BIDDING DOCUMENTS
for
Summary
This Section includes the List of Goods and Related Services, the Delivery
and Completion Schedules, the Technical Specifications and the Drawings
that describe the Goods and Related Services to be procured.
PART 3 – CONTRACT
Section VI. General Conditions of Contract (GCC)
This Section includes the general clauses to be applied in all contracts. The
text of the clauses in this Section shall not be modified.
Section I Instructions to Bidders 3
This Section includes the form for the Agreement which, once completed,
incorporates corrections or modifications to the accepted bid that are
permitted under the Instructions to Bidders, the General Conditions of
Contract, and the Special Conditions of Contract.
When required, the forms for Performance Security and Advance Payment
Security, shall be completed by the successful Bidder only after contract
award.
4 Section I Instructions to Bidders
Online e-Tendering
The e-Procurement System of the Republic of Mauritius has now reached its Phase 2
with evaluation of bids online up to award. The next and last Phase is expected to be
completed shortly.
The e-Procurement System now allows for invitation for bids, downloading of
bidding documents, request for clarification from suppliers, response to clarification and
issue of addendum, submission of bids, closing of bids, bid opening, evaluation of bids and
award of contract to be done online.
The process for Challenge and Review shall continue to be offline for some time.
Table of Contents
A. General ............................................................................................................................... 9
1. Scope of Bid ...................................................................................................................9
2. Source of Funds .............................................................................................................9
3. Public Entities Related to Bidding Documents and to Challenge and Appeal ..............9
4. Fraud and Corruption .....................................................................................................9
5. Eligible Bidders ...........................................................................................................12
6. Eligible Goods and Related Services ...........................................................................14
2. Source of 2.1 Unless otherwise stated in the BDS, this procurement shall be
Funds financed by the Public Body’s own budgetary allocation.
3. Public 3.1 The public entities related to these bidding documents are the
Entities Public Body, acting as procurement entity (Purchaser), the
Related to Procurement Policy Office, in charge of issuing standard bidding
Bidding documents and responsible for any amendment these may
Documents require, the Central Procurement Board in charge of vetting
and to Bidding document, receiving and evaluation of bids in respect of
Challenge major contracts and the Independent Review Panel, set up under
and Appeal the Public Procurement Act 2006 (hereinafter referred to as the
Act.)
3.2 Sections 43, 44 and 45 of the Act provide for challenge and
review mechanism. Unsatisfied bidders shall follow procedures
prescribed in Regulations 48, 49 and 50 of the Public
Procurement Regulations 2008 to challenge procurement
proceedings and award of procurement contracts or to file
application for review at the Independent Review Panel
3.3 Challenges and Applications for Review shall be forwarded to
the addresses indicated in the BDS;
4. Fraud and 4.1 It is the policy of the Government of the Republic of Mauritius to
10 Section I Instructions to Bidders
(a) defines, for the purposes of this provision, the terms set forth
below as follows:
(i) “corrupt practice” is the offering, giving, receiving or
soliciting, directly or indirectly, of anything of value to
influence improperly the actions of another party2;
(ii) “fraudulent practice” is any act or omission, including
a misrepresentation, that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation; 3
(iii) “collusive practice” is an arrangement between two or
more parties4 designed to achieve an improper purpose,
including to influence improperly the actions of
another party;
(iv) “coercive practice” is impairing or harming, or
threatening to impair or harm, directly or indirectly,
any party5 or the property of the party to influence
improperly the actions of a party;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or
concealing of evidence material to the
investigation or making false statements to
investigators in order to materially impede the
Purchaser’s investigation into allegations of a
corrupt, fraudulent, coercive or collusive practice;
1
In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, agents, sub-
consultants, sub-contractors, service providers, suppliers and/or their employees to influence the procurement
process or contract execution for undue advantage is improper.
2
“Another party” refers to a public official acting in relation to the procurement process or contract execution.
In this context, “public official” includes Purchaser’s staff and employees of other organizations taking or
reviewing procurement decisions.
3
“Party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or
contract execution; and the “act or omission” is intended to influence the procurement process or contract
execution.
4
“Parties” refers to participants in the procurement process (including public officials) attempting to establish
bid prices at artificial, noncompetitive levels.
5
“Party” refers to a participant in the procurement process or contract execution.
Section I Instructions to Bidders 11
4.4 Bidders, suppliers and public officials shall also be aware of the
provisions stated in sections 51 and 52 of the Public Procurement
Act which can be consulted on the website of the Procurement
Policy Office (PPO) : ppo.govmu.org
b
A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names
are used depending on the particular bidding document) is one which either has been: (i) included by the bidder
in its pre-qualification application or bid because it brings specific and critical experience and know-how that
are accounted for in the evaluation of the bidder’s pre-qualification application or the bid; or (ii) appointed by
the Purchaser.
12 Section I Instructions to Bidders
5. Eligible 5.1 (a) Subject to ITB 5.4, A Bidder, and all parties constituting
Bidders the Bidder, may have the nationality of any country except
in the case of open national bidding where the bidding
documents may limit participation to citizens of Mauritius
or entities incorporated in Mauritius, if so qualified in the
BDS. A Bidder shall be deemed to have the nationality of
a country if the Bidder is a citizen or is constituted,
incorporated, or registered and operates in conformity
with the provisions of the laws of that country. This
criterion shall also apply to the determination of the
nationality of proposed subcontractors or suppliers for any
part of the Contract including Related Services.
5.2 A Bidder shall not have conflict of interest. All bidders found to
have conflict of interest shall be disqualified. A Bidder may be
considered to be in a conflict of interest with one or more parties
in this bidding process if, including but not limited to:
(a) have controlling shareholders in common; or
(b) receive or have received any direct or indirect subsidy from
any of them; or
(c) have the same legal representative for purposes of this Bid; or
Section I Instructions to Bidders 13
PART 3 Contract
7.2 The Invitation for Bids and the Guidelines issued by the
Purchaser are not part of the Bidding Documents.
7.3 The Purchaser is not responsible for the completeness of the
Bidding Documents and their addendum, if they were not
obtained directly from the e-Procurement system or as
otherwise defined in the e-Procurement System.
7.4 The Bidder is expected to examine all instructions, forms,
terms, guidelines and specifications in the Bidding Documents.
Failure to furnish all information or documentation required by
the Bidding Documents may result in the rejection of the bid.
8. Clarification 8.1 A prospective Bidder requiring any clarification of the Bidding
of Bidding Documents shall contact the Purchaser using the online
Documents clarifications feature available in the e-Procurement System.
The Purchaser will respond online through the e-Procurement
System to any request for clarification,, provided that such
request is received no later than the number of days, specified in
the BDS, prior to the deadline set for the submission of bids
.(bid preparation and hash submission). The e-Procurement
System shall alert all those who have responded online to the
Bidding Documents of any clarification issued by the Purchaser.
The clarification shall include a description of the inquiry but
without identifying its source. Should the Purchaser deem it
necessary to amend the Bidding Documents as a result of a
clarification, it shall do so following the procedure under ITB
Clause 9 and ITB Sub-Clause 25.2.
9. Amendment 9.1 At any time prior to the deadline for submission of bids (bid
of Bidding preparation and hash submission), the Purchaser may amend the
Documents Bidding Documents by issuing addendum.
9.2 Any addendum issued shall be part of the Bidding Documents.
All those who have downloaded the bidding documents shall be
alerted by the e-Procurement System.
