Professional Documents
Culture Documents
SCHEDULE OF PRICES
This is a Lump Sum Contract without adjustments due to any fluctuations in the cost of
labour, materials, plant, equipment, tools, transport, exchange rates and/or taxation. The
Contract Sum shall only be adjusted in accordance with the provisions of the Contract
Documents.
The tenderer is requested to provide breakdown of items cost below and to indicate any
items not listed but necessary for the completion of the project. The items and dimensions
given are to serve as a guide for the tenderer to indicate prices. If any of these items are not
priced, it shall be deemed that the cost for such item/items has been allowed for elsewhere
within this Tender and no claim against them will be considered.
Building Works
Item
Description of Works Price
No.
1 Preliminaries
1.1 Allow for Preliminaries, insurance, design services, protection and $___________
temporary support to the surrounding properties, remove debris off
site, staging, repairing, make good to works disturbed, haulage
and clearing of debris and clean up upon completion etc.
1.2 Allow for demolition of existing architectural, M&E and interior $___________
elements to suit the new design proposal and layout under this
contract. Refer to the requirements stipulated under Part2d-
Requirement Specifications (Design Brief).
2 Statutory Obligations
2.1 Engage Qualified Persons (QP) to assess the proposed works $___________
and endorse on the drawings before the contractor proceeds with
the works on site. The QPs shall carry out all necessary
submissions to the authorities and obtain their approvals. The cost
shall also include the submission fees, appointment of the
Registered Inspector (RI) and the RI fees for obtaining the Fire
Safety Certificate for the works.
Item
Description of Works Price
No.
2.2 Engage Licensed Electrical Worker (LEW) to ensure the $___________
sufficient electrical loading and exercise proper wiring
management (labeling of switches, power points etc). This shall
include endorsement of drawings, single-line drawing fee and LEW
fee, etc. The Contractor shall liaise with ITE’s LEW as specified in
Part 2c - Materials & Workmanship Specification to comply with the
authorities’ requirements.
2.3 Engage Licensed Water Service Plumber (LWSP) to carry out $___________
any water service/sanitary work and design any water service /
sanitary installation and to ensure the work shall comply with the
authorities’ requirements.
3 Builder’s Work
Item
Description of Works Price
No.
3.5 Windows $___________
Remove existing blinds at all window locations. Propose, design
and install decal with design suited to the theme of the 2 labs, B05-
11 & B05-12, at all windows therein. The design of Decal shall be
approved by ITE before installation.
Remove existing floor finishes and replace with new vinyl sheet
flooring and matching skirting. Contractor shall ensure that the
floor screed is flat and level before laying the vinyl sheet.
3.8 Ceiling
Replace existing ceiling boards with new acoustic ceiling boards and $___________
repaint on every alternate ceiling boards from ‘white’ to ‘sky blue
with cloud’ design in B05-13 and B05-14.
3.10 Windows
Remove all existing blinds and accessories; $___________
Design and install suitable consistent decal, related to vertical
transportation, across all windows in the entire lab from B05-13 to
B05-14.
Item
Description of Works Price
No.
3.11 Doors
Create new internal door opening between B05-14 and B05-15 $___________
(1000 mm width and standard door height 2100mm).
3.12 Create new 2.4m high x 2m wide double-leaf frameless tempered $___________
glass door with decals towards Garden from B05-13.
3.13 Replace existing wooden double leaf door with glass-glazed door $___________
with murals towards Garden from B05-15.
3.14 Entrance
3D backlit acrylic main entrance signage. The design of the signage $___________
should be prominent and complement with the theme.
3.15 Replacement of facility unit number plate and door and/or directional $___________
signage shall be included where necessary.
3.17 Water-Proofing
Apply waterproofing membrane for all accessible areas at the 5th $___________
Storey courtyard area (approx. 900 m2) including the areas around
the lifts, escalators and travellators. All necessary upturns on the
walls and pipe openings and termination with existing structures
shall be installed according to good industry practices. The
Contractor shall provide warranty of 10 years for the completed
works on its performance against any defects and failure as a
roofing system in particular to its prevention of water penetration.
