You are on page 1of 22

Dear Sir / Madam,

INVITATION TO QUOTE NO.: MHAICA03000018934


INVITATION TO QUOTE FOR TWO FURBISHED CONTAINERS TO BE
DEPLOYED AT WEST COAST PIER AND JURONG PORT MAIN GATE FOR
IMMIGRATION & CHECKPOINTS AUTHORITY (ICA)

1. You are invited to quote for the supply and installation of two furbished containers
at West Coast Pier (WCP) and Jurong Port Main Gate (JPMG) respectively for ICA.

2. The quotation shall be provided based on the Quotation Conditions of Contract as


indicated in Section 1 and all that is required in the Requirement Specifications
indicated at Section 2.

3. Your quotation shall be submitted by the closing date on as indicated in GeBIZ.


Your quotation and proposal which includes completed:

- Annex A Summary of Costs;


- Annex B Compliance to Quotation Conditions of Contract;
- Annex C Compliance to Requirement Specifications; and
- Annex D Track Record List.

and all that is required in the Invitation to Quote shall only be submitted via the
Government Electronic Business System (“GeBIZ”) in accordance with the Terms
and Conditions for Use of the GeBIZ. You are required to enter all price offers or
bids electronically via GeBIZ. Any other supporting documents that you wish to
submit must also be uploaded via GeBIZ. Any quote submitted after the stipulated
date and time, from whatever because arising, will not be considered.

4. If the Supplier is facing difficulties in submitting their quotes/proposals


electronically in GeBIZ, they are advised to lodge their problems with GeBIZ
Helpdesk at 6482 7121.

5. The quotation sum, including all rates and prices submitted by your company in
this quotation, shall be exclusive of any Goods and Services Tax (herein referred
to as “GST”).
Invitation to Quote No.: MHAICA03000018934

6. A compulsory site briefing will be conducted at the following location.

Location Contact Person


Date & Time
28/09/ 2023, 60 West Coast Ferry Road - Chiam Yong Kiang William at
1000 hrs S(126979) chiam_yong_kiang@ica.gov.sg;
28/09/2023, 37 Jurong Port Road and
1500 hrs S(619110) - Chiam Ling Si at
chiam_ling_si@ica.gov.sg

7. Interested Suppliers are to submit their information for security clearance to Chiam
Yong Kiang William at chiam_yong_kiang@ica.gov.sg and Chiam Ling Si at
chiam_ling_si@ica.gov.sg by 25 Sep 2023, 1700 hrs. Information submitted after
the given cut-off date and time shall not be considered. Only two (2) representatives
(Singapore Citizen/Singapore Permanent Resident) from each company are allowed.
Only registered company representative(s) will be allowed for the site briefing and
registered vehicle will be allowed to park at premise (1 per company). The reporting
venue for the site briefing will be at the Security Counter located at the respective
location. Please note that proposals from vendors who do not participate in the site
briefing will not be considered for further evaluation.

Information to be submitted: -
a) Company Name
b) Full Name (as in NRIC)
c) Full NRIC Numbers
d) Designation
e) Date of Birth
f) Contact No.
g) Vehicle No.

8. The validity period of this quotation is Ninety (90) calendar days from the closing date
of this Invitation-to-Quote.

9. For enquiries or clarifications, you may contact:


- Chiam Yong Kiang William at 6377 5857 and/or chiam_yong_kiang@ica.gov.sg; or
- Chiam Ling Si at 6778 0074 and/or chiam_ling_si@ica.gov.sg.

Yours faithfully

<<This is an electronic document. No signature is required. >>

SHARON TANG WEI CHONG (MS)


DEPUTY DIRECTOR, PROCUREMENT
HOME TEAM SCIENCE AND TECHNOLOGY AGENCY
FOR AND ON BEHALF OF
THE GOVERNMENT OF THE REPUBLIC OF SINGAPORE

2 of 22
Invitation to Quote No.: MHAICA03000018934

SECTION 1: QUOTATION CONDITIONS OF CONTRACT

Should your offer be accepted, the Terms and Conditions as set out in this Section and the terms
and conditions in the GeBIZ Terms and Conditions shall govern the Contract between the
Authority and your company.

1 DEFINITION

1.1 In this Conditions, unless the context otherwise requires:

(a) “Authority” refers to the Government of the Republic of Singapore represented


by the Ministry of Home Affairs and shall include any officer authorised by the
Authority to act on its behalf.