9.3 To give prospective Bidders reasonable time in which to take an
addendum into account in preparing their bids, the Purchaser
may, at its discretion, extend the deadline for the submission of
bids (bid preparation and hash submission), pursuant to ITB Sub-
Clause 25.2
C. Preparation of Bids
10. Cost of 10.1 The Bidder shall bear all costs associated with the preparation
Bidding and submission of its bid, and the Purchaser shall not be
responsible or liable for those costs, regardless of the conduct or
16 Section I Instructions to Bidders
15.7 Prices quoted by the Bidder shall be fixed during the Bidder’s
performance of the Contract and not subject to variation on any
account in respect of changes in production cost, unless otherwise
specified in the BDS. A Bid submitted with an adjustable price
quotation in this respect shall be treated as non-responsive and
shall be rejected, pursuant to ITB Clause 31. However, if in
accordance with the BDS, prices quoted by the Bidder shall be
subject to adjustment during the performance of the Contract, a
bid submitted with a fixed price quotation shall not be rejected,
but the price adjustment shall be treated as zero.
15.8 If so indicated in ITB Sub-Clause 1.1, bids are being invited for
individual contracts (lots) or for any combination of contracts
Section I Instructions to Bidders 19
Requirements.
19.3 The Bidder shall also furnish a list giving full particulars,
including available sources and current prices of spare parts,
special tools, etc., necessary for the proper and continuing
functioning of the Goods during the period specified in the BDS
following commencement of the use of the goods by the
Purchaser.
19.4 Standards for workmanship, process, material, and equipment, as
well as references to brand names or catalogue numbers
specified by the Purchaser in the Schedule of Requirements, are
intended to be descriptive only and not restrictive. The Bidder
may offer other standards of quality, brand names, and/or
catalogue numbers, provided that it demonstrates, to the
Purchaser’s satisfaction, that the substitutions ensure substantial
equivalence or are superior to those specified in the Schedule of
Requirements.
20. Documents 20.1 The documentary evidence of the Bidder’s qualifications to
Establishing perform the contract if its bid is accepted shall establish to the
the Purchaser’s satisfaction that:
Qualificatio
ns of the (a) if required in the BDS, a Bidder that does not manufacture
Bidder or produce the Goods it offers to supply shall submit the
Manufacturer’s Authorization as a response template using
the form included in Section IV, Response Templates , to
demonstrate that it has been duly authorized by the
manufacturer or producer of the Goods to supply these Goods
in Mauritius;
21. Period of 21.1 Bids shall remain valid for the period specified in the BDS after
Validity of the bid submission (bid preparation and hash submission)
Bids deadline prescribed by the Purchaser. A bid valid for a shorter
period shall be rejected by the Purchaser as non-responsive.
Section I Instructions to Bidders 21
22. Bid Security 22.1 The Bidder shall either furnish as part of its bid, a Bid Security
or subscribe to a Bid Securing Declaration in the Bid Submission
Form as specified in the BDS.
22.2 The Bid Securing Declaration shall be in the form of a signed
subscription in the Bid Submission Form.
22.3 The Bid Security shall be in the amount specified in the BDS
and denominated in Mauritian Rupees or a freely convertible
currency, and shall:
(a) be in the form of a bank guarantee from a reputable
overseas bank, or
23. Format and 23.1 The Bidder shall prepare the bids on line in the templates
Signing of provided for, comprising of the bid as described in ITB Clause
Bid 12. .
Section I Instructions to Bidders 23
23.2 The online bid shall be prepared and shall be digitally signed by
a person duly authorized to sign on behalf of the Bidder.
26. Late Bids 26.1 The Purchaser/CPB shall not consider any Bid Security or
samples, if applicable that arrives after the deadline for their
submissions, in accordance with ITB Clause 25.
27. Withdrawal, 27.1 A Bidder may at its own will withdraw, substitute/ modify its
Substitution, manual submission where allowed or its online bid any time
and prior to the deadline set for bid Preparation and hash submission
Modificatio (bid submission).
n of Bids
27.2 Since the e-Procurement System allows
modifications/substitutions of Bid Data and attachments by the
Bidders up to the last date and time set for bid preparation and
hash submission, Bidders are allowed to rework on their bids as
many times as required. However, after the set deadline the start
date and time of closing, the time-lock feature of the e-
Procurement system will not allow Bidders to modify/substitute
their bid data and attachments in any way.
27.3 No bid may be withdrawn, substituted or modified in the interval
between the deadline set for Bid Preparation & Hash Submission
and the expiration of the period of bid validity specified by the
Bidder on the Bid Submission Template or any extension
thereof.
27.4 For further guidance on withdrawal, substitution and
modification, Bidders are requested to refer to the Guidelines for
Suppliers.
28. (i) Decrypt- 28.1 Bidders shall decrypt and re-encrypt their bids within the time
ion and Re- schedule provided in the BDS to enable opening of their bids.
encryption The time lock feature in the system will not allow bidders to
of bid decrypt and encrypt their bids outside the specified time frame.
28.2 Where the bidder does not execute the decryption and re-
encryption of its bid within the time frame provided in ITB 28.1,
the bid shall not be accessible for opening. In such cases the bid
shall be deemed to have been withdrawn by the bidder.
28.3 The Purchaser/CPB shall conduct the bid opening on line at the
(ii) Bid
date, time and place specified in the BDS in the presence of
Opening
bidders or their representatives who choose to attend. The online
opening shall allow bidders to view the status of bids received
Section I Instructions to Bidders 25
34.3 If, after the examination of the terms and conditions and the
technical evaluation, the Purchaser determines that the Bid is not
substantially responsive in accordance with ITB Clause 31, it
shall reject the Bid.
35. Conversion 35.1 For evaluation and comparison purposes, the Purchaser shall
to Single convert all bid prices expressed in amounts in various currencies
Currency into an amount in a single currency specified in the BDS, using
the selling exchange rates established by Central Bank of
Mauritius and on the date specified in the BDS.
36. Margin of 36.1 Margin of preference shall not be a factor in bid evaluation,
Preference unless otherwise specified in the BDS.
37. Evaluation 37.1 The Purchaser shall evaluate each bid that has been determined,
28 Section I Instructions to Bidders
(b) The Purchaser’s evaluation of a bid will not take into account any
allowance for price adjustment during the period of performance
of the Contract, if provided in the Bid.
37.5 The Purchaser’s evaluation of a bid may require the
consideration of other factors, in addition to the Bid Price
quoted in accordance with ITB Clause 15. These factors may
be related to the characteristics, performance, and terms and
conditions of purchase of the Goods and Related Services. The
effect of the factors selected, if any, shall be expressed in
monetary terms to facilitate comparison of bids, unless
otherwise specified in Section III, Evaluation and Qualification
Criteria. The factors, methodologies and criteria to be used
shall be as specified in ITB 37.3 (d).
Section I Instructions to Bidders 29
40. Purchaser’s 40.1 The Purchaser reserves the right to accept or reject any bid, and
Right to to annul the bidding process and reject all bids at any time prior
Accept Any to contract award, without thereby incurring any liability to
Bid, and to Bidders.
Reject Any
or All Bids
F. Award of Contract
41. Award 41.1 The Purchaser shall award the Contract to the Bidder whose
Criteria offer has been determined to be the lowest evaluated bid and is
substantially responsive to the Bidding Documents, provided
further that the Bidder is determined to be qualified to perform
the Contract satisfactorily.
42. Purchaser’s 42.1 At the time the Contract is awarded, the Purchaser reserves the
Right to right to increase or decrease the quantity of Goods and Related
Vary Services originally specified in Section V, Schedule of
30 Section I Instructions to Bidders
46. Debriefing 46.1 The Purchaser shall promptly attend to all debriefing for the
contract made in writing and within 30 days from the date of the
publication of the award or date the unsuccessful bidders are
informed about the award, whichever is the case by following
regulation 9 of the Public Procurement Regulations 2008 as
amended.
32
ITB 8.1 Request for Clarification should reach the Purchaser not later than
Fourteen (14) days prior to the closing date for submission of bids.
C. Preparation of Bids
ITB 12.1 (c) (a)No written evidence is required.
ITB 12.1 (h) The bidder shall respond to the mandatory evaluation criteria online as per
the data mentioned in Section III – Evaluation and Qualification Criteria
sub-section 4.
