Information Copy - Not for Bidding

Size: px
Start display at page:

Download "Information Copy - Not for Bidding"

Transcription

1 THE GOVERNMENT OF DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA MINISTRY OF POWER & RENEWABLE ENERGY CEYLON ELECTRICITY BOARD NATIONAL TRANSMISSION & DISTRIBUTION NETWORK DEVELOPMENT & EFFICIENCY IMPROVEMENT PROJECT (JICA LOAN AGREEMENT NO: SL-P113 August 11, 2015) PREQUALIFICATION DOCUMENTS FOR PROCUREMENT OF ELECTRICAL & MECHANICAL PLANT, & FOR BUILDING & ENGINEERING WORKS, DESIGNED BY THE CONTRACTOR PACKAGE4: CONSTRUCTION OF PRIMARY SUBSTATIONS, DISTRIBUTION SUBSTATIONS & CABLES WITH SCADA/DAS IN DEHIWALA MT. LAVINIA & BATTARAMULLA (CEB CONTRACT NO: CEB/NTDND&EIP/PACKAGE 4/PQ)

2 Table of Contents Invitation for Prequalification... IFP-1 PART 1 Prequalification Procedures Section I. Instructions to Applicants... ITA-1 Section II. Prequalification Data Sheet... PDS-1 Section III. Qualification Criteria and Requirements... QCR-1 Section IV. Application Forms... AF-1 Section V. Eligible Source Countries of Japanese ODA Loans... ESC-1 PART 2 Works Requirements Section VI. Scope of Works... SOW-1

3 IFP-0 Section II. Invitation for Prequalification Invitation for Prequalification

4 Section II. Invitation for Prequalification IFP-1 Invitation for Prequalification Date: 27 th October 2016 Loan Agreement: SL-P113 dated 11 th August 2015 IFP No: CEB/NTDND&EIP/PACKAGE 4/PQ 1. The Government of the Democratic Socialist Republic of Sri Lanka has received a Loan from Japan International Cooperation Agency toward the cost of the National Transmission & Distribution Network Development & Efficiency Improvement Project. It is intended that part of the proceeds of this Loan will be applied to eligible payments under the contract resulting from the bidding for which this prequalification is conducted. 2. The Ceylon Electricity Board intends to prequalify contractors and/or firms for design, manufacturing, procurement, shop test, transportation, installation and commissioning tests of the following facilities including necessary civil works, electrical & mechanical works, building management services, project insurance and adherent with environmental mitigation measures, training and facilities for engineering staff, accommodation & transport, site office & communication. Item No 1 Construction of 2x10MVA - Primary Substation (PSS) 33/11kV GIS with RTU / Data & Communication equipment for SCADA/DAS 2 Construction of 2x5MVA - Primary Substation (PSS) 33/11kV GIS with RTU / Data & Communication equipment for SCADA/DAS 3 Construction of Indoor Radial Substations (RSS) each having on average 8 Nos of 12 kv AIS Panels with RTU / Data & Communication equipment for SCADA/DAS 4 Installation of 33kV/XLPE/Cu/3C/240mm 2 UG Cables 5 Installation of 11kV/XLPE/Cu/1C/400mm 2 x 3 UG cables (route length) Item Unit Qty Location/ Area Nos 3 Dehiwala Mt.Lavinia & Battaramulla Nos 1 Dehiwala Mt.Lavinia Nos 12 Dehiwala Mt.Lavinia & Battaramulla km 8.2 Dehiwala Mt.Lavinia & Battaramulla km 4.2 Dehiwala Mt.Lavinia & Battaramulla 6 Installation of 11kV/XLPE/Cu/3C/240mm 2 UG Cables km 25.7 Dehiwala Mt.Lavinia & Battaramulla 7 Installation of 11kV/XLPE/Cu/3C/95mm 2 UG Cables for interconnections between Radial Substations, 11/0.4kV Distribution substations and connect existing 11kV overhead lines km 19.3 Battaramulla

5 IFP-2 Section II. Invitation for Prequalification 8 Installation of 11kV/XLPE/Cu/3C/95mm 2 UG Cables to connect existing 11kV overhead lines 9 Replacement of 33/0.4kV overhead Substations by 11/0.4 kv distribution substations, including 45 Nos.of Compact Substations and modification to existing substation with RTU / Data & Communication equipment for SCADA/DAS km 3.4 Dehiwala Mt.Lavinia Nos 76 Dehiwala Mt.Lavinia & Battaramulla 10 Installation of 0.4kV UG LV Network by laying 240mm 2 /4C (6.5 km), 95mm 2 /4C (12.7 km), 35mm 2 /4C (1.8 km) Al UG Cables; Installation of Feeder Pillars (72 Nos) and Mini Feeder Pillars (212 Nos) 11 Installation of Overhead Load Break Switches (LBS) (33kV LBSs - 3 Nos. SF6 Insulated and 4 Nos. On Load Isolators, 11kV LBS - replacement of 38 Nos existing and 16 Nos new with SF6 insulated) with RTU/ Data & Communication equipment for SCADA/DAS 12 Laying of UG fiber cable through HDPE conduit (42.6 km) and stringing of Overhead fiber cable on existing overhead electricity distribution lines (4.1km) 13 Establish SCADA/DAS System with suitable Hardware/software with 2 Nos operator consoles & 1 No Engineering console at Distribution Network Control Center (DNCC) including establishment of communication network, RTUs, data communication equipment, etc. Lot 1 Battaramulla 3. It is expected that Invitation for Bids will be made in February Lot 2 Dehiwala Mt.Lavinia & Battaramulla Lot 2 Dehiwala Mt.Lavinia & Battaramulla Lot 2 Dehiwala Mt.Lavinia & Battaramulla 4. Prequalification will be conducted through procedures in accordance with the applicable Guidelines for Procurement under Japanese ODA Loans, and is open to all Applicants from eligible source countries, as described in Section V hereafter. 5. Interested eligible Applicants may obtain further information from and inspect the Prequalification Documents at the office of the Project Director - National Transmission & Distribution Network Development & Efficiency Improvement Project from 0830 hrs. to 1530hrs. till 07 th December, Address: Project Director, National Transmission & Distribution Network Development & Efficiency Improvement Project Ceylon Electricity Board No. 18, Coniston Place, Colombo 00700, Sri Lanka. Tel: Fax:

6 Section II. Invitation for Prequalification IFP A complete set of the Prequalification Documents may be purchased by interested Applicant(s) on the submission of a written Application to the address above and upon payment of a nonrefundable fee of Sri Lankan Rupees ten thousand (LKR 10,000.00) in the form of bank draft written in favor of General Manager, Ceylon Electricity Board or cash by pay in voucher (PIV). PIV for the payment will be issued from the office mentioned in clause 5 above. 7. Applications for prequalification should be submitted in sealed envelopes, delivered to the address below on or before 10.00hrs, 21 st December, 2016 and be clearly marked Application to Prequalify for National Transmission & Distribution Network Development & Efficiency Improvement Project, Package 4: Construction of Primary Substations, Distribution Substations & Cables with SCADA/DAS in Dehiwala Mt. Lavinia & Battaramulla Address: The Chairman, Standing Cabinet Appointed Procurement Committee Office of the Additional General Manager (Projects) Ceylon Electricity Board 4th Floor, No.385, Landmark Building, Galle Road, Colombo Sri Lanka. Tel:

7 IFP-4 Section II. Invitation for Prequalification PART 1 Prequalification Procedures

8 Section 1- Instructions to Applicants ITA-1 Section I. Instructions to Applicants The Instructions to Applicants governing this prequalification process are the Instructions to Applicant included in Section I of the Standard Prequalification Documents (version 1.1), published by JICA in October Those Instructions to Applicants are available on the JICA s web site shown below: nder/index.html A copy of these Instructions to Applicants is not attached to these Prequalification Documents.

9

10 Section-11 Prequalification Data Sheet Section II. Prequalification Data Sheet

11

12 Section II. Prequalification Data Sheet PDS-1 A. General Prequalification Data Sheet ITA 1.1 The number of the Invitation for Prequalification is: CEB/NTDND&EIP/PACKAGE 4/PQ ITA 1.1 ITA 1.1 ITA 2.1 ITA 2.1 ITA 2.1 ITA 2.2 ITA 3.1 (c) ITA 6.1 The Employer is: Ceylon Electricity Board The name, identification and number of the package is: Package 4: Construction of Primary Substations, Distribution Substations & Cables with SCADA/DAS in Dehiwala Mt. Lavinia & Battaramulla The name of the Borrower is: the Government of the Democratic Socialist Republic of Sri Lanka The number of the Loan Agreement is: SL P113 The amount of a Japanese ODA Loan is: Yen 24,930 million (for Packages 1,2,3,4 and consultancy service) The signed date of the Loan Agreement is: August 11 th 2015 The name of the Project is: National Transmission & Distribution Network Development & Efficiency Improvement Project. The applicable Guidelines for Procurement under Japanese ODA Loans are those published in April A list of debarred firms and individuals is available at the World Bank s website: B. Contents of the Prequalification Documents For clarification purposes only, the Employer's address is: Attention: Project Director, National Transmission & Distribution Network Development & Efficiency Improvement Project. Ceylon Electricity Board, No. 18, Coniston Place, Colombo 00700, Sri Lanka. Telephone: Facsimile number: Electronic mail address: pdntdnd@ceb.lk ITA 6.1 & 7.2 Responses to any request for clarification, if any, will not be published on the Employer s web page.

13 PDS-2 Section II. Prequalification Data Sheet ITA 6.2 ITA 9.1 ITA 10.1 (e) ITA 13.2 ITA 14.2 A pre-application meeting will take place at the following date, time and place: Date: 16 th November, 2016 Time: hrs Place: Auditorium OF Ceylon Electricity Board Head Quaters, 7 th Floor, No. 50, Sir Chittampalam A. Gardinar Mawatha, Colombo 00200, Sri Lanka. C. Preparation of Applications The language of the Application as well as of all correspondence is: English The Applicant shall submit with its Application, the following additional documents: (1) With reference to the specific construction experience in clauses 4.2 (a) & 4.2 (b) of Section III Qualification Criteria and Requirements, Applicant shall submit with his application certified copies of Letter of awards, end user s certificate, i.e. a final acceptance certificate, a takingover certificate, etc. to prove the successful completion of the contracts. The source for determining exchange rates is the Central Bank of Sri Lanka. In addition to the original, the number of copies to be submitted with the Application is: Two (02), Marked as Copy 1 & Copy 2 in sealed one envelop/ box.

14 Section II. Prequalification Data Sheet PDS-3 ITA 16.1 ITA 17.1 ITA 18.1 ITA 22.2 ITA 23.3 ITA 27.3 D. Submission of Applications The deadline for Application submission is: Date: 21 st December, 2016 Time: 1000 hrs. For Application submission purposes only, the Employer's address is: Attention: The Chairman, Standing Cabinet Appointed Procurement Committee Office of the Additional General Manager (Projects) Ceylon Electricity Board 4 th Floor, 385, Landmark Building, Galle Road Colombo 00300, Sri Lanka. Telephone: / Facsimile: The Employer will return late Applications unopened. The opening of the Applications shall be on, 21 st December, hrs, Address: Office of the Additional General Manager (Projects) Ceylon Electricity Board 4 th Floor, 385, Landmark Building, Galle Road,Colombo Sri Lanka Telephone: / Facsimile: The applicant or his duly authorized representative may present at the opening of applications E. Procedures for Evaluation of Applications At this time the Employer does not intent to execute certain specific parts of the works by subcontractors selected in advance. F. Evaluation of Applications and Prequalification of Applicants As stipulated in ITA 1.1, this prequalification exercise shall be for a single contract. The Bidding Documents will be prepared in accordance with the Standard Bidding Documents for the Procurement of Electrical and Mechanical Plant, and for Building and Engineering Works, Designed by the Contractor (Design Build) published JICA in July Single-Stage Two-Envelope Bidding Procedure will be applied to the Bidding.

