Section - III Evaluation and Qualification Criteria

Similar documents
United Nations Development Programme (UNDP) FOR THE

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

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

Information Copy - Not for Bidding

Procurement Policy Office

PREQUALIFICATION DOCUMENTS. for. Procurement of

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

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

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

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

S ECTION 5 S CHEDULES

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

Supply to Rancho De Viti Investments Corporation at Maranitawa - Ba (Scheme No. G52/07)

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

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

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

KERIO VALLEY DEVELOPMENT AUTHORITY

Oman LNG LLC. Pre-Qualification Questionnaire. QEN EPC to Construct Car Parking Sheds with Solar Photovoltaic Panels

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

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

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

Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project. Invitation for Bid (IFB) DISP-KIWASH

Request for Quotation (RFQ) for Provision of Office Generator parts (Alternator and Injection Pump) for UNOPS Office in Mazar-i-Sharif Afghanistan

SCHOOL EQUIPMENT PRODUCTION UNIT

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.

P.V.C. INSULATED ALUMINIUM SERVICE MAIN WIRE-FINISHED PRODUCT

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION

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

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

STANDARD TENDER EVALUATION REPORT FORMAT FOR PROCUREMENT OF WORKS (MAJOR CONTRACTS)

SUPPLIER QUALITY REQUIREMENTS

PROJECT: INCREASE DEMAND FOR UNIVERSITY OF FIJI- KULA STREET SAMABULA SCHEME: G115-15

LEVEL I PREQUALIFICATION DOCUMENTS

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.

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

Section 2: Instruction to Bidders

THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED

ROADS AND FLEET MANAGEMENT DEPARTMENT

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

Fixing of PVC Net, Self Fusing High Voltage Insulation Tape & Catenary Sleeve (MVLC) on Main line in Delhi. Metro Rail Corporation Ltd.

CLOSING DATE 21 st MARCH 2016

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

Jhabua Power Ltd. NOTICE INVITING BIDS

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

1. Sinopse do Pedido de Cotação

ETHICS AND ANTI-CORRUPTION COMMISSION

EJCDC Contract Documents for America s Infrastructure Buy online at

VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR

Tavua to Volivoli- Stage 3, 5 (Pole 50 to Pole 93)

ContourGlobal Hydro Cascade CJSC. Rehabilitation of Vorotan Cascade Hydropower Plants. PROCUREMENT DOCUMENT Prequalification of Bidders

COMUNICATIONS AUTHORITY OF KENYA

Guidance on the Application. of ISO / IEC Accreditation International Association for Certifying Bodies

DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

REQUEST FOR PROPOSALS

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

Level 6 NVQ Diploma in Construction Site Management (Construction)

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

INVITATION TO BID ITB-188/16

KARATINA UNIVERSITY PROPOSED LIBRARY

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

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

KENYA URBAN ROADS AUTHORITY Efficient and Safe Urban Roads TENDER DOCUMENT FOR PERIODIC MAINTENANCE WORKS WITHIN WESTERN REGION

INVITATION TO BID RWANDA

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

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

Application Document. for

Procedures: QP 4 through QP 8, QP 16, QP 17, and QP 19

CIRCULAR GENERAL PROVISIONS

DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA UVA WELLASSA UNIVERSITY BIDDING DOCUMENT

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS FOR RENOVATION/ INTERIOR FURNISHING WORKS

FSC Forest Management Group System Procedures

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

CQR-1. CONTRACTOR QUALITY REQUIREMENTS for CONSTRUCTION SERVICES Revision Date: 6/8/2015

Invitation to Negotiate

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

supply, Installation, testing & commissioning of panel gas flooding system with NOVEC 1230 at Mandi House/L-3 & GTBN Underground station of DMRC

ITB for Procurement of Goods

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

600 - Phase C Intermediate Review Checklist for the Architect- Engineer

INVITATION OF TENDER FOR TERMINAL AUTOMATION SYSTEM (TLF + TFMS) & SAFETY PLC RELATED AUTOMATION JOB AT SEVEN LOCATIONS (BATHINDA, MUGHALSARAI,

REQUEST FOR QUOTATIONS (RFQ)

1. You are requested to please forward your offer for the following:-

INVITATION TO BID. Implement Construction Works (ITB/GLED/10/2016)

