BIDDING DOCUMENT. Contract No. PAL 3060/61-KASP-Works ICB-03 VOLUME 1

Size: px
Start display at page:

Download "BIDDING DOCUMENT. Contract No. PAL 3060/61-KASP-Works ICB-03 VOLUME 1"

Transcription

1 REPUBLIC OF PALAU PALAU PUBLIC UTILITIES CORPORATION (PPUC) KOROR-AIRAI SANITATION PROJECT (KASP) BIDDING DOCUMENT Sewage Treatment Plant Upgrade in Malakal Contract No. PAL 3060/61-KASP-Works ICB-03 VOLUME 1 PART I Bidding Procedures (including Sections 1 to 5 and Price Schedules) Issued:

2 THIS PAGE IS LEFT INTENTIONALLY BLANK

3 VOLUME 1 CONTENTS OF BIDDING DOCUMENTS PART I Section 1 - Section 2 - Section 3 - Section 4 - Section 5 - Bidding Procedures Instructions to Bidders (ITB) Bid Data Sheet (BDS) Evaluation and Qualification Criteria (EQC) Bidding Forms (BDF) Eligible Countries (ELC) VOLUME 2 PART II Requirements Section 6 - The Employer's Requirements including: 1) Scope of Supply of Plant and Services 2) Specifications 3) Drawings 4) Supplementary Information Regarding Works to be Procured: - A. Personnel Requirement B. Equipment Requirements C. Environmental Management Plan (EMP) 5) Bank Guarantees and Certificates 6) Change Orders VOLUME 3 PART III Section 7 - Section 8 - Section 9 - Conditions of Contract and Contract Forms General Conditions (GCC) Particular Conditions (PCC) Contract Forms (COF) VOLUME 4 SUPPLEMENTARY INFORMATION A. WWTP Design Report B. Initial Environmental Examination C. Geotechnical Report

4 THIS PAGE IS LEFT INTENTIONALLY BLANK

5 STANDARD BIDDING DOCUMENT Design, Supply, and Installation Single-Stage: One-Envelope Bidding Procedure Asian Development Bank December 2015 PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

6

7 Foreword This Standard Bidding Document for Design, Supply, and Installation (SBD Plant) has been prepared by the Asian Development Bank (ADB) and is based on the Master Procurement Document prepared by multilateral development banks and other public international financial institutions which reflects the majority view of these institutions. This document has the structure and the provisions of the Master Procurement Document, except where ADB-specific considerations have required a change. The SBD Plant is intended to be used for the procurement of plant through international competitive bidding when the contract involves the design, supply, installation, and commissioning of specially engineered plant and equipment such as turbines, generators, boilers, electrical switchyards/substations, pumping stations, telecommunication systems, process and wastewater treatment plants, and similar projects; the value of the plant and equipment represents the major part of the estimated contract value; and the nature and complexity of the plant and equipment is such that the facilities cannot safely be taken over by the Employer without comprehensive testing, pre-commissioning, commissioning and acceptance procedures being followed. The SBD Plant documents anticipates that the contractor is responsible for each activity required to complete the facilities, e.g., design, manufacture, delivery, installation, testing, commissioning, training, and required civil works portions. However, these conditions may be adapted for single-responsibility contracts where some activities, such as parts of the preliminary design or site preparation works, are done by others. An important feature of this SBD is that it can be used with minimum changes, as it does not contain explanatory commentary not forming part of the bidding document. This SBD is supported by a User s Guide. The User s Guide contains detailed explanations and recommendations to Employers on how to prepare a specific bidding document for the procurement of plant and how to evaluate bids. The User s Guide is not a part of the bidding document. To obtain further information on procurement under ADB-financed projects, contact Operations Services and Financial Management Department (OSFMD) Asian Development Bank 6 ADB Avenue, Mandaluyong City 1550 Metro Manila, Philippines procurement@adb.org Tel Fax [Attn: Director General, OSFMD] PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

8

9 Design, Supply, and Installation Single-Stage: One-Envelope Bidding Procedure BIDDING DOCUMENT for Procurement of Sewage Treatment Plant Upgrade in Malakal. (Single-Stage One Envelope) Issued on: 25th April 2016 Invitation for Bids No.: W-ICB-03/PPUC 2016 ICB No.: PAL 3060/61-KASP-Works ICB-03 Employer: Palau Public Utilities Corporation (PPUC) Country: Republic of Palau PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

10

11 Preface This Bidding Document for Design, Supply, and Installation, has been prepared by Palau Public Utilities Corporation (PPUC) and is based on the Standard Bidding Document for Design, Supply, and Installation (SBD Plant) issued by the Asian Development Bank dated 21st December 2015 ADB s SBD Plant has the structure and the provisions of the Master Procurement Document entitled Design, Supply, and Installation, prepared by multilateral development banks and other public international financial institutions except where ADB-specific considerations have required a change. PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

12

13 Single-Stage Bidding Procedure Documents Structure Flowchart Bidding Document issued by Employer 1 Section 1 - Instructions to Bidders (ITB); Section 2 - Bid Data Sheet (BDS); Section 3 - Evaluation and Qualification Criteria (EQC); Section 4 - Bidding Forms (BDF); Section 5 - Eligible Countries (ELC); Section 6 - Employer s Requirements (ERQ); Section 7 - General Conditions of Contract (GCC); Section 8 - Special Conditions of Contract (SCC); Section 9 - Contract Forms (COF). The Bid submitted by Bidder 2 3 (a) Letter of Bid; (b) Completed schedules as required, including Price Schedules, in accordance with ITB 12 and ITB 18; (c) Bid Security or Bid-Securing Declaration, in accordance with ITB 21; (d) Alternative Bids, if permissible, in accordance with ITB 13; (e) Written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB 22.2; (f) Documentary evidence in accordance with ITB 14.1, that the plant and services offered by the Bidder in its bid or in any alternative bid, if permitted, are eligible; (g) Documentary evidence in accordance with ITB 15, the Bidder s eligibility and qualifications to perform the contract if its Bid is accepted; (h) Technical Proposal in accordance with ITB 17; (i) Documentary evidence in accordance with ITB 16, that the plant and services offered by the Bidder conform to the Bidding Document; (j) Joint Venture agreement, or letter of intent to enter into a Joint Venture including a draft agreement, indicating at least the parts of the Plant to be executed by the respective partners in the case of a bid submitted by a Joint Venture; (k) List of subcontractors, in accordance with ITB 17.2; and (l) Any other document required in the BDS. The Contract (a) Letter of Acceptance; (b) Contract Agreement and the Appendices hereto; (c) Letter of Bid and Price Schedules submitted by the Contractor; (d) Special Conditions of Contract; (e) List of Eligible Countries that was specified in Section 5 of the Bidding Document; (f) General Conditions of Contract; (g) Specifications; (h) Drawings; (i) Other completed Bidding Forms submitted with the Letter of Bid; (j) Any other documents forming part of the Employer s Requirements; (k) Any other documents as needed and specified. issued by Employer and submitted by Bidder PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

14

15 Table of Contents - Summary Description PART I BIDDING PROCEDURES Section 1 - Instructions to Bidders (ITB) This Section specifies the procedures to be followed by Bidders in the preparation and submission of their Bids. Information is also provided on the submission, opening, and evaluation of bids and on the award of contract. Section 2 - Bid Data Sheet (BDS) This Section consists of provisions that are specific to each procurement and supplement the information or requirements included in Section 1 - Instructions to Bidders. Section 3 - Evaluation and Qualification Criteria (EQC) This Section contains the bid evaluation criteria to determine the lowest evaluated bid and lists the necessary qualifications of Bidders. Section 4 - Bidding Forms (BDF) This Section contains the forms which are to be completed by the Bidder and submitted as part of its Bid. Section 5 - Eligible Countries (ELC) This Section contains the list of eligible countries. PART II REQUIREMENTS Section 6 - Employer s Requirements (ERQ) This Section contains the Scope of Supply of Plant and Services, Specifications, the Drawings, and Supplementary Information that describe the Facilities to be procured, Personnel Requirements, Equipment Requirements, Certificates, and Change Orders. PART III CONDITIONS OF CONTRACT AND CONTRACT FORMS Section 7 - General Conditions of Contract (GCC) This Section contains the general clauses to be applied in all contracts. These Conditions are subject to the variations and additions set out in Section 8 (Special Conditions of Contract). Section 8 - Special Conditions of Contract (SCC) This Section contains provisions that are specific to each contract and that modify or supplement the GCC. Whenever there is a conflict, the provisions herein shall prevail over those in the GCC. The clause number of the SCC is the corresponding clause number of the GCC. Section 9 - Contract Forms (COF) This Section contains forms, which, once completed, will form part of the Contract. The forms for Performance Security and Advance Payment Security, when required, shall only be completed by the successful Bidder after contract award. PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

16 THIS PAGE IS LEFT INTENTIONALLY BLANK

17 Section 1 - Instructions to Bidders 1-1 Section 1 - Instructions to Bidders Table of Clauses A. General Scope of Bid Source of Funds Fraud and Corruption Eligible Bidders Eligible Plant and Services B. Contents of Bidding Document Sections of Bidding Document Clarification of Bidding Document, Site Visit, Pre-Bid Meeting Amendment of Bidding Document C. Preparation of Bids Cost of Bidding Language of Bid Documents Comprising the Bid Letter of Bid and Schedules Alternative Bids Documents Establishing the Eligibility of Plant and Services Documents Establishing the Eligibility and Qualifications of the Bidder Documents Establishing Conformity of the Plant and Services Technical Proposal, Subcontractors Bid Prices and Discounts Currencies of Bid and Payment Period of Validity of Bids Bid Security/Bid-Securing Declaration Format and Signing of Bid Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

18 1-2 Section 1 - Instructions to Bidders D. Submission and Opening of Bids Submission, Sealing and Marking of Bids Deadline for Submission of Bids Late Bids Withdrawal, Substitution, and Modification of Bids Bid Opening E. Evaluation and Comparison of Bids Confidentiality Clarification of Bids Deviations, Reservations, and Omissions Determination of Responsiveness Nonmaterial Nonconformities Correction of Arithmetical Errors Conversion to Single Currency Margin of Preference Evaluation of Bids Comparison of Bids Eligibility and Qualification of the Bidder Employer s Right to Accept Any Bid, and to Reject Any or All Bids F. Award of Contract Award Criteria Notification of Award Signing of Contract Performance Security Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal.

19 Section 1 - Instructions to Bidders 1-3 Section 1 - Instructions to Bidders A. General 1. Scope of Bid 1.1 In connection with the Invitation for Bids (IFB) indicated in the Bid Data Sheet (BDS), the Employer, as indicated in the BDS, issues this Bidding Document for the procurement of plant and services as specified in Section 6 (Employer s Requirements). The name, identification, and number of lot/s (contract/s) of the international competitive bidding (ICB) are provided in the BDS. 1.2 Unless otherwise stated, throughout this Bidding Document definitions and interpretations shall be as prescribed in Section 7 (General Conditions of Contract). 2. Source of Funds 2.1 The Borrower or Recipient (hereinafter called Borrower ) indicated in the BDS has applied for or received financing (hereinafter called funds ) from the Asian Development Bank (hereinafter called ADB ) toward the cost of the project named in the BDS. The Borrower intends to apply a portion of the funds to eligible payments under the contract(s) for which this Bidding Document is issued. 2.2 Payments by ADB will be made only at the request of the Borrower and upon approval by ADB in accordance with the terms and conditions of the Financing Agreement between the Borrower and ADB (hereinafter called Financing Agreement ), and will be subject in all respects to the terms and conditions of that Financing Agreement. No party other than the Borrower shall derive any rights from the Financing Agreement or have any claim to the funds. 3. Fraud and Corruption 3.1 ADB s Anticorruption Policy requires Borrowers (including beneficiaries of ADB-financed activity), as well as Bidders, Suppliers, and Contractors under ADB-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, ADB (a) defines, for the purposes of this provision, the terms set forth below as follows: (i) corrupt practice means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party; (ii) fraudulent practice means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (iii) coercive practice means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party; (iv) collusive practice means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party; Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

20 1-4 Section 1 - Instructions to Bidders (v) obstructive practice means (a) deliberately destroying, falsifying, altering, or concealing of evidence material to an ADB investigation; (b) making false statements to investigators in order to materially impede an ADB investigation; (c) failing to comply with requests to provide information, documents, or records in connection with an Office of Anticorruption and Integrity (OAI) investigation; (d) threatening, harassing, or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or (e) materially impeding ADBʼs contractual rights of audit or access to information; and (vi) integrity violation" is any act which violates ADB s Anticorruption Policy, including (i) to (v) above and the following: abuse, conflict of interest, violations of ADB sanctions, retaliation against whistleblowers or witnesses, and other violations of ADB's Anticorruption Policy, including failure to adhere to the highest ethical standard. (b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices or other integrity violations in competing for the Contract; (c) will cancel the portion of the financing allocated to a contract if it determines at any time that representatives of the Borrower or of a beneficiary of ADB-financing engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices or other integrity violations during the procurement or the execution of that contract, without the Borrower having taken timely and appropriate action satisfactory to ADB to remedy the situation; (d) will impose remedial actions on a firm or an individual, at any time, in accordance with ADB s Anticorruption Policy and Integrity Principles and Guidelines (both as amended from time to time), including declaring ineligible, either indefinitely or for a stated period of time, to participate 1 in ADB-financed, administered, or supported activities or to benefit from an ADB-financed, administered, or supported contract, financially or otherwise, if it at any time determines that the firm or individual has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices, or other integrity violations; and (e) will have the right to require that a provision be included in the Bidding Documents and in contracts financed by ADB, requiring Bidders, suppliers and contractors to permit ADB or its representative to inspect their accounts and records and other documents relating to the bid submission and contract performance and to have them audited by auditors appointed by ADB. 3.2 Furthermore, Bidders shall be aware of the provision stated in the General Conditions of Contract (GCC 9.6 and (c)). 4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, or government-owned enterprise subject to ITB or any combination of them with a formal 1 Whether as a Contractor, Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any other capacity (different names are used depending on the particular Bidding Document). Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal.

21 Section 1 - Instructions to Bidders 1-5 intent to enter into an agreement or under an existing agreement in the form of a Joint Venture. In the case of a Joint Venture, (a) all partners shall be jointly and severally liable; and (b) the Joint Venture shall nominate a Representative who shall have the authority to conduct all business for and on behalf of any and all the partners of the Joint Venture during the bidding process and, in the event the Joint Venture is awarded the Contract, during contract execution. 4.2 A Bidder, and all partners constituting the Bidder, shall have the nationality of an eligible country, in accordance with Section 5 (Eligible Countries). A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, incorporated, or registered, and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract, including related services. 4.3 A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to be in a conflict of interest with one or more parties in this bidding process if any of, including but not limited to, the following apply: (a) they have controlling shareholders in common; or (b) they receive or have received any direct or indirect subsidy from any of them; or (c) they have the same legal representative for purposes of this bid; or (d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to material information about or improperly influence the bid of another Bidder, or influence the decisions of the Employer regarding this bidding process; or (e) a Bidder participates in more than one bid in this bidding process, either individually or as a partner in a joint venture, except for alternative offers permitted under ITB 13. This will result in the disqualification of all Bids in which it is involved. However, subject to any finding of a conflict of interest in terms of ITB 4.3 (a) - (d) above, this does not limit the participation of a Bidder as a subcontractor in another Bid or of a firm as a subcontractor in more than one Bid; or (f) a Bidder or any affiliated entity, participated as a consultant in the preparation of the design or technical specifications of the plant and services that are the subject of the Bid; or (g) a Bidder was affiliated with a firm or entity that has been hired (or is proposed to be hired) by the Employer or Borrower as Project Manager for the Contract. 4.4 A firm shall not be eligible to participate in any procurement activities under an ADB-financed, administered, or supported project while under temporary suspension or debarment by ADB pursuant to its Anticorruption Policy (see ITB 3), whether such debarment was directly imposed by ADB, or enforced by ADB pursuant to the Agreement for Mutual Enforcement of Debarment Decisions. A bid from a temporary Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

22 1-6 Section 1 - Instructions to Bidders suspended or debarred firm will be rejected. 4.5 Government-owned enterprises in the Borrower s country shall be eligible only if they can establish that they (i) are legally and financially autonomous, (ii) operate under commercial law, and (iii) are not dependent agencies of the Employer. 4.6 Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request. 4.7 Firms shall be excluded if by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower s country prohibits any import of goods or contracting of works or services from that country or any payments to persons or entities in that country. 4.8 In case a prequalification process has been conducted prior to the bidding process, this bidding is open only to prequalified Bidders. 5. Eligible Plant and Services 5.1 The plant and services to be supplied under the Contract shall have their origin in eligible source countries as defined in ITB 4.2 and all expenditures under the Contract will be limited to such plant and services. 5.2 For purposes of ITB 5.1 above, origin means the place where the plant, or component parts thereof are mined, grown, produced, or manufactured, and from which the services are provided. Plant components are produced when, through manufacturing, processing, or substantial or major assembling of components, a commercially recognized product results that is substantially in its basic characteristics or in purpose or utility from its components. 6. Sections of Bidding Document B. Contents of Bidding Document 6.1 The Bidding Document consists of Parts I, II, and III, which include all the sections indicated below, and should be read in conjunction with any addenda issued in accordance with ITB 8. PART I Bidding Procedures Section 1 - Instructions to Bidders (ITB) Section 2 - Bid Data Sheet (BDS) Section 3 - Evaluation and Qualification Criteria (EQC) Section 4 - Bidding Forms (BDF) Section 5 - Eligible Countries (ELC) PART II Requirements Section 6 - Employer s Requirements (ERQ) PART III Conditions of Contract and Contract Forms Section 7 - General Conditions of Contract (GCC) Section 8 - Special Conditions of Contract (SCC) Section 9 - Contract Forms (COF) 6.2 The Invitation for Bids (IFB) issued by the Employer is not part of the Bidding Document. 6.3 The Employer is not responsible for the completeness of the Bidding Document and its addenda, if they were not obtained directly from the Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal.