15 PDS-4 Section II. Prequalification Data Sheet

16 Section 111- Qualification Criteria and Requirements Section III. Qualification Criteria and Requirements

17 Section 111- Qualification Criteria and Requirements Table of Contents 1. Eligibility... QCR-1 2. Historical Contract Non-Performance... QCR-1 3. Financial Situation... QCR-2 4. Experience... QCR-3

18 Section 111- Qualification Criteria and Requirements QCR-1 Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture No. Factor Requirement Single Entity (existing or intended) Submission All Parties Requirements Each Member One Member Combined 1. Eligibility 1.1 Nationality Conflict of Interest JICA Ineligibility Nationality in accordance with ITA Sub-Clause 4.3 No conflicts of interest in ITA Sub- Clauses 4.4, 4.5 and 4.6 Not having been declared ineligible by JICA, as described in ITA Sub-Clause Historical Contract Non-Performance History of Non- Performing Contracts Pending Litigation Litigation History Non-performance of a contract (i) did not occur as a result of contractor s default since 1 st January 2015 All pending litigation shall in total not represent more than 50% of the Applicant s net worth and shall be treated as resolved against the Applicant. No consistent history of court/arbitral award decisions against the Applicant (iii) since 1 st January 2011 Must meet requirement Must meet requirement Must meet requirement Must meet requirement (ii) Must meet requirement (ii) Must meet requirement (ii) N/A N/A N/A N/A N/A N/A Must meet requirement Must meet requirement Must meet requirement Must meet requirement (ii) Must meet requirement (ii) Must meet requirement (ii) N/A N/A N/A N/A N/A N/A Forms ELI 1.1 and 1.2, with attachments Application Submission Form Form ACK Form CON 2 Form CON 2 Form CON 2

19 Section 111- Qualification Criteria and Requirements QCR-2 Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture No. Factor Requirement Single Entity (existing or intended) Submission All Parties Requirements Each Member One Member Combined Notes for the Applicant (i) Non-performance, as decided by the Employer, shall include all contracts (ii) (a) where non-performance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the respective contract, and (b) that were so challenged but fully settled against the contractor. Non-performance shall not include contracts where Employer s decision was overruled by the dispute resolution mechanism. Non-performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances available to the Applicant have been exhausted. This requirement also applies to contracts executed by the Applicant as a JV member. (iii) The Applicant shall provide accurate information on the related Application Form about any litigation or arbitration resulting from contracts completed or ongoing under its execution over the last five (5) years. A consistent history of awards against the Applicant or any member of a joint venture may result in failure of the Application. 3. Financial Situation 3.1 Financial Performance The audited balance sheets or, if not required by the laws of the Applicant s country, other financial statements acceptable to the Employer, for the last five (5) years shall be submitted and must demonstrate the current soundness of the Applicant s financial position and indicate its prospective long-term profitability. As the minimum requirement, an Applicant s net worth calculated as the difference between total assets and total liabilities should be positive. Must meet requirement N/A Must meet requirement N/A Form FIN 3.1 with attachments

20 Section 111- Qualification Criteria and Requirements QCR-3 Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture No. Factor Requirement Single Entity (existing or intended) Submission All Parties Requirements Each Member One Member Combined 3.2 Average Annual Construction Turnover 4. Experience 4.1 General Construction Experience 4.2 (a) 4.2 (b) Specific Construction Experience Minimum average annual construction turnover of Thirty (30) Million USD, calculated as total certified payments received for contracts in progress and/ or completed, within the last five (5) years divided by five (5) years. Experience under construction contracts in the role of prime contractor (single entity or JV member), subcontractor, or management contractor (i) for at least the last five (05) years, starting 1 st January 2011 A minimum number of 3 similar (ii) contracts that have been satisfactorily and substantially (iii) completed as a prime contractor (single entity or JV member) (iv), between 1st January 2007 and Application submission deadline. The Minimum amount of each experience contract contract shall be not less than Fifteen (15) million USD or equivalent value of other currency. Must meet requirement Must meet requirement Must meet requirement Must meet requirement N/A Must meet requirement (v) Must meet 25% of the requirement Must meet requirement Must meet 40% of the requirement Form FIN 3.2 N/A Form EXP 4.1 N/A N/A Form EXP 4.2 (a) Specific (1) For the above or other contracts Must meet Must meet N/A N/A Form EXP 4.2

21 Section 111- Qualification Criteria and Requirements QCR-4 Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture No. Factor Requirement Single Entity (existing or intended) Submission All Parties Requirements Each Member One Member Combined Construction completed and under implementation requirement requirement (b) Experience in as prime contractor (single entity or JV (can be a (can be a Key activities member), management contractor or subcontractor (vi) specialist specialist between 1 st January subcontractor) subcontractor) 2007 and Application submission deadline, a minimum construction experience in the following key activities successfully completed (vii) (a) Design, Civil works, Installation and Commissioning of I.36kV or above voltage up to 72.5kV indoor GIS switchgear (min 20 panels) II.12kV or above voltage up to 36kV indoor GIS switchgear (min 40 panels) III.6 units of 33/11kV 10MVA or above voltage/capacity Distribution Three phase Power Transformers IV.33kV or above voltage up to 72.5kV XLPE Underground electricity distribution cables (min 8 km). V.11kV or above voltage up to 33kV XLPE Underground electricity distribution cables (min 50 km). VI.12kV or above voltage up to 36kV indoor AIS switchgear (min 90 panels) VII.Outdoor Distribution Compact

22 Section 111- Qualification Criteria and Requirements QCR-5 Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture No. Factor Requirement Single Entity (existing or intended) Submission All Parties Requirements Each Member One Member Combined Substations (min 45 substations) VIII.12kV or above voltage up to 36kV overhead Load Break Switches (min 50 switches) IX.SCADA/DAS for electricity distribution including complete hardware and software packages (min 2 systems with at least 75 stations each) X.Remote Terminal Units (RTUs) (min 150 Nos) XI.Data communication network (Fiber optic, communication cables, fixed wireless and mobile phone systems, etc.) for data transmission between RTUs/ GPRS modems and DNCC (min 2 networks with at least 75 stations each) (b) Design of I. 33/11kV or above voltage GIS Distribution substation contracts. (min 2 contracts) II. SCADA/DAS for electricity distribution (min 2 contracts with at least 75 stations each) III. Data Communication Network contracts. (min 2 contracts with at least 75 stations each)

23 ele ctricitelectricity Section 111- Qualification Criteria and Requirements QCR-6 Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture No. Factor Requirement Single Entity (existing or intended) Submission All Parties Requirements Each Member One Member Combined Notes for the Applicant (i) (2) Work experiences in Developing Countries in a metropolitan city. Minimum of one (1) contract in (a) Medium voltage (11kV or higher) underground distribution. (b) Medium voltage (11kV or higher) overhead electricity distribution. (c) SCADA/DAS (d) Data Communication network. A management contractor is a firm which takes on the role of contract management as a general contractor of sort could do. It does not normally perform directly the construction work(s) associated with the contract. Rather, it manages the work of other (sub) contractors while bearing full responsibility and risk for price, quality, and timely performance of the work contract. (ii) The similarity shall be based on the physical size, complexity, methods/technology and/or other characteristics described in Section VI, Scope of Works. Summation of number of small value contracts (less than the value specified under requirement) to meet the overall requirement will not be accepted. (iii) Substantial completion shall be based on 80% or more of the works completed under the contract. (iv) For contracts under which the Applicant participated as a JV member, only the Applicant s share, by value, shall be considered to meet this requirement. (v) In case of a JV, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum value of a single contract has been met. Instead, each contract performed by each member shall satisfy the minimum value of a single contract as required for single entity. In determining whether the JV meets the requirement of total number of contracts, only the number of contracts completed by all members, each of value equal or more than the minimum value required, shall be aggregated. (vi) For contracts under which the Applicant participated as a JV member or subcontractor, only the Applicant s share, by value, shall be considered to

24 Section 111- Qualification Criteria and Requirements QCR-7 Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture No. Factor Requirement Single Entity (existing or intended) Submission All Parties Requirements Each Member One Member Combined meet this requirement. (vii) Volume, number or rate of production of any key activity can be demonstrated in one or more contracts combined if executed during same time period. The rate of production shall be the annual production rate for the key construction activity (or activities). For the rate of production, either the average during the entire period or in any one or more years during the period should be specified.

25

26 Section 1V. Application Forms Section IV. Application Forms

27 Table of Forms Application Submission Form... AF-1 Form ELI -1.1 Applicant Information Form... AF-2 Form ELI -1.2 Applicant s Party Information Form... AF-3 Form CON - 2 Historical Contract Non-Performance... AF-4 Form FIN Financial Situation... AF-7 Form FIN Average Annual Construction Turnover... AF-9 Form EXP General Construction Experience... AF-10 Form EXP - 4.2(a) Specific Construction Experience... AF-11 Form EXP - 4.2(b) Specific Construction Experience in Key Activities... AF-11 AF-13 Form ACK Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA Loans... AF-49 AF-45 Note: Editable soft copies of above forms are given in the compact disc.

28 Section IV. Application Forms AF-1 To: Ceylon Electricity Board. Application Submission Form Date: [insert day, month, year] IFP No.: [insert number] We, the undersigned, apply to be prequalified for the contract of referenced number and declare that: (a) We have examined and have no reservations to the Prequalification Documents, including Addendum(s) No(s). issued in accordance with Instructions to Applicants (ITA) 7: [insert the number and issuing date of each Addendum] (b) We, including subcontractor, meet the eligibility requirements as stated in ITA 4. (c) We, including subcontractor, have no conflict of interest in accordance with ITA 4. (d) (e) (f) We, in accordance with ITA 22.1, plan to subcontract the following key activities and/or parts of the Works: [insert any of the key activities identified in Section III- 4.2 (b) which the Applicant intends to subcontract] We understand that you may cancel the prequalification process at any time and that you are neither bound to accept any Application that you may receive nor to invite the prequalified Applicants to bid for the contract subject of this prequalification, without incurring any liability to the Applicants, in accordance with ITA 24. All information, statements and description contained in the Application are in all respect true, correct and complete to the best of our knowledge and belief. Signed [insert signature(s) of an authorized representative(s) of the Applicant] Name [insert full name of person signing the Application] In the capacity of [insert capacity of person signing the Application] Duly authorized to sign the Application for and on behalf of: Applicant s name [insert full name of Applicant] Address [insert street number/town or city/country address] Dated on [insert day number] day of [insert month], [insert year] [For a JV, an authorized representative of the JV shall sign, in which case the power of attorney to sign on behalf of all members shall be attached.]