(b) “Agency” refers to the Home Team Science and Technology Agency, a body
established by the Home Team Science and Technology Agency Act having the
functions and powers given by the Act. The Agency shall have the power
pursuant to the Home Team Science and Technology Agency Act to enter into
this agreement and to manage this agreement for the Authority and to do such
other acts as are incidental to its functions and powers.

(c) "Contract" includes the Government’s ITQ Message, the Contractor’s Quote
Message or offer (submitted through GeBIZ), these Conditions of Contract, the
specifications and samples, Letter of Acceptance, Order Message or any Orders
issued by the Authority to the Contractor for the supply of the Goods and/or
performance of Services.

(d) "Contract Price" means the price exclusive of the Singapore Goods and Services
Tax payable to the Contractor for the full and proper performance by the
Contractor of his part of the Contract as determined under the provisions of the
Contract and in law.

(e) "Contractor" means the successful supplier who has been awarded the Contract
by the Authority.

(f) “Factor” means any person:

(i) listed in the “List of Factoring Companies” at the Vendors@Gov website;


and

(ii) has an approved vendor record in the Vendors@Gov system or other


electronic invoicing system maintained by the Authority.

(g) "Goods" means all goods, including parts or units thereof, which the Contractor
is required to supply under the Contract.

(h) “GST” means goods and services tax charged under the GST Act.

(i) “GST Act” means the Goods and Services Tax Act 1993.

3 of 22
Invitation to Quote No.: MHAICA03000018934

(j) “InvoiceNow” means the nationwide e-invoicing method that facilitates the
direct transmission of invoices in a structured digital format across finance
systems in Singapore.

(k) “Letter of Acceptance” means the letter issued by the Authority accepting the
Contractor’s Offer.

(l) “Losses” means all liabilities, losses, damages, actions, claims, demands, costs
(including legal costs on a full indemnity basis and experts’ and consultants’
fees), settlement sums and sums paid in satisfaction of a court, arbitral or expert
award.

(m) “Receivables” means the amounts payable by the Authority to the Contractor
under the Contract, subject to the Authority’s rights against the Contractor under
the Contract, at law or in equity, including the Authority’s rights of deduction
and set-off.

(n) “Parties” means the Authority and the Contractor, and “Party” means any one of
them.

(o) “Payee” in relation to a Receivable, means the person specified in the


Contractor’s invoice to the Authority as the payee of such Receivable.

(p) "Services" means the work which the Contractor is required to perform under the
Contract.

2. SCOPE OF CONTRACT

2.1 The Contractor shall carry out and complete the supply of all items of Goods and perform
Services in accordance with the Contract. Unless otherwise stated in the Contract, all
Goods shall be new and unused.

3. DELIVERY

3.1 The Contractor shall deliver the Goods and perform the Services by the
Delivery/Performance Date and in the manner specified in the Contract. The Contractor
shall obtain a receipt thereafter from the Authority. The issue of such receipt shall in no
way relieve the Contractor from his responsibility for replacing defective or damaged
Goods or for rectifying deficient Services under Clause 4 hereof.

4. WARRANTY

4.1 The Contractor shall provide one (1) year warranty period for any breakdown or parts
replacement needed to the equipment installed.

4.2 Where during the Warranty Period, any Good(s) is found to be:

(a) Defective in design, materials or workmanship; or

(b) Not in accordance with the Contract or any specifications incorporated in the
Contract by written agreement; or

4 of 22
Invitation to Quote No.: MHAICA03000018934

(c) Having been installed, operated, stored and maintained in accordance with the
written instructions of the Contractor, fails to function properly or fails to meet any
performance guarantees or specifications published by the Contractor as applicable
to the Good(s);

then unless it is shown that the foregoing is caused solely by improper use or mishandling
by the Authority, the Contractor shall, at its own expense (including transportation costs),
at the written notification of the Authority, replace, rectify or completely repair the
damaged or defective Good(s). The Contractor may, in lieu thereof, elect to replace the
damaged or defective Good(s).

4.3 If any Service performed is found during the Warranty Period to be deficient, the
Contractor shall at the written notification of the Authority, rectify the same, at the
expense of the Contractor within thirty (30) days of receipt of the Authority’s
written notification or within such time as mutually agreed in writing between
parties.

5. PAYMENT

5.1 The Contractor shall invoice the Authority in accordance with Clause 5.4 after receipt by
the Authority of all the Goods and Services.