ITB 12.1 (i) The Bidder shall submit the scanned copy of the following additional
documents in its bid in ‘Any Other Document’ which is a mandatory
criteria:
(c) Evidence that the Manufacturer has at least five (5) years of
experience in the manufacturing of Containerized pressure
Filtration plants for which the Invitation of Bids is issued.
Evidence can be in the form of certified true copies of contract
awards and/or completion certificate for at least the last five (5)
years.
(d) Where the bidder is a trader proposing goods duly authorised by
the manufacturer and for which there is no requirement for local
after sale service, the bidder should have experience in handling
orders of similar value and providing support back-up from
manufacturers of the goods.
(e) The bidder should submit evidence of having handled one similar
contract in the last ten (10) years.
(g) The bidder shall submit documentary evidence that they have a
well-equipped workshop for attending to any repairs/after sales
services and full details/address of the workshop shall be given
with the bid
(h) Financial Stability of the Bidder – The Bidder shall submit Key
Financial Information extracted from Audited Accounts/ Financial
Statement as per the template in Section IV- Response Templates.
The lowest substantially responsive bidder will be required to
submit a “Tax Clearance Certificate” from the Mauritius Revenue
Authority (MRA) within a period of one week of the request,
confirming that the bidder has filled his tax returns and paid tax
due.
(a) During the last ten (10) years, the Manufacturer must have
completed successfully at least one contract for the supply of
containerised pressure filtration plants. The following details
must be provided:
ITB 15.6 (b) For Goods offered from outside Mauritius, the Bidder shall quote prices using the
(i) , (ii) following Incoterms: Delivery duty Paid (DDP)
ITB 15.7 The prices quoted by the Bidder shall not be adjustable.
ITB 15.8 The price shall be quoted for each item as indicated in the price Schedule
Local bidders shall quote only in Mauritian Rupees on the basis of prices not
ITB 16.3
adjustable to rate of exchange.
ITB 19.3 Period of time the Goods are expected to be functioning (for the purpose of
spare parts): Minimum ten (10) years
Manufacturer’s authorization is required and same shall be submitted as a
ITB 20.1 (a)
scanned copy at bidding stage.
ITB 20.1 (b) After sales service is required
ITB 21.1 The bid validity period shall be ninety (90) days.
ITB 22.1 The Bidder shall subscribe to a Bid Securing Declaration by signing the
Bid Submission Form containing the provision with regard thereto.
ITB 22.3 The amount of the Bid Security shall be Not Applicable
ITB 22.8 If the Bidder incurs any of the actions prescribed in subparagraphs (a) to
(c) of this provision, the Bidder may be declared ineligible to be awarded
contracts by the Government of Mauritius for a period of time (not
36 Section II Bid Data Sheet
ITB 24.1 (b) The electronic bidding procedures shall be in line with the Guidelines to
the Bidders on the use of e-Procurement System.
ITB 25.1 Deadline for Bid preparation and Hash submission online:
Bidders shall complete their bid preparation and hash submission on line
and forward their envelopes and/or parcels if allowed by the Purchaser
before the start Date and Time for Bid closing,
Bid Closing:
Bidders shall decrypt and re-encrypt their bids (as explained in the
Guideline) within the time frame indicated hereunder:
Start Date and Time (Mauritian): Friday 19 January 2019 @ 14.01 Hrs
ITB 37.3(d) The adjustments shall be determined using the following criteria, from
amongst those set out in Section III, Evaluation and Qualification Criteria:
[refer to Schedule III, Evaluation and Qualification Criteria; insert
complementary details if necessary]
F. Award of Contract
ITB 42.1 The maximum percentage by which quantities may be increased at award
and during the duration of the contract is: 1 Unit
38 Section II Bid Data Sheet
39
Contents
1. Evaluation Criteria (ITB 37.3 (d))
The Bidder shall submit the scanned copy of the following additional documents in its
bid in ‘Any Other Document’:
(i) Evidence that the Manufacturer has at least five (5) years of experience in the
manufacturing of Containerized pressure Filtration plants for which the
Invitation of Bids is issued. Evidence can be in the form of certified true
copies of contract awards and/or completion certificate for at least the last
five (5) years.
(ii) Where the bidder is a trader proposing goods duly authorised by the
manufacturer and for which there is no requirement for local after sale
service, the bidder should have experience in handling orders of similar value
and providing support back-up from manufacturers of the goods.
(iii) The bidder should submit evidence of having handled one similar contract in
the last ten (10) years.
(iv) The manufacturer shall have a certificate for its Quality Management System
as per ISO 9001:2008 Standard or any latest Standard. A copy of the ISO,
certificate for QMS shall be submitted with the bid
42 Section III. Evaluation Criteria
(v) The bidder shall submit documentary evidence that they have a well-
equipped workshop for attending to any repairs/after sales services and full
details/address of the workshop shall be given with the bid.
(iv) The Bidder shall furnish documentary evidence to demonstrate that the
Goods it offers meet the following usage requirement: [list the
requirement(s)]
The containerized pressure filtration plants meet the requirement for
treating water for potable use as per the Drinking Water Standard of
Mauritius of EPA 1991 (G.N No.55 of 1996).
Bidders may respond to these criteria using a drop down list on the basis of
Complied, Not Complied or Partially Complied and support their response by
filling in the text box provided for and/or by uploading documents where so
allowed.
S
Mandatory Criteria
No
1 Valid Trade License
2 Bidder is of Mauritius citizen or entities incorporated in Mauritius
3 Bidder shall not have conflict of interest
4 Bidder is not debarred
S No Mandatory Criteria
The manufacturer must have least five (5) years of experience in the
manufacturing of Containerised pressure Filtration plants for which the
1 Invitation of Bids is issued. Evidence can be in the form of certified true
copies of contract awards and/or completion certificate for at least the last
five (5) years.
Where the bidder is a trader proposing goods duly authorised by the
manufacturer and for which there is no requirement for local after sale
2
service, the bidder should have experience in handling orders of similar
value and providing support back-up from manufacturers of the goods.
The bidder should submit evidence of having handled one similar
3
contract in the last ten (10) years.
The manufacturer shall have a certificate for its Quality Management
4 System as per ISO 9001:2008 Standard or any latest Standard. A
copy of the ISO, certificate for QMS shall be submitted with the bid.
The bidder shall submit documentary evidence that they have a well-
5 equipped workshop for attending to any repairs/after sales services and
full details/address of the workshop shall be given with the bid
Financial Stability of the Bidder – The Bidder shall submit Key
6 Financial Information extracted from Audited Accounts/ Financial
Statement as per the template in Section IV- Response Templates.
The Bidder shall furnish documentary evidence at bidding stage to
7
demonstrate that it meets the following experience requirement(s):
During the last ten (10) years, the Manufacturer must have completed
7.1 successfully at least one contract for the supply of containerised pressure
filtration plants. The following details must be provided:
7.1.1 (a)Name of the Client/s
7.1.2 (b)Original contract sum, and
7.1.3 (c)The actual date for completion of the contract\
Evidences to demonstrate that bidders are technically capable to execute
the Contract for the Supply, Installation and Commissioning of
Containerised Pressure filtration Plants such as Workshop facilities to
carry out servicing/repairs during warranty period and trained personnel.
7.2
The workshop shall be fitted with appropriate lift, tools and other
machines that shall be used during servicing and repairs. At the time of
bidding, the bidder shall submit the details of the tools/equipment available
in his workshop.
The workshop personnel shall be supervised by either a Mechanical or
Electrical Engineer registered under the CRPE and qualified mechanics
7.3 and electricians with Brevet Technician or equivalent in their respective
field. The CV of the workshop personnel shall be submitted at the time of
bidding.