29 AF-2 Section IV. Application Forms Applicant s legal name [insert full name] Form ELI -1.1 Applicant Information Form Date: [insert day, month, year] IFP No.: [insert number] Page [insert page number] of [insert total number] pages In case of a JV, legal name of the representative member and each member: [insert full name of each member in the JV and specify the representative member.] Applicant's actual or intended country of registration (i) : [insert country of registration] Applicant s actual or intended year of incorporation: [insert year of incorporation] Applicant s legal address in country of registration: [insert street/ number/ town or city/ country] Applicant s authorized representative information Name: [insert full name] Address: [insert street/ number/ town or city/ country] Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes] address: [insert address] 1. Attached are copies of original documents of Articles of Incorporation (or equivalent documents of constitution or association), and/or registration documents of the legal entity named above, in accordance with ITA 4.3. In case of a JV, letter of intent to form JV or JV agreement, in accordance with ITA Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.

30 Section IV. Application Forms AF-3 Form ELI -1.2 Applicant s Party Information Form [The following form is additional to Form ELI 1.1., and shall be completed to provide information relating to each JV member (in case the Applicant is a JV) as well as any specialist subcontractor proposed to be used by the Applicant for any part of the Contract resulting from this prequalification] Applicant s legal name: [insert full name] Applicant s Party legal name: [insert full name of Applicant s party] Applicant s Party country of registration: [insert country of registration] Applicant s Party year of incorporation: [insert year of incorporation] Applicant s Party legal address in country of registration: [insert street/ number/ town or city/ country] Date: [insert day, month, year] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Applicant s Party authorized representative information Name: [insert full name] Address: [insert street/ number/ town or city/ country] Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes] address: [insert address] 1. Attached are copies of original documents of Articles of Incorporation (or equivalent documents of constitution or association), and/or registration documents of the legal entity named above, in accordance with ITA Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.

31 AF-4 Section IV. Application Forms Form CON - 2 Historical Contract Non-Performance [The following table shall be filled in for the Applicant and for each member of a JV] 1. History of Non-Performing Contracts Non-Performing Contracts Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name :[insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Contract non-performance did not occur since 1 st January 2015, in accordance with Section III, Qualification Criteria and Requirements, Sub-Factor 2.1. Contract(s) not performed since 1 st January 2015 in accordance with Section III, Qualification Criteria and Requirements, Sub-Factor 2.1 as indicated below. Year [insert year] Non performed portion of contract Contract Identification [insert amount Contract Identification: [indicate complete contract and percentage] name, number, and any other identification] Name of Employer: [insert full name] Address of Employer: [insert street/city/country] Reason(s) for non performance: [indicate main reason(s)] Total Contract Amount (current value, currency, exchange rate and USD equivalent) [insert amount]

32 Section IV. Application Forms AF-5 2. Pending Litigation Pending Litigation No pending litigation in accordance with Section III, Qualification Criteria and Requirements, Sub-Factor 2.2. Pending litigation in accordance with Section III, Qualification Criteria and Requirements, Sub-Factor 2.2 as indicated below. Year of dispute [insert year] Amount in dispute [insert amount] Outcome as Percentage of Net Worth [insert percentage] Contract Identification Contract Identification: [indicate complete contract name, number, and any other identification] Name of Employer: [insert full name] Address of Employer: [insert street/city/country] Matter in dispute: [indicate main issues in dispute] Status of dispute: [Indicate if it is being treated by the Adjudicator, under Arbitration or being dealt with by the Judiciary] Total Contract Amount (current value, currency, exchange rate and USD equivalent) [insert amount]

33 AF-6 Section IV. Application Forms 3. Litigation History Litigation History No court/arbitral award decisions against the Applicant since 1 st January 2011, in accordance with Section III, Qualification Criteria and Requirements, Sub-Factor 2.3. Court/ arbitral award decisions against the Applicant since 1 st January 2011, in accordance with Section III, Qualification Criteria and Requirements, Sub-Factor 2.3 as indicated below. Year of award [insert year] Contract Identification Contract Identification: [indicate complete contract name, number, and any other identification] Name of Employer: [insert full name] Address of Employer: [insert street/city/country] Matter in dispute: [indicate main issues in dispute] Party who initiated the dispute: [indicate Employer or Contractor ] Status of dispute: [indicate if it is being treated by the Adjudicator, under Arbitration or being dealt with by the Judiciary] Total Contract Amount (current value, currency, exchange rate and USD equivalent) [insert amount]

34 Section IV. Application Forms AF-7 Form FIN Financial Situation [The following table shall be filled in for the Applicant and for each member of a JV] 1. Financial data Type of Financial information in (currency) Total Assets (TA) Total Liabilities (TL) Net Worth (NW) Current Assets (CA) Current Liabilities (CL) Total Revenue (TR) Profits Before Taxes (PBT) Profits After Taxes (PAT) Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Historic Information for Previous five (5) years (amount in currency, currency, exchange rate*, USD equivalent) Year 1 Year 2 Year 3 Year 4 Year 5 Statement of Financial Position (Information from Balance Sheet) Information from Income Statement

35 AF-8 Section IV. Application Forms 2. Financial documents The Applicant and its members shall provide copies of financial statements for five (5) years pursuant to Section III, Qualifications Criteria and Requirements, Sub-Factor 3.1. The financial statements shall: (a) Reflect the financial situation of the Applicant or in case of a JV, of each member, and not of an affiliated entity (such as parent company or group member). (b) Be independently audited or certified in accordance with local legislation. (c) Be complete, including all notes to the financial statements. (d) Correspond to accounting periods already completed and audited. Attached are copies of financial statements** for the five (5) years required above, and complying with the requirements. * Refer to ITA 13.2 for the exchange rate. ** If the most recent set of financial statements is for a period earlier than 12 months from the date of Application, the reason for this should be justified.

36 Section IV. Application Forms AF-9 Form FIN Average Annual Construction Turnover [The following table shall be filled in for the Applicant and for each member of a JV] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant's Party Legal Name: [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Annual Turnover Data (Construction only) Year Amount and Currency Exchange Rate* USD Equivalent [indicate year] [insert amount and indicate currency] [insert applicable exchange rate] Average Annual Construction Turnover ** [insert amount in USD equivalent] * Refer to ITA 13.2 for date and source of exchange rate. ** Total USD equivalent for all years divided by the total number of years. See Section III, Qualification Criteria and Requirements, Sub-Factor 3.2.

37 AF-10 Section IV. Application Forms Form EXP General Construction Experience [The following table shall be filled in for the Applicant and for each member of a JV] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages [Identify contracts that demonstrate continuous construction work over the past five (05) years pursuant to Section III, Qualification Criteria and Requirements, Sub-Factor 4.1. List contracts chronologically, according to their commencement (starting) dates.] Starting Year [indicate year] Ending Year [indicate year] General Construction Experience Contract Identification Contract name: [insert full name] Brief description of the Works performed by the Applicant: [describe Works performed briefly] Amount of contract: [insert amount in currency, mention currency used, exchange rate and USD equivalent*] Name of Employer: [indicate full name] Address: [indicate street/number/town or city/country] * Refer to ITA 13.2 for date and source of exchange rate. Role of Applicant [insert "Prime Contractor (single entity or JV member) or "Subcontractor or "Management Contractor ]

38 Section IV. Application Forms AF-11 Form EXP - 4.2(a) Specific Construction Experience [The following table shall be filled in for contracts performed by the Applicant, each member of a JV.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages [Fill out one (1) form per contract.] Similar Contract No. [insert number] of Three (3) Contract Identification Contract of Similar Size and Nature Information [insert contract name and Reference ID number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Single entity JV member [check the appropriate box] USD [insert exchange rate Total Contract Amount [insert total contract amount and total contract amount and currency(ies)] in USD equivalent]* If member in a JV, specify participation in total Contract amount Employer s Name: Address: Telephone/Fax Number: [insert a percentage amount] [insert total contract amount and currency(ies)] [insert full name] USD [insert exchange rate and total contract amount in USD equivalent]* [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] Similar Contract No. [insert number] of Three (3) [insert address, if available] Information Description of the similarity in accordance with Sub-Factor 4.2(a) of Section III: 1. Physical Size of required works items [insert physical size of items]

39 AF-12 Section IV. Application Forms 2. Complexity 3. Methods/Technology 4. Other Characteristics [insert description of complexity] [insert specific aspects of the methods/ technology involved in the contract] [insert other characteristics as described in Section VI, Scope of Works] * Refer to ITA 13.2 for date and source of exchange rate.

40 Section IV. Application Forms AF-13 Form EXP - 4.2(b) Specific Construction Experience in Key Activities [Fill out one (1) form per contract.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key activity (1)-(a)-(i) - Design, Civil works, Installation and Commissioning of 36kV or above voltage up to 72.5kV indoor GIS switchgear (min. 20 panels) Item Contract Identification Contract with Similar Key Activities Information [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract [check the appropriate box] Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 Year 2 Prime Contractor Single entity JV member [insert total contract amount in local currency] Total quantity in the contract (i) Management Contractor Subcontractor USD [insert Exchange rate and total contract amount in USD equivalent]* Percentage participation (ii) Actual Quantity Performed (i) x (ii) Year 3 Year 4 Employer s Name: [insert full name]

41 AF-14 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

42 Section IV. Application Forms AF-15 Form EXP - 4.2(b) Specific Construction Experience in Key Activities [Fill out one (1) form per contract.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key activity (1)-(a)-(ii) - Design, Civil works, Installation and Commissioning of 12kV or above voltage up to 36kV indoor GIS switchgear (min 40 panels) Item Contract Identification Contract with Similar Key Activities Information [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract [check the appropriate box] Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 Year 2 Prime Contractor Single entity JV member [insert total contract amount in local currency] Total quantity in the contract (i) Management Contractor Subcontractor USD [insert Exchange rate and total contract amount in USD equivalent]* Percentage participation (ii) Actual Quantity Performed (i) x (ii) Year 3 Year 4 Employer s Name: [insert full name]

43 AF-16 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

44 Section IV. Application Forms AF-17 Form EXP - 4.2(b) Specific Construction Experience in Key Activities [Fill out one (1) form per contract.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key activity (1)-(a)-(iii) - Design, Civil works, Installation and Commissioning of 6 units of 33/11kV 10MVA or above voltage/capacity Distribution Three phase Power Transformers Item Contract Identification Contract with Similar Key Activities Information [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract [check the appropriate box] Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 Year 2 Prime Contractor Single entity JV member [insert total contract amount in local currency] Total quantity in the contract (i) Management Contractor Subcontractor USD [insert Exchange rate and total contract amount in USD equivalent]* Percentage participation (ii) Actual Quantity Performed (i) x (ii) Year 3 Year 4 Employer s Name: [insert full name]

45 AF-18 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

46 Section IV. Application Forms AF-19 Form EXP - 4.2(b) Specific Construction Experience in Key Activities [Fill out one (1) form per contract.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key Activity (1)-(a)-(iv) - Design, Civil works, Installation and Commissioning of 33kV or above voltage up to 72.5kV XLPE Underground electricity distribution cables (min 8 km). Contract with Similar Key Activities Item Information Contract Identification [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Management Subcontractor [check the appropriate box] Single entity JV member Contractor Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 Year 2 Year 3 Year 4 Employer s Name: [insert total contract amount in local currency] USD [insert Exchange rate and total contract amount in USD equivalent]* Total quantity in Percentage Actual the contract participation Quantity (i) (ii) Performed (i) x (ii) [insert full name]

