0% found this document useful (0 votes)
34 views169 pages

11605748

The document outlines the Invitation for Tender for the construction of the National Museum Sub-Project under the Tourism Sector Development Project in Jordan, funded by a loan from the Japan Bank for International Cooperation (JBIC). It details the requirements for tenderers, including the need for prequalification, submission of sealed tenders, and adherence to ethical standards during the procurement process. Additionally, it provides information on the project scope, site visit, and tender submission procedures.

Uploaded by

almashjaryzaid
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
34 views169 pages

11605748

The document outlines the Invitation for Tender for the construction of the National Museum Sub-Project under the Tourism Sector Development Project in Jordan, funded by a loan from the Japan Bank for International Cooperation (JBIC). It details the requirements for tenderers, including the need for prequalification, submission of sealed tenders, and adherence to ethical standards during the procurement process. Additionally, it provides information on the project scope, site visit, and tender submission procedures.

Uploaded by

almashjaryzaid
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

The Tourism Sector Development Project Instructions To Tenderers

NATIONAL MUSEUM
SUB-PROJECT

TABLE OF CONTENTS

Volume 3IT

• INVITATION FOR TENDER

• INSTRUCTIONS TO TENTERERS
- INSTRUCTIONS TO TENDERERS
- APPENDIXES
- ENCLOSURES
- FORM OF TENDER
*** MPWH Letter head

INVITATION FOR TENDER

Date & Ref. No.


To: Tenderer
Name: Loan No: JO-P11
Address: Contract No: _______________

Dear Sir,

Subject: Invitation for Tender, Construction of NATIONAL MUSEUM SUB-PROJECT


TOURISM SECTOR DEVELOPMENT PROJECT

THE HASHEMITE KINGDOM OF JORDAN has received an ODA Loan from JAPAN BANK
FOR INTERNATIONAL COOPERATION (hereinafter referred to as JBIC) toward the cost of
TOURISM SECTOR DEVELOPMENT PROJECT, NATIONAL MUSEUM SUB-PROJECT and
intended to apply the proceeds of the loan to payment under the contract. Disbursement of ODA
Loan by JBIC will be subject, in all respects, to the terms and conditions of the Loan Agreement,
including the disbursement procedures and the “ Guidelines for Procurement under JBIC ODA
Loans” . No Party other than THE HASHEMITE KINGDOM OF JORDAN shall derive any rights
from the Loan Agreement or have any claim to loan proceeds. The above Loan Agreement will
cover a part of the project cost. As for the remaining portion, THE HASHEMITE KINGDOM OF
JORDAN will take appropriate measures for finance.

JBIC requires that Tenderers and Contractors, as well as THE HASHEMITE KINGDOM OF
JORDAN, under the Contracts funded with JBIC ODA Loans and other Japanese ODA, observe the
highest standard of ethics during the procurement and execution of such contracts. In pursuance of
this policy, JIBC;
(a) will reject a proposal for award if it determines that the tenderer recommended for award has
engaged in corrupt or fraudulent practices in competing for the contract in question;
(b) will recognize a contractor as ineligible, for a period determined by JBIC, to be awarded a
contract funded with JBIC ODA Loans if it at any times determines that the contractor has
engaged in corrupt or fraudulent practices in competing for, or in executing, another contract
funded with JBIC ODA Loans or other Japanese ODA.
THE MINISTRY OF PUBLIC WORKS AND HOUSING (hereinafter referred to as “ MPWH” )
invites sealed tenders from prequalified eligible Tenderers for construction and completion of the
NATIONAL MUSEUM SUB-PROJECT (hereinafter referred to as “ the Works” ) in accordance
with the following documents:
VOLUME I - Instructions to Tenderers
n Appendixes
n Enclosure
VOLUME II - Specifications
VOLUME III - Bill of Quantities
VOLUME IV - Drawings
VOLUME V - Conditions of Contract

A Tender is required for the Construction of the NATIONAL MUSEUM SUB-PROJECT and its
associated works for the Tourism Sector Development Project as described in the Tender Documents
and to be submitted under sealed cover in accordance with the Instruction to Tenderers.

1. Issuing of Tender Documents


THE MINISTRY OF PUBLIC WORKS AND HOUSING (MPWH) will issue the Tender
Documents at the GOVERNMENT TENDERS DIRECTORATE from ---- th to ----th -------
2000. A set of Tender Document is priced ------------ (--------) J.D., including sales tax, which is
non-refundable and can be paid in cash or cashier check.. The check must be in the name of
The Ministry of Public Works and Housing (MPWH) and must be dated no more than three
days before the day of selling.
If the authorized person in the company can not come to purchase these documents in person,
he must assign a legal power of attorney to someone to act on his behalf.

2. Project Site Visit


A Site visit will be conducted from 09:00 hours on ---- th -------- 2000, at the National Museum
Sub-project Site. The Tenderer must attend in person or assign power of attorney to someone to
act on his behalf.

3. Clarification Meeting
If the Tenderer has any questions regarding the Tender Documents and/or other detail conditions,
the Tenderer must submit written questions to the MPWH GOVERNMENT
th
TENDERS DIRECTORATE by ---- ----------- 2000.
The Clarification Meeting will be held on ---th ---------- 2000, time 09:00, at the MPWH
GOVERNMENT TENDERS DIRECTORATE.
4. Tender Submission and Tender Opening
The completed Tender should be submitted to the MPWH GOVERNMENT TENDERS
DIRECTORATE at the following address between the hours of 09:00 - 11:00 on the ----th -------
2000.

MPWH Tenders Directorate


Eighth Circle, Albiader Street, Amman.

The Tender will be opened on same day of Tender submission at --------- hours.

5. Tenderers will be informed in due course of the result of the Tender Review.

6. All other necessary requirements for the preparation and submission of Tenders are given in the
INSTRUCTIONS TO TENDERERS.

THE MINISTRY OF PUBLIC WORKS AND HOUSING (MPWH)


General Director of Government Tenders Directorate

Nasir Madadha
THE GOVERNMENT OF
THE HASHEMITE KINGDOM OF JORDAN
THE MINISTRY OF TOURISM & ANTIQUITIES
THE MINISTRY OF PLANNING
(JO – P11)

DRAFT TENDER DOCUMENTS


FOR
CONSTRUCTION

OF

NATIONAL MUSEUM SUB-PROJECT


THE TOURISM SECTOR DEVELOPMENT PROJECT

VOLUME I
INSTRUCTIONS TO TENDERERS

The JICA D/D Study Team


Joint Venture:
Pacific Consultants International, Tokyo
Yamashita Sekkei Inc

September - 2000
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

TABLE OF CONTENTS

1. GENERAL -------------------------------------------------------------------------- 1

2. GENERAL DESCRIPTION OF THE PROJECT ----------------------------- 2


2-1. General --------------------------------------------------------------------- 2
2-2. Project feature ------------------------------------------------------------- 2

3. TENDER DOCUMENTS -------------------------------------------------------- 3

4. QUALIFICATION OF TENDERER--------------------------------------------- 4

5. VISITING PROJECT SITE ------------------------------------------------------- 4

6. TENDERER UNDERSTANDING/EXAMINATION OF DOCUMENT --- 5

7. LANGUAGE AND MEASUREMENT SYSTEM OF TENDER ------------ 5

8. INTERPRETATION OF TENDER DOCUMENTS/PRE-TENDER MEETING --- 5

9. TAXES AND CUSTOM DUTIES ------------------------------------------------ 6

10. SIGNING ----------------------------------------------------------------------------- 6

11. TENDER EXPENSE --------------------------------------------------------------- 6

12. WITHDRAWAL --------------------------------------------------------------------- 7

13. PREREQUESTITE CONDITIONS ----------------------------------------------- 7

14. DOCUMENT COMPRISING THE TENDER --------------------------------- 7


14-1. Package-I Documents -------------------------------------------------------- 7
14-2. Package-II Documenta------------------------------------------------------- 8

1
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

15. TENDER PRICE -------------------------------------------------------------------- 8


15-1. Unit Price base Contract ---------------------------------------------------- 8
15-2. Currency of Tender ---------------------------------------------------------- 9

16. TENDER VALIDITY --------------------------------------------------------------- 10

17. TENDER SECURITY ----------------------------------------------------------- 10

18. SUBMISSION OF TENDER ------------------------------------------------------- 11


18-1. Format and Signing of Tender ---------------------------------------------- 11
18-2. Sealing and Marking of Tender --------------------------------------------- 12
18-3. Submission -------------------------------------------------------------------- 13
18-4. Date for Submission of Tender --------------------------------------------- 13

19. TENDER OPENING ---------------------------------------------------------------- 13

20. TENDER EVALUATION ----------------------------------------------------------- 14


20-1. Stage-1: Contractual and Technical Evaluation -------------------------- 14
20-2. Stage-2: Price Evaluation ----------------------------------------------------- 16

21. CLARIFICATION OF TENDER -------------------------------------------------- 17

22. ACCEPTANCE OF TENDER ----------------------------------------------------- 17

23. AWARD OF THE CONTRACT --------------------------------------------------- 18

2
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

INSTRUCTIONS TO TENDERERS

1. GENERAL
a. THE MINISTRY OF PUBLIC WORKS AND HOUSING (hereinafter referred to as “MPWH”),
PROJECT MANAGEMENT UNIT (MPWH) of THE HASHEMITE KINGDOM OF JORDAN
has received a loan from JAPAN BANK FOR INTERNATIONAL COOPERATION (hereinafter
referred to as the “JBIC”) for the Tourism Sector Development Project, National Museum
Sub-Project. The MPWH shall apply the loan towards the cost of the project and intends to apply
the proceeds of the loan to eligible payments under this contract for which this invitation to tender
is issued (hereinafter called "the Contract"). Disbursement of loan by the JBIC will be made only at
the request of the MPWH and upon approval by the JBIC in accordance with the terms and
conditions of the Loan Agreement No. JO-P11, dated 2nd December 1999 including “Guidelines for
Procurement under JBIC ODA Loans” and will be subject in all respects to the terms and
conditions of the said agreement. No party other than MPWH shall derive any rights from the Loan
Agreement or have any claim to loan proceeds.

b. Fund for the both foreign and local currency portions of the Project covered under this Contract is
financed under the said Loan Agreement, and it is intended that proceeds of this loan will be
applied to payment for the foreign and local currency portions under the Contract except Taxes and
Duties which will be borne by the Government of the Hashemite Kingdom of Jordan (hereinafter
referred to as the “Government”).

c. The proceeds of the loan are required to be used with due attention to considerations of economy,
efficiency and non-discrimination among countries which are eligible for procurement of goods
and services (such countries are hereinafter called "The eligible source countries").
The list of Eligible Source Countries is included in the Appendix “M“

d. Only those contractors who have been pre-qualified by the MPWH will be eligible to participate in
this Tendering. The MPWH is required to submit to the JBIC a complete statement of the source
and origin of the plant, materials and services furnished under the Contract. To assist the MPWH in
this matter, the Tenderer shall submit a complete breakdown of the source or origin of all plant,
materials and services furnished under the Contract.

e. The Tenderer shall familiarize himself with the forgoing requirements and, in submitting a
Tender. The Tenderer shall be deemed to have taken account of and complied with the
Government laws, regulations, agreement, procurement procedure and other qualifying
requirements.

