~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

95
TENDER FOR THE OF CONSULTANCY SERVICES FOR ROAD ACCESS FEASIBILITY STUDIES REFERENCE NO: TEN(NEA)EP/42/13 SEP 13 NATIONAL ENVIRONMENT AGENCY WASTE AND RESOURCE MANAGEMENT DEPARTMENT #11-00, ENVIRONMENT BUILDING 40 SCOTTS ROAD SINGAPORE 228231

description

access

Transcript of ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

Page 1: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

TENDER FOR THE OF CONSULTANCY SERVICES

FOR ROAD ACCESS FEASIBILITY STUDIES

REFERENCE NO:

TEN(NEA)EP/42/13

SEP 13

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

Page 2: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

i

TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS

FEASIBILITY STUDIES

TABLE OF CONTENTS

Page

Section A: Covering Letter 1

Section B: Instructions to Tenderers 3

Section C: Form of Tender 16

Section D: Form of Agreement (Specimen) 18

Section E: Conditions of Contract (Services) 20

Section F: Letter of Acceptance (Specimen) 29

Section G: Banker’s Guarantee for Security Deposit (Specimen) 31

Section H: Contract Specifications 33

Schedules

Schedule 1: Lump Sum Fees for Services 47

Schedule 2: Schedule of Payment 48

Schedule 3: Scale of Charges on a Time Basis 49

Schedule 4: Topographical Survey 50

Schedule 5: Soil Investigation Works 51

Schedule 6: Trial Trenching Works 52

Schedule 7: Number of Copies of Reports to Submit 53

Appendixes

Appendix A: Potential permanent road accesses to Project Site 54

Appendix B: Guidelines for Security and Blast (S&B) Study 55

Appendix C: Guidelines for Environment Impact Study (EIS) 70

Page 3: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

ii

TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS

FEASIBILITY STUDIES

TABLE OF CONTENTS

Annexes Page

Annex A: Declaration of Goods and Services Tax (GST) Status 72

Annex B: Schedule of Contracts Currently Executed by Tenderer 73

Annex C: Schedule of Environmental Best Practices & Processes 74

Annex D: Undertaking to Safeguard Official Information 75

Annex E: Specimen of Supplementary Agreement for Joint Venture

Participation 76

Annex F: List of Directors and Persons Empowered to Sign Contracts 79

Annex G: Workplace Safety and Health Management System, 80

Risk Assessment Schedule

Annex H: Structure and Organisation of the Firm 81

Annex I: Details of Current Projects 83

Annex J: Details of Completed Projects 84

Annex K: Audited Accounts 85

Annex L: Particulars of Directors/Partners/Professional Staff 86

Annex M: Project Team and Experience of Individuals 87

Annex N: Write-up on Approach and Scope of Appreciation 89

Annex O: Write- up on Environmental Impact Study 90

Annex P: Write- up on Security and Blast Study 91

Annex Q: Write- up on Traffic Impact Assessment Study 92

Page 4: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

1

SECTION A: COVERING LETTER INVITATION TO TENDER FOR THE PROVISION OF CONSULTANCY SERVICES

FOR ROAD ACCESS FEASIBILITY STUDIES

To all Tenderers, 1. The National Environment Agency (“the Agency”) hereby invites tenders for the provision

of consultancy services for road access feasibility studies (“the Contract”). The scope of the Contract involves conducting feasibility studies and preliminary designs on identified access routes leading to the Tuas View Basin Site. After which, the Consultant will be required to assess and recommend feasible access routes based on a proper evaluation matrix. The scope of services is specified in the tender documents.

2. The list of tender documents is enclosed and the Tenderer shall conform to the requirements given in the tender documents.

3. This is an Open tender and is for a one-off non-recurring contract for services. The estimated commencement date for the Contract is 6 Jan 2014 and the Contract is estimated to be completed within nine (09) months.

4. Tenderers registered with the Expenditure and Procurement Policies Unit of the Ministry of Finance (EPPU) in the EPU/SER/34 (Consultancy Services) work head of financial grade S6 and above are invited to tender for this Contract.

5. Tenderers who are not registered with the EPPU in the registration head and financial grade specified in Para 4 are advised to register with the relevant Government Registration Authority (GRA) at the earliest possible opportunity and enclose with their tenders a copy of the registration fee receipt issued by the GRA if their registration is still pending.

6. Tenderers shall submit their tenders in accordance with the mode(s) of submission specified in Clause 4 of the Instructions to Tenderers not later than 1600 hours Singapore time on Wednesday, 30 Oct 2013

7. For GeBIZ submission, tenderers are advised to submit their tenders early before the tender closing time. Tenderers who encounter problems in their submission via GeBIZ are advised to contact the GeBIZ Helpdesk before the tender closing time.

8. Tenders must be submitted in English.

9. The Tender Opening Committee shall consist of three members comprising of Engineers/Senior Officers/Environmental Health Officers.

10. Tenderers who wish to seek clarifications on the tender or an extension of the specified tender period shall submit their request to Director (Waste and Resource Management Department) at the address stated in Clause 27 of the Instructions to Tenderers at least ten (10) working days before the closing date for submission of tenders. Tenderers can also contact the following officer should there be enquiries on the tender:

Mr Joseph Boey, Project Director (IWMF)

[email protected]

Page 5: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

2

11. If there is any change or amendment to the tender documents or any response to clarifications requested by Tenderers before the closing date for submission of tenders, notification will be given through the publication of a Corrigendum to the Tender Notice through the Government Electronic Business System (GeBIZ) at http://www.gebiz.gov.sg. Tenderers are advised to check GeBIZ to ensure that they are aware of all Corrigenda, if any, before submitting their tenders.

12. The validity period of the tender shall be three (3) calendar months from the closing date of the tender (“Validity Period”).

ONG SOO SAN DIRECTOR WASTE AND RESOURCE MANAGEMENT DEPARTMENT NATIONAL ENVIRONMENT AGENCY

Page 6: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

3

SECTION B: INSTRUCTIONS TO TENDERERS

Definitions 1 Throughout this Invitation to Tender and any resultant Contract, unless the context

otherwise requires, the following definitions shall apply:

(a) “Invitation to Tender” means the invitation to participate in this Tender and comprises all tender documents forwarded to the Tenderer inclusive of the Covering Letter, Instructions to Tenderers, Form of Tender, Conditions of Contract, Contract Specifications and any other documents and forms enclosed.

(b) “Contract” means any resultant contract and its Annexes between the National

Environment Agency (herein called “the Agency”) and the successful Tenderer.

(c) “Consultant” and/or “Contractor” means the successful Tenderer.

(d) “Tenderer” means a person or his permitted assigns tendering to provide the

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

(e) “Conditions of Contract” also includes such clauses from the Compendium of

Additional Clauses which will form part of the Contract.

(f) Save as set out above, all other terms referred to in this Invitation to Tender shall have the same meanings as those given in the Conditions of Contract.

Evaluation Criteria 2 (a) Where the Invitation to Tender specifies evaluation criteria in terms of the

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

(b) Where a Tenderer’s existing registration with a GRA, which is valid up to the

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

(c) Tenderers who are registered with the relevant GRA, specifying that they have

met the criteria for this Tender, must declare their registration status in the manner set out in the Invitation to Tender.

(d) Tenderers who do not hold a valid registration from the relevant GRA

specifying that they have met the criteria for this Tender are advised to apply for the registration with the relevant GRA at the earliest possible opportunity and declare their registration status in their tenders. Such tenderers should

Page 7: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

4

apply for registration with EPPU through the Electronic Business (GeBIZ). The address for the GeBIZ Homepage is http://www.gebiz.gov.sg/. If by the closing date of tender, their registration with the relevant GRA is still pending, tenderers should enclose a copy of the receipt for registration fee paid issued by the GRA(s) with their tenders.

(e) Tenders shall be evaluated based on the following criteria:

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

Services) registration head of financial grade S6 and above;

(ii) Debarment status; and

(iii) Compliance with Instructions to Tenderers, Conditions of Contract and

Contract Specifications.

Criteria (i) to (iii) are considered Critical Criteria and a tender that does not meet any of these criteria shall be rejected.

(f) Tenderers who have complied with the evaluation criteria in (e) above will be evaluated and assessed using the Quality-Fee Method (QFM). In the QFM, Quality and Fee criteria are assigned weightages and translated into quantitative scores. The Quality-Fee Weighting is 60:40. Tenderer with the highest total score (weighted quality score + weighted fee score) would be considered favorably for award. The weightage for the Quality Criteria is shown below.

No. Quality Criteria Weightings

(%) Raw

Score(max) Scoring Method

1 Experience and proven track records

- Information

and

performance

on the quality,

complexity and

value of

relevant

projects

previously and

currently

undertaking

15 10 Quality Points > 15 Projects – 10 pts 13 to 15 Projects – 8 pts 10 to 12 Projects – 6 pts 7 to 9 Projects – 4 pts 4 to 6 Projects – 2 pts <4 – 0 pts

2 Establishment and Financial Status

- Information to

show the

standing of the

firm in terms of

management

structure,

years in

5 10 Quality Points - Sound financial

performance for past

3 years – 8 pts

- ISO Certification

– 2 pts

Page 8: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

5

operation,

ISO

Certification

and sound

financial

performance

for past 3

years

3 Proposed Project Team Composition and Structure

- Depth and

Resilience of

the project

team

15 10 Ranking 1st – 10 pts 2nd – 8 pts 3rd – 6 pts 4th – 4 pts All Others – 2 pts

4 Qualification & Experience of Key Personnel

- Curriculum

Vitae (CV) of

key personnel

proposed for

the project

10 10 Ranking 1st – 10 pts 2nd – 8 pts 3rd – 6 pts 4th – 4 pts All Others – 2 pts

5 Understanding of Requirements

- Write-up to

demonstrate

understanding

and

appreciation of

the work

scope

5 10 Ranking 1st – 10 pts 2nd – 8 pts 3rd – 6 pts 4th – 4 pts All Others – 2 pts

6 Proposed Approach of the Project

- Write-up on

learning points

from previous

project

experiences

10 10 Ranking 1st – 10 pts 2nd – 8 pts 3rd – 6 pts

Page 9: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

6

and proposed

approach and

timeline on

how the

project would

be managed to

complete

within the

specified

period

4th – 4 pts All Others – 2 pts

Total weighted score (TWS) 600 points

The Quality Score, Q-Score of a tender will be computed using the following formula: Q-Score = (TWS/ Highest TWS) x 60

Fee Criteria

The Tender Price of a tender will be translated into a quantitative score, Fee Score, using the following formula:

F-Score = (Lowest tender price/ Tenderer’s price) x 40

Combined Score The Combined Score of a tender will be the sum of its Quality Score and Price Score:

Combined Score = Q-score + F-Score

Tender Submissions

Tender proposals will be submitted according to the two-envelope system. Eligibility

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

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

Submission of Tender 4 (a) Tenderers shall submit their tenders in accordance with the following mode(s)

of submission:

Page 10: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

7

Information or document(s) in tender

Mode of Submission Closing Date

(Singapore time)

1. Tender Price* 2. Form of Tender*

3. Schedule 1- Lump Sum

Price*

4. Schedule 3- Scale of

Charges on a Time

Basis*

5. Annex A to Q**

This shall be submitted to

the Agency using GeBIZ.

* All price information must

be submitted in GEBIZ

Price envelope for Item I, 2

3 and 4.

** All technical information

must be submitted in

GEBIZ Technical envelope

for Item 5.

No later than 1600

hours Singapore

time on

Wednesday, 30

Oct 2013

1. Annexes A to Q

This shall be submitted to

the Agency using Tender

Box No. 1 located in the

office of Customer Service

Centre, National

Environment Agency,

Environment Building

Tenderers shall be

required to submit their

Quality proposal in sealed

envelopes marked

“Quality” on the top right-

hand corner of the

envelope. No fee/price

information shall be

submitted in this envelop.

No later than 1600

hours Singapore

time on

Wednesday, 30

Oct 2013

(b) A 2-Envelope System shall be practised for this tender. Tenderer shall submit

the proposal into two (2) distinct areas- Price information and Technical Information. Where tenders are to be submitted using GeBIZ, Tenderers shall submit their tenders in accordance with the Terms and Conditions for Use of the Government Electronic Business (GeBIZ).

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

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

(d) Where tenders are to be submitted using tender box, tenders must be

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

Page 11: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

8

number; (ii) the closing date and time of the tender; (iii) the tender box number (if any) to which the tender must be delivered; and (iv) the name and address of the Tenderer. It will be the responsibility of the Tenderer to ensure delivery into the tender box, which will be in a position accessible to the public. The Agency shall not be held responsible for putting tenders received through the post into the correct tender box by the closing time and date. Every effort, however, will be made by the Agency to promptly convey tenders received through the post into the tender box. Postage must be pre-paid on all tenders sent through the post.

(e) The Agency reserves the right to reject tenders not submitted in accordance

with the mode(s) of submission specified in the Instructions To Tenderers. (f) Any inconsistency or conflict arising between parts of the tenders submitted

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

Compliance with Instructions

5 Tenders will be accepted only if submitted according to the instructions contained and

in the form(s) prescribed in the Invitation to Tender. Any tender which attempts to vary the Form of Tender or Conditions of Contract is liable to be rejected. In consideration of the Tenderer agreeing to abide by these instructions in the Invitation to Tender, the Agency shall evaluate the tenders fairly and in accordance with the said instructions.

Validity Period 6 Tenders submitted shall remain valid for acceptance during the Validity Period

specified in the Invitation to Tender and during such extension of the period as may afterwards separately be agreed to in writing by the Tenderer at the request of the Agency.

Withdrawal of Tender 7 No tenders may be withdrawn after the closing date prescribed in the Invitation to

Tender. Any Tenderer who attempts to do so may, in addition to any remedy which the Agency may have against him, be liable to be debarred from future Government tenders.

Compliance with Part Numbers 8 Not Used Compliance with Technical Requirements 9 The Tenderer shall provide explicit responses of compliance or non-compliance with

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

Page 12: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

9

Agency (by providing a certification from the manufacturer of the item offered or a copy of the relevant extract from any reputable publication citing clearly its title and edition) that the form, fit and function of the items offered are equivalent to the Goods required and that they are interchangeable. Where the Tenderer fails to satisfy the Agency in the manner above, the tender is liable to be rejected.

Acceptance of Tender 10 (a) The Agency shall be under no obligation to accept the lowest or any tender.

The Agency shall normally not enter into correspondence with any Tenderer regarding the reasons for non-acceptance of a tender.

(b) The Agency reserves the right, unless the Tenderer expressly stipulates to the

contrary in his tender, of accepting such portion of each tender as the Agency may decide.

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

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

(d) The Letter of Acceptance may be issued:

i. through GeBIZ to the successful Tenderer, or ii. to the successful Tenderer’s address as given in his tender by hand or

by post.

Such issuance of the Letter of Acceptance through GeBIZ, by hand or post shall be deemed effective communication of acceptance.

Copies of Tender 11 Where the Instructions to Tenderers specifies tenders are to be submitted using

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

Samples 12 Not Used Specifications, Patterns, Samples or Drawings 13 Not Used Language

Page 13: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

10

14 The tender and all supporting technical data and all documentation to be supplied by the Tenderer shall be written in the English language.

Export Approval 15 Not Used Confidentiality 16 (a) Except with the consent in writing of the Agency, the Tenderer shall not

disclose this Tender, or any of its provisions, or any specifications, plans, drawings, patterns, samples or information issued by the Agency.

