0% found this document useful (0 votes)
114 views80 pages

Tadawul RFP Fit Out

Uploaded by

Mr. No one
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
114 views80 pages

Tadawul RFP Fit Out

Uploaded by

Mr. No one
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 80

Saudi Tadawul Group

New HQ Office Fit Out Works


Request for Proposal

STRICTLY PRIVATE AND CONFIDENTIAL

© Copyright Tadawul

This is a confidential document prepared by Saudi Tadawul Group for use of the Organization. This document,
or any portion thereof, should not be made available to any persons other than authorized staff of Tadawul and
its affiliates. No part of this publication may be reproduced, stored in a retrieval system, or transmitted, in any
form or by any means, electronic, mechanical, photocopying, recording, or otherwise, without the prior written
permission of Tadawul.

Public 1
CONTENTS

INTRODUCTION .......................................................................................................................................... 13
DEFINITIONS AND INTERPRETATIONS ................................................................................................ 14
BID CHECKLIST .......................................................................................................................................... 16
SECTION 1. LETTER OF INVITATION ....................................................................................................... 1
SECTION 2. INSTRUCTIONS TO BIDDERS ............................................................................................... 2
SECTION 3. TECHNICAL PROPOSAL - STANDARD FORMS............................................................... 13
SECTION 4. COMMERCIAL PROPOSAL - STANDARD FORMS .......................................................... 35
SECTION 5. TERMS OF REFERENCE & SCOPE OF WORKS ................................................................ 49
5.1 TERMS OF REFERENCE (GENERAL SCOPE OF WORKS)........................................................ 52
5.2 DETAILED SCOPE OF WORKS (DELIVERABLES) .................................................................... 54
SECTION 6. PRICING DOCUMENT........................................................................................................... 55
SECTION 7. FORM OF CONTRACT .......................................................................................................... 56
SECTION 8. APPENDIX .............................................................................................................................. 57

Public 12
INTRODUCTION

Saudi Tadawul Group (“Employer”) is seeking to appoint a suitably qualified and experience
Contractor (“Bidder”) to execute and complete the Fit-Out Works to its New HQ Office and
provide the deliverables as described in this Request for Proposal (RFP).

This RFP has been issued to prequalified Bidders to solicit proposals for the Fit-Out Works in
compliance with the instructions and documents contained herein and any Addenda issued by
the Employer thereafter.

Bidders shall comply with the terms and conditions of this RFP while preparing and submitting
its Proposal. Failure to comply fully with the RFP may render the Proposal null and void.

In submitting a Proposal, the Bidder is deemed to have made the necessary allowances in its
Proposal and Offer Price for:

 All Laws, rules, regulations and procedures applicable to the obligations under the Contract
whether in KSA or elsewhere, and;
 All risks and contingencies involved with carrying out the Works, including location and Site
Conditions and any other matters which could affect its performance.

From the evaluation of Proposals, the Bidder may become the Preferred Bidder based on the
criteria set out in this RFP. The Employer will then proceed to negotiate with the Preferred
Bidder, with a view to signing an Agreement within the time frame set out in Section 2
paragraph 1.1 or any subsequent Timescales.

The Employer reserves the right to cancel or amend this RFP in part or completely at any time
without notice or explanation, and in the event of cancellation, to request a new Proposal on
whatever basis the Employer considers appropriate.

Capitalized terms used throughout this RFP have the meanings (a) as defined in this RFP, and
(b) as assigned to them in the Contract and its annexures.

Public 13
DEFINITIONS AND INTERPRETATIONS

Unless the context within this RFP otherwise requires:


“Addendum” means an amendment or modification to this Request for Proposal (RFP)
“Agreement” means the form of contract set out or specified in Section 6, as may be amended by Addendum
and as ultimately to be agreed and entered between the Employer and the Bidder;
“Applicable Laws” means any and all written and unwritten laws, treaties, regulations, standards, decrees,
rules, decisions, judgments, orders, injunctions, authorizations, directives and/or other legal requirements of any
Governmental Authority which are or may become during the currency of the Contract applicable to the design,
execution and/or completion of the Works, and/or the remedying of defects therein and/or any and all applicable
bye-laws, rules, regulations, directives, approved schemes and/or guidance of any public or private utility or
other undertaking which has any jurisdiction with regard to the Works, or with whose systems or property the
Works, is or will be connected;

“Bid” means a proposal or response to an RFP for undertaking a defined scope of services or works

“Bidder” means any company that receives this RFP;


"Commencement Date" means the date the Bidder shall commence the Works set out or specified in the
Agreement;
“Contract” means the Agreement, entered between the Employer and Successful Bidder for the execution of
the whole of or any part of the Works;
“Cost” means all expenditure reasonably and properly incurred (or to be incurred) by the Bidder in engineering,
executing and completing the Works in accordance with the Contract, whether on or off the Site, excluding any
Disallowed Costs, overheads, mark-up, margin or profit and/or any expenditure incurred as a consequence of
any negligent act or omission, breach of contract or other default on the part of the Contractor, the Sub-
contractors or any of their respective employees, servants, agents, sub-contractors and/or suppliers;

“Day” means a calendar day, unless otherwise specified;


“Design Phase” means the period that includes the Concept Design Phase, the Schematic Design Phase, and
the Design Development Phase;

“Employer” means Tadawul Group.

“Request for Proposal (RFP)” means the entirety of this document soliciting Bids, and includes all the
information and data which it contains, or which is appended or relates to it or that is referenced;
“Labour Law” means KSA labour law together with all decrees, regulations and instructions issued relative
thereto;

“Late Proposal” means any Proposal received after the Bid Deadline;
“Notification of Award” means written notification from the Employer to a Bidder that it is the Successful
Bidder;
“Period of Validity” has the meaning set out in this RFP;

Public 14
“Permits” means all permits, licenses, consents, authorizations, approvals, registrations, grants,
acknowledgements, or agreements as required by Applicable Laws in relation to the design, execution and
completion of the Works and the remedying of any defects therein;
“Plant” means the apparatus, machinery and vehicles intended to form or forming part of the Permanent Works;
“Preferred Bidder” means the Bidder whose offer is selected by the evaluation panel as representing best value
for money and is recommended to be awarded the contract, subject to ratification by the approving authority
and/or the outcome of successful negotiations and due diligence.
“Project” means the design, development and construction of the Works as described in this RFP;
“Proposal” means an offer to carry out the Works made by the Bidder in response to this RFP;
“Proposal Deadline” means the time and date for submission of Proposals specified in the RFP;
“SAR” means Saudi Arabian Riyals, the lawful currency of KSA;
“Scope of Works” means the works as specified in this RFP;
“Site” means the site for the Project specified in this RFP;
“Successful Bidder” means the Bidder who receives a Notification of Award;
“Substantially Responsive” means when the Bidder meets the requirements of the RFP documents without
material deviation, reservation, or omission
“Timescale” means the milestones specified in this RFP;
“Works” means the entire scope of work issued under a Contract in respect of the Project and includes any
variations and remedial works.
Bidders are required to prepare their Proposals based on their review of each part of this RFP. In case of any
discrepancy between the Terms of Reference and any other parts of this RFP, the Terms of Reference shall
prevail.
All periods of time in this RFP shall be based on, and computed according to, the Gregorian calendar.

Public 15
BID CHECKLIST

The below bid checklist has been prepared to ensure all Bidders submit a complete and compliant bid.
The Proposal must be based on all the RFP Documents as listed below, and the Bidder must check and tick each
box to confirm that he is in possession of each item identified. The Bidder shall thereafter sign, date and stamp,
where indicated at the bottom of the page, and submit to the Employer, together with the Confirmation of Intent
to Bid Form contained in Appendix 1
By reference to the index, collection, and summary pages of each of the RFP Documents, the Bidder should
ensure that all pages are in the correct sequence and that none are missing. No claim will be entertained on the
grounds that the Bidder failed to see and fully understand any of the documents.

Bid Checklist 
Section 1 – Letter of Invitation
Letter of Invitation 
Section 2 – Instructions to Bidders
Instructions to Bidders [Paragraph 1.1 to 1.30] 
Section 3 – Technical Proposal Standard Forms
Technical Proposal Checklist 
Form 3A Technical Proposal Submission Form 
Form 3B Statement of Technical Compliance 
Form 3C Proposal Overview - Executive Summary 
Form 3D Methodology and Approach 
Form 3E Relevant Bidder Experience and Capability 
Form 3F Current Workload 
Form 3G Programme and Schedule Management 
Form 3H Organization, Management and Resources 
Form 3J Key Personnel CV Template 
Form 3K Quality Management Systems and Procedures 
Form 3L Health, Safety and Environmental Management 
Form 3M Proposed Sub-Contractors 
Form 3N Confirmation of Site Visit 
Form 3P Anti-Bribery and Anti-Corruption Adherence 
Form 3Q Non-Collusion Confirmation 
Form 3R Declaration of Conflict of Interest 
Section 4 – Commercial Proposal Standard forms
Commercial Proposal Checklist 
Form 4A Commercial Proposal Submission Form 
Form 4B Statement of Commercial Compliance 
Form 4C Bid Bond 
Form 4D Proof of Authorized Signatory 
Form 4E Contract Price 
Form 4F Detailed Cashflow and Payment Milestone 
Form 4G Insurances 
Form 4H Litigation & Contingent Liabilities (On-Going Disputes) 
Form 4J Company Documentation 
Form 4K Joint Venture (Not Used and Not Allowed) 
Form 4L Suggested Amendments to Form of Contract 

Public 16
Form 4M Letter from Bank 
Section 5 – Terms of Reference & Scope of Services
Drawings and Drawing Register 
Specifications 
Schedules 
Section 6 – Pricing Document
Bill of Quantities 
Section 7 – Form of Contract
Contract Agreement
The Particular Conditions Part A - Contract Data 
The Particular Conditions Part B - Special Provisions 
Specimen Advance Payment Bond 
Specimen Performance Bond 
Section 8 – Appendix
Appendix 1 Confirmation of Intent to Bid 
Appendix 2 Statement of Site Visit 
Appendix 3 Bid Query Clarification Form 
Appendix 4 Drawings and Drawing Registers
1 – Interior Design 
2 – Engineering 
3 – Specialty Lighting 
4 – Signage 
5 – Kitchen and Waste Disposal 
Appendix 5 Specification
1 – Interior Design 
2 – Engineering 
3 – Specialty Lighting 
4 – Signage 
5 – Kitchen and Waste Disposal 
Appendix 6 Schedules
1 – Interior Design 
4 – Signage 
5 – Kitchen and Waste Disposal 
Appendix 7 Bill of Quantities 
Appendix 8 Program Schedule 
Appendix 9 Tenant Guidelines 
Appendix 10 Civil Defense Package 
Appendix 11 LEED
LEED Checklist 
LEED Report 
Appendix 12 IT and Active Network Scope of Works Guideline 

Public 17
Signature: Date:

[Insert: Name]
[Insert: Designation]
[Insert: Company Stamp]

Public 18
Section 1. Letter of Invitation

SECTION 1. LETTER OF INVITATION

Date: 02 DEC 2021


Project: Saudi Tadawul Group Fit Out of New HQ Office

Dear Bidder.:

1. Saudi Tadawul Group (hereinafter called “Employer”) has leased floors 34-41 of Tadawul Tower,
in King Abdullah financial District (KAFD). The Employer intends to relocate their offices into
the Tower and now request the submission of a Technical and Commercial proposal (“Proposal”)
for executing the Fit-out Works, as a Fixed Price Lump Sum in accordance with the RFP
documentation herein.