ITT/1
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

2. GENERAL DESCRIPTION OF THE PROJECT


2-1 General
The Tenderer is required to submit tender proposal for supply of all labour, materials, plants
and services required to complete supply, fabrication, construction, inspection,
testing, packing and transporting to job-site, together with on-site installation and
commissioning services related to Work entitled “NATIONAL MUSEUM SUB-PROJECT”.

2-2 Project feature


Detail description of scope of the work required to the Contractor under this contract
package, which shall be completed in a single package contract will be stated in Technical
Specifications, Volume II of Tender Documents.

a. Site Location: Ali Bin Abi Taleb Street, Ras Al-Ein, Amman
See the Location Map Drawing
b. Development Site Area :15,600m2
- Building area in total : 4,090m2
- Car parking area : 1,400m2
- Entrance plaza : 1,560m2
- Outdoor exhibition space : 700m2
- Others (landscaping areas) : 7,850m2
c. Building and associated facilities
(a) Total floor area : 9,230m2
- Main building : 8,150m2
Basement floor : 2,910m2
Ground floor : 2,510m2
st
1 floor (Mezzanine) : 590m2
2nd floor : 2,140m2
- Annex-building : 940m2
Ground floor : 940m2
- Bridge : 140m2
(b) Exhibition Galleries
- Permanent Gallery : 3,030m2
- Temporary Gallery : 350m2
- Outdoor Space : 700m2
(c) Number of stories
- Main building : 3 stories and 1 basement floor
- Annex building : 1 story
(d) Type of structure: Reinforced concrete
(e) Foundation type: Mat slab foundation
(f) Other provisions
- Exhibition equipment and materials
- Utility services
- Landscaping and car parking

ITT/2
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

- General furniture and equipment

3. TENDER DOCUMENTS
a. The Tender Documents consist of the followings:

VOLUME I: TENDERING AND CONTRACTING REQUIREMENT


- INSTRUCTIONS TO TENDERERS
- FORM OF TENDER
- APPENDIXES
Appendix A: Schedule of Time, Rates and Conditions
Appendix B: Form of Agreement
Appendix C: Form of Tender Security
Appendix D: Form of Performance Security
Appendix E: Foreign Currency Requirement
Appendix F: Form of Advance Payment Security
Appendix G: Drawing List
Appendix H: General Construction Schedule
Appendix I : Temporary Facility Location Map
Appendix J : Site Investigation Report
Appendix K: Query Form
Appendix L: Tender Acknowledgement
Appendix M: List of Eligibility Countries
- ENCLOSURES
Enclosure No.1: Power of Attorney
Enclosure No.2: Certification of Submission of Tender Security
Enclosure No.3: Joint Operation Agreement
Enclosure No.4: Letter of Association
Enclosure No.5: Affidavit of Site Inspection
Enclosure No.6: Basic Program of The Work
Enclosure No.7: Contractor's Organization Chart
Enclosure No.8: Outline Construction Plan and Proposed Layout Plan for
Temporary Works
Enclosure No.9: List of Contractor's Equipment to be used on the Works
Enclosure No.10: List of Major Materials and Plant for the Works
Enclosure No.11: List of Sub-Contractors/ Suppliers
Enclosure No.12: List of Intended Import Material and Plant
Enclosure No.13: Breakdown of Major Rates
Enclosure No.14: Detailed Monthly Cash Flow of Anticipated Contract Payments

ITT/3
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

VOLUME II- SPECIFICATIONS


VOLUME III- BILL OF QUANTITIES
VOLUME IV- DRAWINGS

VOLUME V - CONDITIONS OF CONTRACT


PART (I) : GENERAL CONDITIONS OF CONTRACT
PART (II) : SPECIAL CONDITIONS OF CONTRACT

b. The Tenderer, whether or not submits a tender proposal, shall treat all the Tender Documents as
private and confidential. The Tenderer shall not use them other than for the preparation of his
tender proposal and shall not in part or in whole reproduce or release them to any third party
without prior written consent of the MPWH. The Tenderer, however, may transmit to a third
party such part of the Tender Documents as necessary for the purpose of preparing his tender
proposal provided that such third party undertakes to keep confidential.
The MPWH may deem any violation of this secrecy obligation by such third party as the same
by the Tenderer.

4. QUALIFICATION OF TENDERER
a. Only those Tenderers who have been pre-qualified by the MPWH will be eligible to participate
in this tendering.

b. If a Tenderer has been pre-qualified in association with other companies as a joint venture,
consortium and/or with one or more major subcontractors (a subcontractor responsible for more
than Thirty percent (30%) of the total value of the work) this group must be jointly maintained
in tendering and contracting, except that subcontractors, other than major subcontractors, can be
included, excluded or substituted at any time subject to the approval of MPWH.

c. Any pre-qualified Tenderer may not change his original joint operation partner(s) who has
(have) been proposed at the stage of Prequalification and approved by the MPWH.

d. No further joint operation is permitted with any other partner.

e. During the Tender period, the Tenderer is obliged to attend all events announced officially by
the MPWH.

5. VISITING PROJECT SITE


For the convenience of Tenderers, an official or representative of the MPWH will conduct a
job-site visit at the time and on the date specified in the Invitation to Tender. It is mandatory that
Tenderers participate in this visit.

ITT/4
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

Should the Tenderer required further visit and inspection of the site, the Tenderer may visit and
inspect the site, on his own responsibility and at his own expense, to obtain all information that
may be necessary for the purpose of preparing his Tender and entering into a Contract.

6. TENDERER UNDERSTANDING/EXAMINATION OF DOCUMENTS


a. The Tenderer shall satisfy himself, by careful inspection as to the nature and location of the works,
the conformation of the ground, the character, quality and quantity of the materials to be
encountered, the type of construction equipment and facilities needed for the execution of the
works, the general and local conditions, the plant to be furnished and installed and all other
matters which can in any way affect the work under the Contract. No verbal conversation with any
officer, agent, or employee of the MPWH shall be deemed to affect or modify any of the terms or
obligations of the Tender Documents.

b. The Site investigation report is included in the Appendix “J” as a guide only for preparing his
Tender, but without assurance as their accuracy or applicability and without prejudice to the
Tenderer’s liability.

c. The Tenderer shall be responsible for the examination and understanding of all parts of the
Tender Documents furnished.

d. All divisions or amendments to the Tender Documents shall be made through the formal
addenda duly issued by the MPWH.

e Any neglect or failure on the part of the Tenderer to obtain reliable information and physical
conditions on the spot or elsewhere, or any other matters affecting the execution, completion
and maintenance of the Works, the Tender Price and the Contract shall not relive the Tenderer
whose tender proposal is accepted, of the responsibility for completing and handing over the
Works as defined in the Contract.

7. LANGUAGE AND MEASUREMENT SYSTEM OF TENDER


All correspondence in connection with the Tender, the Contract and all matters accompanying the
Tender shall be in English and all measurement and quantities are to be expressed in units of the SI
System.

8. INTERPRETATION OF TENDER DOCUMENTS/PRE-TENDER MEETING


a. The Tenderer is under obligation to attend a Pre-tender meeting at the Government Tenders
Directorate of the MPWH in Amman or anywhere on a date and time specified in the Invitation
to Tender.

b. The meeting will be held for the purpose of clarifying any elements of the proposed work and

ITT/5
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

also for answering all written questions received from the prospective Tenderers before the time
of the pre-Tender meeting and questions which may arise during the meeting.

c. Should the Tenderer have any query on any matter concerning the Tender Documents, such
query shall be sent to the MPWH in writing in the form provided in Appendix “K” not later
than twenty-one (21) days prior to the Tender Opening Date. Each addendum to answer such
query and/or to notify modifications will be issued by the MPWH Government Tenders
Directorate not later than fourteen (14) days prior to the Tender Opening Date. Each Addendum
will be distributed to all those who have been issued the Tender Documents and who shall
acknowledge receipt of each Addendum by signing and returning the attached Receipt Form.
All Addendum issued will become part of the Tender Documents.

9. TAXES AND CUSTOM DUTIES


a. The Tenderer shall obtain all the information on Jordanian income tax, sales taxes, and other
taxes and duties, and confirm the requirements thereof on his own responsibility.

b. All taxes and duties, including custom duties and import taxes, levies in accordance with laws
and regulations of the Hashemite Kingdom of Jordan in connection with the performance of the
Works to be paid by the Contractor, (those taxes and duties shall be bone by the Government in
accordance with the Sub-Clause 1, b of the Instructions to Tenderers), shall be deemed to be
included in the Tender Price.

c. Attention of the Tenderer shall be drawn to the fact that local regulations require special
formalities to be complied with in connection with the ordering, purchasing and importing of
materials and plant.

10. SIGNING
a. A Tender by corporation shall be executed in the official corporate name followed by the
signature and designation of the president, secretary or person(s) legally authorized to bind the
corporation. A Power of Attorney granting the person to sign the Tender Proposal shall be
enclosed with the tender proposal.

b. A Tender by joint operation shall be executed and designated by one of the partners or by an
authorized representative as specified hereinbefore.

c. A power of Attorney giving authorization to sign as the representative of the corporation or the
joint operation shall be attached to the Tender.

11. TENDER EXPENSE


All costs, charges and expenses incurred directly or indirectly by the Tenderer as to site visits and

ITT/6
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

investigations, the preparation and submission of his Tender including all accompanying
documents, Tender Security, authentication and other incidental cost shall be borne by the
Tenderer.

12. WITHDRAWAL
The Tender, once submitted, shall not be withdrawn by the Tenderer, for any reasons whatsoever.
If the Tenderer withdraws before expiration of the Tender Validity, the amount of his Tender
Security shall be forfeited to the MPWH by virtue of this Clause.

13. PREREQUISITE CONDITIONS


The MPWH reserves the right to:
-: Require clarifications from the Tenderer,
-: Reject any sub-contractor proposed,
-: Reject any alternative proposals deviating from original design requirements,
-: Require the Tenderer to submit satisfactory evidence of the proposed construction method,
materials or plant and a like, before singing the Contract or to make additional submittals after
signing the Contract.

14. DOCUMENT COMPRISING THE TENDER


The Tender shall be submitted only and in the form attached hereto as part of the Tender
Documents and which shall be completed in strict accordance with instructions herein. Unless
otherwise specifically remarked, any proposals made by other forms will not be accepted.

Tender shall comprise the following documents which are categorized into two packages.
PACKAGE –I DOCUMENTS shall contain all documents as encountered below with all the
information except the value of the Tender. All prices, rates and totals comprising the Tender shall
be entirely confined to the PACKAGE - II DOCUMENTS.