23 Section 1 - Instructions to Bidders 1-7 source stated by the Employer in the IFB. 6.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Document. Failure to furnish all information or documentation required by the Bidding Document may result in the rejection of the Bid. 7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting 7.1 A prospective Bidder requiring any clarification on the Bidding Document shall contact the Employer in writing at the Employer s address indicated in the BDS, or raise his enquiries during the pre-bid meeting if provided for in accordance with ITB 7.4. The Employer will respond to any request for clarification, provided that such request is received no later than 21 days prior to the deadline for submission of bids. The Employer s response shall be in writing with copies to all Bidders who have acquired the Bidding Document in accordance with ITB 6.3, including a description of the inquiry but without identifying its source. Should the Employer deem it necessary to amend the Bidding Document as a result of a request for clarification, it shall do so following the procedure under ITB 8 and ITB The Bidder is advised to visit and examine the site where the plant is to be installed and its surroundings and obtain for itself on its own responsibility all information that may be necessary for preparing the Bid and entering into a contract for the provision of plant and services. The costs of visiting the site shall be at the Bidder s own expense. 7.3 The Bidder and any of its personnel or agents will be granted permission by the Employer to enter its premises and lands for the purpose of such visit, but only upon the express condition that the Bidder, its personnel, and agents, will release and indemnify the Employer and its personnel and agents from and against all liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the inspection. 7.4 The Bidder s designated representative is invited to attend a pre-bid meeting, if provided for in the BDS. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage. 7.5 The Bidder is requested to submit any questions in writing, to reach the Employer not later than 1 week before the pre-bid meeting. 7.6 Minutes of the pre-bid meeting, including the text of the questions raised, without identifying the source, and the responses given, together with any responses prepared after the meeting, will be transmitted promptly to all Bidders who have acquired the Bidding Document in accordance with ITB 6.3. Any modification to the Bidding Document that may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an addendum pursuant to ITB 8 and not through the minutes of the pre-bid meeting. 7.7 Nonattendance at the pre-bid meeting will not be a cause for disqualification of a Bidder. Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

24 1-8 Section 1 - Instructions to Bidders 8. Amendment of Bidding Document 8.1 At any time prior to the deadline for submission of Bids, the Employer may amend the Bidding Document by issuing addenda. 8.2 Any addendum issued shall be part of the Bidding Document and shall be communicated in writing to all who have obtained the Bidding Document from the Employer in accordance with ITB To give prospective Bidders reasonable time in which to take an addendum into account in preparing their Bids, the Employer may, at its discretion, extend the deadline for the submission of Bids, pursuant to ITB 24.2 C. Preparation of Bids 9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Employer shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Employer, shall be written in the English language. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages into the English language, in which case, for purposes of interpretation of the Bid, such translation shall govern. 11. Documents Comprising the Bid 11.1 The Bid submitted by the Bidder shall comprise the following: (a) Letter of Bid; (b) completed schedules as required, including Price Schedules, in accordance with ITB 12 and ITB 18; (c) Bid Security or Bid-Securing Declaration, in accordance with ITB 21; (d) alternative Bids, if permissible, in accordance with ITB 13; (e) written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB 22.2; (f) documentary evidence in accordance with ITB 14.1, that the plant and services offered by the Bidder in its Bid or in any alternative bid, if permitted, are eligible; (g) documentary evidence in accordance with ITB 15, the Bidder s eligibility and qualifications to perform the contract if its Bid is accepted; (h) Technical Proposal in accordance with ITB 17. (i) documentary evidence in accordance with ITB 16, that the plant and services offered by the Bidder conform to the Bidding Document; (j) list of subcontractors, in accordance with ITB 17.2; and (k) any other document required in the BDS In addition to the requirements under ITB 11.1, Bids submitted by a Joint Venture shall include a copy of the Joint Venture Agreement entered into Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal.

25 Section 1 - Instructions to Bidders 1-9 by all partners. Alternatively, a Letter of Intent to execute a Joint Venture Agreement in the event of a successful Bid shall be signed by all partners and submitted with the Bid, together with a copy of the proposed agreement. 12. Letter of Bid and Schedules 12.1 The Bidder shall complete the Letter of Bid, including the appropriate Price Schedules, using the relevant forms furnished in Section 4 (Bidding Forms). The forms must be completed as instructed in each form and as required in the BDS. 13. Alternative Bids 13.1 The BDS indicates whether alternative Bids are allowed. If they are allowed, the BDS will also indicate whether they are permitted in accordance with ITB 13.3, or invited in accordance with ITB13.2 and/or ITB When alternatives to the Time Schedule are explicitly invited, a statement to that effect will be included in the BDS, and the method of evaluating different time schedules will be described in Section 3 (Evaluation and Qualification Criteria) Except as provided under ITB 13.4 below, Bidders wishing to offer technical alternatives to the Employer s requirements as described in the Bidding Document must also provide (i) a price at which they are prepared to offer a plant meeting the Employer s requirements; and (ii) all information necessary for a complete evaluation of the alternatives by the Employer, including drawings, design calculations, technical specifications, breakdown of prices, and proposed installation methodology and other relevant details. Only the technical alternatives, if any, of the lowest evaluated Bidder conforming to the basic technical requirements shall be considered by the Employer When Bidders are invited in the BDS to submit alternative technical solutions for specified parts of the facilities, such parts shall be described in Section 6 (Employer s Requirements). Technical alternatives for the specific parts of the facilities that comply with the performance and technical criteria specified for the plant and services shall be considered by the Employer on their own merits, pursuant to ITB Documents Establishing the Eligibility of Plant and Services 15. Documents Establishing the Eligibility and Qualifications of the Bidder 14.1 To establish the eligibility of the plant and services in accordance with ITB 5, Bidders shall complete the country of origin declarations in the Price Schedule Forms, included in Section 4 (Bidding Forms) To establish its eligibility and qualifications to perform the Contract in accordance with Section 3 (Evaluation and Qualification Criteria), the Bidder shall provide the information requested in the corresponding information sheets included in Section 4 (Bidding Forms) Domestic Bidders, individually or in joint ventures, applying for eligibility for domestic preference shall supply all information required to satisfy the criteria for eligibility as described in ITB Documents Establishing Conformity of 16.1 The documentary evidence of the conformity of the plant and services to the Bidding Document may be in the form of literature, drawings, and data, and shall furnish: Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

26 1-10 Section 1 - Instructions to Bidders the Plant and Services 17. Technical Proposal, Subcontractors (a) a detailed description of the essential technical and performance characteristics of the plant and services, including the functional guarantees of the proposed plant and services, in response to the specification; (b) a list giving full particulars, including available sources, of all spare parts and special tools necessary for the proper and continuing functioning of the plant for the period named in the BDS, following completion of plant and services in accordance with provisions of the contract; and (c) a commentary on the Employer s Specifications and adequate evidence demonstrating the substantial responsiveness of the plant and services to those specifications. Bidders shall note that standards for workmanship, materials, and equipment designated by the Employer in the Bidding Document are intended to be descriptive (establishing standards of quality and performance) only and not restrictive. The Bidder may substitute alternative standards, brand names, and/or catalog numbers in its Bid, provided that it demonstrates to the Employer s satisfaction that the substitutions are substantially equivalent or superior to the standards designated in the Specifications The Bidder shall furnish a Technical Proposal including a statement of work methods, equipment, personnel, schedule, and any other information as stipulated in Section 4 (Bidding Forms), in sufficient detail to demonstrate the adequacy of the Bidders proposal to meet the work requirements and the completion time For major items of plant and services as listed by the Employer in Criterion 2.5 of Section 3 (Evaluation and Qualification Criteria), which the Bidder intends to purchase or subcontract, the Bidder shall give details of the name and nationality of the proposed Subcontractors, including Manufacturers, for each of those items. In addition, the Bidder shall include in its Bid information establishing compliance with the requirements specified by the Employer for these items. Bidders are free to list more than one Subcontractor against each item of the plant and services. Quoted rates and prices will be deemed to apply to whichever Subcontractor is appointed, and no adjustment of the rates and prices will be permitted The Bidder shall be responsible for ensuring that any Subcontractor proposed complies with the requirements of ITB 4, and that any plant, or services to be provided by the Subcontractor comply with the requirements of ITB 5 and ITB Bid Prices and Discounts 18.1 Unless otherwise specified in the BDS and/or Section 6 (Employer s Requirements), Bidders shall quote for the entire plant and services on a single responsibility basis such that the total Bid price covers all the Contractor s obligations mentioned in or to be reasonably inferred from the Bidding Document in respect of the design, manufacture, including procurement and subcontracting (if any), delivery, construction, installation, and completion of the plant. This includes all requirements under the Contractor s responsibilities for testing, pre-commissioning and commissioning of the plant and, where so required by the Bidding Document, the acquisition of all permits, approvals, and licenses, etc.; the operation, maintenance, and training services and such other items and services as may be specified in the Bidding Document, all in accordance Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal.

27 Section 1 - Instructions to Bidders 1-11 with the requirements of the General Conditions. Items against which no price is entered by the Bidder will not be paid for by the Employer when executed and shall be deemed to be covered by the prices for other items Bidders are required to quote the price for the commercial, contractual, and technical obligations outlined in the Bidding Document Bidders shall give a breakdown of the prices in the manner and detail called for in the Price Schedules included in Section 4 (Bidding Forms). Where no different Price Schedules are included in the Bidding Document, Bidders shall present their prices in the following manner: Separate numbered Schedules included in Section 4 (Bidding Forms) shall be used for each of the following elements. The total amount from each Schedule (Nos. 1 to 4) shall be summarized in a Grand Summary (Schedule No. 5) giving the total bid price(s) to be entered in the Letter of Bid. Absence of the total bid price in the Letter of Bid may result in the rejection of the Bid. Schedule No. 1: Plant and Mandatory Spare Parts Supplied from Abroad Schedule No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer s Country Schedule No. 3: Design Services Schedule No. 4: Installation and Other Services Schedule No. 5 Grand Summary (Schedule Nos. 1 to 4) Schedule No. 6: Recommended Spare Parts Bidders shall note that the plant and mandatory spare parts included in Schedule Nos. 1 and 2 above exclude materials used for civil, building, and other construction works. All such materials shall be included and priced under Schedule No. 4, Installation and Other Services In the Schedules, Bidders shall give the required details and a breakdown of their prices as follows: (a) Plant to be Supplied from Abroad (Schedule No. 1): (i) the price of the plant shall be quoted carriage and insurance paid (CIP)-named place of destination basis specified in the BDS; (ii) all customs duties and other taxes paid or payable in the Employer s country on the plant if the contract is awarded to the Bidder; and (iii) the total price for the plant (b) Plant Supplied from Within the Employer s Country (Schedule No. 2): (i) the price of the plant shall be quoted on an EXW Incoterm basis (ex works, ex factory, ex warehouse, ex showroom, as applicable), including all customs duties and sales and other taxes already paid or payable on the components and raw material used in the manufacture or assembly of plant quoted ex works or ex factory, or on the previously imported plant of foreign origin quoted ex warehouse, ex showroom; (ii) sales tax and other taxes payable in the Employer s country on Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

28 1-12 Section 1 - Instructions to Bidders the plant if the contract is awarded to the Bidder; and (iii) the total price for the plant. (c) Design Services. (Schedule No. 3). Rates or prices shall include all taxes, duties, levies, and charges payable in the Employerʼs country as of 28 days prior to the deadline for submission of Bids. (d) Installation and Other Services (Schedule No. 4) shall be quoted separately and shall include rates or prices for local transportation, insurance, and other services incidental to delivery of the plant, all labor, contractor s equipment, temporary works, materials, consumables, and all matters and things of whatsoever nature, including operations and maintenance services, the provision of operations and maintenance manuals, training, etc., where identified in the Bidding Document, as necessary for the proper execution of the installation and other services, including all taxes, duties, levies and charges payable in the Employer s country as of 28 days prior to the deadline for submission of bids. (e) Recommended spare parts (Schedule No. 6) shall be quoted separately as specified in either subparagraph (a) or (b) above in accordance with the origin of the spare parts The current edition of Incoterms, published by the International Chamber of Commerce shall govern The prices shall be either fixed or adjustable as specified in the BDS. (a) In the case of Fixed Price, prices quoted by the Bidder shall be fixed during the Bidder s performance of the contract and not subject to variation on any account. A Bid submitted with an adjustable price quotation will be treated as nonresponsive and rejected. (b) In the case of Adjustable Price, prices quoted by the Bidder shall be subject to adjustment during performance of the contract to reflect changes in the cost elements such as labor, material, transport and contractor s equipment in accordance with the procedures specified in the corresponding appendix to the Contract Agreement. A Bid submitted with a fixed price quotation will not be rejected, but the price adjustment will be treated as zero. Bidders are required to indicate the source of labor and material indexes in the corresponding Form in Section 4 (Bidding Forms) If so indicated in BDS 1.1, Bids are being invited for individual lots (contracts) or for any combination of lots (packages). Bidders wishing to offer any price reduction (discount) for the award of more than one contract shall specify in their Letter of Bid the price reductions applicable to each package, or alternatively, to individual contracts within the package, and the manner in which the price reductions will apply. 19. Currencies of Bid and Payment 20. Period of Validity of Bids 19.1 The currency(ies) of the bid shall be, as specified in the BDS Bidders may be required by the Employer to justify, to the Employerʼs satisfaction, their local and foreign currency requirements Bids shall remain valid for the period specified in the BDS after the bid submission deadline date prescribed by the Employer. A bid valid for a Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal.