2. This Request for Proposal (RFP) has been addressed to pre-qualified Bidders

3. The Preferred Bidder will be selected under the technical and commercial evaluation, and
procedures described in this RFP.

4. The Scope of Works and the corresponding technical and commercial requirements are identified
in the following Sections of the RFP

Section 1 - Letter of Invitation


Section 2 - Instructions to Bidders
Section 3 - Technical Proposal – requested format
Section 4 - Commercial Proposal – requested format
Section 5 - Terms of Reference (Scope of work)
Section 6 - Pricing Document
Section 7 - Form of Contract
Section 8 - Appendices

The Bidder is required to return the Confirmation of Receipt and Intent to Bid Form, together with
the Bid Checklist, completed, signed, and stamped, to the Employer by email to Khaled Al-
Huzim (email: [email protected]), no later than 4:00 pm (KSA time) within two
(2) business days of receipt of this RFP.

Yours sincerely,
Ahmed AL Mosaaed
Procurement Manager

Public 1
Section 2 – Instructions to Consultants – Data Sheet

SECTION 2. INSTRUCTIONS TO BIDDERS

Paragraph
Reference

1.1 All Bidders shall abide by the dates and submission format shown in the bid activities schedule
below, which is subject to change at the discretion of the Employer

Action Deadline Date Method


Email/
Distribution of Bid Documents (RFP) 2nd December 2021 Electronic
Copy
Confirm Receipt/Intent to Bid 6th December 2021 Email

Site Visit 8th to 13th December 2021 Email

Deadline to Raise Queries 19th December 2021 Email

Deadline of Response to Queries 26th December 2021 Email

Bid Return Submission (Technical and Hardcopy/


4th January 2022
Commercial Proposals) USB

Post Bid Meeting 13/14th February 2022 Meeting

Award Letter to successful contractor 21st February 2022 Letter

Expected Contract Signing 28th February 2022 -

1.2 Acknowledgment of Receipt and Intent to Bid


Each Bidder shall acknowledge that it has received all documents listed in the RFP and must provide
a response of its intent to submit a Proposal on the form included in Appendix 1of this RFP, within
two (2) business days of receiving this RFP.
If intending to submit a Proposal, each RFP recipient shall also confirm the person and email address
to which all correspondence should be sent by the Employer during the bidding period.
The Confirmation of Intent to Bid must be completed, signed by an authorized representative of the
Bidder and a scanned copy transmitted to the email address set out in the Form.

Public

2
Section 2 – Instructions to Consultants – Data Sheet

1.3 Visit to Site


Bidders are encouraged to inspect and examine the Site, its surroundings, the Site Data and all other
available information to allow the Bidders to:
a. verify the Site Data to determine existing conditions, and the accuracy, sufficiency and
completeness of any as built documents.
b. obtain information necessary as to risks, contingencies and other circumstances that may
influence or affect the Works.
c. satisfy themselves of the suitability and availability of, facilities and access routes to and within
the Site.
d. satisfy themselves of the correctness and sufficiency of their technical and commercial
submissions.

The Employer will arrange a Site Visit during the period stated in Section 2 paragraph 1.1 of this RFP
and Bidders shall be notified of the timings and location forty-eight (48) hours before the respective
dates.
If subsequent visits are required, the Bidder shall give the Employer three (3) business days prior
written notice by email, advising the nominated personnel to visit the site and the details of the visit.
Each Bidder shall sign and return the Statement of Site Visit in Appendix 2 of this RFP, confirming
visiting the Site and accepts the Site conditions and the risks associated therewith and has no queries
on any matter concerning the Site.
1.4 Bid Query
The Bidder shall make all enquiries and obtain all further information in respect of this RFP, and as
may be required to submit a compliant Bid. The Bidder shall have no claim on the Employer, either
in respect of making such enquiries or obtaining such information or for any consequences of having
failed to make any enquiries.
Bidders shall submit all queries electronically to the email address provided in Section 2 paragraph.
1.8, prior to the date stated in Section 2 paragraph 1.1 of this RFP and using the Bid Clarification
Form in Appendix3.
Queries in any other format will not be accepted. Bidder is to keep a full log of all bid queries, using
the format provided.
The Employer is not obliged to respond, nor will it be held liable if it does not respond, to bid queries.
Any response will be in the form of "QUERY and REPLY" and will be distributed to all Bidders
without revealing the identity of the enquirer.

1.5 Amendments
The Employer reserves the right to modify and issue changes to the RFP documents. The changes
shall be issued as Addenda.

1.6 Mid-Bid and Post Bid Interview


As part of the selection process, Bidders may be requested to attend a mid-bid and post-bid interview
with the Employer to present their proposal for the execution of the Works to demonstrate
understanding of the Project, the Employer’s requirements and their capabilities.

Public

3
Section 2 – Instructions to Consultants – Data Sheet

The details of the timings and location of any interviews, presentations and meetings will be
confirmed by the Employer to the Bidders forty-eight (48) hours before the respective dates. All
interviews will take place in Riyadh, KSA, however the Employer reserve the right to hold any
interviews, presentation, and meeting via MS Teams.
All costs associated with the mid-bid and post-Bid interview shall be at the Bidders own expense.
1.7 Bid Information
The Bidder shall be responsible for obtaining all the information he requires to arrive at his Bid price
and no claim for the alteration of the Bid amount shall be entertained on the grounds of failure to
obtain accurate information or of any alleged misrepresentation, misinformation or of any verbal or
written instructions or promises given by any person other than allowed in Section 1 paragraph 1.8
of this RFP and any official revision notices forwarded from the Employer.

1.8 Bid Submission


The Proposals shall be submitted in two separate Packages. The first Package containing the
Technical Submission and the second Package containing the Commercial submission
Each Bidder shall compile and submit its Proposal in a properly Sealed Envelope, which are as
follows
Package 1: Technical Proposal (Sealed Envelope 1)
a. 2No. bound hard copies marked “ORIGINAL”, “DUPLICATE”
b. 2No. Electronic on USB (in PDF and in native format) to be included with the ORIGINAL.
Package 2: Commercial proposal (Sealed Envelope 2)
a. 2No. bound hard copies marked “ORIGINAL”, “DUPLICATE”
b. 2No. Electronic on USB (in PDF and with a copy of any "Price Breakdown" in native ‘Excel’
format. The Excel file shall be Unprotected with Formula as required) to be included with the
ORIGINAL
Package 3: Bonding
a. Third sealed envelope shall contain Initial Bank Guarantee letter / Bid Bond This package is
to be included inside Package 2.
The Bidder shall affix its company stamp to and initial every page of the "ORIGINAL" hardcopy
Technical Proposal, Bid Bond, and Commercial Proposal.
The Bidder shall certify that the DUPLICATE Technical and Commercial Proposals are true copies
of the ORIGINAL by the inclusion of the signed notation ‘CERTIFIED TRUE COPY’ on the cover
of the DUPLICATE.
The Proposal Packages 1 and Package 2 shall not bear any mark or indicate the name of the Bidder,
except to clearly state the information set out below. It is important that this Proposals are Sealed
and Secured Properly to avoid disqualification:

Public

4
Section 2 – Instructions to Consultants – Data Sheet

Package 1: Package 2:
TECHNICAL PROPOSAL COMMERCIAL PROPOSAL
Saudi Tadawul Group Saudi Tadawul Group
New HQ Office Fit Out Works New HQ Office Fit Out Works

Bid Return Address:


Attention: Mr. Khaled Al-Huzim
Category Sourcing Lead Specialist Procurement
Address: 6897 King Fahd Road, Al Olaya, Unit 15, 9th Floor
Abraj Attawuneya, North Tower
Riyadh 12211 – 3388,
Kingdom of Saudi Arabia.
E-mail: [email protected]

Bid Administrator: Mr. Khaled Al-Huzim

The Proposal must be delivered by hand or courier on or before the Proposal Submission Date at the
above address and formally received by the Employer. Any Proposal received by any other method
will not be accepted. A receipt will be provided by the Employer.
A Proposal received after the Proposal Submission Date, at the discretion of the Employer, will not
be considered.
The Employer reserves the right, to extend the Proposal Submission Date.