In case there is discrepancy between the original set and the copies of the Tender, the original shall
govern.

14-1. Package - I Documents


a. A notarized Power of Attorney issued by the Tenderer to his legal representative and
signatory to the Tender Documents in accordance with Sub-clause 10) herein (marked as
Enclosure No. 1).

b. Certification of submission of Tender Security certifying the Tender Security has included in
Package- II Documents (marked as Enclosure No.2)

c. Joint Operation Agreement (marked as Enclosure No. 3)

ITT/7
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

d. Letter of Association (marked as Enclosure No.4)

e. Affidavit of Site Inspection (marked as Enclosure No. 5).

f. A Basic Program of the Works (marked as Enclosure No.6).

g. Organization and key personnel (marked as Enclosure No. 7).

h. A Construction Plan and Temporary Works Plan (marked as Enclosure No.8).

i. A List of Contractor’s equipment (marked as Enclosure No. 9).

j. A List of Major Materials and Plant (marked as Enclosure No. 10).

k. List of sub-contractors/ suppliers (marked as Enclosure No.11).

14-2. Package - II Documents


a. Form of Tender

b. Tender Security (refer to Appendix C)

c. Foreign Currency Requirement (refer to Appendix E)

d. List of Intend Import Material and Plant (marked as Enclosure No.12)

e. Breakdown of Major Rates. (marked as Enclosure No. 13).

f. Detailed monthly Cash Flow of Anticipated Contractor Payments. (marked as Enclosure No.
14)

g. Priced Bill of Quantities and Daywork Rate (refer to Volume III ).

15. TENDER PRICE


The Tenderer shall calculate his Tender Price according to the instructions given herein and present
these prices in the Form of Tender and Bill of Quantities in a manner specified herein.

15-1. Unit price base Contract


a. Unless stated otherwise in the tendering documents, the Contract shall be for the whole Works
as described in Clause 2, based on the schedule of unit rates and prices submitted by the
Tenderer.

ITT/8
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

b. Individual schedule rates and item prices, whether quoted on unit price basis or on a
lump-sum basis in the Bill of Quantities, will be only used for purposes of tender evaluation
and comparison, interim payments calculation, and, in some cases, of price basis for issuance
of variation order as prescribed in the Conditions of Contract.

c. The Bill of Quantities has an entry for each item on which payment shall be made and no
other allowance of any kind shall be made unless specifically provided for in the Tender
Documents. In the appropriate spaces provided for in the Bill of Quantities, opposite each
Tender item, the Tenderer shall specify the unit rate or lump sum for the work and/or services
included under the item. If the rate of an item is not filled in, the cost of that item shall be
deemed to be included in the unit rate for other items.

d. In case of discrepancy between the “Unit Rate” and the corresponding “Total Amount”
entered for any item in the Bill of Quantities, the “Unit Rate” shall govern.

15-2. Currency of Tender


All rates and prices and each claim or statement for payment for work to be completed shall be
expressed in terms of Jordanian Dinar.

The foreign currency (international traded currency) percentage quoted by the Tenderer in his Tender
shall be on the basis of the justification made by the price analysis submitted by him as described below,
giving the breakdown of the foreign and local components of the pay items specified in the Bill of
Quantities.

The foreign currency component shall be calculated according to the following principles:

a. Expenditures estimated to be incurred in Jordan for goods and services obtainable locally shall be
classified as local component for all Tenderers

b. A Tenderer from a foreign country should classify all expenditures to be incurred in other eligible
source countries of the Japan Bank for International Cooperation (JBIC) for materials and plant
(C.I.F. port of entry, Jordan) produced in and/or services supplied from such countries including
salaries and wages of foreign personnel as well as the Contractor’s profits and his office overhead as
foreign component expressed in the currencies of such countries and converted into Jordanian Dinar.
A Tenderer from a foreign country shall, when so requested by the MPWH, produce letters of credit
covering expenditures for material and plant.

c. A Tenderer from Jordan shall classify only such expenditures estimated to be incurred in other
eligible member countries of the JBIC for materials and plant (C.I.F. port of entry, Jordan) produced
in and/or services supplied from such countries as foreign component expressed in Jordanian Dinar.
A Tenderer from Jordan shall, when so requested by the MPWH, produce letters of credit covering
such expenditures.

ITT/9
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

d. The foreign exchange component in respect of construction equipment shall be limited to the value of
depreciation of such equipment during the period of construction.

e. On the basis of the price analysis made according to the above principles, each Tenderer shall enter
in the Foreign Exchange Form included as Appendix “E”, in the Tender Documents, the required
percentage of foreign currency in relation to the total amount of the Tendered Sum.
Should the Contractor fail to submit his detailed price analysis with his Tender, the required
percentage of foreign currency shall be considered to be nil irrespective of percentage of foreign
currency stated by the Tenderer in Appendix “E”, Foreign Exchange.

f. The foreign exchange rates that should be applied in the calculation of the unit rates and /or
lump-sum prices of the Foreign Currency Component are to be entered in Appendix “E”, Foreign
Exchange. The rate shall be the T/T Buying Rate for the Jordanian Dinar, available from the Central
Bank of Jordan, prevailing twenty-eight (28) days prior to the date of the opening of the Tenders.”
The Currency Exchange Rate stated in the Appendix “E”, Foreign Exchange, is fixed duration of
the Contract Period.

16. TENDER VALIDITY


a. Tender shall remain valid and open for acceptance for a period of ninety (90) days after the
date of Tender Opening prescribed in Clause 19. (Tender Opening).

b. In exceptional circumstances, prior to expiry of the original Tender validity period, the
MPWH may request the Tenderer for an extension of the period of Validity. The request and
responses thereto shall be made in writing.

c. The Tenderer will be required to extend, at his own expense, the validity of his Tender
correspondingly. The provision of Clause 17 regarding discharge and forfeiture of Tender
Security shall be continue to apply during extended period of Tender validity.

17. TENDER SECURITY


a. The Tenderer shall furnish, as a part of his Tender, a Tender Security in the form of Bank
guarantee in the amount of J.D. ---------------- issued by bank acceptable to the MPWH.
The “Form of Tender Security” is included as Appendix C in the Tender documents.

b. The Tender Security shall be valid for thirty (30) days beyond the validity of the Tender.

c. Where the Tenderer is a single company, the Security shall be in the same name of that
company. Where the Tenderer is a joint venture/consortium, the Security shall be in the name
of joint venture/consortium as expressed in the Tender.

ITT/10
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

d. The Tender Security of unsuccessful Tenderers will be discharged/returned as promptly as


possible, and in any case not later than thirty (30) days after the expiration of the period of
Tender Validity.

e. The Tender Security of the successful Tenderers will be discharged when the successful
Tenderer has signed the Contact Agreement and furnished the required Performance Security.

f. The Tender Security may be forfeited:


1) if a Tenderer withdraw his Tender during the period of Tender validity; or
2) if a Tenderer fail to accept the change in the Tender Price after arithmetical checking in
accordance with the Tender Documents
3) in case of the successful Tenderer, if he fails within the specified time limit to:
(i) sign the Contract Agreement, or
(ii) furnish the required Performance Security

18. SUBMISSION OF TENDER

18-1 Format and Signing of Tender


a. The Tenderer shall submit one (1) Original and Five (5) copies of all the documents
comprising the Tender, clearly marked “ORIGINAL” and “COPY” as appropriate. In case
there is discrepancy between the original set and the copies of the Tender, the original shall
govern.

b. The original and copies of the Tender shall be typed in indelible ink. The Tender, Appendix to
Tender, Enclosure No. 1 to 14, together with all Summary, Final Summary and Overall
Summary pages of the Bill of Quantities shall be signed by a person (or persons) duly
authorized to bind the Tender. Proof of authorization shall be furnished in the form of written
Power of Attorney which shall accompany the Tender. All pages of the Tender, where
necessary, entries or amendments have been made in line with addenda (Notice to Tenderer)
shall be signed by the person (persons) signing the Tender.

c. The complete Tender shall be without alteration or erasures, except those to accord with
written Notice to Tenderers issued by the MPWH or as necessary to correct errors made by
the Tenderer, in which case such corrections shall be initialed by the person (or persons)
signing the Tender.

d. All pages of the Tender, except those referenced in Clause 18-1,b above, shall be initialed by
the person (or persons) signing the Tender.

ITT/11
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

18-2. Sealing and Marking of Tender


a. The Tenderer shall seal the Original and each Copy of the documents, comprising the Tender,
in an inner envelope and outer envelope or container with the list of contents, and signed by
the Tenderer, duly marking the envelope or container as “ORIGINAL” and “COPY” as
appropriate.

b. Package –I and Package –II Documents shall be submitted in separate envelope or container
in the same manner specified in Sub-clause 18-2, a, above.

c. Each complete set of Tender Documents shall be in envelope or container and shall consist of:

PACKAGE – I DOCUMENTS
Contained in a sealed envelope or container bearing the following identification:

THE MINISTRY OF PUBLIC WORKS AND HOUSING, JORDAN


GOVERNMENT TENDERS DIRECTORATE
Eighth Circle, Albiader Street, Amman.

TENDER FOR THE TOURISM SECTOR DEVELOPMENT PROJECT


NATIONAL MUSEUM SUB-PROJECT
PACKAGE – I DOCUMENTS
(Name of Tenderer)
(ORIGINAL or COPY, as appropriate)

PACKAGE – II DOCUMENTS
Contained in a sealed envelope or container bearing the following identification:

THE MINISTRY OF PUBLIC WORKS AND HOUSING, JORDAN


GOVERNMENT TENDERS DIRECTORATE
Eighth Circle, Albiader Street, Amman.

TENDER FOR THE TOURISM SECTOR DEVELOPMENT PROJECT


NATIONAL MUSEUM SUB-PROJECT
PACKAGE – II DOCUMENTS
(Name of Tenderer)
(ORIGINAL or COPY, as appropriate)

ITT/12
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

18-3. Submission
a. The envelop or container shall be personally delivered by the Tenderer or his duly authorized
representative to the address stated Sub-clause 18-2, f. above, and shall be received by the
MPWH only during the submission time and date announced in the Letter of Invitation to
Tenderer. The Tender sent by cable, telex or facsimile will not be accepted.
It is to be fully understood that any risk accompanied by the submission of his Tender
Proposal until its physical receipt by the MPWH shall solely rest with the Tenderer.

b. Each envelope or container will be time/date-stamped by the MPWH as it is received and will
be maintained, sealed and safeguarded in the place with routine security and confidentiality.

c. Any Tender that has been submitted in the period other than specified by the MPWH shall be
rejected, for any reasons whatsoever.

d. No alteration or modification of the Tender, once submitted, shall be accepted.

e. The Tenderer shall inform the MPWH, within seven (7) days of receipt of Tender Documents,
as to whether he intends to submit the Tender or not by filling the form of Request for Tender
Acknowledgement Appendix “L”.