TENDER NO.NPSC.1/11/4/001/

FRAMEWORK TO GUIDE THE DEVELOPMENT OF A FIRST NATION TENDERING POLICY

Stephane Giraud Director Dams & River Works FIDIC Accredited Trainer & Adjudicator Egis Group

BANK REFERENCE LETTER/SOLVENCY CERTIFICATE (On Bank s Letter Head) Certified that M/s at (address) is having an account in our bank

Supplement 1 to EA-2/13 EA Cross Border Accreditation Policy and Procedure for Cross Border Cooperation between EA Members

Workforce Innovation and Opportunity Act of 2014, Public Law , Sections 107(d)(10)(A), 107(g)(2), and 121(d),

Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services

Date; August 24, 2016

Kenya Commercial Bank

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

ILLINOIS HOUSING DEVELOPMENT AUTHORITY STANDARDS FOR CONSTRUCTION COST ESTIMATING

Tanahu Hydropower Limited. Invitation for Expression of Interest (EOI) for consultancy services. for

CALL FOR COMBINED HEAT AND POWER (CHP) PROJECTS. Program Guide

ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION

MMTC LIMITED Core No.1, Scope Complex, 7 Institutional Area, Lodhi Road, New Delhi

Transcription:

Section - III Evaluation and Qualification Criteria

1-2 Table of Clauses TABLE OF CLAUSES... 2 1. EVALUATION... 4 1.1 TECHNICAL EVALUATION... 4 1.2 ECONOMIC EVALUATION... 5 2. QUALIFICATION... 6 2.1 ELIGIBILITY... 6 2.1.1 NATIONALITY... 6 2.1.2 CONFLICT OF INTEREST... 6 2.1.3 BANK INELIGIBILITY... 6 2.1.4 GOVERNMENT OWNED ENTITY... 6 2.1.5 INELIGIBILITY BASED ON A UNITED NATIONS RESOLUTION OR BORROWER S COUNTRY LAW... 6 2.2 HISTORICAL CONTRACT NON-PERFORMANCE... 7 2.2.1 HISTORY OF NON-PERFORMING CONTRACTS... 7 2.2.2 PENDING LITIGATION... 7 2.3 FINANCIAL SITUATION... 8 2.3.1 HISTORICAL FINANCIAL PERFORMANCE... 8 2.3.2 AVERAGE ANNUAL TURNOVER... 8 2.3.3 FINANCIAL RESOURCES... 9 2.4 EXPERIENCE... 10 2.4.1(A) GENERAL EXPERIENCE.... 10 2.4.2 SPECIFIC EXPERIENCE... 10 2.4.2 SPECIFIC EXPERIENCE... 11 2.5 PERSONNEL... I 2.6 EQUIPMENT... I 2.7 SUBCONTRACTORS... I

Section III. Evaluation and Qualification Criteria Following Prequalification 1-3 This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders. In accordance with ITB 35 and ITB 37, no other factors, methods or criteria shall be used. The Bidder shall provide all the information requested in the forms included in Section IV, Bidding Forms.

Section III. Evaluation and Qualification Criteria Following Prequalification 1-4 1. Evaluation 1.1 Technical Evaluation 1. The ITB 35.2 (a) and 35.2(b) are supplemented by the following listed s: The bidder shall demonstrate as part of the s of ITB 16.1 the design, installation and project management capabilities through detailed presentation of the firm s design, engineering, installation and project management methodology. This shall include method statements on, a. Detailed Method statement describing all process of overhead line and underground cables design and installation. b. Engineering of Distribution Lines c. Project Management. The contractor will give a presentation of Project time implementation schedule with matched resources (Human, Tools and Equipment) to ensure timely completion. d. Quality control measures, a narration of specific quality control mechanisms measures at design, manufacture, erection, installation, testing and commissioning. The presentation shall include method of recruitment/selection of the subcontractors/sub suppliers and how they will be supervised. e. Safety, Health and Environmental plan This should Include a narration of expected safety risks, taking into account local conditions, and mitigation measures that will be adopted to ensure that the projects are completed without accidents, with minimum negative impact on the environment. 2. The Bid shall include documentary evidence of the bidder s qualifications, comprehensive enough to allow the Employer to carry out post-qualification as described in 2.0 below 1.2 Eligibility and Conformity of Facilities 1. Equipment and materials supplied shall meet the technical s, s of type test, routine test, sample test, prequalification test, and electrical test after installation as specified in technical specifications. 2. Bidders shall provide duly completed the following technical documents: a. All Technical Schedules with detailed information of offered materials and equipment, in which all required information, should be filled completely as specified in the Tender documents. b. Copies of Type Test Reports and technical documents (catalogue, brochures, drawings.) of each major item (Conductors, Insulators, Concrete Poles, Disconnectors and Line Hardware) offered. Copies of Type Test Reports shall meet the following s: i. Type Test Reports shall be carried out by a laboratory independent from the manufacturer or with the witness of independent laboratory. Accreditation certificate for the testing laboratory shall be presented.