1.9 Alternative Proposals


The Bidder may submit an Alternative Proposal if it can demonstrate such alternative will provide a
more efficient delivery of the Works, reduced risk and/or superior value for money to the benefit of
the Employer (Alternative Proposal).
As a condition for an Alternative Proposal to be considered by the Employer, the Bidder must submit
a compliant Proposal
The Bidder shall include within its Alternative Proposal, a narrative stating its proposed and foreseen
benefits to the Employer and the Works.
An Alternative Bid Proposal shall be compiled and submitted as follows:

Public

5
Section 2 – Instructions to Consultants – Data Sheet

i. shall be marked to clearly indicate the sections/areas where alternatives have been proposed.
ii. where the Alternative Proposal results in a revised Technical Proposal and/or Commercial
Proposal.
iii. a separate sealed envelope containing the Alternative Technical Proposal and/or Commercial
Proposal which must be submitted in accordance with the Technical and Commercial return
dates and be labelled "Package 3: Technical Proposal – Alternative" or "Package 4:
Commercial Proposal – Alternative" and submitted in accordance with the Section 2
paragraph. 1.8.

1.10 Period of Validity


Proposals shall remain valid, fixed, binding and irrevocable, for a period of 120 calendar days. The
Period of Validity may be extended by the Employer for an additional period of 60 calendar days by
giving notice to the Bidders.

1.11 Taxes
The Bid shall include all taxes, and to the extent that the goods and services provided under the contract
are subject to VAT, the Bidder shall add VAT to the Bid Price at the prevailing rate as applicable.

1.12 Errors in Pricing and Bid Adjustment


Bidders will not be permitted to make corrections or amendments to their Proposals for any reason
whatsoever after the time and date fixed for the submission of the Proposal.
The Employer shall adjust arithmetical or other errors made by the Bidder in compiling his Proposal
as follows:

a. where there is a discrepancy between the amounts in figures and in words, the amount in words
will prevail.

b. if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals
will prevail, and the totals will be corrected.

c. Where the total of arithmetical errors is such that the amount of the Proposal would have been
increased, then the individual rates and prices shall be reduced proportionately such that the
Contract Price of the awarded contract shall be the same as the amount of the Proposal.

d. Where the total of arithmetical errors is such that the amount of the Proposal would have been
reduced, then the individual rates and prices shall be corrected such that the Contract Price of
the awarded contract is for the corrected and reduced amount.

1.13 Acceptance or Rejection of Bid


The Employer reserves the absolute right to accept or reject any Proposal or to annul or cancel
this RFP process and reject all Proposals at any time without any liability to the Bidder or any
other person and without any obligation to inform the Bidders of the grounds for its action.

Public

6
Section 2 – Instructions to Consultants – Data Sheet

1.14 Bid Bond


The Bidder shall provide, as part of its Bid, a Bid Bond in the aggregate amount of Saudi Arabian
Riyal One Million Only (SAR 1,000,000.00).
The Bid Bond shall be an irrevocable and unconditional guarantee in the form set out in FORM 4C
of this RFP, issued by an approved first-class financial institution within, KSA and which shall be
approved by the Employer.
The Bid Bond shall remain valid and enforceable from the date of execution of the Bid Bond until:
a. the date falling thirty (30) days after expiration of the Period of Validity (as defined in
Section 2 paragraph 1.10 and as may be extended in accordance with the requirements of
this RFP); or
b. in respect of the Successful Bidder, the date on which the Successful Bidder submits to
the Employer a complete, executed Performance Bond in relation to the performance of
its obligations under the Contract and the insurances required under the Contract.
The Employer will return the Bid Bond to the unsuccessful Bidders thirty (30) days after the Contract
has been executed successfully by the Successful Bidder.
The Bid Bond provided by the Successful Bidder shall be returned to the Successful Bidder within
thirty (30) days of receipt by the Employer of a complete executed Performance Bond in relation to
performance of its obligations under the Contract and all Insurances required under the Contract.
A Bid Bond shall be forfeited if:
a. The Bidder withdraws a Bid during the Period of Validity.
b. The Bidder fails to enter negotiations of the Contract with the Employer; or
c. The Successful Bidder fails to enter the agreed form of Contract.
d. The Bidder fails to extend the validity period of the Bid Bond in accordance with Section
2 paragraph. 1.10

1.15 Legal Form of the Bidder

The Bidder shall be a business organisation duly organised, registered and in good standing under the
laws of the Kingdom of Saudi Arabia, be a resident entity and be a permanent establishment in the
Kingdom of Saudi Arabia.
Joint Venture is not preferred or not allowed for this bid.
1.16 Sub-Contractors
Any sub-contractor(s) required for the Works by the Bidder will be engaged by the Bidder in
accordance with the provisions of the Contract. Management, liability, cost, and expense of the sub-
contractor(s) will be the sole responsibility of the Bidder.
The proposed sub-contractors and their staff must be approved by the Employer.
The Employer reserves the right to require any Bidder to exclude or replace one or more sub-
contractors included in the Proposal with others satisfactory to The Employer

Public

7
Section 2 – Instructions to Consultants – Data Sheet

1.17 Language and Protocol of the RFP


The Bid and all correspondence and documents relating to thereto shall be written in the English
language.

1.18 Cost of Bidding


The Bidder shall bear all costs and expenses associated with the preparation, submission,
clarification, and negotiation of its Proposal.
Neither the Employer nor any of its advisors or consultants shall, under any circumstances, be
responsible or liable for any such costs, regardless of, and without limitation to, the conduct or
outcome of the bidding, evaluation, and selection process.
All documents submitted by the Bidder pursuant to this RFP shall become the property of Employer
and shall not be returned.
1.19 Litigation and Contingent Liabilities
The Bidder must inform the Employer of all current or pending litigation, regulatory action or
other contingent liability that could have an adverse material impact on the Bidder’s ability to
perform the Works under the terms of the Contract.

1.20 Confidentiality
The Bidder acknowledges that all information relating to this RFP comprises confidential information
under the terms of the non-disclosure agreement executed by the Bidder as a pre-condition to receipt
of this RFP.
The Bidder acknowledges The Employer may disclose freely information it receives and/or holds
pursuant to this RFP process.
1.21 Employer Accepts No Obligation
The Employer has the right to accept or reject any or all offers or to cancel the Bid and stop the
bidding without giving any justification.
The Employer is not bound to accept the lowest financial offer or to give any explanation or reason
for its rejection.
The Employer will not be responsible for or pay for expenses or losses which may be incurred by the
Bidder for the preparation of his Bid or as may be incurred through the subsequent rejection or non-
acceptance of a Bid for any reason whatsoever.
1.22 Non-Collusion
The Tenderer warrants to that its proposal has been prepared without collusion with any other
Tenderer and that it has prepared its proposals using its own resources and has not conspired with
any other party to the detriment of KAFD in the preparation of this proposal.
Tender to submit a Non-Collusion Confirmation.

Public

8
Section 2 – Instructions to Consultants – Data Sheet

1.23 Conflicts of Interest


The Bidder shall disclose and/or describe any potential conflict of interest or appearance of
impropriety, relating to other Employers of the Bidder, employees of the Employer or its
Consultants, that could be created by entering the Contract and/or carrying out the Works and
indicate what procedures will be followed to detect, notify the Employer of, and resolve, any
conflicts of interest.

1.24 Copyright and Intellectual Property


All copyright in this RFP and any further documents issued by the Employer or its consultants in
relation to this RFP, and the information contained or referred to therein, vests in, and is the
property of, the Employer.
All intellectual property rights in such documentation shall remain the property of the Employer and
the Bidder shall obtain no right, title, or interest therein.
This RFP may not be reproduced, copied or stored in any medium, in whole or in part, by the Bidder
without the prior written approval of the Employer other than as strictly required for the preparation
of the Proposal.
1.25 Corrupt Practices
The Bidder shall observe the highest standard of ethics during the process of preparation of the
Proposal and generally in the way it conducts its business. The Bidder shall not directly or
indirectly, or through any employee, servant, agent or affiliate, engage in any Prohibited Acts (as
defined in the Contract) in connection with the preparation or submission of its Proposal.
If the Employer determines the Bidder has, at any time prior to or following the Submission Date
committed a Prohibited Act in relation to this RFP, either directly or indirectly or through any
employee, director, officer, servant, agent or affiliate, the Employer may, at its sole discretion, reject
the Proposal and disqualify the Bidder from any further involvement in this RFP process. For the
avoidance of doubt, any Prohibited Act committed by any person with the prior knowledge or
approval of the Bidder (through the Bidder’s directors and/or officers or otherwise), shall be deemed
to have been committed by the Bidder.

1.26 Permits and Licenses


The Bidder shall, subject to the terms of the Contract, be responsible for applying for and obtaining
all permits and licenses necessary to provide the Works under the Contract. The Bidder shall satisfy
itself as to the procedures and timeframes required for such consents and licenses. The responsibility
for identifying and obtaining the consents and licenses rests solely with the Bidder

1.27 Not an Offer


This RFP is not an offer capable of acceptance and its issue shall not bind the Employer or its affiliates
or consultants nor be capable of binding the Employer, its affiliates, or consultants in any way
whatsoever.
The Proposal shall constitute an offer by the Bidder capable of acceptance by the Employer.

Public

9
Section 2 – Instructions to Consultants – Data Sheet

1.28 Governing Law and Disputes


This RFP shall be governed by and construed in accordance with the Laws of the Kingdom of Saudi
Arabia The Bidder shall indemnify and hold the Employer harmless in respect of any losses suffered
by the Employer because of a breach of Law by the Bidder.
Any dispute, controversy or claim arising out of or relating to this RFP, shall be settled in accordance
with the dispute resolution procedure contained in the Contract.
1.29 Notification of Acceptance and Execution of Contract
Following evaluation of the received Proposals, and subject to the Employer’s right to accept or reject
any Proposals, the Employer shall notify the Bidder (if any), that it has been selected (the “Successful
Bidder”) to enter into the Agreement, and the Successful Bidder shall enter into the Agreement within
the timeframe specified in Proposal Submission Details or as amended by the Employer.