(b) The Agency may require an unsuccessful Tenderer to return any

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

Ownership of Tender Documents 17 All documents submitted by the Tenderer in response to this Invitation to Tender shall

become the property of the Agency. However, intellectual property in the information contained in the tender submitted by the Tenderer shall remain vested in the Tenderer. This Clause is without prejudice to any provisions to the contrary in any subsequent contract between the Tenderer and the Agency.

Alteration, Erasures or Illegibility 18 Except for amendments to the entries made by the Tenderer himself which are

initiated by the Tenderer, tenders bearing any other alterations or erasures and tenders in which prices are not legibly stated are liable to be rejected.

Agency’s Clarifications of the Tenderer’s Proposal 19 In the event that the Agency seeks clarification upon any aspect of the Tenderer’s

proposal, the Tenderer shall provide full and comprehensive responses within seven (7) days of notification.

Expense of Tenderer 20 In no case will any expense incurred by the Tenderer in the preparation of his tender

be borne by the Agency. The Goods and Services Tax (GST) 21 (a) The Tenderer shall not include in the rates and prices proposed in his tender,

the Singapore Goods and Services Tax (GST) chargeable for the supply of Goods or Services required in the Tender. All rates and prices quoted shall

Page 14: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

11

be exclusive of the said GST chargeable on the supply of the said Goods and Services.

(b) If the Consultant is a taxable person under the GST Act, the Agency will pay

the Consultant, in addition to the rates and prices proposed, the GST chargeable on the supply of Goods and Services provided pursuant to this Tender.

GST Registration 22 (a) The Tenderer shall declare his GST status in his tender. He shall clearly

indicate whether he is, or whether he will be a taxable person under the GST Act. He shall, if available, furnish the GST registration number to the Agency. Such declaration shall be made in the Declaration of Goods and Services Tax (GST) Status form enclosed in Annex A.

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

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

Notification 23 Notification will not necessarily be sent to unsuccessful tenderers by the Agency. Applicable Law 24 All tenders submitted pursuant to this Invitation to Tender and the formation of any

resulting contracts shall be governed by the Applicable Law Clause in the Conditions of Contract.

Ownership Status of Tenderer 25 The Tenderer shall provide full information on

(a) the name and address of any person, company or corporation which owns, whether directly or indirectly, at least 50% of the total number of shares in the Tenderer;

(b) the number, percentage and class of shares held by such person, company or

corporation. Shortlisting of Tenders 26 Not Used

Clarifications on Tender

Page 15: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

12

27 Tenderers who wish to seek clarifications on the tender shall submit their requests in writing to the following address at least ten (10) working days before the closing date for submission of tenders :

Director, Waste and Resource Management Department National Environment Agency 11th Storey, Environment Building, 40 Scotts Road, Singapore 228231

Clarifications received less than ten (10) working days before the closing date for submission of tenders and Telephone enquiries shall not be entertained.

Schedule of Prices 28 (a) Tenderers are required to price each and every item of the Schedule of Prices

and any unpriced item shall be deemed to be allowed for in the pricing of other items.

(b) The tendered prices/rates shall include all incidental and contingent costs and

expenses necessary to complete the Contract in accordance with the Conditions of Contract and Contract Specifications.

(c) All tenderers shall ensure that the Schedule of Prices are free of arithmetical

and extension errors. In the event of errors discovered after the submission of Tender, the tendered sums indicated in the Form of Tender shall prevail and the prices in the Schedule of Prices shall be adjusted subject to agreement between the NEA and the successful Tenderer.

Alternative Offer 29 Tenderers may submit alternative offers. An alternative offer is an offer which

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

Schedule of Contracts Currently Executed by Tenderer 30 Tenderers are required to complete the Schedule of Contracts at Annex B by giving

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

Payment to Successful Tenderer 31 All payments to the successful tenderer shall be made to his bank account through

the Inter-bank Giro System.

Page 16: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

13

Submission of Financial Statements 32 The Tenderer shall submit his audited Balance Sheets and Profit and Loss

Statements for the last three (3) years’ and any further information on the financial status of the Tenderer as and when requested by the Agency.

Environmentally Friendly Materials and Work or Best Practices

33 It is the policy of the Agency to promote the use of environmentally friendly materials and work or best practices. Tenderers may at their discretion complete the Schedule of Environmental Best Practices & Processes incorporating environmental considerations including utilization of environmentally friendly products and services by the Tenderer. Wherever possible, Tenderers are encouraged to give details of environmental accreditations obtained. Disclosure may be made in the form enclosed in Annex C. For the avoidance of any doubt, nothing in this clause requires a Tenderer to disclose the requested information.

Consortium

34 (a) As used in this Invitation to Tender, “Consortium” means an unincorporated

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

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

(1) Each member of the Consortium shall be a business organization duly organized, existing and registered under the laws of its country of domicile.

(2) No Consortium shall include a member who has been debarred from

public sector tenders. (3) After the submission of the tender, any introduction of, or changes to,

Consortium membership must be approved in writing by the Agency.

(4) The following documents must be submitted with this tender:

(i) A certified copy of the consortium or partnership agreement, signed by all members of the Consortium,

(ii) The tender is to be submitted by a member of the

Consortium (“Lead Member”). Documentary proof must be provided that the Lead Member is authorised by all members of the Consortium to submit, sign the tender, receive instruction, give any information, accept any contract and act for and on behalf of all the members of the Consortium. The documentary proof could be in the form of:

(A) relevant provision(s) in the certified copy of the

consortium or partnership agreement, or (B) certified copies of powers of attorney from each

member of the Consortium.

Page 17: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

14

(5) Information must be submitted with respect to:

(i) the legal relationship among the members of the Consortium; (ii) the role and responsibility of each member of the Consortium;

and (iii) the address of the Consortium to which the Agency may send

any notice, request, clarification or correspondence.

(6) If the Agency awards the Contract to a Consortium:

(i) The Letter of Acceptance may be issued through GeBIZ or handed to or posted to the address of the Lead Member of the Consortium given in the tender.

(ii) The issue by the Agency of a Letter of Acceptance shall create

a binding Contract on all the members of the Consortium. (iii) Each member of the Consortium shall be jointly and severally

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

(iv) As and when requested by the Agency, all members of the

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

(v) In the event that any member of the Consortium withdraws

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

Pricing of Tenders

35 The Tender Sum shall be stated in words and figures by the Tenderer in the Form of Tender. Where there is any discrepancy between the Tender Sum stated in words and the Tender Sum stated in figures, the Tender Sum stated in words shall prevail.

Sufficiency of Tender

36 The Consultant shall be deemed to have satisfied himself before submitting the

Tender as to the correctness and sufficiency of the Tender which shall be deemed to cover all his obligations under the Contract and all matters and things necessary for the proper performance and completion of the Contract.

Undertaking to Safeguard Official Information

Page 18: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

15

37 All official information acquired by the Tenderer in the course of tendering and in performing the Contract, if awarded, shall be strictly confidential in nature and is not to be published or communicated to any unauthorised person in any form at any time. Such declaration shall be made in the form enclosed in Annex D.

Site Briefing 38 A briefing will be conducted on Tuesday, 24 Sep 2013 (10.30am) at 40 Scotts Road

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

Award of Contract 39 The successful Tenderer (if any) shall be notified of the Agency’s acceptance of his

tender within the Validity Period specified in the Invitation of Tender, and shall, within thirty (30) days of such notification: (a) Execute the formal agreement; and (b) Deposit the required insurance policies with the Agency and produce for

inspection the receipts for premiums paid; and (c) Submit the Security Deposit for the due performance of the Contract. The

amount of the Security Deposit shall be 5% of the Contract sum.

The period for complying with the above requirement(s) may, however, be extended if there are adequate reasons for so doing provided that no work shall commence until item (b) and (c) have been complied with.

Corrigenda to Invitation to Tender 40 The Agency reserves the right to amend any terms in or to issue supplementary

terms to the Invitation to Tender at any time prior to the closing date of the Tender.

Page 19: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

16

SECTION C: FORM OF TENDER To : National Environment Agency (“the Agency”) 40 Scotts Road #11-00 Singapore 228231

Name(s) of Tenderer(s): 1 Address :

TENDER NO : TEN(NEA)EP/42/13 THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS FEASIBILITY STUDIES 1 We, _________________________2 (Name(s) in Block Letters) hereby offer and undertake on the acceptance of this tender to supply goods and services as specified in the Contract Specifications, Instructions to Tenderer and Conditions of Contract. 2 Our Tender is fully consistent with and does not contradict or derogate from anything in the Instructions to Tenderer and Conditions of Contract or downgrade anything in your Contract Specifications. You are entitled to reject our tender if it is inconsistent with or contradict or derogate from anything in the Instructions to Tenderer and Conditions of Contract or downgrade anything in the Contract Specifications. 3 We undertake that we shall as and when required by you to execute with you a formal agreement in the appropriate form incorporating the Conditions of Contract set out in this Invitation to Tender together with such further terms and conditions, if any, agreed upon between the Agency and us. Until the said formal agreement is prepared and executed, this offer together with your written acceptance thereof, shall constitute a binding agreement between us. 4 OUR OFFER IS VALID FOR THREE (3) CALENDAR MONTHS FROM THE CLOSING DATE OF THIS TENDER. 5 We agree that as and when requested by the Agency we shall extend the validity of this offer for one or more periods not exceeding in total three (3) calendar months. 6 Our price (herein referred to as "the Contract Price") for the goods and services to be supplied by us is Singapore Dollars ________________ (S$ ).

_______________________________ 1 If the tender is submitted by a consortium, each member of the consortium shall be named.

2 If the tender is submitted by a consortium, the Lead Member of the consortium shall submit the tender on behalf

of the consortium members. Documentary proof must be provided that the Lead Member is authorised by all members of the consortium to submit, sign the tender, receive instruction, give any information, accept any

Page 20: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

17

contract and act for and on behalf of all the members of the consortium. For example, paragraph 1 in this Form of Tender should read “We, (Name of Lead Member), acting for and on behalf of (Name of 1st Member) , (Name of 2nd Member) and (etc – List out Names of remaining Members) …”

7 We are registered/not registered* with ______________________________(Name of Government Registration Authority) under the following supply category/head(s) as specified in the Invitation to Tender:

Supply Category/Head Financial Category Expiry (If the tender is submitted by a consortium, the registration status of every member in the consortium must be listed.)

8 We further undertake to give you any further information which you may require. 9 We warrant, represent and declare that we are duly authorised to submit, sign this tender, receive instruction, give any information, accept any contract and act for and on behalf of _________________ 3 (Insert Name of firm, company or consortium). Dated this ______________ day of _________________, 20_____ Tenderer's (as *Principal/Agent) Company or Business Registration No 4:

Tenderer's official Stamp4:

Authorized Signature4 Name : Designation : (*Delete whichever is not applicable) NOTICE : This Form duly completed MUST accompany every Tender Proposal. Any change to its wordings may render the Tender liable to DISQUALIFICATION _______________________________ 3 If the tender is submitted by a consortium, the tender shall be submitted by the Lead Member on behalf of all

members of the consortium. Each member of the consortium shall be listed. For example, “… for and on behalf of (Name of 1st Member) , (Name of 2nd Member) and (etc – List out Names of remaining Members) …” 4 The Lead Member’s registration number, official stamp and authorised signature must be provided.

Page 21: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

18

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

(a) Instructions to Tenderers; (b) Conditions of Contract; (c) Contract Specifications; (d) Contractor's tender including Form of Tender and subsequent

correspondence (if any) amplifying or amending the Contractor’s tender; (e) Agency’s Letter of Acceptance, and (f) this Form of Agreement.

3 In consideration of the payments to be made by the Agency to the Contractor as hereinafter mentioned the Contractor agrees to supply the goods and services mentioned in the Contract in conformity in all respects with the provisions of the Contract. 4 The Agency agrees to pay to the Contractor in consideration for the supply of goods and services mentioned in the Contract in conformity in all respects with the provisions of the Contract. IN WITNESS WHEREOF the Parties hereto have by their respective duly authorised representatives have hereunto set their respective hands the day, the month and the year first above written. Signed by : ................ (Signature)

[Name] [Designation of Office] [Name of Department] for and on behalf of the NATIONAL ENVIRONMENT AGENCY

Page 22: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

19

____________________________ 5 If the tender is submitted by a consortium, each member of the consortium shall be listed. The tender shall be

submitted by the Lead Member on behalf of all members of the consortium, it should read “… one part and (Name of Lead Member), acting for and on behalf of (Name of 1

st Member), (Name of 2

nd Member) and (etc- List out

Names of remaining Members) (“Contractor”) of the other part.”

in the presence of : ................ (Signature of Witness)

[Name of Witness] [Designation of Office] [Name of Department] Signed by : ..............6 (Signature)

[Name] [Designation of Office] for and on behalf of [Name of Contractor] in the presence of : .............. (Signature of Witness)

[Name of Witness] [Designation of Office] [Name of Contractor] __________________________________ 6 The tender shall be submitted by the Lead Member on behalf of all members of the consortium. The Lead

Member’s authorised signature must be provided.

Page 23: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

20

SECTION E: CONDITIONS OF CONTRACT (SERVICES) 1. DEFINITIONS

1.1 In these Conditions unless the context otherwise requires:

“Agency” means the National Environment Agency as a whole including all its departments and shall include any officer authorised by the Agency to act on its behalf.[

"Background IP" means IP which is created prior to or independently of this Contract. "Foreground IP" means IP which results from or is generated pursuant to or for the purpose of this Contract. “IP” means intellectual property and shall include patents, copyright, industrial design and integrated circuit topography. "Contract" includes the Consultant/ Contractor's tender, Instructions to Tenderers, Conditions of Contract, the Contract Specifications and Letter of Acceptance issued by the Agency to the Consultant/Contractor for the supply of the Services. "Consultant" and/or “Contractor” mean the successful Tenderer who has been awarded the Contract by the Agency and includes the Consultant/Contractor’s duly appointed representatives, successors and permitted assignees and, where the context so admits, shall include the Consultant/Contractor’s servants and agents. "Parties" refer to the Agency and the Consultant/Contractor. “Person” includes a corporation or an incorporated association. "Services" means the work which the Consultant/Contractor is required to perform under the Contract. "Tenderer" means a person or his permitted assigns offering to supply the Services.

1.2 Words importing the singular include the plural and vice versa. 1.3 The headings are for convenience only and not for the purpose of interpretation. 2. SCOPE OF CONTRACT 2.1 The Consultant shall perform the Services in accordance with the Contract.