18-4. Date for Submission of Tender


a. Tender must received by the MPWH Government Tenders Directorate at the MPWH OFFICE
on the date and period specified in the Invitation of Tender.

b. The MPWH may, at their discretion, extend the closing date for submission of Tenders by
issuing addendum in accordance with the Clause 8, (Interpretation of Tender Documents
/Pre-tender meeting), in which case all rights and obligations of the MPWH and the Tenderers
previously subject to the original submitting date shall thereafter be subject to the new
submitting date as extended.

c. Any Tender submitted to the MPWH other than during the time and date specified for
submission of Tenders shall be returned un-open to the Tenderer.

19. TENDER OPENING


a. The MPWH will open the Tender in the presence of Tenderer’s representatives who choose to
attend the opening of Tender at the Government Tenders Directorate.

b. The Tenderer’s authorized representatives who are present shall sign a register as evidence of
attendance.

c. Any Tender for which acceptable Notice of Withdrawal have been submitted shall not be
opened.

ITT/13
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

d. The MPWH will announce the Tenderer’s names, withdrawals (if any) and the names of
Tenderers who have not submitted their Tenders.

e. The MPWH shall prepare, for their own records, minutes of the Tender Opening, including the
information disclosed to those present in accordance with Sub-Clause 19, b, above.

f. The MPWH will open Package -I Documents to examine the Tender to determine whether they
are complete, whether the documents have been properly signed, and whether the documents
are generally in order in accordance with Sub-Clause 18 of the Tender Documents.

g. Should the Package -I Documents of the Tender be determined by the MPWH to be not in
compliance with the requirements of the Tender Documents, then such Tender shall be rejected
and returned to the Tenderer.

h. Deviations and omissions will be recorded. Incomplete Package –I Documents will be returned
to the Tenderer and results in termination of the Tender to participate in the subsequent phase of
the Tender.

20. TENDER EVALUATION


a. Evaluation of Tender will be made by the MPWH and MPWH’s representative based on the
criteria briefly stipulated hereinafter.

b. Evaluation of Tender shall be processed in “Two Stage System” as follows:


1) Stage –1: Contractual and Technical Evaluation of the Package –I Documents
2) Stage –2: Price appraisal of the Package –II Documents

c. The MPWH reserve the right to accept or reject any or all Tenders and is not bound to accept the
lowest Tender. The MPWH shall not be liable for any claim regarding the procedure of the
evaluation of the Tendering and shall not be bound to give any reasons for his decision to any
Tenderer.

20-1. Stage – 1: Contractual and Technical Evaluation


(Package –I Documents)
a. The Tenders submitted by qualified Tenderers shall be evaluated for contractual and technical
qualification.

b. The weighting system will be utilized for technical evaluation. The Tender scoring more than
the predetermined level of each evaluation item will be deemed to be technically qualified.

c. Contractual appraisal and technical evaluation shall include an examination of:


1) Power of Attorney (Enclosure No.1)
A notarized Power of Attorney issued by the Tenderer to his legal representative and

ITT/14
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

signatory to the Tender Documents in accordance with Sub-clause 10 herein

2) Certification of submission of Tender Security (Enclosure No.2)


Certifying the Tender Security is included in Package –II Documents.

3) Joint Operation Agreement (Enclosure No.3)


In case the Tenderer joins this Tender on joint operation bases, he shall submit the joint
operation agreement, giving proof that the Tender is binding upon all the participants of
the joint operation and that they are jointly and severally responsible for the tender
proposal and the subsequent Contract.

4) Letter of Association (Enclosure No.4)


In case the Tenderer, whether a single or joint contractor, utilizes a sub-contractor(s) for
certain field of work, he shall submit a Letter of Association obtain from each of the
participating sub-contractor(s) giving proof that the participating sub-contractor(s) will
work under the control and management of the Tenderer but the Tenderer is wholly and
fully responsible for the Tender and the subsequent Contract.

5) Affidavit of Site Inspection (Enclosure No.5)

6) Basic Program of the Works (Enclosure No.6)


Basic Program of Construction and installation of the Works including detailed
construction schedule utilizing CPM method. The construction/installation of the Works
shall be completed within twenty-four (24) months from the commencement date
including all Key dates/periods stated in the Appendix “H”.

7) Organization and Key Personnel (Enclosure No.7).


The ability of the Tenderer to organize and manage the Project shall be evaluated to
ensure the quality of performance in consideration of the time of completion of the
Works.
The Organization Chart indicating all designations and positions of the construction
management exhibition specialist and supervisory personnel including their appropriate
curricula vitae, and a monthly staff manpower requirement chart for the total Contract
Period, divided into local and foreign personnel.
Separate sheet of Proposed Maintenance Organization Chart during and after the Defect
Liability Period.

8) Outline Construction Plan and Temporary work plan (Enclosure No. 8).
The Construction plan including, layout plan for temporary works, method statement,
description of sequence, and quality and safety control procedures.

A Construction Plan and Proposed Layout Plan for Temporary Works of project sites
showing the Tenderer’s proposed temporary roads, construction plan, temporary facilities,

ITT/15
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

such as, camps, offices, workshops, storage, etc.. The designated location and area for
the Temporary facilities is included in the Appendix “I”.

Construction/installation plan proposed by the Tenderer will be examined from the


construct ability aspect.

During NATIONAL MUSEUM SUB-PROJECT Construction Works, other Contractors


may work in the vicinity of the site area. Therefore, it shall be of critical importance to
take some careful and appropriate measures for coordination among the different
categories of works to ensure the safety of the construction works.

9) A List of Contractor’s equipment to be used in the Work (Enclosure No. 9).


Items such as quality, capacity and year of service and mobilization of the Contractor’s
equipment proposed by the Tenderer to be used for the Works shall be evaluated.

10) The list of major materials and plants (Enclosure No. 10).
A List of Major Materials and Plant to be incorporated into the Works as called for in the
Specifications together with necessary catalogues, brochures and technical supporting
details submitted by the Tenderer will be evaluated.

11) List of sub-contractors/suppliers (Enclosure No.11).


A List of sub-contractors/suppliers together with reference of proposed
sub-contractors/suppliers submitted by the Tenderer shall be evaluated.

d. If Package - I Documents of the Tender are found not contractually and technically qualified,
then the corresponding Package - II Documents of the Tender will not be opened and will be
returned to the Tenderer.

20-2. Stage – 2: Price Evaluation


(Package –II Document)
a. The MPWH will open the Package - II Documents of the Tenders, which have been
contractually and technically qualified, in the presence of those Tenderer’s authorized
representative at Government Tenders Directorate, at the time and date to be notified at the
address stated in their Tenders.

b. The contractually and technically qualified Tenderer’s authorized representatives who are
present shall sign a register as evidence of attendance.

c. The MPWH shall prepare, for their own records, minutes of the Tender Opening, including
the information disclosed to those present.

d. The MPWH will open the Package - II Documents to examine Tender to determine whether
they are complete, whether the documents have been properly signed, and whether the

ITT/16
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

documents are generally in order.

e. Should the Package - II Documents of the Tender be determined by the MPWH to be not in
compliance with the requirements of the Tender Documents, then such Tender shall be
rejected and returned to the Tenderer.

f. At this opening, the Tenderers satisfying the requirements of Package - II Documents will have
their names and Tender Prices announced.

g. The Tenders that have passed the contractual and technical evaluation and the foregoing
requirements will then be checked arithmetically and evaluated financially.

h. Any arithmetic errors in computation and summation will be corrected by the MPWH as
follows:
1) Where there is a discrepancy between amount quoted in figures and quoted in words, the
amount in words will govern and
2) Where there is a discrepancy between the unit rate and the total amount derived from the
multiplication of the unit rate and the quantity, the unit rate as quoted will govern, unless
in the opinion of the MPWH there is an obviously gross misplacement of the decimal
point on the unit rate, in which event the total amount as quoted will govern and the unit
rate will be corrected.

i. The amount stated in the Tender will be adjusted by the MPWH in accordance with the above
procedures for the correction of errors with the concurrence of the Tenderer, and it shall be
considered as binding upon the Tenderer. If the Tenderer will not accept the corrected amount
of the Tender, his Tender will be rejected and his Tender Security will be forfeited.

j. The Tender Prices and Breakdown of Major Rates will be evaluated in comparison with the
estimated cost of the Project, which has been authorized by the MPWH.
Where there is a gross discrepancy between the prices of the Work in the Tender and in the
MPWH estimation, the Tenderer may be asked for further clarification of his Tender.

21. CLARIFICATION OF TENDER


To assist the examination, evaluation and comparison of the Tender, the MPWH may ask the
Tenderer for clarification of his Tender. The request for clarification and response shall be in
writing and no change in the proposed prices or substance of the Tender shall be permitted.

22. ACCEPTANCE OF TENDER


a. The MPWH shall accept only the Tender which is considered the most advantageous and in
the best interest of the MPWH.

ITT/17
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

b. The decision of the MPWH with respect to acceptance of Tender shall be final and no
correspondence or communication on the matter will be entered into.

c. The MPWH reserves the right to reject any or all Tenders, to waive any required formality in
the Tenders received, and to disregard any Tender which is obviously unbalanced, particularly
on the major items. The right is also reserved to reject the Tender of any Tenderer who has
previously failed to satisfactorily perform or complete any construction contract undertaken
by him.

d. Acceptance of Tender will be communicated to the successful Tenderer by a Letter of


Acceptance to the address indicated in his Tender.

23. AWARD OF THE CONTRACT


a. The successful Tenderer will receive a Letter of Acceptance from the MPWH and will be
required to enter into a Contract Agreement. Award of this Tender shall be subject to prior
approval of the Ministry of Public Works and Housing, The Hashemite Kingdom of Jordan and
JBIC.
The MPWH reserves the right to cancel the Letter of Acceptance at any time before signing the
Contract without any liability to the successful Tenderer.

b. After receipt of the Letter of Acceptance, the successful Tenderer shall submit a Performance
Security within fourteen (14) days as specified in the Conditions of Contract and sign the
Contract in the form attached within the time specified in the said notice. In return for submission
of the Performance Security, the Tender Security shall be released to the successful Tenderer.

c. The awarded Tenderer shall dispatch a duly authorized person(s) at his cost to the place where
the MPWH designates for negotiating and entering into a Contract Agreement.

d. The MPWH will issue the Notice to Proceed the Work within fourteen (14) days after receipt
of the performance Security submitted by the Contractor. The commencement of the Contract
will start within twenty-eight (28) days from the issuing date of the written Notice to Proceed
the Work, when the Contractor commence the work as defined as the Date of Commencement
of the Works.

