            1pc. Switch 40A,3p            2pcs. Protection switch FID25A/0.1A/4p            2pcs. El.magnetic switch 20A,2r            1pc. El.magnetic switch 20A,1r            18pcs. Automatic fuses I B16A,1p            5pcs. Automatic fuses I C10A,1p            3pcs. Automatic fuses I C50A,1p            3pcs. Toggle switch 1-0-2 16A,1r            4pcs. Cathode drains

Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V            DRT-01            1pc. Switch 40A,3p            2pcs. Protection switch FID25A/0.1A/4p            16pcs. Automatic fuses I B16A,1p            1pcs. Automatic fuses I C10A,1p            18pcs. Automatic fuses I B10A,1p            7pcs. Bistable relay 16A,1r            3pcs. Automatic fuses I C50A,1p            4pcs. Cathode drains

Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V            URT-01            1pc. Protection switch FID25A/0.1A/4p            9pcs. Automatic fuses I B16A,1p            3pcs. Automatic fuses I C50A,1p            4pcs. Cathode drains

Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V              pc. 1                   2,2 RT-1.1/DRT-1.1/URT-1.1            RT-1.1            1pc. Switch 63A,3p            4pcs. Protection switch FID25A/0.1A/4p            2pcs. El. Magnetic switch 20A,3r            1pc. El. Magnetic switch 20A,1r            27pcs. Automatic fuses I B16A,1p            7pcs. Automatic fuses I C10A,1p            3pcs. Automatic fuses I C50A,1p            3pcs. Toggle switch 1-0-2 16A,1r            4pcs. Cathode drains

Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V                     

Page 143: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-71

    DRT-1.1            1pc. Switch 40A,3p            4pcs. Protection switch FID25A/0.1A/4p            18pcs. Automatic fuses I B16A,1p            15pcs. Automatic fuses I B10A,1p            3pcs. Automatic fuses I C50A,1p            4pcs. Cathode drains

Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V            URT-1.1            1pcs. Switch 40A,3p            2pcs. Protection switch FID25A/0.1A/4p            17pcs. Automatic fuses I B16A,1p            3pcs. Automatic fuses I C50A,1p            4pcs. Cathode drains

Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V              pc. 1                   2,3 RT-1.2/DRT-1.2/URT-1.2            RT-1.2            1pcs. Switch 63A,3p            6pcs. Protection switch FID25A/0.1A/4p            1pcs. El. Magnetic switch 20A,3r            1pcs. El. Magnetic switch 20A,1r            29pcs. Automatic fuses I B16A,1p            4pcs. Automatic fuses I C10A,1p            3pcs. Automatic fuses I C50A,1p            2pcs. Toggle switch 1-0-2 16A,1r            4pcs. Cathode drains

Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V            DRT-1.2            1pcs. Switch 63A,3p            5pcs. Protection switch FID25A/0.1A/4p            23pcs. Automatic fuses I B16A,1p            10pcs. Automatic fuses I B10A,1p            3pcs. Automatic fuses I C50A,1p            4pcs. Cathode drains

Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V            URT-1.2            1pcs. Switch 63A,3p            3pcs. Protection switch FID25A/0.1A/4p            21pcs. Automatic fuses I B16A,1p            3pcs. Automatic fuses I C50A,1p            4pcs. Cathode drains

Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V              pcs. 1                   2,4 RT-2.1/DRT-2.1/URT-2.1            RT-2.1            1pcs. Switch 63A,3p            2pcs. Protection switch FID25A/0.1A/4p        

Page 144: Final Bidding Documents_PA Refurbishement_REBIDDING

72 Section IX. Bill of Quantities

    1pcs. El. Magnetic switch 20A,2r            1pcs. El. Magnetic switch 20A,1r            24pcs. Automatic fuses I B16A,1p            3pcs. Automatic fuses I C10A,1p            3pcs. Automatic fuses I C50A,1p            2pcs. Toggle switch 1-0-2 16A,1r            4pcs. Cathode drains

Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V            DRT-2.1            1pcs. Switch 40A,3p            2pcs. Protection switch FID25A/0.1A/4p            14pcs. Automatic fuses I B16A,1p            9pcs. Automatic fuses I B10A,1p            3pcs. Automatic fuses I C50A,1p            4pcs. Cathode drains

Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V            URT-2.1            1pcs. Switch 40A,3p            2pcs. Protection switch FID25A/0.1A/4p            14pcs. Automatic fuses I B16A,1p            3pcs. Automatic fuses I C50A,1p            4pcs. Cathode drains

Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V              pc. 1                   2,5 RT-2.2/DRT-2.2/URT-2.2            RT-2.2            1pcs. Switch 63A,3p            4pcs. Protection switch FID25A/0.1A/4p            1pcs. El. Magnetic switch 20A,3r            24pcs. Automatic fuses I B16A,1p            3pcs. Automatic fuses I C10A,1p            3pcs. Automatic fuses I C50A,1p            1pcs. Toggle switch 1-0-2 16A,1r            4pcs. Cathode drains

Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V            DRT-2.2            1pcs. Switch 63A,3p            3pcs. Protection switch FID25A/0.1A/4p            15pcs. Automatic fuses I B16A,1p            12pcs. Automatic fuses I B10A,1p            3pcs. Automatic fuses I C50A,1p            4pcs. Cathode drains

Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V            URT-2.2            1pcs. Switch 63A,3p            3pcs. Protection switch FID25A/0.1A/4p            15pcs. Automatic fuses I B16A,1p            3pcs. Automatic fuses I C50A,1p        

Page 145: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-73

    4pcs. Cathode drains Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V        

      pc. 1                   2,6 URT-S.S            1pcs. Switch 63A,3p            4pcs. Protection switch FID25A/0.1A/4p            15pcs. Automatic fuses I B16A,1p            3pcs. Automatic fuses I B10A,1p            3pcs. Automatic fuses I C10A,1p            3pcs. Automatic fuses I C50A,1p            4pcs. Switch 1-2 16A,1r            3pcs. Switch 1-2 16A,3r            4pcs. Cathode drains

Sp140:Imax40kA:In15kA:Up1.2kA:Uc275V              pc. 1                   2,7 RT-1            1pcs. automatic power switch with voltage switch 250A/

R200, OI 220V with additional contacts (1+1)            1pc. power switch-fuse,250/160,3r            2pcs. power switch-fuse,125/63,3r            6pcs. Automatic fuses V16A/1p              pc. 1                   2,8 DRT-1            1pcs. Switch 40A,3p            10pcs. Automatic fuses I B10A,1p           

  pc. 1        total 1.3                                                   1.4. LIGHTS                       1 PS2 x FC36W HC-RR-T8 water-tight upgradable lamp

with a prismatic cap IP65 and IK07 with a bulb.

pcs. 67                   2 Supply, transport and installation of a panic lamp with a

separate outlet and battery anatomy of 3 hours with 2xFC8W and IP 65 protection.

pcs. 5                   3 Supply, transport and installation of a panic lamp with a

separate outlet and battery anatomy of 3 hours with 1xFC8W and IP 65 protection.

pcs. 22    

Page 146: Final Bidding Documents_PA Refurbishement_REBIDDING

74 Section IX. Bill of Quantities

               4 Lamp with motion sensors GR-54 with IP54 protection and

output power of 1200W.

pcs. 7                   5 Built-in round lamp TC-TEL-2x26W GX 24q with "Cross"

mirror raster set of bulbs.

pcs. 245                   6 Built-in square lamp TC-TEL-2x26W GX24q3 with a

mirror raster set of bulbs.

pcs. 5                   7 Ball lamp white O/H14.5/12, upgradable chrome color with

a set of bulbs 75w 230v GU10.

pcs. 24                   8 Ceiling lamp alu/acrylic whit E-trans., clear color with a set

of QRB 111 50W G53 bulbs.

pcs. 32                   9 Ceiling lamp alu/acrylic whit E-trans., black color with a

set of QRB 111-2x50W G53 bulbs.

pcs. 6                   10 Ball lamp white O/H:14.5/12, hanging lamp, chrome color

with a set of QRB 1x75W bulbs.

pcs. 14                   11 Alu natural O/H/D 12,5/20,5/13 cm wall lamp with a set of

ES-111 2x50W Gu10 bulbs.

pcs. 4                   12 Silver grey L/W/H:70,5/14/20,5sm wall lamp with a EVG

incl. T5 2x24W G5 bulb. pcs. 12    

               13 Built-in lamp with standard EVG and a T16 G5 2x39W

bulb.

pcs. 1                   14 Built-in lamp with standard EVG and TC-L 2G11 2x18W

bulb.

pcs. 6                 

Page 147: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-75

  15 Ceiling sphere lamp, white color with standard EVG and a T-16-R/TC-DEL 1h55W+ 1x26W bulb.

pcs. 1                   16 Upgradable lamp, black color with a T16-=R2Gh13 1x22W

bulb.

pcs. 4                   17 Upgradable lamp with a GU10 2x50W bulb.

pcs. 2                   18 Built-in lamp 6000mm long, with parallel bulb holder, and

a 4x2h49W bulb.

pcs. 2                   19 Built-in lamp, 6000mm long with Inset/1 lamp offset bulb

holders and a T16 G5 1x54+2 x 1x54 + 2x1,80 bulb.

pcs. 4                   20 Built-in lamp 3000mm long, with Inset/1lamp offset bulb

holders and a T16G5 1x54+2x1x39+2x1x54 bulb.

pcs. 40                   21 Built-in lamp1500mm long, with Inset/1lamp offset bulb

holders and a T16G5 1h49W bulb.

pcs. 11                   22 Built-in lamp 7500mm long, with Inset/1lamp offset bulb

and a T16G5 1x39+1x54+2h1x49W bulb.

pcs. 2                   23 Built-in lamp with a semi-round profile and a T16 G5

4h24W bulb.

pcs. 3                   24 Hanging round lamp, ф525, black color with standard EVG

and a T16-R/TC-DEL 1x55W bulb + 1x26W.

pcs. 3                   25 Hanging lamp, Y form, ф1158, direct and indirect light

with multi EVG and a T16 G5 3x24W bulb.

pcs. 3                   26 Hanging lamp, alu/acrylic, L/W/H: 119/4/6 cm, with

standard EVG, grinded aluminum color and a T5 54W.

pcs. 5    

Page 148: Final Bidding Documents_PA Refurbishement_REBIDDING

76 Section IX. Bill of Quantities

               27 Wall lamp, alu/acrylic, L/W/H:119/4/6 cm, with standard

EVG and a T5 54W bulb.

pcs. 4                   28 Hanging lamp, alu/glass, L/W/H:90/14/8,

canopy-L/W/H:7,4/4/2.5 cm natural aluminum color and a T5 2h39W bulb. pcs. 1    

               29 Wall lamp, alu/acrylic, L/W/H:59/4/6 cm, with standard

EVG and a T5 24W bulb.

pcs. 1                   30 Upgradable ceiling lamp, alu/acrylic, L/W/H:23,5/17/12

cm, black color with a QRB 111 50W bulb.

pcs. 8                   31 Built in lamp 4000mm long with Inset/1 lamp offset bulb

holders and a 2x2x1x39+1x39W bulb.

pcs. 10                   32 Upgradable round lamp, ф650, with standard EVG and

TC-L 2G+T16G5 2x24W + 4x24W bulb, black color.

pcs. 6                   33 Hanging lamp, white color and a T16G5 4x24W bulb,

L/B:635/635 mm.

pcs. 5                   34 Hanging lamp with 3 balls, ф/H:14,5/12 cm, canopy ф/H:

8,5/2cm, chrome color, with a set of ES 111 3x75W bulbs.

pcs. 2                   35 Hanging lamp, antracite/transparent 60, ф/H:33/42 cm,

canopy ф/H: 12,5/3,5cm, bulb HQI E27 230V 150W and a standard VVG.

pcs. 30                   36 Reflector lamp with IP65 protection, alu,

W/H/D:31/42/12.5 cm, shiny grey color and a ELT 2x24W bulb. pcs. 4    

                 total 1.4                         1.5 INSTALLATION MATERIALS                       1 Sockets with protective contact for mounting on a wall,

water resistant, 16A, with lid, fix up on a wall            single phase pcs. 5    

Page 149: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-77

    three phase pcs. 3                   2 Switches for mounting on a wall, water resistant , 10A            regular pcs. 5        serial pcs. 3        OG outlet box pcs. 2                   3 Sockets with protective contact for mounting on a wall ,

16A,            single phase -single pcs. 64        single phase - double pcs. 62        three phase pcs. 1                   4 Switches for mounting on a wall, 10A            regular pcs. 18        serial pcs. 69        function key pcs. 4                   5 Cable laid on a wall on shelve 80% and in a hose in wall

20%            NYM-Y-5X2,5mm2   50        NYM-Y-3X2,5mm2 m. 13500        NYM-Y-5X1,5mm2 m. 100        NYM-Y-4X1,5mm2 m. 200        NYM-Y-3X1,5mm2 m. 5000                   6 Potential equalizing box (EP[), including fixing to a post

with connection to the existing track FeZn25X4mm

pc. 1                   7 Production of devices for penetration through a cement

block, set with returning to its original state pcs. 20                     total 1.5 :                                      1.6 CABLE SHELVES                         Procurement, delivery and assemblage of the entire

equipment for cable covers used for horizontal and vertical placement of cables, including the entire necessary auxiliary material. The entire equipment must be made out of steel hot-galvanized material.        