3.18 Flooring
Hack all accessible existing floor tiles and screed (approx. 900 m2) $___________
at the 5th Storey courtyard area and provide new R11 non-slip
heavy duty tiles at the non-planting areas (including the areas at
the lifts, escalators and travellators). New screed shall be provided
to ensure a levelled surface to receive the new floor tiles.
Item
Description of Works Price
No.
Backfill the planter underneath the lift pit and lay floor tiles to flush
3.19 $___________
with the surrounding floor level. Provide proper sheathing/
drainage from incoming rain.
3.20 Planter Boxes
Hack, remove and dispose the 2 nos. of existing $___________
Raised Planter Box A – 17m (length) x 3.5m (breath) x 0.5m
(height)
Raised Planter Box B – 17m (length) x 3.5m (breath) x 0.5m
(height).
After the existing planters are removed, the flooring should be
replaced with R11 tiles to match existing finished flooring level.
3.23 Notwithstanding that parts of the sunken planter will remain as $___________
softscape areas under the new layout, the existing soil, plants and
screed shall be removed for application of new waterproofing
membrane and screed. The Contractor shall provide the necessary
drainage system (comprising gravels, geotextile membrane,
drainage cells etc.), sub-soil, approved Soil Mixed (ASM) and
dwarf Axonopus compressus (Dwarf pearl grass) to match existing
grass level
3.24 Irrigation
Irrigation at Raised Planter B and Area C should be terminated $___________
properly without affecting Greenwalls and Area E. In case of
damage, contractor is to rectify and make good the existing
irrigation system.
3.25 Make provision for irrigation for proposed future planter boxes. $___________
Item
Description of Works Price
No.
Drainage from Area E (16m x 6.5m) should not be damaged or
3.27 $___________
choked during work. Contractor to clear all debris from existing
and proposed pipe after work has been completed and ensure that
all drainages are in good working conditions. Drainage should
prevent soil accumulation and should be sufficient size to prevent
water ponding during heavy rain.
3.28 Boardwalk
Area F 20m x 1.7m existing boardwalk to be dismantled, removed $___________
and disposed from site. Floor to be hacked and topped up with
screed and finished with R11 floor tiles with drainage.
3.31 All existing floor trap covers to be replaced with heavy-duty $___________
stainless steel floor trap covers.
3.32 Re-design the water drainage outlets and pipes where applicable $___________
to ensure effective surface runoff of rain water during heavy
downpour.
3.34 Relocate 1 no. of existing water point (Point B) near the classroom $___________
exit to be nearer to the wall.
3.35 Propose and provide 1 no. of new water point nearer to the water $___________
harvest system.
3.36 Others
Remove all waste materials, rubbish and debris and dispose of $___________
them in accordance with local regulations. Leave work areas in a
clean condition.
Item
Description of Works Price
No.
3.37 Hoarding to outdoor around lift, escalator and moving walks to $___________
prevent access and for safety.
Temporary relocation of lift installation training equipment to ITE’s
3.38 $___________
designated training facility and reinstating them after completion of
flooring works.
3.39 Haunching for the foot of guide rail bracket. $___________
4.3 Design, supply and install new hybrid air-conditioning system for $___________
Smart Project Centre (Indoor: B05-11 and B05-12) and Smart VT
Centre (B05-13 & B05-14) and comply with all requirements as
stipulated in Part2d-Requirement Specifications (Design Brief).
Item
Description of Works Price
No.
4.4 Motorized dampers shall be provided for the existing air-conditioning $___________
ducting/diffusers in Smart Project Centre (Indoor: B05-11 and B05-
12) and Smart VT Centre (Indoor: B05-13 & B05-14). The motorized
dampers shall be able to be controlled locally and also remotely
from the Integrated Building Management System in future phase.
The local control and the remote control via the Integrated Building
Management System to be provided in future phase shall control the
motorized dampers so that the existing air-conditioning system will
not supply air con to the rooms (B05-11, B05-12, B05-13 and B05-
14) when the new hybrid air-conditioning system is in operation or
vice versa. The dampers shall not be installed at the main duct but
to be installed at individual air supply outlet in each room (B05-11,
B05-12, B05-13 or B05-14) so that the existing air-conditioning
system is able to supply air con to each room (B05-11, B05-12, B05-
13 or B05-14) independent to each other.