5.2 Subject to compliance with Clause 5.1, the Authority shall pay the Contractor within
thirty (30) days after the date of the invoice by Interbank GIRO or such other mode of
payment as the Authority and the Contractor may agree. The Contractor shall provide
the Authority with the relevant bank account details for the purpose of such Interbank
GIRO payment within thirty (30) days after the date of the Letter of Acceptance.

5.3 No payment shall be considered as evidence of the quality of the Goods or Services to
which such payments relate or a waiver of any default on the part of the Contractor in
the performance of its obligations, nor shall it relieve the Contractor from its other
obligations under the Contract.

5.4 If requested by the Authority, the Contractor shall submit to the Authority invoices
through InvoiceNow (strongly recommended) or the electronic invoicing system
maintained by the Authority and such other documents through such means and format
as may be specified by the Authority for the purposes of making payment.

5.5 The Authority shall not be required to pay for expenses or cost of whatever nature other
than those expressly set out in the Contract or otherwise expressly agreed to in writing
by the Authority.

5.6 The Contract Price is exclusive of any GST chargeable on the supply of goods and
services to the Authority by the Contractor under the Contract. If the Contractor is a
taxable person under the GST Act, the Authority shall reimburse the Contractor for any
GST chargeable by the Contractor on the supply by the Contractor of goods or services
under the Contract.

5.7 Any invoice or other request for payment of monies due to the Contractor under the
Contract shall, if it is a taxable person for the purpose of the GST Act, be in the same
form and contain the same information as if it were a tax invoice for the purposes of the
regulations made under the GST Act.

5 of 22
Invitation to Quote No.: MHAICA03000018934

5.8 The Authority is agreeable to the Contractor assigning its Receivables to any Factor,
subject to the following:

(a) the Contractor warrants and represents to the Authority that it has not previously
assigned such Receivable to any person other than the Payee of such Receivable;

(b) the Contractor shall provide to the Authority any information in relation to the
Payee and the factoring arrangement as the Authority may from time to time
reasonably require;

(c) such assignment shall be without prejudice to the Authority’s rights against the
Contractor under the Contract, at law or in equity, including the Authority’s rights
of deduction and set-off;

(d) the Contractor shall ensure that:

(i) each of its invoices for assigned Receivables (each, a “Factored Invoice”)
indicate a Factor as the Payee;

(ii) it shall not issue any Factored Invoice indicating a person that is not a
Factor as the Payee;

(iii) where any Factored Invoice is in respect of goods or services on which


GST is chargeable by the Contractor, the Payee is indicated as the payee
of the entire amount (including GST) of such Factored Invoice, unless the
Authority agrees otherwise in writing; and

(iv) where payment of the Receivable to the Factor is subject to withholding


tax under Singapore law, the Contractor shall give prior written notice of
this to the Authority and comply with all reasonable invoicing directions
of the Authority in connection with such withholding;

(e) the Contractor acknowledges and agrees that:

(i) the Authority shall not be required to verify whether:

(A) payment of any Factored Invoice to the Payee is in accordance


with a valid factoring arrangement; or

(B) the Contractor has complied with Clause 5.8(d).

(ii) payment made by the Authority to the Payee in respect of any Factored
Invoice shall constitute a full discharge of the Authority’s payment
obligations to the Contractor in respect of such Factored Invoice;

(iii) where a Factored Invoice includes GST, payment made by the Authority
to the Payee in respect of such GST shall constitute a full discharge of the
Authority’s payment obligations to the Contractor in respect of such
GST;

(iv) if the Contractor issues a Factored Invoice which indicates a Payee that
is not a Factor, the Authority shall have the right to reject such invoice

6 of 22
Invitation to Quote No.: MHAICA03000018934

and require the Contractor to reissue such invoice indicating either the
Contractor or a Factor as the Payee; and

(v) in the event withholding taxes are imposed by the tax authorities on any
payment made pursuant to a Factored Invoice and such withholding taxes
have not already been withheld by the Authority by way of deduction
without any obligation to gross up, the Contractor shall indemnify and
hold the Authority harmless from and against all such withholding taxes
and any other Losses incurred or suffered by the Authority arising in
connection with such withholding tax;

(f) the Contractor shall ensure that all its invoices that are not factored do not indicate
a Factor as the Payee. If the Contractor indicates the Factor as the Payee in any
invoice that is not factored, payment made by the Authority to the Payee in
respect of such invoice shall constitute a full discharge of the Authority’s
payment obligations to the Contractor in respect of such invoice; and

(g) the Authority shall have the right at any time (whether before or after receiving a
Factored Invoice) to withdraw its consent to any factoring arrangement by giving
notice to the Contractor and the Factor, and upon such withdrawal of consent:

(i) the Authority shall be entitled to pay all Receivables to the Contractor
without being liable to the Contractor or the Factor for any Losses; and

(ii) the Contractor shall reissue any Factored Invoice if required by the
Authority.