The Manufacturer/ Bidder shall furnish documentary evidence to
demonstrate that the Goods it offers meet the following usage requirement:
7.4 The containerized pressure filtration plants meet the requirement for
treating water for potable use as per the Drinking Water Standard of
Mauritius of EPA 1991 (G.N No.55 of 1996).
Section III. Evaluation Criteria 45
S No Mandatory Criteria
1 The shall comply to all the technical specifications laid down under Section V –
Schedule of Requirements
2 The quality of the filtered water shall comply with the Drinking Water Standards of
Mauritius as per the Environment Protection Act 1991 (G.N No. 55 of 1996).
(Bidder to upload document here)
3 The filtration plants shall treat raw water with Turbidity up to 50 NTU at each site in
container of 6 m length (Bidder to upload document and drawing)
4 The filtration plants shall treat raw water with Turbidity up to 300 NTU at each site
in container of 12 m length (Bidder to upload document and drawing)
5 The working principle shall be described in details as per Clause 7 of 3. Technical
Specifications of Section V – Schedule of Requirements duly supported with
appropriate drawings from the Manufacturer/Supplier(Bidder to upload details and
drawing)
5.1 If the Bidding Data Sheet so specifies, the Purchaser will grant a margin of preference
to goods manufactured in Mauritius for the purpose of bid comparison, in accordance with the
procedures outlined in subsequent paragraphs.
5.2 The following procedure shall be used to apply the margin(s) of preference:
(b) for the purpose of further evaluation and comparison of bids only, all bids
classified in Group B shall be increased by the percentage(s) of preference
allocated to those in group A.
(a) be a Small and Medium Enterprise having an annual turnover not exceeding
Rs 50m, incorporated in the Republic of Mauritius; or
(b) in case of a Joint Venture between Small and Medium Enterprises; or between
Small and Medium Enterprises and foreign manufacturers, the entity should
be incorporated in the Republic of Mauritius and the domestic manufacturers
be individually eligible for the preference as per (a) above; and
(c) where the local manufacturing input in terms of material, labour and overhead
accounts for at least 30 per cent of the cost of production of the goods.
Table of Templates
Price Schedule C1: Goods Manufactured outside Mauritius already imported (not
adjustable to foreign currency) – Base Offer ..................................................................... 52
Response templates
This Section refers to templates that have to be used for online bidding. Some of them are
already provided in the e-Procurement System whereas others are required to be uploaded in
the format of documents contained herein.
Section IV. Bidding Forms 49
In case the public body has requested a Bid Security in the Bid Data Sheet, Bidders will be
required to upload the scanned copy of their Bid Security as a response template and to
forward the original as a document to reach the public body before the deadline for the
submission of bids.
50 Section IV. Bidding Forms
Certified by Bidder that information are true extract from Audited Accounts/Financial
Statements
Name:
Signature:
Capacity:
Date:
Section IV. Bidding Forms 51
Prices not submitted in the templates provided for in the e-procurement system will not be
considered.
Templates provided cater for pricing line items in various scenarios to meet the requirement
of the procuring entity. Over and above the template for goods manufactured in Mauritius
and that for related services, there are four groups of different INCOTERMS each providing
the possibility to bidders to make a base offer, two options and one alternative against each
line item, if so allowed by the Purchaser.
The Price Template as viewed by the Supplier for each group is shown below as a sample.
The structure of the four templates within a group is identical. These templates as viewed by
the Purchaser also contain additional columns for codification number, estimated rate and
estimated amount.
The list hereunder shows the templates that are applicable to procurement of goods
Bidders are allowed to fill in their prices and other data against each line item in the template
for Base Offer. For those items where the bidder is not submitting a quote he should insert 0
in the price(s) columns and N/Q in other columns.
Section IV Bidding Forms 52
Price Schedule C1: Goods Manufactured outside Mauritius already imported (not adjustable to foreign
currency) – Base Offer (Delivery Duty Paid)
(a) Prices shall be in Mauritian Rupees
(b) Evaluation of the substantially lowest bid will be done by the Public Body item wise or all items put together as defined in
the BDS
(c) Payment to the Supplier will be in Mauritian Rupees.
Unit price
Make Price per line item VAT payable
Delivery including Total Price per
Sr. Item and inclusive of Custom per line item if
Description of Goods and related services Quant Physical in Custom Duties line item (In
No. Cod Country Duties and Import Contract is
(3) ity (4) unit (5) Weeks and Import MUR) (11)
(1) e of Origin Taxes paid (In MUR) awarded (In
(7) Taxes paid (in (Col. 9+10)
(2) (6) (9) (col 4x8) MUR) (10)
MUR) (8)
To be
To be
entered
filled by To be filled by Auto Calculate To be filled by Auto Calculate
by
Supplier Supplier2 supplier
Supplier
Supply, Installation and Commissioning of 1 No. containerized
1 A1 pressure filtration plants of capacity 2000 m3/day at Mon Loisir 1 No
Rouillard Reservoir.
Bidder to quote the Price for related Services for item A1
A2
for Inspection and maintenance of 1 No. containerized
2 24 Months
pressure filtration plants (fortnightly inspection of each
plant) at Mon Loisir Rouillard Reservoir.
Supply, Installation and Commissioning of 1 Nos. containerized
3 B1 pressure filtration plants of capacity 2000 m3/day at Rouge Terre 1 No
Reservoir.
Bidder to quote the Price for related Services for item B1
B2 for Inspection and maintenance of 1 Nos. containerized
4 24 Months
pressure filtration plants (fortnightly inspection of each
plant) at Rouge Terre Reservoir.
Supply, Installation and Commissioning of 1 No. containerized
5 1 No
C1 pressure filtration plants of capacity 2000 m3/day at Bois Noir.
Bidder to quote the Price for related Services for item C1
for Inspection and maintenance of 1 No. containerized
6 C2 24 Months
pressure filtration plants (fortnightly inspection of plant) at
Bois Noir.
Section IV Bidding Forms 53
6. Manufacturer’s Authorization
Bidder shall use this format to obtain a Manufacturer’s Authorization if so required by
the Purchaser for the specific procurement and upload a scanned copy as indicated in
the system.
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. This letter of authorization should be on the letterhead of the
Manufacturer and should be signed by a person with the proper authority to sign documents
that are binding on the Manufacturer. The Bidder shall include it in its bid, if so indicated in
the BDS.].
Date: [insert date (as day, month and year) of Bid Submission]
Procurement Ref. No.: [insert number of bidding process]
Alternative No.: [insert identification No if this is a Bid for an alternative]
WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of [insert type
of goods manufactured], having factories at [insert full address of Manufacturer’s factories],
do hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which is
to provide the following Goods, manufactured by us [insert name and or brief description of
the Goods], and to subsequently negotiate and sign the Contract.
We hereby extend our full guarantee and warranty in accordance with Clause 28 of the
General Conditions of Contract, with respect to the Goods offered by the above firm.
Labour Cost
Utilities
2. List of Related Services and Completion Schedule ...........Error! Bookmark not defined.
*Note: Connection works to the plant (water and electricity) will be carried out by CWA after delivery and installation (excluding connection
works for backwash tank).
2. Technical Specifications
1. Scope of Supply
The Central Water Authority requires to purchase Six (6) Nos. Containerised Pressure Filtration Plants to treat
raw water from reservoirs and rivers for domestic use and same shall be installed at the following sites and
capacity:
Sr.No Sites Containerized Pressure Containerized Pressure
Filtration Plant Filtration Plant
No. of filtration plant with No. of filtration plant with
treatment Capacity of treatment Capacity of
2000 m3/day 2500 m3/day
1 Mon Loisir Rouillard 1
Reservoir
2 Rouge Terre Reservoir 1
3 Bois Noir 1
4 Alma Reservoir 1
5 Beau Champ 1
6 Beau Songes 1
Total 4 2
All the Six (6) containerised pressure filtration plants shall be installed and commissioned by the successful
bidder/s.