29 Section 1 - Instructions to Bidders 1-13 shorter period shall be rejected by the Employer as non-responsive In exceptional circumstances, prior to the expiration of the bid validity period, the Employer may request Bidders to extend the period of validity of their Bids. The request and the responses shall be made in writing. If a bid security is requested in accordance with ITB 21, it shall also be extended 28 days beyond the deadline of the extended bid validity period. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request shall not be required or permitted to modify its Bid. 21. Bid Security/Bid Securing Declaration 21.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part of its Bid, in original form, either a Bid-Securing Declaration or a bid security as specified in the BDS. In the case of a bid security, the amount and currency shall be as specified in the BDS If a Bid-Securing Declaration is required pursuant to ITB 21.1, it shall use the form included in Section 4 (Bidding Forms). The Employer will declare a Bidder ineligible to be awarded a Contract for a specified period of time, as indicated in the BDS, if a Bid-Securing Declaration is executed If a bid security is specified pursuant to ITB 21.1, bid security shall be, at the Bidder s option, in any of the following forms: (a) an unconditional bank guarantee, (b) an irrevocable letter of credit, or (c) a cashier s or certified check. all from a reputable source from an eligible country as described in Section 5 (Eligible Countries). In the case of a bank guarantee, the bid security shall be submitted using either the Bid Security Form included in Section 4 (Bidding Forms) or another form acceptable to the Employer. The form must include the complete name of the Bidder. The bid security shall be valid for 28 days beyond the original validity period of the Bid, or beyond any period of extension if requested under ITB Unless otherwise specified in the BDS, any Bid not accompanied by a substantially compliant bid security or Bid-Securing Declaration, if one is required in accordance with ITB 21.1, shall be rejected by the Employer as non-responsive If a bid security is specified pursuant to ITB 21.1, the bid security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder s furnishing of the performance security pursuant to ITB If a bid security is specified pursuant to ITB 21.1, the bid security of the successful Bidder shall be returned as promptly as possible once the successful Bidder has signed the Contract and furnished the required performance security The bid security may be forfeited or the Bid-Securing Declaration executed: (a) if a Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the Letter of Bid, except as provided in ITB 20.2, or Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

30 1-14 Section 1 - Instructions to Bidders (b) if the successful Bidder fails to (i) sign the Contract in accordance with ITB 42, or (ii) furnish a performance security in accordance with ITB 43, or (iii) accept the arithmetical corrections of its Bid in accordance with ITB The bid security or the Bid-Securing Declaration of a Joint Venture shall be in the name of the Joint Venture that submits the bid. If the Joint Venture has not been legally constituted at the time of bidding, the bid security or the Bid-Securing Declaration shall be in the names of all future partners as named in the letter of intent referred to in ITB Format and Signing of Bid 22.1 The Bidder shall prepare one original set of the documents comprising the Bid as described in ITB 11 and clearly mark it ORIGINAL. Alternative Bids, if permitted in accordance with ITB 13, shall be clearly marked ALTERNATIVE. In addition, the Bidder shall submit copies of the Bid, in the number specified in the BDS and clearly mark them COPY. In the event of any discrepancy between the original and the copies, the original shall prevail The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder. This authorization shall consist of a written confirmation as specified in the BDS and shall be attached to the Bid. The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the bid, except for unamended printed literature, shall be signed or initialed by the person signing the Bid. If a Bidder submits a deficient authorization, the Bid shall not be rejected in the first instance. The Employer shall request the Bidder to submit an acceptable authorization within the number of days as specified in the BDS. Failure to provide an acceptable authorization within the prescribed period of receiving such a request shall cause the rejection of the Bid A Bid submitted by a Joint Venture shall be signed so as to be legally binding on all partners Any amendments such as interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the person signing the Bid. D. Submission and Opening of Bids 23. Submission, Sealing and Marking of Bids 23.1 Bidders may always submit their Bids by mail or by hand. When so specified in the BDS, Bidders shall have the option of submitting their Bids electronically. Procedures for submission, sealing and marking are as follows: (a) Bidders submitting Bids by mail or by hand shall enclose the original and each copy of the Bid, including alternative Bids, if permitted in accordance with ITB 13, in separate sealed envelopes, duly marking the envelopes as ORIGINAL, ALTERNATIVE, and COPY. These envelopes containing the original and the copies shall then be enclosed in one single envelope. The rest of the procedure shall be in accordance with ITB 23.2 and ITB (b) Bidders submitting Bids electronically shall follow the electronic bid Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal.

31 Section 1 - Instructions to Bidders 1-15 submission procedures specified in the BDS The inner and outer envelopes shall (a) bear the name and address of the Bidder, (b) be addressed to the Employer in accordance with ITB 24.1, (c) bear the specific identification of this bidding process indicated in the BDS 1.1, and (d) bear a warning not to open before the time and date for bid opening If all envelopes are not sealed and marked as required, the Employer will assume no responsibility for the misplacement or premature opening of the Bid. 24. Deadline for Submission of Bids 24.1 Bids must be received by the Employer at the address and no later than the date and time indicated in the BDS The Employer may, at its discretion, extend the deadline for the submission of bids by amending the Bidding Document in accordance with ITB 8, in which case all rights and obligations of the Employer and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 25. Late Bids 25.1 The Employer shall not consider any Bid that arrives after the deadline for submission of Bids, in accordance with ITB 24. Any Bid received by the Employer after the deadline for submission of Bids shall be declared late, rejected, and returned unopened to the Bidder. 26. Withdrawal, Substitution, and Modification of Bids 26.1 A Bidder may withdraw, substitute, or modify its Bid after it has been submitted by sending a written notice, duly signed by an authorized representative, and shall include a copy of the authorization in accordance with ITB 22.2, (except that withdrawal notices do not require copies). The corresponding substitution or modification of the Bid must accompany the respective written notice. All notices must be: (a) prepared and submitted in accordance with ITB 22 and ITB 23 (except that withdrawal notices do not require copies), and in addition, the respective envelopes shall be clearly marked Withdrawal, Substitution, Modification; and (b) received by the Employer prior to the deadline prescribed for submission of Bids, in accordance with ITB Bids requested to be withdrawn in accordance with ITB 26.1 shall be returned unopened to the Bidders No Bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of Bids and the expiration of the period of bid validity specified by the Bidder on the Letter of Bid or any extension thereof. 27. Bid Opening 27.1 The Employer shall open the Bids in public at the address, on the date, and time specified in the BDS in the presence of Bidders` designated representatives and anyone who choose to attend. Any specific electronic bid opening procedures required if electronic bidding is permitted in Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

32 1-16 Section 1 - Instructions to Bidders accordance with ITB 23.1, shall be as specified in the BDS First, envelopes marked WITHDRAWAL shall be opened and read out and the envelope with the corresponding Bid shall not be opened, but returned to the Bidder. No bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is read out at bid opening. Next, envelopes marked SUBSTITUTION shall be opened and read out and exchanged with the corresponding Bid being substituted, and the substituted Bid shall not be opened, but returned to the Bidder. No bid substitution shall be permitted unless the corresponding substitution notice contains a valid authorization to request the substitution and is read out at bid opening. Envelopes marked MODIFICATION shall be opened and read out with the corresponding Bid. No bid modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and is read out at bid opening. Only envelopes that are opened and read out at bid opening shall be considered further All other envelopes shall be opened one at a time, reading out the name of the Bidder and whether there is a modification; the Bid Price(s), including any discounts and alternative Bids; the presence of a bid security, or a Bid- Securing Declaration, if required; and any other details as the Employer may consider appropriate. Only discounts and alternative Bids read out at bid opening shall be considered for evaluation. Unless otherwise specified in the BDS, all pages of the Letter of Bid and Price Schedules are to be initialed by at least three representatives of the Employer attending the bid opening. No Bid shall be rejected at bid opening except for late Bids, in accordance with ITB The Employer shall prepare a record of the bid opening that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, or modification; the Bid Price, per lot if applicable, including any discounts and alternative Bids; and the presence or absence of a bid security or a Bid-Securing Declaration, if one was required. The Bidders representatives who are present shall be requested to sign the record. The omission of a Bidder s signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders who submitted Bids on time, and posted online when electronic bidding is permitted. E. Evaluation and Comparison of Bids 28. Confidentiality 28.1 Information relating to the evaluation of Bids and recommendation of contract award shall not be disclosed to Bidders or any other persons not officially concerned with such process until information on the Contract award is communicated to all Bidders Any attempt by a Bidder to influence the Employer in the evaluation of the Bids or Contract award decisions may result in the rejection of its Bid Notwithstanding ITB 28.2, from the time of bid opening to the time of Contract award, if any Bidder wishes to contact the Employer on any matter related to the bidding process, it should do so in writing. Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal.

33 Section 1 - Instructions to Bidders Clarification of Bids 29.1 To assist in the examination, evaluation, and comparison of the Bids, and qualification of the Bidders, the Employer may, at its discretion, ask any Bidder for a clarification of its Bid. Any clarification submitted by a Bidder that is not in response to a request by the Employer shall not be considered. The Employer s request for clarification and the response shall be in writing. No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the Bids, in accordance with ITB If a Bidder does not provide clarifications of its Bid by the date and time set in the Employer s request for clarification, its Bid may be rejected. 30. Deviations, Reservations, and Omissions 31. Determination of Responsiveness 30.1 During the evaluation of Bids, the following definitions apply: (a) Deviation is a departure from the requirements specified in the Bidding Document; (b) Reservation is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Bidding Document; and (c) Omission is the failure to submit part or all of the information or documentation required in the Bidding Document The Employer s determination of a bid s responsiveness is to be based on the contents of the Bid itself, as defined in ITB A substantially responsive Bid is one that meets the requirements of the Bidding Document without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that, (a) if accepted, would: (i) affect in any substantial way the scope, quality, or performance of the plant and services specified in the Contract; or (ii) limit in any substantial way, inconsistent with the Bidding Document, the Employer s rights or the Bidder s obligations under the proposed Contract; or (b) if rectified, would unfairly affect the competitive position of other Bidders presenting substantially responsive Bids The Employer shall examine the technical aspects of the Bid submitted in accordance with ITB 17, Technical Proposal, in particular, to confirm that all requirements of Section 6 (Employer s Requirements) have been met without any material deviation, reservation, or omission If a Bid is not substantially responsive to the requirements of the Bidding Document, it shall be rejected by the Employer and may not subsequently be made responsive by correction of the material deviation, reservation, or omission. 32. Nonmaterial Nonconformities 32.1 Provided that a Bid is substantially responsive, the Employer may waive any nonconformities in the Bid that do not constitute a material deviation, reservation, or omission. Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

34 1-18 Section 1 - Instructions to Bidders 32.2 Provided that a Bid is substantially responsive, the Employer may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities in the Bid related to documentation requirements. Requesting information or documentation on such nonconformities shall not be related to any aspect of the price of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid Provided that a bid is substantially responsive, the Employer shall rectify quantifiable nonmaterial nonconformities related to the Bid Price. To this effect, the Bid Price shall be adjusted, for comparison purposes only, to reflect the price of a missing or nonconforming item or component. The adjustment shall be made using the method indicated in Section 3 (Evaluation and Qualification Criteria). 33. Correction of Arithmetical Errors 33.1 Provided that the Bid is substantially responsive, the Employer shall correct arithmetical errors on the following basis: (a) where there are errors between the total of the amounts given under the column for the price breakdown and the amount given under the Total Price, the amounts given under the column for the price breakdown shall prevail and the Total Price will be corrected accordingly; (b) where there are errors between the total of the amounts of Schedule Nos. 1 to 4 and the amount given in Schedule No. 5 (Grand Summary), the total of the amounts of Schedule Nos. 1 to 4 shall prevail and the Schedule No. 5 (Grand Summary) will be corrected accordingly; (c) if there is a discrepancy between the grand total price given in Schedule No. 5 (Grand Summary) and the bid amount in item (c) of the Letter of Bid, the grand total price given in Schedule No. 5 (Grand Summary) will prevail and the bid amount in item (c) of the Letter of Bid will be corrected; and (d) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetical error, in which case the amount in figures shall prevail subject to (a), (b), and (c) above If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid shall be disqualified and its bid security may be forfeited, or its Bid-Securing Declaration executed. 34. Conversion to Single Currency 35. Margin of Preference 36. Evaluation of Bids 34.1 For evaluation and comparison purposes, the currency(ies) of the Bid shall be converted into a single currency as specified in the BDS Unless otherwise specified in the BDS, a margin of preference shall not apply The Employer shall use the criteria and methodologies indicated in this clause. No other evaluation criteria or methodologies shall be permitted. Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal.

35 Section 1 - Instructions to Bidders Technical Evaluation The Employer will carry out a detailed technical evaluation of the Bids not previously rejected as being substantially nonresponsive, to determine whether the technical aspects are in compliance with the Bidding Document. The Bid that does not meet required minimum acceptable standards of completeness, consistency and detail, and the specified minimum and/or maximum requirements for specified functional guarantees will be treated as nonresponsive and hence rejected. To reach such a determination, the Employer will examine and compare the technical aspects of the bids on the basis of the information supplied by the Bidders, taking into account the following: (a) overall completeness and compliance with the Employer s Requirements; deviations from the Employer s Requirements; conformity of the plant and services offered with specified performance criteria; suitability of the plant and services offered in relation to the environmental and climatic conditions prevailing at the site; and quality, function and operation of any process control concept included in the Bid. The Bid that does not meet minimum and/or maximum acceptable standards of completeness, consistency and detail will be rejected for nonresponsiveness; (b) type, quantity, and long-term availability of mandatory and recommended spare parts and maintenance services; and (c) other relevant factors, if any, listed in Section 3 (Evaluation and Qualification Criteria) Where alternative technical solutions have been allowed in accordance with ITB 13, and offered by the Bidder, the Employer will make a similar evaluation of the alternatives. Where alternatives have not been allowed but have been offered, they shall be ignored Economic Evaluation I. To evaluate a Bid, the Employer shall consider the following: (a) the bid price, excluding provisional sums and the provision, if any, for contingencies in the Price Schedules; (b) price adjustment for correction of arithmetical errors in accordance with ITB 33.1; (c) price adjustment due to discounts offered in accordance with ITB 18.7; (d) price adjustment due to quantifiable nonmaterial nonconformities in accordance with ITB 32.3; (e) converting the amount resulting from applying (a) to (c) above, if relevant, to a single currency in accordance with ITB 34; and (f) the evaluation factors indicated in Section 3 (Evaluation and Qualification Criteria). II. The Employer s evaluation of a Bid will exclude and not take into account: (a) in the case of Plant and Mandatory Spare Parts (Schedule No. 1) Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

36 1-20 Section 1 - Instructions to Bidders supplied from abroad, all taxes and duties, applicable in the Employer s country and payable on the Plant and Mandatory Spare Parts if the Contract is awarded to the Bidder; and (b) in the case of Plant and Mandatory Spare Parts (Schedule No. 2) supplied from within the Employer s country, sales and other taxes, applicable in the Employer s country and payable on the Plant and Mandatory Spare Parts if the Contract is awarded to the Bidder If price adjustment is allowed in accordance with ITB 18.6, the estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period of execution of the Contract, shall not be taken into account in bid evaluation If this Bidding Document allows Bidders to quote separate prices for different lots (contracts), and the award to a single Bidder of multiple lots (contracts), the methodology to determine the lowest evaluated price of the lot (contract) combinations, including any discounts offered in the Letter of Bid, is specified in Section 3 (Evaluation and Qualification Criteria) If the Bid, which results in the lowest Evaluated Bid Price, is seriously unbalanced or front loaded in the opinion of the Employer, the Employer may require the Bidder to produce detailed price analyses for any or all items of the Price Schedules, to demonstrate the internal consistency of those prices with the methods and time schedule proposed. After evaluation of the price analyses, taking into consideration the terms of payments, the Employer may require that the amount of the performance security be increased at the expense of the Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract. 37. Comparison of Bids 38. Eligibility and Qualification of the Bidder 37.1 The Employer shall compare all substantially responsive Bids to determine the lowest evaluated Bid, in accordance with ITB The Employer shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated and substantially responsive Bid is eligible and meets the qualifying criteria specified in Section 3 (Evaluation and Qualification Criteria) The determination shall be based upon an examination of the documentary evidence of the Bidder s qualifications submitted by the Bidder, pursuant to ITB An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in disqualification of the Bid, in which event the Employer shall proceed to the next lowest evaluated Bid to make a similar determination of that Bidder s qualifications to perform satisfactorily The capabilities of the manufacturers and subcontractors proposed in its Bid for the major items of plant and services to be used by the lowest evaluated Bidder will also be evaluated for acceptability in accordance with Section 3 (Evaluation and Qualification Criteria). Their participation should be confirmed with a letter of intent between the parties, as Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal.