1.30 Contract Agreement


By submitting the Proposal, the Bidder shall be deemed to accept the form of the Contract in its
entirety unless comments and/or requests to amend the Contract are submitted in accordance with
this RFP.
The Employer may, but shall not be obliged to, consider, and accept any comments and/or any
requests to amend the Contract as submitted by the Bidder.
The specimen Form of Contract is included in Section 7 of this RFP is a Draft and The Employer has
the right to amend such clauses during the Bidding process and until such a time that the Contract
Agreement has been signed by both parties. Any amendments will be issued as an Addendum to this
RFP and in no circumstances that such amendment shall cause the Bid Submission Date to be
extended.
1.31 Evaluation & Clarification of Proposals
The evaluation of Proposals shall be based on a two-stage opening procedure, as follows:
a. Stage One: Technical opening to be followed by technical evaluation.
b. Stage Two: Commercial opening for technically qualified Bidders to be followed by
commercial evaluation.
It is the intention of the Employer to assess each Proposal and select the Successful Bidder in a
transparent, fair, impartial, and commercial manner. To qualify for comparative evaluation, Bidders
must first be determined to be Substantially Responsive. For the purposes of this RFP, a Substantially
Responsive Proposal shall be a Proposal that conforms to all the terms, conditions, and requirements
of this RFP without any material deviation or reservation or qualification.
The Employer reserves the right in its absolute discretion, to reject any Proposal that it deems not to
be Substantially Responsive.
All Substantially responsive Proposals will be considered based on amongst other things, economic
merit, technical merit, time for completion and delivery, cost of operating and maintaining the Works
if constructed in accordance with the RFP, experience of the Bidder and comments made on the
Contract.
The Employer will take a quality balanced selection approach to the assessment of all Bids,
considering each Proposal as a whole, and shall seek out the Proposal it deems to be the most
economically advantageous.
The Employer shall not be bound to accept the lowest Bid for the Works or any other Bid, nor shall
Public

10
Section 2 – Instructions to Consultants – Data Sheet

it be bound to assign any reason for rejection of a Tender.


The Employer when making a comparative assessment of each Proposal, shall consider all
information provided and all relevant circumstances and shall consider, inter alia, the following
Criterion and sub-criterion:

Technical (60%)
Proposal Understanding and Approach:
- Summary of key features of works.
- Overview of the approach to project initiation, execution, commissioning and handover
- Procurement strategy for the project for both subcontractors and material supplies
- Description of construction methodology
- Sustainability approach that considers award of LEED gold certification
- Logistics management plan regarding aspects such as deliveries; security; storage;
transportation of materials; labour movement and welfare; noise and dust controls and
waste management
Organization, Management and Resources:
- Organization and project organization chart.
- Key personnel and CV with relative experience
- Manpower histogram covering quantities and duration
- Schedule of proposed subcontractors with corresponding subcontract works

Program Management: programme, narrative, and schedule addressing RFP requirements

- Quality management policy and plan covering quality assurance and quality control
procedures.
- Health, safety, and environmental management policy and procedure manual including
project specific site plan and responsibility matrix
- Quality management and HSE management certifications

Experience and Current Engagement:


- Bidder relevant experience in terms of project location
- Type and number of current projects in Riyadh, Saudi Arabia within 2 months of this
project starting

Commercial (40%)

Submission of: (i) Commercial Proposal Checklist; (ii) Commercial Proposal Form; (iii)
Statement of Compliance; (iv) Bid Bond; (v) Proof of Authorized Signatory
Overall Price
Detailed Cash Flow and Payment Milestone

Insurance

Litigation and Contingent Liabilities (On-going Disputes)

Public

11
Section 2 – Instructions to Consultants – Data Sheet

Financial Stability and Compliance

Suggested Amendments to the Contract

Letter from the Bank stating the Bidder has no Bad Debts and able to acquire a loan.

1.32 Advance Payment Bond, Performance Bond and Retention


Employer shall request a Performance Bond 10 % of awarded contract and apply a Retention
of 5 % for the selected awarded contractor.
Employer will require advance payment Bond with the same amount of advance payment

1.33 Disclaimer
The information contained in this RFP has been compiled solely to assist the Bidder in making its
own evaluation and prepare and submit its Proposal. It does not intend to be all-inclusive or to contain
all the information the Bidder may require.
The Bidder is responsible for examining this RFP and all amendments to satisfy itself of its adequacy
and clarity.
The Bidder shall make its own interpretation of the information provided in this RFP and any
subsequent amendments and shall obtain and verify all necessary data and information which might
in any way affect the cost or the performance of the Works.
No relief or consideration will be given for errors and/or omissions contained in this RFP and any
RFP Addenda, and neither the Employer, its affiliates, nor any of their respective consultants makes
any representation or warranty as to the accuracy or completeness of this RFP, nor shall the Employer,
its affiliates or consultants have any liability for any representations (whether expressed or implied)
contained in this RFP.
Without prejudice to the above, the Bidder shall notify the Employer immediately upon becoming
aware of an inconsistency, ambiguity, or discrepancy in this RFP. The Employer shall be entitled, to
resolve such inconsistency, ambiguity, or discrepancy and to issue details of such resolution to all
Bidders by way of RFP Addenda. Any failure or delay by the Employer to issue such an RFP Addenda
shall not entitle the Bidder to any relief or consideration or create any liability between the Employer
and the Bidder.
The Employer reserves the right, in its absolute discretion, at any stage and without notice, to
terminate further participation in the RFP process by any party, to change the structure and timing of
the RFP process, to refuse entry of a particular party to the next stage of the process, to amend the
information contained in this document or to terminate the RFP process itself. Neither the Employer,
its affiliates or consultants shall have any responsibility or liability for any costs, expenses or other
liabilities incurred by any participants relating to the RFP process.

Public

12
Section 3 – Technical Proposal – Standard Forms

SECTION 3. TECHNICAL PROPOSAL - STANDARD FORMS

In compliance with the RFP, the submitted Technical Proposal shall be accompanied by the
following documents deemed to form part of the Bidders Proposal.

Bidders must limit their Proposals to the number of A4 single-sided pages stated in the checklist (if
stated).

Bidders must set out in their Technical Proposal and demonstrate how they intend to use best practice to
carry out the Works in accordance with the requirements of this RFP as set out in Section 5.

The Technical Proposal shall comprise the list of documents included in the Technical Proposal
Checklist herein.

Public 13
Section 3 – Technical Proposal – Standard Forms

TECHNICAL PROPOSAL CHECKLIST


Each Bidder shall tick the “Included” column of this checklist and include a copy with the
Technical Proposal to demonstrate that the Proposal fully addresses the submission requirements
of the RFP.
Max. Pages
Form Heading Included
(if applicable)
-- Proposal Table of Contents (by Bidder) 2
3A Technical Proposal Submission Form 1

3B Statement of Technical Compliance 2

3C Proposal Overview - Executive Summary 6


3D Methodology and Approach As required

3Da Executive Summary 4

3Db Procurement Approach 4


3Dc Construction Methodology As required

3Dd LEED Methodology and Approach As required


3De Logistics Management Plan 5

3E Relevant Bidder Experience and Capability 5

3F Current Workload 2

3G Programme Management 6

3Ga Programme As needed

3Gb Programme Narrative 5

3H Organisation, Management and Resources 4

3Ha Organisation and Project Organisational Charts 3

3Hb Key Personnel As needed

3Hc Manpower Tabulation 4

3J Key Personnel CV Template (linked to 3Jb) As needed

3K Quality Management Systems and Procedures 6

3L Health, Safety and Environmental Management 6

3M Proposed Sub-Contractors 4
3N Confirmation of Site Visit 1

Public 14
Section 3 – Technical Proposal – Standard Forms

Max. Pages
Form Heading Included
(if applicable)

3P Anti-Bribery and Anti-Corruption Adherence As needed


3Q Non-Collusion Confirmation 1

3R Declaration of Conflict of Interest 2

Public 15
Section 3 – Technical Proposal – Standard Forms

FORM 3A: TECHNICAL PROPOSAL SUBMISSION FORM

[Location, Date]
[Use Bidder’s letterhead]

6897 King Fahd Road, Al Olaya, Unit 15, 9th Floor


Abraj Attawuneya, North Tower
Riyadh 12211 – 3388,
Kingdom of Saudi Arabia.
email: [email protected]

Attn: Khaled Al-Huzim

BID TITLE: Saudi Tadawul Group Fit Out of New HQ Office

We, the undersigned, offer to execute and complete the Tadawul HQ Office Fit out Works in accordance with
your Request for Proposal dated XXXXXX together with all Bid Clarifications and RFP Addenda and our
Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Commercial
Proposal sealed under a separate envelope.

If negotiations are held during the period of validity of the Proposal, i.e., before 120 calendar days, or any
extension thereto, we undertake to negotiate based on our Technical Submission and proposed resources. Our
Proposal is binding upon us and subject to the modifications resulting from Contract negotiations.

We understand you are not bound to accept any Proposal you receive.

Yours sincerely,

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:
Address:

Public 16
Section 3 – Technical Proposal – Standard Forms

FORM 3B: STATEMENT OF TECHNICAL COMPLIANCE

[Use Bidder’s letterhead]

Date:

6897 King Fahd Road, Al Olaya, Unit 15, 9th Floor


Abraj Attawuneya, North Tower
Riyadh 12211 – 3388,
Kingdom of Saudi Arabia.
email: [email protected]

Attn: Khaled Al-Huzim

BID TITLE: Saudi Tadawul Group Fit Out of New HQ Office

Having carefully examined all the documents comprising your Request for Proposal (RFP) and any Addenda
thereto in respect of the above bid, we, the undersigned, offer to execute and complete the Works in accordance
with the terms and conditions of the RFP and without any exceptions thereto.

We confirm that, for the Period of Validity, our Proposal is valid, binding on us and is irrevocable, shall not be
withdrawn and is open for the Employer’s acceptance.

We represent and covenant to the Employer that we have complied and will continue to comply with the
provisions of this RFP, and if we are the Successful Bidder shall continue to remain compliant with this RFP.

Our Technical Proposal documents, pursuant to Section 3 of the RFP have been completed, stamped, signed,
and are submitted herewith:

We: [Bidder to delete as appropriate]

a. have also submitted Alternative Proposal(s) under a separate cover which comply fully with all the
requirements and terms and conditions of the RFP.
b. have certain exceptions to the requirements and terms and conditions of the RFP which we have indicated
in an Alternative Proposal submitted under a separate cover.

We acknowledge receipt of the following Bid Clarifications and RFP Addenda and these have been considered
in our Proposal:

DATE SUBJECT CLARIFICATION/ADDENDA


NO.