ITT/18
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

APPENDIX

APPENDIX A :Schedule of Time, Rates and Conditions


APPENDIX B :Form of Agreement
APPENDIX C :Form of Tender Security
APPENDIX D :Form of Performance Security
APPENDIX E :Foreign Currency Requirement
APPENDIX F :Form of Advance Payment Security
APPENDIX G :Drawing List
APPENDIX H :General Construction Schedule
APPENDIX I :Temporary Facilities Location Map
APPENDIX J :Site Investigation Report
APPENDIX K :Query Form
APPENDIX L :Tender Acknowledgement
APPENDIX M :List of Eligibility Countries
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

APPENDIX A

SCHEDULE OF TIME, RATE AND CONDITIONS


The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
APPENDIX A

SCHEDULE OF TIME, RATES AND CONDITIONS

Subject Sub-Clause in Conditions of Contract

Ruling Language 5.1 English

Amount of performance Security 10.1 Ten percent (10%) of the respective currency component of the
total contract Sum stated in the Contract Agreement

Submission of Performance Security 10.2 within fourteen (14) days from after receipt of Letter of Acceptance

Minimum amount of Third Party Insurance 23.2 JD. 600,000-

Period for submission of Insurance 25.1 Within twenty-eight (28) day of the commencement date

Time for Completion of the Works 43.1 Twety- four (24) months after Commencement date

Period for commencement from the ITT 23, d Twenty-eight (28) days
Employer's Notice to Proceed

Delay damages for the Works 47.1 a 1/1,000 (0.1%) of the final Contract Sum per day, in the
currencies and proportions in which the Contract Sum is payable.

Maximum amount of liquidated damages 47.1 a Five percent (5 %) of the final Contract Sum

Defect liability period 49.1 365 Days

Number of Installment 60.2 Monthly progress payment

Period for Engineer's review of Contractor's monthly


statement 60.2 Twenty-eight (28) days

Plant and Materials for payment when 60.3 Eighty percent (80%) of plant and materials rate
delivered to the Site

Percentage of Retention 60.5 Five percent (5%) of the Accepted Contract Sum

Limit of retention Money 60.5 Five percent (5%) of the Accepted Contract Sum

Payment of Retention Money 60.6 Fifty percent (50%) upon issuance of Taking-Over Certificate
Fifty percent (50%) upon expiration pf Defect Liability Period

Total Advance Payment 60.7, a) Fifteen percent (15%) of the Accepted Contract Sum

Repayment amortization of Advance Payment 60.7, a) Twenty percent (20%) from progress payments

Completion of repayment of Advance Payment 60.7, b) Prior to eighty percent (80%) of Contract Sum certified

Period of Interim Payment 60.8 Within fifty-six (56) days from receipt of Contractor's monthly statement

Interest Rate 60.8 %,

Time for Payment 60.11 Forty-five (45) days after delivery of payment certificate the Employer

Currencies and proportions 72.2 %,


%,
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

APPENDIX B

FORM OF AGREEMENT
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
APPENDIX B

THE HASHEMITE KINGDOM OF JORDAN

THE MINISTRY OF TOURISM & ANTIQUITIES

FORM OF AGREEMENT

FOR

THE TOURISM SECTOR DEVELOPMENT PROJECT

NATIONAL MUSEUM SUB-PROJECT


The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
APPENDIX B

FORM OF AGREEMENT

FOR

CONSTRUCTION
OF
TOURISM SECTOR DEVELOPMENT PROJECT
NATIONAL MUSEUM SUB-PROJECT

LOAN AGREEMENT: NO. JO-P11

THIS FORM OF AGREEMENT made on the ---------- day of -------------, 2000

BY AND BETWEEN

The MINISTRY OF PUBLIC WORKS AND HOUSING (MPWH) of THE HASHEMITE KINGDOM
OF JORDAN, Mr. Nasir Madadha, the General Director of Government Tenders directorate, with
address at Eighth Circle, Albiader Street, Amman, The Hashemite Kingdom of Jordan, hereinafter
referred to as the “EMPLOYER”.

AND

Organized and existing under the law of the ------------------------, for this purpose represented by
Mr.----------------------------------- duly authorized to negotiate and sign this Contract Agreement by
virtue of Power of Attorney dated ---------------------------------------,
Having its office in ---------------------------------------------------------------------------------------------,
Hereinafter referred to as the “CONTRACTOR”.

FOA-1
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
APPENDIX B

WITNESSTH

WHEREAS the EMPLOYER is desirous that the execution and completion of the Works included in the
Contract Agreement;

NOR THEREFORE BOTH PARTIES HERETO AGREE AS FOLLOWS:

1. In this Contract Agreement words and expression shall have the same meaning as are respectively
assigned to them in the Contract Documents hereinafter referred to.

2. The following documents (hereinafter referred to as the “Contract Documents”) shall be deemed to
form and be read and as an integral part of this Contract Agreement, namely;

(a) The Tender and Appendix to Tender


(b) The Conditions of Contract
(c) The Specification
(d) The Drawings
(e) The Bill of Quantities
(f) Instructions to Tenderers
(g) The Notice to Tenderers
(h) The Letter of Acceptance
(i) The addenda and Supplements to any of the above documents
(j) The accomplished Prequalification Documents
(k) And other documents forming part of the Contract such as Letter of Approve by the Engineer,
etc.

3. In consideration of the payments to be made to the CONTRACTOR as hereinafter mentioned the


CONTRACTOR hereby covenants with the EMPLOYER to execute and complete the Works in
conformity in all respects with the provisions of the Contract Documents.

4. The EMPLOYER hereby covenants to pay the CONTRACTOR in consideration of the execution
and completion of the Works the Contract Sum at the times and in the manner prescribed in the
Contract Documents.

FOA-2
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
APPENDIX B

5. The Contract Sum to be paid by the EMPLOYER to the CONTRACTOR subject to the
requirements of this Contract is:

a. amount in works Jordanian Dinar

(J.D. )

b. amount in works United States Dollar

(US$, )

6. The payment to the CONTRACTOR shall be made in Jordanian Dinar and Unites States Dollar.
The amount of Jordanian Dinar and Foreign Currencies certified by the Ministry of Public Works
and Housing shall be paid by bank check issued by the Ministry of Public Works and Housing in
favor of the CONTRACTOR.

7. Advance Payment being fifteen percent (15%) of the respective currencies, equal to;

a. amount in works Jordanian Dinar

(J.D. )

b. amount in works United State Dollar

(US$, )

shall be made by the EMPLOYER to the CONTRACTOR, against an invoice from the
CONTRACTOR and submission of Bank Guarantee for Advance Payment acceptable to the
EMPLOYER, for the amounts received.

The Advance Payment Security shall be denominated in the respective currencies.

FOA-3
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
APPENDIX B

8. The Time for Completion of the Works shall be within Twenty-four (24) months from the
Commencement Day.
The Defect Liability Period shall be Three hundred thirty-five (365) days calculated according to
Sub-Clause 49.1 of the Conditions of Contract.

9. This Contact Agreement shall become effective upon the date the latest of the following conditions
have been satisfied;

a. Each of the parties shall have signed this Contract Agreement


b. The CONTRACTOR shall have provided to the EMPLOYER an acceptable Performance
Guarantee.
c. Relevant approval of this Contact Agreement has been obtained from the Government of the
Hashemite Kingdom of Jordan, and concurrence by the Japan Bank for International
Cooperation. (JBIC).

IN WITNESS WHEREFORE, the parties have caused this Contract Agreement to be executed by their
respective duly authorized and empowered officers, on the day and year first above written.

CONTRACTOR THE MINISTRY OF PUBLIC WORKS AND


HOUSING
GOVERNMENT TENDERS DIRECTORATE

Witness: Witness:

FOA-4
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

APPENDIX C

FORM OF TENDER SECURITY


The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
APPENDIX C

FORM OF TENDER SECURITY

The Ministry of Public Works and Housing


Government Tenders Directorate

TENDER SECURITY

KNOWN BY ALL MEN these presents that, we,


,
agree to provide this TENDER SECURITY to the
Ministry of Public Works and Housing of the Hashemite Kingdom of Jordan, (hereinafter referred to
as the “EMPLOYER”), at the following terms:

1. ,

(hereinafter referred to as the “TENDERER”), has prepared a TENDER in accordance with


the Tender Documents for the Construction of NATIONAL MUSEUM SUB-PROJECT for
the TOURISM SECTOR DEVELOPMENT PROJECT, and it is a condition of the aforesaid
Tender Documents that the Tenderer shall furnish a Tender Security in each of the respective
currency components of the Tender Price.

2. In submitting his Tender, the Tenderer agrees to furnish a TENDER SECURITY through the
above named BANK in the sums of;

a. amount in words Jordanian Dinar

(J.D.

3. We agree to be the GUARANTOR to the EMPLOYER for the TENDER SECURITY in the
above sum.

FTS-1
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
APPENDIX C

4. In the Tenderer, who has submitted the Tender, does not abide by the TENDER or any related
conditions contained in the Tender Documents, we agree to pay above sums to the
EMPLOYER within fourteen (14) days after receiving written notification from the
EMPLOYER of the default of the TENDERER.

5. This TENDER SECURITY is effective from to , 2000.


We agree that we may be requested to extend the aforementioned effective period. The
TENDER SECURITY shall be effective from the date for submission of Tenders until
hundred twenty (120) days after the date of Tender Opening and required extension thereof.

6. Notification to pay shall be issued by the EMPLOYER not later than thirty (30) days after the
expiry date of the TENDER SECURITY.

7. This TENDER SECURITY will be ineffective if;

a. The TENDERER has accomplished his works in accordance with the Tender Documents
even if the expiry date is not due yet.

b. No notification to pay is issued by the EMPLOYER after thirty (30) days from the expiry
date of the TENDER SECURITY and is no longer effective.

FTS-2
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
APPENDIX C

8. The TENDER SECURITY shall be returned to us after the Security has been fulfilled or
becomes ineffective.

IN WITNESS WHEREOF, the authorized representative of the


, has hereunto affixed his signature, this
date , 2000.

Signature:

Name of Signatory:

Position:

Note: to be signed and sealed by the authorized representative of the Guarantor.

FTS-3
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

APPENDIX D

FORM OF PERFORMANCE SECURITY


The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
APPENDIX D

FORM OF PERFORMANCE SECURITY

The Ministry of Public Works and Housing


Government Tenders Directorate

PERFORMANCE SECURITY

1. WHEREAS the Ministry of Public Works and Housing of the Hashemite Kingdom of Jordan,
(hereinafter referred to as the “EMPLOYER”) has awarded a Contract for the TOURISM
SECTOR DEVELOPMENT PROJECT, NATIONAL MUSEUM SUB-PROJECT to
, (hereinafter referred to as the “CONTRACTOR”) in the
sums of :

a. amount in words Jordanian Dinar,

(J.D. )

b. amount in words United States Dollar,

(US$. )

2. WHEREAS the CONTRACTOR is bound by the said Contract to submit to the EMPLOYER a
PERFORMANCE SECURITY for the amount of :

a. amount in words Jordanian Dinar,

(J.D. ), which is correspond to ten percent (10%) of the


local currency portion of the Contract Sum.

FPS-1
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
APPENDIX D

b. amount in words United States Dollar,

(US$. ) which is corresponding to ten percent (10%) of


the foreign currency portion of the Contract Sum.