               1 Bracket shelve carriers together with steel key and fixing

with bolting            for shelves 200 pcs. 290        for shelves 400 pcs. 62                 

Page 150: Final Bidding Documents_PA Refurbishement_REBIDDING

78 Section IX. Bill of Quantities

  2 Perforated cable shelve set up on a already prepared holders, with l=2 m and height h=50 mm and width:        

    200 mm. pcs. 144        400 mm. pcs. 28                   3 Flat connection to cable shelves - bolting material included,

with dimensions            200 mm. pcs. 260        400 mm. pcs. 52        total 1.6                                                   1.7 PARAPET CONDUIT           

Mural two-piece plastic conduit for wall installation, with an internal compartment, with the option to install sockets in the corresponding installation boxes, dimensions:        

    - 160 x65 mm ; l = 2000 mm pcs. 40        -compartment carriers pcs. 40        -division compartment pcs. 40        - lid 65mm pcs. 80        -end lid pcs. 76        -mechanism carriers for 2 modules pcs. 646        -mechanism carriers for 4 modules pcs. 646        -mechanism carriers for 8 modules pcs. 646        -isolation box for 2 modules pcs. 2250        Schuko -single phase double socket to be installed in a

conduit,16A;250V; connection included. pcs. 912        Schuko -single phase double socket to be installed in a

conduit, red,16A;250V; connection included.   342                     double telephone and computer socket (cat. 6 ) with 2x RJ

45. pcs. 646        total 1.7            TOTAL SUM 1.                                                   2. WEAK CURRENT INSTALLATIONS                                      2.1. CCTV SYSTEM                       1 Dome Color camera with a fixed lens, Color Dome, 420

TVL,  1/4" SUPER HAD CCD, (standard incl. f 3,6mm lens), DC12V.

pcs. 4                 

Page 151: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-79

  2 Color high resolution camera 480 TVL 1/3" SUPER HAD CCD, 0.1 Lux, AC 230V, located in a metal housing with electric fire and lens auto iris 3,5 to 8mm.

pcs. 5                   3 Digital video recorder with following technical

characteristics:Operating system embedded OSVideo format S/W MPEG4Video input 16Video loop output 16Display rate 480/400 fpsRecording frame rate(CIF) 480/400 fpsRecording frame rate(VGA) 240/200 fpsRecording frame rate(D1) 160/128 fpsAudio input 16Sensor/relay 4/4(expandable)DVD-RW yesRemovable HDD tray 2removable HDDDOM 2GBEthernet RJ-45,10,100,1000 MbpsUSB 2.0 Front 2 ports, Rear 4 portsLCD displayRemote control pc. 1    

               4 Monitor VGA LCD 19" pc. 1                   5 UPS 1500 VA pc. 1                   6 Connection of all elements and system adjustment pc. 1                   7 Small operating supplies, installation, programming,

training, technical documentation Lump sum      

                8 Cable delivery and installation for transmitting video

signals RG59/U 75 Ohm, power supply cable PP/J 3x0,75mm m. 280    

               9 Flexible plastic hose F16 m. 250        total 2.1                         2.2 FIRE PROTECTION SYSTEM                       1 Delivery, installation and activating an addressable PP

center with 1 fire circles, relay output with telephone signaling to a number of the Fire Protection brigade, with spare batteries addressable fire detection Control panel.

pc. 1

                

Page 152: Final Bidding Documents_PA Refurbishement_REBIDDING

80 Section IX. Bill of Quantities

  2 Delivery, installation and activating an addressable optical smoke detector.

pcs. 41

                  3 Delivery, installation and activating an addressable thermo

differential detector.pc. 1

                  4 Delivery, installation and activating an addressable hand

fire signaler.pcs. 6

                  5 Delivery, installation and activating an addressable internal

siren.pcs. 4

                  6 System programming, training, activating and ATEST                       7 Special purpose cable for PP installation SASO

208HTAAH 4X0,38mm m. 520                   8 Flexible PVC hose F16 m. 500                     Total 2.2 :                         2.3 ACCESS CONTROL                       1 Delivery, installation and activating a Terminal/controller

type. AC -215 built-in spare battery 7 Ah included.pcs. 3

       Advanced Scalable Networked Access Controller        One or Two-Door (2-Reader IN/OUT, IN/IN) topology,

networked up to 256 panels to one PC.                     Delivery, installation and activating a 125 KHz Proximity

reader for external mounting.pcs. 6

                    Software module for organized approach for connection of

up to 32 controllers AS-215 Veritrax Level 0 = 1 to 32 panels (64 Doors).

pcs. 1

                    Proximity cards 125 KHZ pcs. 50                     Electrical locks pcs. 3                     Door pushers pcs. 3                     cable RR/J 3x0.75mm m. 25                 

Page 153: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-81

    Flexible tube F13.5 m. 20                     Programming, training, activating             total 2,3                                      2.4 CONTROL OF WORKING HOURS                       1 Programmable Ethernet Terminals for Data Collection, Time

& Attendance and Access Control

Integrated Ethernet/IP Interface with P.O.E (Power over Ethernet) support 

GSM: frequency 900mhz/1800mhz

WLAN 802.11b

Analog Modem version (speed: nominal 19200bps, 38400 compressed)  

pcs. 1

      

                  2 Software for working hours records pcs. 1

                  3 No contact cards ISO Prox 125 KHz pcs. 37                   4 No contact cards printing, color on one side, black and

white on the other pcs. 37

     5 Activating, programming and training            total 2.4                         2,5 TELEPHONE AND COMPUTER

SWITCHBOARDS                         NOTE            the active equipment is not subject of this project, this shall

be specified by the contractor after the defining of the network type and its configuration        

               1 Rack for wall mounting, with 18U, socket on 220VAC

included, with ventilation pcs. 3                   2

To lead a connection to a city PTT network, connecting of the existing cable and necessary material included pcs. 1    

             

Page 154: Final Bidding Documents_PA Refurbishement_REBIDDING

82 Section IX. Bill of Quantities

  3 The connection from the RACK cabinet to the socket with cable FTP4X2X0,51mm flore 6 lead on shelve (80%) and inserted in a tube in the wall(20%), with l=25m

pcs. 310                   4 Flexible tube F16mm, in a wall with l=3m pcs. 310                   5 Socket 2XRJ45, installation box for wall mounting

included pcs. 25                   6 Installation testing and activating pcs. 1        NOTE            conduit sockets are specified in pos.1.7, cable shelve is

specified in pos. 1.6            total 2,5            total sum 2                         3 DIESEL AGGREGATE                       1 Delivery, transport and mounting a temporary concrete

fundament, hooded automatic diesel aggregate compact execution with power 200kVA. The aggregate holds a reservoir, an AKU-battery with command box and every necessary additional material.

pcs. 1                   2 Installation, connection and activation pcs. 1                   3 The transfer panel is a product of the same company as the

aggregate, 500A, connection included, work ready

pcs. 1        total sum1+2+3 to 3:

                    

Page 155: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-83

    4 UPS       

  1Delivery, transport and installation of a central device for uninterruptible power supply UPS 3x400V+N, 50Hz 100kVA, 80kW, cosφ=0.98 Run time(up to) 5min at full loadInput voltage margins ±1%Static load ±1%Dinamic load ±1% Level of noise ≤ 67dbAcu battery placed in separate boxIntegrated with port for central monitoring

pcs. 1                   2 Connecting, activating , issuing certificates and warranty

by an official

pcs. 1                     total 1+2 to 4:                                      5 ELECTROMOTOR SWITCHBOARD FOR

THERMOTECHNICAL INSTALLATIONS                       1 cable laid on on cable shelves            NYY-4X70mm2 m. 50        NYY-J-1X35mm2 m. 50        IY(st)Y 2X2x0.8mm m. 340        NYY-J-4X4mm2 m. 40        NYY-J-5X2.5mm2 m. 20        NYY-J-4X2.5mm2 m. 80        NYY-J-4X1.5mm2 m. 120        NYY-J-3X2.5mm2 m. 150        NYY-J-3X1.5mm2 M. 150        NYY--2X1.5mm2 M. 60                   2 Potential equalizing box (EP[), pcs. 2                   3 Perforated cable shelve, hot-zinked, straight element,

height 50mm i thickness d=1mm, with l=2,0m mounting at above 5.00m        

    width 200mm pcs. 6                   4 Connection of all elements from the cooling system

pcs. 140                   5 Wall Tape on holders FeZn25X4mm m. 50                 

Page 156: Final Bidding Documents_PA Refurbishement_REBIDDING

84 Section IX. Bill of Quantities

  6 Track FeZn25X4mm with l=4m, element MKS N.B4 966 and metal mass joint included pcs. 12    

               7 Track holders for walls MKS N.B4 925, function key

included pcs. 35                   8 Safety blow function key for mounting on wall, visible

marked with red color pcs. 2                     NOTE            energy table and automatics table for air conditioning

chambers are not subject of this project, they shall be delivered together with the chambers        

    total 5                                                                                                       RECAPITULATION                                      1 STRONG CURRENT INSTALLATIONS                         1.1 POWER SUPPLY            1.2 1kV SWITCHBOARD            1.3 SWITCHBOARDS            1.4 LIGHTS            1.5 INSTALLATION MATERIAL            1.6 CABLE shelve            1.7 PARAPETE CONDUIT            TOTAL.1                         2 WEAK CURRENT INSTALLATIONS                         2.1 CCTV            2.2 FIRE PROTECTION INSTALLATION            2.3 ACCESS CONTROL            2.4 CONTROL OF WORKING HOURS            2.5 TELEPHONE AND COMPUTER INST.            TOTAL.2                         3 DIESEL AGGREGATE 200kVA                         4 UPS 100kVA                         5 ELECTROMOTOR SWITCHBOARD FOR

THERMOTECHNICAL INST.        

Page 157: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-85

                 TOTAL:            VAT 18%:            TOTAL SUM:        

Page 158: Final Bidding Documents_PA Refurbishement_REBIDDING

86 Section IX. Bill of Quantities

Mechanical Works

1 SPECIFICATION AND EXPENSES        

No. DescriptionUnit

measure Quantity Unit price Total priceA A. Installation for preparation of cold and hot water          Delivery, transport and montage:        

1.      Geo-thermal heating pump (group) water-water for        

  preparation of cold water 7/12 0C, and hot water 50/40 0C          with the following characteristics:          - cooling capacity of: 34 kw        

  if the temperature of the well water is tn = 15 0S          - power during cooling N=9.65 kw          - heating capacity of 35.7kw        

  if the temperature of the well water is tn = 15 0S          - power during heating N=9.04 kw          - cooling substance, environmental Freon R407 S        

  The geothermal pump contains equipment for measurement and        

  measure and regulation of the well area and the primary area, and has been programmed for automatic work. piece 7    

2. Mechanical excavation of a well (well/sinkhole)          20 m deep, F330m installation of a 10 bar perforated        

  pipe and production of a manhole. piece 2    3. Installation of an under-water pump with a capacity          of 11.7 l/sec, X=30m, with a complete feeder regulatory          board. piece 1    4. Installation of a 2 “ PVC pipe for supply and return          of well water. m 30    5. Installation of a filter section of well water with a flow of set 1    6. Membrane expansion container type;          Dimensions: F600 L=363 mm piece 1    7. Safety valve with spring          NO 20 piece 1    

8. Water tank for hot water,          made from steel sheet metal with dimensions          NO 125, L=1200 mm          Completed with following inputs:          - NO 80 piece 1      - NO 65 piece 1      - NO 50 piece 2      - NO 20 piece 1      - NO 15 piece 2      The water tank is prime colored and isolated termicaly          With mineral wool and aluminum sheet . set 2    9. Water tank for chilled and hot water, made from steel        

Page 159: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-87

  sheet metal with dimensions          NO 200, L=1200 mm          Completed with following inputs:          - NO 12 piece 1      - NO 100 piece 1      - NO 80 piece 1      - NO 65 piece 1      - NO 20 piece 1      - NO 15 piece 2      The watershed has been minimized and thermically          insulated with a 19 mm rubber insulation set 2    10. Water tank for chilled water, made from steel sheet          metal with dimensions          NO 200, L=1200 mm          Completed with following inputs:          - NO 125  piece  2      - NO 50  piece  2      - NO 20 piece   1      - NO 15 piece   2      The watershed has been minimized and thermically          insulated with a 19 mm tick rubber insulation set 2    11. Fill cock ¾’’ piece 2    12. Thermometer (0-130) 0S piece 7    13. Manometer (0-6) bar piece 7    14. Two main circulating pumps          with technical data:        

  -          water flow 41.9 m3/h          -          pressure drop 0.85 bar          -          power N=3.02kW          - rpm 2750 ˚/min piece 1    15. Circulating pump for chilled water          with technical data:        

  -          water flow 17.2 m3/h          -          pressure drop 0.5 bar          -          power N=0.77kW          - rpm 2750 ˚/min piece 2    16. Circulating pump for hot water          with technical data:        

  -          water flow 4.7 m3/h          -          pressure drop 0.5 bar          -          power N=0.3kW          rpm 2750 ˚/min piece 2    17. Circulating pump for hot water          with technical data:        

  -          water flow 12.9 m3/h          -          pressure drop 0.5 bar          -          power N=0.37kW          rpm 2750 ˚/min piece 1    18. Spherical valves including a flange, screws nuts and        

Page 160: Final Bidding Documents_PA Refurbishement_REBIDDING

88 Section IX. Bill of Quantities

  gaskets with the following dimensions:          NO 15 piece 6      NO 20 piece 6      NO 40 piece 6      NO 50 piece 20      NO 65 piece 10      NO 80 piece 4      NO 100 piece 3      NO 125 piece 8    19. Grease interceptors/traps including a flange screws, nuts          and gaskets with the following dimensions:          NO 50 piece 2      NO 80 piece 1      NO 125 piece 1    20. One way (non-return) valve including a flange, screws,          nuts and gaskets with the following dimensions:          NO 100 piece 2      NO 65 piece 2    21. Black steel pipe with dimensions:          NO 15 m‘ 96      NO 20 m‘ 42      NO 25 m‘ 12      NO 50 m‘ 120      NO 60 m‘ 18      NO 80 m‘ 60      NO 100 m‘ 36    

  NO 125 m‘ 74    22. Black steel elbow with R=1.5D:          NO 25 piece 18      NO 50 piece 44      NO 60 piece 18      NO 80 piece 22      NO 100 piece 16      NO 125 piece 18    23. Connecting material 55 % of the value of pos.18 and 19        24. Standard steel profiles for cantilevering the pipe parting          and production of sliding and fixed pipe support. kg 285    