Page 24: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

21

3. PERFORMANCE 3.1 The Consultant shall perform the Services by the timelines and in the manner specified in the Contract. 4. PAYMENT 4.1 Within thirty (30) days of delivery of the Services ordered under the Contract, as above provided, and upon presentation by the Consultant of his bills in accordance with such means and in such format as may be specified by the Agency and the Agency's certification of the Services performed, the Agency will make payment to the Consultant of the full value of all Services so performed provided that no payment shall be considered as evidence of the quality of any Services to which such payments relates. 4.2 The payments made under this clause shall not prejudice the Agency's right to reject deficient Services or the Consultant's responsibility to re-perform deficient Services. 4.3 Without limiting the Agency’s right under the Contract, the amount of any payment or debt owed by the Consultant to the Agency under the Contract may be deducted by the Agency from any monies payable by the Agency to the Consultant pursuant to this Contract. 4.4 If in the opinion of the Agency, the Consultant is in breach of this Contract, the Agency shall be entitled to withhold any payment or part thereof that may be due or payable to the Consultant without prejudice to any right or remedy that may have accrued to the Agency. 5. RIGHTS OF THIRD PARTIES 5.1 A person who is not a party to this Contract shall have no right under the Contracts (Rights of Third Parties) Act to enforce any of its terms. 6. GIFTS, INDUCEMENTS OR REWARDS 6.1 The Agency may terminate the Contract and recover from the Consultant the amount of any loss resulting from such termination, if the Consultant shall have offered, given or agreed to give to any person any gift or consideration of any kind as an inducement or reward for doing, forbearing to do, for having done or forborne to do any action in relation to the obtaining or execution of the Contract with the Agency or for showing or forbearing to show favour to any person in relation to any contract with the Agency, or if the like acts shall have been done by any person employed by the Consultant or acting on his behalf (whether with or without the knowledge of the Consultant) or if in relation to any Contract with the Agency the Consultant or any person employed by him or acting on his behalf shall have committed any offence under Chapter IX of the Penal Code or Prevention of Corruption Act or shall have abetted or attempted to commit such an offence or shall have given any fee or reward the receipt of which is an offence under Chapter IX of the Penal Code or the Prevention of Corruption Act. 7. DELAY IN PERFORMANCE

Page 25: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

22

7.1 If there is any delay in the performance of the Services under the Contract due to any of the following circumstances, namely, acts of God, force majeure, riots and civil commotion, strikes, lock-outs or other causes or perils beyond the Consultant 's control, then in any such case the Consultant shall for the duration of any such circumstance aforesaid, be relieved of his obligation to perform such Services thereby affected but the provisions of the Contract shall remain in full force in regard to any Services not affected by such circumstances aforesaid. 7.2 Subject to Clause 7.1, if the Consultant fails to complete the performance of Services by the date specified in the Contract, the Agency shall have the right -

(a) to cancel all or any such items of Services from the Contract without compensation and obtain them from other sources and all increased costs thereby incurred shall be deducted from any moneys due or to become due to the Consultant or shall be recoverable as damages; or

(b) to deduct from any moneys due or to become due to the Consultant or require the Consultant to pay, a sum calculated at the rate of Singapore Dollars $1000 per day (including Sundays and Public Holidays), as liquidated damages for every day of delay or part thereof until the Services are performed.

Provided that the recovery of such increased costs aforesaid shall be limited to such Services as are purchased or obtained, not exceeding the scope stated in the Contract, from other sources after the Consultant’s failure as aforesaid but within three (3) months of the expiry of the Contract. 8. SUB-CONTRACTING AND ASSIGNING 8.1 The Consultant shall not sub-contract or assign the Contract without the written consent of the Agency. 9. APPLICABLE LAW 9.1 The Contract and all its subsequent variations shall be subject to, governed by and interpreted in accordance with the domestic Laws of the Republic of Singapore for every purpose.

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

10.2 Where notice of termination is given, the Contractor shall, as from the date of receipt of such notice from the Agency:

Page 26: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

23

(a) take immediate steps to bring the work and services to a close in a prompt and orderly manner and reduce expenses to a minimum;

(b) refrain from undertaking any further commitments; (c) if required by the Agency, transfer title and deliver to the Agency the fabricated

parts, work in process, completed work, supplies and other material produced or acquired for the portion of the Contract terminated; and

(d) deliver all completed or partially completed plans, drawings, and any other information subject to Intellectual Property Rights.

10.3 In the event of any termination, the Agency shall be entitled to obtain reasonable written accountings from the Contractor concerning all obligations performed or pending in accordance with the Contract.

10.4 The Agency may terminate the Contract immediately by giving the Contractor written notice of such termination under any of the following circumstances:

a) if required to do so by any government or regulatory authority of competent jurisdiction;

b) the Contractor fails to observe or perform at of its duties and obligations under this agreement, and in the case of a failure capable of being remedied, it is not, in the opinion of the Company, remedied within 14 days after written notice of its occurrence has been given to the Contractor;

c) the Contractor makes any representation, warranty or statement, whether in this Contract or in any document, statement, notice or correspondence provided under or in connection with this Contract that proves to be incorrect in any material aspect;

d) the Contractor becomes unable to pay its debts as they fall due or otherwise becomes insolvent or is declared insolvent, or has been placed under liquidation;

e) any of the Contractor’s licenses is revoked or suspended; f) the Contractor contravenes any written law in Singapore.

10.5 In case of termination under Clause 10.4 above, the Agency has the right to, at its own option:

a) have the work performed under its direct responsibility, in which case the Contractor shall be obliged to pay all additional costs arising for the Agency;

b) have the work performed by way of a replacement contract with a third party, in which case the Contractor shall be obliged to pay all additional costs arising for the Agency;

c) have the work terminated, in which case the Agency shall be entitled to full compensation for the expenses incurred by NEA caused by the Contractor’s non-fulfillment of its contractual obligations.

10.6 The Agency may also terminate this Contract by giving the Contractor thirty (30) days’ prior written notice if any payment due from the Contractor to the Agency remains outstanding for a period of 3 months or more, unless the Agency has agreed in writing to the payment being deferred.

10.7 Upon termination of this Contract, all rights, obligations and liabilities of the parties hereto accrued up to and including the date of such termination and those rights, obligations or liabilities of the parties stated to survive the termination of this Contract shall not be affected by the termination. In the case where either party exercises the right to terminate the Contract by written notice, such obligations and liabilities shall continue to be performed and discharged and accrued in accordance with the provisions hereof up to the date on which such notice of termination expires, providing always that any liability of the Agency for loss of actual or expected profit, and for indirect or consequential losses, is expressly excluded.

Page 27: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

24

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

Page 28: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

25

or certification required without any restrictions or qualifications whatsoever so as to enable the Consultant to fulfil all its obligations under the Contract. 15. INDEMNIFICATION OF AGENCY AGAINST CLAIMS BY CONSULTANT'S EMPLOYEES 15.1 In the event of the Agency (including for this purpose every officer and department thereof) being held liable for damages arising out of any claim by any workman or employee employed by the Consultant in and for the performance of the Contract, the Consultant shall indemnify the Agency, its officers or departments against such claim and any costs, charges and expenses in respect thereof, PROVIDED the same is not caused by the gross negligence or willful default of the Agency, its officers or agents. 16. MEDIATION CLAUSE 16.1 Notwithstanding anything in this Contract, in the event of any dispute, controversy or claim arising out of or relating to this Contract, no Party shall proceed to any form of dispute resolution UNLESS the Parties have made reasonable efforts to resolve the same through mediation in accordance with the mediation rules of the Singapore Mediation Centre. 16.2 A Party who receives a notice for mediation from the other Party shall consent and participate in the mediation process in accordance with Clause 16.1. 16.3 Failure to comply with Clause 16.1 or 16.2 shall be deemed to be a breach of contract. 17. CONSORTIUM

17.1 As used in this Contract, “Consortium” means an unincorporated joint venture through the medium of a consortium or a partnership.

17.2 Each member of the Consortium shall be jointly and severally responsible to the Agency for the due performance of the Contract.

17.3 Any introduction of or changes to the Consortium membership must be approved in writing by the Agency.

17.4 Should additional member(s) be added to the Consortium at any time with the approval of the Agency, he or they shall be deemed to be included in the expression 'the Contractor'.

17.5 If any member of the Consortium withdraws from the Consortium, goes into liquidation, is wound up or cease to exist in accordance with the laws of the country of incorporation:

(a) this Contract shall continue and not be dissolved, and

Page 29: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

26

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

18. OWNERSHIP OF INTELLECTUAL PROPERTY 18.1 Nothing in this Contract shall affect any person’s right to own or license Background IP. 18.2 All Foreground IP created by the Contractor, its subcontractor or supplier shall vest in the Agency. The Contractor shall, by way of present assignment of future IP, do all things necessary to ensure that all Foreground IP is assigned to the Agency absolutely. The Contractor shall do all such things and to sign and execute all such documents as may reasonably be required in order to perfect, protect or enforce any of the Foreground IP assigned and granted to the Agency. 18.3 The Contractor shall obtain for and grant to the Agency and its agent, free of any additional charge, a worldwide, perpetual, non-exclusive license, to use all Background IP owned by or licensed to the Contractor, its subcontractor or supplier. 18.4 For the avoidance of doubt, any IP in any results, report, data or information generated or produced by the Agency or another person on behalf of the Agency as a result of this Contract shall be owned by the Agency. 18.5 If the Contractor, its subcontractor or supplier intends to sell or transfer their Background IP, the Contractor shall ensure that the purchaser of the Background IP and every successor in title to the interest in the Background IP has prior written notice of the license that the Contractor, its subcontractor or supplier has granted to the Agency. 18.6 If any license granted or obtained for Background IP under Clause 21.3 is registrable under any IP registration system in Singapore[5], the Contractor shall:

(a) register the license under the IP registration system in Singapore[6]; and (b) deliver copies of documentary proof of such license registration to the Agency

as soon as possible.

Page 30: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

27

COMPENDIUM OF ADDITIONAL CLAUSES (COAC) A1 SECURITY DEPOSIT A1.1 For the due and faithful performance of the Contract, the Consultant shall within thirty (30) days of the date of Contract, lodge with the Agency a Security Deposit for the sum stipulated in the Contract. The Security Deposit shall either be in the form of cash or, in lieu of cash, a Banker’s Guarantee or a Performance Bond strictly in compliance with the format enclosed in the Contract issued by a bank or insurance company registered with the Monetary Authority of Singapore. The Performance Bond may also be issued by a licensed Finance Company registered with the Monetary Authority of Singapore if the Security Deposit does not exceed S$300,000. A1.2 All charges incurred by the Consultant in obtaining and maintaining the Security Deposit shall be met by the Consultant. The Security Deposit shall be valid until three (3) months after the performance of all Services under the Contract. In the case of a Period Contract, the performance of the Services under the Period Contract shall refer to the performance to be made pursuant to a Works Order raised on the last date of the Period Contract for the Service with the longest delivery lead time. In the event the delivery is deferred for any reason, the Security Deposit shall be correspondingly extended by the Consultant at his own expense. At the end of the said three (3) months or extension, the Security Deposit (or any balance thereof remaining for the credit of the Consultant) shall be released and refunded without interest subject to any deduction as may be made therefrom. A1.3 In the event of any default or breach of any of the obligations by the Consultant under the Contract, the Agency may at its sole discretion draw on the Security Deposit or the Banker’s Guarantee or the Performance Bond to satisfy any liquidated or other damages as may become due to the Agency under the Contract if the Agency has, prior to drawing on the Security Deposit, notified the Consultant in writing of the default or breach and given the Consultant a minimum of thirty (30) days to rectify or remedy the default or breach or (if the default or breach cannot be fully rectified or remedied) to pay damages to the amount specified in the notice and the Consultant has failed to comply fully with the notice. A1.4 The provisions of this Clause shall not affect the rights and remedies expressly reserved herein to the Agency or bar the Agency from claiming loss, expense, costs or damages incurred or sustained or likely to be sustained by the Agency as a result of any breach of contract of whatsoever nature by the Consultant. A2 OPTION TO EXTEND A2.1 The Consultant grants the Agency the option to extend the Contract for a further period and by the date stated in the Contract. Unless otherwise specifically agreed between the Parties, the purchase made during the extended period shall be subject to the same terms and conditions (inclusive of any amendments), and the Services purchased shall form part of the Services defined in this Contract. A2.2 In the event that the Contract is extended pursuant to Clause A2, the Consultant shall furnish a fresh Security Deposit and all the provisions in Clause A1 shall apply with the necessary modifications. A3 COMMENCEMENT OF CONTRACT

Page 31: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

28

A3.1 This Contract shall commence on the date stated in the Letter of Acceptance. A4 NOT USED A5 REPLACEMENT OF PERSONNEL A5.1 The Consultant shall replace its personnel within fourteen (14) days from the date of written notice from the Agency that the said personnel is either:

(a) technically incompetent in carrying out the Services and all efforts by the Consultant have failed to resolve the issue within the said period;

(b) the conduct of the said personnel is found to be detrimental to the purposes of this tender and the Agency’s Vision, Mission & Core Values; or

(c) the conduct of the said personnel is found to be detrimental to national security. A6 CONFIDENTIALITY AND SECURITY A6.1 Except with the written consent of the Agency, the Consultant shall not disclose the Contract or any purchases made in this Contract or any provisions thereof or any information issued or furnished by or on behalf of the Agency in connection therewith to any person. A6.2 In addition to the foregoing, the Consultant shall not make use of any information obtained directly or indirectly from the Agency or compiled or generated by the Consultant in the course of this Contract which pertains to or is derived from such information, other than use for the purposes of this Contract without the prior written consent of the Agency. A6.3 The Consultant shall not publish or release, nor shall it allow or suffer the publication or release of, any news item, article, publication, advertisement, prepared speech or any other information or material pertaining to any part of the obligations to be performed under the Contract in any media without the prior written consent of the Agency.

Page 32: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

29

NATIONAL ENVIRONMENT AGENCY SINGAPORE

SECTION F: LETTER OF ACCEPTANCE

To :

From The Office of the

(Contractor) Date : Reference No : TENDER TITLE TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS

FEASIBILITY STUDIES

You are hereby informed that your tender for the abovementioned Contract is accepted, subject to the Conditions of Contract, Contract Specifications, Form of Tender and this letter. 2 The items of your tender, and the amount thereof, which are accepted are as

follows : Item Description Amount (S$)

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

______________________________________________ ($ ________________ )

4 The contract commencement date shall be _____________.

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

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

7 This letter is sent to you in triplicate. Please return the original and duplicate, duly signed and witnessed, where indicated, to this office within 14 days from the date of this letter and retain the triplicate.

Page 33: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

30

# The whole of the Security Deposit may be covered by an approved ‘on-demand’ Banker’s or Insurer’s/Financier’s Guarantee in lieu of cash.

The undersigned hereby acknowledges receipt of the above letter, copy of which has been retained and confirms that no terms, conditions or stipulations additional to those contained in the Tender Documents have been imposed by the issue of this letter. Signature of Signature of Witness to Contractor …………………………... Contractor’s signature …………….……………. Address …………………………... Address ………………………….……………..

. …………………………………….……….. ……………………………………………………..…….. Date …………….…………….. Date ………………………………..……….

.

Page 34: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

31

For Contract using SUPPLY

SECTION G: BANKER'S GUARANTEE/ INSURANCE PERFORMANCE BOND FOR GOODS AND SERVICES AND CONSTRUCTION SERVICES

(FOR NON-FIXED PERIOD CONTRACTS) To: The National Environment Agency, Singapore (hereinafter called “the Agency”)

Whereas on the ________ day of _____________ 20___ (Two Thousand and _______ ) an Agreement (hereinafter called “the Contract”) was made between _______________________ [name of Contractor] of ___________________________________________________ [address] (hereinafter called “the Contractor”) of the one part and the Agency of the other part whereby the Agency agreed to ____________________________________________ [Project Title] for the sum of Singapore Dollars _______________________________________________________ (S$ _____________ ).

And Whereas the Contractor is required under the Contract to pay five per cent (5%) of the total value of the Contract as a Security Deposit for the performance of his obligations under the Contract.

Now in consideration of the Agency not insisting on the Contractor paying five per cent (5%) of the total value of the Contract as a security deposit for the said Contract, we _________________________ [name of Bank or Insurance/Finance Company] (at the request of the Contractor) hereby agree as follows: 1 In the event of the Contractor failing to fulfil any of the terms and conditions of the

said contract, we shall indemnify the Agency against all losses, damages, costs, expenses or otherwise sustained by the Agency thereby up to the sum of Singapore Dollars _____________ (S$ __________ ) (hereinafter called “the Guaranteed Sum”) upon receiving your written notice of claim for payment made pursuant to Clause 4 hereof.