3. Now, We, underwriters responsible and representative of

(hereinafter referred to as the “GUARANTOR”) and fully authorized to sign and to incur
obligation in the name of the GUARANTOR, hereby declare that the GUARANTOR shall
guarantee the EMPLOYER the full amount as set forth Clause 2 above.

4. After the CONTRACTOR has signed the Contract Agreement with the EMPLOYER, the
GUARANTOR shall be liable to pay the full amount as aforesaid upon first written demand
from the EMPLOYER if the CONTRACTOR fails to comply with the terms and conditions of
the Contract.

Provided always that no alteration in terms and conditions of the Contract Agreement between
the EMPLOYER and the CONTRACTOR or in the nature of the Works to be constructed,
completed and maintained thereunder and no allowance of time by the EMPLOYER under the
Contract nor any forbearance or forgiveness in or respect of any matter concerning the Contract
on the part of the EMPLOYER shall in any way release the GUARANTOR from any liability
under this SECURITY.

The GUARANTOR shall deliver the said amount to the EMPLOYER immediately without
delay against your receipt accompanied by your written statement certifying that the
CONTRACTOR failed to comply with the Contract terms and conditions and without it being
necessary to give any reason.

5. The GUARANTOR shall be valid for the whole of the Time for Completion and any extension
thereof, the Defect Liability Period and for the period thereafter until the receipt by the
CONTRACTOR of a Defect Liability Certificate issued in accordance with Conditions of
Contract Sub-Clause 62.1.

FPS-2
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
APPENDIX D

6. If at any during the validity period of the SECURITY, the EMPLOYER grants an extension of
time to the CONTRACTOR, or the Contract, the GUARANTOR shall extend this SECURITY
under the same conditions for the required time.

7. Until the EMPLOYER shall issue an instruction to the GUARANTOR to the effect that this
SECURITY may be released, the GUARANTOR undertakes, notwithstanding the validity
period as stated in Clause 5 herein, to extend the validity under the same conditions for
successive period at a time and to forward the appropriate extension to the EMPLOYER.

8. As a declaration of good faith, the legal representative of the GUARANTOR hereby signs, seals
and delivers this SECURITY on the date , , 2000.

In witness whereof, the authorized representative of the

Has hereunder affixed his signature, this date , , 2000.

Signature:

Name of Signatory:

Position:

Note: to be signed and sealed by authorized representative of the Guarantor.

FPS-3
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

APPENDIX E

FOREIGN CURRENCY REQUIREMENT


The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

APPENDIX E

FOREIGN CURRENCY REQUIREMENT

TOTAL AMOUNT IN CURRENCY REQUIREMENT


JORDANIAN DINAR LOCAL CURRENCY FOREIGN CURRENCY
DESCRIPTION (J.D.) JORDANIAN DINER UNITED STATES DOLLARExchange
(Carry from BOQ) (J.D.) (US$ ) Rate
I PRELIMINARIES (1)
II CONSTRUCTION COST (1)
III PROFIT
IV SALES TAX ( %)
TOTAL
* -1 (2) (3) * -2 (4)

Note:
*-1: Column (1) must the same amount stated in the General Summary page of the Bill of Quantities.
Column (3) shall be the United States Doller equivalent the amount of J.D. stated in the Foreign Portion columns of the Bill of Quantities.
*-2: Column (4) shall be the T/T buying rate published by the Central Bank on the 28 days prior to the Tender Submission.
The Rate(s) in column (4) shall be fixed duration of Contract Period in accordance with the Clause 72.1 of the Conditions of Contract.
*-3: Price in Column (2) and (3) shall be carried to the Form of Tender

(Signature and name of authorized representative of Tenderer) (name of Tenderer)


The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

APPENDIX F

FORM OF ADVANCE PAYMENT SECURITY


The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
APPENDIX F

FORM OF ADVANCE PAYMENT SECURITY

The Ministry of Public Works and Housing


Government Tenders Directorate

ADVANCE PAYMENT SECURITY

1. WHEREAS the Ministry of Public Works and Housing of the Hashemite Kingdom of Jordan,
(hereinafter referred to as the “EMPLOYER”) has signed a Contract Agreement with :
(hereinafter referred to as the “CONTRACTOR”) for the TOURISM SECTOR
DEVELOPMENT PROJECT, NATIONAL MUSEUM SUB-PROJECT on
, 2000,

2. WHEREAS according to the Contract, an Advance Payment consisting of fifteen percent (15%)
of the respective currencies component of the Contract Price (hereinafter referred to as the
“ADVANCE PAYMENT”) shall be paid by the EMPLOYER to the CONTRACTOR.

3. Now, We, underwriters responsible and representative of


,
(hereinafter referred to as the “GUARANTOR”) and fully authorized to sign and to incur
obligation in the name of the GUARANTOR, hereby declare that the GUARANTOR shall
guarantee the EMPLOYER up to the full amounts of;

a. amount in words Jordanian Dinar,

(J.D. )

b. amount in words United States Dollar,

(US$. )

FAP-1
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
APPENDIX F

4. If the CONTRACTOR, after receiving the ADVANCE PAYMENT, should fail to commence or
continue the Works or refuse to repay or default in the repayments of the ADVANCE
PAYMENT, whatever the reason, the GUARATOR shall forthwith return to the EMPLOYER
the whole, or the remaining ADVANCE PAYMENT after deduction of any of the ADVANCE
PAYMENT received by the EMPLOYER. The GUARANTOR shall deliver the money owed to
the EMPLOYER upon the EMPLOYER’s first demand, without delay and without the necessity
of a previous notice, or judicial procedure and without it being necessary to prove to the
GUARANTOR the shortcoming of the CONTRACTOR.

5. We understand that the total amount of this Security may be successively reduced but only after
each payment by the CONTRACTOR has been made in accordance with the requirements of the
Contract and then only after we have received a written official notification from the
EMPLOYER of the amount of reduction that shall be applied.

6. This Security shall remain valid until the EMPLOYER shall issue a written instruction to us to
the effect that the CONTRACTOR has completely discharged his payment obligation under the
aforementioned Contract excluding fourteen day (14) days claim period.

7. The GUARANTOR hereby waives the priority right to claim for attachment and disposal of the
property of Debtor for the settlement of the obligation of Debtor prior to the payment of the
Guaranteed amount.

FAP-2
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
APPENDIX F

8. This Security is hereby execute by seal and hand by the responsible representative of the
GUARANTOR this day of , 2000.

Signature:

Name of Signatory:

Position:

Note: to be signed and sealed by authorized representative of the Guarantor.

FAP-3
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

APPENDIX G

DRAWING LIST
The Tourism Sector Development Project
National Museum Sub-Project

DRAWING LIST APPENDIX G

Architecture Drawings
DRAWING
NO. DRAWING TITLE SCALE
NO.
1 Cover

2 A-001 Project Title, Drawing List NS

3 A-002 General Note NS

4 A-003 Finishing Schedule (1) NS

5 A-004 Finishing Schedule (2) NS

6 A-005 Floor Area Schedule 1/400

7 A-006 Site Location, Existing Site Plan 1/400

8 A-101 Site Plan 1/400

9 A-102 Basement Floor Plan 1/200

10 A-103 Groung Floor Plan 1/200

11 A-104 First Floor Plan 1/200

12 A-105 Second Floor Plan 1/200

13 A-106 Roof Floor Plan 1/200

14 A-107 Top Roof Plan 1/200

15 A-201 Elevation (1) - North, South Elevation 1/200

16 A-202 Elevation (2) - East, West Elevation 1/200

17 A-203 Section (1) 1/200

18 A-204 Section (2) 1/200

19 A-251 Wall Section (1) 1/50

20 A-252 Wall Section (2) 1/50

21 A-253 Wall Section (3) 1/50

22 A-254 Wall Section (4) 1/50

23 A-255 Wall Section (5) 1/50

Page 1
The Tourism Sector Development Project
National Museum Sub-Project

DRAWING LIST APPENDIX G

Architecture Drawings
DRAWING
NO. DRAWING TITLE SCALE
NO.
24 A-256 Wall Section (6) 1/50

25 A-257 Wall Section (7) 1/50

26 A-258 Wall Section (8) 1/50

27 A-301 Staircase (1) 1/50

28 A-302 Staircase (2) 1/20/50

29 A-303 Staircase (3) 1/50

30 A-304 Staircase (4) 1/2/50

31 A-305 Staircase (5) As Shown

32 A-306 Staircase (6) 1/20/50

33 A-401 Main Entrance Hall (1) 1/100

34 A-402 Main Entrance Hall (2) 1/100

35 A-403 Main Entrance Hall (3) 1/100

36 A-404 Main Entrance Hall (4) 1/25

37 A-405 Main Entrance Hall (5) 1/25

38 A-406 Office, Security Office (1) 1/50

39 A-407 Office, Security Office (2) 1/50

40 A-408 Director's Office/ Meeting Room (1) 1/50

41 A-409 Director's Office/ Meeting Room (2) 1/50

42 A-410 Library/Production Room 1/50

43 A-411 Laboratory 1/50

44 A-412 Temporary Gallery 1/100

45 A-413 Seminar Room (1) 1/50

46 A-414 Seminar Room (2) 1/50

47 A-415 Seminar Room (3) 1/50

Page 2
The Tourism Sector Development Project
National Museum Sub-Project

DRAWING LIST APPENDIX G

Architecture Drawings
DRAWING
NO. DRAWING TITLE SCALE
NO.
48 A-416 Seminar Room (4) 1/2,5

49 A-417 Restaurant (1) 1/50

50 A-418 Restaurant (2) 1/50

51 A-419 Restaurant (3) 1/50

52 A-425 Exhibition Hall - Ground Floor Layout Plan 1/100

53 A-426 Exhibition Hall - Second Floor Layout Plan 1/100

54 A-427 Exhibition Hall - Zone 1/50

55 A-428 Exhibition Hall - Zone 1/50

56 A-429 Exhibition Hall - Zone 1/50

57 A-430 Exhibition Hall - Zone 1/50

58 A-431 Exhibition Hall - Zone 2 1/50

59 A-432 Exhibition Hall - Zone 3 1/50

60 A-433 Exhibition Hall - Zone 4 1/50

61 A-434 Exhibition Hall - Zone 5 1/50

62 A-435 Exhibition Hall - Zone 6 1/50

63 A-436 Exhibition Hall - Zone 7 1/50

64 A-437 Exhibition Hall - Zone 8 1/50

65 A-438 Exhibition Hall - Zone 9 (1) 1/50

66 A-439 Exhibition Hall - Zone 9 (2) 1/50

67 A-440 Exhibition Hall - Zone 10 1/50

68 A-441 Exhibition Hall - Zone 11 1/50

69 A-442 Exhibition Hall - Zone 12 (1) 1/50

70 A-443 Exhibition Hall - Zone 12 (2) 1/50

71 A-444 Exhibition Hall - Zone 13 1/50

72 A-445 Exhibition Hall - Zone 14 (1) 1/50

Page 3
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

APPENDIX H

GENERAL CONSTRUCTION SCHEDULE


The Tourism Sector Development Project
National Museum Sub-Project
APPENDIX H
General Construction Schedule