6. RIGHTS OF THIRD PARTIES

6.1 A person who is not a party to this Contract shall have no right under the Contracts
(Rights of Third Parties) Act to enforce any of its terms.

7. SUB-CONTRACTING AND ASSIGNING

7.1 The Contractor shall not sub-contract or assign the Contract without the prior written
consent of the Authority.

8. SUSPENSION OR TERMINATION

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

7 of 22
Invitation to Quote No.: MHAICA03000018934

9. GIFTS, INDUCEMENTS AND REWARDS

9.1 The Authority may terminate the Contract and recover from the Contractor the amount
of any loss resulting from such termination, if the Contractor shall have offered or given
or agreed to give to any person any gift or consideration of any kind as an inducement or
reward for doing or forbearing to do or for having done or forborne to do any action in
relation to the obtaining or execution of the Contract with the Authority or for showing
or forbearing to show favour to any person in relation to any Contract with the Authority,
or if the like acts shall have been done by any person employed by the Contractor or
acting on his behalf (whether with or without the knowledge of the Contractor) or if in
relation to any Contract with the Authority the Contractor or any person employed by
him or acting on his behalf shall have committed any offence under Chapter IX of the
Penal Code or Prevention of Corruption Act or shall have abetted or attempted to commit
such an offence or shall have given any fee or reward the receipt of which is an offence
under Chapter IX of the Penal Code or the Prevention of Corruption Act.

10. VARIATION

10.1 No variation of the Contract shall be of any force unless agreed upon in writing and
signed by the authorised signatories of both Parties. A variation made in accordance with
this clause shall not require consideration for the variation to be binding and enforceable.

11. APPLICABLE LAW

11.1 The Contract shall be subject to, governed by and interpreted in accordance with the
Laws of the Republic of Singapore for every purpose.

11.2 For the avoidance of doubt, until the Authority issues a Letter of Acceptance, an Order
message, or Purchase Order, this document (i) is not a contract and shall in no way be
construed as creating any legally binding obligation to purchase any Goods and/or
Service from any Supplier; and (ii) shall not be construed as providing or implying that
a contract will be entered into with any supplier.

8 of 22
Invitation to Quote No.: MHAICA03000018934

SECTION 2: REQUIREMENT SPECIFICATIONS

1. TECHNICAL SPECIFICATIONS FOR 20 FT CONTAINER TO BE SUPPLIED


AND INSTALLED AT WEST COAST PIER

1.1 Supply and install used General Purpose (GP) Shipping Container of 20ft(L) x 8ft(W)
x 8ft5”(H) Office Container with the following new interior fittings.

The Container shall be refurbished to include the following or equivalent:

a) 2 x aluminium composite doors with ironmongeries and locksets at the opposite


ends. Contractor to submit drawings for approval.

b) Internal Panelling – insulated with rockwool and overlaid with 3mm PVC laminated
white plyboard

c) 4 x aluminium sliding windows

d) Original Container floorboards overlaid with mild steel flat plates and top layer
Linoleum sheet flooring

e) 1 x aircon opening

Supply and install electrical work as follow or equivalent:

a) 2 x 36 watt LED light fittings with switches

b) 2 x emergency lights to be placed above the doors

c) 2 x twin gang 13A Switch Socket Outlet (location to be provided to Contractor after
award)

d) 1 x 15A electrical power socket for aircon

e) 1 x ELCB and MCB junction box

f) 1 x 32A incoming watertight (IP67) socket

g) 1 x new 12000BTU window type aircon

Painting - External exposed areas to be painted 1 coat of red lead oxide primer (anti-
rust), 1 undercoat and a final coat of paint (Grey) or equivalent.

Others - 1 x wall mounted type ABC 5kg Fire Extinguisher or equivalent.

1.2 20ft Secondary Roof: Supply manpower, tools and materials to install TRIMDEK®
slant roof structure (flushed to Container structure) size 21ft(L) x 9ft(W) or equivalent.

1.3 Supply and install Lighting Protection System to conform with SS 555. To provide
Professional Engineer (P.E.) design and Certificate of Supervision (COS) after
completion.