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

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

3 Our liability under this Guarantee shall continue and this Guarantee shall remain in

full force and effect from _________________ [date of commencement of the Contract] until ______________ [expiry date of the Contract/Defects Liability Period whichever is applicable] provided always that the expiry date of this Guarantee and our liability thereunder shall be automatically extended for successive periods of twelve (12) months unless we give you 90 days’ written notice prior to the expiry of our liability of our intention not to extend this Guarantee in respect of any future extension and provided further that you shall be entitled, upon receiving such notice of our intention (and within the period specified in Clause 4 hereof), either to:

(a) make a claim under this Guarantee; or

* (b) direct us to pay such amount (not exceeding the Guaranteed Sum) as you may specify into a suspense account to be governed and disbursed by us subject to the Association of Banks in Singapore's Guidelines for operation of a Suspense Account; or

(c) direct us to extend the validity of this Guarantee for a further period not exceeding twelve (12) months (and this Guarantee shall then expire at the end of such further period).

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

Page 35: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

32

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

5 We shall be obliged to effect the payment required under such a claim or direction

within 30 business days of our receipt thereof. We shall be under no duty to inquire into the reasons, circumstances or authenticity of the grounds for such claim or direction and shall be entitled to rely upon any written notice thereof received by us (within the period specified in Clause 4 hereof) as final and conclusive.

6 The Agency may make more than one claim on, or direction under, this Guarantee so

long as the claims or directions are made pursuant to Clause 4 hereof and within the period specified therein and the aggregate amount specified in all such claims and directions does not exceed the Guaranteed Sum.

7 This Guarantee is issued subject to the laws of the Republic of Singapore and the

jurisdiction of the Singapore courts.

Dated this _______ day of _________________ 20___ AS WITNESS our hand Signed by: _______________________________

(Name and designation of officer) for and on behalf of the ___________________________________ _____________________ (Name of Bank or Insurance/Finance Company) (Signature) in the presence of: Name ___________________ Designation ______________ _____________________

(Signature of Witness)

Page 36: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

33

SECTION H: CONTRACT SPECIFICATIONS

1 General

Intent

1.1 The National Environment Agency (NEA); hereon will be referred to as the “ Agency” intends to engage a Consultant to conduct feasibility study and preliminary design on access routes leading to the Tuas View Basin Site (Appendix A); hereon will be known as the “Site” and manage site investigation works (topographical, soil investigation, trial trenching) . After which, the Consultant will be required to assess and recommend feasible access routes based on a proper evaluation matrix which is to be developed as part of the requirement in this tender, and take into considerations factors such as accessibility, time required for construction, costs (e.g. capex and maintenance costs), ownership of maintenance, security and operational risk assessments to all nearby tenants and etc. The Consultant shall then provide the preliminary engineering design for each of the approved access routes and prepare the tender specifications/documents for the Agency to call for an output base Design and Build (D&B) tender to conduct the detailed engineering design and construction of the accesses later on. The duration of the Consultancy service is approximately nine (09) months, including obtaining the required Master Plan Committee (MPC)’s approval/planning permission for the approved road accesses. The Consultant shall note that only upon the completion of all deliverables stipulated in the scope of work that will constitute the completion of the Contract

Background

1.2 The Agency is planning the development of a waste management facility that will be co-located with a water reclamation facility at the above-mentioned Tuas View Basin site. Three (3) potential permanent road accesses have been identified by the Agency as possible entries to the Site as shown in Appendix A. These accesses would be used by municipal solid waste/treated sludge carrier trucks and other vehicles to support the continuous operations and maintenance on daily basis once both facilities are commissioned.

2 Detailed Description of the Consultancy Services

Inception Report

2.1 The inception report shall consist of the following: Baseline Programme

2.1.1 The Consultant shall submit a detailed programme for the Services for the Agency’s

acceptance. The Baseline Programme when accepted shall form the basis against which actual progress of the Services is measured and assessed. The Consultant shall ensure that the programme submitted serves as an effective means for controlling, monitoring and reporting the progress of the Services. The programme shall:

Page 37: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

34

a) Contain all details of the work to be performed by the Consultant, demonstrating the plan to meet the specified key dates and obligations under the Contract through a logical sequence of work that takes into account of all constraints.

b) Organise, code and describe the activities appropriately for easy reading and comprehension.

c) Provide an objective measurement and monitoring of progress of the works.

Where details required for an objective measure are better recorded at spreadsheet level such as design registers, drawing registers, and these shall be tied back to the programme through activity IDs.

d) Use a 5-day work week calendar with public holidays.

3 Scope of the Consultancy Services

3.1 The scope of Consultancy Services consists of the following parts:

3.1.1 Part 1A: Conduct mandatory site investigative works i.e. Topographical Study, Soil Investigation, Trial trenching Works, and Traffic Impact Assessment for the road accesses.

Part 1B: Conduct feasibility study on three (3) accesses (Routes #1, #2 and #3) that have been identified for permanent accesses into the Site. The Consultant is also required to study all possible alternatives routes and propose at least one (01) feasible alternative access to the Site in addition to the identified accesses.

3.1.2 Part 2: Conduct feasibility study on two (2) accesses [Route #1 and #4(to be identified by Consultant)] for temporary accesses into the Site. The objective of these temporary accesses is to enable initial Site construction activities to be carried out concurrently while the permanent accesses are being constructed.

3.1.3 Part 3: Provide the preliminary engineering design for the permanent accesses to the Site. The Consultant shall also be required to provide the detailed engineering design of the temporary accesses to Site. The Consultant shall also prepare the tender specifications/documents for the Agency to call for an output base D&B tender to conduct the detailed engineering design and construction of the accesses later on. In addition, the Consultant shall also prepare all necessary tender specifications/documents for the Agency to call, for example, a tender to engage an Accredited Checker (AC) to work with the D&B tenderer and verify the detailed engineering design of the accesses. Another example of the tender documents/ specifications that the Consultant would need to prepare would be one for the Agency to call for a separate tender to construct the recommended temporary access.

3.2 The terms of reference for the scope of consultancy services shall include but not be

limited to the following:

Page 38: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

35

Part 1A: Conduct mandatory site investigative works

3.2.1 As part of the work scope to determine the feasibility of these proposed permanent and temporary accesses, the Consultant shall conduct the following mandatory works:

a) Carry out three (3) types of site investigative works on Route #1, #2 and #3:

i) Topographical Survey (Schedule 4)

ii) Soil Investigation Work (Schedule 5)

iii) Trial Trenching Work (Schedule 6)

The Consultant is deemed to be familiar with all 3 types of site investigative works mentioned above and shall meet all necessary statutory requirements to carry out these works, such as non-obstruction to traffic flow at work sites when carrying out the works; reinstating the work sites to their original conditions/states when the works are completed etc.

The Consultant is required to seek the necessary consultations with the relevant agencies and to review/enhance the scope of site investigative works before executing the work. The Consultant is also expected to obtain all the necessary existing plans, drawings, site survey reports and documents such as official clearance, adequate relevant insurance for compensating possible damages during the entire contract period, professional certification etc at his own cost, so as to complete the required works or studies. Only qualified persons shall be deployed for carrying out the works. At the end of the investigative works, the Consultant shall use the results/data as a basis for the feasibility study and preliminary engineering design for the recommended road accesses.

b) Conduct Traffic Impact Assessment (TIA) for all roads (land access)

i. The Consultant shall conduct a comprehensive TIA Study to identify the traffic impacts of the proposed development and all accesses on the surrounding transport network and recommend necessary feasible measures to mitigate the negative impacts. The Consultant shall ensure accuracy and validity of all information and assumptions to be used in the study.

ii. The Consultant shall discuss the project scope with the Agency as well as

all other relevant agencies before conducting the study. They shall also prepare the necessary presentation and briefing materials and ensure that the scope of study obtains the necessary endorsements from all relevant agencies.

iii. The TIA Study in accordance to LTA’s TIA Guidelines shall include but not

be limited to the following:

• Establish the TIA Study purpose and objectives • Proposed methodology and assumptions • Collection of data intended to be used • Establish background traffic volumes and estimate future

traffic

Page 39: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

36

• Recommend the type of surveys to be undertaken • Consider the relevant peak hour(s) and site(s) for the

conduct of traffic surveys • Derive the trip generation rates and the turnaround time /

waiting time for trucks during peak hour(s) • Conduct traffic impact analysis for the assessment area(s)

and assessment scenario(s) • Proposed modeling tool(s) and parameters to be used • Design the location of development’s entry and exit access

point(s), parking provision and internal circulation routes • Evaluate whether public development traffic operation

plans are required and to what extent • Prepare an Inception Report and/or Interim Report • Make recommendations and measures to mitigate negative

impacts, with necessary assessments. • To include other requirements and the respective cost

evaluation that may apply to the proposed development.

The Consultant shall ensure that the TIA study is acceptable to the Agency as well as to all other relevant agencies that requires this study to be conducted.

iv. The Consultant shall also arrange meetings with the relevant agencies to discuss and clarify the TIA Study requirement in order to have a clear understanding of the extent of TIA Study to be conducted. The Consultant shall provide all development transport related information and conduct a survey of the existing site condition. The Consultant shall also record and submit all minutes of meetings.

v. The Consultant shall prepare a comprehensive TIA report covering the

following issues: • A technical summary that includes purpose, major findings,

conclusions and recommendations • Introduction comprising background, objectives and key

issues • Existing Traffic network and traffic situation • Proposed Development and measures taken • Future Transport network and forecast • Impact of proposed development • Other assessment issues • Recommendations and conclusion • Any other information, analysis and reports required by the

Agency

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

3.2.2 The three (3) identified accesses (Route #1, #2 and #3) are meant for use by the municipal solid waste/treated sludge carrier trucks and other vehicles to support the continuous operations and maintenance of the waste management facility and water reclamation plant on a daily basis permanently. The estimated number of vehicular trips to the Site is projected to be as high as 2000 per day (with varying frequency on a daily basis) once both the facilities are fully operational. The Consultant shall conduct a feasibility study to determine if all the accesses would be sufficient for the

Page 40: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

37

intended purposes stated above with due consideration on practical and economical aspects. The feasibility study shall include but not be limited to the following:

a) Study and develop the conceptual and preliminary design of each of the accesses (i.e. alignment, dimensions, span, thickness, gradient etc) as well as propose the implementation timeline and costs.

b) Study and propose suitable materials and construction method.

c) Study the overall implementation strategy for the proposed accesses

3.2.3 The Consultant shall also carry out the following tasks:

a) Conduct security and operational risk assessment for parties (existing and

potential (if information has been made known prior to the study) that will be

impacted by these proposed accesses and to propose mitigating measures

(with estimated cost and duration to construct) to the identified risks. The

assessment will also include determining any safety impact to amenities and

plant/equipment belonging to TPG and other Companies whose equipment are

situated in Tuas Power Station such as fuel oil storage tanks, control centre and

pump pad of fuel oil tank farm, natural gas metering stations and receiving

stations, sea water intake channels, natural gas and fuel pipeline, 400kV

Terminal building etc in Tuas Power Station and vicinity, if hazardous materials

would be transported along the permanent routes. The assessment must be

comprehensive enough to provide the Agency sufficient cost-benefit analysis to

determine the feasibility for the permanent access routes and alternative route

as proposed by the Consultant.

b) Obtain all necessary ground parameters that are useful for the feasibility study,

such as additional land area required to be acquired in the event that these proposed assesses are feasible. The Consultant shall make every attempt to avoid the need to relocate any infrastructures for the development of each access whenever possible. If however, in the event that the access routes require cutting through certain infrastructures, the Consultant shall be required to propose mitigating measures e.g. relocation of the affected infrastructures to alternative sites, with accompanying estimated cost and timeline and any other necessary details required. The Consultant is also expected to be involved in the negotiation process as deemed fit by the Agency The Consultant shall also prepare all necessary documents, plans and drawings and submit to all the relevant authorities including the URA/MPC and obtain all required approvals/planning permissions. The Consultant is also expected to prepare all necessary materials, write-ups and presentation slides upon the Agency’s request. Presentations to the senior management of NEA/MEWR and any other relevant parties will also be required.

3.2.4 The Consultant is required in the feasibility study report to study all possible

alternatives routes and propose at least one (01) feasible alternative access option to the Site in addition to the identified accesses (i.e. access routes 1#, #2 and #3), with supporting documents to serve as justifications. The Consultant shall also conduct

Page 41: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

38

all necessary studies mentioned in Clause 3.2 1, 3.2.2 and 3.2.3 above to justify the feasibility of the proposed alternative access option(s) in consultation with Agency.

3.2.5 At the end of the study, the Consultant shall ensure that there are sufficient accesses

(i.e. at least 3 accesses) to the Site and that they will be able to handle the anticipated traffic volume flowing through. Thereafter, the Consultant is required to rank all the accesses taking into consideration the security and operational risk assessments, cost, land, timeline, technical and commercial constraints, etc and recommend the best 3 accesses to site for the Agency’s approval. The Consultant is expected to develop a logical and effective matrix to evaluate and rank the accesses accordingly. The matrix shall be subjected to the approval of the Agency. Part 2: Conduct feasibility study on two (2) accesses [Route #1 and #4(to be identified by Consultant)] as potential temporary accesses to Site and produce detailed engineering design

3.2.6 Route #1 and #4 (barging/bridge route to be identified by the Consultant) shown in Appendix A are to be used for temporary access routes to the Site. The aim is to make use of these temporary accesses to facilitate the construction of the permanent accesses, and to support the initial construction activities at site The Consultant shall incorporate all findings from the relevant works mentioned in Clause 3.2 1, 3.2.2 and 3.2.3 above in the study to determine the feasibility of these two (2) accesses. The Consultant is also required to conduct an appropriate Security & Blast (S&B) study ( Appendix B) and an Environmental Impact Study (EIS) (Appendix C) or engage other qualified consultants, to determine all S&B risks as well as environmental impacts that would arise due to the use of these two routes as temporary access to the site. In addition, the consultant shall also conduct a vehicular loading impact study on Route #1 where gas transmission pipelines were buried 1.6m underground. The Consultant shall also be required to determine and conduct all relevant maritime studies and assessments required by the relevant Authorities if barging is proposed for Route #4. For all the studies carried out above, the Consultant is required to propose mitigating measures to the determined risks and environmental impacts and incorporate them into a detailed engineering design. The detailed engineering design shall include all necessary designs of the hardening measures and blockades, barges, loading and unloading points, piers and jetties, etc. 3.2.7 The Consultant shall also prepare, if necessary, all mandatory documents, plans and

drawings and submit to all the relevant authorities including the URA/MPC and obtain all required approvals/planning permissions. This shall also include MPA for the proposed barging operations as well as any other maritime and sea ferrying information, plans and etc.