Section III. Evaluation and Qualification Criteria Following Prequalification 1-5 ii. Results of type test shall have been conducted at least six (6) months prior to the date of tender submission. The bidder shall submit contact details (Title, email, and fax) of certifying laboratory. iii. Testing materials and equipment in Type Test Reports shall have the same code/ country / manufacturer and technical parameters as offered materials and equipment. Type tests of non-conforming materials/equipment shall not be accepted. iv. Type Test Reports shall include all items tested and results confirming that they meet the s of applied standards as stipulated in Tender Documents. 3. The manufacturer of the major equipment (Conductors, Insulators, Concrete Poles, Disconnectors and Line Hardware) is required to have been awarded a valid ISO 9001 Certificate or equivalent Quality Assurance Certification. 4. References for similar types of major equipment (see 3 above) to be supplied must demonstrate that they have been installed and been in service for at least five (5) years outside the country of manufacture. 5. In the case of a Bidder who offers to supply and install major items of supply under the contract that the Bidder did not manufacture or otherwise produce, the Bidder shall provide the manufacturer s authorization, using the form provided in Section IV, 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 Employer s country. The Bidder is responsible for ensuring that the manufacturer or producer complies with the s of ITB 4 and 5 1.2 Economic Evaluation The following factors and methods will apply: (a) Time Schedule: Time to complete the Plant and Installation Services from the effective date specified in Article 3 of the Contract Agreement for determining time for completion of facilities is: 15months, and shall include time for design services of the contract. Bids offering completion after 15months will be disqualified. (c) Specific additional criteria The Employer shall, at its discretion, and for evaluation purposes only, add to the bid price the cost of quantifiable deviations and omissions from the Technical Specifications as identified in the bidding document. For purposes of contract however, the employer shall assume that the price of any omissions, even if not explicitly stated, is included in the bid price. In the case of deviations, the employer reserves the right to accept or reject offered equipment with unacceptable deviations from those specified in the tender.

Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification 1-6 2. Qualification Factor 2.1 Eligibility Criteria Sub-Factor Requirement 2.1.1 Nationality Nationality in accordance with ITB 4.2. Bidder Single Entity Joint Venture, Consortium or Association All s combined Each At least one Existing or intended JVA must meet Documentation Required Form ELI 1.1 and 1.2, with attachments 2.1.2 Conflict of Interest No conflicts of interests as described in ITB 4.3. Existing or intended JVA must meet Letter of Bid 2.1.3 Bank Ineligibility Existing JVA must meet Letter of Bid 2.1.4 Government Owned Entity Compliance with conditions of ITB 4.5 Form ELI 1.1 and 1.2, with attachments 2.1.5 Ineligibility based on a United Nations resolution or Borrower s country law Not having been excluded as a result of the Borrower s country laws or official regulations, or by an act of compliance with UN Security Council resolution, in accordance with ITB 4.8 Existing JVA must meet Letter of Bid

Option A - Section III. Evaluation and Qualification Criteria Without Prequalification 1-7 Factor 2.2 Historical Contract Non-Performance Criteria Bidder Sub-Factor Requirement Single Entity Joint Venture, Consortium or Association All s combined Each At least one Documentation Required 2.2.1 History of non-performing contracts Non-performance of a contract did not occur within the last Five (5) years prior to the deadline for application submission, based on all information on fully settled disputes or litigation. A fully settled dispute or litigation is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective contract, and where all appeal instances available to the bidder have been exhausted. by itself or as to past or existing JVA by itself or as to past or existing JVA Form CON - 2 2.2.2 Pending Litigation All pending litigation shall in total not represent more than twenty percent (20%) of the Bidder s net worth and shall be treated as resolved against the Bidder. by itself or as to past or existing JVA by itself or as to past or existing JVA Form CON 2