47 AF-20 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

48 Section IV. Application Forms AF-21 Form EXP - 4.2(b) Specific Construction Experience in Key Activities [Fill out one (1) form per contract.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key activity (1)-(a)-(v) - Design, Civil works, Installation and Commissioning of 11kV or above voltage up to 33kV XLPE Underground electricity distribution cables (min 50 km). Item Contract Identification Contract with Similar Key Activities Information [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract [check the appropriate box] Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 Year 2 Prime Contractor Single entity JV member [insert total contract amount in local currency] Total quantity in the contract (i) Management Contractor Subcontractor USD [insert Exchange rate and total contract amount in USD equivalent]* Percentage participation (ii) Actual Quantity Performed (i) x (ii) Year 3 Year 4 Employer s Name: [insert full name]

49 AF-22 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

50 Section IV. Application Forms AF-23 Form EXP - 4.2(b) Specific Construction Experience in Key Activities [Fill out one (1) form per contract.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key Activity (1)-(a)-(vi) - Design, Civil works, Installation and Commissioning of 12kV or above voltage up to 36kV indoor AIS switchgear (min 90 panels) Contract with Similar Key Activities Item Information Contract Identification [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Management Subcontractor [check the appropriate box] Single entity JV member Contractor Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 Year 2 Year 3 Year 4 Employer s Name: [insert total contract amount in local currency] USD [insert Exchange rate and total contract amount in USD equivalent]* Total quantity in Percentage Actual the contract participation Quantity (i) (ii) Performed (i) x (ii) [insert full name]

51 AF-24 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

52 Section IV. Application Forms AF-25 Form EXP - 4.2(b) Specific Construction Experience in Key Activities [Fill out one (1) form per contract.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key Activity (1)-(a)-(vii) Design, Civil works, Installation and Commissioning of Outdoor Distribution Compact Substations (min 45 substations) Contract with Similar Key Activities Item Information Contract Identification [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Management Subcontractor [check the appropriate box] Single entity JV member Contractor Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 Year 2 Year 3 Year 4 Employer s Name: [insert total contract amount in local currency] USD [insert Exchange rate and total contract amount in USD equivalent]* Total quantity in Percentage Actual the contract participation Quantity (i) (ii) Performed (i) x (ii) [insert full name]

53 AF-26 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

54 Section IV. Application Forms AF-27 Form EXP - 4.2(b) Specific Construction Experience in Key Activities [Fill out one (1) form per contract.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key Activity (1)-(a)-(viii) - Design, Civil works, Installation and Commissioning of 12kV or above voltage up to 36kV overhead Load Break Switches (min 50 switches) Contract with Similar Key Activities Item Information Contract Identification [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Management Subcontractor [check the appropriate box] Single entity JV member Contractor Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 [insert total contract amount in local currency] USD [insert Exchange rate and total contract amount in USD equivalent]* Total quantity in Percentage Actual the contract participation Quantity (i) (ii) Performed (i) x (ii) Year 2 Year 3 Year 4 Employer s Name: [insert full name]

55 AF-28 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

56 Section IV. Application Forms AF-29 Form EXP - 4.2(b) Specific Construction Experience in Key Activities [Fill out one (1) form per contract.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key Activity (1)-(a)-(ix) - Design, Civil works, Installation and Commissioning of SCADA/DAS for electricity distribution including complete hardware and software packages (min 2 systems with at least 75 stations each) Item Contract Identification Contract with Similar Key Activities Information [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Management Subcontractor [check the appropriate box] Single entity JV member Contractor Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 [insert total contract amount in local currency] USD [insert Exchange rate and total contract amount in USD equivalent]* Total quantity in Percentage Actual the contract participation Quantity (i) (ii) Performed (i) x (ii) Year 2 Year 3 Year 4 Employer s Name: [insert full name]

57 AF-30 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

58 Section IV. Application Forms AF-31 Form EXP - 4.2(b) Specific Construction Experience in Key Activities [Fill out one (1) form per contract.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key Activity (1)-(a)-(x) - Design, Civil works, Installation and Commissioning of Remote Terminal Units (RTUs) (min. 150 Nos) Contract with Similar Key Activities Item Information Contract Identification [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Management Subcontractor [check the appropriate box] Single entity JV member Contractor Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 [insert total contract amount in local currency] USD [insert Exchange rate and total contract amount in USD equivalent]* Total quantity in Percentage Actual the contract participation Quantity (i) (ii) Performed (i) x (ii) Year 2 Year 3 Year 4 Employer s Name: [insert full name]

59 AF-32 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

60 Section IV. Application Forms AF-33 Form EXP - 4.2(b) Specific Construction Experience in Key Activities [Fill out one (1) form per contract.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key Activity (1)-(a)-(xi) - Design, Civil works, Installation and Commissioning of Data communication network (Fiber optic, communication cables, fixed wireless and mobile phone systems, etc.) for data transmission between RTUs/ GPRS modems and DNCC (min 2 networks with at least 75 stations each) Item Contract Identification Contract with Similar Key Activities Information [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Management Subcontractor [check the appropriate box] Single entity JV member Contractor Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 [insert total contract amount in local currency] USD [insert Exchange rate and total contract amount in USD equivalent]* Total quantity in Percentage Actual the contract participation Quantity (i) (ii) Performed (i) x (ii) Year 2 Year 3 Year 4 Employer s Name: [insert full name]

61 AF-34 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

62 Section IV. Application Forms AF-35 Form EXP - 4.2(b) Specific Construction Experience in Key Activities Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key Activity (1)-(b)-(i) Design of 33/11kV or above voltage GIS Distribution substation contracts. (min 2 contracts) Item Contract Identification Contract with Similar Key Activities Information [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Management Subcontractor [check the appropriate box] Single entity JV member Contractor Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 [insert total contract amount in local currency] USD [insert Exchange rate and total contract amount in USD equivalent]* Total quantity in Percentage Actual the contract participation Quantity (i) (ii) Performed (i) x (ii) Year 2 Year 3 Year 4 Employer s Name: [insert full name]

63 AF-36 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

64 Section IV. Application Forms AF-37 Form EXP - 4.2(b) Specific Construction Experience in Key Activities Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key Activity (1)-(b)-(ii) Design of SCADA/DAS for electricity distribution (min 2 contracts with at least 75 stations each) Item Contract Identification Contract with Similar Key Activities Information [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Management Subcontractor [check the appropriate box] Single entity JV member Contractor Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 [insert total contract amount in local currency] USD [insert Exchange rate and total contract amount in USD equivalent]* Total quantity in Percentage Actual the contract participation Quantity (i) (ii) Performed (i) x (ii) Year 2 Year 3 Year 4 Employer s Name: [insert full name]

65 AF-38 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

66 Section IV. Application Forms AF-39 Form EXP - 4.2(b) Specific Construction Experience in Key Activities Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key Activity (1)-(b)-(iii) Design of Data Communication Network contracts. (min 2 contracts with at least 75 stations each) Item Contract Identification Contract with Similar Key Activities Information [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Management Subcontractor [check the appropriate box] Single entity JV member Contractor Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 [insert total contract amount in local currency] USD [insert Exchange rate and total contract amount in USD equivalent]* Total quantity in Percentage Actual the contract participation Quantity (i) (ii) Performed (i) x (ii) Year 2 Year 3 Year 4 Employer s Name: [insert full name]

67 AF-40 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

68 Section IV. Application Forms AF-41 Form EXP - 4.2(b) Specific Construction Experience in Key Activities [Fill out one (1) form per contract.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key Activity (2)-(a) - Work experience in Developing countries in a metropolitan city - Medium voltage (11kV or higher) underground electricity distribution (min. 1 contract). Contract with Similar Key Activities Item Information Contract Identification [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Management Subcontractor [check the appropriate box] Single entity JV member Contractor Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 [insert total contract amount in local currency] USD [insert Exchange rate and total contract amount in USD equivalent]* Total quantity in Percentage Actual the contract participation Quantity (i) (ii) Performed (i) x (ii) Year 2 Year 3 Year 4 Employer s Name: [insert full name]

69 AF-42 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

70 Section IV. Application Forms AF-43 Form EXP - 4.2(b) Specific Construction Experience in Key Activities [Fill out one (1) form per contract.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key Activity (2)-(b) - Work experience in Developing countries in a metropolitan city - Medium voltage (11kV or higher) overhead electricity distribution (min. 1 contract). Contract with Similar Key Activities Item Information Contract Identification [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Management Subcontractor [check the appropriate box] Single entity JV member Contractor Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 [insert total contract amount in local currency] USD [insert Exchange rate and total contract amount in USD equivalent]* Total quantity in Percentage Actual the contract participation Quantity (i) (ii) Performed (i) x (ii) Year 2 Year 3 Year 4 Employer s Name: [insert full name]

71 AF-44 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

72 Section IV. Application Forms AF-45 Form EXP - 4.2(b) Specific Construction Experience in Key Activities [Fill out one (1) form per contract.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key Activity (2)-(c) - Work experience in Developing countries in a metropolitan city - SCADA/DAS(min. 1 contract).. Contract with Similar Key Activities Item Information Contract Identification [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Management Subcontractor [check the appropriate box] Single entity JV member Contractor Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 [insert total contract amount in local currency] USD [insert Exchange rate and total contract amount in USD equivalent]* Total quantity in Percentage Actual the contract participation Quantity (i) (ii) Performed (i) x (ii) Year 2 Year 3 Year 4 Employer s Name: [insert full name]

73 AF-46 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

74 Section IV. Application Forms AF-47 Form EXP - 4.2(b) Specific Construction Experience in Key Activities [Fill out one (1) form per contract.] Date: [insert day, month, year] Applicant s Legal Name: [insert full name] Applicant s Party Legal Name: [insert full name] Subcontractor s Legal Name [insert full name] IFP No.: [insert number] Page [insert page number] of [insert total number] pages Key Activity (2)-(d) - Work experience in Developing countries in a metropolitan city - Data Communication network (min. 1 contract).. Contract with Similar Key Activities Item Information Contract Identification [insert contract name and number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Management Subcontractor [check the appropriate box] Single entity JV member Contractor Total Contract Amount Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year [Insert extent of participation indicating actual quantity of key activity successfully completed in the role performed] Year 1 [insert total contract amount in local currency] USD [insert Exchange rate and total contract amount in USD equivalent]* Total quantity in Percentage Actual the contract participation Quantity (i) (ii) Performed (i) x (ii) Year 2 Year 3 Year 4 Employer s Name: [insert full name]

75 AF-48 Section IV. Application Forms Address: Telephone/Fax Number: [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert address, if available] * Refer to ITA 13.2 for date and source of exchange rate.