25. Cleaning the rust and prime coloring the pipe installation. m2 120    26. Isolation of the pipes with rubber insulation with thickness          13 mm for smaller than NO80 and 19 mm for bigger          pipes than NO125          NO 20 m‘ 21      NO 25 m‘ 12      NO 50 m‘ 60      NO 80 m‘ 24      NO 100 m‘ 36    

  NO 125 m‘ 74    27. Isolation of the pipes with mineral wool and aluminum        

Page 161: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-89

  sheet with the following dimensions:          NO 20 m‘ 21      NO 50 m‘ 60      NO 65 m‘ 18    

  NO 80 m‘ 36    28. Axial compensators product of specialized pipe producer          NO 125 piece 2    29. Reductions attachments with the following dimensions:          NO 125 to NO 80 piece 2      NO 100 to NO 50 piece 2      NO 80 to NO 50 piece 2      NO 65 to NO 40 piece 2      NO 50 to NO 32 piece 4    30. Rubber compensators with the following dimensions:          NO 125 piece 2    31. Manual air vent valve ½” piece 16    32. Measuring equipment          - flow switch piece 1      - thermometer ( 0 - 130˚C ) piece 4      - manometer piece 4    33. Automatics          - Balance valves including a flange, screws, nuts          and gaskets with the following dimensions:          NO 50 piece 8      NO 65 piece 2      NO 80 piece 1      NO 100 piece 1      NO 125 piece 1      - Combined regulatory three-way valve including a flange,          screws, nuts and gaskets with the following dimensions:          NO 32 Kvs 16 piece 4      NO 40 Kvs 25 piece 1    34. Examination of the installation with Cold water pressure          i starting into probe work lupsum      

Sum A =         

B A. Radiators installation          Delivery, transport and montage:        1.   Aluminum radiator type 610 piece 120    2.    Accessories for the radiators        

-          Nickel plated radiator valves along        with upstream pipe with regulation        type RTD-K for double pipe system ½” piece 16     - radiator valve ½” piece 8     - radiator nut ½” piece 8    - radiator reducing valves, from 5/4” to 1/2" piece 16    - radiator plugs 5/4” piece 8    - radiator reducing valves from 5/4” to 3/8” piece 16    - radiator joints 5/4” piece 16    

Page 162: Final Bidding Documents_PA Refurbishement_REBIDDING

90 Section IX. Bill of Quantities

- radiator gaskets 5/4” piece 120    - mechanical de-airating valves 3/8” with a socket piece 8     - radiator cantilevers piece 16    - radiator holders piece 16    - rawl plugs piece 16    - joints with union fitting F16 piece 16    

3.        Black steel pipes with dimensions:        - NO 25 m‘ 28    - NO 20 m‘ 21    

- NO 15 m‘ 24    4.        Black steel elbow with R=1.5D        

- NO 25 piece 8     - NO 20 piece 16    

5. Binders and materials carrying the pipe network cost 55%         out of the value of position 3 and 4        

6. Standard steel profiles for cantilevering the pipe parting kg 46    7.    Examination of the installation with Cold water pressure        

i starting into probe work Lump sum      Sum B =         

C Installation for heating and cooling with fancoil units        Delivery, transport and montage:        

1. Fancoil units with mask, two pipe system , ¾” pipe connection         with thermostats mounted on themcapacities are for medium speedfor cooling: entering air temp. +27C d.b., +19C w.bwater +7/12Cfor heating: entering air temp. +20Centering water temp. +50C        Qc = 2,18 kW; Qh = 2,86 kW piece 6    Qc = 2,88 kW; Qh = 3,72 kW piece 8    Qc = 3,45 kW; Qh = 4,50 kW piece 13    Qc = 4,29 kW; Qh = 5,44 kW piece 25    Qc = 4,90 kW; Qh = 6,40 kW piece 10    Qc = 5,73 kW; Qh = 8,00 kW piece 1    

2. Radiator angle valves ¾” piece 63    3. Black steel pipes with dimensions        

- NO 20 m‘ 365    - NO 25 m‘ 42    - NO 32 m‘ 131    - NO 40 m‘ 157    - NO 50 m‘ 101    

- NO 60 m‘ 39    4. Black steel elbows R=1.5D with dimensions        

- NO 20 piece 75    - NO 25 piece 16    - NO 32 piece 21    - NO 40 piece 19    - NO 50 piece 19    

Page 163: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-91

- NO 60 piece 8    5. For connecting material 55% of the value of Pos.3 and 4        6. Standard steel profiles for cantilevering the pipe parting kg 420    

7. Cleaning the rust and prime coloring the pipe installation m2 260    8. Isolation of the pipes with rubber insulation with thickness        

13 mm for pipes        - NO 20 m‘ 365    - NO 25 m‘ 42    - NO 32 m‘ 131    - NO 40 m‘ 157    - NO 50 m‘ 101    

- NO 60 m‘  74    9. Plastic (PPR) pipes for horizontal and vertical condensate        

return piping with the following dimensions:        - NO 15 m‘ 120    - NO 20 m‘ 96    

- NO 25 m‘ 74    10. Flexible reinforced hose with a joint and a union fitting:        

- NO 20 L=600MM piece 126    11. Automatic air vent valve piece 10    12. Examination of the installation with Cold water pressure        

i starting into probe work Lump sum      Sum C =         

D Installation for preparation of the air        D.1. Air handling unit for chambers – North(KS1)        1. Air handling unit in horizontal position        

with dimensions 1015x975 L=6185 mm        

1.1.   Pressure ventilation unit with air flow of L=7500 m3/h,        

- fall of pressure Δptot=400 Pa        - strength of E.M N= 5.92 KW        

- number of E.M. revs 1893 0/m        - sonority 97 dB        

1.2. Damping unit        - frequency 250 Hz        - damping 20 dB        

1.3. Bag filter class F7        1.4. Cassette filter class G4        

1.5.Slab-like recuperation unit winter, incoming air t,j:-50C, 80%        Outgoing air t: +200C, 50% Summer, incoming air t,j: +35C, 35% Outgoing air t,j: +260C, 50% L=1980 mm        

1.6.Suction ventilation unit with air flow of L=7500 m3/h,        

- fall of pressure Δptot=350 Pa        

Page 164: Final Bidding Documents_PA Refurbishement_REBIDDING

92 Section IX. Bill of Quantities

- strength of E.M N= 3.35 KW        

- number of E.M. revs 1430 0/m        - sonority 92 dB piece 1    

2. Aluminum fix jalousien with Protective net dimensions:        

955x915 piece 1    3. High pressure jalousien        

955x915 piece 1    4. Aluminum diffusers        

600x600 piece 34    5. Aluminum line grills        

225x1225 piece 2    6. Aluminum grill         325x125 piece 2    7. Regulative shutter with dimensions:        

300 x 200 piece 2     400 x 300 piece 2    

500 x 300 piece 2    600 x 500 piece 2    

8. Fire preventive shutter with electromotor operation         300 x 200 piece 2    

400 x 300 piece 2    500 x 300 piece 2    600 x 500 piece 2    

9. Rectangular sheet metal canals for distribution of air,        made of galvanized steel sheet metal with thickness         according to the cross section of the canal, including         galvanized flanges kg 2600    

10. For the connecting material and also for the hanging         material of the ducted installation is charging 20% from         the value of position 9        

11.Flexible pipe for acclimatization with thermo isolation and        

al. sheet m‘ 154    12. Standard profiles kg 280    

13.Isolation of the air ducts with rubber insulation with thickness13 mm m2 320    

14. System regulation and starting at test work lump      Sum D1 =         

D.2. Air handling unit for chambers-sought (KS 2)        1. Air handling unit in horizontal position        

with dimensions 1015x670 L=5825 mm        

1.1.Pressure ventilation unit with air flow of L=6000 m3/h        

- fall of pressure Δptot=400 Pa        - strength of E.M N= 5.22 KW        

Page 165: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-93

- number of E.M. revs 2870 0/m         - sonority 96.8 dB        

1.2. Damping unit        - frequency 250 Hz        - damping 20 dB        

1.3. Bag filter class F7        1.4. Cassette filter class G4        

1.5.Slab-like recuperation unit winter, incoming air t,j: -50C, 80%        

Outgoing air t: +200C, 50% Summer, incoming air         t, +350C, 35% Outgoing air t,j: +260C, 50% L=1650 mm        

1.6. Suction ventilation unit with air flow of L=6000 m3/h,        

- fall of pressure Δptot=350 Pa        - strength of E.M N= 3 KW        

- number of E.M. revs 1425 0/m        - sonority 91.9 dB piece 1    

2.    Aluminum fixed jalouice with protected net, with dimension         955 x 610 piece 1    

3.      High pressured al. jalousie with dimension         955 x 610 piece 1    

4.      Aluminum diffusers with dimensions :         600 x 600 piece 30    

5.        Line grills with dimensions :         225 x 1225 piece 4    

6. Regulative shutter with dimensions:         300 x 200 piece 2    

400 x 300 piece 2    500 x 300 piece 2    600 x 500 piece 2    

7. Fire preventive shutter with electromotor operation        300 x200 piece 2    

400 x 300 piece 2    500 x 300 piece 2    600 x 500 piece 2    

8. Rectangular sheet metal canals for distribution of air,        made of galvanized steel sheet metal with thickness         according to the cross section of the canal including         galvanized flanges kg 2500    

9.    For the connecting material and also for the hanging         material of the ducted installation is charging 20 % from         the value of position 8        

10.    Flexible pipe for acclimatization with thermo isolation         and al. sheet m‘ 350    

11. Standard steel profiles for placing equipment kg 180    

Page 166: Final Bidding Documents_PA Refurbishement_REBIDDING

94 Section IX. Bill of Quantities

12.Isolation of the air ducts with rubber insulation with thickness13 mm m2 80    

13. Elastic bond made of impregnated cloth or equivalent         material with the following dimensions:         F450, L=150mm piece 1    

14. Automatics         Electrical switch board with outlets for energy supply of         fans and pumps, including a set of automatics elements        with functional guarantee of the air-conditioning chamber. Lump sum      

15. System regulation and starting at test work Lump sum      Sum D2 =         

D.3. Fan systems        Delivery, transport and montage:        

1. Centrifugal roof fan (VS1)        with the following technical data        -          flow 1200 m3/h        

-          pressure drops Δr= 90 Pa        -          rpm of EM 1360 0/min        

- power 250 W piece 1    2. Centrifugal duct fan (VS2)        

the following technical data:        -          flow 240 m3/h        -          pressure drops Δr= 90 Pa        rpm of EM 1360 0/min piece 1    

3. Heat air curtain for the indoor        with heating capacity of 12 KW with dimensions:         1800 h 270 N= 171 mm piece 1    

4. Fans for air suction        Type: PV – 100 piece 6     PV – 125 piece 9    

5. Rectangular sheet metal canals for distribution of air,        made of galvanized steel sheet metal with thickness        according to the cross section of the canal including        galvanized flanges kg 480    

6. For the unnited material and also for the hanging material         is charging 20 % from the value of position 5        

7. Standard steel profiles for placing equipment kg 160    8. Elastic bound with dimensions:        

F270, L=150mm piece 1    F100, L=150mm piece 1    

9.Making F300mm openings and partition walls through a        roof structure and bording the openings after the         assemblage of the canal piece 1    

10. System regulation and Starting the test work lump      Sum D3        

Page 167: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-95

 E Computer room        1. Precision air conditioning unit with total        

Cooling capacity fo 12.7 KW         (Qs=12 kW) with integrated hermetical         Compressor (Scroll) 11 m1,         Radial fan with air flow capacity 2,5 m3/y,         Electrical feater with 3 kW,         Dimensions of indoor unit         850 x 450 N=1740 mm (185 kg)         Recession unit comes with         Air filter class EU7 and         Before filter class EU2, and It’s equipped with         accessories for automatic work set 1    

2. Gantry for recession unit made from standard steel        profiles kg 98    

3. High pressured al-jalouise type with dimension         500 x 500 piece 1    

4. Low pressured al-jalouise type with dimension         500 x 500 piece 1    

5. Land grills Type with dimensions         425 x 225 piece 12    

6. Fire preventive shutter with with resistace 90 minutes,         with marginal switch and electro magnet         with dimension 600 x 400 piece 1    

7. Galvanized sheet metal canals with tickness of sheet          metal according to the cross section of the canal          including galvanized flanges kg 60    

8.For the unnited material and also for the hanging material        

  is charging 40% from the value of position 11        

9.Isolation of the air ducts with rubber insulation or equivalent        

  With thickness b=13 mm m2 10    10. Floor standing unit          With dimensions 1850x580x390          Supply 6.15 kW piece 1    11. System regulation and starting at test work lump        Sum E =           

F Civil works        

1. Laying pot of the duct pit and coalpit season tank m‘ 15    

2.    Manual digging of the land of IIIta category with one          side throughing the land material at 3 m from the side          of the gravel m3 12    3. Manual fine tapping the floor of the canal m2 9    

4.   Concreting the reinforced ground floor and walls of the        

  canal with tapped concret m3 11    

Page 168: Final Bidding Documents_PA Refurbishement_REBIDDING

96 Section IX. Bill of Quantities

5.   Concreting of mounted reinforced          Covering element of the canal          With tapped concret m3 6    6. Net armature- cleaning, cutting, twisting and placing kg 42    7.   Placing hydro-insulation above the canal- reinforced        

 concrete coverage slabs with bitulit, warm bitumen and        

  tar-paper by previous pouring of cement mortar on all          horizontal and vertical joints and placing a 10 cm fine          sand layer. m2 12    8.   Burring the concret canal with ground that was          already digged m3 6    9. Making a wall opening 400x200 piece 1    10. Concrete plate support of the Chiller m3        Sum F =           

G Demontage of the existing installation        1. Air handling unit          Type IMP KGHV 32 piece 1      Type IMP KGHV piece 1    2. Galvanized ducts kg 3.600    3. Flexible pipes m 600    4. Steel pipes          - NO 100 m 54      - NO 65 m 64      - NO 60 m 36      - NO 50 m 73      - NO 40 m 142      - NO 32 m 230      - NO 25 m 180      - NO 20 m 176      - NO 15 m 60    5. Pipe isolation          - NO 100 m 54    

  - NO 65 m 64      - NO 60 m 36      - NO 50 m 73      - NO 40 m 142      - NO 32 m 230      - NO 25 m 180      - NO 20 m 176      - NO 15 m 60    6. Fan coil units piece 35    7. Radiators piece 6    

8.Demontage and montage of the outlet unit IMP in garage,        

 replacing of the same one and reconnection of the outlet duct        

  Sum G =        

Page 169: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-97

  R E C A P I T U L A T I O N        

AInstallation for the preparation of the cold and hot water        

B Radiator installation        

C Cooling and heating installation with fan coil units        D Installation for the air preparation        D1 Air handling unit for chambers (KS 1)        D2 Air handling unit for chambers (KS 2)        D3 Fan systems VS1; VS2;        E Computer center        F Civil works        

G Demontage of the existing installation          TOTAL:          VAT 18%:        

TOTAL SUM

Hydro WorksNo. Description of works Unit measure Qty Unit price Total price

A. WATER-SUPPLY INSTALLATION1. Supply, transport and installation of galvanized

steel water pipes, including fittings and binders.-pipes have thermal insulation or Water-parting in the basement with 9 mm thick insulation: Ø21/2” (in the basement) Ø5/4” (in the basement) Ø3/4” (in the basement)- Water-parting 4 mm thick vertical pipe-lines: Ø5/4” Ø1” Ø3/4”

m'm'm'

m'm'm'

30,02,018,0

6,015,024,0

2. Supply, transport and installation of polyethylene drinking water pipes able to endure high pressure, polyethylene pipes abel to endure high pressure according to DIN16892/93, including protective ribbed polyethylene pipes.