59
60 Section V. Schedule of Requirements
4. Access to site
Access to sites will be limited to 1 lane traffic along tarred or untarred (gravel and track) roads. Provision
must be made by the Contractor for adequate vehicles and hoisting equipment, in line with the rules of
Incoterms 2010.
5. Water Treatment
a) The Containerised Pressure Filtration Plant shall filter the raw water to remove the total suspended solids and
turbidity.
b) The quality of the filtered water shall comply with the Drinking Water Standards of Mauritius as per the
Environment Protection Act 1991 (G.N No. 55 of 1996)
c) River Water Quality
To treat raw water with Turbidity up to 50 NTU at the following sites:
- Mon Loisir Rouillard Reservoir
- Rouge Terre Reservoir
- Bois Noir
- Beau Songes
To treat raw water with Turbidity up to 300 NTU at the following sites:
- Alma Reservoir
- Beau Champ
The bidder shall provide an appropriately sized uninterrupted power supply with overload and short-circuit
protection for back-up of the PLC system. After the battery of the UPS is exhausted, the UPS should include
an auto-restart function upon resumption of power. The battery of the UPS shall be of sufficient autonomy to
sustain an operation of 1 hour after a power failure and shall have in-built multiple audio warning functions.
The UPS shall contain various LED indicating functions and equipped with lightning surge protecting device.
61
62 Section V. Schedule of Requirements
Hence, following mains power failure, the PLC shall be supplied via the UPS and upon resumption of power,
whether the battery of the UPS is exhausted or not, the plant shall resume operation automatically from the
point and timing of operation at the time of the power outage.
7. Electrical Protection
The bidder shall provide the following electrical equipment:
a. Surge Protecting Device
Four pole surge protecting device, 3P+N (400V, modular type with replaceable cartridge) shall be installed in
the control panel. The surge arrester shall be of type 2 with a minimum rated current of 25kA and complete
with corresponding circuit disconnection device.
To safeguard against CEB voltage spikes, suitable under voltage and over voltage protection relays shall be
supplied and installed. The relay units shall be of adjustable type and shall be suitable for operation under all
voltage conditions anticipated.
A phase monitoring relay shall be supplied and installed to indicate a loss of one or more phases on the
incoming CEB supply and therefore automatic tripping of the main circuit breaker under these fault
conditions.
8. Container
The container shall be of a maximum length of 6 m (20 feet) for treating raw water with turbidity up to 50
NTU and a maximum length of 12 m (40 feet) for treating raw water with turbidity up to 300 NTU. The
containers shall be of good quality to house the Pressure Filtration Plant and shall be equipped with an energy
saving lighting fittings and installation. The container shall:
i. be heat and corrosion resistant,
ii. be equipped with an extractor fan controlled by a real time switch and provide sufficient space/clearance
(min 500 mm on each side) and lighting inside the container for maintenance and inspection of the
filtration units and associated equipment.
iii. The base of the filtration plants will be constructed as per the requirements of the Bidder/Manufacturer.
iv. The floor shall include proper drainage for evacuation of water in the container.
v. Flooring shall be protected from corrosion (including corrosion caused by spillage of chemicals).
vi. All the necessary equipment required for the treatment process and monitoring should be housed in the
container except the water tank for backwashing and mixing chemical tank if required. The water tank for
backwashing shall be a separate tank located outside of the container.
vii. The necessary equipment required for the treatment process housed inside the container shall be able to
sustain a nominal pressure of up to 6 bar.
viii. The container shall have a local alarm system/flashing light during malfunction and breakdown.
(b). The containerised filtration plant shall also be equipped with an appropriate fiber glass or
polyethylene tank for automatic backwashing of the filter/sand. This tank shall be located outside of
the container. The backwashing shall operate according to the following principles:
i. Differential pressure between the inlet and outlet of the filtration unit and
ii. Adjustable time based (Easily configured: 24 hour/7days programmable real time switch)
Both principles shall be selectable by the mean of a rotary switch or any equivalent user friendly
method. In addition, manual backwashing shall also be available. The mechanism for differential
pressure shall be protected from intrusion of solids from the raw water.
(c). A mechanical flow meter with electrical pulser for measuring the volume of filtered water being
injected into the reservoir. The flow meter shall be installed according to the manufacturer’s
recommendations - the meter shall be installed on a straight portion of the piping and clearance
distance before and after the meter shall be respected.
(d). The filtered water shall then be fed to:
i. An appropriate size pure water tank (fiberglass/polyethylene), located outside of the container, to
cater for at least two backwashing per day and,
ii. CWA Reservoir/Network.
The pressure head at the output of the filtration plant shall be sufficient to fill the pure water tank and
CWA Reservoir simultaneously.
63
64 Section V. Schedule of Requirements
The containerized Pressure filtration plants with treatment capacity of 2000 m3/day and 2500 m3/day
shall be equipped with mixed media filter capable to treat the specified raw water and the chemical
used, if any in the treatment process, should be mentioned.
Schematics of plant flow diagram and container layout shall be submitted together with the bid.
i. The Intake pumps will be provided by the Authority.
ii. During the backwashing process, the production of treated water shall be at least 50 % of the
maximum filtration capacity of the filtration plant.
(e). Booster pumps shall be supplied for each of the containerized pressure filtration plant with the
following characteristics:
i. For treatment capacity of 2000 m3/day; Flow = 80 m3/h; Head – 4 bar.
ii. For treatment capacity of 2500 m3/day; Flow = 100 m3/h; Head – 4 bar.
(f). The inlet pipe of the containerized pressure filtration plant shall be equipped with a pressure relief valve of
diaphragm type with pilot to protect the plant from pressure over 6 bar. The relief valve may be installed
inside the container with a release pipe to the outside or installed at the inlet outside the container, with
adequate support block(s) and chamber.
(h). The filtration process shall be compatible with locally available liquid pre-polymerised coagulants/liquid
polyelectrolytes, if coagulants are required. The Supplier/Manufacturer shall provide calibration charts for
chemical dosage.
(i). The filtration plant shall be equipped with inline sensors for measuring water quality parameters such as pH
and turbidity as well as flow rate at inlet and outlet of the plant. The plant shall be equipped with remote
monitoring equipment and the readings shall be made available online in real time, by means of a graphical
interface.
(j). These readings shall be made available online in real time through remote monitoring software/web based
interface, by means of a graphical interface (in english), provided by the supplier/manufacturer.
(k). The filtration plant shall include warning system in case of failure or malfunction through a telemetry system
(e-mail/SMS) or equivalent, for a minimum of three recipients. The type of failure shall also be
communicated.
(l). The plant shall automatically shut down when the inlet pressure is lower than the minimum operating
pressure of the plant and shall automatically resume operation as soon as the pressure is higher than the
minimum operating pressure.
1. Training
Training shall be provided to five (5) CWA Technical personnel for inspection, operation and maintenance of
the Filtration Plant for one (1) day for each site. The training shall also include the troubleshooting and
methods of PLC programming for the overall automated system. Two (2) Operation and Maintenance
Manuals shall be supplied to the Client for each filtration plant and shall include details about PLC
programming, including use of software provided.
The Supplier/Manufacturer shall carry out a presentation describing the proposed filtration plant at the CWA
head office, as instructed and scheduled by the Employer’s Representative.
2. Warranty Period
The Containerised Pressure Filtration Plants shall be guaranteed for a period of twenty-four (24) months
from the date of commissioning of each plant.
The booster pumps and autotransformer panels shall be guaranteed for a period of twenty four (24) months
from the date of commissioning same.
4. Spare Parts
The successful Bidder shall keep a minimum quantity of spare parts for two (2) years as per Manufacturer’s
recommendation for the simultaneous operation and maintenance of all the Containerised Pressure Filtration
Plants. A list of these required spare parts shall be indicated by each Bidder at stage of submission of their bid
and upon award of the Contract. Spare parts shall be handed over to the Employer after the two (2) years
inspection and maintenance period.