Public 17
Section 3 – Technical Proposal – Standard Forms

DATE SUBJECT CLARIFICATION/ADDENDA


NO.

Dated this ……………………… Day of ………………………………………. 2021

For and on behalf of

Messrs. ………………………………………………………………………………..

Signature(s) ………………………………………………………………………….

Name(s) ……………………………………………………………………………..

in the capacity of ……………………………………………... duly authorized to sign Bids

Business Address ……………………………………………………………………

Bidder’s company seal

Witness Signature …………………………………………………………………..

Witness Name & Address …………………………………………………………………….

Public 18
Section 3 – Technical Proposal – Standard Forms

FORM 3C: PROPOSAL OVERVIEW - EXECUTIVE SUMMARY


The Bidder’s Technical Proposal shall include an executive summary setting out the key features and
highlighting the main points of the Proposal vis-a-viz its understanding of the Employer’s expectations,
the technical aspects of the Works, and the capabilities and approach to achieve quality and timely
performance of the Works.

The Bidder shall also use the executive summary to demonstrate any added value it may bring to the
realisation of the Employer’s expectations of the project and the key reasons that informs the believe that
it should be awarded the Contract.

Public 19
Section 3 – Technical Proposal – Standard Forms

FORM 3D: METHODOLOGY AND APPROACH


Methodology and approach are key components of the Technical Proposal. The Bidder shall provide its detailed
methodology and approach to the delivery of the Works using the following sub-headings:
a. Executive Summary
b. Procurement Approach
c. Construction Methodology
d. Logistics Management Plan
a. Executive Summary
Under this sub-heading, the Bidder shall explain its understanding of the project, and provide a technical outline
of its general scheme of procedure, demonstrating its proposed method and approach to the execution the Works
from mobilisation to handover, covering key activities such as planning, permitting, engineering, procurement,
construction, testing & commissioning.
The Bidder may provide illustration with relevant project specific diagrams, sequences, relevant tables, and an
accompanying concise summary narrative explaining the integration of all activities from award of the Contract
to the issuance of the Performance Certificate.
b. Procurement Approach
The Bidder shall provide a statement identifying portions of the Works it intends to subcontract and its approach
to the procurement of subcontractors.
The approach must explain the Bidders strategy and methodology for sourcing and procuring the subcontractors,
suppliers, and materials.
The Bidder shall also explain its approach towards the coordination of the Works and interfacing the works to
be executed by Subcontractors, to minimise delivery risk and achieve the project delivery timelines.
Bidder is to provide a comprehensive procurement forward plan including long lead in items, detailed plan with
milestones outlining how the procurement is linked and supplements the program. Bidder to provide a list of
suppliers and subcontractors, for approval.
c. Construction Methodology
The Bidder shall provide an outline construction method statement for carrying out the Works including:

A complete list of the major works and services that will be required

The methodology of constructing the major elements of work.


The Bidder shall also consider and take account of but not limited to the following aspects of the Works:

Approach to risk management during execution of the Works

Approach to handover of the Works to the Employer

Public 20
Section 3 – Technical Proposal – Standard Forms

d. Logistics Management Plan


The Bidder shall develop a Site logistic plan indicating site set-up, unloading areas and storage, security and site
access control, temporary water and power points and the like. The Bidder shall include emergency evacuation
plan, and a statement on the management and maintenance of the site logistics.
The logistics management plan shall consider, but not limited to:

a. lay-out space, vertical transportation and constraints, days, and hours of working etc.
b. transportation and daily movement of labour during peak times to avoid congestion on and around
the Site.
c. dust suppression and mitigation measures.
d. noise control and mitigation measures.
e. managing any wide and heavy loads and any constraints on Vertical transportation.
f. Waste management plan

Public 21
Section 3 – Technical Proposal – Standard Forms

FORM 3E: RELEVANT BIDDER EXPERIENCE AND CAPABILITY


Using the format below, the Bidder shall provide information on projects it has carried out during the last ten
years, which are similar in scope and size to that requested under this RFP.

NO PROJECT LOCATION EMPLOYER START COMPLETION DATE DETAILS OF EMPLOYER


NAME NAME DATE SCOPE CONTACT
PERFORMED
PROJECT (Name of
NUMBER OF Contact,
VALUE
MANPOWER Mobile No.
(SAR)
and
Company
Email
Address)

1
2

3
4

Using the format below, the Bidder shall provide information on Subcontractors, if any, that have been
involved with the Bidder in projects similar in scope and size to that requested under this RFP.

NO SUBCONTRACTOR ADDRESS EMPLOYER DETAILS OF EMPLOYER


NAME NAME SCOPE CONTACT
PERFORMED
NUMBER OF PROJECTS
MANPOWER INVOLVED (Name of Contact,
Mobile No. and
Company Email
Address)

4
5

Public 22
Section 3 – Technical Proposal – Standard Forms

FORM 3F: CURRENT WORKLOAD


The Bidder shall provide the following details of the current and pipeline projects with which the Bidder is
engaged in a significant capacity:
a) Project name;
b) Project summary;
c) Client/sponsor;
d) Bidder’s roles and responsibilities;
e) Project location;
f) Project size;
g) Project budget;
h) Project start and finish dates;
i) The quantity and disciplines of Bidder’s human resources dedicated to each project.
j) Confirmation of Projects about to be awarded and or about to commence in the next 12 months, including
approx. size in value, location, impact on bidder’s resources

Public 23
Section 3 – Technical Proposal – Standard Forms

FORM 3G: PROGRAMME MANAGEMENT AND SCHEDULE

a. Programme and Schedule

Bidders shall submit a proposed Programme and Schedule which shall set out all the activities and milestone
for the execution and completion of the Works and the key interfacing activities. However, the
milestones and completion dates shall be in-line with the Program Schedule included in Appendix 8
and shall include:

1. The dates set out in the Appendix to Tender;

2. Mobilisation activities, which shall include Site set-up, Method statements and submittals, Manpower,
and equipment, Permits and approvals.

3. Engineering, which shall entail submission of Contractor’s documents as required under the Contract
and review and approval durations.

4. Procurement activities including major materials purchase orders, long lead items, appointment of
subcontractors and provision of vendor list.

5. Construction activities indicating the sequence the Bidder proposes to carry out the works, including
the timing of major inspections and tests.

6. Commissioning sequence and timing, and Closeout.

7. Time for Completion of the Works is 25th December 2022 and shall be taken into consideration
when preparing all activities and milestone.
The Bidder shall also provide a detailed critical path programme which shall show the critical path, the
float and all dependencies and links as well as early start dates, late start dates, early completion dates
and late completion dates

b. Programme Narrative
The Programme must be supported with a detailed narrative, which as a minimum must include the following
information:

Scope of works clarifications;

Description of the critical path;

Key interfaces and dependencies;

List of constraints and assumptions;

List of milestones;

List of long lead items;

List of subcontract works;

List of key Employer decisions and approvals

Public 24
Section 3 – Technical Proposal – Standard Forms

List of key Authority consents and approvals

Public 25
Section 3 – Technical Proposal – Standard Forms

FORM 3H: ORGANISATION, MANAGEMENT AND RESOURCES

a. Organisation and Project Organisational Charts

The Bidder shall include in its Technical Proposal detailed organisational chart, highlighting key positions and
levels of responsibilities for all roles to be undertaken through the various stages of the Works.
b. Key Personnel
The Bidder shall submit a proposal of the structure and composition of the team, particularly the key personnel
to be assigned to the Works and their corresponding positions. The proposal shall include the curricula vitae
(CVs) of all key personnel.
c. Manpower Histogram
Bidder shall provide a manpower histogram in a table format covering all proposed manpower classifications.
The table shall indicate the proposed number of personnel covering specific proposed positions for the duration
of the Works, and with sufficient information to demonstrate the Bidder’s ability to source the required level of
personnel.
The Bidder shall also provide a statement demonstrating its ability to source and cater for the necessary levels
of labour to undertake and complete the Works.

Public 26
Section 3 – Technical Proposal – Standard Forms

FORM 3J: KEY PERSONNEL CV TEMPLATE

The Bidder shall provide a list of the proposed key personnel with a summary of their C.V.’s and
relative experiences in the table below. The detailed C.V.’s of each of the nominated personnel
must be included in the Technical Proposal.

Proposed Personnel Name General Experience Experience Education: Key Qualifications


Position Experience as proposed in Fit-Out highest
(years) position degree
(years) (years)

Public 27
Section 3 – Technical Proposal – Standard Forms

FORM 3K: QUALITY MANAGEMENT STATEMENT

The Bidder shall provide a Quality Policy Statement for the engineering and execution of the Works, comprising
but not limited to:

a. The management, organisation, policy, and procedures to be adopted.

b. Details of any third-party accreditation to ISO9001 and certification

c. The approach to mock-ups, samples, and testing

d. Document control procedures

e. Approach to dealing with the Employer on all Quality Assurance and Project Compliance issues,
inspections of the Works and monitoring of workmanship.
f. Project specific Quality Management Plan.

Public 28
Section 3 – Technical Proposal – Standard Forms

FORM 3L: HEALTH, SAFETY AND ENVIRONMENTAL MANAGEMENT

The Bidder shall provide a Statement describing its approach to Health Safety and Environmental management
for the execution of the Works, comprising but not limited to:
a. HSE Policy statement
b. Confirmation/statement that it has an established and that it maintains an updated HSE management plan
c. Details of any third-party accreditation to OHSAS18001 and certification, if any.
d. Project specific Health, Safety and Environmental Management Plan.

Public 29
Section 3 – Technical Proposal – Standard Forms

FORM 3M: PROPOSED SUB-CONTRACTORS

If the Bidder intends to sub-contract any part of the Works, it must provide a comprehensive schedule of all
proposed sub-contractors it intends to engage, indicating the element of work to be performed.
If a definitive selection has not been made, then list the alternative organisations being considered.
The Bidder must include within its Technical Proposal a detailed overview of all sub-contractors and their
relevant experience and capabilities, using FORM 3D and FORM 3E herein.