76 Section IV. Application Forms AF-49 Form ACK Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA Loans A) I, [insert name and position of authorized signatory], being duly authorized by [insert name of Applicant/members of joint venture ( JV )] (hereinafter referred to as the Applicant ) to execute this Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA Loans, hereby certify on behalf of the Applicant and myself that all information provided in the Application submitted by the Applicant for [insert Loan No and name of the Project] is true, correct and accurate to the best of the Applicant s and my knowledge and belief. I further certify, on behalf of the Applicant, that: (i) the Application has been prepared and submitted in full compliance with the terms and conditions set forth in the Guidelines for Procurement under Japanese ODA Loans (hereinafter referred to as the Guidelines ); and (ii) the Applicant has not, directly or indirectly, taken any action which is or constitutes a corrupt, fraudulent, collusive or coercive act or practice in violation of the Guidelines and is not subject to any conflict of interest as stipulated in the relevant section of the Guidelines. <If debarment for more than one year by the World Bank Group is NOT imposed, use the following sentence B).> B) I certify that the Applicant has NOT been debarred by the World Bank Group for more than one year since the commencement of the advertisement for prequalification. <If debarment for more than one year by the World Bank Group has been imposed BUT three (3) years have passed since the date of such debarment decision, use the following sentence B ).> B ) I certify that the Applicant has been debarred by the World Bank Group for a period more than one year BUT that on the date of issuance of Invitation for Bids at least three (3) years had passed since the date of such debarment decision. Details of the debarment are as follows: name of the debarred starting date of ending date of reason for debarment firm debarment debarment C) I certify that the Applicant will not enter into a subcontract with a firm which has been debarred by the World Bank Group for a period more than one year, unless on the date of the subcontract at least three (3) years have passed since the date of such debarment decision. D) I certify, on behalf of the Applicant, that if selected to undertake services in connection with the contract, the Applicant shall carry out such services in continuing compliance with the terms and conditions of the Guidelines. E) I further certify, on behalf of the Applicant, that if the Applicant is requested, directly or indirectly, to engage in any corrupt or fraudulent action under any applicable law, such as the payment of a rebate, at any time during a process of public procurement, negotiations,

77 AF-50 Section IV. Application Forms execution or implementation of contract (including amendment thereof), the Applicant shall report all relevant facts regarding such request to the relevant section in JICA (details of which are specified below) in a timely manner. JICA s information desk on fraud and corruption (A report can be made to either of the offices identified below.) (1) JICA Headquarters: Legal Affairs Division, General Affairs Department URL: Tel: +81 (0) (2) JICA Sri Lanka office, 10th & 13th Floors, DHPL Building, No.42, Navam Mawatha, Colombo 02, Sri Lanka. URL: Tel: , The Applicant acknowledges and agrees that the reporting obligation stated above shall NOT in any way affect the Applicant s responsibilities, obligations or rights, under relevant laws, regulations, contracts, guidelines or otherwise, to disclose or report such request or other information to any other person(s) or to take any other action, required to or allowed to, be taken by the Applicant. The Applicant further acknowledges and agrees that JICA is not involved in or responsible for the procurement process in any way. F) If any of the statements made herein is subsequently proven to be untrue or incorrect based on facts subsequently determined, or if any of the warranties or covenants made herein is not complied with, the Applicant will accept, comply with, and not object to any remedies taken by the Employer and any sanctions imposed by or actions taken by JICA. Authorized Signatory [Insert name of signatory; title] For and on behalf of [Insert name of the Applicant] Date:

78 Section V. Eligible Source Countries of Japanese ODA Loans ESC-1 Section V. Eligible Source Countries of Japanese ODA Loans The Eligible Source of Countries for procurement of goods and services, construction work to be financed by the Loan are All Countries and Areas.

79

80 PART 2 Works Requirements

81

82 SOW-1 Section VI. Scope of Works Section VI. Scope of Works

83

84 SOW-1 Section VI. Scope of Works Contents 1. Description of the Works... SOW-2 2. Construction Period... SOW-4 3. Site and Other Data... SOW-8

85 Section VI. Scope of Works SOW-2 1. Description of the Works The SCOPE of work includes the design, manufacturing, procurement, shop test, transportation, installation and commissioning tests of the following facilities including necessary civil works, electrical & mechanical works, building management services, project insurance and adherent with environmental mitigation measures, training and facilities for engineer accommodation & transport, site office & communication. 1.1) Description of Works for Dehiwala Mount Lavinia No Item Unit Qty 01 Construction of 2x10MVA - Primary Substation 33/11kV GIS with RTU /Data & Communication equipment for SCADA/DAS at Council Lane Including 05 Nos of 33kV & 11 Nos of 11kV indoor panels with Lot 1 necessary protection & control, earthing, Battery & DC equipment, Auxiliary transformers and mandatory spares 02 Construction of 2x5MVA - Primary Substation 33/11kV GIS with RTU /Data & Communication equipment for SCADA/DAS at Mt. Lavinia Bus Station Including 05 Nos of 33kV & 11 Nos of 11kV indoor panels with Lot 1 necessary protection & control, earthing, Battery & DC equipment, Auxiliary transformers and mandatory spares 03 Construction of Indoor Radial Substations (RSS) each having on average 8 Nos of 12 kv AIS Panels with RTU /Data & Communication equipment for SCADA/DAS Nos 6 04 Installation of 33kV/XLPE/Cu/3C/240mm2 UG Cables km 8 05 Installation of 11kV/XLPE/Cu/1C/400mm2 x 3 UG cables (route km 1.9 length) 06 Installation of 11kV/XLPE/Cu/3C/240mm2 UG Cable km Installation of 11kV/XLPE/Cu/3C/95mm2 UG Cables to connect existing 11kV overhead lines km Replacement of 33/0.4kV overhead Substations by 11/0.4 kv distribution substations, modification to existing substation with RTU Nos 4 /Data & Communication equipment for SCADA/DAS 09 Installation of Overhead Load Break Switches (LBS) (33kV LBSs - 3 Nos. SF6 Insulated, 11kV LBS - replacement of 38 Nos existing and Lot 1 16 Nos new with SF6 insulated) with RTU /Data & Communication equipment for SCADA/DAS 10 Laying of UG fiber cable through HDPE conduit (13.4 km) and stringing of overhead fiber cable on existing overhead electricity Lot 1

86 SOW-3 Section VI. Scope of Works distribution lines (4.1km) Establish SCADA/DAS System with suitable Hardware/software for 73 stations (with provision for expandability up to 1200 stations) with 2 Nos operator consoles & 1 No Engineering console at Distribution Network Control Center (DNCC) including establishment of communication network, RTUs, data communication equipment, etc. Tools, Equipment (22 Nos) and Utility vehicle (5 Nos) to maintain UG Network and Training of CEB staff on Operation & Maintenance of UG System & SCADA/DAS. 1.2) Description of Works for Battaramulla Lot 1 Lot 1 No Item Unit Qty 01 Construction of 2x10MVA - Primary Substation 33/11kV GIS with RTU /Data & Communication equipment for SCADA/DAS at Koswatta Including 05 Nos of 33kV & 11 Nos of 11kV indoor Lot 1 panels with necessary protection & control, earthing, Battery & DC equipment, Auxiliary transformers and mandatory spares. 02 Construction of 2x10MVA - Primary Substation 33/11kV GIS with RTU /Data & Communication equipment for SCADA/DAS at Pellawatta Including 05 Nos of 33kV & 11 Nos of 11kV indoor panels with necessary protection & control, earthing, Battery & DC equipment, Auxiliary transformers and mandatory spares. Lot 1 03 Construction of Indoor Radial Substations (RSS) each having on average 7 Nos of 12 kv AIS Panels with RTU /Data & Nos. 6 Communication equipment for SCADA/DAS 04 Installation of 33kV/XLPE/Cu/3C/240mm2 UG Cables km Installation of 11kV/XLPE/Cu/1C/400mm2 x 3 UG cables (route length) km Installation of 11kV/XLPE/Cu/3C/240mm2 UG Cables km Installation of 11kV/XLPE/Cu/3C/95mm2 UG Cables for interconnections between Radial Substations, 11/0.4kV Distribution substations and connect existing 11kV overhead lines Replacement of 33/0.4kV overhead Substations by 11/0.4 kv distribution substations, including 45 Nos.of Compact Substations km 19.3 Nos 72

87 Section VI. Scope of Works SOW and modification to existing substation with RTU /Data & Communication equipment for SCADA/DAS Installation of 0.4kV UG LV Network by laying 240mm2/4C (6.5 km), 95mm2/4C (12.7 km), 35mm2/4C (1.8 km) Al UG Cables and installation of Feeder Pillars (72 Nos) and Mini Feeder Pillars (212 Nos) Installation of Overhead Load Break Switches (LBS) (33kV LBSs - 4 Nos. On Load Isolators) Laying of UG fiber cable through HDPE conduit (29.2 km) Establish SCADA/DAS System with suitable Hardware/software for 83 stations (with provision for expandability up to 1200 stations), with 2 Nos operator consoles & 1 No Engineering console at Distribution Network Control Center (DNCC) including establishment of communication network, RTUs, data communication equipment, etc. Tools, Equipment (22 Nos) and Utility vehicle (5 Nos) to maintain UG Network and Training of CEB staff on Operation & Maintenance of UG System & SCADA/DAS. 2. Construction Period Lot 1 Lot 1 Lot 1 Lot 1 Lot 1 Work for the 33/11/0.4kV cable installation, Fiber Optic cable & 36/12kV switchgear installation with associated civil works/ replacement shall be completed in twenty four (24) months from the signing of the contract and shall be commissioned as following procedure; Step-1a): Energizing of following 33kV UG Cable circuits including Fiber Optic Cables for SCADA/DAS of Dehiwala Mt. Lavinia. Dehiwala GSS to Council Lane PSS, Katukurunduwatte jn Tapping point to Mt. Lavinia Bus Station PSS and Dehiwala GSS to ex. Dehiwala PSS. (Within 18 months from the date of Commencement) Step-1b): Energizing of following 33kV UG Cable circuits including Fiber Optic Cables for SCADA/DAS of Battaramulla. Denzil Kobbekaduwa Mw Tapping point to Koswatte PSS. (Within 18 months from the date of Commencement) Step-2: Enegization of 33kV overhead Load Break Switches including SCADA/DAS

88 SOW-5 Section VI. Scope of Works connections of Dehiwala Mt. Lavinia. Katukurundawatte jn tapping point. (Within 18 months from the date of Commencement) Step-3a): Energizing of the of 33/11kV Primary Substations including SCADA/DAS connections of Dehiwala Mt. Lavinia. Council Lane PSS and Mt. Lavinia Bus Station PSS. (Within 18 months from the date of Commencement) Step-3b): Energizing of the of 33/11kV Primary Substations including SCADA/DAS connections of Battaramulla. Koswatte PSS and Pelawatte PSS. (Within 18 months from the date of Commencement) Step-4a): Energization of 11kV 1C/400mm 2 x 3 UG cable circuits including Fiber Optic Cables for SCADA/DAS of Dehiwala Mt. Lavinia. Kalubowila PSS to Council Lane PSS. (Within 18 months from the date of Commencement) Step-4b): Energization of 11kV 1C/400mm 2 x 3 UG cable circuits including Fiber Optic Cables for SCADA/DAS of Battaramulla. Koswatte PSS to KR3 RSS and Pelawatte PSS to PR2 RSS. (Within 18 months from the date of Commencement) Step-5a): Energization of 11kV 3C/240mm 2 UG cable circuits including Fiber Optic Cables for SCADA/DAS at Dehiwala Mt. Lavinia Council Lane PSS to Frazer Av RSS, Frazer Av RSS to Station Rd RSS, Dehiwala ex. PSS to Station Rd RSS, Dehiwala ex. PSS to Mt. Lavinia Telecom RSS, Kalubowila ex. PSS to Alubogahawatte RSS, Kalubowila ex. PSS to Kohuwala jn RSS, Kalubowila ex. PSS to Nugegoda Telecom RSS, Kohuwala jn RSS to Nugegoda Telecom RSS, Mt. Lavinia Bus Station PSS to Mt. Lavinia Telecom RSS x 2, Dehiwala ex. PSS to Council Lane PSS. (Within 18 months from the date of Commencement) Step-5b): Energization of 11kV 3C/240mm2 UG cable circuits including Fiber Optic Cables for SCADA/DAS at Battaramulla. Koswatte PSS to KR1 RSS, Koswatte PSS to KR2 RSS, Koswatte PSS to KR3 RSS, Pelewatte PSS to PR1 RSS. (Within 18 months from the date of Commencement) Step-6a): Energization of the of 11kV RSS including SCADA/DAS connections of Dehiwala Mt. Lavinia. Frazer Av. RSS, Station Rd RSS, Mt. Lavinia Telecom RSS, Alubogahawatte RSS, Kohuwala jn RSS and Nugegoda Telecom RSS. (Within 18 months from the date of Commencement)