3.2.8 The Consultant will be required to work with other consultants who will be studying

the respective waste management and water reclamation facilities in this part of the work. Part 3: Provide Preliminary Engineering Design of the approved means of access to Site and Contract packaging and Tender Preliminary Engineering Design of the approved means of access

3.2.9 Once the Consultant has established and obtained the Agency’s approval of the recommended permanent accesses to the Site, the Consultant is required to produce a preliminary engineering design of the approved means of access. The Consultant is advised to make reference to LTA’s websites:

Page 42: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

39

http://www.lta.gov.sg/content/ltaweb/en/industry-matters/development-and-building-and-construction-and-utility-works/civil-standards.html

and relevant COPs for all Works, preliminary and permanent designs to meet the necessary standards. These preliminary engineering designs shall be of sufficient details and quality to enable the Agency to use them for submission to all relevant authorities including the URA/MPC and obtain the necessary approvals/planning permissions. The Consultant shall act on behalf of the Agency to handle all engagements with the relevant agencies throughout the URA/MPC process. All documents, plans and drawings shall be prepared and submitted by the Consultant upon obtain the Agency’s approval. The Consultant shall ensure that the project obtains all required approvals from the relevant agencies with these submissions, including the URA/MPC approvals/planning permissions. The preliminary design shall include but not limit to the following:

a) Alignment design for at grade means of access

i. Develop the preliminary road alignment with due consideration on

practical aspects to ensure that the system is safe, reliable, and

efficient with minimum maintenance requirement;

ii. Prepare plans, including land acquisition plans, land ownership plans,

adoption plans, trees affected plans, etc and other details or drawings

as requested by the Agency as well as any other relevant Authorities

for the consultation and planning submission for the final road

alignment approval;

iii. Develop detailed alignment including preparation of setting out plans,

longitudinal plans, site plans, cross-sections, traffic layout plans , tree

affected plans and drainage schemes;

iv. Prepare trees affected plans and obtain in-principle approval from the

relevant agency; and

v. Review and propose solutions for commuter facilities and associated

M&E Services affected by the project, with measures to mitigate the

adverse impact on pedestrian traffic.

vi. Develop structural risk assessment and damage assessment for the

buildings and structures in the vicinity during both the construction as

well as operational stages of the accesses and propose mitigation

measures.

b) Notional Design for Aboveground and Underground means of access The Consultant shall propose various feasible schemes to construct the proposed road accesses, viaducts, flyovers, tunnels and widening of existing roads along the corridor, evaluate and recommend the most optimum option for the Agency’s acceptance. The Consultant shall carry out sufficient analysis and calculation to justify the proposed geometry and size of main structural elements including the foundation of the aboveground and underground building works and prepare design reports for the final notional design schemes which shall include but not limited to the following:

Page 43: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

40

i. Description of the aboveground or underground building works;

ii. Design information and criteria;

iii. Analysis and design consideration;

iv. Construction method and sequence; and

v. Analyses and calculations.

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

vi. Layout Plans; and vii. Elevations and cross-sections.

3.2.10 The Consultant will be required to work with other consultants who will be studying

the respective waste management and water reclamation facilities in this part of the work

Contract Packaging and Tender 3.2.11 In addition to providing the preliminary engineering design of the approved permanent

accesses to Site, the Consultant shall be required to produce/provide:

a) Tender specifications/work scopes/documents ready for the Agency to call for a Design & Build (D&B) tender for the development and construction of the approved means of permanent access. The specifications of this D&B tender shall include but not be limited to the following:

i. A S&B study for the approved means of permanent access ii. Studies such as EIS on the approved means of permanent

access iii. Produce the detailed engineering design and construction

of the approved means of permanent access

The above works and any other which are deemed necessary shall be conducted in an appropriate sequence that will eventually lead to the production of the detailed engineering design for the construction of the permanent accesses.

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

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

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

Page 44: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

41

d) All other necessary tender specifications/work scopes/documents ready for the Agency to call the necessary contract to engage a Consultant to provide Instrumentation and Monitoring Services for the construction of the road accesses and report directly to the Agency;

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

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

f) All relevant estimates (budgetary, volume, timelines etc) relating to the planning and construction of the temporary and permanent accesses mentioned above such as number of vehicular trips and barging trips per day, amount of equipment and materials that can be delivered per day, turnaround time/duration of each vehicular and barging trip and etc. These budgetary and timeline estimates shall also include but not be limited to the following:

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

permanent accesses) ii. Construction of temporary accesses iii. Construction supervision of temporary accesses iv. Construction of permanent accesses v. Construction supervision of permanent accesses vi. Traffic volume during construction of temporary accesses

and all other related info vii. Traffic volume during construction of permanent accesses

and all other related info viii. Any other related budgetary and timeline estimates for the

implementation of the works for 2(a) to (e) above with all necessary justifications and documentations till the actual completion of the construction of the accesses.

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

g) Provide evaluation criteria for tender award and produce the necessary details for evaluating the tender submission based on the developed tender specifications in 3.2.11a) to e).

h) Identify and advise adequate insurance coverage required for executing the works in each of the subsequent tender till the complete construction of the road accesses.

Page 45: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

42

4 Schedule for Deliverables 4.1 The Consultant shall comply with the deliverables schedule tabulated below. The

Consultant shall allow sufficient time for discussion, review and re-submission.

4.2 The Consultant shall submit draft report(s) for the Agency’s review at least one (01) month prior to the submission of each deliverable as scheduled in the table. The Consultant shall prepare 20 hardcopies and 5 softcopies in Microsoft Words format to be submitted to the relevant agencies.

4.3 The Consultant shall prepare and give formal presentations to the Agency and/or

Ministry of the Environment and Water Resources (MEWR) as well as any other relevant parties upon the Agency’s request. All necessary write-ups, briefs and slides for submission prior to these presentations shall be made ready by the Consultant at least 2 weeks before the actual presentation date. The Consultant shall also be required to prepare all minutes of meeting and submit it to the Agency within 2 working days for circulation.

4.4 All final reports and documents must take into consideration the comments and

feedback received during any of the presentations as well as on the initial and draft copies. The Consultant shall provide detailed responses to each of those comments and feedback. All comments and feedback shall be incorporated into the report(s) by the Consultant upon the receipt of the Agency’s approval.

Deliverables

Submission Schedule

(from Date of Commencement stated in Letter of

Acceptance)

A Inception Report 1 month

B Topographical Survey Report 4 months

C Soil Investigation Report 4 months

D Trial Trenching Report 4 months

E Traffic Impact Assessment Report 4 months

F Other Reports: EIS, Operations risk assessments, S&B etc

6 months

G Final Feasibility Study Report on both Permanent and Temporary accesses (include alternative access)

6 Months

H Preliminary Engineering Design for permanent access and Detailed Engineering Design for temporary access

8 months

Page 46: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

43

I

Tender Specifications/Documents ready for the Agency to call for required tenders stipulated in the work scope or as instructed by the Agency

6 months

J

Estimated Volume, Timelines and Costs for all required works (designs, construction etc) stipulated in the work scope or as instructed by the Agency

8 months

K Obtain all necessary approvals from relevant agencies including MPC approval

9 months

4.5 The Consultant shall exercise all reasonable skill, care and diligence to complete the

Services within the aforesaid schedule. The Consultant shall note that the time schedule above may be extended if agreed by both parties. However, the Consultant shall also note that all additional costs incurred due to the extension shall be borne fully by the Consultant. The Agency will not entertain any claim for work done whatsoever arising from the extended period.. The Consultant shall also note that only upon the completion of all deliverables stipulated in the scope of work that will constitute the completion of the Contract.

4.6 The Agency reserves the rights to request the Consultant to supplement, modify or

provide further details to the reports set out in the Contract Specifications (at no additional costs) before the Agency accepts the reports. Such a request shall be confined to matters falling within the Contract Specifications.

5 Coordination with Other Parties 5.1 The Consultant shall be responsible for the co-ordination with all relevant parties to

obtain the necessary information for, and execution of, the Services. The Agency will assist the Consultant, wherever possible, in liaising with Government bodies and statutory boards to ensure that the Consultant have access to the required information available, for the completion of the Services. The Agency shall not be held responsible for any delay by third parties or failure in obtaining any information and etc., in which case, the Consultant shall be responsible to obtain these information through his own means.

5.2 Co-ordinate with other consultants and contractors, if any, with regards to the

interfacing of the works, in particular if the works are affected or will be affected by works of other parties working in the same area.

6 Payment 6.1 The total remuneration payable by the Agency to the Consultant for the Services

shall be based on the Lump Sum Fee as set out in Schedule 1, subject to the conditions stated hereinafter. The Agency shall not pay for any other expenses or costs of whatsoever nature other than those set forth in this Contract.

6.2 The remuneration as set out in the aforesaid Schedule 1 shall be deemed to include

cost of all relevant insurance, salaries, all relevant charges, fees, costs of submission to and obtaining drawings/plans and approvals from government departments, statutory boards, companies, surveys, investigations, tests, overheads, profits, escalation and incidental expenses such as communications including electronic-mail, telephone, facsimile, internet access and overseas communications, computer

Page 47: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

44

costs, printing of all documents and drawings, making copies, travelling, hotel accommodations, daily allowances, overtime pay and all necessary costs for rendering the Services to the satisfaction of the Agency.

6.3 The schedule for payment for the remuneration stated in Clause 6.1 shall be as in

Schedule 2. 6.4 The Consultant shall issue e-invoices for the work done in the performance of the

Services for the purposes of making the payments under this Contract. 6.5 The Agency reserves the right to request the Consultant to change any person(s) if it

finds them unfitting in carrying out the work. 7 Payment of Additional Services 7.1 Should the Agency requires the Consultant to undertake additional duties beyond the

Scope of Services such as advising or assisting (including giving evidence) in connection with arbitration, insurance claim or other legal proceedings, the Consultant shall undertake such duties subject to additional payment to be mutually agreed upon. Such additional payment shall be computed on a time basis in advance in accordance with the scale set out in Schedule 3 and the estimated manpower input and the limit of the total cost agreed in writing.

8 Information to be provided to the Consultant 8.1 The Agency may supply to the Consultant pertinent data and information which are

available and which are reasonably required for the proper execution of the Services whenever possible. The Consultant may use such data and information at his own risk for the purpose of carrying out his duties, obligations and responsibilities under this Contract. The Agency however shall not be liable for any inaccuracy in any such data or information supplied. It is also the responsibility and obligation of the Consultant to seek and obtain any information that the Agency is unable to provide for the purpose of these studies. The lack of information shall not indemnify the Consultant from carrying out his duties and provide a comprehensive study in accordance with the abovementioned scope of work.

8.2 The Consultant acknowledges that all information required in the course of carrying

out his duties, obligations and responsibilities under this Contract are strictly confidential. Such information shall not be published or communicated by the Consultant to any unauthorised person in any form at any time without prior express sanction of the Agency.

9 Expertise and Commitment of Project Team 9.1 The Consultant shall exercise all reasonable skill, care and diligence in the

performance of the Services under the Contract. The Consultant shall in all professional matters act as a faithful adviser to the Agency and in so far as any of his duties are discretionary, act fairly as between the Agency and third parties.

9.2 The Consultant shall provide all the expert advice and skills which are required for

the Services for which he is engaged.

Page 48: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

45

9.3 The Consultant shall have sufficient experienced and qualified staff throughout all stages of the project. These professional staff shall have the capability and relevant experience to carry out the Services.

9.4 The Consultant shall assemble a team that has proven expertise in the relevant fields

to carry out the Services under the Contract. 9.5 The Agency requires dedicated commitment by key personnel of the Consultant, with

assurances of their continuity, availability and accessibility for the assignment. In particular, the Consultant is required to include confirmation that it is available to commence work immediately on appointment. The Consultant shall not make any changes to the project team without the prior approval of the Agency. The Consultant shall submit the following documents as part of the tender submission: (a) a staffing plan, including the project team structure, names, qualifications,

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

9.6 If for any reason beyond the reasonable control of the Consultant it becomes

necessary to replace any of the key personnel, the Consultant shall forthwith provide as a replacement, a person of equivalent or better qualifications and experience and acceptable to the Agency.

9.7 The Consultant shall provide suitably qualified and experienced personnel

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

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

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

b. A Project Manager who shall assist the Project Director in implementing and managing the project. The Project Manager shall have at least 10 years of relevant experience in large infrastructures projects preferably with experience in road works and construction projects. The Project Manager shall be responsible for the co-ordination of all the activities for the project and be the main contact person. The Project Manager shall attend meetings with the Agency and provide advice on all matters related to the project.

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

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

d. Professional personnel (s) with relevant experience and is/are able to advise

the Agency cost-benefit analysis study, industry structure and all relevant information such as costing, land requirements and etc for a complete proposal of the proposed project.

Page 49: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

46

10 Liability of the Consultant 10.1 The Consultant shall at all times indemnify and keep indemnified the Agency fully and

completely against all claims, damages, expenses or costs (including those asserted by third parties) arising directly or indirectly from its acts, errors or omissions and shall secure and maintain such insurance as will protect it from such claims.

11 Conflict of Interest 11.1 The Consultant and/or any of his associated consultants/firms/partners shall be

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

TABLE OF SCHEDULES

SCHEDULE 1 Lump Sum Fees for Services

SCHEDULE 2 Schedule of Payment

SCHEDULE 3 Scale of Charges on a Time Basis

SCHEDULE 4 Topographical Survey

SCHEDULE 5 Soil Investigation Works

SCHEDULE 6 Trial Trenching Works

SCHEDULE 7 Number of Copies of Reports to Submit

TABLE OF APPENDIX

APPENDIX A Potential permanent road accesses to Project Site

APPENDIX B Security & Blast Study

APPENDIX C Environmental Impact Study

Page 50: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

47

SCHEDULE 1 – LUMP SUM FEES FOR SERVICES

PROVIDE CONSULTANCY SERVICES FOR ACCESS INTO PROJECT SITE:

Description Lump Sum Fee S($)

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

I Topographical Study

II Soil Investigation Works

III Trial Trenching Works

IV Traffic Impact Assessment (TIA)

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

I Feasibility Study for permanent accesses

Part 2: Conduct feasibility study on two (2) accesses [Route #1 and #4(to be identified by Consultant)] as potential temporary accesses to Site and produce detailed Engineering design

I Feasibility Study for temporary accesses

II Detailed Engineering Design for temporary accesses

Part 3: Provide Preliminary Engineering Design of the approved means of permanent access to Site and Contract packaging and Tender

I Preliminary Engineering Design for the approved permanent accesses

II Tender Document Preparation - for the D&B, AC, construction of temporary access tender etc.

Lump Sum Price S($) AMOUNT TO BE CARRIED FORWARD TO FORM OF TENDER

Total Lump Sum Price in Words: Singapore Dollars __________________________________________________________________________________________________________________________________________________

Signature of Tenderer: ______________________________________________________

Name and designation of Tenderer: ____________________________________________

Name and Address of: ______________________________________________________

Company in Singapore ______________________________________________________

Tel/HP: ____________________ Date: ________________________

Page 51: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

48

SCHEDULE 2 - SCHEDULE OF PAYMENT PROVIDE CONSULTANCY SERVICES FOR ACCESS INTO PROJECT SITE:

Description % of Schedule 1 On satisfactory completion of Part 1A, 1B and 2 of the Scope of Contract

70%

On satisfactory completion of Part 3 of the Scope of Contract

30%

Page 52: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

49

SCHEDULE 3 - SCALE OF CHARGES ON A TIME BASIS CONSULTANCY SERVICES FOR ACCESS INTO PROJECT SITE: S/N Name/Designation S$/Man-hour

S$/Man-day S$ Man-month

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

Page 53: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

50

SCHEDULE 4 – TOPOGRAPHICAL SURVEY PROVIDE CONSULTANCY SERVICES FOR ACCESS INTO PROJECT SITE:

S/N Description Unit Qty Rate ($) Amount ($)

1

Carry out all necessary works for Topographical Survey (including engagement of Registered Surveyor and submission of reports and drawings)

Per

Hectare (ha)

12

Total carried to Schedule 1 * The quantities are indicative only and are intended for purpose of tender evaluation. Payment for the topographical survey works shall be computed based on the actual works carried out and the rates submitted in Schedule 4.

