Professional Documents
Culture Documents
St Paul/Phoenix Mauritius Tel No: (230) 601-5000, Fax No: (230) 686-6264, email: cwa@intnet.mu
CONTRACT No. C 2013/18 PREQUALIFICATION OF CONTRACTORS FOR THE IMPLEMENTATION OF TELEMETRY AND TELESURVEILLANCE PROJECT FOR DWS North
PREQUALIFICATION DOCUMENT
May 2013
May 2013
1. The Central Water Authority (CWA), hereinafter referred as " Employer", is inviting applications
from potential contractors for eventual prequalification by the Authority for the Contract, related to the Implementation of Telemetry and Telesurveillance Project. The purpose of this Project, covering all DWS North district of Mauritius Island, is to provide the real-time monitoring status of the electromechanical controls/Instruments of pumping stations (borehole and surface pumps), outlets of clean water tanks from water treatment plants and Water levels in service reservoirs and boreholes, the flow and pressure at nodal points in the distribution networks and any other sites of works by means of a SCADA System. This system will also permit the control of pumps from remote centers.
2. It is expected that Invitation to Bid will be made by end of August 2013. 3. Prequalification is open to international and local firms in joint ventures as morefully described at
Clause 4.0 under Notice for Prequalification..
- M - S.Din
6. To pre-qualify, Applicants shall show proof of experience in SCADA Projects as spelt out at section
3.0- Qualification Criteria of the Instructions to Applicants.
7. All queries relating to the above shall be directed to the Employer not less than one month before the
closing date for submission of the Prequalification Documents.
8. The application forms duly filled in and signed in one (1) original and three (3) copies and a full
copy on CD-Rom, together with supporting documents in a sealed envelope clearly marked Contract C2013/18 - Prequalification of Contractors for the Implementation of Telemetry & Telesurveillance Project shall be deposited in the Tender Box 3rd Floor, CWA Head Office, St Paul Phoenix, Mauritius on Wednesday10th July 2013 up to not later than 13:00 hrs (Local Time).Late submissions will not be considered.
9. Applicants will be advised of the result of their application and the names of the pre-qualified
contractors at least two weeks before the date of issuing Invitation to Bid. Only firms and joint ventures pre-qualified under this procedure will be invited to bid for the Project.
Instructions to Applicants
1. Scope of Bid
1. The Central Water Authority, hereinafter referred as "Employer", intends to prequalify
prospective contractors with proven experience in the field of Telemetry and Telesurveillance for executing the Implementation of Telemetry and Telesurveillance Project. The purpose of this Project, covering the DWS North district of Mauritius island , is to provide the real-time monitoring status of the electro mechanical controls/instruments of pumping stations (borehole and surface pumps), outlets of clean water tanks from water treatment plants, water levels in service reservoirs, the flow and pressures at nodal points in the distribution network and any other sites of works by means of a SCADA system. This system will also permit the control of pumps and generators from remote centers. It is expected that Invitations to Bid will be made by end of August 2013.
2. Prequalification is open to local and international firms in joint ventures as morefully described
at Clause 4.0 under Notice for Prequalification .
3. General information on the Project layout, components and the expected construction period is
given at Annex 3. The contract will be a Lump Sum type contract. The Bidding Documents will be modeled on the FIDIC Condition of Contract for E&M Works- 3rd Edition 1987 reprinted 1988, including their current and securities provisions.
Instructions to Applicants
2. Submission of Applications
2.1 Submission of applications for prequalification must be received in sealed envelopes, which shall be deposited in the Tender Box on 3rd floor CWA Head Office, St Paul, Phoenix,, Mauritius as detailed at paragraph (8) of the Invitation for Prequalification. The Contractors submission shall be in accordance with the Prequalification Forms for Contractors attached hereto (Refer to Annex 1). 2.2 The name and mailing address of the Applicant shall be clearly marked on the inner envelope. 2.3 All the information requested for prequalification shall be answered in the English language by foreign and local Applicants and joint ventures including foreign and local firms. Where information is provided in another language, this shall be accompanied by a translation of its pertinent parts into English language. This translation will govern and be used for interpreting the information. 2.4 Failure to provide information which is essential to evaluate the Applicants qualifications, or to provide timely clarification or substantiation of the information supplied, may result in disqualification of the Applicant
3. Qualification Criteria
3.1 Prequalification will be based on compliance with the following criteria and the mandatory documents to be submitted regarding the Applicants general and specific experiences, technical and financial capacities, as demonstrated by the Applicants responses in the forms attached to the Letter of Application. The Employer reserves the right to waive minor deviations, if they do not materially affect the capability of an Applicant to perform the contract. Subcontractors' experience and resources shall not be taken into account in determining the Applicants compliance with the qualifying criteria. The Applicant shall fully meet all the following minimum criteria: 3.2. General Experience. The Applicant shall be a foreign established firm for the past ten (10) years having a joint venture with a local Mauritian firm with at least five (5) years experience. Applicant shall note that application presented by Single Entity Company (without being in joint venture with local Mauritian firm) will be rejected.