89 Section VI. Scope of Works SOW-6 Step 1 Step-6b): Energization of the of 11kV RSS including SCADA/DAS connections of Battaramulla ER1 RSS, KR1 RSS, KR2 RSS, KR3 RSS, PR1 RSS and PR2 RSS. (Within 18 months from the date of Commencement) Step-7: Energization of the 11kV Distribution Cable circuits including Fiber Optic Cables for SCADA/DAS of Dehiwela Mt. Lavinia & Battaramulla. (Within 21 months from the date of Commencement) Step-8: Energization of the 11/0.4kV Distribution Substations including SCADA/DAS connections of Battaramulla. (Within 21 months from the date of Commencement) Step-9: Energization of 11kV overhead Load Break Switches with SCADA/DAS & Data Communication equipment of Dehiwala Mt. Lavinia. (Within 21 months from the date of Commencement) Step-10: Energization of the 0.4kV LV Cable circuits including Feeder Pillars and Mini Feeder Pillars of Battaramulla. (Within 24 months from the date of commencement) Step-11: Commissioning of Data communication network (GPRS Modems, Switches/Routers etc) for SCADA/DAS of Dehiwala Mt. Lavinia & Battaramulla. (Within 24 months from the date of Commencement) Step-12: Commissioning of SCADA/DAS at the following Distribution Network Control Centers (DNCC). DNCC for WPS I. DNCC for WPS II (Within 24 months from the date of Commencement) Table-1 Implementation Schedule of Package-4 Contract. Description Energizing of 33kV UG Cable circuits including Fiber Optic Cables for SCADA/DAS of Dehiwala Mt. Lavinia & Battaramulla. 2 Enegization of 33kV Overhead Switchgear with SCADA/DAS connections of Dehiwala Mt. Lavinia Planed date of Completion 2018 December 2018 December Implementation Schedule Energization of 33/11kV Primary Substations with SCADA/DAS connections of Dehiwala Mt. Lavinia & Battaramulla. Energization of 11kV 1C/400mm 2 x 3 UG cable circuits including Fiber Optic Cables for SCADA/DAS in Dehiwala Mt. Lavinia & Battaramulla December 2018 December

90 SOW-7 Section VI. Scope of Works 5 Energisation of 11kV 3C/240mm 2 UG cable circuits including Fiber Optic Cables for SCADA/DAS of Dehiwala Mt. Lavinia & Battaramulla. 6 Energization of the of 11kV RSS with SCADA/DAS connections of Dehiwala Mt. Lavinia & Battaramulla December 2018 December Energization of the 11kV Distribution Cable circuits including Fiber Optic Cables for SCADA/DAS of Dehiwela Mt. Lavinia & Battaramulla. Energization of the 11/0.4kV Distribution Substations with SCADA/DAS connections of Dehiwala Mt. Lavinia & Battaramulla. Enegization of 11kV overhead switchgear with SCADA/DAS & Data Communication equipment of Dehiwala Mt. Lavinia. 10 Energization of the 0.4kV LV Cable circuits including Feeder Pillars and Mini Feeder Pillars of Battaramulla Commissioning of Data communication network (GPRS Modems, Switches/Routers etc.) for SCADA/DAS of Dehiwala Mt. Lavinia & Battaramulla. Commissioning of Distribution Network Control Centers (DNCC) of WPS I & WPS II March 2019 March 2019 March 2019 June 2019 June 2019 June

91 Section VI. Scope of Works SOW Climate 3. Site and Other Data The climatic data given are for the year This data has to be up dated with the latest available data. The climate is that of a tropical region and the following meteorological information is set out for guidance only Air Temperatures Records are available for the monthly mean daily maximum and minimum temperatures with offset from average. The averages are taken for the standard period 15 years and all shown in Table Table Mean Daily Maximum and Minimum Temperature Colombo ( ) Month Mean daily Max. temp. / 0 C Mean daily Min. temp. / 0 C Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Relative Humidity Table Average Daily Humidity (%) Colombo ( ) Month Day Night Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec

92 SOW-9 Section VI. Scope of Works Rainfall Table Average Rainfall (mm) Colombo ( ) Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Wind Table Average Wind Speed (km/h) Colombo ( ) Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Further details can be obtained from Department of Metrology, Sri Lanka web site shown below for your guidance Site Locations The locations of the Project Areas are shown in; Figure 3.2 : Location of Dehiwala Mt. Lavinia and Battaramulla Sites.

93 Dehiwala Mt. Lavinia Project Site Battaramulla Project Site Project Locations Figure 3.2 : Location of Dehiwala Mt. Lavinia and Battaramulla Sites.

PREQUALIFICATION DOCUMENTS. for

PREQUALIFICATION DOCUMENTS. for PREQUALIFICATION DOCUMENTS for Procurement of Construction of Knowledge Center, Research Center Complex, Technology Incubation Park, Sports & Cultural Complex, International Guest House, Convention Center,

More information

PREQUALIFICATION DOCUMENTS. for. Procurement of

PREQUALIFICATION DOCUMENTS. for. Procurement of PREQUALIFICATION DOCUMENTS for Procurement of Design, manufacture, supply, installation, testing and commissioning of Rolling Stock Employer: Mumbai Metro Rail Corporation Country: Republic of India Project:

More information

ASIAN UNIVERSITY FOR WOMEN PROCUREMENT OF CONSTRUCTION OF CAMPUS CENTER & AUDITORIUM BUILDING OF ASIAN UNIVERSITY FOR WOMEN AT PAHARTOLI, CHITTAGONG

ASIAN UNIVERSITY FOR WOMEN PROCUREMENT OF CONSTRUCTION OF CAMPUS CENTER & AUDITORIUM BUILDING OF ASIAN UNIVERSITY FOR WOMEN AT PAHARTOLI, CHITTAGONG ii ASIAN UNIVERSITY FOR WOMEN ASIAN UNIVERSITY FOR WOMEN CAMPUS PROJECT PROCUREMENT DOCUMENTS PREQUALIFICATION DOCUMENTS FOR PROCUREMENT OF CONSTRUCTION OF CAMPUS CENTER & AUDITORIUM BUILDING OF ASIAN

More information

Section - III Evaluation and Qualification Criteria

Section - III Evaluation and Qualification Criteria Section - III Evaluation and Qualification Criteria 1-2 Table of Clauses TABLE OF CLAUSES... 2 1. EVALUATION... 4 1.1 TECHNICAL EVALUATION... 4 1.2 ECONOMIC EVALUATION... 5 2. QUALIFICATION... 6 2.1 ELIGIBILITY...

More information

Section IV. Bidding Forms

Section IV. Bidding Forms Section IV. Bidding Forms 1-1 Section IV. Bidding Forms Table of Forms Letter of Bid... 3 Form of Bid Security (Bank Guarantee)... 6 Form of Bid Security (Bid Bond)... 7 Form of Bid-Securing Declaration...

More information

THE REPUBLIC OF KENYA. Kenya Electricity Transmission Co. Ltd. Bidding Document for Procurement of Plant Design, Supply and Installation

THE REPUBLIC OF KENYA. Kenya Electricity Transmission Co. Ltd. Bidding Document for Procurement of Plant Design, Supply and Installation THE REPUBLIC OF KENYA Kenya Electricity Transmission Co. Ltd. Bidding Document for Procurement of Plant Design, Supply and Installation Interconnection of Electric Grids of Nile Equatorial Lakes Countries

More information

Section 6: Returnable Bidding Forms / Checklist

Section 6: Returnable Bidding Forms / Checklist Section 6: Returnable Bidding Forms / Checklist This form serves as a checklist for preparation of your Proposal. Please complete the Returnable Bidding Forms in accordance with the instructions in the

More information

Section 4 - Bidding Forms

Section 4 - Bidding Forms Section 4 - Bidding Forms 4-1 Section 4 - Bidding Forms This Section contains the forms which are to be completed by the Bidder and submitted as part of his Bid. Table of Forms Letter of Bid... 2 Schedules...

More information

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR COUNTY GOVERNMENT OF NANDI NANDI COUNTY ASSEMBLY P. O BOX 673-30300 KAPSABET STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR (PROVISION OF AIR TRAVEL AGENCY AND AIR TICKETING SERVICES-IATA/KATA REGISTERED)

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES CONTRACT NO: AWSB/HQ/PQ/09/2015-2017 MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX 45283-00100

More information

United Nations Development Programme (UNDP) FOR THE

United Nations Development Programme (UNDP) FOR THE United Nations Development Programme (UNDP) CALL FOR EXPRESSIONS OF INTEREST AND PREQUALIFICATION FOR THE CONSTRUCTION AND REHABILITATION OF IRRIGATION SYSTEMS IN LEBANON UNDP Lebanon invites interested

More information

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI PRE-QUALIFICATION DOCUMENT FOR PROVISION OF CREATIVE DESIGN, LAYOUT AND PRINTING OF MAGAZINES, CALENDARS, PROMOTIONAL MATERIALS, BROCHURES, NOTEBOOKS AND DIARIES CONTRACT NO: AWSB/HQ/PQ/18/2015-2017 MAY

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

Section 3 - Evaluation and Qualification Criteria

Section 3 - Evaluation and Qualification Criteria Section 3 - Evaluation and Qualification Criteria 3-1 Section 3 - Evaluation and Qualification Criteria Table of Criteria 1. Evaluation... 3-2 1.1 Technical Evaluation... 3-2 1.2 Alternative Technical

More information

GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For

GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS For Removal of Asbestos Roof Sheets and Replace with Galvalume At Garden of Eden and Canefield Contract No. GPL-PI-082-2013 June 2013 Contents

More information

BANK OF UGANDA. Republic of Uganda BIDDING DOCUMENT

BANK OF UGANDA. Republic of Uganda BIDDING DOCUMENT BANK OF UGANDA Republic of Uganda BIDDING DOCUMENT EXPRESSION OF INTEREST FOR PROVISION OF CONSULTANCY SERVICES FOR DATA WAREHOUSE, BUSINESS INTELLIGENCE STRATEGY AND IT APPLICATIONS RATIONALISATION SUBJECT

More information

Pre Qualification Document

Pre Qualification Document Pre Qualification Document PREPARATION OF MASTER PLAN OF WATER SUPPLY, SEWERAGE, DRAINAGE AND GROUNDWATER MANAGEMENT SYSTEM FOR SHEIKHUPURA, KASUR & NANKANA SAHIB DISTRICTS Lahore Development Authority

More information

Sri Lanka Tourism Development Authority REQUEST FOR PROPOSALS (RFP) Hiring a Training Company for the Conducting Training Programs Homestay Owners

Sri Lanka Tourism Development Authority REQUEST FOR PROPOSALS (RFP) Hiring a Training Company for the Conducting Training Programs Homestay Owners Sri Lanka Tourism Development Authority REQUEST FOR PROPOSALS (RFP) F/DPC/072/2018 Hiring a Training Company for the Conducting Training Programs Homestay Owners February 2019 LETTER OF INVITATION Dear