Page 54: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

51

SCHEDULE 5 – SOIL INVESTIGATION WORKS PROVIDE CONSULTANCY SERVICES FOR ACCESS INTO PROJECT SITE:

S/N Description Unit Qty Rate ($) Amount ($)

1

Carry out drilling/coring works as required for conclusive Soil Investigation result (including engagement of Qualified Person, backfilling and reinstating of the boreholes and submission of reports and drawings)

Per

Borehole

80

Total carried to Schedule 1 * The quantities are indicative only and are intended for purpose of tender evaluation. Payment for the soil investigations works shall be computed based on the actual number of boreholes / works carried out and the rates submitted in Schedule 5.

Page 55: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

52

SCHEDULE 6 – TRIAL TRENCHING WORKS PROVIDE CONSULTANCY SERVICES FOR ACCESS INTO PROJECT SITE: S/N Description Unit Qty Rate ($) Amount ($)

1

Trial Trenches (L:20m, W:1m) Allow for all costs for excavation of trial trenches and detection of cables for utilities and building foundation assessments including the use of cable detector, removal of excavated materials from site, exposure to determine the utilities/ foundation and backfilling and reinstating of the trenches submission of reports and drawings.

1.1 To a depth not exceeding 1.5m Rigid pavement Flexible pavement Off the carriageway

Per Trench Per Trench

Per Trench

20 20 20

1.2 From 1.5m to a depth not exceeding 3.0m Rigid pavement Flexible pavement Off the carriageway

Per Trench Per Trench Per Trench

20 20 20

Total carried to Schedule 1

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

Page 56: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

53

SCHEDULE 7 – NUMBER OF COPIES TO SUBMIT

No Deliverables Number of copies

1 Inception Report 20

2 Topographical Survey Report 20

3 Soil Investigation Report 20

4 Trial Trenching Report 20

5 Traffic Impact Assessment Report 20

6 Other Reports: EIS, Operations risk assessments, S&B etc

20

7 Final Feasibility Study Report on both Permanent and Temporary accesses (include alternative access)

20

8 Preliminary Engineering Design for permanent access and Detailed Engineering Design for temporary access

20

9 Draft Tender Specifications/Documents ready for the Agency to call for required tenders stipulated in the work scope or as instructed by the Agency

20

10 Final Tender Specifications/Documents ready for the Agency to call for required tenders stipulated in the work scope or as instructed by the Agency

20

Page 57: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

54

APPENDIX A

Proposed Access Routes to Tuas View Basin Site

Page 58: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

55

APPENDIX B

SECURITY AND BLAST

1 Introduction

1.1 The National Environment Agency (NEA), hereon will be referred to as the “Agency” seeks to engage the services of a Security and Blast Consultant (henceforth termed as “the S&B Consultant”) to study into the proposal of using the Route #1 and 4 in Appendix A as temporary access routes to the 68 ha Tuas View Basin site. The study shall take into consideration the operational and security concerns of Tuas Power Generation Pte Ltd and any other nearby facilities (henceforth term as “the Facility”) that may be affected by the development of these temporary accesses

2 General Requirements

2.1 The S&B Consultant is to develop effective security solutions to meet the security objectives set out for all nearby facilities. The baseline security objective for critical infrastructures is to assure the adequate protection and sustenance of critical assets and functions.

2.2 In the process of developing the security solutions, the S&B Consultant shall work closely with the project consultants, facility owners and their representatives, relevant authorities and agencies as well as any other relevant persons to integrate security planning and solutions in the Facility’s daily operations.

2.3 The S&B Consultant is expected to attend relevant meetings and/or present its findings to the Agency or to any other relevant Authorities as and when instructed by the Agency to do so. The S&B Consultant shall furnish documentation and information pertaining to the security assessments and solutions proposed.

2.4 Should the Agency not accept any of the submissions prepared by the S&B Consultant, they shall make the necessary revisions, undertake further analyses and/or provide additional information required so as to satisfy the Agency’s requirements. These additions and/or amendments shall then be consolidated and incorporated into a fresh submission that shall be prepared and re-submitted for acceptance.

2.5 The S&B Consultant shall be subject to the Official Secrets Act. They shall not disclose or release to any persons or otherwise deal with the same in any manner whatsoever without the Agency’s written consent, as all information relating to this project shall vest in and be the absolute property of the Agency. The S&B Consultant shall safeguard any information collected and return and/or delete all information collected/processed at the end of the contract in accordance with the Agency’s instructions.

3 Process Requirements

3.1 Risk Assessment (RA)

3.1.1 The S&B Consultant shall carry out a RA on all nearby facilities. The findings shall be submitted to the Agency in a RA Report. Please refer to Annex S&B_A for the baseline requirements for the RA. For threat scenarios involving IEDs and explosive weapons, the S&B Consultant shall support the analysis in accordance with the requirements stipulated in Annex S&B_B, in order to assess the Risk of each scenario.

3.1.2 After submission of the RA Report, the S&B Consultant shall provide necessary clarifications and justifications to support the assessment and obtain the Agency’s

Page 59: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

56

acceptance of the report. After all clarifications and requests for information have been satisfactorily met and accepted by the Agency, the S&B Consultant shall update the RA Report with the necessary amendments, clarifications and supporting information for resubmission.

3.2 Pre-Final Security Plan

3.2.1 The S&B Consultant shall prepare and submit to the Agency a Pre-Final Security Plan (PFSP) which proposes security measures to address the Risks surfaced in the RA. Where security measures are required, these measures can be in the form of structural, operational or technological measures. The S&B Consultant shall propose only necessary and essential security features. For the technical standards that selected security measures have to adhere to in terms of the analysis or performance outcome, please refer to Annex S&B_C. While these measures do not have to include all eventual details, they should possess sufficient detail for the Agency and its assigned representatives to evaluate the effectiveness of the proposed measures. For a description of the baseline expected level of detail, please refer to Annex S&B_D.

3.2.2 In the PFSP, the S&B Consultant shall recommend a comprehensive suite of security measures to address all the Risks, as determined from the RA, faced by the nearby facilities that prevent the stated baseline security objectives from being achieved. The exact combination of structural, physical and operational measures shall be calibrated according to the Risks posed by the various threat scenarios and the criticality of the Asset in question. The S&B Consultant shall also illustrate the reduction of Risk achieved in each case by updating the Risk levels contained within the RA should the recommended measures be implemented.

3.2.3 In the development of security measures, the S&B Consultant shall ensure that the security measures do not contravene prevailing statutory requirements, codes or guidelines published by government authorities. If special exemption has to be sought from any government authority to implement any particular security measure, the S&B Consultant shall make the necessary submissions, and obtain in-principle approval from the relevant authority before submitting the PFSP to the Agency.

3.2.4 After submission of the PFSP, the S&B Consultant shall provide necessary clarifications and justifications as required by the Agency to support their assessment and obtain the Agency’s acceptance of the PFSP. After all clarifications and requests for information have been satisfactorily met and accepted by the Agency, the S&B Consultant shall update the PFSP with the necessary amendments, clarifications and supporting information and resubmit to the Agency.

3.2.5 It is expected that the preparation of the Final Security Plan would require in-depth and at times, discussions as well as close scrutiny of the measures and various options. The S&B Consultant is thus advised to cater the necessary resources to meet the service quality requirements spelt out in Section 5: Service Quality.

3.3 Final Security Protection Plan (FSP)

3.3.1 The S&B Consultant shall prepare the Final Security Protection Plan (FSP) which provides all the necessary detail for the implementation of the approved security measures. This includes all necessary certifications, test data, calculations and drawings relevant to all affected facilities. The FSP shall also include a summary table of the security measures to be implemented. Please refer to Annex S&B_E for detailed descriptions.

3.3.2 After submission of the FSP, the S&B Consultant shall provide necessary clarifications and justifications to support their recommendations and obtain the Agency’s

Page 60: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

57

acceptance. After all clarifications and requests for information have been satisfactorily met and accepted by the Agency, the S&B Consultant shall update the FSP with the necessary amendments, clarifications and supporting information and resubmit it to the Agency.

3.3.3 The S&B Consultant shall work with the Agency’s appointed representatives to incorporate the final security measures into the relevant project plans for submission to the relevant authorities (such as URA, BCA, LTA, EMA, MPA, MHA, NPARKS etc) for approval in accordance with prevailing statutory and legislative requirements.

3.4 Preparation of Tender Documents & Tender Evaluation

3.4.1 In general, the S&B Consultant shall assist in the preparation of the tender documents required for the construction of the proposed temporary road accesses. Specifically, the S&B Consultant shall:

a. work with the Agency and its appointed representatives to incorporate and integrate the security measures into the tender documents.

b. not specify proprietary solutions/brand names in the tender specifications. Rather, where off-the-shelf security solutions are acceptable, the S&B Consultant shall use general performance outcomes to describe the security needs.

3.5 Preparation of Tender Documents & Tender Evaluation

3.5.1 In general, the S&B Consultant shall assist in the preparation of the tender documents required for the construction of the proposed temporary road accesses. Specifically, the S&B Consultant shall:

c. work with the Agency and its appointed representatives to incorporate and integrate the security measures into the tender documents.

d. not specify proprietary solutions/brand names in the tender specifications. Rather, where off-the-shelf security solutions are acceptable, the S&B Consultant shall use general performance outcomes to describe the security needs.

3.5.2 As a practical consequence, the S&B Consultant shall not propose security solutions in the PFSP and FSP that only the S&B Consultant can provide.

4 Security Clearance Requirements

4.1 Each member of the S&B Consultant’s team working on the project, depending on his/her level of access to sensitive information in relation to the project, shall be required to undergo the necessary security background checks by the Ministry of Home Affairs and obtain the necessary security clearances before being allowed to commence work on the project. The Ministry of Home Affairs has the right to deny the necessary security clearances without explanation.

5 Service Quality

5.1 In general, the S&B Consultant shall respond to all queries made by the Agency, in the manner required by the Agency, within 3 working days unless stipulated otherwise by the Agency. If the S&B Consultant requires more time to respond to the queries, the S&B Consultant shall obtain the Agency’s agreement on the timeframe within which the response shall be delivered.

Page 61: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

58

6 Milestone Requirements

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

Deliverables Submission Schedule

(from Date of Commencement stated in Letter of Acceptance)

Completion of RA Report 3 months

Completion of Pre-Final Security Plan 4 months

Completion of Final Security Plan 6 months

Completion of tender documentation preparation 9 months

7 Deliverables and Submission Requirements

7.1 The S&B Consultant shall submit all required reports and plans according to the requirements contained in the table below.

Report/Plan Requirement

RA 3 softcopies and 10 hardcopies in colour

All threat scenarios to be marked in colour on architectural drawings at least A1 in size.

All documents to be submitted in softcopy within a CD or DVD rom. For softcopies, both pdf and editable files shall be provided.

PFSP 3 softcopies and 10 hardcopies in colour

Where applicable, all security measures to be marked in colour on architectural drawings at least A1 in size.

All documents to be submitted in softcopy within a CD or DVD rom. For softcopies, both pdf and editable files shall be provided.

FSP 3 softcopies and 10 hardcopies in colour.

Where applicable, all security measures to be marked in colour on architectural drawings at least A1 in size.

All documents to be submitted in softcopy within a CD or DVD rom. For softcopies, both pdf and editable files shall be

Page 62: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

59

provided.

8 S&B Consultant Proposal Submission Requirements

8.1 In the S&B Consultant’s proposal in response to this tender, the S&B Consultant shall provide information on the following:

a) Statement of understanding of the project, e.g. highlighting of key challenges or key considerations.

b) RA methodology, blast effects and structural resilience methodologies, software and test data to be used in this project.

c) The S&B Consultant’s company details and track record, including details of any partnering company if submitting the tender as a consortium;

d) Details of the S&B Consultant’s team members assigned to the project in terms of their professional track record, curriculum vitae and experience, including length of employment in the S&B Consultant’s company. In cases where the consultant does not have a local office or representative in Singapore, clearly explain how communications would be effectively carried out with the rest of project team and the Agency for the duration of the contract;

e) Details on how work would be allocated amongst members of the S&B Consultant’s Team, e.g. who will be performing RA, blast effects analysis, etc; and the level of access to sensitive information expected for each of these members.

f) Details of experience and competency in using RA methodology, blast effects and structural resilience methodologies, software and test data to be employed in the project.

g) Description of scope and extent of professional liability coverage and insurance, if available.

Annexes

Annex S&B_A Baseline Requirements for Risk Analysis

Annex S&B_B Requirements for Analysis of Effects of Explosive Loads

Annex S&B_C Technical Analysis and Performance Standards for Security Measures

Annex S&B_D Detail Level for PSP Security Measures

Annex S&B_E Detail Level for FSP Security Measures

Page 63: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

60

ANNEX S&B_A

BASELINE REQUIREMENTS FOR RISK ANALYSIS

1 Introduction 1.1 The RA is an important step in the security review. A well prepared RA would allow the Agency to understand the key Risks that the Facility faces so that effective measures may be taken to address those Risks. A well prepared RA is comprehensive in its coverage, robust in its assessment and succinct in the report of findings. 2 Key Input Parameters 2.1 There are two key input parameters that the S&B Consultant is required to consider.

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

ii. Asset Definition. The S&B Consultant shall work with the Agency to identify the Assets critical to meeting the security objectives stated. The critical assets’ functions, distribution and location within the facility shall also be identified and clearly indicated1.

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

Page 64: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

61

3 Risk Assessment Methodology 3.1 There is no preference for any particular methodology as long as it is relevant to the nature of the assessment to be done and the S&B Consultant is able to clearly demonstrate ability and experience in applying the methodology. As a general guide, the methodology employed should be able to express the Risks faced by the Assets in terms of, minimally, the threat considerations, the impact of a successful attack, the relative importance of the defined Assets, the attractiveness of the target and Assets, and any site-specific weaknesses that may be exploited. The methodology should also allow for the clear and concise presentation and prioritisation of Risks. 3.2 However, in carrying out the Risk analysis, the S&B Consultant shall NOT merely carry out a facility-level analysis. Instead, the S&B Consultant shall develop and assess various types of plausible threat scenarios at the sub-facility level2. For each threat scenario, the S&B Consultant shall make a robust and soundly supported assessment of the Risks faced by the Assets using its proposed methodology. In assessing each threat scenario, the S&B Consultant may take into account typical security features found in the type of facility being studied or features that have been incorporated in the design of the nearby facilities3. The S&B Consultant shall NOT take into account any feature that is not inherent in the preliminary design or that has not obtained the Agency’s approval. For threat scenarios involving IEDs and explosive weapons, the S&B Consultant shall support the analysis with the relevant facts, figures, quantitative and qualitative data as derived from calculations, computer simulations, actual tests, and literature research, etc, as per Annex C, in order to assess the Risk of each scenario. 4 Presentation of Results and Recommendations 4.1 The presentation of results shall be clear and concise to aid decision making. The S&B Consultant shall clearly indicate the Risks faced by the Assets to each threat scenario. The S&B Consultant shall also clearly differentiate the Risks according to their level of risk. The results shall also be presented in a form that will subsequently show a clear relationship between the introduction of additional security measures and the reduction of Risk for individual threat scenarios, on individual Assets. 4.2 Finally, the S&B Consultant shall make a preliminary4 recommendation on the Risks to be mitigated through either further refinements to the building design or through additional security measures. Depending on the methodology employed, the basis for the preliminary recommendation could be on the level of risk, cost effectiveness, the security concept employed, etc.