37 Section 1 - Instructions to Bidders 1-21 needed. Should a manufacturer or subcontractor be determined to be unacceptable, the Bid will not be rejected, but the Bidder will be required to propose, without changing its bid price, an acceptable substitute manufacturer or subcontractor meeting the minimum technical specifications stated in Section 6 (Employer s Requirements). If a Bidder does not provide an acceptable substitute manufacturer or subcontractor by the date and time set in the Employerʼs request for substitution of manufacturer or subcontractor, its Bid may be rejected Prior to signing the Contract, the corresponding Appendix to the Contract Agreement shall be completed, listing the approved manufacturers or subcontractors for each item concerned. 39. Employer s Right to Accept Any Bid, and to Reject Any or All Bids 39.1 The Employer reserves the right to accept or reject any Bid, and to annul the bidding process and reject all Bids at any time prior to contract award, without thereby incurring any liability to Bidders. In case of annulment, all Bids submitted and specifically, bid securities, shall be promptly returned to the Bidders. F. Award of Contract 40. Award Criteria 40.1 The Employer shall award the Contract to the Bidder whose offer has been determined to be the lowest evaluated Bid and is substantially responsive to the Bidding Document, provided further that the Bidder is determined to be eligible and qualified to perform the Contract satisfactorily. 41. Notification of Award 41.1 Prior to the expiration of the period of bid validity, the Employer shall notify the successful Bidder, in writing, that its Bid has been accepted At the same time, the Employer shall also notify all other Bidders of the results of the bidding. The Employer will publish in an English language newspaper or well-known freely accessible website the results identifying the Bid and lot numbers, and the following information: (i) name of each Bidder who submitted a Bid; (ii) bid prices as read out at bid opening; (iii) name and evaluated prices of each bid that was evaluated; (iv) name of Bidders whose Bids were rejected and the reasons for their rejection; and (v) name of the winning Bidder, and the price it offered, as well as the duration and summary scope of the contract awarded. After publication of award, unsuccessful Bidders may request in writing to the Employer for a debriefing seeking explanations on the grounds on which their Bids were not selected. The Employer shall promptly respond in writing to any unsuccessful Bidder who, after publication of contract award, request for a debriefing Until a formal contract is prepared and executed, the notification of award shall constitute a binding Contract. 42. Signing of Contract 42.1 Promptly after notification, the Employer shall send the successful Bidder the Contract Agreement Within 28 days of receipt of the Contract Agreement, the successful Bidder shall sign, date, and return it to the Employer. 43. Performance 43.1 Within 28 days of the receipt of notification of award from the Employer, the successful Bidder shall furnish the performance security in accordance with Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

38 1-22 Section 1 - Instructions to Bidders Security the Conditions of Contract, subject to ITB 36.7, using for that purpose the Performance Security Form included in Section 9 (Contract Forms), or another form acceptable to the Employer Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security or execution of the Bid-Securing Declaration. In that event, the Employer may award the Contract to the next lowest evaluated Bidder whose offer is substantially responsive and is determined by the Employer to be qualified to perform the Contract satisfactorily. Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal.

39 Section 2 - Bid Data Sheet 2-1 Section 2 - Bid Data Sheet This section consists of provisions that are specific to each procurement and supplement the information or requirements included in Section 1 (Instructions to Bidders). A. Introduction ITB 1.1 The number of the Invitation for Bids is : W-ICB-03/PPUC 2016 The Employer is: Palau Public Utilities Corporation (PPUC) The name of the international competitive bidding (ICB) is: "Sewage Treatment Plant Upgrade in Malakal" The identification number of the ICB is: PAL 3060/61-KASP-Works ICB-03 The number and identification of lots (contracts) comprising this ICB is: Two (2) including: Lot 1 - Design, Supply and Install Sewage Treatment Plant Upgrade in Malakal Lot 2 - Manage Operation of the Malakal Sewage Treatment Plant for 5 years following commissioning. ITB 2.1 The Borrower is: The Republic of Palau The name of the Project is: Koror-Airai Sanitation Project (KASP) B. Bidding Document ITB 7.1 For clarification purposes only, the Employer s address is: Attention: Ms Dee Lola Reklai Street Address: Project Management Unit (PMU) Palau Public Utilities Corporation (PPUC) Water and Wastewater Operations PO Box 1372 Koror City: Koror ZIP Code: Country: Republic of Palau Telephone: /3872 Ext 284 Fax number: address: kasp@ppuc.com Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

40 2-2 Section 2 - Bid Data Sheet With a Copy to: Mr. Russel Abrams Street Address: Project Implementation Assistance Consultants (PIAC) Palau Public Utilities Corporation (PPUC) Water and Wastewater Operations PO Box 1372 Kororl City: Koror ZIP Code: Country: Republic of Palau Telephone: Facsimile number: Electronic mail address: rabrams.kasp@ppuc.com Requests for clarification should be received by the Employer no later than: 21 days before Bid Opening. ITB 7.4 A Pre-Bid meeting take place. If a Pre-Bid meeting will take place, date, time and place are as follows: Date: 18 May 2016 Time: 10:00 a.m. (Palau Time) Place: Palau Public Utilities Corporation (PPUC) Water and Wastewater Operations PO Box 10207, Malakal, Koror Republic of Palau A site visit conducted by the Employer will be organized. The site visit will follow right after the Pre-Bid meeting. Bidder is required to notify Ms Dee Lola Reklai by kasp@ppuc.com at least one (1) week prior to the above date regarding their intention to participate in the Pre-Bid meeting and to confirm number of attendees. C. Preparation of Bids ITB 11.1 (l) The Bidder shall submit with its bid the following additional documents: 1. Method Statement 2. Site Organization 3. Mobilization Schedule 4. Construction Schedule 5. Personnel Plan and Project Organization Structure 6. Equipment and Logistics Plan 7. Proposed Traffic Management Plan 8. Personnel Accommodation Management Plan 9. Quality Management Plan. 10. Safety Management Plan 11. Environmental Management Plan 12. WWTP Management and Operation Plan Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

41 Section 2 - Bid Data Sheet 2-3 ITB 12.1 The units and rates in figures entered into the Price Schedules should be typewritten or if written by hand, must be in print form. Price Schedules not presented accordingly may be considered non-responsive. ITB 13.1 Alternative bids are permitted in accordance with ITB 13.3 and ITB 13.2 Alternatives to the Time Schedule shall not be permitted. ITB 13.4 Alternative technical solutions shall be permitted for the following parts of the plant and services: - The entire works within the areas for STP upgrade shown on the drawings - and further detailed in the Specification. If alternative technical solutions are permitted, the evaluation method will be as specified in Section 3 (Evaluation and Qualification Criteria). ITB 16.1 (b) ITB 18.1 ITB 18.3 ITB 18.4(a)(i) The period following completion of plant and services in accordance with provisions of contract shall be 730 calendar days (24 months.) Bidders shall quote for the entire plant and services on a single responsibility basis The following components or services will be provided under the responsibility of the Employer: Operation of the Upgraded Plant following Commissioning In the first paragraph, at the start of the fourth sentence, replace " The total..." with "For Lot 1, the total...". Before the last sentence of the first paragraph, insert "For Lot 2, the total amount of Schedule No. 7 will also be entered in the Letter of Bid." In the last sentence of the first paragraph, after "price" insert "for each lot" After "Schedule No. 6: Recommended Spare Parts", please insert "Schedule No. 7: Management of Operation" The Incoterm for quoting plant to be supplied from abroad is: CIF-Palau ITB 18.6 The prices quoted by the Bidder shall be fixed. ITB 19.1 The currencies of the Bid shall be as follows: (a) (b) (c) (d) The prices shall be quoted either in the currency of the Bidderʼs home country, or in any fully convertible currency of up to three foreign currencies. A Bidder expecting to incur a portion of its expenditures in the performance of the Contract in more than one currency, and wishing to be paid accordingly, shall so indicate in the Schedule of Prices and the Letter of Bid. If some of the contract expenditures related to Design, Installation and Other Services are to be incurred in the Employerʼs country, such expenditures shall be quoted in either foreign and/or local currency, depending upon the currency in which the costs are to be incurred. Bidders may be required by the Employer to clarify their local and foreign Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

42 2-4 Section 2 - Bid Data Sheet currency requirements, and to substantiate that the amounts included in the Price Schedules are reasonable and responsive to ITB 18.1 in which case a detailed breakdown of its foreign currency requirements shall be provided by the Bidder. (e) During the performance of the contract, the foreign currency portions of the outstanding balance of the Contract Price may be adjusted by agreement between the Employer and the Contractor to reflect any changes in foreign currency requirements for the contract. Any such adjustment shall be effected by comparing the amounts quoted in the bid with the amounts already used in the Facilities and the Contractor s future needs for imported items. ITB 20.1 The bid validity period shall be 120 days. ITB 21.1 The Bidder shall furnish a Bid Securing Declaration. ITB 21.2 The ineligibility period will be five (5) years ITB 21.4 Any bid not accompanied by a completed and signed Bid Securing Declaration shall be rejected by the Employer as nonresponsive. However, if a bidder submits a Bid Securing Declaration that deviates in form or period of validity, the Employer shall request the Bidder to submit a compliant Bid Securing Declaration within 14 days of receiving such a request. Failure to provide a compliant Bid Securing Declaration within the prescribed period of receiving such a request shall cause the rejection of the Bid. ITB 22.1 In addition to the original of the bid, the number of copies is: Two (2) Duplicates of the bids in hard copy and one (1) electronic copy in commonly accessible format - (PDF, Word, Excel, etc.) shall be submitted. The electronic copy of the Bill of Quantities & Cost Estimates and Price Bid shall be in Excel format. ITB 22.2 The written confirmation of authorization to sign on behalf of the Bidder shall consist of : (a) Special Power of Attorney or Certified Authorization under oath for Single Proprietorship (b) Board Resolution or Secretary s Certificate, for Corporation For Bids submitted by existing or intended JV, an undertaking signed by all parties stating that all parties shall be jointly and severally liable. A Representative shall be nominated who shall have the authority to conduct all business for and on behalf of any and all the parties of the JV during the bidding process and, in the event the JV is awarded the Contract, during contract execution. ITB 22.2 The Bidder shall submit an acceptable authorization within fourteen (14) days. Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

43 Section 2 - Bid Data Sheet 2-5 D. Submission and Opening of Bids ITB 23.1 Bidders shall not have the option of submitting their bids electronically. ITB 23.1 (b) ITB 24.1 If bidders shall have the option of submitting their bids electronically, the electronic bidding submission procedures shall be. Not Applicable For bid submission purposes only, the Employer s address is Attention: "Tender Box" Street Address: Palau Public Utilities Corporation (PPUC) PO Box 1372 Oldiais Building, Medalaii Floor/Room number: 2nd Floor/Meeting Room City: Koror ZIP Code: Country: Republic of Palau The deadline for bid submission is: Date: 08 June 2016 (Wednesday) Time: 13:00hrs (Palau time) ITB 27.1 The bid opening shall take place at: Street Address: Palau Public Utilities Corporation (PPUC) Water and Wastewater Operations Building - Malakal Floor/Room number: Ground Floor/ PPUC Board Room City: Koror Country: Republic of Palau Date: Wednesday 08 June 2016 Time: 14:00hrs.(Palau time) ITB 27.3 The Letter of Bid and Price Schedules shall be initialed by three (3) representatives of the Employer attending the Bid opening. Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

44 2-6 Section 2 - Bid Data Sheet E. Evaluation, and Comparison of Bids ITB 34.1 The currency that shall be used for bid evaluation and comparison purposes to convert all bid prices expressed in various currencies into a single currency is: United States Dollars (US$) The source of the selling exchange rate shall be: Bank of Hawaii. The date for the selling exchange rate shall be: 28 days prior to the submission of the bids ITB 35.1 A margin of preference shall not apply. Bidding Document for PAL 3060/61-KASP-Works-ICB-03: Sewage Treatment Plant Upgrade in Malakal. Single-Stage: One-Envelope

45 Section 3 - Evaluation and Qualification Criteria 3-1 Section 3 - Evaluation and Qualification Criteria Table of Criteria 1. Evaluation Technical Evaluation Alternative Technical Solutions Economic Evaluation Multiple Contracts Qualification Eligibility Nationality Conflict of Interest ADB Eligibility Government-Owned Enterprise United Nations Eligibility Pending Litigation and Arbitration Pending Litigation and Arbitration Financial Situation Historical Financial Performance Average Annual Turnover Financial Resources Bidder's Experience Contracts of Similar Size and Nature Experience in Key Activities Subcontractors Bidding Document for _ PAL 3060/61-KASP-Works ICB-032: Sewage Treatment Plant Upgrade in Malakal Single-Stage: One-Envelope

46 3-2 Section 3 - Evaluation and Qualification Criteria 1. Evaluation 1.1 Technical Evaluation In addition to the criteria listed in ITB 36.2 (a) (b), other relevant factors are as follows: Evaluation of the Bidder s Technical Proposal will include an assessment of the Bidder s technical capacity to mobilize key equipment and personnel for the contract consistent with its proposal regarding work methods, scheduling, and material sourcing in sufficient detail and fully in accordance with the requirements stipulated in Section 6 (Employer s Requirements). Non-compliance with equipment and personnel requirements described in Section 6 (Employer s Requirements) shall not normally be a ground for bid rejection and such noncompliance will be subject to clarification during bid evaluation and rectification prior to contract award. 1.2 Alternative Technical Solutions Technical alternatives, if permitted under ITB 13.4, will be evaluated as follows: Bidders must respond to the Employer's Requirements for their main bids, providing full information on expected performance. Evaluation of alternatives (if any) will be carried out only for the fully compliant bidder with lowest overall lifecycle cost for the main bid (including operation and maintenance costs as in section 1.3.3). For this bidder, each alternative will be evaluated according to section 1.1 above and the fully compliant alternative bids will be compared on their individual merits at the time of evaluation. 1.3 Economic Evaluation In addition to the criteria listed in ITB 36.4 (a) (e), other relevant factors are as follows: Adjustments in price that result from the procedures outlined below shall be added, for purposes of comparative evaluation only, to arrive at an Evaluated Bid Price. Bid prices quoted by Bidders shall remain unaltered Quantifiable Deviations and Omissions Quantifiable Deviations and Omissions from the contractual obligations: the evaluation shall be based on the evaluated cost of fulfilling the contract in compliance with all contractual obligations under this Bidding Document Time Schedule Time to complete the plant and services from the effective date specified in Article 3 of the Contract Agreement for determining the time for completion of pre-commissioning activities is 620 calendar days. No credit will be given for earlier completion. Bidding Document for PAL 3060/61-KASP-Works ICB-032: Sewage Treatment Plant Upgrade in Malakal

47 Section 3 - Evaluation and Qualification Criteria Operating and Maintenance Costs Since the operating and maintenance (O&M) costs of the facilities being procured form a major part of the life cycle cost of the facilities, these costs will be evaluated according to the principles given hereafter, including the cost of spare parts for the initial period of operation stated below and based on prices furnished by each Bidder in Price Schedule Nos. 1 and 2, as well as on past experience of the Employer or other employers similarly placed. Such costs shall be added to the bid price for evaluation. The price of recommended spare parts quoted in Price Schedule No. 6 shall not be considered for evaluation. Use of unverifiable future O&M cost and consumption figures as a factor in economic evaluation should be avoided. The O&M cost factors for calculating the life cycle cost are as follows: (a) (b) (c) Number of years for life cycle = twenty (20) years Operating costs for twenty (20) years Maintenance costs, including the cost of spare parts for the initial period of operation, (d) A rate of 10% in percentage to be used to discount to present value all annual future costs calculated under (b) and (c) for the period specified in (a). (e) Unit cost of electricity in Koror is US$0.296 per kwh for first 150,000kWh Functional Guarantees of the Facilities The minimum and/or maximum requirements stated in the Specification for functional guarantees required in the Specification are the following: Functional Guarantee [as required in the Specification, e.g., performance, efficiency, consumption, etc.] 1.Effluent Standards for Discharge a) Biological Oxygen Demand - BOD 5 b) Total Suspended Solids -TSS c) Total Nitrogen (TN) d) Total Phosphate (TP) 2.Sludge Solids content in dry season without lime 3.Maximum flow of STP Maximum through flow capacity Maximum flow capacity with bypass 4. Energy usage Minimum and/or Maximum, as appropriate Requirement [as required in the Specification] <30mg/l (50 percentile) <30mg/l (50 percentile) <15mg/l (50 percentile) <15mg/l (50 percentile) >30% dry solids >265 l/sec >363 l/sec <0.176US$ / m3 of ADWF For the purposes of evaluation, for each percentage point in performance or efficiency worse than the norm specified in the Specification but better than the minimum acceptable levels also specified there, an adjustment of US$10,000 will be added to the bid price. Bidding Document for _ PAL 3060/61-KASP-Works ICB-032: Sewage Treatment Plant Upgrade in Malakal Single-Stage: One-Envelope