No. Work Item Months 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24

1 Preparation

2 Excavation

3 Foundation

4 Basement Structure

5 Ground F. Structure

6 1st F. Structure

7 2nd F. Structure

8 Basement Finishing

9 Ground F. Finishing

10 1st F. Finishing

11 2nd F. Finishing

12 Roof Finishing

13 External Wall Finishing

14 M & E

15 Landscaping

16 Miscellaneous
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

APPENDIX I

TEMPORARY FACILITIES LOCATION MAP


The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

APPENDIX J

SITE INVESTIGATION REPORT


The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

APPENDIX K

QUERY FORM
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
QUERY FORM
APPENDIX K
Query No.:
Date:
Name of Document Page No. Clause or Section No. Question

** Use additional page if required.

(Signature and name of authorized representative of Tenderer) (Name of Tenderer)


The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

THE MINISTRY OF TOURISM & ANTIQUITIES

THE TOURISM SECTOR DEVELOPMENT PROJECT

INSTRUCTIONS TO TENDERERS

FOR

CONSTRUCTION OF NATIONAL MUSEUM SUB-PROJECT

ENCLOSURES

ENCLOSURE NO. 1 : POWER OF ATTORNEY

ENCLOSURE NO. 2 : CERTIFICATE OF SUBMISSION OF TENDER SECURITY

ENCLOSURE NO. 3 : JOINT OPERATION AGREEMENT

ENCLOSURE NO. 4 : LETTER OF ASSOCIATION

ENCLOSURE NO. 5 : AFFIDAVIT OF SITE INSPECTION

ENCLOSURE NO. 6 : BASIC PROGRAM OF THE WORKS

ENCLOSURE NO. 7 : CONTRACTOR’ S ORGANIZATION CHART

ENCLOSURE NO. 8 : OUTLINE CONSTRUCTION PLAN AND PROPOSED LAYOUT PLAN


FOR TEMPORARY WORKS

ENCLOSURE NO. 9 : LIST OF CONTRACTOR’ S EQUIPMENT TO BE USED ON THE


WORKS

ENCLOSURE NO. 10 : LIST OF MAJOR MATERIALS AND PLANT FOR THE WORKS

-(i)-
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

INSTRUCTIONS TO TENDERERS

ENCLOSURE NO. 11 : LIST OF SUB-CONTRACTORS/SUPPLIERS

ENCLOSURE NO. 12 : LIST OF INTENDED IMPORT MATERIALS AND PLANT

ENCLOSURE NO. 13 : BREAKDOWN OF MAJOR RATES

ENCLOSURE NO. 14 : DETAILED MONTHLY CASH FLOW OF ANTICIPATED


CONTRACT PAYMENTS

Notes :
1) Enclosures shall each be read in conjunction with the Tender Documents.
2) Enclosures shall be signed and returned with the Tender in strict accordance with the
requirements of appropriate Clause of Instructions of Tenderers.

- ( ii ) -
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 1

POWER OF ATTORNEY

Name :
Position :
Name of Company:
Business Address :
Telephone :
Facsimile :

I, the undersigned, hereby declare that we : _____________________________________ give


authorization to the above mentioned person who is empowered by us to communicate with the
MPWH/Engineer or other such authorized Party insofar as the “ Instructions to Tenderer” so permit
during the Tendering period.

Date prepared :
Name of Tenderer :
Signature of Tenderer :

Official Stamp :

ENC-1
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 2

CERTIFICATE OF SUBMISSION OF TENDER SECURITY

WHEREAS we have prepared a Tender Security in accordance with the Tender Documents for the
Tourism Sector Development Project, NATIONAL MUSEUM Sub-project, and it is a condition of the
aforesaid Tender Documents that the Tenderer shall furnish a Tender Security in the amounts of
J.D.--------------.

We hereby certify that a Tender Security complying with the above and in the form as prescribed in the
Tender Documents has been prepared and completed by the Guarantor
(Name of Bank)

included in the Package – II Documents.

Signature of authorized representative of the Tenderer:


Name of authorized representative :
Name of Tenderer :

Note: This certificate shall be enclosed in the Package –I Documents.

ENC-2
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 3

JOINT OPERATION AGREEMENT

The Tenderer shall submit with his Tender a Joint Operation Agreement in accordance with the Sub-
Clause 20-1, c, 3) of the Instructions to Tenderers, clearly labeled as Enclosure No. 3.

ENC-3
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 4

LETTER OF ASSOCIATION

The Tenderer shall submit with his Tender a Letter of Association in accordance with the Sub-Clause
20-1, c, 4) of the Instructions to Tenderers, clearly labeled as Enclosure No. 4.

ENC-4
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 5

AFFIDAVIT OF SITE INSPECTION

1. This is to certify that I, (name)


on behalf of ____________________________________________ (name of Tender), declare that
we have visited and inspected the Site and its surroundings and have fully satisfied ourselves of all the
requirements of the Instruction to Tenderers.

2 We have also:

(1) Studied the Tender Documents in detail; and


(2) informed ourselves fully and taken account into our Tender of all national and local laws,
decrees, ordinances, acts, regulations and other circumstances and conditions which may
affect the satisfactory completion and timely performance of the Contract and the cost to
us thereof.

3. I further certify that we are satisfied with the description of the Works and the written explanation
given by the MPWH and that we understand perfectly the scope of works to be executed.

Signature of Tenderer :

Name of Tenderer :

Date prepared :

Official Stamp :

ENC-5
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 6

BASIC PROGRAM OF THE WORKS

The Tenderer shall submit with his Tender a “ Basic Program of the Works” clearly labeled as Enclosure
No.6. The program shall indicate the timing, proposed sequence and order of execution of the Works,
and take full account of the stipulated completion period.

The Program shall be submitted in Bar Chart form with plotted time/percentage completion together
with a Critical Path Network detailing activities.

The “ Basic Program of the Works” shall indicate:


(1) Key dates/period;
(Refer to enclosed General Construction Schedule, as “ Appendix H” )
(2) Interdependence of the individual activities;
(3) Earliest/latest start and earliest/latest end of the each activity;
(4) Manufacture and shipment of the Materials and Plants to be incorporated to the Works.
(5) Transport and materials delivery to the Site;
(6) Mobilization schedule of Contractor’ s and Sub-contractor’ s equipments
(7) Shop fabrication.
(8) Working sequence of street and trail pavement.
(9) Testing and Commissioning etc
(10) Temporary works including soil erosion and sedimentation control and protection during
foundation works.
(11) Temporary pedestrian and car traffic control and diversion plans.
(12) Removal of Contractor’ s Equipment;
(13) Clearing the Site upon completion; and
(14) Protection of works

ALL PAGES OF THIS ENCLOSURE AS SUBMITTED SHALL BE SIGNED BY THE TENDERER AND
ENDORSED WITH THE TENDERER’ S COMPANY STAMP.

ENC-6
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 7

CONTRACTOR’ S ORGANIZATION CHART

The Tenderer shall submit with his Tender a detailed organization chart clearly labeled as Enclosure
No.7. The organization chart shall include an illustration of the Contractor’ s proposed management
structure for the Works:

(1) The Project management and supervisory organization on Site;


(2) Relevant head office structure in relation to the Project control.
(3) Maintenance Organization during and after the Defect Liability Period.

Principal personnel including Project management, administrative, technical and supervisory staff,
foreign and local, shall each be named or referenced in the Organization Chart and, in addition, the
Tenderer shall submit:

(1) An assignment schedule for each personnel in the form of bar chart, indicating whether full
or part time and the proposed period of assignment;
(2) Comprehensive Curriculum Vitae for personnel, describing names, position, qualifications,
age and relevant experience, company name if the Tenderer has been pre-qualified in
association with other companies as a Joint venture/Consortium and their authorities
(3) Monthly manpower requirement chart for the total Contract Period and categorized into
management, supervision, engineering, administrative and labor for both foreign and local.

ALL PAGES OF THIS ENCLOSURE AS SUBMITTED SHALL BE SIGNED BY THE TENDERER AND
ENDORSED WITH THE TENDERER’ S COMPANY STAMP.

ENC-7
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 8

OUTLINE CONSTRUCTION PLAN AND PROPOSED LAYOUT PLAN FOR TEMPORARY


WORKS

The Tenderer shall submit the following with his Tender, clearly labeled as Enclosure No. 8.
(1) An Outline Construction Plan; and
(2) A proposed Layout Plan for Temporary Works.

The Outline Construction Plan shall include the following:


(1) A method statement for each respective part of the Works describing the intended
construction methods to be employed in the Works;
(2) A detailed description of the proposed sequences for the execution and completion of the
Works;
(3) Anticipated labor levels (expressed in man-days) for the Works thereof including any works
offsite;
(4) Proposed detail quality control procedures and including;
-: Site testing and commissioning method and procedure
-: Manufacturer’ s quality control procedure
-: Proposed on-site/off-site independent laboratory or testing agency
(5) Proposed Site safety/security control and protection of existing live utilities during
construction period.
(6) Temporary pedestrian and car traffic control and diversion plans.

The proposed layout plan for Temporary Works shall be accompanied by drawings indicating the layout
and Engineers Office, temporary roads, workshop, control of soil erosion and sedimentation, storage
areas, hard standings, offices, fences, Site lighting, power and water supplies etc. and all protection
works.

ALL PAGES OF THIS ENCLOSURE AS SUBMITTED SHALL BE SIGNED BY THE TENDERER AND
ENDORSED WITH THE TENDERER’ S COMPANY STAMP.

ENC-8
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 9

LIST OF CONTRACTOR’S AND SUB-CONTRACTOR’S EQUIPMENT


TO BE USED ON THE WORKS

The Tenderer shall submit with his Tender a List of Contractor’ s and Sub-contractor’ s Equipment to be
used on the Works in the format of the enclosed page, clearly labeled as Enclosure No.9.

ALL PAGES OF THIS ENCLOSURE AS SUBMITTED SHALL BE SIGNED BY THE TENDERER AND
ENDORSED WITH THE TENDERER’ S COMPANY STAMP.

ENC-9
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

LIST OF CONTRACTOR'S AND SUBCONTRACTOR'S EQUIPMENT TO BE USED FOR THE WORKS


ENCLOSURE NO.9
DESCRIPTION MANUFACTURER'S YEAR OF MODEL QUANTITY SIZE OWNED OR PRESENT
NAME MANUFACTURE CAPACITY LEASED LOCATION

** Use additional page if required

(Signature and name of authorized representative of Tenderer) (Name of Tenderer)


ENC-9/2
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 10

LIST OF MAJOR MATERIALS AND PLANT FOR THE WORKS

The Tenderer shall submit with his Tender a List of Major Materials and Plant for the Works, clearly
labeled as Enclosure No.10.