Page 170: Final Bidding Documents_PA Refurbishement_REBIDDING

98 Section IX. Bill of Quantities

- for water parting in sanitary units d20mm

d25mm

m'

m' 40,0

20,03. Supply, transport and installation of flat gate

valves -with discharge/outlet Ø5/4” Ø3/4”- regular Ø1/2”

piecepiecepiece

122

4. Supply, transport and installation of water-meter equipment:-Combined water-meter NO50/20 (with a coil)-Grease interceptor NO50-Rubber compensation/expansion NO50-Gate valve Ø21/2”-Galvanized reducer Ø21/2”-2”-Gate valve with discharge/outlet Ø2”

piecepiecepiecepiecepiecepiece

111121

5. Supply, transport and installation of gate valves with a nickel decoration cap and a rosette.

Ø3/4”Ø1/2”

piecepiece

65

6. Supply, transport and installation of finishing pipe bends/elbows:- for sheetrock slabsd 20 – R1/2-for mortar and tile walld 20 – R1/2

piece

piece

10

247. Supply, transport and installation of console

holders for clamping pipes placed under the basement ceiling. piece 20

8. Supply, transport and installation of 10 l low level heaters piece 2

9. Supply, transport and installation of a 6 kw instantaneous water heater piece 4

10. Supply, transport and installation of:-EK valves for WC flushing cisterns- angled valves for wash basins- angled valves for pissoirs

piece piece

piece

12222

11. Chlorating the water supply installation by an authorized company lump sum

12. Hydraulic examination of the water supply installation under a test pressure.

lump sum

B. HYDRANT INSTALLATION

Page 171: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-99

12. Supply, transport and installation of galvanized steel water pipes, including fittings and binders.

-Ø2” with 9 mm thick thermal insulation

- Ø21/2” with 4 mm thick thermal insulation

- Ø2” with 4 mm thick thermal insulation

m'

m'

m'

24,0

18,0

12,013. Supply, transport and installation of flat gate

valves with discharge/outlet of fire (hydrant) vertical pipe lines Ø21/2” piece 2

14. Supply, transport and installation of gate valves Ø2” for placement in front of the HOP cabinets. piece 2

15. Supply, transport and installation of tin hydrant cabinets, including oblique Ø2” valve, Ø50mm rubber trevira hose 15.5 m long and a nozzle a spherical valve. piece 8

16. Supply, transport and installation of tin HOP cabinet containing plastic bucket with foam extract, a mobile foam nozzle, a foam-water mixer and two Ø50mm hoses, 15.0m long. piece 2

G. FAECAL SEWERAGE 1. Supply, transport and installation of sound-

insulated plastic polypropylene sewerage pipes for house drainage with barrel fittings, manufactured according to DIN EN 12056 and DIN 1986-100, including barrel fittings and rubber gaskets. The price should include chasing openings in reinforced concrete slabs and inter-floor structures. - for drain-pipes in sanitary units RAU-PP F 50mm F 75mm F110mm- for vertical drain pipes RAU-PP F 75mm F110mm- for horizontal drain pipes in the basement running to connections in the existent sewerage. RAU-PP F110mm F 75mm

m'm'm'

m'm'

m'm'

20,025,035,0

60,044,0

6,06,50

2. Supply, transport and installation of plastic floor gutter including a nickel grille -Vertical gutters F 75mm piece 8

3. Supply, transport and installation of:-Manhole covers F 75mm piece 2

Page 172: Final Bidding Documents_PA Refurbishement_REBIDDING

100 Section IX. Bill of Quantities

F100mm-Ventilation cap F100mm F 75mm

piece

piece piece

4

12

4. Supply, transport and installation of consoles for clamping pipes, placed under the basement ceiling, with a perforated galvanized tape. 12 (pcs) x 1,0m piece 12,0

D.STORMWATER RUNOFF (ATMOSPHERE) SEWERAGE

1. Dismantling and replacement of grilles 30x30cm from the floor gutters on the terraces. piece 6

I. SANITARY APPLIANCES

1. Supply, transport and installation of “A” class ceramic wash basins including plastic drain siphons and screws. -Wash basins 520x410mm (with pedestal)

piece 2

2. Supply, transport and installation of wash basins, 440x470mm, with upgrade possibility, including a plastic drain siphon and screws. Class “A” piece 9

3. Supply, transport and installation of Baltic WC toilet bowl with a seat and cover a rubber gasket and screws. Class “A”

piece 114. Supply, transport and installation of WC toilet

bowl with seat and cover, a rubber gasket and screws. The toilet bowl has an upfeed drain-pipe. Class “A”

piece 1

5. Supply, transport and installation of a wall urinal with a chrome siphon. Class “A”

piece 26. Supply, transport and installation of “A” class

ceramic wash basin for disabled people, 600x490mm with semi-pedestal, drain siphon and screws. piece 1

7. Supply, transport and installation of:

- Pillar tap (faucet) for wash basins with 2 hoses

- Pillar tap (faucet) for wash basins with 3 hoses

- Pillar tap (faucet) for a sink with 3 high water

piece

piece

11

1

Page 173: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-101

shoot hoses - Concealed cistern for wall mounted WC pans with conceald flush valve fited with 3/6litter dual flushing fittings with front operation.- valves for wall urinal

piece

piecepiece

1

122

Total

Page 174: Final Bidding Documents_PA Refurbishement_REBIDDING

102 Section IX. Bill of Quantities

E. DISMANTLING OF THE EXISTING WATER-SUPPLY LINES, SEWERAGE LINES AND SANITARY APPLIANCES:Remark:Due to an unclear situation, the quantities of the water supply and sewerage lines have been taken from the existing plan for hydro-installations.

1. Dismantling of the existing water-supply installation and carriage of the waste material to a waste area specified by the InvestorØ21/2”Ø2”Ø1” Ø3/4”Ø1/2”

m'm'm'm'm'

23,017,055,0130,070,0

2. Dismantling of sewerage cast-iron pipes including carriage of the waste material to a waste area specified by the InvestorØ50Ø70Ø100

m'm'm'

14,016,020,0

3. Dismantling of sanitary appliances from the sanitary units including carriage of the waste material to a waste area specified by the Investor - Wash basins with faucets-WC toilet bowls with cisterns- a shower tray-Pissoir-Cafe’s sink

piece piecepiece piecepiece

64111

4. Cleaning drain pipes of the existing sewerage line under pressure towards the manholes.

lump sum

Total

TOTAL: VAT 18%:

TOTAL SUM

Page 175: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-103

Fire-Protection Works

1FIRE - EXTINGUISHING EQUIPMENT        

No. DescriptionUnit

measure Quantity Unit price Total price

 

All floors will have fire - extinguishing systems containing powder, CO2 and FM-200 in the following quantities:        

2 BASEMENT          S-9 pieces 4      S-50 pieces 1      CO2-5 pieces 1      CO2-10 pieces 1               3 GROUND FLOOR          S-9 pieces 3      FM200-3 pieces 1               4 FIRST FLOOR          S-9 pieces 3      CO2-5 pieces 1      FM200-3 pieces 2               5 SECOND FLOOR          S-9 pieces 2      CO2-5 pieces 1      FM200-3 pieces 1               

  TOTA

L:          VAT 18%:        

  TOT

AL SUM        

Page 176: Final Bidding Documents_PA Refurbishement_REBIDDING

104 Section IX. Bill of Quantities

Power Transformation Station

A. EARTHWORKS        

No. DescriptionUnit

measure Quantity Unit price Total price1. Preparatory and finishing works        

-organizing the construction site,         clearing up the site and conducting         other preparatory and finishing works. lupsum      

2.      Earthworks and construction works         - Excavation of soil, Category IV, in a form of         a trench, with average dimensions (shown in the detail),         for placing grounding, covering it and         tamping it in layers. m3 20    

- Excavation of soil, Category IV, in a form of         a trench, for the purpose of making a foundation. m3 2,07     - Placement of earth around         the transformer station for the purpose of         concreting pavements. m3 0,6     -Filling gravel with a diameter        

of Ф 5-8 cm. m3 0,49     - Filling gravel with grains, with a diameter         of Ф 3-5 cm m3 0,79     -Building a foundation according to         the plan of the manufacturer .         Concreting with MB 15, to be paid m3 3,77     - Concreting pavements with MB 15, 10 cm tick. m3 0,6             

TOTAL A:        

B. ASSEMBLAGE OF ELECTRIC WORKS        1. Procurement, delivery, transport and assemblage of a        

selected type of a bullet-proof transformer station        10(20)/0,4 kV, 400 kVA ,a box, type LBT-202 with built-in         equipment of LBT-101, with one high- voltage         cell – transformer enduring 20 kV, with a power divider        

TKL 3 24 630-IH-D-SA-AA containing fuses with an impact         needle. The entire set follows the factory specification        containing a built-in meter system – electrical meter        MT 851 with eight low-voltage outlet lines         and a field for an outside light and an electrical         transformer 10(20)/0,4kV; 400kVA.        The set is capable of working according to a single-pole        

scheme, examination of factory A-test – examination lists,        in working condition, to be paid. piece 1    

2. Procurement of material and provision         of a complete working and protection        

Page 177: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-105

grounding in accordance with the details,        containing the following built-in equipment:         - band R30x4 JUS NV4 901S kg 150     - pipes (nickled) Ф2" L=3m piece 3     - binding elements        

- cable RROO-1x50mm2, 1kV m1 25     - miscellaneous petty material         - measurement of resistance, voltage height         during a touch or walk, provision of A-test.        All capable of working properly, to be paid.                

TOTAL B:        

C. PREPARATORY WORKS        1. Planning a construction site, receiving a        

building permit, technical examination and acceptance        by relevant authorities who granting the working permit. lupsum      

         TOTAL C:        

TOTAL A, B, C:         VAT 18%:

TOTAL SUM

NOTE:

Equivalency of Standards and Codes

Wherever reference is made in the Contract to specific standards and codes to be met by the goods and materials to be furnished, and work performed or tested, the provisions of the latest current edition or revision of the relevant standards and codes in effect shall apply, unless otherwise expressly stated in the Contract. Where such standards and codes are national, or relate to a particular country or region, other authoritative standards that ensure a substantially equal or higher quality than the standards and codes specified shall be accepted subject to the Project Manager’s prior review and written consent. Differences between the standards specified and the proposed alternative standards shall be fully described in writing by the Contractor and submitted to the Project Manager at least 28 days prior to the date when the Contractor desires the Project Manager’s consent. In the event the Project Manager determines that such proposed deviations do not ensure substantially equal or higher quality, the Contractor shall comply with the standards specified in the documents.

Page 178: Final Bidding Documents_PA Refurbishement_REBIDDING

3-1

RECAPITULATION:

1. Architectural works:

2. Electrical works:

3. Mechanical works:

4. Hydro works:

5. Fire protection works:

6. Power Transformation Station:

TOTAL with 18% VAT:

Page 179: Final Bidding Documents_PA Refurbishement_REBIDDING

3-2

Drawings

Below is a list of Drawings. The actual Drawings, including site plans, are annexed to these Bidding Documents in a separate folder.

Arhitectural Works: 3.1 EXISTING SITUATION - plans, sections, ceilings;3.2 PROJECT SITUATION – plans, sections;3.3 CONSTRUCTION WORKS – dismantling, disassembly, bricklaying – plan;3.4 SHEETROCK WORKS – plans, sections, details;3.5 FLOOR WORKS – plans, sections, details;3.6 ALUMINIUM CARPENTRY (doors, portals) - plans, sections, details;3.7 EQUIPMENT AND FURNITURE - plans, sections, details.3.8 DECORATIVE VERTICAL BLINDS - plans, details.