More information

Deadline for documents submission June 11, 2009 before 12:00 hours (local time)

Deadline for documents submission June 11, 2009 before 12:00 hours (local time) United Nations Development Programme Date: 26 May 2009 Expression of Interest Pre-Qualification for Civil Works Ref: PRQ/KRT/09/001- R1 United Nations Development Programme (UNDP), Sudan office announces

More information

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI TANATHI WATER SERVICES BOARD K.I.D.P. Bldg., Kalawa Rd., Private Bag, Kitui. Phone: 020 8009628/044-4422416 Telefax: +254 044-44221O8/4422417 Email: tanathiwsb@gmail.com PRE-QUALIFICATION DOCUMENT FOR

More information

National Science Foundation Ministry of Science, Technology & Research

National Science Foundation Ministry of Science, Technology & Research 1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

3. BIDDERS QUALIFICATION CRITERIA

3. BIDDERS QUALIFICATION CRITERIA 3. BIDDERS QUALIFICATION CRITERIA Section VII Forms and Procedures Page 1 of 25 3. BIDDERS QUALIFICATION CRITERIA 1. QUALIFICATION CRITERIA 1.1 Prequalification will be based on meeting all the following

More information

MINISTRY OF COMMERCE, GOVERNMENT OF PAKISTAN

MINISTRY OF COMMERCE, GOVERNMENT OF PAKISTAN MINISTRY OF COMMERCE, GOVERNMENT OF PAKISTAN SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF HVAC WORKS AT OFFICE BUILDING FOR PAKISTAN INSTITUTE OF TRADE AND DEVELOPMENT, SECTOR H-8/4, ISLAMABAD PRE-QUALIFICATION

More information

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI) MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.)-462003 EXPRESSION OF INTEREST (EOI) Notice Inviting Expression of Interest (EOI) for hiring the services of consultants

More information

Pre-Qualification of Contractors (Prequalification Document) October 2017

Pre-Qualification of Contractors (Prequalification Document) October 2017 Supply, Installation & Operation and maintenance of autoclave based healthcare waste treatment facility for Infectious hospital waste in Lahore, Pakistan Pre-Qualification of Contractors (Prequalification

More information

EXPRESSION OF INTEREST NOTICE Date: 9 October 2013 UNDP/EOI/13/105

EXPRESSION OF INTEREST NOTICE Date: 9 October 2013 UNDP/EOI/13/105 United Nations Development Programme (UNDP) EXPRESSION OF INTEREST NOTICE Date: 9 October 2013 UNDP/EOI/13/10 Country: Pakistan The United Nations Development Programme (UNDP) in Pakistan would like to

More information

City of Richland Energy Services Department Prequalification of Electrical Utility Contractors 2018 Application Instructions & Forms

City of Richland Energy Services Department Prequalification of Electrical Utility Contractors 2018 Application Instructions & Forms Prequalification of Electrical Utility Contractors 2018 Application Instructions & Forms The City of Richland 2018 Prequalification of Electrical Utility Contractors is open until vember 3, 2017. This

More information

STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS

STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS PGCL/SYS/PRO/FLR-02 STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS PROCUREMENT DEPARTMENT PAK GULF Construction (Pvt) Ltd ISLAMABAD TABLE OF CONTENTS DESCRIPTION PAGE NO. 1.0 INVITATION FOR PREQUALIFICATION...

More information

MINUTES OF THE PRE-BID CONFERENCE MEETING, SWAKOPMUND CLARIFICATIONS 1

MINUTES OF THE PRE-BID CONFERENCE MEETING, SWAKOPMUND CLARIFICATIONS 1 26 March 2013 MINUTES OF THE PRE-BID CONFERENCE MEETING, SWAKOPMUND CLARIFICATIONS 1 CONSTRUCTION OF THE ARTS AND CRAFTS CENTRE IN SWAKOPMUND, ERONGO REGION Ref. MCAN/COM/IFB/1B02008 It is MCA-N policy

More information

PREQUALIFICATION APPLICATION INSTRUCTIONS

PREQUALIFICATION APPLICATION INSTRUCTIONS PREQUALIFICATION APPLICATION INSTRUCTIONS Please read the following instructions carefully as incomplete applications will not be processed. COMPLETE AND RETURN ALL SECTIONS OF THE APPLICATION PACKAGE.

More information

PREQUALIFICATION DOCUMENT. Development and Implementation of ERP (Oracle / SAP or Equivalent)

PREQUALIFICATION DOCUMENT. Development and Implementation of ERP (Oracle / SAP or Equivalent) PREQUALIFICATION DOCUMENT Development and Implementation of ERP (Oracle / SAP or Equivalent) June, 2016 First Floor 7 C-1, Gulberg-III, Lahore-Pakistan Phone: +92 (42) 35750936-8 Fax: +92 (42) 35750939

More information

Master degree in the field of Computer Science and/or Information Technologies At least 10 (ten) years of professional experience in the field of design, development and implementation of software solutions

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

PREQUALIFICATION DOCUMENTS

PREQUALIFICATION DOCUMENTS P/Q 書類 ( 例 ) (name of the executing agency) (name of the recipient country) PREQUALIFICATION DOCUMENTS FOR (name of the Project) CONTENTS INVITATION TO PREQUALIFICATION INSTRUCTION TO APPLICANTS (month

More information

Procurement Policy Office

Procurement Policy Office Procurement Policy Office (Established under section 4 of the Public Procurement Act 2006) Ref: WG/EG38/05-14 Evaluation Guide (Works and Goods) Procurement Policy Office Ministry of Finance and Economic

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED

THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED Reg: No. 1998/009584/06 THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED INVITATION TO PREQUALIFY FOR THE PROCUREMENT OF AN OPEN ROAD TOLLING SYSTEM IN THE GAUTENG PROVINCE, SOUTH AFRICA AND A NATIONAL

More information

SECTION IV:2 BIDDING FORMS

SECTION IV:2 BIDDING FORMS SECTION IV:2 BIDDING FORMS Sec4 - Bidding Form Kenya Power and Lighting Company IV - 1 Contract: A31 Table of Sample Forms and Procedures LETTER OF BID... 2 LETTER OF BID SINGLE STAGE BIDDING... 2 SCHEDULES

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION QUESTIONNAIRE PREQUALIFICATION QUESTIONNAIRE FOR HUENEME ROAD RECYCLED WATER PIPELINE PROJECT PHASE II THE PROJECTS AND PREQUALIFICATION In the coming months, the City of Oxnard ( City ) will be bidding a project for

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise) DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION

More information

COUNTY ASSEMBLY OF KILIFI

COUNTY ASSEMBLY OF KILIFI COUNTY ASSEMBLY OF KILIFI PREQUALIFICATION DOCUMENT PROVISION OF ELECTRICAL WORKS AND MAINTENANACE CAK/030/2015-16 COUNTY ASSEMBLY OF KILIFI F/Y 2015-2016 Table of Contents Page INTRODUCTION 3 SECTION

More information

PREQUALIFICATION APPLICATION INSTRUCTIONS

PREQUALIFICATION APPLICATION INSTRUCTIONS PREQUALIFICATION APPLICATION INSTRUCTIONS Please read the following instructions carefully as incomplete applications will not be processed. COMPLETE AND RETURN ALL SECTIONS OF THE APPLICATION PACKAGE.

More information

SANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California (805)

SANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California (805) SANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California 93060 (805) 933-3908 Annual Pre-Qualification for MEP Contractors per Public Contract Code 20111.6 License Classifications:

More information

CONSTRUCTION OF NEW 132/33 KV GIS SUBSTATION AT KULI, DISTRICT - MURSHIDABAD. (Package-12)

CONSTRUCTION OF NEW 132/33 KV GIS SUBSTATION AT KULI, DISTRICT - MURSHIDABAD. (Package-12) Section I - NOTICE INVITING TENDER ABRIDGED NOTICE INVITING TENDER WBSETCL (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION OF NEW

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS

INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS Title: 530 and 531 KOS 4000 restoration of wall paintings of Bogorodica Ljeviska Church in Prizren Safeguard of Cultural Page 1 of 24 INVITATION

More information

EXPRESSION OF INTEREST (EOI)

EXPRESSION OF INTEREST (EOI) EXPRESSION OF INTEREST (EOI) Shortlisting of Agencies for selection as Parking Managers for operation and management of Parking Areas in the city of Bhubaneswar Issued by Bhubaneswar Smart City Limited,

More information

Albany Unified School District Contractor Prequalification

Albany Unified School District Contractor Prequalification Albany Unified School District Contractor Prequalification The Albany Unified School District ( District ) has determined that contractors providing construction services ( Contractor(s) or Firm(s) ) must

More information

PRE QUALIFICATION OF CONTRACTORS DEVELOPMENT OF INFRASTRUCTURE (LEFTOVER WORKS) HATTAR ECONOMIC ZONE PROJECT OUTLINE AND PREQUALIFICATION CRITERIA

PRE QUALIFICATION OF CONTRACTORS DEVELOPMENT OF INFRASTRUCTURE (LEFTOVER WORKS) HATTAR ECONOMIC ZONE PROJECT OUTLINE AND PREQUALIFICATION CRITERIA PRE QUALIFICATION OF CONTRACTORS DEVELOPMENT OF INFRASTRUCTURE (LEFTOVER WORKS) HATTAR ECONOMIC ZONE PROJECT OUTLINE AND PREQUALIFICATION CRITERIA Head Office: 120 Industrial Estate, Jamrud Road, Hayatabad,

More information

REQUEST FOR PROPOSALS (RFP) - Project for Data Cleaning of Industrial Property Documents of Indonesia

REQUEST FOR PROPOSALS (RFP) - Project for Data Cleaning of Industrial Property Documents of Indonesia REQUEST FOR PROPOSALS (RFP) - Project for Data Cleaning of Industrial Property Documents of Indonesia RFP N PTD/16/072 October 12, 2016 Table of content Introduction to WIPO... 2 A. Tender process... 2

More information

Punjab Thermal Power (Pvt) Limited

Punjab Thermal Power (Pvt) Limited Punjab Thermal Power (Pvt) Limited REQUEST FOR EXPRESSION OF INTEREST Services required for External Audit, Half yearly review, Code of Corporate Governance (CCG) Compliance and Generation License (GL)

More information

ASHIANA - E - IQBAL HOUSING SCHEME, BURKI ROAD, LAHORE

ASHIANA - E - IQBAL HOUSING SCHEME, BURKI ROAD, LAHORE PUNJAB LAND DEVELOPMENT COMPANY GOVERNMENT OF PUNJAB ASHIANA - E - IQBAL HOUSING SCHEME, BURKI ROAD, LAHORE DEVELOPMENT OF INFRASTRUCTURE PRE-QUALIFICATION OF CONTRACTORS DOCUMENTS DECEMBER, 2013 ENGINEERING

More information

Section 3 - Evaluation and Qualification Criteria

Section 3 - Evaluation and Qualification Criteria Section 3 - Evaluation and Qualification Criteria 3-1 Section 3 - Evaluation and Qualification Criteria This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders.