48 3-4 Section 3 - Evaluation and Qualification Criteria Work, Services, Facilities, etc., to be Provided by the Employer Where bids include the undertaking of work or the provision of services or facilities by the Employer in excess of the provisions allowed for in the Bidding Document, the Employer shall assess the costs of such additional work, services and/or facilities during the duration of the contract. Such costs shall be added to the bid price for evaluation Specific Additional Criteria The following additional criteria will be used in the evaluation: Functional Guarantee [as required in the Specification, e.g., performance, efficiency, consumption, etc.] 1.Effluent Standards for Discharge a) Biological Oxygen Demand - BOD 5 b) Total Suspended Solids -TSS c) Total Nitrogen (TN) d) Total Phosphate (TP) 2.Sludge Solids content in dry season without lime 3.Maximum flow of STP Maximum daily through flow capacity Maximum daily flow capacity with bypass 4. Energy usage Norm, as appropriate Requirement [as required in the Specification] <30mg/l (80 percentile) <30mg/l (80 percentile) <10mg/l (50 percentile) <10mg/l (50 percentile) >40% dry solids >9,540 m 3 /d >13,390 m3/d <0.153US$ / m3 of ADWF Domestic Preference Domestic preference does not apply 1.4 Multiple Contracts Works are grouped in multiple contracts (Lot 1 and Lot 2) and pursuant to ITB 36.6, the Employer will evaluate and compare Bids on the basis of a contract (for Lot 1 only), or a combination of contracts, or as a total of contracts for Lots 1 and 2) to arrive at the least cost combination for the Employer. Bidders must submit technical proposals for and price schedules for both Lots 1 and 2: failure to do so will result in disqualification of the bidder. For Lot 2, the bidder must demonstrate that suitable personnel are available using form PER 2, supported with curriculum vitae and that the operation plan satisfies the Employer's Requirements. Bidding Document for PAL 3060/61-KASP-Works ICB-032: Sewage Treatment Plant Upgrade in Malakal

49 Section 3 - Evaluation and Qualification Criteria Qualification It is the legal entity or entities comprising the Bidder, and not the Bidder s parent companies, subsidiaries, or affiliates, that must satisfy the qualification criteria described below. 2.1 Eligibility Criteria Compliance Requirements Documents Requirement Single Entity All Partners Combined Joint Venture Each Partner One Partner Submission Requirements Nationality Nationality in accordance with ITB Subclause 4.2. must meet requirement must meet requirement must meet requirement not applicable Forms ELI - 1; ELI - 2 with attachments Conflict of Interest No conflicts of interest in accordance with ITB Subclause 4.3. must meet requirement must meet requirement must meet requirement not applicable Letter of Bid ADB Eligibility Not having been declared ineligible by ADB, as described in ITB Subclause 4.4. must meet requirement must meet requirement must meet requirement not applicable Letter of Bid Government-Owned Enterprise Bidder required to meet conditions of ITB Subclause 4.5. must meet requirement must meet requirement must meet requirement not applicable Forms ELI - 1; ELI - 2 with attachments United Nations Eligibility Not having been excluded by an act of compliance with a UN Security Council resolution in accordance with ITB Subclause 4.7. must meet requirement must meet requirement must meet requirement not applicable Letter of Bid Bidding Document for _ PAL 3060/61-KASP-Works ICB-032: Sewage Treatment Plant Upgrade in Malakal Single-Stage: One-Envelope

50 3-6 Section 3 - Evaluation and Qualification Criteria 2.2 Pending Litigation and Arbitration Pending Litigation and Arbitration Criteria Compliance Requirements Documents Requirement All pending litigation and arbitration, if any, shall be treated as resolved against the Bidder and so shall in total not represent more than fifty percent (50%) of the Bidder s net worth calculated as the difference between total assets and total liabilities. Single Entity must meet requirement by itself or as partner to past or existing Joint Venture All Partners Combined not applicable Joint Venture Each Partner must meet requirement by itself or as partner to past or existing Joint Venture One Partner not applicable Submission Requirements Form LIT - 1 Bidding Document for PAL 3060/61-KASP-Works ICB-032: Sewage Treatment Plant Upgrade in Malakal

51 Section 3 - Evaluation and Qualification Criteria Financial Situation Historical Financial Performance Criteria Compliance Requirements Documents Requirement Submission of audited financial statements or, if not required by the law of the Bidder s country, other financial statements acceptable to the Employer, for the last three (3) years to demonstrate the current soundness of the Bidder s financial position. As a minimum, the Bidder s net worth for the last year calculated as the difference between total assets and total liabilities should be positive. Single Entity must meet requirement All Partners Combined not applicable Joint Venture Each Partner must meet requirement One Partner not applicable Submission Requirements Form FIN - 1 with attachments Average Annual Turnover Criteria Compliance Requirements Documents Requirement Minimum average annual turnover of US dollars: Eight million (UD$ 8m) calculated as total certified payments received for contracts in progress or completed, within the last five (5) years. Single Entity must meet requirement All Partners Combined must meet requirement Joint Venture Each Partner must meet 30% of the requirement One Partner must meet 50%. of the requirement Submission Requirements Form FIN - 2 Bidding Document for _ PAL 3060/61-KASP-Works ICB-032: Sewage Treatment Plant Upgrade in Malakal Single-Stage: One-Envelope

52 3-8 Section 3 - Evaluation and Qualification Criteria Financial Resources 1 If the bid evaluation process and the decision for the award of the Contract takes more than one (1) year from the date of bid submission, Bidders shall be asked to resubmit their current contract commitments and latest information on financial resources supported by latest audited accounts / audited financial statements, or if not required by the law of the Bidder s country, other financial statements acceptable to the Employer, and the Bidders financial capacity shall be reassessed on this basis. Criteria Compliance Requirements Documents Requirement The Bidder must demonstrate that it has the financial resources to meet: Single Entity All Partners Combined Joint Venture Each Partner One Partner Submission Requirements (a) its current contract commitments, as defined in FIN-4 (Total Financial Requirements for Current Contract Commitments), plus must meet requirement not applicable must meet requirement for its own contractual commitments not applicable Form FIN - 4 (b) the requirements for the Subject Contract of US dollars Two Million (US$2.0M) must meet requirement must meet requirement must meet 30% (A) must meet 50% (B) Form FIN 3 and Form FIN The employer has the option to move this criterion from Section 3 (Evaluation and Qualification Criteria) to Section 6 (Employer s Requirements), in which case (a) the Employer shall confirm compliance with the financial resources prior to award of contract in accordance with ITB 40.1 Award Criteria; and (b) in place of the Financial Resources criterion, the employer shall require the bidder to submit together with its bid, and for confirmation during bid evaluation, a Letter of Undertaking to comply with the financial resources given in Section 6 prior to award of contract. Bidding Document for PAL 3060/61-KASP-Works ICB-032: Sewage Treatment Plant Upgrade in Malakal

53 Section 3 - Evaluation and Qualification Criteria Bidder s Experience Contracts of Similar Size and Nature Criteria Compliance Requirements Documents Requirement Single Entity All Partners Combined Joint Venture Each Partner One Partner Submission Requirements Participation in at least two contracts that have been successfully or substantially completed within the last five (5) years and that are similar to the proposed contract, where the value of the Bidder s participation exceeds US dollars Six Million Four Hundred Thousand (US$ 6.4M). The similarity of the Bidder s participation shall be based on the physical size, nature of works, complexity, methods, technology or other characteristics as described in Section 6 (Employer s Requirements). must meet requirement must meet requirement as follows: Either one partner must meet requirement Or any two partners must each demonstrate one (1) successfully or substantially completed contract of similar size and nature not applicable not applicable Form EXP Experience in Key Activities (Must be complied with by the Bidder. In case of a Joint Venture Bidder, at least one of the partners must have experience in the key activity. If the activity can be subcontracted, the requirement must be specified in criterion 2.5 of Section 3). Bidders will need to submit a separate list of projects relevant to the requirements. Criteria Compliance Requirements Documents Requirement Single Entity All Partners Combined Joint Venture Each Partner One Partner Submission Requirements For the above or other contracts executed during the period stipulated in above, a minimum experience in the following key activities: must meet requirements not applicable not applicable must meet requirements Form EXP - 2 Design/Supply, Design, Construction and Commissioning of 28,000 Equivalent Population (EP) or larger Oxidation Ditch or similar type Sewage Treatment Plant with associated processes Bidding Document for _ PAL 3060/61-KASP-Works ICB-032: Sewage Treatment Plant Upgrade in Malakal Single-Stage: One-Envelope

54 3-10 Section 3 - Evaluation and Qualification Criteria including monitoring and control systems, primary screening, clarifiers, pumping systems, digesters and sludge management. Design and Construction of temporary treatment systems for minimum 16,000 EP including aeration pond Design and Construction of sewage Force Main up to 500mm dia Design/Construction of concrete retaining wall up to 6m high Supply and Install STP Mechanical, Electrical, Instrumentation equipment Decommissioning removal and disposal of existing structures on a Sewage Treatment Plant Bidding Document for PAL 3060/61-KASP-Works ICB-032: Sewage Treatment Plant Upgrade in Malakal

55 Section 3 - Evaluation and Qualification Criteria Subcontractors Subcontractors or Manufacturers for the following major items of plant and services must meet the following minimum criteria, herein listed for that item. Failure to comply with this requirement will result in rejection of the subcontractor but not the Bidder. Item No. Description of Item Minimum Criteria to be met 1 Detailed Design of OD Treatment Plant or other biological tertiary treatment plants 2 Similar in last 5 years 2 Supply and Install Aerators 3 Similar in last 3 years 3 Design Supply and Install Control System 2 Similar in last 3 years 4 5 Documents Submission Requirements Form EXP-3 In the case of a Bidder who offers to supply and install major items of plant under the contract, which the Bidder did not manufacture or otherwise produce, the Bidder shall provide the Manufacturerʼs authorization, using the form provided in Section 4 (Bidding Forms), showing that the Bidder has been duly authorized by the Manufacturer or producer of the related plant and equipment or component to supply and install that item in the Employerʼs country. Failure to submit the Manufacturer s authorization at the first instance is considered a minor, nonmaterial omission and shall be subject to clarification. However, failure of the Bidder to submit the omitted authorization shall lead to rejection of the Subcontractor or Manufacturer of the item under evaluation in accordance with ITB Bidding Document for _ PAL 3060/61-KASP-Works ICB-032: Sewage Treatment Plant Upgrade in Malakal Single-Stage: One-Envelope

56 THIS PAGE IS LEFT INTENTIONALLY BLANK

57 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 Price Schedules Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad Schedule No. 2. Plant and Mandatory Spare Parts Supplied from Within the Employer s Country Schedule No. 3. Design Services Schedule No. 4. Installation and Other Services Schedule No. 5. Grand Summary Schedule No. 6. Recommended Spare Parts Schedule No. 7 Management of Operations Bid Securing Declaration Technical Proposal Site Organization Method Statement Mobilization Schedule Construction Schedule Personnel Form PER 1: Proposed Personnel Form PER 2: Resume of Proposed Personnel Equipment Proposed Subcontractors/Manufactureres for Major Items of Plant and Services Manufacturer's Authorization Time Schedule Bidders Qualification Form ELI - 1: Bidder s Information Sheet Form ELI - 2: JV Information Sheet Form LIT - Pending Litigation Form FIN - 1: Historical Financial Performance Form FIN - 2: Average Annual Turnover Form FIN - 3: Financial Resources Form FIN- 4: Current Contract Commitments Form FIN-5 Compliance Check of Financial Resources Form EXP - 1: Contracts of Similar Size and Nature Form EXP - 2: Experience in Key Activities Form EXP - 3: Subcontractors Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

58 4-2 Section 4 - Bidding Forms Letter of Bid Date: ICB No.: W-ICB-03 Invitation for Bid No.: W-ICB-03/PPUC 2016 Design (By Employer), Supply, Installation, and Commissioning, of the Malakal (for Koror) STP To:... We, the undersigned, declare that: (a) (b) We have examined and have no reservations to the Bidding Documents, including Addenda issued in accordance with Instructions to Bidders (ITB) 8. We offer to design, manufacture, test, deliver, install, pre-commission, and commission in conformity with the Bidding Document the following Plant and Services: (c) The total bid price, excluding any discounts offered in item (d) below is the sum of For Lot 1 - [amount of foreign currency in words], [amount in figures], and [amount of local currency in words], [amount in figures] For Lot 2 - [amount of foreign currency in words], [amount in figures], and [amount of local currency in words], [amount in figures] For Lot 1, the total bid price from the Grand Summary (Schedule No. 5) and for Lot 2, the Total bid price from Price Schedule 7 should be entered by the Bidder inside this box. Absence of the total bid price for each lot in the Letter of Bid may result in the rejection of the bid. (d) (e) (f) (g) (h) The discounts offered and the methodology for their application are as follows: Our Bid shall be valid for a period of days from the date fixed for the bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. If our Bid is accepted, we commit to obtain a performance security in accordance with the Bidding Documents. We, including any Subcontractors or Manufacturers for any part of the Contract, have or will have nationalities from eligible countries, in accordance with ITB 4.2. We, including any Subcontractors or Suppliers for any part of the Contract, do not have any conflict of interest in accordance with ITB 4.3. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

59 Section 4 - Bidding Forms 4-3 (i) (j) (k) (l) We are not participating, as a Bidder in more than one Bid in this bidding process in accordance with ITB 4.3(e), other than alternative offers submitted in accordance with ITB 13. Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of the contract, has not been declared ineligible by ADB, under the Employer s country laws or official regulations or by an act of compliance with a decision of the United Nations Security Council. [We are not a government-owned enterprise] / [We are a government-owned enterprise but meet the requirements of ITB4.5]. 1 We have paid, or will pay the following commissions, gratuities, or fees with respect to the bidding process or execution of the Contract: 2 Name of Recipient Address Reason Amount (m) (n) (o) (p) We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed. We understand that you are not bound to accept the lowest evaluated Bid or any other Bid that you may receive. We agree to permit ADB or its representative to inspect our accounts and records and other documents relating to the bid submission and to have them audited by auditors appointed by ADB. If our Bid is accepted, we commit to mobilizing key equipment and personnel in accordance with the requirements set forth in Section 6 (Employer s Requirements) and our technical proposal, or as otherwise agreed with the Employer. Name... In the capacity of... Signed... Duly authorized to sign the Bid for and on behalf of... Date Use one of the two options as appropriate. If none has been paid or is to be paid, indicate None. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

60 4-4 Section 4 - Bidding Forms General Price Schedules PREAMBLE 1. The Price Schedules are divided into separate Schedules as follows: Lot 1 - Schedules for Design, Supply and Install Sewage Treatment Plant Upgrade in Malakal Schedule No. 1: Plant and Mandatory Spare Parts Supplied from Abroad Schedule No. 2: Plant and Mandatory Spare Parts Supplied from within the Employer s Country Schedule No. 3: Design Services Schedule No. 4: Installation and Other Services Schedule No. 5: Grand Summary Schedule No. 6: Recommended Spare Parts Lot 2 - Schedule for Management of Operations Schedule No. 7: Management of Operations 2. The Schedules do not generally give a full description of the plant to be supplied and the services to be performed under each item. Bidders shall be deemed to have read the Employer s Requirements and other sections of the Bidding Document and reviewed the Drawings to ascertain the full scope of the requirements included in each item prior to filling in the rates and prices. The entered rates and prices shall be deemed to cover the full scope as aforesaid, including overheads and profit. 3. If bidders are unclear or uncertain as to the scope of any item, they shall seek clarification in accordance with ITB 7 prior to submitting their bid. Pricing 4. The units and rates in figures entered into the Price Schedules should be printed in hard copy and in electronic form in MS Excel. Price Schedules not presented accordingly may be considered nonresponsive. Any alterations necessary due to errors, etc., shall be initialed by the Bidder. As specified in the Bid Data Sheet and Special Conditions of Contract, prices shall be fixed and firm for the duration of the Contract, or prices shall be subject to adjustment in accordance with the corresponding Appendix (Price Adjustment) to the Contract Agreement 5. Bid prices shall be quoted in the manner indicated and in the currencies specified in the Instructions to Bidders in the Bidding Document. For each item, bidders shall complete each appropriate column in the respective Schedules, giving the price breakdown as indicated in the Schedules. Prices given in the Schedules against each item shall be for the scope covered by that item as detailed in Section 6 (Employer s Requirements) or elsewhere in the Bidding Document. 6. Payments will be made to the Contractor in the currency or currencies indicated under each respective item. 7. When requested by the Employer for the purposes of making payments or partial payments, valuing variations or evaluating claims, or for such other purposes as the Employer may reasonably require, the Contractor shall provide the Employer with a breakdown of any composite or lump sum items included in the Schedules. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