A copy of the software for programming the PLC and a copy of the program uploaded on the PLC for
executing the complete filtration process shall be submitted to the Client at commissioning stage of the
65
66 Section V. Schedule of Requirements
Filtration Plant. Any communication cables shall also be provided for each PLC for each filtration plant. Any
necessary credentials and access authorisation to the PLC program shall be provided at commissioning stage.
5. Technical Documents
Bidders are requested to provide all the technical details/catalogues of the containerised Pressure Filtration
Plant, electro-mechanical and electronic equipment at bidding stage and upon award. The proposed filtration
process and layout of the plant shall also be submitted at bidding stage.
The mechanical and electrical equipment shall comply with the latest ISO standards and the same shall be
indicated in the offer.
Table of Specifications
Item
Item description Specifications
No
A B C
Up to 50 NTU 2000 m3/day
1 Capacity
Up to 300 NTU 2500 m3/day
pH - 6.5 – 8.5
Turbidity 5 NTU
Electrical Voltage & 400V ± 6% at 50Hz
3
Power supply Frequency
Up to 50 NTU 6m (20 ft)
4 Dimensions
Up to 300 NTU 12m(40 ft)
67
68 Section V. Schedule of Requirements
A B C D E
Filtered Water - pH - 6.5 – 8.5
Quality
- TDS – up to 1000 ppm
- Colour - 20 Pt-Co
- Turbidity - 5 NTU
Regulations, - Electrical Works
standards and - Mechanical Works
Workmanship
Container -nominal inlet pressure up to 6 bar
A B C D E
Working - Fiber glass or polyethylene tank for automatic backwashing
Principle
of the filter/sand outside the container for at least two
of
Filtration backwashing per day
Plant
- Backwashing shall operate:
i. Differential pressure between the inlet and outlet of the
filtration unit
ii. Adjustable time based (Easily configured: 24 hour/7days
programmable real time switch)
- During the backwashing process, the production of treated
water shall be at least 50 % of the maximum filtration
capacity of the filtration plant
- Mechanical flow meter with electrical pulser for measuring
the volume of filtered water
- Schematics of plant flow diagram and container layout
-Booster Pumps:
i. 2000 m3/day; Flow = 80 m3/h; Head – 4 bar
ii. 2500 m3/day; Flow = 100 m3/h; Head – 4 bar
69
70 Section V. Schedule of Requirements
PART 3 - Contract
Section VI. General Conditions of Contract 73
1. Definitions ........................................................................................................................ 74
2. Contract Documents ....................................................................................................... 75
3. Fraud/ Corruption and Integrity Clause ...................................................................... 75
4. Interpretation .................................................................................................................. 76
5. Language.......................................................................................................................... 78
6. Joint Venture, Consortium or Association ................................................................... 78
7. Eligibility.......................................................................................................................... 78
8. Notices .............................................................................................................................. 78
9. Governing Law ................................................................................................................ 79
10. Settlement of Disputes .................................................................................................... 79
11. Inspections and Audit ..................................................................................................... 79
12. Scope of Supply ............................................................................................................... 80
13. Delivery and Documents................................................................................................. 80
14. Supplier’s Responsibilities ............................................................................................. 80
15. Contract Price ................................................................................................................. 80
16. Terms of Payment ........................................................................................................... 80
17. Taxes and Duties ............................................................................................................. 81
18. Performance Security ..................................................................................................... 81
19. Copyright ......................................................................................................................... 81
20. Confidential Information ............................................................................................... 82
21. Subcontracting ................................................................................................................ 83
22. Specifications and Standards ......................................................................................... 83
23. Packing and Documents ................................................................................................. 83
24. Insurance ......................................................................................................................... 84
25. Transportation ................................................................................................................ 84
26. Inspections and Tests ...................................................................................................... 84
27. Liquidated Damages ....................................................................................................... 85
28. Warranty ......................................................................................................................... 85
29. Patent Indemnity ............................................................................................................. 86
30. Limitation of Liability .................................................................................................... 87
31. Change in Laws and Regulations .................................................................................. 88
32. Force Majeure ................................................................................................................. 88
33. Change Orders and Contract Amendments ................................................................. 88
34. Extensions of Time .......................................................................................................... 89
35. Termination ..................................................................................................................... 90
36. Assignment....................................................................................................................... 91
37. Export Restriction ........................................................................................................... 91
74 Section VI. General Conditions of Contract
the Supplier.
2. Contract 2.1 Subject to the order of precedence set forth in the Contract
Documents Agreement, all documents forming the Contract (and all parts
thereof) are intended to be correlative, complementary, and
mutually explanatory. The Contract Agreement shall be read
as a whole.
3. Fraud/ 3.1 If the Purchaser determines that the Supplier and/or any of its
Corruption and personnel, or its agents, or its Subcontractors, consultants,
Integrity Clause service providers, suppliers and/or their employees has
engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices, in competing for or in executing the
Contract, then the Purchaser may, after giving 14 days notice
to the Supplier, terminate the Supplier's employment under the
Contract and cancel the contract, and the provisions of Clause
35 shall apply as if such expulsion had been made under Sub-
Clause 35.1.
(a) For the purposes of this Sub-Clause:
(i) “corrupt practice” is the offering, giving,
receiving or soliciting, directly or indirectly, of
anything of value to influence improperly the
actions of another party6;
(ii) “fraudulent practice” is any act or omission,
including a misrepresentation, that knowingly or
recklessly misleads, or attempts to mislead, a
party to obtain a financial or other benefit or to
avoid an obligation7;
6
“Another party” refers to a public official acting in relation to the procurement process or contract execution.
In this context, “public official” includes Public Body’s staff and employees of other organizations taking or
reviewing procurement decisions.
7
“Party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or
contract execution; and the “act or omission” is intended to influence the procurement process or contract
execution.
75
76 Section VI. General Conditions of Contract
4. Interpretation 4.1 If the context so requires it, singular means plural and vice versa.
8
“Parties” refers to participants in the procurement process (including public officials) attempting to establish
bid prices at artificial, non competitive levels.
9
“Party” refers to a participant in the procurement process or contract execution.
Section VI. General Conditions of Contract 77
4.2 Incoterms
(b) The terms EXW, CIP, FCA, CFR and other similar
terms, when used, shall be governed by the rules
prescribed in the edition of Incoterms specified in the
SCC and published by the International Chamber of
Commerce in Paris, France.
4.4 Amendment
77
78 Section VI. General Conditions of Contract
7. Eligibility 7.1 The Supplier and its Subcontractors shall have the nationality
of an eligible country. A Supplier or Subcontractor shall be
deemed to have the nationality of a country if it is a citizen or
constituted, incorporated, or registered, and operates in
conformity with the provisions of the laws of that country.
7.2 All Goods and Related Services to be supplied under the
Contract shall have their origin in Eligible Countries. For the
purpose of this Clause, origin means the country where the
goods have been grown, mined, cultivated, produced,
manufactured, or processed; or through manufacture,
processing, or assembly, another commercially recognized
article results that differs substantially in its basic
characteristics from its components.
8. Notices 8.1 Any notice given by one party to the other pursuant to the
Contract shall be in writing to the address specified in the
SCC. The term “in writing” means communicated in written
form with proof of receipt.
8.2 A notice shall be effective when delivered or on the notice’s
Section VI. General Conditions of Contract 79
79
80 Section VI. General Conditions of Contract
termination.
12. Scope of Supply 12.1 The Goods and Related Services to be supplied shall be as
specified in the Schedule of Requirements.
13. Delivery and 13.1 Subject to GCC Sub-Clause 33.1, the Delivery of the Goods and
Documents Completion of the Related Services shall be in accordance with
the Delivery and Completion Schedule specified in the Schedule
of Requirements. The details of shipping and other documents
to be furnished by the Supplier are specified in the SCC.