Electrical Works:1Kv Transfer caseE-1 BasementE-2 Ground floorE-3 First floorE-4 Second floorSocketsE-5 BasementE-6 Ground floorE-7 First floorE-8 Second floorLightingE-9 BasementE-10 Ground floorE-11 First floorE-12 Second floorPanic lights and fan coolersE-13 BasementE-14 Ground floorE-15 First floorE-16 Second floorThermo technical installationsE-17 BasementE-18 Ground floorE-19 First floorE-20 Second floorFire protection and CCTVE-21 BasementE-22 Ground floorE-23 First floor

Page 180: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-3

E-24 Second floorTelephone and computer transfer caseE-25 BasementE-26 Ground floorE-27 First floorE-28 Second floorDistribution boardsE-29 Block scheme for object power supply E-30 Block scheme for 1kV transfer caseE-31 Singlepole scheme for MGROE-32 Singlepole scheme for GRTE-33 Singlepole scheme for DGRTE-34 Singlepole scheme for UGRTE-35 Singlepole scheme for RT-1E-36 Singlepole scheme for DRT-1E-37 Singlepole scheme for RT-01E-38 Singlepole scheme for DRT-01E-39 Singlepole scheme for URT-01E-40 Singlepole scheme for RT-1.1E-41 Singlepole scheme for DRT-1.1E-42 Singlepole scheme for URT-1.1E-43 Singlepole scheme for RT-1.2E-44 Singlepole scheme for DRT-1.2E-45 Singlepole scheme for URT-1.2E-46 Singlepole scheme for RT-2.1E-47 Singlepole scheme for DRT-2.1E-48 Singlepole scheme for URT-2.1E-49 Singlepole scheme for RT-2.2E-50 Singlepole scheme for DRT-2.2E-51 Singlepole scheme for URT-2.2E-52 Block scheme for Fire protection installationE-53 Block scheme for CCTVBlock scheme for telephone installationE-54 Ground floorE-55 First floorE-56 Second floorBlock scheme for computer installationE-57 Ground floorE-58 First floorE-59 Second floorE-60 Block scheme for KO-PPKLE-61 Control unit scheme for Fire Protection flaps

Mechanical Works:1. Disposition of equipment – basement;2. Disposition of equipment – ground floor;

Page 181: Final Bidding Documents_PA Refurbishement_REBIDDING

4 Section IX. Bill of Quantities

3. Disposition of equipment – first floor;4. Disposition of equipment – second floor;5. Disposition of mechanical equipment – basement;6. Disposition of channels – ground floor;7. Disposition of channels – first floor;8. Disposition of channels – second floor;9. Disposition of pipelines from basement to ground floor; 10. Disposition of pipelines from ground floor to first floor;11. Disposition of pipelines from first floor to second floor;12. Axonometric of channels – ground floor;13. Axonometric of channels – first floor;14. Axonometric of channels – second floor;15. Strung scheme; 16. Mechanical Installation;17. Computer Room

Hydro Works:1. Water installation and sewerage – description of basement;2. Installation scheme for sewerage – I;3. Installation scheme for sewerage – II;4. Installation scheme for water-meter;5. Installation scheme for water installation – I;6. Installation scheme for water installation – II;7. Cross section 1-1;8. Detail of sanitary knot – second floor;9. Detail of sanitary knot – first floor;10. Detail of sanitary knot – ground floor;11. Water installation and sewerage – description of second floor;12. Water installation and sewerage – description of first floor;13. Water installation and sewerage – description of ground floor.

Fire-protection works:1. Fire protection – description of basement;2. Fire protection – description of ground floor;3. Fire protection – description of first floor;4. Fire protection – description of second floor;5. Fire protection – section elevation 1-1;6. Fire protection – section elevation 2-2.

Page 182: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-5

Supplementary Information

ENVIRONMENTAL MITIGATION AND MONITORING PLAN

Potential Major Issue

Mitigation Measures Monitoring Requirements

Budget Responsibility for Mitigation

Responsibility for Monitoring

and Supervision

Construction debris and other non-hazardous

waste

Noise and dust from construction

activities, vibrations and other physical

factors

(1) Apply good engineering practices;

(2) Design procedures for temporary storage of waste

on site, fence and protect the storage area;

(3) Ensure removal and disposal of waste by licensed

contractor at approved location.

Site supervisor’s report;

Municipal inspectorate’s

report.

Covered by reconstruction

budget.

Contractor Contractor and MAFWE

The following activities and environmental protection measures should be undertaken:

The perimeter on site should be marked and fenced as(construction area) ,to ensure the site borders, as obligation for securing the site towards the environment.

There is a need for construction of the fence around the site because people who are moving near the site or through its part can be injured because they are not familiar with sources of danger.

Controlled and limited access to people in the construction area

A particular place for the waste materials depending on polluter’s category should be defined. These places on site where there is periodical or constant dangerous have to be marked with sign boards for warning, on clear and understandable way. Either for warning from injuries either from dangerous that causes fire as it is: places hazardous from construction materials, electrical boxes, timber storage, and flammable liquids and similar.

Transport and disposal of the waste materials should be organized by the authorized representatives on locations determinated by the local governance.

Protection during work requires avoiding of all kind of risks in reference to the saving of material during earth excavation.

Page 183: Final Bidding Documents_PA Refurbishement_REBIDDING

6 Section IX. Bill of Quantities

If on site, it came across with the gas installations, electrical, water supply and other, excavation must be done according to the guidelines and under supervision of the skilled person, from institutions responsible for installations maintenance.

Before earth excavation or cleaning of the earth from the filled pits, wells, channels and other, it is necessary to check previously if there are eventually dangerous, flammable or explosive gases.

Major activities that include noise and dust from construction activities, vibrations and other physical factors, is recommended to be done in earlier period while the old façade is still aside, and could prevent from this subjects.

All environmental protection measures and activities should be carried out by the contractor.

Page 184: Final Bidding Documents_PA Refurbishement_REBIDDING

Section 5 - Eligible Countries 5-7

PART 3 – Conditions of Contract and Contract Forms

Page 185: Final Bidding Documents_PA Refurbishement_REBIDDING

3-9

Section VII. General Conditions of Contract

These General Conditions of Contract (GCC), read in conjunction with the Particular Conditions of Contract (PCC) and other documents listed therein, should be a complete document expressing fairly the rights and obligations of both parties.

These General Conditions of Contract have been developed on the basis of considerable international experience in the drafting and management of contracts, bearing in mind a trend in the construction industry towards simpler, more straightforward language.

The GCC can be used for both smaller admeasurement contracts and lump sum contracts.

Page 186: Final Bidding Documents_PA Refurbishement_REBIDDING

3-10

Table of Clauses

A. General..........................................................................................................................3-12

1. Definitions................................................................................................................3-122. Interpretation............................................................................................................3-143. Language and Law....................................................................................................3-154. Project Manager’s Decisions....................................................................................3-155. Delegation.................................................................................................................3-156. Communications.......................................................................................................3-157. Subcontracting..........................................................................................................3-158. Other Contractors.....................................................................................................3-159. Personnel and Equipment............................................................................................1610. Employer’s and Contractor’s Risks..........................................................................3-1611. Employer’s Risks......................................................................................................3-1612. Contractor’s Risks....................................................................................................3-1713. Insurance...................................................................................................................3-1714. Site Data...................................................................................................................3-1715. Contractor to Construct the Works...........................................................................3-1816. The Works to Be Completed by the Intended Completion Date..............................3-1817. Approval by the Project Manager.............................................................................3-1818. Safety........................................................................................................................3-1819. Discoveries...............................................................................................................3-1820. Possession of the Site...............................................................................................3-1821. Access to the Site......................................................................................................3-1822. Instructions, Inspections and Audits.........................................................................3-1923. Appointment of the Adjudicator...............................................................................3-1924. Procedure for Disputes.............................................................................................3-19

B. Time Control.................................................................................................................3-20

25. Program....................................................................................................................3-2026. Extension of the Intended Completion Date.............................................................3-2027. Acceleration..............................................................................................................3-2128. Delays Ordered by the Project Manager...................................................................3-2129. Management Meetings.............................................................................................3-2130. Early Warning...........................................................................................................3-21

C. Quality Control.............................................................................................................3-22

31. Identifying Defects...................................................................................................3-2232. Tests ........................................................................................................................3-2233. Correction of Defects................................................................................................3-2234. Uncorrected Defects.................................................................................................3-22

D. Cost Control..................................................................................................................3-22

Page 187: Final Bidding Documents_PA Refurbishement_REBIDDING

Section VII – General Conditions of Contract 3-11

35. Contract Price...........................................................................................................3-2236. Changes in the Contract Price..................................................................................3-2337. Variations..................................................................................................................3-2338. Cash Flow Forecasts.................................................................................................3-2439. Payment Certificates.................................................................................................3-2440. Payments...................................................................................................................3-2541. Compensation Events...............................................................................................3-2542. Tax ........................................................................................................................3-2743. Currencies.................................................................................................................3-2744. Price Adjustment......................................................................................................3-2745. Retention...................................................................................................................3-2746. Liquidated Damages.................................................................................................3-2847. Bonus........................................................................................................................3-2848. Advance Payment.....................................................................................................3-2849. Securities..................................................................................................................3-2950. Dayworks..................................................................................................................3-2951. Cost of Repairs.........................................................................................................3-29

E. Finishing the Contract..................................................................................................3-29

52. Completion...............................................................................................................3-2953. Taking Over..............................................................................................................3-3054. Final Account...........................................................................................................3-3055. Operating and Maintenance Manuals.......................................................................3-3056. Termination..............................................................................................................3-3057. Fraud and Corruption................................................................................................3-3158. Payment upon Termination......................................................................................3-3259. Property....................................................................................................................3-3360. Release from Performance........................................................................................3-3361. Suspension of Bank Loan or Credit..........................................................................3-3362. Eligibility..................................................................3-Error! Bookmark not defined.

Page 188: Final Bidding Documents_PA Refurbishement_REBIDDING

3-12 Section VII – General Conditions of Contract

General Conditions of Contract

A. General

1. Definitions 1.1 Boldface type is used to identify defined terms.

(a) The Accepted Contract Amount means the amount accepted in the Letter of Acceptance for the execution and completion of the Works and the remedying of any defects.

(b) The Activity Schedule is a schedule of the activities comprising the construction, installation, testing, and commissioning of the Works in a lump sum contract. It includes a lump sum price for each activity, which is used for valuations and for assessing the effects of Variations and Compensation Events.

(c) The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes in the first instance, as provided for in GCC 23.

(d) Bank means the financing institution named in the PCC.

(e) Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

(f) Compensation Events are those defined in GCC Clause 41 hereunder.

(g) The Completion Date is the date of completion of the Works as certified by the Project Manager, in accordance with GCC Sub-Clause 52.1.

(h) The Contract is the Contract between the Employer and the Contractor to execute, complete, and maintain the Works. It consists of the documents listed in GCC Sub-Clause 2.3 below.

(i) The Contractor is the party whose Bid to carry out the Works has been accepted by the Employer.

(j) The Contractor’s Bid is the completed bidding document submitted by the Contractor to the Employer.

(k) The Contract Price is the Accepted Contract Amount stated in the Letter of Acceptance and thereafter as adjusted in accordance with the Contract.

(l) Days are calendar days; months are calendar months.

(m) Dayworks are varied work inputs subject to payment on a

Page 189: Final Bidding Documents_PA Refurbishement_REBIDDING

Section VII – General Conditions of Contract 3-13

time basis for the Contractor’s employees and Equipment, in addition to payments for associated Materials and Plant.

(n) A Defect is any part of the Works not completed in accordance with the Contract.

(o) The Defects Liability Certificate is the certificate issued by Project Manager upon correction of defects by the Contractor.

(p) The Defects Liability Period is the period named in the PCC pursuant to Sub-Clause 33.1 and calculated from the Completion Date.

(q) Adjudicator means the single person appointed under Clause 23.

(r) Drawings means the drawings of the Works, as included in the Contract, and any additional and modified drawings issued by (or on behalf of) the Employer in accordance with the Contract, include calculations and other information provided or approved by the Project Manager for the execution of the Contract.

(s) The Employer is the party who employs the Contractor to carry out the Works, as specified in the PCC.

(t) Equipment is the Contractor’s machinery and vehicles brought temporarily to the Site to construct the Works.

(u) “In writing” or “written” means hand-written, type-written, printed or electronically made, and resulting in a permanent record;

(v) The Initial Contract Price is the Contract Price listed in the Employer’s Letter of Acceptance.

(w) The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the PCC. The Intended Completion Date may be revised only by the Project Manager by issuing an extension of time or an acceleration order.

(x) Materials are all supplies, including consumables, used by the Contractor for incorporation in the Works.

(y) Plant is any integral part of the Works that shall have a mechanical, electrical, chemical, or biological function.

(z) The Project Manager is the person named in the PCC

Page 190: Final Bidding Documents_PA Refurbishement_REBIDDING

3-14 Section VII – General Conditions of Contract

(or any other competent person appointed by the Employer and notified to the Contractor, to act in replacement of the Project Manager) who is responsible for supervising the execution of the Works and administering the Contract.

(aa) PCC means Particular Conditions of Contract

(bb) The Site is the area defined as such in the PCC.

(cc) Site Investigation Reports are those that were included in the bidding documents and are factual and interpretative reports about the surface and subsurface conditions at the Site.

(dd) Specification means the Specification of the Works included in the Contract and any modification or addition made or approved by the Project Manager.

(ee) The Start Date is given in the PCC. It is the latest date when the Contractor shall commence execution of the Works. It does not necessarily coincide with any of the Site Possession Dates.

(ff) A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a part of the work in the Contract, which includes work on the Site.

(gg) Temporary Works are works designed, constructed, installed, and removed by the Contractor that are needed for construction or installation of the Works.

(hh) A Variation is an instruction given by the Project Manager which varies the Works.

(ii) The Works are what the Contract requires the Contractor to construct, install, and turn over to the Employer, as defined in the PCC.

2. Interpretation

2.1 In interpreting these GCC, words indicating one gender include all genders. Words indicating the singular also include the plural and words indicating the plural also include the singular. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Project Manager shall provide instructions clarifying queries about these GCC.