Option A - Section III. Evaluation and Qualification Criteria Without Prequalification 1-8 Factor 2.3 Financial Situation Sub-Factor 2.3.1 Historical Financial Performance Criteria Requirement Submission of audited balance sheets or if not required by the law of the bidder s country, other financial statements acceptable to the Employer, for the last Five [5] years to demonstrate the current soundness of the bidders financial position and its prospective long term profitability. Bidder Single Entity Joint Venture, Consortium or Association All s combined Each At least one N/A Documentation Required Form FIN 3.1 with attachments 2.3.2 Average Annual Turnover Minimum average annual turnover of: USD 9,000,000 for lot 1 USD 6,400,000 for lot 2 USD 3,900,000 for lot 3 N/A seventy percent (70%) of the Form FIN 3.2 Calculated as total certified payments received for contracts in progress or completed, within the last Five (5) years

Option A - Section III. Evaluation and Qualification Criteria Without Prequalification 1-9 2.3.3 Financial Resources The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet the following cash-flow : (i) Capacity to have a cash flow amount of: USD 906,000 for Lot 1 USD 640,000 for Lot2 USD 397,000 for Lot3 (ii) The overall cash flow s for this contract and its current commitments. N/A eighty percent (80%) of the Form FIN 3.3

Option A - Section III. Evaluation and Qualification Criteria Without Prequalification 1-10 Factor 2.4 Experience Criteria Sub-Factor 2.4.1(a) General Experience. Requirement Experience under contracts in the role of contractor, subcontractor, or management contractor for at least the last seven [7] years prior to the applications submission deadline, and with activity in at least nine (9) months in each year. Bidder Single Entity Joint Venture, Consortium or Association All s combined Each At least one Documentation Required Form EXP-2.4.1 2.4.1(b) General Experience Outside country of Registration Experience under contracts in the role of contractor, subcontractor, or management contractor for at least one infrastructure project outside the country of registration in the last seven (7) years. (Condition doesn t apply to companies registered in Kenya) 2.4.2 Specific Experience (a) Participation as contractor, management contractor, or subcontractor, in at least two (2) contracts within the last five (5 ) years, that have been successfully and substantially completed and that are similar to the proposed Plant and Installation Services. The similarity shall be based on the physical size, complexity, methods /technology, with s for all characteristics for one characteristic Form EXP-2.4.1 Form EXP 2.4.2(a)

Option A - Section III. Evaluation and Qualification Criteria Without Prequalification 1-11 Factor Sub-Factor 2.4.2 Specific Experience 2.4 Experience Criteria Requirement multiple sites under one contract that are geographically widespread or other characteristics as described in Section VI, Employer s Requirements. (b) For the above or other contracts executed during the period stipulated in 2.4.2(a) above, a minimum experience in the following key activities as follows: Design, supply and installation of 33KV and 66KV Lines and cables. Installation of OPGW, ADSS and associated works Bidder Single Entity s Joint Venture, Consortium or Association All s combined Each At least one s s Documentation Required Form EXP-2.4.2(b)

Option A - Section III. Evaluation and Qualification Criteria Without Prequalification 2.5 Personnel The Bidder must demonstrate that it will have the personnel for the key positions that meet the following s: No. Position Total Work Similar Experience (years) 1 Construction Manager 10 10 2 Design Engineer - Electrical 7 5 3 Resident Project Manager 7 5 4 Construction Engineer - Electrical 7 5 5 Safety Health & Environment Manager 7 5 In Similar Works Experience (years) The Bidder shall provide details of the proposed personnel and their experience records in the relevant Forms included in Section IV, Bidding Forms. 2.6 Equipment The Bidder must demonstrate that they will have access to the key Contractor s equipment listed hereafter: No. Equipment Type and Characteristics Minimum Number required 1 Testing equipments for distribution lines. (Live line tester for 33KV and 66KV, Clamp two resistance measuring equipment, Earth resistance measuring equipment, portable Earthing conductors.) 2 Excavation Machines two 3 (Lifting equipment - Tonnes) for the size of two poles described in the scope 4 Line construction Tools (List and provide details in the relevant form in section IV) The Bidder shall provide further details of proposed items of equipment using the relevant Form in Section IV. 2.7 Subcontractors Subcontractors/manufacturers for the following major items of supply or services must meet the following minimum criteria, herein listed for that item: Item No. Description of Item Minimum Criteria to be met 1 Sub contractor for the line component Must have completed at least 2 line projects of similar size. Failure to comply with the s in the table above will result in rejection of the subcontractor/s