2 The sub-facility analysis would represent threat scenarios at the various locations within the facility

where the Assets may be at Risk. For example, a VBIED at the vehicle drop-off point, a CB attack using the ventilation system at a particular air intake point, etc. 3 For example, the consultant should take into account the envisaged operational flow of the facility,

e.g. whether it is open to public access, whether there will be screening conducted on vehicles or persons entering the premises, and whether there will be security clearance for personnel working in the premises etc. 4 This is a preliminary recommendation as the final recommendation contained in the Final Security

Plan would necessarily depend on the implications of the security measures recommended. Note that this requires only an identification of Risks to be mitigated rather than the recommendation of security solutions which would be made in the Pre-Final Security Plan.

Page 65: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

62

Table 1: Indicative baseline threat definition

Threats Methods Specifics

Vehicle Borne Improvised Explosive Device

(VBIED)*

Possible types of vehicle

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

Possible weight Approximately 500kg TNTNEQ

Possible methods of delivery

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

Improvised Explosive Device

(IED)*

Possible weight Approximately 20kg TNTNEQ

Possible concealment and deception

All conceivable methods to avoid detection (e.g. haversack, luggage, parcel, mail, suicide vest, etc.)

Possible methods of delivery

Delivered, hidden, laid, thrown, walk-in, parked vehicles

*Note: To address VBIED threat against critical assets along Route #1 as i) a temporary access and ii) a permanent access To address both VBIED & IED threats against critical assets along Routes #2 & #3 - ( including blowing up on the flyover directly above sea-intake channel and causing structures to fall into the sea-intake channel or IED being dropped into the sea-intake channel causing damage to the channel)

Page 66: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

63

ANNEX S&B_B

REQUIREMENTS FOR ANALYSIS OF EFFECTS OF EXPLOSIVE LOADS

1 When an analysis of explosive effects on structures and the structural response is required, the S&B Consultant shall use:

a) methodologies and guidelines defined in Unified Facilities Criteria UFC 3-340-02 (5 December 2008), Protective Design Center PDC-TR 06-02 (12 September 2006), and PDC-TR 06-08 (20 October 2006); and/or

b) methodologies and guidelines defined in other established codes and/or literature, provided that a complete copy of the codes/literature used is made available to the Agency wherever possible and that relevant sections of the codes/literature used in the analysis are clearly pointed out; and/or

c) results from actual blast tests, provided that the tests are conducted with equal or higher blast loads on test subjects similar to the analysed structural elements and that full information of the tests are made available to the Agency wherever possible; and/or

d) numerical modeling and simulation, provided that the numerical model is validated with results of actual blast tests conducted on equivalent structural components.

2. The analysis of structural components against explosive loads shall include the following information:

a) Derivation of the explosive loads (free-field, reflected and/or confined),

b) Physical dimensions, reinforcement details (for reinforced concrete components), and material properties of the structural components,

c) The ductile mode response (i.e. flexure, diagonal and direct shear) of the structural components due to air blast and ground shock,

d) The brittle mode response (i.e. spalling, breaching and cratering) of the structural components due to air blast and ground shock,

Where the explosive effects are deemed to affect the defined Assets, the analysis shall include the following information:

a) the effects of blast overpressures on the Assets,

b) the effects of fragmentation on the Assets, and

c) the effects of explosion-resultant fireballs on the Assets.

The Agency reserves the right to request for additional information and clarification from the S&B Consultant on the methodologies used in the analysis of structural components against blast loads.

Page 67: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

64

ANNEX S&B_C

TECHNICAL ANALYSIS AND PERFORMANCE STANDARDS FOR SECURITY MEASURES

Measure Guidelines/Standards Structural Components (e.g. columns, beams, walls, and slabs)

Refer to requirements in Annex S&B_B.

Vehicle barriers Hostile Vehicle Measures must be certified (i.e accompanied by crash test certification) under one of the following standards:

a. UK PAS 68:2010 – Impact test specifications for vehicle security barriers

b. ASTM F2656-07 - Standard Test Method for Vehicle Crash Testing of Perimeter Barriers

c. DOS SD-STD-02.01 Rev A – Test Method for Crash Testing of Perimeter Barriers and Gates

Wall barriers must be designed by a structural engineer to stop a 2.5ton vehicle traveling at 80kmh

CCTV Primary requirements:

• Archival-28 days with 10% buffer

• Resolution-4 CIF

• Recorded Framerate-6fps for indoor cameras and 12 fps for outdoor footage

Refer to Chapter 8.7 of the Guidelines for Enhancing Building Security in Singapore for detailed standards.

Page 68: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

65

Annex S&B_D

Detail level for PFSP Submission

1 General Requirements 1.1 The PFSP is to support decision making by the Agency on the types of security measures to be implemented. While full details of all the security measures are not required at this stage, as a general rule, the PFSP should contains sufficient detail to allow the Agency to understand the nature of measures proposed, their performance and implications. This section describes the minimum details to be part of the PSP submission. Should the PFSP contain additional items or security measures, the S&B Consultant shall furnish appropriate details as well. 2 Basic Building Information Item Details Required Access Route Layout Access route layout plans detailing its impact on

each of the affected nearby facility. Assets Mark out asset locations on architectural

drawings. Utilities Key utilities that support the continued function of

the security measures, emergency response protocols or are susceptible for exploitation that would affect the security outcomes are to be achieved.

3 Structural/Physical Measures Measure Details Required Structural Components (e.g. columns, beams, walls, and slabs)

Mark out on architectural drawings the locations of the critical assets which require structural hardening, and the kinds of structural hardening employed. Physical dimensions and mechanical properties (e.g. elastic modulus, compressive and tensile yield and ultimate strengths, etc.) of component and its reinforcement (e.g. reinforcement steel, steel jacket, FRP jacket, etc.) pre- and post- hardening. Analysis details of reinforced structures as per requirements in Annex S&B_B

Glazing and Building Fabric Identified glazing and building fabric for strengthening and the performance outcomes of the strengthening.

Vehicle Perimeter Line Mark out on architectural drawings the location of the vehicle perimeter line. To differentiate between active and passive elements of the perimeter line. Performance specifications of the elements within the vehicle perimeter line.

Fence line Mark out on architectural drawings the location of the fence line. Design specifications of the fence line.

Page 69: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

66

4 Technological Measures/Security Systems Measure Details Required CCTV Mark out locations of cameras on architectural

drawings. System specifications of the CCTV system. Explain the recommended features of the CCTVs, e.g. the kinds of Video Content Analysis to be incorporated.

Access Controls Mark out public vs controlled areas on architectural drawings. Mark out locations with special access control requirements (such as utility rooms, server rooms etc) Mark out access control methods (eg, card reader controlled doors/gates, mechanically locked doors/gates, EM locked doors/gates, etc) on architectural drawings.

Detection and Alarm Systems

Nature of detection systems deployed and location of deployment

5 Operational and Human Measures 5.1 A list of the security and contingency measures required during times of normalcy and if deemed necessary, times of heightened security. These are to be accompanied by a brief description of scope of the measures, where and when the measures would be deployed, and to whom the measures are applicable. The S&B Consultant shall also explain the rationale for the operational measures and how it reduces the Risks faced. The S&B Consultant shall also include a description of any equipment, technological measures and/or infrastructural provisions that would be required to support the operational measures. 6 Preliminary Cost Estimates 6.1 The S&B Consultant shall provide a cost estimate of the suite of security measures in accordance with section 3.3 of the main requirement specification document. The S&B Consultant shall either work with the project’s Quantity Surveyor or consult its own internal resources and expertise to determine the cost estimates. Where applicable, the cost estimates should also indicate the incremental cost due to security over the base design without security provisions.

Page 70: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

67

ANNEX S&B_E

DETAIL LEVEL FOR FSP SUBMISSION

1 General Requirements 1.1 The FSP serves two major purposes. First it shall be a self-contained document of all security measures that are to be implemented. Second it shall provide sufficient detail to enable smooth implementation of the security measures by third party vendors. This section describes the minimum details to be part of the FSP submission. Should the FSP contain additional items or security measures, the S&B Consultant shall furnish appropriate details to meet the above two purposes. 2 Basic Building Information Item Details Required Access Route Layout Access route layout plans detailing its impact on

each of the affected nearby facility. Assets Mark out asset locations on architectural

drawings. Utilities Key utilities that support the continued function of

the security measures, emergency response protocols or are susceptible for exploitation are to be marked out on architectural drawings.

3 Structural/Physical Measures Measure Details Required Structural Components (e.g. columns, beams, walls, and slabs)

Mark out on architectural drawings the locations of the critical assets which require structural hardening, and the kinds of structural hardening employed. Physical dimensions and mechanical properties (e.g. elastic modulus, compressive and tensile yield and ultimate strengths, etc.) of component and its reinforcement (e.g. reinforcement steel, steel jacket, FRP jacket, etc.) pre- and post- hardening. Structural drawings of the hardened components, showing the details of the reinforcement and the connection details at the support.

Glazing and Building Fabric If the approach is to obtain designs through the construction or similar tender:

a. Mark out identified glazing and building fabric for strengthening on architectural drawings,

b. Performance outcomes of the strengthening expressed in terms of the pressures and impulse loadings that the glazing/fabric experiences and the failure criteria,

c. Any relevant design or performance details for the framing and/or structural systems supporting the glazing/fabric.

Page 71: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

68

Measure Details Required If the approach is for the S&B Consultant to develop designs that are to be built by the construction or similar vendor:

a. Mark out identified glazing and building fabric for strengthening on architectural drawings,

b. Designs of the glazing/fabric system including framing details, anchoring details and structural support required

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

Fence line Mark out on architectural drawings the location of the fence line. Design specifications of the fence line.

4 Technological Measures/Security Systems Measure Details Required CCTV Mark out locations of cameras on architectural

drawings. System specifications of the CCTV system. Explain the recommended features of the CCTVs, e.g. the kinds of Video Content Analysis to be incorporated.

Access Controls Mark out public vs controlled areas on architectural drawings. Mark out locations with special access control requirements (such as utility rooms, server rooms etc) Mark out access control methods (eg, card reader controlled doors/gates, mechanically locked doors/gates, EM locked doors/gates, etc) on architectural drawings.

Lighting Lighting performance specifications at required locations to facilitate surveillance, CCTV

Page 72: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

69

Measure Details Required monitoring/recording etc..

Detection and Alarm Systems

Nature of detection systems deployed and location of deployment. Operating environment in which the systems have to operate as well as the system specifications that the systems would have to meet.

5 Operational and Human Measures 5.1 The S&B Consultant shall provide a list of the security and contingency measures required during times of normalcy and if deemed necessary, times of heightened security. For each measure or plan, the S&B Consultant shall provide a generic workflow of the measure/plan that describes the necessary general actions required and how any necessary supporting equipment and infrastructure provisions are to be incorporated into the workflow. The S&B Consultant shall also explain the rationale for the operational measures and how it reduces the Risks faced. 6 Summary Table of Measures 6.1 The S&B Consultant shall provide a summary table of all the physical, operational/human and technological measures that have to be implemented so as to allow the Agency to easily track the implementation of the various measures. 7 Maintenance Plan 7.1 The S&B Consultants shall also formulate a set of maintenance plans for all structural/physical protective solutions selected for implementation. The maintenance plans are to be provided to the Agency for long-term maintenance of the physical protective solutions implemented. 8 Articulation of Final Residual Risk 8.1 The S&B Consultant shall include in the FSP, an articulation of the likely residual risk faced by the Assets within the facility after the implementation of the security measures.

Page 73: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

70

APPENDIX C ENVIRONMENTAL IMPACT STUDY 1. The Consultant shall work with the relevant Authorities to carry out an

Environmental Impact Study (EIS) to investigate the potential air quality, noise and vibration impact associated with the operation of Route #1 and 4 (Appendix A).

2. For the air quality impact study, the Consultant shall analyse the impact of

pollutants emitted by motor vehicles based on anticipated traffic mix utilizing the at-grade roads, viaducts and tunnels and released to the atmosphere. The study shall include but not limited to the following:

a) Examination of air quality issues before and after the construction of the two

(2) accesses; b) Estimation of vehicular/moving barge pollutant emissions generated;

c) Determination of existing and future sensitive land uses and developments;

d) Dispersion modeling analyses;

e) Conduct air quality measurements at sensitive receptors (e.g. residential

developments, hospitals, schools, etc.) as agreed with the Authority;

f) Determination of buffer zones required for future developments along the access Route #1 alignment; and

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

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

3. For noise impact study, the Consultant shall analyse the impact of vehicular

traffic noise from the accesses. The noise impact study shall include but not limited to the following:

a) Examination of noise issues;

b) Determination of existing and future residential/ commercial and noise-

sensitive developments;

c) Noise prediction methodology;

d) Tunnel prediction methodology;

e) Depressed expressway noise analysis;

f) Viaduct noise analysis;

g) At-grade expressway noise analysis; and

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

Page 74: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

71

4. The Consultant shall liaise with the National Environment Agency (NEA) to

establish the latest air quality and noise standards and any specific air quality and noise control requirements to be applied for the construction of the two (2) accesses.

5. From time to time, the Consultant shall keep the Authority informed on the

preparation of environmental assessment study. The Consultant shall answer all queries raised by all relevant Authorities/ agencies in the study. The Consultant shall evaluate and incorporate all comments given by all relevant Authorities/ agencies into the study. The Consultant shall brief the Agency prior to any submission of the study to the various government agencies.

6. The Consultant shall submit a preliminary and a final environmental impact

assessment study report complete with all necessary drawings to the Agency. 7. In the report, the Consultant shall describe the approach and methodology; the

design criteria and standards; and assumptions adopted for the study. The report shall include discussions on the computer simulation models, results and analyses for the various cases studied. Sensitivity analysis performed including refinement to the models shall be included in the report. Input data, assumptions and output results of the computer model analyses shall be attached. Mitigating measures recommended for the cases where the design criteria have exceeded shall also be included.

8. The final reports shall be comprehensive reports of the study and they shall

address all comments from the Agency as well as any other relevant Authorities/agencies. The reports shall include complete results of all cases analysed and the cases where the design criteria and standards have been exceeded as well as all recommended mitigating measures.

9. For vibration impact study, the Consultant shall carry out a study of the proposed

accesses as well as adjacent buildings. 10. The Consultant shall study all the properties along the road corridor and

waterway. The study shall also identify those properties whose operation may be at risk due to the environmental impacts from the operation of these accesses.

11. For those properties which are affected, the Consultant shall incorporate

measures in the design to mitigate such effects. 12. The Consultant shall design and ensure that the proposed temporary accesses

do not affect the operations of adjacent and nearby buildings during operations. This shall be applicable to both the construction and operational phases of the temporary accesses.

Page 75: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

72

ANNEX A

DECLARATION OF GOODS AND SERVICES TAX (GST) STATUS I hereby declare that ___________________________________________

(Name of Company) of is / will be / is not* (Address of Company) a taxable person under the Goods and Services Tax (GST) Act. The GST registration number

of the company is .

Dated this ________day of __________________ 20_____. ________________ ___________________ ________________ Signature Name Designation * Delete if inapplicable.

Page 76: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

73

ANNEX B

SCHEDULE OF CONTRACTS CURRENTLY EXECUTED BY TENDERER NAME: __________________________________________________________________________ ADDRESS: __________________________________________________________________________ REGISTRY OF COMPANIES AND BUSINESSES NO: __________________________________________________________________________

The Tenderer shall furnish hereunder the current particulars of all work currently executed by him for the Private Sector, Government and Statutory Bodies.