2.2 If sectional completion is specified in the PCC, references in the GCC to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion

Page 191: Final Bidding Documents_PA Refurbishement_REBIDDING

Section VII – General Conditions of Contract 3-15

Date for the whole of the Works).

2.3 The documents forming the Contract shall be interpreted in the following order of priority:

(a) Agreement,

(b) Letter of Acceptance,

(c) Contractor’s Bid,

(d) Particular Conditions of Contract,

(e) General Conditions of Contract,

(f) Specifications,

(g) Drawings,

(h) Bill of Quantities,9 and

(i) any other document listed in the PCC as forming part of the Contract.

3. Language and Law

3.1 The language of the Contract and the law governing the Contract are stated in the PCC.

4. Project Manager’s Decisions

4.1 Except where otherwise specifically stated, the Project Manager shall decide contractual matters between the Employer and the Contractor in the role representing the Employer.

5. Delegation 5.1 Otherwise specified in the PCC, the Project Manager may delegate any of his duties and responsibilities to other people, except to the Adjudicator, after notifying the Contractor, and may revoke any delegation after notifying the Contractor.

6. Communica-tions

6.1 Communications between parties that are referred to in the Conditions shall be effective only when in writing. A notice shall be effective only when it is delivered.

7. Subcontracting 7.1 The Contractor may subcontract with the approval of the Project Manager, but may not assign the Contract without the approval of the Employer in writing. Subcontracting shall not alter the Contractor’s obligations.

8. Other Contractors

8.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and the Employer between the dates given in the Schedule of Other Contractors, as referred to in the PCC. The Contractor shall also provide facilities and services for them as described in the Schedule. The

9 In lump sum contracts, delete “Bill of Quantities” and replace with “Activity Schedule.”

Page 192: Final Bidding Documents_PA Refurbishement_REBIDDING

3-16 Section VII – General Conditions of Contract

Employer may modify the Schedule of Other Contractors, and shall notify the Contractor of any such modification.

9. Personnel and Equipment

9.1 The Contractor shall employ the key personnel and use the equipment identified in its Bid, to carry out the Works or other personnel and equipment approved by the Project Manager. The Project Manager shall approve any proposed replacement of key personnel and equipment only if their relevant qualifications or characteristics are substantially equal to or better than those proposed in the Bid.

9.2 If the Project Manager asks the Contractor to remove a person who is a member of the Contractor’s staff or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract.

10. Employer’s and Contractor’s Risks

10.1 The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor carries the risks which this Contract states are Contractor’s risks.

11. Employer’s Risks

11.1 From the Start Date until the Defects Liability Certificate has been issued, the following are Employer’s risks:

(a) The risk of personal injury, death, or loss of or damage to property (excluding the Works, Plant, Materials, and Equipment), which are due to

(i) use or occupation of the Site by the Works or for the purpose of the Works, which is the unavoidable result of the Works or

(ii) negligence, breach of statutory duty, or interference with any legal right by the Employer or by any person employed by or contracted to him except the Contractor.

(b) The risk of damage to the Works, Plant, Materials, and Equipment to the extent that it is due to a fault of the Employer or in the Employer’s design, or due to war or radioactive contamination directly affecting the country where the Works are to be executed.

11.2 From the Completion Date until the Defects Liability Certificate has been issued, the risk of loss of or damage to the Works, Plant, and Materials is an Employer’s risk except loss or damage due to

Page 193: Final Bidding Documents_PA Refurbishement_REBIDDING

Section VII – General Conditions of Contract 3-17

(a) a Defect which existed on the Completion Date,

(b) an event occurring before the Completion Date, which was not itself an Employer’s risk, or

(c) the activities of the Contractor on the Site after the Completion Date.

12. Contractor’s Risks

12.1 From the Starting Date until the Defects Liability Certificate has been issued, the risks of personal injury, death, and loss of or damage to property (including, without limitation, the Works, Plant, Materials, and Equipment) which are not Employer’s risks are Contractor’s risks.

13. Insurance 13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in the PCC for the following events which are due to the Contractor’s risks:

(a) loss of or damage to the Works, Plant, and Materials;

(b) loss of or damage to Equipment;

(c) loss of or damage to property (except the Works, Plant, Materials, and Equipment) in connection with the Contract; and

(d) personal injury or death.

13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Project Manager for the Project Manager’s approval before the Start Date. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.

13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may effect the insurance which the Contractor should have provided and recover the premiums the Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due.

13.4 Alterations to the terms of an insurance shall not be made without the approval of the Project Manager.

13.5 Both parties shall comply with any conditions of the insurance policies.

14. Site Data 14.1 The Contractor shall be deemed to have examined any Site Data

Page 194: Final Bidding Documents_PA Refurbishement_REBIDDING

3-18 Section VII – General Conditions of Contract

referred to in the PCC, supplemented by any information available to the Contractor.

15. Contractor to Construct the Works

15.1 The Contractor shall construct and install the Works in accordance with the Specifications and Drawings.

16. The Works to Be Completed by the Intended Completion Date

16.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in accordance with the Program submitted by the Contractor, as updated with the approval of the Project Manager, and complete them by the Intended Completion Date.

17. Approval by the Project Manager

17.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the Project Manager, for his approval.

17.2 The Contractor shall be responsible for design of Temporary Works.

17.3 The Project Manager’s approval shall not alter the Contractor’s responsibility for design of the Temporary Works.

17.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works, where required.

17.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are subject to prior approval by the Project Manager before this use.

18. Safety 18.1 The Contractor shall be responsible for the safety of all activities on the Site.

19. Discoveries 19.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site shall be the property of the Employer. The Contractor shall notify the Project Manager of such discoveries and carry out the Project Manager’s instructions for dealing with them.

20. Possession of the Site

20.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is not given by the date stated in the PCC, the Employer shall be deemed to have delayed the start of the relevant activities, and this shall be a Compensation Event.

21. Access to the Site

21.1 The Contractor shall allow the Project Manager and any person authorized by the Project Manager access to the Site and to any place where work in connection with the Contract is being

Page 195: Final Bidding Documents_PA Refurbishement_REBIDDING

Section VII – General Conditions of Contract 3-19

carried out or is intended to be carried out.

22. Instructions, Inspections and Audits

22.1 The Contractor shall carry out all instructions of the Project Manager which comply with the applicable laws where the Site is located.

22.2 The Contractor shall permit the Bank and/or persons appointed by the Bank to inspect the Site and/or the accounts and records of the Contractor and its sub-contractors relating to the performance of the Contract, and to have such accounts and records audited by auditors appointed by the Bank if required by the Bank. The Contractor’s attention is drawn to Sub-Clause 57.1 which provides, inter alia, that acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under Sub-Clause 22.2 constitute a prohibited practice subject to contract termination (as well as to a determination of ineligibility under the Procurement Guidelines).

23. Appointment of the Adjudicator

23.1 The Adjudicator shall be appointed jointly by the Employer and the Contractor, at the time of the Employer’s issuance of the Letter of Acceptance. If, in the Letter of Acceptance, the Employer does not agree on the appointment of the Adjudicator, the Employer will request the Appointing Authority designated in the PCC, to appoint the Adjudicator within 14 days of receipt of such request.

23.2 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the Adjudicator is not functioning in accordance with the provisions of the Contract, a new Adjudicator shall be jointly appointed by the Employer and the Contractor. In case of disagreement between the Employer and the Contractor, within 30 days, the Adjudicator shall be designated by the Appointing Authority designated in the PCC at the request of either party, within 14 days of receipt of such request.

24. Procedure for Disputes

24.1 If the Contractor believes that a decision taken by the Project Manager was either outside the authority given to the Project Manager by the Contract or that the decision was wrongly taken, the decision shall be referred to the Adjudicator within 14 days of the notification of the Project Manager’s decision.

24.2 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute.

24.3 The Adjudicator shall be paid by the hour at the rate specified in the PCC, together with reimbursable expenses of the types specified in the PCC, and the cost shall be divided equally

Page 196: Final Bidding Documents_PA Refurbishement_REBIDDING

3-20 Section VII – General Conditions of Contract

between the Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator’s written decision. If neither party refers the dispute to arbitration within the above 28 days, the Adjudicator’s decision shall be final and binding.

24.4 The arbitration shall be conducted in accordance with the arbitration procedures published by the institution named and in the place specified in the PCC.

B. Time Control

25. Program 25.1 Within the time stated in the PCC, after the date of the Letter of Acceptance, the Contractor shall submit to the Project Manager for approval a Program showing the general methods, arrangements, order, and timing for all the activities in the Works. In the case of a lump sum contract, the activities in the Program shall be consistent with those in the Activity Schedule.

25.2 An update of the Program shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work, including any changes to the sequence of the activities.

25.3 The Contractor shall submit to the Project Manager for approval an updated Program at intervals no longer than the period stated in the PCC. If the Contractor does not submit an updated Program within this period, the Project Manager may withhold the amount stated in the PCC from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted. In the case of a lump sum contract, the Contractor shall provide an updated Activity Schedule within 14 days of being instructed to by the Project Manager.

25.4 The Project Manager’s approval of the Program shall not alter the Contractor’s obligations. The Contractor may revise the Program and submit it to the Project Manager again at any time. A revised Program shall show the effect of Variations and Compensation Events.

26. Extension of the Intended Completion Date

26.1 The Project Manager shall extend the Intended Completion Date if a Compensation Event occurs or a Variation is issued which makes it impossible for Completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining work, which would cause the Contractor

Page 197: Final Bidding Documents_PA Refurbishement_REBIDDING

Section VII – General Conditions of Contract 3-21

to incur additional cost.

26.2 The Project Manager shall decide whether and by how much to extend the Intended Completion Date within 21 days of the Contractor asking the Project Manager for a decision upon the effect of a Compensation Event or Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date.

27. Acceleration 27.1 When the Employer wants the Contractor to finish before the Intended Completion Date, the Project Manager shall obtain priced proposals for achieving the necessary acceleration from the Contractor. If the Employer accepts these proposals, the Intended Completion Date shall be adjusted accordingly and confirmed by both the Employer and the Contractor.

27.2 If the Contractor’s priced proposals for an acceleration are accepted by the Employer, they are incorporated in the Contract Price and treated as a Variation.

28. Delays Ordered by the Project Manager

28.1 The Project Manager may instruct the Contractor to delay the start or progress of any activity within the Works.

29. Management Meetings

29.1 Either the Project Manager or the Contractor may require the other to attend a management meeting. The business of a management meeting shall be to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure.

29.2 The Project Manager shall record the business of management meetings and provide copies of the record to those attending the meeting and to the Employer. The responsibility of the parties for actions to be taken shall be decided by the Project Manager either at the management meeting or after the management meeting and stated in writing to all who attended the meeting.

30. Early Warning 30.1 The Contractor shall warn the Project Manager at the earliest opportunity of specific likely future events or circumstances that may adversely affect the quality of the work, increase the Contract Price, or delay the execution of the Works. The Project Manager may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate shall be

Page 198: Final Bidding Documents_PA Refurbishement_REBIDDING

3-22 Section VII – General Conditions of Contract

provided by the Contractor as soon as reasonably possible.

30.2 The Contractor shall cooperate with the Project Manager in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Project Manager.

C. Quality Control

31. Identifying Defects

31.1 The Project Manager shall check the Contractor’s work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor’s responsibilities. The Project Manager may instruct the Contractor to search for a Defect and to uncover and test any work that the Project Manager considers may have a Defect.

32. Tests 32.1 If the Project Manager instructs the Contractor to carry out a test not specified in the Specification to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no Defect, the test shall be a Compensation Event.

33. Correction of Defects

33.1 The Project Manager shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion, and is defined in the PCC. The Defects Liability Period shall be extended for as long as Defects remain to be corrected.

33.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Project Manager’s notice.

34. Uncorrected Defects

34.1 If the Contractor has not corrected a Defect within the time specified in the Project Manager’s notice, the Project Manager shall assess the cost of having the Defect corrected, and the Contractor shall pay this amount.

D. Cost Control

35. Contract Price 35.1 In the case of an admeasurement contract, the Bill of Quantities shall contain priced items for the Works to be performed by the Contractor. The Bill of Quantities is used to calculate the Contract Price. The Contractor will be paid for the quantity of the work accomplished at the rate in the Bill of Quantities for each item.

35.2 In the case of a lump sum contract, the Activity Schedule shall

Page 199: Final Bidding Documents_PA Refurbishement_REBIDDING

Section VII – General Conditions of Contract 3-23

contain the priced activities for the Works to be performed by the Contractor. The Activity Schedule is used to monitor and control the performance of activities on which basis the Contractor will be paid. If payment for Materials on Site shall be made separately, the Contractor shall show delivery of Materials to the Site separately on the Activity Schedule.

36. Changes in the Contract Price

36.1 In the case of an admeasurement contract:

(a) If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular item by more than 25 percent, provided the change exceeds 1 percent of the Initial Contract Price, the Project Manager shall adjust the rate to allow for the change.

(b) The Project Manager shall not adjust rates from changes in quantities if thereby the Initial Contract Price is exceeded by more than 15 percent, except with the prior approval of the Employer.

(c) If requested by the Project Manager, the Contractor shall provide the Project Manager with a detailed cost breakdown of any rate in the Bill of Quantities.

36.2 In the case of a lump sum contract, the Activity Schedule shall be amended by the Contractor to accommodate changes of Program or method of working made at the Contractor’s own discretion. Prices in the Activity Schedule shall not be altered when the Contractor makes such changes to the Activity Schedule.

37. Variations 37.1 All Variations shall be included in updated Programs, and, in the case of a lump sum contract, also in the Activity Schedule, produced by the Contractor.

37.2 The Contractor shall provide the Project Manager with a quotation for carrying out the Variation when requested to do so by the Project Manager. The Project Manager shall assess the quotation, which shall be given within seven (7) days of the request or within any longer period stated by the Project Manager and before the Variation is ordered.