9 of 22
Invitation to Quote No.: MHAICA03000018934

2. DESCRIPTION OF SERVICES FOR 20 FT CONTAINER AT WEST COAST


PIER

2.1 Cabling work: Supply and install 3C x 10mm neoprene cables from Sub DB to
Container with Licensed Electrical Worker (LEW) testing and commissioning and
endorsed single line drawing. Final routing position to be confirmed by ICA.

2.2 Design and Submission by Contractor’s appointed QP (Qualified Person)/ PE


(Professional Engineer) for BCA Temporary Building Permit. The following are the
relevant technical departments that may have to be consulted, including but not limited
to:
- Public Utilities Board (PUB);
- Fire Safety and Shelter Department (FSSD);
- Land Transport Authority, Road and Transport (LTA-R&T);
- Land Transport Authority, Vehicle Parking (LTA-VP);
- National Parks Board (NParks); and
- National Environment Agency (NEA).
The Contractor shall ensure the relevant permit and approvals are obtained from the
relevant authority or agency for the client prior to occupation.

2.3 Full compliance to Workplace Safety and Health Act.

3. TECHNICAL SPECIFICATIONS FOR 40 FT CONTAINER TO BE SUPPLIED


AND INSTALLED AT JURONG PORT MAIN GATE

3.1 Supply and install used General Purpose (GP) Shipping Container of 40ft(L) x 8ft(W)
x 8ft5”(H) converted to Partitioned Male and Female Changing Room Container with
the following new interior fittings.

The Container shall be refurbished to include the following or equivalent:

a) 2 x aluminium composite doors with ironmongeries and locksets at the opposite


ends. Contractor to submit drawings for approval.

b) Internal Paneling – insulated with rockwool and overlaid with 3mm PVC laminated
white plyboard

c) 4 x aluminium sliding windows

d) Original Container floorboards overlaid with mild steel flat plates and top layer
Linoleum sheet flooring

e) 2 x aircon openings

f) 1 x full height drywall partition in the center

10 of 22
Invitation to Quote No.: MHAICA03000018934

Supply and install electrical work as follow or equivalent:

a) 4 x 36 watt LED light fittings with switches

b) 2 x emergency lights to be placed above the doors

c) 4 x twin gang 13A Switch Socket Outlet (location to be provided to Contractor after
award)

d) 2 x 15A electrical power socket for aircon

e) 1 x ELCB/MCB junction box

f) 1 x 32A incoming watertight (IP67) socket

g) 2 x new12000BTU window type aircon

Painting – External exposed areas to be painted 1 coat of red lead oxide primer (anti-
rust), 1 undercoat and a final coat of paint (Grey) or equivalent.

Others: 2 x wall mounted type ABC 5kg Fire Extinguisher or equivalent.

4. DESCRIPTION OF SERVICES FOR 40 FT CONTAINER AT JURONG PORT


MAIN GATE

4.1 Cabling work: Supply and install 3C x 10mm neoprene cables from Sub DB to
Container with Licensed Electrical Worker (LEW) testing and commissioning and
endorsed single line drawing. Final routing position to be confirmed by ICA.

4.2 Design and Submission by Contractor’s appointed QP (Qualified Person)/ PE


(Professional Engineer) for BCA Temporary Building Permit. The following are the
relevant technical departments that may have to be consulted, including but not limited
to:

- Public Utilities Board (PUB);


- Fire Safety and Shelter Department (FSSD);
- Land Transport Authority, Road and Transport (LTA-R&T);
- Land Transport Authority, Vehicle Parking (LTA-VP);
- National Parks Board (Nparks); and
- National Environment Agency (NEA).
The Contractor shall ensure the relevant permit and approvals are obtained from the
relevant authority or agency for the client prior to occupation.

4.3 Full compliance to Workplace Safety and Health Act.

11 of 22
Invitation to Quote No.: MHAICA03000018934

5. MATERIALS

5.1 All materials supplied shall be new and unused quality unless otherwise stated.
Materials and equipment shall be stored in such a manner as to be in a new condition
when installed and to avoid damage from site conditions. Damaged, deformed and
cracked equipment or materials shall be rejected. The replacement shall be the
responsibility of the Contractor at no additional costs to the Authority.

5.2 Materials and equipment to be incorporated into the works (as called for in this
specification) are required to meet the quality / testing standards of relevant institutes,
societies and standards associations. However, equivalent materials and equipment
items, meeting other authoritative standards which ensure an equal or higher quality
than the standards mentioned may also be used, subjected to the Authority’s approval.

