Kiribati Aviation Investment Bidding Project Document. PRE BID MEETING 14 October 2016

Size: px
Start display at page:

Download "Kiribati Aviation Investment Bidding Project Document. PRE BID MEETING 14 October 2016"

Transcription

1 Kiribati Tuvalu Samoa Vanuatu PACIFIC AVIATION INVESTMENT PROGRAM Kiribati Aviation Investment Bidding Project Document Procurement of Good New Airport Terminal Buildings and Airport Fire Station for Supply Kiribati and Delivery PRE BID MEETING 14 October 2016 OF REFURBISHED Aircraft Rescu Fire-fighting (ARFF) VEHI

2 PRE BID MEETING AGENDA Date: Friday October 14, 2016 Location: Fiji/skype Time: 11:00 11:00 11:05: Registration of Attendance 11:05 11:10: Introduction and Explanation of Proceedings 11:10 11:25: Technical Presentation 11:25 11:45: Procurement Workshop on How to Submit a Responsive Bid 11:45 12:00: Question Period Note: Questions or clarifications to the issued bid documents should be raised formally in accordance with the instructions to Bidders in the actual bid documents.

3 Objectives of Pre-Bid Meeting The objective of this presentation is to clarify issues and to answer questions on any matter that may be raised regarding the tender New Airport Terminal Buildings and Airport Fire Station for Kiribati. This presentation does not replace or modify any provisions of the bidding document mentioned above. In case of contradiction between this presentation and the bidding document, the terms and conditions of the bidding document take precedence.

4 Structure of Presentation Part 1 Context Part 2 Technical Requirements Part 3 Answers to technical questions received prior the meeting Part 4 How to Prepare a Successful Proposal Part 5 Answers to general questions received prior the meeting Part 6 Question Period

5 Part 1 Context As part of the Pacific Aviation Investment Program (PAIP), supported by the World Bank, improvements are being made to safety, security, compliance and passenger facilitation through upgrades to Kiribati Airport Terminal Buildings is being implemented at: Bonriki International Airport, Tarawa; and Cassidy International Airport, Kiritimati. PAIP is currently implementing similar activities in Tonga and Tuvalu. PAIP TFSU is managing the procurement process of behalf of the Clients by implementing the proposed procurement strategy.

6 Part 1 Context Scope of Works The Scope of Works comprises by location and Lot: Lot 1 Cassidy International Airport (CXI) Construction of new terminal building including site works and preparation Design and Build of new CXI Airport Fire Station Lot 2 Bonriki International Airport (TRW) Refurbishment and reconfiguration of the existing terminal building Expansion of terminal building to provide additional space for checkin, arrivals processing and public landside circulation Please refer to Section VII Schedule of Requirements of the bidding document

7 Part 2 Overview of Technical Requirements Bid Document is entitled New Airport Terminal Buildings and Airport Fire Station for Kiribati. CXI is located at Kiritimati (Christmas) Island, Kiribati TRW is located at Tarawa Atoll, Kiribati

8 Part 2 Overview of Technical Requirements Bidders will be expected to have considered the following in the preparation of their bids: Cassidy International Airport New Terminal Building Located on Kiritimati Island. Remote. Logistics New Terminal Construction including site preparation works Operational airport environment, although no perimeter fence in place. One scheduled turbojet operation per week. Other infrequent flights occur. ETOPS. High salinity environment and high temperatures Environmental & Social Management Waste Management & Export Health & Safety Power supply Schedule of Proposed Products

9 Part 2 Overview of Technical Requirements CXI Airport Fire Station Located on Kiritimati Island. Remote. Logistics Design, supply and construction of building including site preparation works. Operational airport environment, although no perimeter fence in place. One scheduled turbojet operation per week. Other infrequent flights occur. ETOPS. High salinity environment and high temperatures Environmental & Social Management Waste Management & Export Health & Safety

10 Part 2 Overview of Technical Requirements Bonriki International Airport Terminal Building Improvements Located on Tarawa Atoll. Logistics Refurbishment, reconfiguration and expansion of existing terminal building including site works. Operational airport environment. AVSEC compliance Two scheduled International turbojet operations per week. Other International turbojet operations less frequent. Other scheduled domestic flights occur daily. Terminal to be safe/secure available for scheduled international flights Existing condition High salinity environment and high temperatures Environmental & Social Management Waste Management & Export Health & Safety Baggage Reclaim supply and installation

11 Clarifications and Addendum Two clarifications issued to date Clarification No.1: 6 th October 2016 Clarification No.2: 11 th October 2016 One Addendum issued to date Addendum No.1: 28 th September 2016

12 Clarification # 1 Excel format for BoQ: Only PDF format are available and bidder to recreate forms in Excel. Attendance at Pre-bid meeting: This is not mandatory and participation visa skype is an option. Minutes will be distributed afterward. Supply of terminal equipment: Scope of works includes supply of furniture (Refer Section VII Works Requirements).

13 Clarification # 1 (con t) Site Visit Arrangements: Proposed site visit on 18/10/2016 for TRW but not CXI. All costs of visiting shall be at Bidder s own expense. Diplomatic relations with China: There are no exclusions based on the nationality of the bidder. As such, no restrictions for Chinese companies to bid. Average Annual Construction Turnover: This is an important qualification criteria and bid will be rejected if not met. Entry visa to Kiribati: Employer will provide supporting letter upon request but bidder must ensure to meet visa requirements.

14 Clarification # 2 Engineering drawings: All drawings are provided under Volume 2 Architectural Drawings and Volume 2a Engineering and Services Drawings of the Bidding Document. Travel Routes between TRW and CXI: Bidder to request a particular date for site visit and employer will confirm suitability. Note bidder is responsible for logistics arrangements of attendance of such visit.