A. The materials to be incorporated in the Works shall comply with the Specifications in the Tender
Documents.

B. The list must be complete in all respects including materials and plant and the Tenderer must
submit with his Tender. All manufacturers’ catalogues and enclosures, and performance
specifications including drawings as necessary, pertaining to the materials.

C. Spare Parts for Defect Liability Period


The Tenderer shall submit list of spare parts including modules, units and consumable items which
the manufacturer recommends for the Defect Liability Period normal operation of equipment after
issuance of Completion Certificate in accordance with the Clause 48 of the Conditions of Contract.

ALL PAGES OF THIS ENCLOSURE AS SUBMITTED SHALL BE SIGNED BY THE TENDERER AND
ENDORSED WITH THE TENDERER’ S COMPANY STAMP.

ENC-10
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
LIST OF MAJOR MATERIALS AND PLANT FOR THE WORKS

ENCLOSURE NO. 10
DESCRIPTION SEC. AND CLAUSE NO. OF MANUFACTURER / SUPPLIER STANDARD / MODEL COUNTRY OF ORIGIN
VOLUME-II, SPECIFICATIONS
A Site, Civil, Architectural Works
1. Ready Mixed Concrete
2. Cement
3. Fine Aggregates
4. Coarse Aggregates
5. Reinforcing Bars (diameter 9mm or less)
6. Reinforcing Bars (all others)
7. RC Pipe 400 - 800 mm Dia.
8 Asphaltic Conctrete
9 Pre-cast Cponcrete Pile
10 Waterstop
11 Sesmic isolation pad
12 Cement Roofing Tiles
13 Concrete Block
14 Paint
15 Steel Doors
16 Wooden Doors
17 Aluminium Windows
18 Rolling Shutters
19 Glass
20 Sanitary Fixtures
B Mechanical Works
1 Valves
2 Galvanized Steel Pipes
3 Cast Iron Pipes
4 PVC Pipes
5 Piping Acessories: joint, bend, tee etc.
6 Pumps
7 Flow meters
8 Air Conditioner
9 Ventilation Fans

ENC-10/2
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 10
DESCRIPTION SEC. AND CLAUSE NO. OF MANUFACTURER / SUPPLIER STANDARD / MODEL COUNTRY OF ORIGIN
VOLUME-II, SPECIFICATIONS
C Electrical Works
1 Circuit Breakers
2 Meters
3 Switch Boards
4 Tranformers
5 Busbars
6 Cables
7 Intermediate Metalic Conduits
8 Cable ladders
9 Computer
10 Lighting Fixtures
11 Switches and Receptacles
12 Heat and Smoke Detectors

D Landscape

E Exhibition

(Name and Signature of authorized represeatative) (Name of Tenderer)


ENC-10/3
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 11

LIST OF SUB-CONTRACTORS/SUPPLIERS

The Tenderer shall submit a list of Sub-contractors/Suppliers he proposes to use with his Tender in the
format of the enclosed page, clearly labeled as Enclosure No.11. The Tenderer shall also enter a
Statement of Similar works previously executed by the proposed sub-contractor including description,
location and address of the Employer/Engineer. Notwithstanding such information, the Tenderer, if
awarded the Contract, shall remain entirely and solely responsible for the satisfactory completion of the
Works.

Reference and/or copy of regal documents for proposed Sub-contractors/Suppliers shall be enclosed.

Extension to this schedule in the same format should be used to provide complete information.

ALL PAGES OF THIS ENCLOSURE AS SUBMITTED SHALL BE SIGNED BY THE TENDERER AND
ENDORSED WITH THE TENDERER’ S COMPANY STAMP.

ENC-11
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
LIST OF SUB-CONTRACTORS/SUPPLIERS

ENCLOSURE NO. 11
TARD OR NAME OF ADDRESS OF NAME OF SIMILAR WORKS NAME OF EMPLOYER/ DESCRIPTION OF WORK
MATERIALS SUB-CONTRACTOR/ SUB-CONTRACTOR/ PREVIOUSLY EXECUTED EMPLOYER OF WORKS
SUPPLIER SUPPLIER PREVIOUSLY EXECUTED

** Use additional page if required.

(Signature and name of authorized representative of Tenderer) (Name of Tenderer)


ENC-11/2
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 12

LIST OF INTENDED IMPORT MATERIALS AND PLANT

The Tenderer shall submit with his Tender a List of Intended Import Materials and Plant, clearly labeled
as Enclosure No. 12.

Such list shall include estimated Taxies/duties and other all necessary charges and specify the source
countries.

ALL PAGES OF THIS ENCLOSURE AS SUBMITTED SHALL BE SIGNED BY THE TENDERER AND
ENDORSED WITH THE TENDERER’ S COMPANY STAMP.

ENC-12
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project LIST OF INTENDED IMPORT MATERIAL AND PLANT

ENCLOSURE NO. 12
ITEM DESCRIPTION UNIT QUANTITY MATERIAL / SOURCE OF AMOUNT DUTIES OTHER TOTAL
PLANT RATE COUNTRIES (FOB) CHARGE

** Use additional page if required.

(Signature and name of authorized representative of Tenderer) (Name of Tenderer)

ENC-12/2
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 13

BREAKDOWN OF MAJOR RATES

The Tenderer shall submit with his Tender a Breakdown of Major Rates, clearly labeled as Enclosure
No. 13.

Such breakdowns shall at all times be subject to the approval of the Engineer. The Engineer reserves the
right to request such further breakdown as he may consider necessary.

ALL PAGES OF THIS ENCLOSURE AS SUBMITTED SHALL BE SIGNED BY THE TENDERER AND
ENDORSED WITH THE TENDERER’ S COMPANY STAMP.

ENC-13
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
BREAKDOWN OF MAJOR RATES
ENCLOSURE NO. 13
ITEM DESCRIPTION UNIT QUANTITY LOCAL CURRENCY (JD) FOREIGN CURRENCY (----) TOTAL
RATE AMOUNT RATE AMOUNT (J.D.)
A SITE, CIVIL AND BUILDING WORKS
1
2
3
4
5
6
7
8
9
10
11
12
13

B MECHANICAL WORKS
B-1 Plumbing Works
1
2
3
4
5
6
7
8
9
10
11
12
13
B-2 Air-conditioning and Ventilation Works
1
2
3
4
5
6
7
8

ENC-13/2
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 13
ITEM DESCRIPTION UNIT QUANTITY LOCAL CURRENCY (JD) FOREIGN CURRENCY (----) TOTAL
RATE AMOUNT RATE AMOUNT (J.D.)
C ELECTRICAL WORKS
C-1
1
2
3
4
5
6
7
8
9
10

C-2
1
2
3
4
5
6

D LANDSCAPE

E EXHIBITION

(Name and signature of authorized representative of Tenderer) (Name of Tenderer)


ENC-13/3
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
ENCLOSURE NO. 14

DETAILED MONTHLY CASH FLOW OF ANTICIPATED CONTRACT PAYMENTS

The Tenderer shall submit with his Tender a Detailed Monthly Cash Flow of Anticipated Contract
Payment to indicate all payments anticipated to be received under the Contract in relation to the
program thereof (cash flow shall be with tabular and graphical form). Appropriate allowance shall be
made for payment and repayment of advance payments under the Contract, clearly labeled as Enclosure
No.14.

ALL PAGES OF THIS ENCLOSURE AS SUBMITTED SHALL BE SIGNED BY THE TENDERER AND
ENDORSED WITH THE TENDERER’ S COMPANY STAMP.

ENC-14
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

APPENDIX L

TENDER ACKNOWLEDGEMENT
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
Appendix L

TENDER ACKNOWLEGEMENT

1. This is to certify that we, ____________________________________________ (name of


Tender), have received all Tender Documents for the National Museum Sub-Project, Tourism
Sector Development Project on ----------- th ----------- 2000.

2. We further declare that we shall submit our Tender Proposal in strict accordance with
requirements of the Instructions to Tenderer.

Signature of Tenderer :

Name of Tenderer :

Date prepared :
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

APPENDIX M

LIST OF ELIGIBILITY COUNTRIES


The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project
Appendix M

LIST OF ELIGIBILITY COUNTRIES

All Countries
The Tourism Sector Development Project Instructions to Tenderers
National Museum Sub-Project

THE GOVERNMENT OF
THE HASHEMITE KINGDOM OF JORDAN
THE MINISTRY OF TOURISM & ANTIQUITIES
THE MINISTRY OF PLANNING

FORM OF TENDER

OF

NATIONAL MUSEUM SUB-PROJECT


THE TOURISM SECTOR DEVELOPMENT PROJECT
FORM OF TENDER

To: The Ministry of Public Works and Housing


Government Tender Directorate
Eighth Circle, Albiader Street, Amman

TENDER

FOR

CONSTRUCTION

OF

NATIONAL MUSEUM SUB-PROJECT

TOURISM SECTOR DEVELOPMENT PROJECT

1. Having examined the Tender Documents comprising the Instructions to Tenderers, Conditions of
Contract, the Specifications, the Bill of Quantities, the Drawings and Addendums for the
above-named works. We, undersigned, offer to undertake the work complete in conformity with the
above mentioned documents for the sum of;

amount in words Jordanian Dinar

( J.D. )

and

amount of words United States Dollar

(US$ )

FOT-1
2. We undertake, if our Tender is accepted, to commence the Works within twenty-eight (28) days
after receipt of the Employer’s Letter of Acceptance, this period to be utilized for mobilization
works, and to complete and deliver the while works comprised in the contract within Twenty-four
(24) months from the last date of the aforesaid period in which the Works are to be commenced.

3. If our Tender is acceptable, we will submit a Performance Security in the form of Bank Guarantee
to jointly and severally bound us in the sum equal to ten percent (10%) of the total Contract Prices
in above mentioned currencies for the faithful and satisfactory performance of the contract.

4. We agree to abide by this Tender for a period of ninety (90) calendar days from the date set for the
opening of Tender and it shall remain binding upon us and may be accepted at any time before the
expiration of this period. The Tender Security shall remain valid for one hundred twenty (120)
calendar days after the date of opening of Tender.

5. Unless and until the Contract Agreement is prepared and executed, this Tender, together with your
Letter of Acceptance, shall constitute a binding Contract between us. We agree that our receipt of
your Letter of Acceptance will bind us to enter into the Contract Agreement with you, until the
submission by us of an acceptable Performance Security within the required period.

6. We acknowledge that the Appendix to Tender forms part of our Tender.

7. We confirm that we have taken account of Notices to Tenderer:


No. , dated , , 2,000
No. , dated , , 2,000
No. , dated , , 2,000
No. , dated , , 2,000
No. , dated , , 2,000
No. , dated , , 2,000
No. , dated , , 2,000
No. , dated , , 2,000

FOT-2
8. We understand that you are not bound to accept the lowest or any Tender you may receive.

Date this day of , 2000

Signed :
(Printed Name)

Designation :

Duly authorized to sign


For and on behalf of :

(Witness) (Witness)

(Witness) (Witness)

FOT-3

You might also like