Public 30
Section 3 – Technical Proposal – Standard Forms

FORM 3N: CONFIRMATION OF SITE VISIT

The Bidder shall provide a statement that it has visited the Site and accepts the Site conditions and the risks
associated therewith and has no queries on any matter concerning the Site.

Bidder must sign and return the statement of site visit included Appendix 2 of this RFP as part of its Technical
Proposal.

Public 31
Section 3 – Technical Proposal – Standard Forms

FORM 3P: ANTI-BRIBERY AND ANTI-CORRUPTION ADHERENCE

The Bidder shall provide a confirmation signed letter in their Company Letter Head stating that their
organization and individuals associated with the organizations comply and operate in accordance with
International Anti-Bribery and Corruption guidelines. Proof of adherence should be up to date and is to be
submitted along with the confirmation letter.

Public 32
Section 3 – Technical Proposal – Standard Forms

FORM 3Q: NON-COLLUSION CONFIRMATION

The Bidder shall submit a signed letter of confirmation that warrants its proposal has been prepared without
collusion with any other Bidder and that it has prepared its proposals using its own resources and has not
conspired with any other party to the detriment of The Employer in the preparation of this proposal.

Public 33
Section 3 – Technical Proposal – Standard Forms

FORM 3R: DECLARATION OF CONFLICT OF INTEREST

The Bidder shall submit a signed letter in their Company Letterhead and shall declare and describe any
potential conflict of interest or appearance of impropriety, relating to other clients of the Bidder, or employees
of the Employer including its Board of Directors, that could be created by entering into the Contract and/or
carrying out the Work.

Public 34
Section 4 – Commercial Proposal – Standard
Forms

SECTION 4. COMMERCIAL PROPOSAL - STANDARD FORMS

Each Bidder shall tick the “Included” column of this checklist and include a copy with the
Commercial Proposal to demonstrate that the Proposal fully addresses the submission
requirements of the RFP.
Max. Pages
Bid Form Heading Included
(if applicable)

4A Commercial Proposal Submission Form 1

4B Statement of Compliance - Commercial 2


4C Bid Bond As needed

4D Proof of Authorised Signatory 1

4E Contract Price As needed

4F Detailed Cashflow and Payment Milestone As needed

4G Insurances As needed
4H Litigation & Contingent Liabilities (Ongoing 3
Disputes)

4J Company Documentation As needed

4K Joint venture (No Joint Venture Required or N/A


Allowed)

4L Suggested Amendments to the Contract As needed


4M Letter from Bank 1

Public

35
Section 4 – Commercial Proposal – Standard
Forms

FORM 4A: COMMERCIAL PROPOSAL SUBMISSION FORM


The Bidder shall submit its offer price using the Commercial Proposal Submission Form below.

The Commercial Proposal Submission Form must be signed by a person properly authorized to sign on
behalf of the Bidder and duly stamped with the Companies official stamp. No Commercial Proposal
Submission Form that is incomplete or incorrectly filled in will be considered.

[To be printed on Bidder’s letterhead]

6897 King Fahd Road, Al Olaya, Unit 15, 9th Floor


Abraj Attawuneya, North Tower
Riyadh 12211 – 3388,
Kingdom of Saudi Arabia.
email: [email protected]

Attn: Khaled Al-Huzim

BID TITLE: Saudi Tadawul Group Fit Out of New HQ Office

We, the undersigned, having examined your Request for Proposal (RFP) dated XXXXXXX together with
all Bid Clarifications and RFP Addenda, for the above Project, offer to execute and complete the whole
of the Works in accordance with this RFP and our Proposal (Technical and Commercial Proposals).

Our Commercial Proposal is for the total Amount of SAR_____________________________ [INSERT


IN WORDS AND FIGURES] Fixed Price Lump Sum, inclusive of VAT.

This Commercial Proposal shall be binding upon us subject to the modifications resulting from Contract
negotiations, up to expiration of the validity period of the Proposal.

We understand you are not bound to accept any Proposal you receive.

Regards,

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:
Address:

Public

36
Section 4 – Commercial Proposal – Standard
Forms

FORM 4B: STATEMENT OF COMMERCIAL COMPLIANCE

[Use Bidder’s letterhead]

Date:

6897 King Fahd Road, Al Olaya, Unit 15, 9th Floor


Abraj Attawuneya, North Tower
Riyadh 12211 – 3388,
Kingdom of Saudi Arabia.
email: [email protected]

Attn: Khaled Al-Huzim

BID TITLE: Saudi Tadawul Group Fit Out of New HQ Office

Having carefully examined all the documents comprising your Request for Proposal (RFP) and any
Addenda thereto in respect of the above Project, we, the undersigned, offer to execute and complete the
Works in accordance with the terms and conditions of the RFP and without any exceptions thereto.

We confirm that, for the Period of Validity, our Proposal is valid, binding on us and is irrevocable, shall
not be withdrawn and is open for the Employer’s acceptance.

We confirm that the prices and rates quoted in the Pricing Document, are fixed and are not subject to any
change during the Period of Validity and subsequently (if selected as the Successful Bidder) during the term
of the Contract executed by us.

We represent and covenant to the Employer that we have complied and will continue to comply with the
provisions of the RFP, and if we are the Successful Bidder shall continue to remain compliant with the RFP.

Our Commercial Proposal documents, pursuant to Section 6 of the RFP including the Commercial Proposal
Submission Form have been completed, stamped, signed, and are submitted herewith:

We: [Bidder to delete as appropriate]

c. have also submitted Alternative Proposal(s) under a separate cover which comply fully with all the
requirements and terms and conditions of the RFP and include(s) no exceptions thereto.
d. have certain exceptions to the requirements and terms and conditions of the RFP which we have
indicated in an Alternative Proposal submitted under a separate cover.

We acknowledge receipt of the following Bid Clarifications and RFP Addenda and these have been
considered in our Proposal:

Public

37
Section 4 – Commercial Proposal – Standard
Forms

DATE SUBJECT CLARIFICATION/ADDENDA


NO.

Dated this ……………………… Day of ………………………………………. 2021

For and on behalf of

Messrs. ………………………………………………………………………………..

Signature(s) ………………………………………………………………………….

Name(s) ……………………………………………………………………………..

in the capacity of ……………………………………………... duly authorized to sign Bids

Business Address ……………………………………………………………………

Bidder’s company seal

Witness Signature …………………………………………………………………..

Witness Name & Address …………………………………………………………………….

Public

38
Section 4 – Commercial Proposal – Standard
Forms

FORM 4C: BID BOND


The Bidder shall submit with its Commercial Proposal a Bid Bond. The Bid Bond shall be as per
SAMA Format or equivalent acceptable to the Bank.

Public

39
Section 4 – Commercial Proposal – Standard
Forms

FORM 4D: PROOF OF AUTHORISED SIGNATORY

The Bidder shall provide the name(s) of the person(s) duly authorised to sign agreements on behalf
of the Bidder’s company, together with a notarised copy of the respective Power of Attorney to sign
on behalf of the company.

Also, the Bidder shall provide the list of persons (non-restrictive) who are authorized to take part in
any negotiation.

Public

40
Section 4 – Commercial Proposal – Standard
Forms

FORM 4E: CONTRACT PRICE

The Bidder shall return a fully priced Bill of Quantities (BOQ) using the template provided in this RFP
and in accordance with the requirements therein.
Further, the Bidder is required to include with the Commercial Proposal, electronic copies of the pricing
documents, one in pdf and the other in MS Excel editable format.
Bidders shall not modify any wording or formatting used in the Employer provided documents.
Bidders shall note that the rates submitted are deemed to include for all work, obligations, and liabilities,
under the Contract and for other work or obligations, which although not mentioned or shown, may
reasonably be inferred therefrom.
Bidders shall take note of the 'General Requirements' or ‘Preliminaries’ Section of the BOQ in which
provision is made for pricing of the Bidder’s general obligations for each of the items separately. Any
item not priced in this section of the BOQ will be deemed to have been allowed for in the prices inserted
elsewhere in other sections.
In addition to pricing the BOQ, the Bidder is required to price the Schedule of Rates where he must
provide the rates and ascertain the accuracy of the description of each item. The Bidder shall price each
item separately.
The total price stated in the Commercial Proposal shall be for the complete scope of the Works specified
in the RFP together will all obligations, responsibilities and liabilities described therein.

Public

41
Section 4 – Commercial Proposal – Standard
Forms

FORM 4F: DETAILED CASHFLOW AND PAYMENT MILESTONE

The Bidder shall provide a detailed cash flow chart forecasting the value of anticipated monthly
payments (inclusive & exclusive of VAT) it considers shall become due under in terms of the
Contract.

Public

42
Section 4 – Commercial Proposal – Standard
Forms

FORM 4G: INSURANCES


The Bidder shall complete and submit the following schedule and copies of proof of insurances presently
held by the Company:

Ref Insurance Type Insurer Limit of Coverage (SAR) Expiry Date

1 Contractor All Risks


(CAR)

2 Contractor’s Equipment

3 Third Party Liability

4 Workmen's
Compensation

6 Automobile Liability
Insurance

7 Marine Cargo Insurance

8 Any other Insurances as


would be maintained by
the bidder

a) The Bidder shall state and confirm in writing that it can, and shall, should it be the Successful Bidder,
obtain the policies of insurance in accordance with the Contract
b) The Employer reserves the right to request each Bidder to submit its policy details and to declare
whether there are any current and on-going claims against a policy. If the Bidder is unable to respond
satisfactorily to the Employer’s request, the Bidder’s Proposal may be disregarded and/or disqualified.
c) The Successful Bidder shall be required by the Employer to provide copies of relevant policies after
issue of the Letter of Award and in connection with signing of the Contract.

The costs of procuring, renewing and maintaining each of the policies of insurance in compliance with
the Contract shall be at the sole expense of the Bidder.

Public

43
Section 4 – Commercial Proposal – Standard
Forms

FORM 4H: LITIGATION & CONTINGENT LIABILITIES


The Bidder must provide information on any history of litigation, arbitration, regulatory
action or other contingent liabilities resulting from contracts executed during the past 7 years
or currently under execution.

No Joint Venture is allowed.