15 Addendum # 1 ORIGINAL WORDING A Pre-Bid meeting shall take place at the following date, time and place: Date: October 5, 2016 Time: 10am local time Place: Nadi, Fiji AMENDED WORDING A Pre-Bid meeting shall take place at the following date, time and place: Date: October 14, 2016 Time: 11am local time Place: Tanoa International Hotel, Nadi, Fiji

16 Lot LOT 1 Lots Cassidy International Airport - New Terminal and Airport Fire Station Completion 274 days LOT 2 LOT 2 Bonriki International Airport 274 days Bids may be submitted for either lot or for both lots. Bidders wishing to offer a discount for the award of both lots (as a package) shall specify in their bid the price reduction applicable for award as the package (both lots).

17 Part 3 Bidding Document Section I : Instructions to Bidders Section II: Bid Data Sheet Section III: Evaluation and Qualification Criteria Section IV : Bidding Forms B Letter of Bid Bidder Information Form Price Schedule Forms (per Lot) Form of Bid- Securing Declaration Section V : Eligible Countries Section VI: Bank Policy Corrupt and Fraudulent Practices Section VII: Supply Requirements Section VIII: Conditions of Contract and Contract Forms

18

19 Part 4 How to Prepare a Successful Bid Mandatory procedural requirements: There are mandatory procedural requirements associated with this tender. Bidders are required to carefully read the bidding document. Any bids that fails to meet any mandatory procedural requirement will be rejected. No other procedural requirements can be introduced/ modified/ removed after the tender closing.

20 Part 4 How to Prepare a Successful Bid The Bidder must be eligible to participate in this tender (see ITB 4) A Bidder that has been sanctioned by the Bank in accordance with the Bank s Guidelines on Preventing and Combating Corruption in Projects Financed by IBRD Loans and IDA Credits and Grants ( Anti-Corruption Guidelines ) is not eligible. In the case of a joint venture, all members shall be jointly and severally liable for the execution of the Contract. A Bidder shall not have a conflict of interest. The tender has no nationality restrictions.

21 Letter of Bid Must be submitted with a Bidder s Bid. Must be prepared using the relevant forms furnished in Section IV, Bidding Forms without any alterations to the text. All blank spaces shall be filled in with the information requested. No substitutes shall be accepted. Must be signed If a Bidder is a joint venture, specify the name of JV as the Bidder. Bidder agrees to be bound by instructions, clauses and conditions of the bidding document and accepts the clauses and conditions of the resultant Contract in its entirety.

22 Important Concepts Fixed price for the duration of the contract: A bid submitted with an adjustable price quotation shall be treated as nonresponsive and shall be rejected. Bid validity (120 days): A bid valid for a shorter period shall be rejected by the Purchaser as nonresponsive Bid security declaration: ineligible to be awarded contracts by the Employer for a period of 2 years.

23 Late Bids Late bids: Any bid received by the Purchaser after the deadline for submission of bids shall be declared late, rejected, and returned unopened to the Bidder. Allow sufficient time to reach the bid submission address (Tonga)!

24 Evaluation Principles Bids will be evaluated lot-wise, taking into account discounts offered, if any, for combined lots. The contract(s) will be awarded to the Bidder or Bidders offering the lowest evaluated cost to the Employer for combined lots, subject to the selected Bidder(s) meeting the required qualification criteria for lot or combination of lots as the case may be.

25 Qualification Criteria Lot Financial Capabilities (3 years audited financial statements) Lot 1 cash flow US$850,000 minimum average annual construction turnover of US$10.5Million over the last 5 years Lot 2 cash flow US$600,000 minimum average annual construction turnover of US$7.5Million over the last 5 years Experience General construction experience of at least 5 years Specific construction experience: 3 contracts, each of minimum value USD4Million General construction experience of at least 5 years Specific construction experience: 3 contracts each with a minimum value of USD3m.

26 Qualification Criteria Equipment (per Lot) No. Equipment Type and Characteristics Minimum Number required 1 Concrete batching plant(>5m 3 /hr) 1 2 Concrete Agitator Truck 1 3 Concrete pump 1 4 Mobile crane(>5tonne) 1 Personnel (per Lot) No. Position Total Work Similar Experience (years) 1 Project Manager Construction Manager 15 5 In Works Experience (years)

27 Questions on the Bid Documents Received prior to the Pre-bid meeting will be answered today verbally and in writing through Clarification # 3. Questions taken during the Pre-bid meeting will be issued with clarifications in the minutes, made available to those who have requested the Bid Documents.

28 Questions on the Bid Documents The following key principles govern the preparation of responses to questions received in the context of this tender: 1. Often the answers are in the bidding document. Whenever possible, the answer will refer to a provision of the bidding document. 2. We do not provide interpretation of the clauses. That being said, if an ambiguity remains, we note it and we clarify by way of formal amendment.

29 Questions Received 1. We are in the process of changing the company name are we still allowed to bid? 2. In the Lot no.2, the bag reclaim conveyor and backup portable generator, the drawing Bonriki International Airport Terminal-AR-1305, who will supply and install them? 3. In the drawing AR-2303, the note is security screening X-ray, two roller beds, magnetometer and associated security equipment supplied by others, do they need supply by main contractor or nominated supplier by client?

30 PROCUREMENT TIMELINES - Tender Launched 18 September Advertised internationally on UNDB, dgmarket, and in the tender countries - Direct Invitations sent to international suppliers - Pre Bid Meeting 14 October Final day for Clarifications 26 October Bid Submission Deadline - 9 November Public Bid Opening - 9 November 2016

31 Question Period

32 Look forward to receiving your bids..