14. Supplier’s 14.1 The Supplier shall supply all the Goods and Related Services
Responsibilities included in the Scope of Supply in accordance with GCC
Clause 12, and the Delivery and Completion Schedule, as per
GCC Clause 13.
15. Contract Price 15.1 Prices charged by the Supplier for the Goods supplied and the
Related Services performed under the Contract shall not vary
from the prices quoted by the Supplier in its bid, with the
exception of any price adjustments authorized in the SCC.
16. Terms of 16.1 The Contract Price, including any Advance Payments, if
Payment applicable, shall be paid as specified in the SCC.
16.2 The Supplier’s request for payment shall be made to the
Purchaser in writing, accompanied by invoices describing, as
appropriate, the Goods delivered and Related Services
performed, and by the documents submitted pursuant to GCC
Clause 13 and upon fulfillment of all other obligations
stipulated in the Contract.
16.3 Payments shall be made promptly by the Purchaser, but in no
case later than sixty (60) days after submission of an invoice
or request for payment by the Supplier, and after the
Purchaser has accepted it.
16.4 The currencies in which payments shall be made to the
Supplier under this Contract shall be made subject to the
following general principle:
(a) payment will be made in the currency or currencies in
which the the bid price is expressed.
16.5 In the event that the Purchaser fails to pay the Supplier any
payment by its due date or within the period set forth in the
Section VI. General Conditions of Contract 81
17. Taxes and Duties 17.1 For goods manufactured outside Mauritius, the Supplier shall
be entirely responsible for all taxes, stamp duties, license fees,
and other such levies imposed outside Mauritius.
18. Performance 18.1 If required as specified in the SCC, the Supplier shall, within
Security twenty-eight (28) days of the notification of contract award,
provide a performance security for the performance of the
Contract in the amount specified in the SCC.
19. Copyright 19.1 The copyright in all drawings, documents, and other materials
containing data and information furnished to the Purchaser by
the Supplier herein shall remain vested in the Supplier, or, if
they are furnished to the Purchaser directly or through the
Supplier by any third party, including suppliers of materials,
81
82 Section VI. General Conditions of Contract
21. Subcontracting 21.1 The Supplier shall notify the Purchaser in writing of all
subcontracts awarded under the Contract if not already
specified in the bid. Such notification, in the original bid or
later shall not relieve the Supplier from any of its obligations,
duties, responsibilities, or liability under the Contract.
23. Packing and 23.1 The Supplier shall provide such packing of the Goods as is
Documents required to prevent their damage or deterioration during
transit to their final destination, as indicated in the Contract.
During transit, the packing shall be sufficient to withstand,
without limitation, rough handling and exposure to extreme
temperatures, salt and precipitation, and open storage.
Packing case size and weights shall take into consideration,
where appropriate, the remoteness of the goods’ final
destination and the absence of heavy handling facilities at all
points in transit.
83
84 Section VI. General Conditions of Contract
24. Insurance 24.1 Unless otherwise specified in the SCC, the Goods supplied
under the Contract shall be fully insured—in a freely
convertible currency from an eligible country—against loss or
damage incidental to manufacture or acquisition,
transportation, storage, and delivery, in accordance with the
applicable Incoterms or in the manner specified in the SCC.
25. Transportation 25.1 Unless otherwise specified in the SCC, responsibility for
arranging transportation of the Goods shall be in accordance
with the specified Incoterms.
26. Inspections and 26.1 The Supplier shall at its own expense and at no cost to the
Tests Purchaser carry out all such tests and/or inspections of the
Goods and Related Services as are specified in the SCC.
26.2 The inspections and tests may be conducted on the premises
of the Supplier or its Subcontractor, at point of delivery,
and/or at the Goods’ final destination, or in another place in
Mauritius as specified in the SCC. Subject to GCC Sub-
Clause 26.3, if conducted on the premises of the Supplier or
its Subcontractor, all reasonable facilities and assistance,
including access to drawings and production data, shall be
furnished to the inspectors at no charge to the Purchaser.
26.3 The Purchaser or its designated representative shall be entitled
to attend the tests and/or inspections referred to in GCC Sub-
Clause 26.2, provided that the Purchaser bear all of its own
costs and expenses incurred in connection with such
attendance including, but not limited to, all travelling and
board and lodging expenses.
26.4 Whenever the Supplier is ready to carry out any such test and
inspection, it shall give a reasonable advance notice, including
the place and time, to the Purchaser. The Supplier shall
obtain from any relevant third party or manufacturer any
necessary permission or consent to enable the Purchaser or its
designated representative to attend the test and/or inspection.
26.5 The Purchaser may require the Supplier to carry out any test
and/or inspection not required by the Contract but deemed
necessary to verify that the characteristics and performance of
the Goods comply with the technical specifications codes and
standards under the Contract, provided that the Supplier’s
reasonable costs and expenses incurred in the carrying out of
Section VI. General Conditions of Contract 85
28. Warranty 28.1 The Supplier warrants that all the Goods are new, unused, and
of the most recent or current models, and that they incorporate
all recent improvements in design and materials, unless
provided otherwise in the Contract.
28.2 Subject to GCC Sub-Clause 22.1(b), the Supplier further
warrants that the Goods shall be free from defects arising
from any act or omission of the Supplier or arising from
design, materials, and workmanship, under normal use in the
85
86 Section VI. General Conditions of Contract
29. Patent 29.1 The Supplier shall, subject to the Purchaser’s compliance with
Indemnity GCC Sub-Clause 29.2, indemnify and hold harmless the
Purchaser and its employees and officers from and against any
and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which the Purchaser
may suffer as a result of any infringement or alleged
infringement of any patent, utility model, registered design,
trademark, copyright, or other intellectual property right
registered or otherwise existing at the date of the Contract by
reason of:
(a) the installation of the Goods by the Supplier or the use
of the Goods in the country where the Site is located;
and
(b) the sale in any country of the products produced by the
Goods.
Such indemnity shall not cover any use of the Goods or any
part thereof other than for the purpose indicated by or to be
Section VI. General Conditions of Contract 87
87
88 Section VI. General Conditions of Contract
32. Force Majeure 32.1 The Supplier shall not be liable for forfeiture of its
Performance Security, liquidated damages, or termination for
default if and to the extent that its delay in performance or
other failure to perform its obligations under the Contract is
the result of an event of Force Majeure.
32.2 For purposes of this Clause, “Force Majeure” means an event
or situation beyond the control of the Supplier that is not
foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the Supplier. Such
events may include, but not be limited to, acts of the
Purchaser in its sovereign capacity, wars or revolutions, fires,
floods, epidemics, quarantine restrictions, and freight
embargoes.
32.3 If a Force Majeure situation arises, the Supplier shall
promptly notify the Purchaser in writing of such condition and
the cause thereof. Unless otherwise directed by the Purchaser
in writing, the Supplier shall continue to perform its
obligations under the Contract as far as is reasonably
practical, and shall seek all reasonable alternative means for
performance not prevented by the Force Majeure event.
33. Change Orders 33.1 The Purchaser may at any time order the Supplier through
and Contract notice in accordance GCC Clause 8, to make changes within
Section VI. General Conditions of Contract 89
Amendments the general scope of the Contract in any one or more of the
following:
(a) drawings, designs, or specifications, where Goods to be
furnished under the Contract are to be specifically
manufactured for the Purchaser;
(b) the method of shipment or packing;
34. Extensions of 34.1 If at any time during performance of the Contract, the
Time Supplier or its subcontractors should encounter conditions
impeding timely delivery of the Goods or completion of
Related Services pursuant to GCC Clause 13, the Supplier
shall promptly notify the Purchaser in writing of the delay, its
likely duration, and its cause. As soon as practicable after
receipt of the Supplier’s notice, the Purchaser shall evaluate
the situation and may at its discretion extend the Supplier’s
time for performance, in which case the extension shall be
ratified by the parties by amendment of the Contract.