37.3 If the Contractor’s quotation is unreasonable, the Project Manager may order the Variation and make a change to the Contract Price, which shall be based on the Project Manager’s own forecast of the effects of the Variation on the Contractor’s costs.

37.4 If the Project Manager decides that the urgency of varying the work would prevent a quotation being given and considered

Page 200: Final Bidding Documents_PA Refurbishement_REBIDDING

3-24 Section VII – General Conditions of Contract

without delaying the work, no quotation shall be given and the Variation shall be treated as a Compensation Event.

37.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by giving early warning.

37.6 In the case of an admeasurement contract, if the work in the Variation corresponds to an item description in the Bill of Quantities and if, in the opinion of the Project Manager, the quantity of work above the limit stated in Sub-Clause 38.1 or the timing of its execution do not cause the cost per unit of quantity to change, the rate in the Bill of Quantities shall be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation by the Contractor shall be in the form of new rates for the relevant items of work.

38. Cash Flow Forecasts

38.1 When the Program, or, in the case of a lump sum contract, the Activity Schedule, is updated, the Contractor shall provide the Project Manager with an updated cash flow forecast. The cash flow forecast shall include different currencies, as defined in the Contract, converted as necessary using the Contract exchange rates.

39. Payment Certificates

39.1 The Contractor shall submit to the Project Manager monthly statements of the estimated value of the work executed less the cumulative amount certified previously.

39.2 The Project Manager shall check the Contractor’s monthly statement and certify the amount to be paid to the Contractor.

39.3 The value of work executed shall be determined by the Project Manager.

39.4 The value of work executed shall comprise:

(a) In the case of an admeasurement contract, the value of the quantities of work in the Bill of Quantities that have been completed; or

(b) In the case of a lump sum contract, the value of work executed shall comprise the value of completed activities in the Activity Schedule.

39.5 The value of work executed shall include the valuation of Variations and Compensation Events.

39.6 The Project Manager may exclude any item certified in a

Page 201: Final Bidding Documents_PA Refurbishement_REBIDDING

Section VII – General Conditions of Contract 3-25

previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

40. Payments 40.1 Payments shall be adjusted for deductions for advance payments and retention. The Employer shall pay the Contractor the amounts certified by the Project Manager within 28 days of the date of each certificate. If the Employer makes a late payment, the Contractor shall be paid interest on the late payment in the next payment. Interest shall be calculated from the date by which the payment should have been made up to the date when the late payment is made at the prevailing rate of interest for commercial borrowing for each of the currencies in which payments are made.

40.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest shall be calculated from the date upon which the increased amount would have been certified in the absence of dispute.

40.3 Unless otherwise stated, all payments and deductions shall be paid or charged in the proportions of currencies comprising the Contract Price.

40.4 Items of the Works for which no rate or price has been entered in shall not be paid for by the Employer and shall be deemed covered by other rates and prices in the Contract.

41. Compensation Events

41.1 The following shall be Compensation Events:

(a) The Employer does not give access to a part of the Site by the Site Possession Date pursuant to GCC Sub-Clause 20.1.

(b) The Employer modifies the Schedule of Other Contractors in a way that affects the work of the Contractor under the Contract.

(c) The Project Manager orders a delay or does not issue Drawings, Specifications, or instructions required for execution of the Works on time.

(d) The Project Manager instructs the Contractor to uncover or to carry out additional tests upon work, which is then found to have no Defects.

(e) The Project Manager unreasonably does not approve a

Page 202: Final Bidding Documents_PA Refurbishement_REBIDDING

3-26 Section VII – General Conditions of Contract

subcontract to be let.

(f) Ground conditions are substantially more adverse than could reasonably have been assumed before issuance of the Letter of Acceptance from the information issued to bidders (including the Site Investigation Reports), from information available publicly and from a visual inspection of the Site.

(g) The Project Manager gives an instruction for dealing with an unforeseen condition, caused by the Employer, or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities, or the Employer does not work within the dates and other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed.

(j) The effects on the Contractor of any of the Employer’s Risks.

(k) The Project Manager unreasonably delays issuing a Certificate of Completion.

41.2 If a Compensation Event would cause additional cost or would prevent the work being completed before the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion Date shall be extended. The Project Manager shall decide whether and by how much the Contract Price shall be increased and whether and by how much the Intended Completion Date shall be extended.

41.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor’s forecast cost has been provided by the Contractor, it shall be assessed by the Project Manager, and the Contract Price shall be adjusted accordingly. If the Contractor’s forecast is deemed unreasonable, the Project Manager shall adjust the Contract Price based on the Project Manager’s own forecast. The Project Manager shall assume that the Contractor shall react competently and promptly to the event.

41.4 The Contractor shall not be entitled to compensation to the extent that the Employer’s interests are adversely affected by the Contractor’s not having given early warning or not having cooperated with the Project Manager.

Page 203: Final Bidding Documents_PA Refurbishement_REBIDDING

Section VII – General Conditions of Contract 3-27

42. Tax 42.1 The Project Manager shall adjust the Contract Price if taxes, duties, and other levies are changed between the date 28 days before the submission of bids for the Contract and the date of the last Completion certificate. The adjustment shall be the change in the amount of tax payable by the Contractor, provided such changes are not already reflected in the Contract Price or are a result of GCC Clause 44.

43. Currencies 43.1 Where payments are made in currencies other than the currency of the Employer’s country specified in the PCC, the exchange rates used for calculating the amounts to be paid shall be the exchange rates stated in the Contractor’s Bid.

44. Price Adjustment

44.1 Prices shall be adjusted for fluctuations in the cost of inputs only if provided for in the PCC. If so provided, the amounts certified in each payment certificate, before deducting for Advance Payment, shall be adjusted by applying the respective price adjustment factor to the payment amounts due in each currency. A separate formula of the type indicated below applies to each Contract currency:

Pc = Ac + Bc Imc/Ioc

where:

Pc is the adjustment factor for the portion of the Contract Price payable in a specific currency “c.”

Ac and Bc are coefficients10 specified in the PCC, representing the nonadjustable and adjustable portions, respectively, of the Contract Price payable in that specific currency “c;” and

Imc is the index prevailing at the end of the month being invoiced and Ioc is the index prevailing 28 days before Bid opening for inputs payable; both in the specific currency “c.”

44.2 If the value of the index is changed after it has been used in a calculation, the calculation shall be corrected and an adjustment made in the next payment certificate. The index value shall be deemed to take account of all changes in cost due to fluctuations in costs.

45. Retention 45.1 The Employer shall retain from each payment due to the

10 The sum of the two coefficients Ac and Bc should be 1 (one) in the formula for each currency. Normally, both coefficients shall be the same in the formulae for all currencies, since coefficient A, for the nonadjustable portion of the payments, is a very approximate figure (usually 0.15) to take account of fixed cost elements or other nonadjustable components. The sum of the adjustments for each currency are added to the Contract Price. [To be transferred to the User Guide]

Page 204: Final Bidding Documents_PA Refurbishement_REBIDDING

3-28 Section VII – General Conditions of Contract

Contractor the proportion stated in the PCC until Completion of the whole of the Works.

45.2 Upon the issue of a Certificate of Completion of the Works by the Project Manager, in accordance with GCC 51.1, half the total amount retained shall be repaid to the Contractor and half when the Defects Liability Period has passed and the Project Manager has certified that all Defects notified by the Project Manager to the Contractor before the end of this period have been corrected. The Contractor may substitute retention money with an “on demand” Bank guarantee.

46. Liquidated Damages

46.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the PCC for each day that the Completion Date is later than the Intended Completion Date. The total amount of liquidated damages shall not exceed the amount defined in the PCC. The Employer may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages shall not affect the Contractor’s liabilities.

46.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Project Manager shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in GCC Sub-Clause 40.1.

47. Bonus 47.1 The Contractor shall be paid a Bonus calculated at the rate per calendar day stated in the PCC for each day (less any days for which the Contractor is paid for acceleration) that the Completion is earlier than the Intended Completion Date. The Project Manager shall certify that the Works are complete, although they may not be due to be complete.

48. Advance Payment

48.1 The Employer shall make advance payment to the Contractor of the amounts stated in the PCC by the date stated in the PCC, against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal to the advance payment. The Guarantee shall remain effective until the advance payment has been repaid, but the amount of the Guarantee shall be progressively reduced by the amounts repaid by the Contractor. Interest shall not be charged on the advance payment.

48.2 The Contractor is to use the advance payment only to pay for Equipment, Plant, Materials, and mobilization expenses required

Page 205: Final Bidding Documents_PA Refurbishement_REBIDDING

Section VII – General Conditions of Contract 3-29

specifically for execution of the Contract. The Contractor shall demonstrate that advance payment has been used in this way by supplying copies of invoices or other documents to the Project Manager.

48.3 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due to the Contractor, following the schedule of completed percentages of the Works on a payment basis. No account shall be taken of the advance payment or its repayment in assessing valuations of work done, Variations, price adjustments, Compensation Events, Bonuses, or Liquidated Damages.

49. Securities 49.1 The Performance Security shall be provided to the Employer no later than the date specified in the Letter of Acceptance and shall be issued in an amount specified in the PCC, by a bank or surety acceptable to the Employer, and denominated in the types and proportions of the currencies in which the Contract Price is payable. The Performance Security shall be valid until a date 28 days from the date of issue of the Certificate of Completion in the case of a Bank Guarantee, and until one year from the date of issue of the Completion Certificate in the case of a Performance Bond.

50. Dayworks 50.1 If applicable, the Dayworks rates in the Contractor’s Bid shall be used only when the Project Manager has given written instructions in advance for additional work to be paid for in that way.

50.2 All work to be paid for as Dayworks shall be recorded by the Contractor on forms approved by the Project Manager. Each completed form shall be verified and signed by the Project Manager within two days of the work being done.

50.3 The Contractor shall be paid for Dayworks subject to obtaining signed Dayworks forms.

51. Cost of Repairs

51.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s acts or omissions.

E. Finishing the Contract

52. Completion 52.1 The Contractor shall request the Project Manager to issue a Certificate of Completion of the Works, and the Project Manager shall do so upon deciding that the whole of the Works is

Page 206: Final Bidding Documents_PA Refurbishement_REBIDDING

3-30 Section VII – General Conditions of Contract

completed.

53. Taking Over 53.1 The Employer shall take over the Site and the Works within seven days of the Project Manager’s issuing a certificate of Completion.

54. Final Account 54.1 The Contractor shall supply the Project Manager with a detailed account of the total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period. The Project Manager shall issue a Defects Liability Certificate and certify any final payment that is due to the Contractor within 56 days of receiving the Contractor’s account if it is correct and complete. If it is not, the Project Manager shall issue within 56 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Project Manager shall decide on the amount payable to the Contractor and issue a payment certificate.

55. Operating and Maintenance Manuals

55.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the PCC.

55.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the PCC pursuant to GCC Sub-Clause 55.1, or they do not receive the Project Manager’s approval, the Project Manager shall withhold the amount stated in the PCC from payments due to the Contractor.

56. Termination 56.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental breach of the Contract.

56.2 Fundamental breaches of Contract shall include, but shall not be limited to, the following:

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the current Program and the stoppage has not been authorized by the Project Manager;

(b) the Project Manager instructs the Contractor to delay the progress of the Works, and the instruction is not withdrawn within 28 days;

(c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation;

(d) a payment certified by the Project Manager is not paid by the Employer to the Contractor within 84 days of the date of the Project Manager’s certificate;

Page 207: Final Bidding Documents_PA Refurbishement_REBIDDING

Section VII – General Conditions of Contract 3-31

(e) the Project Manager gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Project Manager;

(f) the Contractor does not maintain a Security, which is required;

(g) the Contractor has delayed the completion of the Works by the number of days for which the maximum amount of liquidated damages can be paid, as defined in the PCC; or

(h) if the Contractor, in the judgment of the Employer, has engaged in corrupt or fraudulent practices in competing for or in executing the Contract, pursuant to GCC Clause 57.1.

56.3 When either party to the Contract gives notice of a breach of Contract to the Project Manager for a cause other than those listed under GCC Sub-Clause 56.2 above, the Project Manager shall decide whether the breach is fundamental or not.

56.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

56.5 If the Contract is terminated, the Contractor shall stop work immediately, make the Site safe and secure, and leave the Site as soon as reasonably possible.

57. Fraud and Corruption

57.1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent, collusive, coercive or obstructive practices, in competing for or in executing the Contract, then the Employer may, after giving 14 days notice to the Contractor, terminate the Contractor's employment under the Contract and expel him from the Site, and the provisions of Clause 56 shall apply as if such expulsion had been made under Sub-Clause 56.5 [Termination by Employer].

57.2 Should any employee of the Contractor be determined to have engaged in corrupt, fraudulent, collusive, coercive, or obstructive practice during the execution of the Works, then that employee shall be removed in accordance with Clause 9.

57.3 For the purposes of this Sub-Clause:

(i) “corrupt practice”11 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;

11 “another party” refers to a public official acting in relation to the procurement process or contract execution]. In this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing procurement decisions.

Page 208: Final Bidding Documents_PA Refurbishement_REBIDDING

3-32 Section VII – General Conditions of Contract

(ii) “fraudulent practice”12 is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(iii) “collusive practice”13 is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) “coercive practice”14 is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or

(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under Sub-Clause 22.2.

58. Payment upon Termination

58.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Project Manager shall issue a certificate for the value of the work done and Materials ordered less advance payments received up to the date of the issue of the certificate and less the percentage to apply to the value of the work not completed, as indicated in the PCC. Additional Liquidated Damages shall not apply. If the total amount due to the Employer exceeds any payment due to the Contractor, the difference shall be a debt payable to the Employer.

58.2 If the Contract is terminated for the Employer’s convenience or because of a fundamental breach of Contract by the Employer, the Project Manager shall issue a certificate for the value of the work

12 a “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.