Year Award FOR or Name of client, cause Disputed amount


AGAINST of litigation, and matter (current value in SAR)
Bidder in dispute

Public

44
Section 4 – Commercial Proposal – Standard
Forms

FORM 4J COMPANY DOCUMENTATION

The Bidder is to provide copies of the following company’s documentation:

1. Trade license

2. Chamber of Commerce registration

3. GOSI certificate

4. ZAKAT Certificate

5. SAGIA License

6. VAT Certificate

7. Saudization Certificate

Public

45
Section 4 – Commercial Proposal – Standard
Forms

FORM 4K: JOINT VENTURE

No Joint Venture is allowed or permitted.

Public

46
Section 4 – Commercial Proposal – Standard
Forms

FORM 4L: SUGGESTED AMENDMENTS TO FORM OF CONTRACT

Where the Bidder intend to submit proposals to amend the Form of Contract in Section 7, it shall do so in
the format provided below in MS Word.
Bidders must note that at the sole discretion of the Employer, proposals that materially alter the risk
allocation under the Contract shall not be considered favourably.

Contract Clause Proposed Amendment Reason for Proposed


Amendment

[Insert clause reference or [Provide Proposed amendments] [Provide detailed reasoning for
Schedule/paragraph the requested amendment]
reference, with text to
which comment relates]

Public

47
Section 4 – Commercial Proposal – Standard
Forms

FORM 4M: LETTER FROM BANK

As part of due diligence, the Contractor shall provide a letter from their Bank or Financial
Institution confirming the availability and validity of commercial credit to complete the Works. This
letter will be used to assess and review the Contractor’s financial security and stability.

The letter shall be addressed and submitted by a Grade A financial institution to Saudi Tadawul
Group.

The Contractor will provide written confirmation of their ability to obtain:

Advance Payment Guarantee

Surety or Performance Bond

All necessary insurances

(signed on Bank/Financial Institutions Letterhead)

Public

48
Section 5 – Terms of Reference

SECTION 5. TERMS OF REFERENCE & SCOPE OF WORKS

EMPLOYER EXPECTATIONS
The Saudi Tadawul Group intends to engage a Fit-Out Contractor to execute and complete its Headquarters
in King Abdullah Financial District (KAFD), K.S.A. The client aspires for the Works to be completed on
time, within cost and of quality associated with high-end Financial establishments. The Contractor shall
respond to this aspiration by employing the very high standards of resources, systems and methods and
management in the execution and completion of the fit-Out Works.

PROJECT DESCRIPTION
The project is the fit-out of 8no. upper floors (34th – 41st Floors) within Tadawul Tower, the scope of
which includes engineering, fit-out construction, MEP services, furniture and fittings and eventual
handover. The details of the scope of works are included Section 5.2 herein.

THE LOCATION (KAFD)


The Project is located within King Abdullah Financial District (KAFD). a new development under
construction north of Riyadh, Saudi Arabia by the Riyadh Investment Corporation on behalf of the Pension
Authority of the Kingdom of Saudi Arabia. It consists of 59 towers in an area of 1.6 million square meters.
It will provide more than 3 million square meters of space for various uses, 62,000 parking spaces and
accommodation for 12,000 residents.

TADAWUL TOWER
Tadawul Tower (Parcel 1.17) is in King Abdullah Financial District (KAFD) within the Financial Plaza,
and it consists of a 41-storey high-rise commercial segment. This 200-meter skyscraper will be the new
home of Saudi Tadawul Group. The striking tower comprises quality office space, retail and conference
facilities.

Public
49
Section 5 – Terms of Reference

General Information

Official Name Tadawul Tower


Name of Complex King Abdullah Financial District
Other Names Saudi Stock Exchange Headquarters, PPA 30 Parcel
1.17
Structure Type Building
Status Architecturally Topped Out
Country Saudi Arabia
City Riyadh
Street Address & Map Parcel 1.17, King Abdullah Financial District, King
Fahd Rd., Al-Aqiq
Building Function office
Structural Material concrete
Construction Start 2012
Completion 2020

Height: Architectural 200 m / 656 ft


Height: To Tip 200 m / 656 ft
Floors Above Ground 41
Public
50
Section 5 – Terms of Reference

Floors Below Ground 5


Tower GFA 145,000 m² / 1,560,767 ft²

Public
51
Section 5 – Terms of Reference

5.1 TERMS OF REFERENCE (GENERAL SCOPE OF WORKS)


This scope of Works describes, without limitation, the nature of the Works to be executed by the Contractor
pursuant to the Agreement. It is intended to provide a summary and general description of the Works and
to highlight factors of particular importance, which the Contractor must consider in Executing the Works.

The required scope is to execute the fit-out Works for the project which will include but not limited to the
following:
1) Obtain all the necessary permits and approvals from government authorities, KAFD and Tadawul Real
Estate Company
2) Liaise with TREC regarding site access and follow the landlord’s fit-out construction guidelines within
the Tadawul Tower and KAFD
3) Coordinate with the base-build services and follow the tenant guidelines provided by TREC
4) Adhere to the required site health and safety standards and regulations during construction
5) Fit-out Works for levels 34 to 41 as documented in the drawings, schedules, reports and specifications
referred to in Section 5.2 herein.:
a) Demolition of existing elements as required and outlined in the ID package and MEP strip out
package
b) Removal, segregation, and responsible disposal of debris considering that this is going to be a
LEED CI Gold project
c) Supply and installation of new ID elements and systems like:
i) Partitions
ii) Operable Partitions
iii) Doors & Door Hardware
iv) Raised Flooring
v) Wall Finishes
vi) Floor Finishes
vii) Ceiling Finishes
viii) Joinery Elements
d) Supply and installation of MEP elements and systems like:
i) HVAC
ii) Electrical
iii) Power
iv) Fire Alarm
v) Containment
vi) Fire Protection
vii) Audio Visual
viii) ICT
ix) Security
x) Drainage
xi) Water Supply
e) Supply and installation of Specialty Lighting elements and systems
f) Supply and installation of Signage elements and Branding

Public
52
Section 5 – Terms of Reference

g) Supply and installation of Kitchen and Waste elements and systems


6) Supply and installation of Wayfinding Signages, Branding, CCTV and Access Control to 1st floor
7) Coordinate with all relevant stakeholders to ensure that the Works are carried in sequence, on time and
within the conditions outlined in the contract to achieve the project completion following the agreed
timelines and milestones
8) Follow the IT and Security Guidelines in Appendix 12
9) Coordinate with FF&E Vendor to ensure all logistics, access and HSE protocols are adhered to.
10) Assist FF&E Vendor with general site attendance necessary for the FF&E works. Such attendance shall
exclude protection of existing finishes
11) Carry out interdisciplinary coordination and submit fully coordinated shop drawings for approval
12) Perform the required Contractor duties and assignments to achieve LEED CI Gold Certification. The
Bidder/Contractor shall provide a plan and utilize to validate the comprehensive sustainability
approach, ensuring that minimum sustainability goals are achieved under each category and crediting
additional strategies that are selected by the project team.
13) Moreover, the Bidder shall consider that the project is seeking to have a LEED gold certification.
14) The Bidder shall comply with the requirements of LEED standard Core & Shell development and list
the number of projects that he successfully delivered and has a LEED rating
15) Provide all the operation & maintenance manuals and as-built information
16) Complete all the snagging works to the satisfaction of the Owner and the Consultant
17) Obtain the Completion Certificate and handover to the Owner.

Public
53
Section 5 – Terms of Reference

5.2 DETAILED SCOPE OF WORKS (DELIVERABLES)


The detailed scope of Works is contained in the following documents:

Drawings:
Refer to the Drawing register in Appendix 4

Specifications:
Refer to the Specification in Appendix 5

Schedules:
Refer to the Schedules in Appendix 6. However, the Bidder shall note and take into consideration
that the Completion Date of all the Works shall be on the 25th December 2022.

Public

54
Section 6 – Pricing Document

SECTION 6. PRICING DOCUMENT


The pricing documents consists of the Bill of Quantities, which is included in Appendix 7

Public

55
Section 7– Form of Contract

SECTION 7. FORM OF CONTRACT

Contract Agreement

Form of Contract FIDIC Red Bok 1999

The Particular Conditions Part A - Contract Data [as required]

The Particular Conditions Part B - Special Provisions [as required]

Specimen Advance Payment Bond (as per SAMA Format)

Specimen Performance Bond (as per SAMA Format)

Public

56
Section 8– Appendix

SECTION 8. APPENDIX

Appendix 1: Confirmation of Intent to Bid

Appendix 2: Statement of Site Visit

Appendix 3: Bid Clarification Form

Appendix 4: Drawings and Drawing Registers

Appendix 5: Specification

Appendix 6: Schedules

Appendix 7: Bill of Quantities

Appendix 8: Program Schedule

Appendix 9: Tenant Guidelines

Appendix 10: Civil Defense Package

Appendix 11: LEED

Appendix 12: IT Important Guideline and physical security Active Network Scope of Works

Public

57
Section 8– Appendix

Appendix 1:

Confirmation of Intent to Bid

[To be printed on Bidder’s letterhead]

Date:

6897 King Fahd Road, Al Olaya, Unit 15, 9th Floor


Abraj Attawuneya, North Tower
Riyadh 12211 – 3388,
Kingdom of Saudi Arabia.
email: [email protected]

Attn: Khaled Al-Huzim

BID TITLE: Saudi Tadawul Group Fit Out of New HQ Office

1. We acknowledge receipt of the RFP for the above referenced Project.

We have received all the documents listed in the Bid Checklist to the RFP (kindly attach
signed and stamped Bid check list also with this letter)
We have received all the documents listed in the Bid Checklist to the RFP except for:
a. ________________________________________________________
b. ________________________________________________________

2. We confirm that we:

Shall submit a Proposal to reach you on or before the Proposal Submission Date, and that
the submission of this Confirmation of Intent to Bid shall be deemed to constitute an
undertaking by the Bidder to comply with the instructions, processes and procedures set
out in the RFP.
Will not be providing a Proposal (and if hard copies were received, we will return the RFP
and all associated documents immediately under separate cover).
Yours faithfully,
For and on behalf of:
Name of Company:
Name of Authorised Signatory:
Telephone:
Email:
Date:

Public

58
Section 8– Appendix

Appendix 2: Statement of Site Visit

Refer to One Drive link. Note that access to the link is provided in the email.