89
90 Section VI. General Conditions of Contract
36. Assignment 36.1 Neither the Purchaser nor the Supplier shall assign, in whole
or in part, their obligations under this Contract, except with
prior written consent of the other party.
37. Export 37.1 Notwithstanding any obligation under the Contract to
Restriction complete all export formalities, any export restrictions
attributable to the Purchaser, to Mauritius, or to the use of the
products/goods, systems or services to be supplied, which
arise from trade regulations from a country supplying those
products/goods, systems or services, and which substantially
impede the Supplier from meeting its obligations under the
Contract, shall release the Supplier from the obligation to
provide deliveries or services, always provided, however, that
the Supplier can demonstrate to the satisfaction of the
Purchaser that it has completed all formalities in a timely
manner, including applying for permits, authorizations and
licenses necessary for the export of the products/goods,
systems or services under the terms of the Contract.
Termination of the Contract on this basis shall be for the
Purchaser’s convenience pursuant to Sub-Clause 35.3.
91
Section VII. Special Conditions of Contract 92
However, the Bidder will be informed of any change in the sites prior to the
supply, installation and commissioning of the pressure containerized filtration
plants without incurring any additional cost.
GCC 4.2 (a) The meaning of the trade terms shall be as prescribed by Incoterms.
GCC 4.2 (b) The version edition of Incoterms shall be Incoterms 2010.
Section VII Special Conditions of Contract 93
GCC 10.2 The rules of procedure for arbitration proceedings pursuant to GCC Clause
10.2 shall be as follows:
GCC 13.1 Details of Shipping and other Documents to be furnished by Suppliers are:
For Goods from local suppliers (already imported on the basis of delivery to
warehouse-DDP):
Upon or before delivery of the Goods, the Supplier shall notify the Purchaser in
writing and deliver the following documents to the Purchaser:
(i) one original and two copies of the Supplier’s invoice, showing
Purchaser, the Contract number, Goods’ description, quantity, unit
price, and total amount. Invoices must be signed in original and
stamped or sealed with the company stamp/seal;
(ii) one original of the manufacturer’s or Supplier’s Warranty
certificate covering all items supplied;
(iii) one original of the Supplier’s Certificate of Origin emanated from
the Country’s Chamber of Commerce covering all items supplied;
GCC 15.1 The prices charged for the Goods supplied and the related Services performed
shall not be adjustable.
GCC 16.1 The method and conditions of payment to be made to the Supplier under this
93
94 Section VII Special Conditions of Contract
GCC 16.4 (b) Local Suppliers shall be paid in Fixed Mauritian Rupees only after the supply
of the goods and successful commissioning of each plant. The prices shall not
be adjustable to fluctuation in the rate of exchange.
GCC 16.5 Interest shall be payable immediately after the due date for payment.
The interest rate shall be the legal rate.
GCC 18.4 Discharge of the Performance Security shall take place as indicated in sub
clause GCC 18.4
GCC 23.2 The packing, marking and documentation within and outside the packages shall
be: Not Applicable
GCC 25.1 Responsibility for transportation of the Goods shall be as specified in the
Incoterms.
Section VII Special Conditions of Contract 95
GCC 26.1 The inspections and tests shall be: as per Section V, Schedule of
Requirements, Inspection and Tests
GCC 26.2 The Inspections and tests shall be conducted at: Mon Loisir Rouillard
Reservoir, Rouge Terre Reservoir, Bois Noir, Alma Reservoir, Beau
Champ and Beau Songes.
GCC 27.1 The liquidated damages shall be: 1% per week of the value of the
undelivered/uncommissioned containerized pressure filtration plants, as
from the expected commissioning date.
GCC 27.1 The maximum amount of liquidated damages shall be: 10% of the total
contract sum after which the contract shall be terminated.
GCC 28.3 The period of validity of the Warranty shall be: Two (2) years from the date of
commissioning of each plant.
For purposes of the Warranty, the place(s) of final destination(s) shall be:
GCC 28.5 The period for repair or replacement shall be done within twenty-four (24)
hours upon notification of breakdown.
GCC 32.2 Force Majeure is defined as follows and is not limited to, acts of the Purchaser
in its sovereign capacity as follows:
i. War, hostilities (whether war be declared or not), invasion, act of
foreign enemies
ii. Rebellion, terrorism, revolution, insurrection, military or usurped
power, or civil war
iii. Riot, commotion, disorder, strike or lockout by persons other than the
Contractors’ Personnel and other employees of the Contractor and Sub-
Contractors,
iv. Munitions of war, explosive materials, ionising radiation or
contamination by radio-activity, except as may be attributable to the
Contractor’s use of such munitions, explosives, radiation or radio-
activity, freight embargoes and
v. Natural catastrophes such as earthquake, hurricane, typhoon or volcanic
activity, fires, floods, epidemics, quarantine restrictions and freight
embargoes.
No other event will be considered as Force Majeure.
GCC 34.1 The attention of Bidders is drawn to the fact that it is their responsibility to
prospect the market in view of selecting the supplier/s which will honour the
contract provisions, namely specification and delivery period. No delay in the
delivery period by the Bidder and/or the Supplier will be entertained except in
the circumstance of Force Majeure as defined at Clause GCC 32.2.
95
96 Section VII Special Conditions of Contract
97
Table of Forms
1. Contract Agreement
[The successful Bidder shall fill in this form in accordance with the instructions indicated]
BETWEEN
(1) [ insert complete name of Purchaser ], a [ insert description of type of legal
entity, for example, an agency of the Ministry of .... of the Government of
{ Mauritius }, or company incorporated under the laws of {Mauritius} ] and
having its principal place of business at [ insert address of Purchaser ]
(hereinafter called “the Purchaser”), and
(2) [ insert name of Supplier ], a company incorporated under the laws of [ insert:
country of Supplier ] and having its principal place of business at [ insert:
address of Supplier ] (hereinafter called “the Supplier”).
WHEREAS the Purchaser invited bids for certain Goods and related services, viz., [insert
brief description of Goods and Services] and has accepted a Bid by the Supplier for the
supply of those Goods and Services in the sum of [insert Contract Price in words and
figures, expressed in the Contract currency(ies) ] (hereinafter called “the Contract Price”).
1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall constitute the Contract between the Purchaser and the
Supplier, and each shall be read and construed as an integral part of the Contract:
3. This Contract shall prevail over all other Contract documents. In the event of any
discrepancy or inconsistency within the Contract documents, then the documents shall
prevail in the order listed above.
5. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of
the Goods and Services and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and
in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of Mauritius on the day, month and year indicated above.
99
100 Invitation for Bids
2. Performance Security
[The bank, as requested by the successful Bidder, shall fill in this form in accordance
with the instructions indicated]
Date: [insert date (as day, month, and year) of Bid Submission]
Procurement Reference No. and title: [insert no. and title of bidding process]
10
The Bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either
in the currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.
11
Dates established in accordance with Clause 18.4 of the General Conditions of Contract (“GCC”), taking
into account any warranty obligations of the Supplier under Clause 16.2 of the GCC intended to be secured
by a partial Performance Guarantee. The Purchaser should note that in the event of an extension of the
time to perform the Contract, the Purchaser would need to request an extension of this Guarantee from the
Bank. Such request must be in writing and must be made prior to the expiration date established in the
Guarantee. In preparing this Guarantee, the Purchaser might consider adding the following text to the
Form, at the end of the penultimate paragraph: “We agree to a one-time extension of this Guarantee for a
period not to exceed [six months] [one year], in response to the Purchaser’s written request for such
extension, such request to be presented to us before the expiry of the Guarantee.”