13 “parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non competitive levels.

14 a “party” refers to a participant in the procurement process or contract execution.

Page 209: Final Bidding Documents_PA Refurbishement_REBIDDING

Section VII – General Conditions of Contract 3-33

done, Materials ordered, the reasonable cost of removal of Equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works, and less advance payments received up to the date of the certificate.

59. Property 59.1 All Materials on the Site, Plant, Equipment, Temporary Works, and Works shall be deemed to be the property of the Employer if the Contract is terminated because of the Contractor’s default.

60. Release from Performance

60.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of either the Employer or the Contractor, the Project Manager shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which a commitment was made.

61. Suspension of Bank Loan or Credit

61.1 In the event that the Bank suspends the Loan or Credit to the Employer, from which part of the payments to the Contractor are being made:

(a) The Employer is obligated to notify the Contractor of such suspension within 7 days of having received the Bank’s suspension notice.

(b) If the Contractor has not received sums due it within the 28 days for payment provided for in Sub-Clause 40.1, the Contractor may immediately issue a 14-day termination notice.

62.

Page 210: Final Bidding Documents_PA Refurbishement_REBIDDING

3-35

Section VIII. Particular Conditions of Contract

A. General

GCC 1.1 (d) The financing institution is: International Bank for Reconstruction and Development (IBRD – World Bank)

GCC 1.1 (s) The Employer is Ministry of Agriculture, Forestry and Water Economy, Leninova 2, 1000 Skopje

Ljupco Dimovski, Minister

GCC 1.1 (w) The Intended Completion Date for the whole of the Works shall be 180 days

GCC 1.1 (z) The Project Manager is to be appointed upon Contract signature.

GCC 1.1 (bb) The Site is located at 3-ta Makedonska Udarna Brigada bb, Macedonija Tabak building, Blok C – IPARD Paying Agency and is defined in drawings No. A1.

GCC 1.1 (ee) The Start Date shall be one week after signing of the Contract (expected: October, 2009). The starting date is indicative and will be extended, depending on the time the bidding process will take until the contract award.

GCC 1.1 (ii) The Works consist of architectural works, electrical works, mechanical works, hydro works, fire-protection works…

GCC 2.2 Sectional Completions are: N/A

GCC 2.3(i) The following documents also form part of the Contract: None

GCC 3.1 The language of the contract is English.

The law that applies to the Contract is the law of the Republic of Macedonia.

GCC 5.1 The Project manager may delegate any of his duties and responsibilities.

GCC 8.1 Schedule of other contractors: N/A

GCC 13.1 The minimum insurance amounts and deductibles shall be:

(a) for the Works, Plant and Materials: full amount.

(b) For loss or damage to Equipment: as per applicable law.

(c) for loss or damage to property (except the Works, Plant, Materials, and

Page 211: Final Bidding Documents_PA Refurbishement_REBIDDING

3-36

Equipment) in connection with Contract: as per applicable law.

(d) for personal injury or death:

(i) of the Contractor’s employees: as per applicable law.

(ii) of other people: as per applicable law.

GCC 14.1 Site Data are: N/A

GCC 20.1 The Site Possession Date(s) shall be: October, 2009

GCC 23.1 &GCC 23.2

Appointing Authority for the Adjudicator: Macedonian Architect Association.

GCC 24.3 Hourly rate and types of reimbursable expenses to be paid to the Adjudicator: Hourly fee: 900 MKD.

GCC 24.4 Institution whose arbitration procedures shall be used for local bidders: Macedonian Architects Association.

Institution whose arbitration procedures shall be used for international bidders:

United Nations Commission on International Trade Law (UNCITRAL) Arbitration Rules:

Any dispute, controversy, or claim arising out of or relating to this Contract, or breach, termination, or invalidity thereof, shall be settled by arbitration in accordance with the UNCITRAL Arbitration Rules as at present in force.”

The place of arbitration shall be: Skopje, Republic of Macedonia

B. Time Control

GCC 25.1 The Contractor shall submit for approval a Program for the Works within 28 days from the date of the Letter of Acceptance.

GCC 25.3 The period between Program updates is 30 days.

The amount to be withheld for late submission of an updated Program is 20.000 MKD.

C. Quality Control

GCC 33.1 The Defects Liability Period is: 365 days.

D. Cost Control

Page 212: Final Bidding Documents_PA Refurbishement_REBIDDING

Section VIII – Particular Conditions of Contract 3-37

GCC 43.1 The currency of the Employer’s country is: Macedonian Denars (MKD)

GCC 44.1 The Contract is not subject to price adjustment in accordance with GCC Clause 44, and the following information regarding coefficients does not apply.

The coefficients for adjustment of prices are: N/A

(a) For currency [insert name of currency]:

(i) [insert percentage] percent non adjustable element (coefficient A).

(ii) [insert percentage] percent adjustable element (coefficient B).

(b) For currency [insert name of currency]:

(i) [insert percentage] percent non adjustable element (coefficient A).

(ii) [insert percentage] percent adjustable element (coefficient B).

The Index I for local currency shall be [insert index].

The Index I for the specified international currency shall be [insert index].

[These proxy indices shall be proposed by the Contractor, subject to acceptance by the Employer]

The Index I for currencies other than the local currency and the specified international currency shall be [insert index].

[These proxy indices shall be proposed by the Contractor, subject to acceptance by the Employer.]

GCC 45.1 The proportion of payments retained is: 5 (five) percent.

GCC 46.1 The liquidated damages for the whole of the Works are 0,05 % per day. The maximum amount of liquidated damages for the whole of the Works is 6 % of the final Contract Price.

GCC 47.1 N/A

GCC 48.1 The Advance Payments shall be: 10 percent of the Contract price and shall be paid to the Contractor no later than 21 days upon signing the Contract.

GCC 49.1 The Performance Security amount is

(a) Bank Guarantee: 10 percent of the Contract Price.

or

Page 213: Final Bidding Documents_PA Refurbishement_REBIDDING

3-38 Section VIII – Particular Conditions of Contract

(b) Performance Bond: 30 percent of the Contract Price.

E. Finishing the Contract

GCC 55.1 The date by which operating and maintenance manuals are required is 21 days from completion of Works.

The date by which “as built” drawings are required is 21 days from completion of Works.

GCC 55.2 The amount to be withheld for failing to produce “as built” drawings and/or operating and maintenance manuals by the date required in GCC 55.1 is 50.000 MKD.

GCC 56.2 (g) The maximum number of days is: 120 days

GCC 58.1 The percentage to apply to the value of the work not completed, representing the Employer’s additional cost for completing the Works, is 5% .

Page 214: Final Bidding Documents_PA Refurbishement_REBIDDING

3-39

Section IX - Contract Forms

This Section contains forms which, once completed, will form part of the Contract. The forms for Performance Security and Advance Payment Security, when required, shall only be completed by the successful Bidder after contract award.

Table of Forms

Letter of Acceptance............................................................................................................3-40

Contract Agreement...........................................................................................................3-41

Performance Security.........................................................................................................3-43

Advance Payment Security..................................................................................................3-45

Page 215: Final Bidding Documents_PA Refurbishement_REBIDDING

3-40

Letter of Acceptance

[ on letterhead paper of the Employer]

. . . . . . . [date]. . . . . . .

To: . . . . . . . . . . [ name and address of the Contractor] . . . . . . . . . .

Subject: . . . . . . . . . . [Notification of Award Contract No]. . . . . . . . . . .

This is to notify you that your Bid dated . . . . [insert date] . . . . for execution of the . . . . . . . . . .[insert name of the contract and identification number, as given in the Appendix to Bid] . . . . . . . . . . for the Accepted Contract Amount of the equivalent of . . . . . . . . .[insert amount in numbers and words and name of currency], as corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our Agency.

You are requested to furnish the Performance Security within 28 days in accordance with the Conditions of Contract, using for that purpose the of the Performance Security Form included in Section IX (Contract Forms) of the Bidding Document.

[Choose one of the following statements:]

We accept that __________________________[insert the name of Adjudicator proposed by the Bidder] be appointed as the Adjudicator.

[or]

We do not accept that _______________________[insert the name of the Adjudicator proposed by the Bidder] be appointed as the Adjudicator, and by sending a copy of this Letter of Acceptance to ________________________________________[insert name of the Appointing Authority], the Appointing Authority, we are hereby requesting such Authority to appoint the Adjudicator in accordance with ITB 42.1 and GCC 23.1.

Authorized Signature: ...................................................................................................................

Name and Title of Signatory: ........................................................................................................

Name of Agency: ..........................................................................................................................

Page 216: Final Bidding Documents_PA Refurbishement_REBIDDING

Section IX - Contract Forms 3-41

Attachment: Contract Agreement

Page 217: Final Bidding Documents_PA Refurbishement_REBIDDING

3-42 Section IX - Contract Forms

Contract Agreement

THIS AGREEMENT made the . . . . . .day of . . . . . . . . . . . . . . . . ., . . . . . . ., between . . . . . [name of the Employer]. . . . .. . . . . (hereinafter “the Employer”), of the one part, and . . . . . [name of the Contractor]. . . . .(hereinafter “the Contractor”), of the other part:

WHEREAS the Employer desires that the Works known as . . . . . [name of the Contract]. . . . .should be executed by the Contractor, and has accepted a Bid by the Contractor for the execution and completion of these Works and the remedying of any defects therein,

The Employer and the Contractor agree as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement. This Agreement shall prevail over all other Contract documents.

(a) the Letter of Acceptance

(b) the Bid

(c) the Addenda Nos . . . . . [insert addenda numbers if any]. . . . .

(d) the Particular Conditions

(e) the General Conditions;

(f) the Specification

(g) the Drawings; and

(h) the completed Schedules,

3. In consideration of the payments to be made by the Employer to the Contractor as indicated in this Agreement, the Contractor hereby covenants with the Employer to execute the Works and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of . . . . . [name of the borrowing country]. . . . .on the day, month and year indicated above.

Page 218: Final Bidding Documents_PA Refurbishement_REBIDDING

Section IX - Contract Forms 3-43

Signed by: Signed by:for and on behalf of the Employer for and on behalf the Contractor

in the presence of:

in the presence of:

Witness, Name, Signature, Address, Date Witness, Name, Signature, Address, Date

Page 219: Final Bidding Documents_PA Refurbishement_REBIDDING

3-44 Section IX - Contract Forms

Performance Security

[Bank’s Name, and Address of Issuing Branch or Office]

Beneficiary: ......................................[Name and Address of Employer] ..........................................

Date:............................................................................................................................................

Performance Guarantee No.: ...................................................................................................

We have been informed that . . . . . [name of the Contractor]. . . . . (hereinafter called “the Contractor”) has entered into Contract No. . . . . . [reference number of the Contract]. . . . . dated . . . . . . . .with you, for the execution of . . . . . . [name of contract and brief description of Works]. . . . . (hereinafter called “the Contract”).

Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required.

At the request of the Contractor, we . . . . . [name of the Bank]. . . . . hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of . . . . . . . . . [name of the currency and amount in figures] 1. . . . . . (. . . . . [amount in words]. . . . . ) such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the . . . . . Day of . . . . . . . . . . , . . . . . . 2, and any demand for payment under it must be received by us at this office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.

. . . . . . . . . . . . . . . . . . . . . . . . . . . . [Seal of Bank and Signature(s)]

Note –All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final document.

1 The Guarantor shall insert an amount representing the percentage of the Contract Price specified in the Contract and denominated either in the currency(ies) of the Contract or a freely convertible currency acceptable to the Employer.

2 Insert the date twenty-eight days after the expected completion date. The Employer should note that in the event of an extension of the time for completion of the Contract, the Employer would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the

Page 220: Final Bidding Documents_PA Refurbishement_REBIDDING

Section IX - Contract Forms 3-45

expiration date established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the Employer’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.”

Page 221: Final Bidding Documents_PA Refurbishement_REBIDDING

3-46 Section IX - Contract Forms

Advance Payment Security

[Bank’s Name, and Address of Issuing Branch or Office]

Beneficiary: ......................................[Name and Address of Employer] ..........................................Date:............................................................................................................................................Advance Payment Guarantee No.: ..........................................................................................

We have been informed that . . . . . [name of the Contractor]. . . . . (hereinafter called “the Contractor”) has entered into Contract No. . . . . . [reference number of the Contract]. . . . . dated . . . . . . . .with you, for the execution of . . . . . . [name of contract and brief description of Works]. . . . . (hereinafter called “the Contract”).

Furthermore, we understand that, according to the Conditions of the Contract, an advance payment in the sum . . . . . [name of the currency and amount in figures] 1. . . . . . (. . . . . [amount in words]. . . . . ) is to be made against an advance payment guarantee.

At the request of the Contractor, we . . . . . [name of the Bank]. . . . . hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of . . . . . [name of the currency and amount in figures]*. . . . . . (. . . . . [amount in words]. . . . . ) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation under the Contract because the Contractor used the advance payment for purposes other than the costs of mobilization in respect of the Works.

It is a condition for any claim and payment under this guarantee to be made that the advance payment referred to above must have been received by the Contractor on its account number . . . . . [Contractor’s account number]. . . . . at . . . . . [name and address of the Bank]. . . . . .

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance payment repaid by the Contractor as indicated in copies of interim statements or payment certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the interim payment certificate indicating that eighty (80) percent of the Contract Price has been certified for payment, or on the . . . day of . . . . . . . , . . . . . 2, whichever is earlier. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

. . . . . . . . . . . . . . [Seal of Bank and Signature(s)]. . . . . . . . . . . . . .

Note –Note –All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final document.

1 The Guarantor shall insert an amount representing the amount of the advance payment denominated either in the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible currency acceptable to the Employer.

Page 222: Final Bidding Documents_PA Refurbishement_REBIDDING

Section IX - Contract Forms 3-47

2 Insert the expected expiration date of the Time for Completion. The Employer should note that in the event of an extension of the time for completion of the Contract, the Employer would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the Employer’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.