61 Section 4 - Bidding Forms 4-5 Schedules of Rates and Prices Schedule No. 1 - Plant and Mandatory Spare Parts Supplied from Abroad - Lot 1 Item Description Country of Origin Qty. Foreign Currency Unit Price 1 1 Taxes and Total Price Duties CIP Foreign Currency Local Currency = 4 x Wastewater Treatment Plant Items (M&E Works) 1.1 Inlet Piping to WWTP and Plant Bypass 1.2 Septage Receiving Station 1.3 Automatic Step Screen, Bypass Screen and Structures Oxidation Ditch Final Setting Tank Sludge Digester Sludge Pumping Station 1.8 Sludge Drying Beds and Wastewater Return Pumping Station 1.9 Process Piping System 1.10 Water Supply System and Standpipes Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

62 4-6 Section 4 - Bidding Forms Item Description Country of Origin Qty. Foreign Currency Unit Price 1 1 Taxes and Total Price Duties CIP Foreign Currency Local Currency = 4 x Electrical Transformer 1.12 Diesel Generator 1.14 Electrical Cabling System for all Treatment Process works 1.15 Outdoor Lighting System 1.16 Administration and Laboratory Building (M&E Works) 1.17 Mandatory Spare Parts for 2 years operation 1.18 Other items as required (give details) TOTAL Column 7 to be carried forward to Schedule No. 5. Grand Summary Name of Bidder Signature of Bidder 1 Specify currencies in accordance with ITB 19. Create and use as many columns for Unit Price and Total Price as there are currencies. Country of Origin Declaration Form Item Description Country Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

63 Section 4 - Bidding Forms 4-7 Schedule No. 2 - Plant and Mandatory Spare Parts Supplied from Within the Employer s Country- Lot1 Item Description Quantity Local Currency Unit Price a EXW Price Total EXW Price a Sales and other taxes = 3 x Wastewater Treatment Plant Items Inlet Piping to WWTP and Plant bypass (civil works) Temporary Treatment works including All Structures, Equipment and Piping (civil works) Sludge Removal from Primary Pond and Disposal into Secondary Pond (civil works) Site Earthworks and Retaining wall(civil works) Internal Roads, Drainage, and Concrete Paved Areas.(civil works) 2.6 Fencing, Gates, and landscaping (civil works) 2.7 Septage Receiving Station Civil work 2.8 Automatic Step Screen, ByPass screen Gates and Structures Civil Work 2.9 Oxidation Ditch Civil work 2.10 Final Setting Tank Civil work 2.11 Sludge Digester Civil work 2.12 Sludge Pumping Station Civil work 2.13 Sludge Drying Beds and Wastewater return pumping station Civil work Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

64 4-8 Section 4 - Bidding Forms Item Description Quantity Local Currency Unit Price a EXW Price Total EXW Price a Sales and other taxes = 3 x Process Piping System Civil work 2.15 Water Supply and Standpipes Civil work 2.16 Electrical Transformer Civil work 2.17 Diesel generator and Building Civil work 2.18 Electrical Cabling System for all Treatment Process Works Civil work 2.19 Outdoor Lighting System Civil work 2.20 Administration and Laboratory Building Civil work 2.21 Any Other Items ( To be filled by the Tenderers) TOTAL Column 5 to be carried forward to Schedule No. 5: Grand Summary Name of Bidder Signature of Bidder a Specify currency in accordance with ITB 19.1 of the BDS. b Column 5 Price shall include all customs duties and sales and other taxes already paid or payable on the components and raw materials used in the manufacture or assembly of the item or the customs duties and sales and other taxes already paid on previously imported items. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

65 Section 4 - Bidding Forms 4-9 Schedule No. 3 - Design Services - Lot 1 Unit Price 1 Total Price 1 Item Description Qty. Local Currency Portion Foreign Currency Portion Local Currency Portion Foreign Currency Portion = 3 x 4 7 = 3 x Design of WWTP 3.1 Topographic/ Geotechnical Survey WWTP 3.2 Detailed Engineering Design for WWTP (this shall cover the complete Design of the System, including Civil Works, Mechanical Works, Electrical Works and all Other Related works for the WWTP 3.3 Submission of Detailed Design Drawings for WWTP (Draft Detailed Design Report, and Drawings Final Detailed Design Report and Drawings) prior to commencement of Construction 3.4 Specification of Plant and Equipment of WWTP prior to procurement Submission of O & M manuals for WWTP Submission of As-Built Drawings TOTAL Columns 6 and 7 to be carried forward to Schedule No. 5. Grand Summary Name of Bidder Signature of Bidder 1 Specify currency in accordance with ITB 19.1 of the BDS. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

66 4-10 Section 4 - Bidding Forms Schedule No. 4 - Installation and Other Services - Lot 1 Unit Price 1 Total Price 1 Item Description Qty. Local Currency Portion Foreign Currency Portion Local Currency Portion Foreign Currency Portion = 3 x 4 7 = 3 x ,2 General Obligation All Insurance according to the Conditions of Contract Submission of Performance Security and Advance Payment Security 4.3 Mobilization 4.4 Demobilization 4.5 Health and Safety Monthly Progress Report and Photographs Contractor s Temporary site Facilities and Removal upon completion 20 months Contractor s Management during the Construction Period Provide and Maintain Engineer s site Office Training of Employer s O&M staffs Testing and Commissioning Three Months Performance Test for WWTP Provisional Sum (3 months for O&M WWTP 4.14 Laboratory Equipment Spectrophotometer Portable ph meter Dissolved Oxygen meter Laboratory COD meter 1 set 1 set 1 set 1 set Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

67 Section 4 - Bidding Forms 4-11 Unit Price 1 Total Price 1 Item Description Qty. Local Currency Portion Foreign Currency Portion Local Currency Portion Foreign Currency Portion = 3 x 4 7 = 3 x Chemical precision analytical balance Instant balance Turbidity meter Conductivity meter Laboratory BOD determination Equipment Miscellaneous glassware and accessories As required to perform tests at WWTP STI. STD and HIV/AIDS alleviation program b 1 set 1 set 1 set 1 set 1 set 1 set PS US$ 10,000 US$ 10,000 TOTAL Columns 6 and 7 to be carried forward to Schedule No. 5. Grand Summary Name of Bidder Signature of Bidder a. Specify currency in accordance with ITB 19.1 of the BDS. b As described in SCC Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

68 4-12 Section 4 - Bidding Forms Schedule No. 5 - Grand Summary - Lot 1 Schedule No. Title Foreign Total 1 Local 1 Plant and Mandatory Spare Parts Supplied from Abroad b 2 Plant and Mandatory Spare Parts Supplied from Within the Employer s Country b 3 Design Services 4 Installation and Other Services GRAND TOTAL to be carried forward to Letter of Bid Name of Bidder Signature of Bidder a Specify currency in accordance with ITB 19.1 of the BDS. Create additional columns for up to a maximum of three foreign currencies if so required. b Taxes and/or duties from Schedules 1 and 2 may be added to the contract price in accordance with GCC 14 (Taxes and Duties). Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

69 Section 4 - Bidding Forms 4-13 Schedule No. 6 - Recommended Spare Parts - Lot 1 Unit Price a Total Price a EXW CIP Item Description Qty Local Parts Local Currency Imported Parts Foreign Currency Local Currency Portion Foreign Currency Portion = 3 x 4 7 = 3 x Recommended Spare Parts 6.1 Spare Parts for Wastewater Treatment Plant 6.2 Spare Parts for Wastewater Pumping Stations 6.3 Any Other Items (to be filled up by the Tenderers) TOTAL Name of Bidder Signature of Bidder a Specify currency in accordance with ITB 19.1 of the BDS. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

70 4-14 Section 4 - Bidding Forms Schedule No. 7 - Management of Operations - Lot 2 Unit Price 1 Total Price 1 Item Description Qty. Local Currency Portion Foreign Currency Portion Local Currency Portion Foreign Currency Portion = 3 x 4 7 = 3 x Management of Operations 7.1 Ops Manager - Remuneration - Months Operations Manager - Per diem - Months Operations Manager - Transport - RT's Insurance Equipment and Materials Local Transport TOTAL Grand Summary Name of Bidder Signature of Bidder 1 Specify currency in accordance with ITB 19.1 of the BDS. Taxes and/or duties from Schedules 1 and 2 may be added to the contract price in accordance with GCC 14 (Taxes and Duties). Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

71 Section 4 - Bidding Forms 4-15 Bid-Securing Declaration Date: [insert date (as day, month and year)] Bid No.: [insert number of bidding process] Alternative No.: [insert identification No if this is a bid for an alternative] To: [insert complete name of employer] We, the undersigned, declare that: We understand that, according to your conditions, Bids must be supported by a Bid-Securing Declaration. We accept that we will automatically be suspended from being eligible for bidding in any contract with the Borrower for the period of time of five (5) years starting on the date that we receive a notification from the Employer, if we are in breach of our obligation(s) under the bid conditions, because we (a) have withdrawn our Bid during the period of bid validity specified in the Letter of Bid; or (b) do not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter the ITB ); or (c) having been notified of the acceptance of our Bid by the Employer during the period of bid validity, (i) fail or refuse to execute the Contract; if required, or (ii) fail or refuse to furnish the Performance Security, in accordance with the ITB. We understand that this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) 28 days after the expiration of our Bid. Signed: [insert signature of person whose name and capacity are shown] In the capacity of [insert legal capacity of person signing the Bid-Securing Declaration] Name: [insert complete name of person signing the Bid-Securing Declaration] Duly authorized to sign the bid for and on behalf of: [insert complete name of bidder] Dated on day of, [insert date of signing] Corporate Seal (where appropriate) -- Note -- In case of a joint venture, the Bid-Securing Declaration must be in the name of all partners to the joint venture that submits the bid. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

72 4-16 Section 4 - Bidding Forms Technical Proposal Site Organization Method Statement Mobilization Schedule Construction Schedule Plant Personnel Equipment Proposed Subcontractors for Major Items of Plant and Services Manufacturer s Authorization Time Schedule Functional Guarantee of the Proposed Facilities Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

73 Section 4 - Bidding Forms 4-17 Site Organization The bidder should provide input to indicate how the site will be organized - particularly with regards to logistics, personnel responsibilities. The Bidder s Site Organization shall show the Bidder s capacity to mobilize key personnel for the Contract consistent with its proposal regarding work methods, scheduling, and material sourcing in sufficient detail and fully in accordance with the requirements stipulated in Section 6 (Employer's Requirements). Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

74 4-18 Section 4 - Bidding Forms Method Statement Besides the proposal for design and installation/construction of the new permanent works, The bidder should include proposals for temporary works including desludging existing primary ponds. The method statement should cover the design and construction of the retaining wall and all related drainage works. Consideration should also be given to the decommissioning of the existing treatment plant following operation of the new plant, particularly the tertiary ponds. The bidder should indicate his proposed working hours and Quality Control Plan Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

75 Section 4 - Bidding Forms 4-19 Mobilization Schedule Bidders shall consider the following aspects, but not limited to, in the preparation of their Mobilization Schedules. 1. Deployment of the Contractor s key staff. Refer to the requirements given under Personnel in Volume 2, Section 6, Part 7 of this document. 2. Deployment of the Contractor s plant and equipment. Refer the list of Equipment given under Equipment in Volume 2, Section 6, Part 8 of this document. Arrangements for facilities for the contractor's accommodation and offices as well as plant and materials storage. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

76 4-20 Section 4 - Bidding Forms Construction Schedule The Bidder s Construction Schedule shall show the Bidder s technical capacity to mobilize equipment for the Contract consistent with its proposal regarding work methods, scheduling, and material sourcing in sufficient detail and fully in accordance with the requirements stipulated in Section 6 (The Specifications). Preliminary Construction Schedule should be provided in sufficient detail to allow: (i) assessment of the proposed sequencing and timing of the design and construction works and, (ii) showing projected accomplishments per month, for work activities listed below during the period of construction. It should be noted that the existing system together with waste water treatment must be kept operational at all times until such time as the new works are on line. Work at night will only permitted in exceptional cases. The following list of works may be used as a basis for the contractor's program schedule which should illustrate each item's work period on at least a monthly basis DESCRIPTION OF WORKS 1 Mobilization 2. Contractor's Design 3. PIAC Design Review 4. Modifications to Design 5. Construct Malakal STP a Prepare Site/ Access b Earthworks / Formwork c Construct Retaining Wall d Earthworks for Chambers e Construct Chambers f Foundations g Superstructures h Underground pipework i Internal Pipework j Mechanical & Electrical k Roads, fencing and landscape 6. Completion of Construction l Connect and Commission 7. Performance Test m Training 8. Decommission old STP n Demolition of structures o Stabilization and backfilling ponds p Restoration of site 9 Demobilization and cleanup Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

77 Section 4 - Bidding Forms 4-21 Plant The bidder should provide a full description of the plant to be supplied and the services to be performed for each item proposed in the price schedules and necessary to make the Works operable. Information should be provided about country of origin and relevant standards compared with those required in the specifications. Where possible manufacturer's certificates and descriptive literature indicating where similar plant has been installed and operated successfully should be provided. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

78 4-22 Section 4 - Bidding Forms Personnel Form PER 1: Proposed Personnel Bidders should provide the details of proposed personnel and their experience record in the relevant Information Forms below for each of the candidate. Form PER 1: Proposed Personnel 1. Title of position* Name 2. Title of position* Name 3. Title of position* Name 4. Title of position* Name etc. Title of position* Name -- Note -- * As listed in Section 6 (Employer s Requirements). Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

79 Section 4 - Bidding Forms 4-23 Form PER 2: Resume of Proposed Personnel The Bidder shall provide all the information requested below. Use one form for each position. Position Personnel information Name Date of birth Professional qualifications Present employment Name of employer Address of employer Telephone Contact (manager / personnel officer) Fax Job title Years with present employer Summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project. From To Company / Project / Position / Relevant technical and Management Experience Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

80 4-24 Section 4 - Bidding Forms Equipment Form EQU: Equipment The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key equipment listed in Section 3 (Evaluation and Qualification Criteria). A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Bidder. Item of Equipment Equipment Information Name of manufacturer Model and power rating Capacity Year of manufacture Current Status Current location Details of current commitments Source Indicate source of the equipment Owned Rented Leased Specially manufactured Omit the following information for equipment owned by the Bidder. Owner Name of owner Address of owner Telephone Contact name and title Fax Telex Agreements Details of rental / lease / manufacture agreements specific to the project Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

81 Section 4 - Bidding Forms 4-25 Proposed Subcontractors/Manufactures for Major Items of Plant and Services The following Subcontractors and/or manufacturers are proposed for carrying out the item of the facilities indicated. Bidders are free to propose more than one for each item Major Items of Plant and Services Proposed Subcontractors/Manufacturers Nationality Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

82 4-26 Section 4 - Bidding Forms Manufacturer's Authorization Date: [insert date (as day, month and year) of Bid Submission] ICB No.: [insert number of bidding process] To: [insert complete name of Employer] WHEREAS We [insert complete name of Manufacturer or Manufacturer s authorized agent], who are official manufacturers or agent authorized by the manufacturer of [insert type of goods manufactured], having factories at [insert full address of Manufacturer s factories], do hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which is to provide the following goods, manufactured by us [insert name and or brief description of the goods], and to subsequently negotiate and sign the Contract. We hereby extend our full guarantee and warranty in accordance with Clause 27 of the General Conditions of Contract, with respect to the goods offered by the above firm. Signed: [insert signature(s) of authorized representative(s) of the Manufacturer] Name: [insert complete name(s) of authorized representative(s) of the Manufacturer] Title: [insert title] Duly authorized to sign this Authorization on behalf of: [insert complete name of Bidder] Dated on day of, [insert date of signing] -- Note -- The bidder shall require the manufacturer to fill out this form in accordance with the instructions indicated. This letter of authorization should be signed by a person with the proper authority to sign documents that are binding on the manufacturer. The bidder shall include it in its bid, if so indicated in the BDS. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