Statement of Site Visit

From:

Name of Bidder:

Date of Site Visit:

We hereby confirm that we have visited the Site and confirm that we fully accept and
comply with the provisions and requirements of Section 2 paragraph 1.3 of the Request for
Proposal.

Signed by:

Position:

Duly Authorized to Sign on behalf of:

Date:

Public

59
Section 8– Appendix

Appendix 3: Bid Clarification Form

Refer to One Drive link. Note that access to the link provided in the email will only be granted if the
Bidder returned the official Letter of Intent to Bid on their own company letterhead with their
confirmation of participation and submission of proposal.

QN RFP NATURE OF REQUEST FOR CLARIFICATION


NO REFERENCE QUERY

Refer to attached File “Bid Clarification Form.”

Bidders are to adhere to the file and submit excel format file with pdf version, in the event they have queries.

Bidders are to collate all their queries on 1 sheet and submit, as necessary. It should be noted that the Bid
Queries and Clarification and its corresponding responses will be shared to the bidders as a transparency.

Any queries raised during the site visit may be responded but that will not be valid and official until a
formal query is raised to the Employer in the form instructed above and responded officially.

It is also important to note that queries can be raise intermittently and recurrently and the Bidder don’t
need to accumulate all the queries then issue everything on or before the deadline of queries stated in
Section 2, Paragraph 1.1 of this document. It is encouraged that Bidders needs to raise their queries as
soon as they have it and in return, responses will also be available as soon as possible.

Public

60
Section 8– Appendix

Appendix 4: Drawings and Drawing Registers

Refer to One Drive link. Note that access to the link provided in the email will only be granted if the
Bidder returned the official Letter of Intent to Bid on their own company letterhead with their
confirmation of participation and submission of proposal.

Public

61
Section 8– Appendix

Appendix 5: Specification

Refer to One Drive link. Note that access to the link provided in the email will only be granted if the
Bidder returned the official Letter of Intent to Bid on their own company letterhead with their
confirmation of participation and submission of proposal.

Public

62
Section 8– Appendix

Appendix 6: Schedules

Refer to One Drive link. Note that access to the link provided in the email will only be granted if the
Bidder returned the official Letter of Intent to Bid on their own company letterhead with their
confirmation of participation and submission of proposal.

Public

63
Section 8– Appendix

Appendix 7: Bill of Quantities

Refer to One Drive link. Note that access to the link provided in the email will only be granted if the
Bidder returned the official Letter of Intent to Bid on their own company letterhead with their
confirmation of participation and submission of proposal.

An addendum will be issued to the bidder to remove the Artworks and Plants in the BOQ. These
items are deemed not part of the scope.

Public

64
Section 8– Appendix

Appendix 8: Program Schedule

Refer to One Drive link. Note that access to the link provided in the email will only be granted if the
Bidder returned the official Letter of Intent to Bid on their own company letterhead with their
confirmation of participation and submission of proposal.

Public

65
Section 8– Appendix

Appendix 9: Tenant Guidelines

Refer to One Drive link. Note that access to the link provided in the email will only be granted if the
Bidder returned the official Letter of Intent to Bid on their own company letterhead with their
confirmation of participation and submission of proposal.

Public

66
Section 8– Appendix

Appendix 10: Civil Defense Package

Refer to One Drive link. Note that access to the link provided in the email will only be granted if the
Bidder returned the official Letter of Intent to Bid on their own company letterhead with their
confirmation of participation and submission of proposal.

Public

67
Section 8– Appendix

Appendix 11: LEED

Refer to One Drive link. Note that access to the link provided in the email will only be granted if the
Bidder returned the official Letter of Intent to Bid on their own company letterhead with their
confirmation of participation and submission of proposal.

Public

68
Section 8– Appendix

Appendix 12: Physical security server requirement (CCTV and Access control) and IT
vendor’s guidelines.

IT Vendor Important Guidelines:

 Current Technologies used in Tadawul:

1. Network switches and routers: Cisco


2. IP telephony and call center: Cisco
3. Firewall: Cisco, palo alto
4. RACKs and PDUs: APC Schneider
5. IT Power Systems: vertiv, Schneider electric
6. Cooling and Fire systems: vertiv, Schneider electric
7. DC Patch panels and cables: CommScope

 All IT solutions provided in the shared reference of scope shall be turnkey.

 The supplier/ implementer of IT infrastructure should have a direct relationship as Tier 1 level
partner with Technology vendors (i.e., Cisco, Vertiv, CommScope, Schneider APC)

 The solutions proposed should be cutting-edge technology for enterprise-level, provided by


known vendors with references in mission-critical financial environment similar to Tadawul.
Solution roadmap must be provided

 The Solutions/equipment proposed should be fully compatible with the current existing
infrastructure. Tadawul is currently using the following technologies: (Cisco, Vertiv,
CommScope, Schneider APC) The bidder may survey the current Tadawul environment in
order to ensure compatibility if they need.

 The solutions proposed should be smoothly integrated with the existing technology
components i.e., monitoring, managing, security, identity, backup, DCIM, etc.…

 The proposed solutions design and BoQ must be validated and certified by technology vendor
(Cisco, Vertiv, CommScope, Schneider APC)

 The solutions proposed should comply with NCA (National Cybersecurity Authority)
mandates

 Vendor shall provide best practice approach to assure Fire rated doors, walls etc. for servers’
rooms.

Refer to One Drive link. Note that access to the link provided in the email will only be granted if the
Bidder returned the official Letter of Intent to Bid on their own company letterhead with their
confirmation of participation and submission of proposal.

Public

69
Section 8– Appendix

Physical security server requirement (CCTV and Access Control)

Windows Server and related components


In Scope

 Supports Windows Server 2016 and above, and Service packs for all supported versions.
 Provides activities related to installation, configuration, and maintenance of physical server or
hypervisor environments supporting virtualized Windows Servers.
• Hardware installation and configuration of rack mounted production servers and test
Servers.
• Installation and configuration of Windows Server.
• Installation and configuration of Active Directory.
• Installation and configuration of Backup solution.
• Installation and configuration of Management software.
• Installation and configuration of Security software.
• Installation, configuration, and maintenance of hypervisor environments supporting
virtualized Windows Servers (If needed).
• Installation and configuration of Office LAN.
 Monitor and detect unexpected Hardware events.
 Automatically monitor resource utilization against predefined thresholds.
 Process error information of relevant Hardware manufacturers.
 Perform management with performance tuning such as configuring the Hardware.
 All necessary License’s to run system will be vendor responsibility.
 Vendor must maintain uptime of all related hardware / software in the given warranty period.
 In case of any failure Vendor must fix issue or deploy standby.
 Install the latest firmware that has been thoroughly tested.
 Vendor should be available for 24/7 support in case of any failure in the Hardware’s.
 All servers and associated components shall be capable of operating from a power source rated at
220/230V A.C, single phase 60Hz.
 All equipment and components shall operate over a nominal temperature range 0 to 50 degrees
Celsius and humidity range 0 to 100% unless noted otherwise.

Environment

Find the briefly suggested environmental factors listed below:


• Servers and / or Virtual Instances for: o
Applications o Databases o Web Hosting o
Load Balancing o Redundancy, Mirroring and
High Availability o Production, Development
and Test Environments
• Storage Systems o SAN – Storage Area
Network o NAS – Network‐Attached Storage
Public

70
Section 8– Appendix

o Backup Storage o Archival Storage


• Networks o Wide‐Area Network Details and
Sizing o System Interfaces and Network
Boundaries o Number of Users
o Transactional Traffic, such as Web Transactions,
Database Transactions or
Application Transactions o Network Security, such as Firewalls,
Secure File Transfer or VPN
• Server Operating Systems o System
Administration o Licensing

• Databases o Database Administration o


Licensing o Relational or Non‐Relational

The Contractor shall be responsible to do the following tasks:

Setting up the complete network infrastructure for Physical Security Environment.


Description and Scope of Services

1 Installation of Microsoft Windows Server 2016 or above, Standard Edition and


Datacenter.
2 Installation, Configuration and implementation of Windows server and RAID.
3 Implementing Hyper‐V
4 Configuring Hyper‐V Virtual Machines
5 Installation, Configuration and implementation of Domain Controller.
6 Installation, Configuration and implementation of Additional domain controller (If
needed).
7 Installation, Configuration and implementation of Domain Name service “DNS”
Server.
9 Implementing IP Address Management
10 Installation, Configuration and implementation of Dynamic Host Configuration
Protocol (DHCP).
11 Installation, Configuration and implementation of Secondary Domain Name service
“DNS” server. (If Needed)
12 Installation, Configuration and implementation of secondary Dynamic Host
Configuration protocol (DHCP) server (If Needed)
13 Installation, Configuration and implementation of Anti‐virus server.
14 Installation, Configuration and implementation of File server
15 Installation, Configuration and implementation of WSUS server
16 Establish a connection between the Tadawul IT network and similar third-party network
connections. (For File, CCTV and report sharing.)

Public

71
Section 8– Appendix

17 Installation, Configuration and implementation of KVM Switch


18 Configuring offline settings
19 Configuring NTFS permissions
20 Implement group policies that are asked during the installation work by Tadawul
Physical
Security.
21 Installing servers into racks
22 Implementing Windows Server Backup and data Recovery
23 General configuration for the switches, IP address, default
Gateway, Time setup, neighbor discoveries, basic logging setup
24 TFTP server configuration to back up all the switches and routers configuration files
25 Installation and configuration of the firewall apply the policies requested by Tadawul.
Configure the integration of domain controller users with the firewall.
26 Installation of the software; Backup, media backup, windows on premise backup,
Database and application backup, and hyper V backup.

27 Provide briefing on newly installed equipment to Tadawul staff.


28 All the above server configuration will be on Microsoft Sever Datacenter and
Standard Editions
29 In the end, all the works should be documented and submitted.

‐******************‐

Public

72

You might also like