4.6 Provide switch socket outlets (SSOs) c/w dual USB fast-charging $___________
ports, isolators, and/or relocation of the existing SSOs (where
necessary) complete with power point, grommets/ socket outlet
boxes, cables, cable management system and all necessary
ancillaries and accessories to fit the design proposal.
Refer to Part 2d-Requirement Specifications (Design Brief) on the
electrical requirements, locations and quantity of SSOs/isolators
for all areas.
Wall-mounted socket outlets and control switches shall have
faceplates that match the colour of the wall finishes. Flushed-floor
service outlet box (SOB) shall be provided where applicable. The
finishing of the SOB shall be stainless steel.
All trunking, cables, piping and other associated accessories shall
be concealed in the floor, wall and ceiling finishes.
Item
Description of Works Price
No.
4.7 Provide separate 150A Distribution Board (DB) c/w TPN main $___________
breaker, TPN RCD, MCB (lighting, SSO and 6 isolators) for B05-13
and B05-14 with QP endorsement;
4.8 Final sub-circuit for lighting from distribution boards to and $___________
including lighting points complete with timer control, light switches,
light fittings and earth continuity conductors, including all
necessary ancillaries and accessories. The Contractor shall
connect all new cabling and ancillaries to the sub-boards located at
the riser.
4.9 Relocation of existing light fitting (where necessary) complete with $___________
lighting point, ballast, control gears, transformers, including
dismantling, keeping and re-installation of the existing light fitting to
fit the design proposal. The lighting design within the space shall
not exceed 11W/m2 to meet Green Mark requirement without
compromising the lux level as stipulated in the prevailing Code of
Practice.
Under NEA's Mandatory Energy Labelling Scheme, the lightings
are to be rated at least 3 ticks.
4.10 Minimum 2-hour EXIT lights with battery pack and 2-hour $___________
emergency lights with battery pack in compliance with statutory
requirements.
Item
Description of Works Price
No.
4.13 Coordination Works $___________
Coordination with ITE’s direct contractor on the installation of LAN
points where necessary.
4.14 For new and existing AV equipment, training equipment, furniture $___________
and accessories provided by ITE, provisions (i.e. wiring and points)
for the necessary electrical sockets, data outlets and switches and
co-ordinate with ITE appointed vendors are to be included. For
existing AV equipment, necessary fixing accessories e.g. mounting
bracket shall be included.
5 Provisional Sum
6.1 Any other items, please specify. If this section is left unpriced, it
shall be deemed that any other works have been included and
allowed for in the Tender Price.
a) $___________
b) $___________
c) $___________
(10% of Contract Sum will be retained until approved as-built drawings and operations &
maintenance manual have been submitted. It will be omitted from the Contract if the works
are not carried out to ITE’s satisfaction.)
Item
Description of Works Price
No.
7 Furniture and Equipment
7.8 Design, fabrication and installation of fixtures (e.g. Set up for $___________
immersive learning, furniture, etc.).
7.9 Design theme complies with local code of standards and are $___________
engineered with aesthetic design to go well with the internet of
elevator (IoE) technology based environment integrated into the
indoor system in Intelligent Lift Hub indoor development.
Item
Description of Works Price
No.
7.10 Replace existing white board with matt tempered glass board in $___________
white backing (approx. 4m long x 1.2m high) to serve as new writing
and projection wall. Design and install full-height feature wall with
storage spaces to house the glass board.
7.13 Replace existing fluorescent fittings with Dimmable LED lighting $___________
system for Smart VT Centre (B05-13 & B05-14). Refer to the Part
2d-Requirement Specifications (Design Brief) on the requirements.
7.14 The new lighting system shall have the capability to integrate with $___________
commercial Smart IoT Lighting Systems. It shall be able to
interface with third party system through API for the Integrated
Building Management System or other smart systems in future
phase.
Item
Description of Works Price
No.
8 Any Other Items
8.1 Any other items, please specify. If this section is left unpriced, it
shall be deemed that any other works have been included and
allowed for in the Tender Price.
a) _________________________ $___________
b) _________________________ $___________
c) _________________________ $___________
TOTAL PRICE OF FURNITURE AND EQUIPMENT
$____________
(This total price is also to be indicated in GeBIZ Line Item 2)