SCHEDULE OF WORKS Details of Contracts Total Value Percentage Date of currently executed by of Contract of Work Completion Tenderer Completed

I/We hereby confirm that the Contracts embodied in the above schedule are the only projects currently being executed by us.

(If space is insufficient please continue on separate sheet) ______________________________ Tenderer Date : _________________________ N.B. Term Contracts need NOT be included in the above list

Page 77: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

74

ANNEX C

SCHEDULE OF ENVIRONMENTAL BEST PRACTICES & PROCESSES NAME: __________________________________________________________________ ADDRESS: _______________________________________________________________ Category

Item

Remarks (e.g. potential benefits, environmental impact, etc)

Adoption of Environmentally Friendly Practices & Processes (e.g. use of clean technology, anti-pollution measures, etc)

Utilization of Environmentally Friendly Products & Services (e.g. Singapore Green Labelling Scheme products, Energy Label products, products made fully or partially from recycled materials, etc)

Environmental Accreditations (e.g. ISO14000, etc)

Others

______________________________

Tenderer

Date:_________________________

Page 78: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

75

ANNEX D

UNDERTAKING TO SAFEGUARD OFFICIAL INFORMATION To : The National Environment Agency Re : TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD

ACCESS FEASIBILITY STUDIES

1. My attention has been drawn to the Official Secrets Act (Chapter 213, Revised

Edition 2012) and in particular to Section 5 thereof which relates to the safeguarding of official information.

2. I understand and agree that all official information acquired by me in the course of

my work and consultancy with the National Environment Agency is strictly confidential in nature, and is not to be published or communicated by me to any unauthorised person in any form at any time, without the official sanction of the Chief Executive Officer of the National Environment Agency.

3. I shall ensure that all necessary steps are taken to ensure that employees of the

tenderer shall not disclose any official information obtained in the course of this tender.

4. I undertake to return any document received from the National Environment Agency,

any other copies made or reproduced from such document or part thereof whenever required by the National Environment Agency.

5. I further understand and agree that any breach or neglect of this undertaking may

render me liable to prosecution under the Official Secrets Act.

_____________________ _____________________________ (Signature of Officer) (Full name in BLOCKS and NRIC)

____________________ _____________________________ (Designation) (Name of Company) _____________________ (Date) _______________________ __________________________ (Signature of WITNESS) (Full name in BLOCKS) __________________ __________________________

(Designation) (Date) National Environment Agency

Page 79: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

76

ANNEX E

SPECIMEN OF SUPPLEMENTARY AGREEMENT FOR

JOINT-VENTURE PARTICIPATION

THIS AGREEMENT is made the ________ day of _____ 20 ___ BETWEEN THE

NATIONAL ENVIRONMENT AGENCY, SINGAPORE (hereinafter called “the Agency”)

of the first part and (1st Joint Venture (address)

(1st JVP), (2nd Joint Venture (address) (2nd

(3rd Joint Venture Partner) (address) (3rd JVP), of the

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

between the Agency and the 1st JVP, 2nd JVP, 3rd JVP (hereinafter called “the Principal

Agreement”) a copy of which is attached as Schedule I to this Agreement.

WHEREAS the 1st JVP, 2nd JVP and 3rd JVP have jointly tendered for

_________________________________________________________________________

(hereinafter called “the Works”) in the sum of

_______________________________________ under the name of

_______________________________________________________________ (Name of

Joint Venture) (hereinafter called “the Joint Venture”) to execute and complete the Works.

AND WHEREAS the Agency has agreed to accept their tender provided that the

partners shall agree to jointly and severally undertake all the Joint Venture’s liabilities to the

Agency under the Principal Agreement.

NOW IT IS HEREBY AGREED as follows:

1. The 1st JVP, 2nd JVP and 3rd JVP each declare that they have entered into a Joint

Venture Agreement with each other a signed copy of which is attached as Schedule

II to this Agreement for the purposes of undertaking all their liabilities to the Agency

under the Principal Agreement, and agree that the said Joint Venture Agreement

shall not be amended or modified in any way except with the prior written consent of

the Agency.

Page 80: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

77

2. The 1st JVP, 2nd JVP and 3rd JVP each declare in the event that any of them

withdraws from the Joint Venture or is for any reason unable to perform the

obligations under either the Principal Agreement or this Agreement, then the other

partner or partners shall execute and complete all their liabilities under the Principal

Agreement.

3. The 1st JVP, 2nd JVP and 3rd JVP shall jointly and severally execute and complete

the Works in accordance with the terms of the Principal Agreement and in the event

that any of them withdraws from the Joint Venture without the prior written consent of

the Agency, then the Agency may without prejudice to any other rights contained

herein by a notice sent by registered post determine the Principal Agreement and

their employment thereunder. Upon such determination, the Agency shall be entitled

to all rights stipulated in Clause 31 of the Principal Agreement.

4. The 1st JVP, 2nd JVP and 3rd JVP appoint and declare that __________________is

their agent and shall represent them in all dealings with the Agency.

5. The 1st JVP, 2nd JVP and 3rd JVP shall be jointly and severally responsible for all

activities carried out and all decisions made by the said

___________________________ insofar as these relate to the Principal Agreement.

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

to the Principal Agreement shall be addressed to

__________________________________ and notices and Superintending Officer’s

instructions contemplated by the Principal Agreement shall be deemed to be validly

served on the 1st JVP, 2nd JVP and 3rd JVP jointly when posted or delivered to the

aforesaid address.

7. The 1st JVP, 2nd JVP and 3rd JVP agree that payments of all monies due to them

made by the Agency in relation to the Principal Agreement shall be made payable to

the account in the name of _______________________________________,

Account no. ____________________, or any other account which the 1st JVP, 2nd

JVP and 3rd JVP jointly may subsequently agree in writing with the Agency.

Page 81: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

78

IN WITNESS WHEREOF the parties have hereunto set their hands the day and year first

above written.

Signed by )

for and on behalf of THE NATIONAL )

ENVIRONMENT AGENCY, SINGAPORE )

in the presence of : )

Signed by (Name) )

(Designation) )

for and on behalf of )

(1st Joint Venture Partner) )

in the presence of : )

Signed by (Name) )

(Designation) )

for and on behalf of )

(2nd Joint Venture Partner) )

in the presence of : )

Signed by (Name) )

(Designation) )

for and on behalf of )

(3rd Joint Venture Partner) )

in the presence of : )

(To be signed by all Joint Venture Partners)

Page 82: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

79

ANNEX F

LIST OF DIRECTORS AND PERSONS EMPOWERED TO SIGN CONTRACTS CONFIDENTIAL

To be submitted with Tender Date : To : National Environment Agency Name & Address of Co.

Registry of Companies & Business Registration No: I NAMES OF PROPRIETOR/PARTNERS/DIRECTORS

NAME POSITION IN COMPANY I.C. NO II Names of Persons empowered to sign

Letters of Acceptance and Contracts (attach separate list if space is inadequate)

NAME POSITION IN COMPANY I.C. NO I certify the above is correct

NAME

Signature of Responsible Person in Company ( )

Page 83: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

80

ANNEX G

WORKPLACE SAFETY AND HEALTH MANAGEMENT SYSTEM RISK ASSESSMENT SCHEDULE

NAME OF FIRM :_________________________________________________________ ADDRESS: _______________________________________________________________

Risk Activity

Risk Control Measures

Risk Level

(High/Medium/Low)

______________________________

Tenderer

Date:_________________________

Page 84: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

81

ANNEX H

STRUCTURE AND ORGANISATION OF THE FIRM

1. Name of Company : ___________________________________________

2. Registered Address : ___________________________________________

___________________________________________

3. Mailing Address : ___________________________________________

(if different from above) ___________________________________________

4. Telephone No : ___________________________________________

5. Email Address : ___________________________________________

6. Fax No. : ___________________________________________

7. Type of Firm/Company

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

_________________________________________________________________________

_________________________________________________________________________

8. Registration with Accounting & Corporate Regulatory Authority (ACRA)

(a) Registration Number : _____________________________________

(b) Date of Registration : _____________________________________

(c) Country of Registration: _____________________________________

(d) Years in operation : _____________________________________

(e) Paid-up Capital : ______________________________________

(Please furnish a copy of registration certificate)

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

(a) PE Board Registration/Licence Number: _____________________________

(b) Validity Period of Licence : _____________________________

(c) Discipline : _____________________________

(Please furnish a copy of registration certificate)

10. ISO 9001 Certification

(a) ISO 9001 Certification Number: _____________________________________

(b) Validity Period of Certificate : _____________________________________

(Please furnish a copy of ISO 9001 certificate)

Page 85: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

82

11. The Principal, Partners or Directors:

Name & Designation Nationality &

NRIC/Passport No.

PE Practising

Certificate No. &

Validity Period

% Shareholding or %

Assets Held

(Please furnish copy

of valid PE Practising

Certificate)

12. Major Shareholders & Percentage Owned:

Name Nationality Percentage Owned

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

Affiliation

Note: In the case of a proposed joint venture, one firm shall be names as the managing

partner. The particulars of the proposed participation of each firm shall be stated.

I certify that the above information is correct:

_______________________________________

Signature of Responsible Person in Company

Name: _________________________________

Designation: ____________________________

Page 86: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

83

ANNEX I

DETAILS OF CURRENT PROJECTS

Please furnish the particulars of projects of similar nature currently undertaken by your organisation .̂

No Description

of Project

Name &

Address of

Client

State clearly

the scope of

work

undertaken

by your

company @

Stage of

Project #

Commencement

& Completion

Date of Projects

Value of

Contract or

Project ($)

Percentage

Participation

in Project (if

applicable)

Name of

Associated

Firms( if any)

and describe

division of

duties in tie

up

Note: ^ Tenderer should include relevant information from all members of the Consortium, if any.

@ Include tasks in consultancy, planning, design, construction of roads, flyovers, bridges etc.

# Concept Design, Detailed Design Development, Tendering, Construction or Defects Liability Period

* Please provide the value of projects in Singapore Dollars.

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

Page 87: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

84

ANNEX J

DETAILS OF COMPLETED PROJECTS

Please furnish the particulars of projects of similar nature completed by your organisation with details of any awards, commendations or other

recognitions received for projects carried out during the last 10 years.

No Description of

Project

Name &

Address of

Client

State clearly

the scope of

work by your

organisation

Commencement

& Completion

Dates of

Consultancy

Projects

Value of

Project ($)

Percentage

Participation in

Project (if

applicable)

Name of

Associated

Firms (if any)

and describe

division of

duties in tie up

Note: ^ Tenderer should include relevant information from all members of the Consortium, if any.

@ Include tasks in consultancy, planning, design, construction of roads, flyovers, bridges etc.

* Please provide the value of projects in Singapore Dollars.

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

Page 88: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

85

ANNEX K

AUDITED ACCOUNTS

The Tenderer shall provide the audited accounts (i.e. Income Statement, Balance Sheet,

Statement of Cash Flows, Statement of Changes in Equity and Notes to the Accounts) for

the last 3 years.

In addition, please summarise the following information:

i. Paid-up capital for Firm/ Company: $___________________________

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

Year 20___ 20___ 20___

Profit/ Loss ($)

Turnover ($)

(Profit/Loss)/

Turnover

iii. Capital Net Worth of Firm/ Company: $_________________________

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

Please note: Capital Net Worth is defined as follows:

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

plus reserves less accumulated losses.

c. For sole proprietors and partnerships, capital net worth shall be capital plus

current accounts.

d. For newly formed companies, evaluation is based on the paid-up capital only.

I certify that the above information is correct:

____________________________________

Signature of Responsible Person in Company

Name: ______________________________ Designation: ______________________

Page 89: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

86

ANNEX L

PARTICULARS OF DIRECTORS/ PARTNERS/ PROFESSIONAL STAFF *

Name :

Passport/ NRIC No :

Age :

Nationality :

Academic & Professional Qualifications # :

(Institution, Country & Year) :

Awards/ Commendations :

Work Experience :

Professional Engineers Board :

Country, Discipline & Registration No. : _____________________________________

_____________________________________

*Please provide particulars of all key directors, principals and professional staff and indicate

which directors, principals and professional staff will be carrying out the Agency’s Project.

The Tenderer may submit the required information in the above format on separate sheets.

# Please enclose the practicing certificate, if applicable.

Page 90: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

87

ANNEX M

PROJECT TEAM AND EXPERIENCE OF INDIVIDUALS

Name of Tenderer

The Tenderer shall submit the proposed project team structure and organisation chart.

Please also provide the curriculum vitae for each key appointment holder and state the

nature and degree of involvement (e.g. whether the individual would be full-time on the

project or would provide an advisory role) that would be provided by each key personnel.

1 Name of Key Appointment Holder

2 Date of Birth

3 NRIC/ Passport No.

4 Nationality

5 Past and Present Employment (Title,

Period Employed, Employer,

Location, Duties )

6 Years with Organisation

7 Proposed Role in Project and degree

of involvement

8 Education: (degrees obtained from

where and when; additional

qualifying education)

9 Professional Registration: (type,

name, from where)

10 Summary of Experience

11 Additional Information of Interest:

(such as professional publications,

awards, etc.)

Page 91: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

88

12 Detailed Project Experience:

- Provide information below to show qualifying experience relevant to

proposed role of the individual on the current project

- Use one form per project

A Name of Project and Location

B Full name and address of client, contact

person, and contact telephone number

C Type of Project (Design/Build, Build,

etc)

D Project Value ( Singapore Dollars)

E Role in Project

F Duration in Role

G Status (% of Time on Project During

Project Role)

H Period of Contract

I Date of Completion

J Relevant Details of Project

K Years of relevant experience in large

infrastructures projects preferably with

experience in road works projects

L Years of experience in conducting

feasibility studies for roads, S&B study ,

EIS study, planning, design,

construction, tender

document/specifications preparation,

dealing with government agencies and

getting MPC’s approval

Page 92: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

89

ANNEX N

WRITE-UP ON UNDERSTANDING OF REQUIREMENTS AND PROPOSED APPROACH

TO UNDERTAKE THE STUDY

Name of Tenderer

The Tenderer shall submit an A4 write-up of not more than 10 pages to demonstrate their

understanding of the Agency’s requirements, the constraints and how these would be

addressed.

The Tenderer shall also submit an A4 write-up of not more than 10 pages to highlight the

learning points from previous project experiences and the value proposition of their proposed

approach on how the project would be managed.

Page 93: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

90

ANNEX O

WRITE-UP ON ENVIRONMENT IMPACT STUDY (EIS)

Name of Tenderer

The Tenderer shall submit an A4 write-up of not more than 10 pages to demonstrate the

proposed assessment methodology and scope of work for the EIA Study.

Page 94: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

91

ANNEX P

WRITE-UP ON SECURITY AND BLAST (S&B) STUDY

Name of Tenderer

The Tenderer shall submit an A4 write-up of not more than 10 pages to demonstrate the

proposed assessment methodology and scope of work for the Security and Blast Study.

Page 95: ~1424052520~TENDER FOR THE PROVISION OF CONSULTANCY SERVICES FOR ROAD ACCESS- FEASIBILITY STUDIES

92

ANNEX Q

WRITE-UP ON TRAFFIC IMPACT ASSESSMENT (TIA) STUDY

Name of Tenderer

The Tenderer shall submit an A4 write-up of not more than 10 pages to demonstrate the

proposed assessment methodology and scope of work for the TIA Study.