5.3 The Contractor shall furnish complete technical data for all materials and equipment
proposed as well as samples if required.

5.4 Acceptance of the proposed materials shall be subjected to the approval of the
Authority.

6. WORKING HOURS

6.1 All works shall be carried out during the allowable working hours is stated in Appendix
1: Security Instructions. It shall be the responsibility of the Contractor to cordon off the
area at the ground level during the works and to ensure enough signage to divert the
traffic.

7. SECURITY

7.1 For security reasons, the Contractor is required to submit security clearance for the
Professional Engineer and the workers that will be engaged for this Contract before
they are allowed to work on this Contract at the ports.

7.2 For any changes to the personnel, ICA must be notified immediately before the
replacement personnel is allowed to work on this Contract at the ports.

7.3 All workers are required to follow the house rules of individual Command during the
execution of Works under this Contract or the Authority shall have every right to
remove any personnel from site for non-compliance (see Appendix 2: Safety
Instructions).

8. SITE BRIEFING

8.1 All information transmitted during the site briefing shall be deemed to be part of the
contract.

8.2 The Contractor shall be deemed to have visited, inspected and examined the Buildings
and its compounds and have satisfied himself as to the local conditions, the

12 of 22
Invitation to Quote No.: MHAICA03000018934

accessibility, the full extent and character of the work, the supply and conditions
affecting labour and materials, the transportation of labour, equipment, etc, and the
execution of the Contract generally, as no claims on grounds of want of knowledge in
this respect shall be entertained.

9. TRACK RECORD SUBMISSION

9.1 Interested suppliers shall provide a list of relevant track records of container
refurbishment (both current and completed projects) undertaken by the firm from 2019
till current year.

10. DELIVERY

10.1 The works shall be completed within 3 months from the date of award of the quotation,
including the approval by the Authority and any lead time that may be required for the
delivery of required materials.

11. CONFIDENTIALITY AND SECURITY

11.1 Except with the written consent of the Authority, the Contractor shall not disclose the
Contract or any purchases made in this Contract or any provisions thereof or any
information issued or furnished by or on behalf of the Authority in connection
therewith to any person.

11.2 In addition to the foregoing, the Contractor shall not make use of any information
obtained directly or indirectly from the Authority or compiled or generated by the
Contractor in the course of this Contract which pertains to or is derived from such
information, other than use for the purposes of this Contract, without the prior written
consent of the Authority.

11.3 The Contractor shall not publish or release, nor shall it allow or suffer the publication
or release of, any news item, article, publication, advertisement, prepared speech or any
other information or material pertaining to any part of the obligations to be performed
under the Contract in any media without the prior written consent of the Authority.

12. EVALUATION CRITERIA

Critical Criteria

12.1 Suppliers shall note that the Authority will exclude any offer from further evaluation
should fail to comply with the following critical criteria:

a) Debarment Status

Supplier shall not be debarred on or after the closing date of the Invitation-to-Quote (ITQ)
by the Standing Committee on Debarment, c/o Ministry of Finance, from participating in
public-sector projects.

b) Attended compulsory site briefing at both West Coast Pier and Jurong Port Main Gate.
13 of 22
Invitation to Quote No.: MHAICA03000018934

Other Criteria

12.2 Proposals that have fully complied with the Critical Criteria described in 12.1 above will
be further evaluated based on following criteria and weightage, i.e. the ITQ will be
awarded to the offer with highest scores which comply with Quotation Conditions of
Contract as specified in Section 1 and meet the requirement specifications as set out in
Section 2 and other criteria as shown below.

Evaluation Criteria Weightage (%)


Price competitiveness 80%
Track records 20%

12.3 The Authority shall not be obliged to award the quotation to the lowest or any participating
supplier.

14 of 22
Invitation to Quote No.: MHAICA03000018934

APPENDIX 1 : SECURITY INSTRUCTIONS

The Immigration Checkpoints Authority (the “Authority”) has premises that are gazetted as
protected places (the “Premises”) under Chapter 256 of the Protected Areas and Protected
Places Act. Failure to comply with security instructions in a protected place is an offence
under Chapter 256 of the Protected Areas and Protected Places Act.

All Contractors, their workers, servants and agents are required to abide by the security
instructions in force as well as instructions that may be issued from time to time, including but
not limited to the following:

1. Restricted Areas

i) There are some areas designated as ‘Restricted Areas’ and they are ‘out-of-
bounds’ at specific times of the day.

ii) Arrangements to work at these ‘Restricted Areas’ must therefore be scheduled


and cleared by the Authority first to avoid work delays and to encourage better
scheduling of resources.