83 Section 4 - Bidding Forms 4-27 Time Schedule - Not Applicable To be used by Bidder when alternative Time for Completion is invited in ITB Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

84 4-28 Section 4 - Bidding Forms Functional Guarantees of the Proposed Facilities Form FUNC The Bidder shall copy on the left column of the table below, the identification of each functional guarantee required in the Specification and stated by the Employer in EQC of Section 3, Evaluation and Qualification Criteria, and on the right column, provide the corresponding value for each functional guarantee of the proposed plant and equipment. Functional Guarantee [as required by the Employer in Section 3] Functional Guarantee Value Offered by the Bidder to meet Minimum and/or Maximum, as appropriate Requirement 1. Effluent Standards for Discharge a) Biological Oxygen Demand - BOD5 b) Total Suspended Solids -TSS c) Total Nitrogen (TN) d) Total Phosphate (TP) 2. Sludge Solids content in dry season without lime 3. Maximum flow of STP Maximum through flow capacity Maximum flow capacity with bypass 4. Energy usage / m3 of ADWF Functional Guarantee [as required by the Employer in Section 3] Functional Guarantee Value Offered by the Bidder to meet Norm, as appropriate Requirement 1. Effluent Standards for Discharge a) Biological Oxygen Demand - BOD5 b) Total Suspended Solids -TSS c) Total Nitrogen (TN) d) Total Phosphate (TP) 2. Sludge Solids content in dry season without lime 3. Maximum flow of STP Maximum through flow capacity Maximum flow capacity with bypass 4. Energy usage / m3 of ADWF Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

85 Section 4 - Bidding Forms 4-29 Bidders Qualification To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation and Qualification Criteria) the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

86 4-30 Section 4 - Bidding Forms Form ELI - 1: Bidder s Information Sheet Bidder s Information Bidder s legal name In case of Joint Venture, legal name of each partner Bidder s country of constitution Bidder s year of constitution Bidder s legal address in country of constitution Bidder s authorized representative (name, address, telephone numbers, fax numbers, address) Attached are copies of the following original documents. 1. In case of single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and ITB Authorization to represent the firm or JV named in above, in accordance with ITB In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB In case of a government-owned entity, any additional documents not covered under 1 above required to comply with ITB 4.5. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

87 Section 4 - Bidding Forms 4-31 Form ELI - 2: Joint Venture Information Sheet Each member of a JV must fill in this form Joint Venture/Subcontractor Information Bidder s legal name Joint Venture Partner s or Subcontractor s legal name Joint Venture Partner s or Subcontractor s country of constitution Joint Venture Partner s or Subcontractor s year of constitution Joint Venture Partner s or Subcontractor s legal address in country of constitution Joint Venture Partner s or Subcontractor s authorized representative information (name, address, telephone numbers, fax numbers, address) Attached are copies of the following documents: 1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and ITB Authorization to represent the firm named above, in accordance with ITB In the case of government-owned enterprise, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITB 4.5 Subcontractors are those listed in Technical Proposal Proposed Subcontractors and/or Manufacturers for Major Items of Plant and Services. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

88 4-32 Section 4 - Bidding Forms Form LIT 1: Pending Litigation and Arbitration Each Bidder must fill out this form if so required under Criterion 2.2 of Section 3 (Evaluation and Qualification Criteria) to describe any pending litigation or arbitration formally commenced against it. In case of joint ventures, each Joint Venture Partner must fill out this form separately, and provide the Joint Venture Partner name below: Joint Venture Partner: Pending Litigation and Arbitration Choose one of the following: No pending litigation and arbitration. Below is a description of all pending litigation and arbitration against the Bidder (or each Joint Venture member if Bidder is a Joint Venture). Year Matter in Dispute Value of Pending Claim in US$ Equivalent Value of Pending Claim as a Percentage of Net Worth - Note - This form shall only be included if Criterion 2.2 of Section 3 (Evaluation and Qualification Criteria) is applicable. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

89 Section 4 - Bidding Forms 4-33 Form FIN - 1: Historical Financial Performance Each Bidder must fill out this form. In case of joint ventures, each Joint Venture Partner must fill out this form separately, and provide the Joint Venture Partner name below: Joint Venture Partner: Financial Data for Previous 3 Years [US$ Equivalent] Year 1: Year 2: Year 3: Total Assets (TA) Total Liabilities (TL) Net Worth = TA TL Current Assets (CA) Current Liabilities (CL) Working Capital = CA CL Information from Balance Sheet Most Recent Working Capital To be obtained for most recent year and carried forward to FIN- 3 Line 1; in case of Joint Ventures, to the corresponding Joint Venture Partner s FIN-3 Information from Income Statement Total Revenues Profits Before Taxes Profits After Taxes Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last years, as indicated above, complying with the following conditions: Unless otherwise required by Section 3 of the Bidding Documents, all such documents reflect the financial situation of the legal entity or entities comprising the Bidder and not the Bidder s parent companies, subsidiaries, or affiliates. Historical financial statements must be audited by a certified accountant. Historical financial statements must be complete, including all notes to the financial statements. Historical financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted). Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

90 4-34 Section 4 - Bidding Forms Form FIN - 2: Average Annual Turnover Each Bidder must fill out this form. The information supplied should be the Annual Turnover of the Bidder or each member of a Joint Venture in terms of the amounts billed to clients for each year for work in progress or completed, converted to US dollars at the specified exchange rate. In case of joint ventures, each Joint Venture Partner must fill out this form separately, and provide the Joint Venture Partner name below: Joint Venture Partner: Year Annual Turnover Data for the Last 3 Years Amount Currency Exchange Rate US$ Equivalent Average Annual Turnover Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

91 Section 4 - Bidding Forms 4-35 Form FIN 3: Financial Resources Bidders must demonstrate sufficient financial resources, usually comprising of Working Capital supplemented by credit line statements or overdraft facilities and others to meet the Bidder s financial requirements for (a) its current contract commitments, and (b) the subject contract. In case of joint ventures, each Joint Venture Partner must fill out this form separately and provide the Joint Venture Partner name below: Joint Venture Partner: Financial Resources No. Source of financing Amount (US$ equivalent) 1 Working Capital (to be taken from FIN-1) 2 Credit Line a 3 Other Financial Resources Total Available Financial Resources a To be substantiated by a letter from the bank issuing the line of credit. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

92 4-36 Section 4 - Bidding Forms Form FIN- 4: Current Contract Commitments Bidders (or each Joint Venture partner) should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued. In case of joint ventures, each Joint Venture Partner must fill out this form separately and provide the Joint Venture Partner name below: Joint Venture Partner: Current Contract Commitments No. Name of Contract Employer s Contact (Address, Tel, Fax) Contract Completion Date Outstanding Contract Value (X) Remaining Contract Period in months (Y) Monthly Financial Resources Requirement (X / Y) Total Monthly Financial Requirement for Current Contract Commitments US$ Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

93 Section 4 - Bidding Forms 4-37 Form FIN - 5: Compliance Check of Financial Resources (Criterion of Section 3) Form FIN-5A: For Single Entities For Single Entities: (Name of Bidder) Total Available Financial Resources from FIN-3 (C) Total Monthly Financial Requirement for Current Contract Commitments (CCC) from FIN-4 (D) Available Financial Resources net of CCC (C-D) Requirement a 100% of Requirement from Section (b) Form FIN-5B: For Joint Ventures For Joint Ventures: One Partner: (Name of Partner) Each (Other) Partner: (Name of Partner 1) (Name of Partner 2) (Name of Partner 3) Total Available Financial Resources from FIN-3 (C) Total Monthly Financial Requirement for Current Contract Commitments (CCC) from FIN-4 (D) Available Financial Resources net of CCC (C-D) All partners combined (C-D) b = Requirement a B(%) of Requirement A(%) of Requirement A(%) of Requirement A(%) of Requirement 100% of Requirement from Section (b - Note - Form FIN 5 is made available for use by the bidder as a self-assessment tool, and by the employer as evaluation work sheet, to determine compliance with financial resources. a Requirement for the subject contract is defined in Criterion 2.3.3(b) of Section 3. Value A is the required percentage of the subject contract, which each partner must meet; and value B is the required percentage of the subject contract, which one partner must meet. A and B values are defined in Criterion of Section 3 (Evaluation and Qualification Criteria). b Σ (C D) = sum of available financial resources net of current contract commitments (CCC) for all partners. Bidding Document for PAL 3060/61-KASP-Works ICB-03: Sewage Treatment Plant Upgrade in Malakal.

Invitation for Bids. Deadline for Submission of Bids: July 17, 2017 up to 1200 Hours (Nepal Standard Time)

Invitation for Bids. Deadline for Submission of Bids: July 17, 2017 up to 1200 Hours (Nepal Standard Time) Invitation for Bids Grant No. and Title: 2015 68 112: Reconstruction and Improvement of Electricity in Earthquake Affected Districts. Tender No. and Title: ICB-REIP-073/74-01, Lot 1: Immediate Relief Measure

More information

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t R E P U B L I C O F L I B E R I A N A T I O N A L E L E C T I O N S C O M M I S S I O N B i d d i n g D o c u m e n t I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t F o r t

More information

A F R I C A N U N I O N Standard Bidding Document

A F R I C A N U N I O N Standard Bidding Document A F R I C A N U N I O N Standard Bidding Document Procurement of Goods and Services Open Tender REGIONAL COMPETITIVE BIDDING (RCB) African Peer Review Mechanism Procurement Number: 2/APRM/IT/07/17 TENDER

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

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BIDDING DOCUMENT FOR Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BID IDENTIFICATION NO:-AEGCL/MD/TECH-652/ /200,

More information

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) IOM Nigeria FRAMEWORK AGREEMENT FOR SUPPLY OF DIESEL FOR ONE (1) YEAR ITB NO: NG10-014 Prepared by DORCAS SHAIBU 11 January, 2018 IOM Nigeria No.11

More information

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya Tender Document For the Supply and delivery of Mobile Digital X - Ray Machines ITT No.: GF ATM TB NFM - 17/18 OIT -

More information

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD. NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH

More information

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS)

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/PM/OT/016/2016-2017 TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) CLOSING DATE AND TIME: 17th October, 2016 at 2.00Pm Geothermal Development

More information

REPUBLIC OF SEYCHELLES

REPUBLIC OF SEYCHELLES Elect.Proj./289 REPUBLIC OF SEYCHELLES PUBLIC UTILITIES CORPORATION (Electricity ty Division) Generation Capacity Expansion PRASLIN Bidding Documents for 1 x 2.5 MW Diesel Generator Set (Praslin Power

More information

KENYA WILDLIFE SERVICE

KENYA WILDLIFE SERVICE KENYA WILDLIFE SERVICE REHABILITATION AND PERFORMANCE BASED ROUTINE MAINTENANCE OF MAKTAU-KITANI-LAKE JIPE ROADS IN TSAVO WEST NATIONAL PARK TENDER NO.KWS/OT/PBC/R&F/15/2015-2016 : NOVEMBER 2015 DIRECTOR

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

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/ NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/2016-2017 TENDER FOR SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION AND COMMISIONING OF A STRUCTURED CABLING LOCAL AREA NETWORK, FIBER EXTENSION

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS AT ELELEA SUBCOUNTY HOSPITAL IN ELELEA WARD, TURKANA COUNTY BILLS OF QUANTITIES Tender No... County

More information

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY MERU UNIVERSITY OF SCIENCE & TECHNOLOGY P.O BOX 972-60200 Meru-Kenya Tel: 020-2092048, 020-2069349, 061-23092, 064-30320 Cell Phone: +254712524293, +254 725330827, +254 78151411, +254 725330826,+254 752839270,+254

More information

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE TENDER NO: KRA/HQS/NCB/011/2015-2016 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 2817022

More information

(SUPPLIES BRANCH) SB : Supply of Station Wagon 4X2 Petrol CLOSING DATE:11th October, 2016 TIME:10:00AM (EAST AFRICAN TIME)

(SUPPLIES BRANCH) SB : Supply of Station Wagon 4X2 Petrol CLOSING DATE:11th October, 2016 TIME:10:00AM (EAST AFRICAN TIME) REPUBLIC OF KENYA MINISTRYOFTRANSPORT, INFRASTRUCTURE,HOUSINGANDURBAN DEVELOPMENT, STATEDEPARTMENT OFPUBLICWORKS P. O. Box 30071-00100 NAIROBI Tel: +254-205-339-61 (SUPPLIES BRANCH) SB-5-2016-2017: Supply

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

REPUBLIC OF KENYA MINISTRY OF HEALTH

REPUBLIC OF KENYA MINISTRY OF HEALTH REPUBLIC OF KENYA MINISTRY OF HEALTH INVITATION TO TENDER INTERNATIONAL COMPETITIVE BIDDING SUPPLY, INSTALLATION, TESTING, MAINTENANCE AND REPLACEMENT OF MEDICAL EQUIPMENT AND ASSOCIATED TRAINING FOR COUNTY

More information

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No:

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No: REPUBLIC OF KENYA RIFT VALLEY WATER SERVICES BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No: RVWSB/MLM-TAT/EQ /2017-2018 TENDER DOCUMENT EMPLOYER PROJECT MANAGER RIFT VALLEY

More information

ITB for Procurement of Goods

ITB for Procurement of Goods Summary Section I. Section II. Section III. Section IV. Section V. Section VI: ITB for Procurement of Goods Instructions to Bidders This Section provides information to help Bidders prepare their bids.

More information

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL)

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNCITRAL Model Law on Procurement of Goods, Construction and Services with Guide to Enactment CONTENTS PREAMBLE CHAPTER I. GENERAL PROVISIONS

More information

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO. REPUBLIC OF KENYA MINISTRY OF LAND, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF LAND PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO.

More information

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) TENDER DOCUMENT FOR CONSTRUCTION OF BIOSAFETY LEVEL II LABORATORY (BSL II) (PUBLIC HEALTH LABORATORY) AT MOI TEACHING REFERRAL

More information

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS PRE-QUALIFICATION/ REGISTRATION OF SUPPLIERS FOR 2017-2018 CLOSING

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

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM THE KENYATTA INTERNATIONAL CONVENTION CENTRE TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM KENYATTA INTERNATIONAL CONVENTION CENTRE KICCBUILDING

More information

COUNTY GOVERNMENT OF NYERI

COUNTY GOVERNMENT OF NYERI COUNTY GOVERNMENT OF NYERI WHEN REPLYING PLEASE QUOTE OUR REFERENCE NO AND DATE. ALL CORRESPONDENCES TO BE ADDRESSED TO THE COUNTY SECRETARY OR THE CHIEF OFFICERS OF DEPARTMENTS P.o. Box 1112-10100 NYERI

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

SELECTION OF CONSULTANT for provision of Consultancy Services for

SELECTION OF CONSULTANT for provision of Consultancy Services for REQUEST FOR PROPOSALS FOR SELECTION OF CONSULTANT for provision of Consultancy Services for Preparation of Masterplan, Design and Construction Supervision of the Infrastructure Works at Les Salines Procurement

More information

ROADS AND FLEET MANAGEMENT DEPARTMENT

ROADS AND FLEET MANAGEMENT DEPARTMENT ROADS AND FLEET MANAGEMENT DEPARTMENT TENDER NO. KWS/OT/R&F/22/2017 2018 ROUTINE MAINTENANCE OF JUNCT A109 CHYULU HILLS ROAD(E1819) IN CHYULU NATIONAL PARK February 2018 (Persons With Disability) HEAD,

More information

PRE-BID MEETING VENUE : CONFERENCE HALL ANDHRA PRADESH FOODS, ROAD No. 14, IDA, NACHARAM HYDERABAD ANDHRA PRADESH, INDIA

PRE-BID MEETING VENUE : CONFERENCE HALL ANDHRA PRADESH FOODS, ROAD No. 14, IDA, NACHARAM HYDERABAD ANDHRA PRADESH, INDIA ANDHRA PRADESH FOODS (A Government of Andhra Pradesh Enterprise) An ISO 9001:2000 & HACCP Certified Company ROAD No.14, IDA, NACHARAM HYDERABAD, 500076 (A.P) INDIA Email: apfoods@hotmail.com Website: http://apfoods.ap.nic.in