More information

Invitation for Bids(IFB)

Invitation for Bids(IFB) MUMBAI METROPOLITAN REGION DEVELOPMENT AUTHITY CONTRACT NO: MMRDA/7/MMRP/CA-16 DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF TRACTION AND AUXILIARY POWER SUPPLY, SCADA AND OVERHEAD TRACTION

More information

CIVIL DEPARTMENT. Name of the Work-RW: - GI Chainlink fencing. Name of the Bidder: - Address: - Phone No.: - Mobile: - -

CIVIL DEPARTMENT. Name of the Work-RW: - GI Chainlink fencing. Name of the Bidder: - Address: - Phone No.: - Mobile: -   - Rs. 500.00/- CIVIL DEPARTMENT Name of the Work-RW: - GI Chainlink fencing Name of the Bidder: - Address: - Phone No.: - Mobile: - Email: - (Employer) Invitation of tenders for GI Chainlink fencing Ref.

More information

TENDER DOCUMENT FOR PROVISION OF EXTERNAL AUDIT SERVICES

TENDER DOCUMENT FOR PROVISION OF EXTERNAL AUDIT SERVICES TENDER DOCUMENT FOR THE PROVISION OF EXTERNAL AUDIT SERVICES TENDER NAME TENDER NO: TENDER CLOSING DATE TENDER TIME PROVISION OF EXTERNAL AUDIT SERVICES KSSL/EXAS-1/10/2018-2019 Thursday December 14th,

More information

CONSTRUCTION OF 132/33 KV GIS SUBSTATION AT BAJKUL, DISTRICT-PURBA MEDINIPUR. (Package- 26)

CONSTRUCTION OF 132/33 KV GIS SUBSTATION AT BAJKUL, DISTRICT-PURBA MEDINIPUR. (Package- 26) DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

Procurement of Works, Major Equipment and Industrial Installations

Procurement of Works, Major Equipment and Industrial Installations PREQUALIFICATION DOCUMENT Procurement of Works, Major Equipment and Industrial Installations Public Procurement Board Accra, Ghana October 2003 i Table of Contents Introduction... ii Abbreviations and

More information

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO.IPSTC/PREQ/2016/2017/231FOR REGISTRATION OF SUPPLIERS FOR PROVISION OF TENTS CHAIRS

More information

Request For Quotation (RFQ) for Provision of Service Provider for Event Management.

Request For Quotation (RFQ) for Provision of Service Provider for Event Management. Request For Quotation (RFQ) for Provision of Service Provider for Event Management. RFQ No: LKOH/NPL/93090/REQ-15-0041 Modernisation and Improvement of Policing Project (MIPP) Kathmandu Nepal RFQ (LKOH/NPL/93090/REQ-15-0041)

More information

DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA UVA WELLASSA UNIVERSITY BIDDING DOCUMENT

DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA UVA WELLASSA UNIVERSITY BIDDING DOCUMENT DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA UVA WELLASSA UNIVERSITY REQUEST PROPOSAL FOR EXPANDING THE AVAILABLE WIRELESS LOCAL AREA NETWORK OF THE UVA WELLASSA UNIVERSITY UWU/G/NCB/17/08 BIDDING DOCUMENT

More information

IDA Credit Number: #0146-IN. June-2018.

IDA Credit Number: #0146-IN. June-2018. GUJARAT ECOLOGY COMMISSION [GOVERNMENT OF GUJARAT] GUJARAT STATE PROJECT MANAGEMENT UNIT [SPMU] INTEGRATED COASTAL ZONE MANAGEMENT PROJECT (ICZMP) NATIONAL COMPETITIVE BIDDING (NCB) CONSTRUCTION OF A MANGROVE

More information

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/ SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/2015-2016 NOTICE DATE: WEDNESDAY 6 TH MAY 2015 CLOSING DATE: WEDNESDAY 20 TH MAY 2015 AT 10:00

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272 Prequalification of Contractors for Educational Facilities Construction 8.272 The School Board shall prequalify contractors for a one (1) year period or for a specific project in accordance with the following:

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502

PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502 PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502 The School Board shall prequalify contractors for a one (1) year period or for a specific project. This policy prescribes uniform

More information

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX 78-90300 MAKUENI TENDER NO. GMC/T/24/2017/2018 & 2018/2019 PROVISION OF FOR THE FINANCIAL YEAR 2017/2018 & 2018/2019 TENDER DOCUMENT

More information

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 Maintenance and Operations 1302 Service Road Tustin, California 92780 (714) 730-7515 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Tustin Unified School District ( District ) has determined that

More information

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES FIRM SELECTION)

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES FIRM SELECTION) REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES FIRM SELECTION) COUNTRY: KENYA PROJECT: NATIONAL SYSTEM CONTROL CENTRE ASSIGNMENT TITLE: CONSULTING SERVICES FOR SUPERVISION AND MANAGEMENT OF THE

More information

Reply to Bidder s Clarifications

Reply to Bidder s Clarifications Expression of Interest (EoI) Ref RECTPCL/EoI/2018-19/1, Dt. 21 st Oct 2018 For Selecting Interested Partner(s) for Jointly Exploring Opportunities in Domestic / Overseas Power /Electricity Transmission

More information

GOVERNMENT OF KARNATAKA

GOVERNMENT OF KARNATAKA Annexure VI K/W 6 GOVERNMENT OF KARNATAKA. (Name of Organization). (Address) Telephones: Fax:. PREQUALIFICATION FOR THE WORK OF. (Description of Works) TENDER REFERENCE : PERIOD OF SALE OF P Q DOCUMENT

More information

PEDO PAKHTUNKHWA ENERGY DEVELOPMENT ORGANIZATON. Government of Khyber Pakhtunkhwa, PAKISTAN

PEDO PAKHTUNKHWA ENERGY DEVELOPMENT ORGANIZATON. Government of Khyber Pakhtunkhwa, PAKISTAN PEDO PAKHTUNKHWA ENERGY DEVELOPMENT ORGANIZATON Government of Khyber Pakhtunkhwa, PAKISTAN Request for Proposal From Chartered Accountant Firms for the Evaluation of Statement of Qualifications (SOQs)/Proposals

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

More information

Ex-Ante evaluation 1. Name of the Project 2. Background and Necessity of the Project

Ex-Ante evaluation 1. Name of the Project 2. Background and Necessity of the Project Ex-Ante evaluation 1. Name of the Project Country: Democratic Socialist Republic of Sri Lanka Name of the Project: National Transmission and Distribution Network Development and Efficiency Improvement

More information

West Bengal State Electricity Transmission Company Limited

West Bengal State Electricity Transmission Company Limited Section I - NOTICE INVITING e-tender West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) Office of the Chief Engineer (Procurement) CIN: U40101WB2007SGC113474

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

Environmental Planning & Coordination Organization

Environmental Planning & Coordination Organization Environmental Planning & Coordination Organization Paryavaran Parisar, E-5 Arera Colony, Bhopal 462016 (M.P.) Tel.: 755-2466970, 2464318, 2465686, Fax: +91-755-2462136 E-mail.: epco.in, Website: www.epco.in

More information

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Exhibit A PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Submission of Pre-Qualification Packet Deadline: TBD Newcomb Academy AB300 New Construction Project Place of Pre-Qualification

More information

TENDER NOTICE. 6. Separate tender documents should be used for each tender.

TENDER NOTICE. 6. Separate tender documents should be used for each tender. TENDER NOTICE The Chairman, Tender Board, The Associated Newspapers of Ceylon Limited (ANCL), hereby invites sealed tenders from Manufacturers, Representatives or their Accredited Agents in Sri Lanka for

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October

More information

ANNEX III - BID FORMS

ANNEX III - BID FORMS ANNEX III - BID FORMS The forms below must be completed and returned with your Bid: III (A): III (B): III (C): III (D): III (E): III (F): III (G) Bid Submission Form Bill of Quantity (BoQ) (financial bid,

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

Supply of 40 MVA, 132/33 kv Power Transformers and Related Services for Srikona and Sipajhar Grid Substations in Assam

Supply of 40 MVA, 132/33 kv Power Transformers and Related Services for Srikona and Sipajhar Grid Substations in Assam BIDDING DOCUMENT FOR Supply of 40 MVA, 132/33 kv Power Transformers and Related Services for Srikona and Sipajhar Grid Substations in Assam A S S A M E L E C T R I C I T Y G R I D C O R P O R A T I O N

More information

KERIO VALLEY DEVELOPMENT AUTHORITY

KERIO VALLEY DEVELOPMENT AUTHORITY KERIO VALLEY DEVELOPMENT AUTHORITY PREQUALIFICATION/REGISTRATION FOR AIR TICKETING, TOUR & TRAVEL SERVICES TENDER N0.: KVDA/PQ/18/2017-2018/19 RECEIPT NO. TENDER REG. NO. CLOSING DATE :THURSDAY 22 ND JUNE,

More information

TENDER DOCUMENT INFORMTION TECHNOLOGY PROJECTS AND SERVICES

TENDER DOCUMENT INFORMTION TECHNOLOGY PROJECTS AND SERVICES TENDER DOCUMENT INFORMTION TECHNOLOGY PROJECTS AND SERVICES Developing an Electricity Billing System For Ceylon Electricity Board PHASE 01 Software Design PART A Technical Bid Information Technology Branch

More information

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT THE STANDARD TENDER REGISTRATION DOCUMENT AND LIST OF REQUIREMENTS

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT THE STANDARD TENDER REGISTRATION DOCUMENT AND LIST OF REQUIREMENTS REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT P.O. BOX 2344-00900 KIAMBU-KENYA THE STANDARD TENDER REGISTRATION DOCUMENT AND LIST OF REQUIREMENTS TENDER NO. KCG/HEALTHSERVICES/005/2016-2017- 2018 REGISTRATION

More information

Pre-Qualification Document

Pre-Qualification Document Pre-Qualification Document Instructions to Prospective Applicants Issued by Quaid-e-Azam Solar Power (Pvt.) Ltd. 18 th October 2013 TABLE OF CONTENTS S. No DESCRIPTION PAGE NO. 1.0 INVITATION FOR PREQUALIFICATION...

More information

UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME

UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME December, 2016 (TENDER DOCUMENT FOR PREQUALIFICATION

More information

New York City Transit (NYCT) DATE: July 19, 2018 CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING: SSE #: 0000226381

More information

NABI/KCL Oilfield Construction Services Guyana (JV)

NABI/KCL Oilfield Construction Services Guyana (JV) INTRODUCTION is in the process of pre-qualifying Contractors and Suppliers for an upcoming project in Guyana. GENERAL INSTRUCTIONS You are required to complete the following prequalification questionnaire

More information

Afghanistan. 19 September Dear Sir/Madam. Reference: UNDP/AFG/2013/080

Afghanistan. 19 September Dear Sir/Madam. Reference: UNDP/AFG/2013/080 Afghanistan Dear Sir/Madam 19 September 2013 Reference: UNDP/AFG/2013/080 Re: Invitation for the Submission of Expression of Interest for Pre-Qualification of Suppliers for ICT and Security related goods

More information

TENDER NO.KP1/5DA/PT/04/13-14 PRE-QUALIFICATION OF SIGNAGE CONTRACTORS

TENDER NO.KP1/5DA/PT/04/13-14 PRE-QUALIFICATION OF SIGNAGE CONTRACTORS TENDER NO.KP1/5DA/PT/04/13-14 PRE-QUALIFICATION OF SIGNAGE CONTRACTORS (AUGUST 2013) ALL TENDERERS ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BID. THE KENYA POWER

More information

Application Document. for

Application Document. for Application Document for Pre-qualification of Engineering, Procurement and Construction [EPC]/ Turnkey Contractor for Development of Power Distribution Project in Kwilu (Bandundu) Province of the Democratic

More information