2. Escorting Requirements

i) Contractors and their workers, servants or agents will be escorted by the ICA
(or an appointed ICA Escorting Officer) at all times while on the Authority’s
Premises.

3. Entry Authorization Form

i) All Contractors seeking entry to any of the Authority’s Premises shall forward
only the names and particulars of Security Cleared personnel to the ICA.
(Take note only the names and particulars of personnel directly involve
with the official visit or scheduled work needs to be listed in the Entry
Authorization Form).

ii) The “Official Work Hours” is from Monday to Friday, 0800hrs to 1800hrs. In
the event of works that needs to be carried out outside of the “Official Work
Hours” (including Saturdays, Sundays and Public Holidays), the reasons for
such works must be explicitly stated in the Entry Authorization Form and is
subject to the approval by the Employer. Any additional cost due to such work
exigencies shall not be entertained by the Authority.

The Contractor must ensure that they strictly comply with the prevailing rules
when conducting works in ICA’s Premises. The Contractor should also note
that the Authority will have the discretion to request the contractors
to stop work at any time due to sudden operational exigencies.

iii) Access approval must first be obtained before anyone is allowed into any of the
Authority’s Premises.

15 of 22
Invitation to Quote No.: MHAICA03000018934

iv) The Authority reserves the right to refuse entry to anyone and to demand that
the Contractor remove any of their workers, servants or agents from the
Authority’s Premises immediately without assigning any reason.

4. Other Instructions

i) Contractors and their workers, servants and agents entering the Authority’s
Premises are required to submit their NRICs, valid passports or Employment
Pass for verification purposes and to exchange for a Contractor pass. The pass
is to be worn and displayed at all times.

ii) All Contractors and their workers, servants or agents are subject to security
checks, including bodily searches and shall comply with all instructions issued
by the Security Officers.

iii) All authorised vehicles are subject to security checks. Thereafter, it would be
permitted to enter the Authority’s Premises for the purpose of loading and
unloading only. Parking of these vehicles on the Authority’s Premises is not
allowed.

iv) The Contractor, their workers, servants and agents who are allowed access will
be restricted to the stipulated work areas as listed in The Entry Authorization
Form and shall not wander off to other areas.

v) The Contractor is required to obtain approval from the Authority for storage of
equipment and working tools.

vi) No photo-taking and recording equipment is allowed to be brought into the


Authority’s Premises. If there is a need for it, prior approval shall be sought
from the Authority.

16 of 22
Invitation to Quote No.: MHAICA03000018934

APPENDIX 2: SAFETY INSTRUCTIONS

The Immigration Checkpoints Authority (the “Authority”) premises are gazetted as protected
places (the “Premises”) under Chapter 256 of the Protected Areas and Protected Places Act.
At these Premises, all Contractors, their workers, servants and agents are required to abide by
the safety instructions in force as well as instructions that may be issued from time to time,
including but not limited to the following:

1. Compliance with ISO Requirements

i) The appointed Contractors and their workers, servants and agents are to
familiarize themselves and comply with all the ISO requirements, which will
be provided upon request.

2. Environmental Aspects / Impact

i) All industrial toxic waste / hazardous waste must be handled with extreme care
and disposed through the Authority’s Licensed Waste Disposal Contractor.

ii) Contractors and their workers, servants or agents must make every effort to
conserve water and electricity usage.

3. Smoking

i) Smoking is strictly prohibited while on the Authority’s Premises. Those found


contravening this rule will be barred from entering the Premises.

4. Personal Protective Equipment (PPE)

i) Any requirement to use PPE must be complied with at all times. This includes
wearing of safety harnesses while working at elevated heights of more than
three (3) meters.

5. Housekeeping

i) Always practice good housekeeping.

ii) Keep equipment and work area neat and tidy.

iii) Dumping of waste and debris at common areas and into refuse bins on the
Authority’s Premises is not permitted. It is the responsibility of the Contractors
to ensure that their workers, servants or agents clean up and clear the work areas
at the end of each work day.