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

ETHICS AND ANTI-CORRUPTION COMMISSION

ETHICS AND ANTI-CORRUPTION COMMISSION ETHICS AND ANTI-CORRUPTION COMMISSION TENDER DOCUMENT FOR PROPOSED OFFICE PARTITIONING AND REFURBISHMENT TO ETHICS AND ANTI- CORRUPTION COMMISSION OFFICES ON 1ST FLOOR, CENTRAL SQUARE BUILDING, KISUMU

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

TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/

TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/ TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/2017-2018 CLOSING MONDAY 12 TH FEBRUARY, 2018 AT 11.00AM RESERVED FOR AGPO FIRMS JANUARY 2018 MANAGER, SUPPLY CHAIN NATIONAL

More information

MINISTRY OF INFORMATION COMMUNICATIONS AND TECHNOLOGY STATE DEPARTMENT OF ICT & INNOVATION TENDER NO. MICT&I/01/ For

MINISTRY OF INFORMATION COMMUNICATIONS AND TECHNOLOGY STATE DEPARTMENT OF ICT & INNOVATION TENDER NO. MICT&I/01/ For REPUBLIC OF KENYA MINISTRY OF INFORMATION COMMUNICATIONS AND TECHNOLOGY STATE DEPARTMENT OF ICT & INNOVATION P.O. BOX 30025-00100 NAIROBI TENDER NO. MICT&I/01/2016-2017 IFMIS NO: Open Tender- National

More information

KENYA CIVIL AVIATION AUTHORITY

KENYA CIVIL AVIATION AUTHORITY KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/019/2017-2018 THE PROVISION OF MEDIA MONITORING, NEWS AND RESEARCH SERVICES FOR KCAA FOR TWO YEARS - 2017/18 & 2018/19 DATE OF NOTICE: TUESDAY, 14 TH NOVEMBER,

More information

REPUBLIC OF KENYA. MINISTRY OF MINING P. O. Box Nairobi Kenya Works Building, Ngong Road Nairobi, Kenya

REPUBLIC OF KENYA. MINISTRY OF MINING P. O. Box Nairobi Kenya Works Building, Ngong Road Nairobi, Kenya REPUBLIC OF KENYA MINISTRY OF MINING P. O. Box 30009-00100 Nairobi Kenya Works Building, Ngong Road Nairobi, Kenya OPEN NATIONAL TENDERING TENDER DOCUMENT TENDER NO: MOM/T/004/2015-2016 FOR SUPPLY, DELIVERY,

More information

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax , University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel. 0112914476, Fax. 0112911393, e-mail : supplies@kln.ac.lk 08/12/2015 Web Domains/UKSJ/15/12/20154 The Manager, Invitation of Quotations for Web

More information

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD TENDER No. NCC/T/RPW&T/205/2017- Chief officer Roads, Public works and Transport

More information

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SYSTEMS INTERGRATION

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SYSTEMS INTERGRATION TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SYSTEMS INTERGRATION TENDER NO. NCA/T/023/2017-2018 CLOSING WEDNESDAY 14 TH MARCH, 2018 AT 11.00AM FEBRUARY 2018. MANAGER, SUPPLY CHAIN

More information

Standard Tender Evaluation Format. Procurement of Goods or Works. Public Procurement Board. Accra, Ghana

Standard Tender Evaluation Format. Procurement of Goods or Works. Public Procurement Board. Accra, Ghana STANDARD TENDER DOCUMENTS Standard Tender Evaluation Format Procurement of Goods or Works Public Procurement Board Accra, Ghana 1 Preface Procurement under projects financed from the Public Funds of the

More information

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE-411 008 Tender No. CE/IITM/Project/Conf./Interior/2012-13/02 e-tender NOTICE Director, Indian Institute of Tropical Meteorology, Dr. Homi Bhabha Road,

More information

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING Instructions for the Tenderer: It is mandatory for the Tenderer to provide and/or perform the following in relation to the compilation

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

INVITATION TO BID ITB-063/16

INVITATION TO BID ITB-063/16 INVITATION TO BID ITB-063/16 Renovation of Three Schools in Sinuni District in Ninawa Governorate Iraq United Nations Development Programme May, 2016 Section 1. Letter of Invitation Erbil, Iraq 22 May

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

BID DOCUMENT. Renovation of Hukitola Building at Hukitola Dist:Kendrapara. (Package No.- ICZM/W/WL/16/ ] ON BEHALF OF

BID DOCUMENT. Renovation of Hukitola Building at Hukitola Dist:Kendrapara. (Package No.- ICZM/W/WL/16/ ] ON BEHALF OF BID DOCUMENT INTEGRATED COASTAL ZONE MANAGEMENT PROJECT STATE PROJECT MANAGEMENT UNIT ODISHA Renovation of Hukitola Building at Hukitola Dist:Kendrapara (Package No.- ICZM/W/WL/16/2013-14] 2013 14 ON BEHALF

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

POLICY ON UNISA PUBLIC TENDERS Overview

POLICY ON UNISA PUBLIC TENDERS Overview POLICY ON UNISA PUBLIC TENDERS Overview Preamble UNISA invites suppliers to tender for the supply of goods and services where the proposed contract amount is R500 000 or more (amount annually updated for

More information

FOR PURCHASE OF LAND

FOR PURCHASE OF LAND OPEN TENDER FOR PURCHASE OF LAND TENDER NO. NHC/PL/014/16-17 INVITATION DATE: 7 TH APRIL 2017 CLOSING DATE: 21 st APRIL 2017 AT 11.00AM Page 1 of 26 INVITATION TO TENDER Re: Tender for Purchase of Land.

More information

SRI LANKA AIR FORCE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA BIDDING DOCUMENT [NATIONAL COMPETITIVE BIDDING]

SRI LANKA AIR FORCE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA BIDDING DOCUMENT [NATIONAL COMPETITIVE BIDDING] SRI LANKA AIR FORCE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA BIDDING DOCUMENT [NATIONAL COMPETITIVE BIDDING] OBTAINING OF AIR FREIGHT SERVICES FOR EXPORT AND IMPORT OF CARGO (TO AND FROM SOUTH SUDAN

More information

KENYA URBAN ROADS AUTHORITY

KENYA URBAN ROADS AUTHORITY KENYA URBAN ROADS AUTHORITY Efficient and safe urban roads YOUTH EMPOWERMENT PROGRAMME SUPPLY OF VARIOUS CONSTRUCTION MATERIALS TENDER No. KURA/RMLF/HQ/006/2015-2016 JULY, 2015 GENERAL MANAGER (D& C) DIRECTOR

More information

KARATINA UNIVERSITY PROPOSED LIBRARY

KARATINA UNIVERSITY PROPOSED LIBRARY KARATINA UNIVERSITY PROPOSED LIBRARY TENDER NAME: PLUMBING AND DRAINAGE SUB-CONTRACT BILL OF QUANTITIES (Re-tender) TENDER NUMBER: KarU/OT/05/LIB/2017-2018 Project Consultants: JKUATES LTD P.O. BOX 62000-00200

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

Request for Quotation (RFQ) for provision of internet connection in 6 flat office building in Abuja, Nigeria

Request for Quotation (RFQ) for provision of internet connection in 6 flat office building in Abuja, Nigeria Request for Quotation (RFQ) for provision of internet connection in 6 flat office building in Abuja, Nigeria RFQ:016/B5316/93767/SV/010 Version: v016.1.1 Invitation letter Dear Sir/Madam, Subject: Request

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

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

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

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1. Item rate tenders are invited from eligible contractors registered/enlisted with Central Government Departments/State Government Departments/

More information

PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/

PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/ PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/2017-2018 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900 www.kra.go.ke NAIROBI, KENYA. AUGUST, 2017 PREBID DATE: 5TH SEPTEMBER,

More information

Tender for Provision of Single Channel per Carrier (SCPC) VSAT Link between Kamburu Power Station and Turkwel Power Station

Tender for Provision of Single Channel per Carrier (SCPC) VSAT Link between Kamburu Power Station and Turkwel Power Station ` KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-IT-10-2015 Tender for Provision of Single Channel per Carrier (SCPC) VSAT Link between Kamburu Power Station and Turkwel Power Station Kenya Electricity

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) "Empanelment of HR Consultants for Recruitment Services Issue Date: 21 st June 2017 Last Date for Receipt of Proposal at SBI: 30 th June 2017 State Bank of India Central Recruitment

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

Project Administration Instructions

Project Administration Instructions Project Administration Instructions PAI 3.09 13 August 2014 PROJECT SUPERVISION DURING THE BIDDING PROCESS PART I SELECTION OF BIDDING PROCEDURE AND PREPARATIONS FOR BIDDING 1. This part addresses procedures,

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

DEVELOPMENT OF HIGH-RISE TWIN TOWERS ON JOINT VENTURE BASIS AT JAIL ROAD, LAHORE, PUNJAB, PAKISTAN PREQUALIFICATION DOCUMENTS

DEVELOPMENT OF HIGH-RISE TWIN TOWERS ON JOINT VENTURE BASIS AT JAIL ROAD, LAHORE, PUNJAB, PAKISTAN PREQUALIFICATION DOCUMENTS DEVELOPMENT OF HIGH-RISE TWIN TOWERS ON JOINT VENTURE BASIS AT JAIL ROAD, LAHORE, PUNJAB, PAKISTAN PREQUALIFICATION DOCUMENTS APRIL, 2017 1 Invitation for Prequalification (IFP No. LDA/SPU/MAR/PQD-001)

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

SOSi SUPPLIER CODE OF CONDUCT

SOSi SUPPLIER CODE OF CONDUCT » SOSi.COM SOSi SUPPLIER CODE OF CONDUCT OVERVIEW SOS International LLC, including each of its whollyowned or controlled subsidiaries (collectively, SOSi), is committed to excellence and to conducting

More information

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison NAFTA Chapter 10: Government Procurement Chapter Ten: Government Procurement Chapter Fifteen: Government

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

TENDER NO.KeNHA/1308/2016 ROUTINE MAINTENANCE OF JNCT A5 KIMANA-CHYULU GATE (B54) ROAD (FORMERLY C103 ROAD) JULY, 2016

TENDER NO.KeNHA/1308/2016 ROUTINE MAINTENANCE OF JNCT A5 KIMANA-CHYULU GATE (B54) ROAD (FORMERLY C103 ROAD) JULY, 2016 TENDER NO.KeNHA/1308/2016 ROUTINE MAINTENANCE OF JNCT A5 KIMANA-CHYULU GATE (B54) ROAD (FORMERLY C103 ROAD) JULY, 2016 GENERAL MANAGER - MAINTENANCE KENYA NATIONAL HIGHWAYS AUTHORITY P.O. BOX 49712-00100

More information

RIFT VALLEY WATER SERVICES BOARD

RIFT VALLEY WATER SERVICES BOARD RIFT VALLEY WATER SERVICES BOARD Telephone : (051) 221 3557 Fax: : (051) 221 4915 Cell : (+254) 718 313557 E-mail : info@ rvwsb.go.ke Maji Plaza Prisons Road Off Nakuru-Eldama Ravine Highway P.O. Box 2451-20100

More information

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SHAREPOINT

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SHAREPOINT TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SHAREPOINT TENDER NO. NCA/T/15/2017-2018 CLOSING FRIDAY 15 TH DECEMBER, 2017 AT 11.00AM NOVEMBER 2017. MANAGER, SUPPLY CHAIN NATIONAL

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

KOTA SMART CITY LIMITED

KOTA SMART CITY LIMITED KOTA SMART CITY LIMITED (An initiative of GoI, GoR & ULB) NATIONAL COMPETITIVE BIDDING Notice Inviting Online Bids For Development of Dussehra Maiden (Phase-I) Kota (NCB) NIB No. 01/2016-17 Bidding Document

More information

UNICEF s Procurement Processes and Tendering for Diagnostics

UNICEF s Procurement Processes and Tendering for Diagnostics UNICEF s Procurement Processes and Tendering for Diagnostics Joint UNICEF, UNFPA and WHO Meeting with Manufacturers and Suppliers UN City, Copenhagen Presented by: Lama Suleiman 23 September 2014 Contracts

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

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

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,

More information

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ]

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ] 1 Request for Quotation (RFQ) for Conducting audit of Online Campaign for Indian Plantations for IBEF Request for Quotation [RFQ] 20th Floor, Jawahar Vyapar Bhawan Tolstoy Marg New Delhi 110001 2 PART

More information

Triple C Housing, Inc. Compliance Plan

Triple C Housing, Inc. Compliance Plan Triple C Housing, Inc. Compliance Plan Adopted by Board of Directors on draft November 13, 2014 Overview Triple C Housing, Inc. is committed to its consumers, employees, contractual providers, vendors,

More information

Procurement of Goods, Works and Non- Consultant Services

Procurement of Goods, Works and Non- Consultant Services Evaluation Guideline for Quotations Procurement of Goods, Works and Non- Consultant Services Public Procurement Regulatory Authority P.O. Box 49, Dar es Salaam. 4 Th June, 2008 Preface This Evaluation

More information

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

UNIVERSITY OF SUNDERLAND STANDING ORDERS TENDERING AND CONTRACT PROCEDURES

UNIVERSITY OF SUNDERLAND STANDING ORDERS TENDERING AND CONTRACT PROCEDURES UNIVERSITY OF SUNDERLAND STANDING ORDERS TENDERING AND CONTRACT PROCEDURES Finance and Development Committee Revised February 2010 UNIVERSITY OF SUNDERLAND STANDING ORDERS ON TENDERING AND CONTRACT PROCEDURES

More information

Supplier Code of Business Conduct and Ethics

Supplier Code of Business Conduct and Ethics Supplier Code of Business Conduct and Ethics Table of Contents 1. Definitions 2. Purpose 3. Policy Statement 4. Workplace Standards and Practices and Compliance with the Law 5. Health, Safety and Environmental

More information

DIRECTORATE OF EXAMINATIONS ADMINISTRATION AND CERTIFICATION INVITATION TO TENDER FOR

DIRECTORATE OF EXAMINATIONS ADMINISTRATION AND CERTIFICATION INVITATION TO TENDER FOR DIRECTORATE OF EXAMINATIONS ADMINISTRATION AND CERTIFICATION INVITATION TO TENDER FOR THE PROVISION OF SECURITY PRINTING AND PACKAGING SERVICES FOR THE PRIMARY SCHOOL LEAVING EXAMINATIONS (PSLE), JUNIOR

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

Request for Proposal (RFP) N AFG/ELECT/5515/08

Request for Proposal (RFP) N AFG/ELECT/5515/08 RFP AFG/ ELECT/ 5515 / 08 Construction of Building Data Centre at IEC Compound Request for Proposal (RFP) N AFG/ELECT/5515/08 Date: Sept 3 rd 2008 Dear Sir/Madam, Subject: RFP AFG/ELECT/5515/08 Construction

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

THE ARAB REPUBLIC OF EGYPT. Enterprise Resourcing Planning system Procurement, Project Implementation and Supervision

THE ARAB REPUBLIC OF EGYPT. Enterprise Resourcing Planning system Procurement, Project Implementation and Supervision REQUEST FOR EXPRESSIONS OF INTEREST The request for expression of interest is not a request for bids, and the requested information should not involve a large amount of work from the applicants. In particular,

More information

INVITATION TO BID RWANDA

INVITATION TO BID RWANDA INVITATION TO BID Construction of a Bloc of toilet,installation of rainwater harvesting facilities and covered walkway at Kibuye High School, in the Bwishyura Sector, Karongi District Project of upgrading

More information

IDB CAPITAL LIMITED. At the Centre of Your Progress TENDER NUMBER: IDB/TENDER/001/

IDB CAPITAL LIMITED. At the Centre of Your Progress TENDER NUMBER: IDB/TENDER/001/ IDB CAPITAL LIMITED At the Centre of Your Progress TENDER NUMBER: IDB/TENDER/001/2016-2017 TENDER FOR THE IMPLEMENTATION OF AN HRMS SOLUTION IN NAVISION 2016 & MIGRATION OF NAVISON FINANCIALS FROM THE

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

REQUEST FOR PROPOSALS. REF: UNDPSO-RFP Development and Implementation of an Aid Information Management System (AIMS) for Somalia

REQUEST FOR PROPOSALS. REF: UNDPSO-RFP Development and Implementation of an Aid Information Management System (AIMS) for Somalia REQUEST FOR PROPOSALS REF: UNDPSO-RFP-2017-011 Development and Implementation of an Aid Information Management System (AIMS) for Somalia United Nations Development Programme August, 2017 1 Section 1. Letter

More information