6. Hazards and Fire Risks

i) Do not overload power sockets. Always use residual current device to prevent
tripping of Distribution Boards.

ii) Any types of “Hot Works” shall be cleared by the Authority at least one (1)
working day in advance. Approval must be sought in writing from the Fire

17 of 22
Invitation to Quote No.: MHAICA03000018934

Safety Manager. Contractors must take adequate safety precautions like the
wearing of goggles and provision of fire extinguishers shall be observed during
such types of work.

iii) The use of charged fire fasteners, like Ramset and Hilti-nails for fixing items
onto concrete slab is strictly prohibited. In the event that such devices are
absolutely required, special approval must be sought from the Authority in
writing at least one (1) working day in advance.

iv) Do not operate a machine or equipment if you are not trained and authorized.
(For example, a forklift driver must be duly certified)

7. Liability

i) The Authority shall not be held liable for any injury, loss or damage suffered
under any circumstances, while the Contractors and their workers, servants or
agents are in the Authority’s Premises.

18 of 22
Invitation to Quote No.: MHAICA03000018934

ANNEX A: SUMMARY OF COSTS

Instructions to Suppliers:

1. Please download the excel file “Annex A: Summary of Costs” in GeBIZ.


2. Key in the unit price in the excel file.
3. Print and sign on the Annex A.
4. Once completed, please attach BOTH the excel file and the signed copy of Annex A
in GeBIZ as part of document submissions in GeBIZ.

19 of 22
Invitation to Quote No.: MHAICA03000018934

ANNEX B : COMPLIANCE TO QUOTATION CONDITIONS OF CONTRACT

Please indicate clearly below your compliance to each clause of the Section 1: Quotation
Conditions of Contract. Where you are not in agreement with any clause, you should give
your counter-proposal in the “Remark” column or in a separate sheet to be attached to this
form. Where you fail to indicate compliance against any paragraph, it shall be deemed that
you comply and your offer shall be evaluated accordingly. For each of the paragraphs which
you have indicated non-compliance, you are to state in the “Remark” column how the form,
fit and functions of the items offered are equivalent to the requirements in the Conditions of
Contract.

Please Tick
Clause
Clause Title Non- Remarks
No. Complied
Complied
1 Definition
2 Scope of Contract
3 Delivery
4 Warranty
5 Payment
6 Rights of Third Parties
7 Sub-Contracting and Assigning
8 Suspension or Termination
9 Gifts, Inducements and Rewards
10 Variation
11 Applicable Law

_________________ ____________________
Signature of Contractor Date

____________________
Name of Contractor

<Please complete & attach “Annex B: Compliance to Quotation Conditions of Contract”


as part of GeBIZ submission.>

20 of 22
Invitation to Quote No.: MHAICA03000018934

ANNEX C: COMPLIANCE TO REQUIREMENT SPECIFICATIONS

Please indicate clearly below your compliance to each paragraph of the Section 2: Requirement
Specifications. Where you are not in agreement with any paragraph, you should give your
counter-proposal in the “Remark” column or in a separate sheet to be attached to this form.
Where you fail to indicate compliance against any paragraph, it shall be deemed that you
comply and your offer shall be evaluated accordingly.

For each of the paragraphs which you have indicated non-compliance, you are to state in the
“Remark” column how the form, fit and functions of the items offered are equivalent to the
requirements in the Requirement Specifications.

Paragraph Paragraph Title Please Tick Remarks


No. Complied Non-
Complied
1 Technical Specifications for 20
FT Container to be supplied and
installed at West Coast Pier
2 Description of Services for 20
FT Container at West Coast Pier
3 Technical Specifications for 40
FT Container to be supplied and
installed at Jurong Port Main
Gate
4 Description of Services for 40
FT Container at Jurong Port
Main Gate
5 Materials
6 Working Hours
7 Security
8 Site Briefing
9 Track Record Submission
10 Delivery
11 Confidentiality and Security
12 Evaluation Criteria

____________________ ____________________
Signature of Contractor Date

____________________
Name of Contractor

<Please complete & attach “Annex C: Compliance to Requirement Specifications” as


part of GeBIZ submission.>
21 of 22
Invitation to Quote No.: MHAICA03000018934

ANNEX D: TRACK RECORD LIST


Interested suppliers shall provide a list of relevant track records of container refurbishment (both current and completed projects) undertaken by the firm
from 2019 till current year. If space given is insufficient, Supplier can submit more pages.

Name of Project and brief Name of Customer Contract Value Contract Period Has project Customer Reference
description of Scope of been (Name of contact person
(From MM/YY to
Works completed? and email)
MM/YY)

<Please complete & attach “Annex D: Track Record List” as part of your GeBIZ submission.>

22 of 22

You might also like