Instructions to Applicants
3.3
Specific Experience.
The Joint Venture, shall have completed successfully during the last 10 years: a minimum of four SCADA contracts of similar nature and complexity each with a minimum of 25 RTU, or two contracts with 50 RTU, or one contract with 50 RTU plus two contracts with 25 RTU, each of these contracts shall include radio and/or GPRS/GSM transmission system a minimum of 2 contracts shall include GPRS/GSM transmission system, The Partners shall collectively fulfil the above criteria. The Lead Partner shall however have completed:
a minimum of two SCADA contracts of similar nature and complexity, each with a minimum
of 25 RTU, or one contract with 50 RTU, each of these contracts shall include radio and/or GPRS/GSM transmission system,
3.4
Technical Capabilities The Applicant shall have suitably qualified key personnel to fill the key positions of the Head Office and Site Office Team that will be in charge of the direction and execution of the works under this Project. The Applicant shall provide the required information (Section H of Prequalification Forms) on a prime candidate and an alternate for each position, both of whom shall meet the minimum experience requirements specified below:
Position Overall Experience (years) Project Manager Chief Design Engineer Site Engineer Representative Commissioning Engineer. 15 15 10 5 Experience in relevant position (years) 5 5 5 3 No. of SCADA Projects of similar nature and complexity, completed (Nos) 2 2 2 2
3.4
Financial Capacity The certified Audited Balance Sheets for the last five years (2008 to 20012 or 2007 to 2011) are required to be submitted. Accountants Certificate shall confirm value of Assets & Liabilities as at 31 March 2012 and the same shall be submitted.
Instructions to Applicants
a. Average Annual Turnover (defined as billing for similar works in progress or completed) over the
last three years shall be at least of Euro Three million (Eur 3M) or equivalent. b.
c. Overall Profit. The Applicant shall have made an overall profit in any two out of the last five
financial years. Each partner shall fulfil the above criteria.
d. Credit. The Applicant shall demonstrate that he has access to, or has available, liquid assets, and/or
unencumbered real assets, and/or lines of credit, and/or other financial means sufficient to meet the contract cash flow for a period of 3 months, estimated at: Euro 0.5 Million (Eur 0.5M) or equivalent, net of the Applicants commitments for other contracts.
Collectively:
3.4 Litigation History. The Applicant shall provide accurate information on any litigation or arbitration
resulting from contracts completed or under execution by him over the last five years. A consistent history of awards against the Applicant or any partner of a joint venture may result in rejection of the application.
4. Joint Ventures
1. Joint Ventures shall comply with the requirements of Section 3 above and the Lead Partner can be either a RTU Manufacturer or an M&E and Telecommunication Contractor.
4.2 All the contracting firms constituting a joint venture will be jointly liable in solido. The Lead Partner in the joint venture shall be financially capable and shall assume all contractual obligations and liabilities for the satisfactory execution of the contract. A pro-forma of a Joint Venture Agreement shall be submitted at the stage of prequalification exercise and shall clearly indicate the obligations of each partner of the Joint Venture. 4.3 Any change in partners after the deadline for submission of application for prequalification will not be accepted.
Instructions to Applicants
4.4 No partner in a joint venture is allowed to participate in this prequalification exercise, either individually or as a partner in any other joint venture or association.
6. Conflict of interest
The Applicant (including all members of a joint venture) shall not be associated, nor have been associated in the past, with the Consultant of this Project or any other entity that has prepared the design, specifications, and other prequalification and bidding documents for the Project, or that was proposed as Engineer for the Contract, over the last five years. Any such association may result in the disqualification of the Applicant.
7. Covenant of Integrity
The Applicant shall submit a duly signed Covenant of Integrity Form as appended at Annex - 2, at stage of submission of documents for prequalification exercise.
9. Domestic Preference
No domestic preference.
10. General
10.1 Only Contracting joint venture firms that have been pre-qualified under this procedure will be invited to bid. A qualified firm or a member of a qualified joint venture may participate in only one bid for the contract. If a firm submits more than one bid, singly or in joint venture, all bids including that party will be rejected. This rule will not apply in respect of bids which include specialist subcontractors or suppliers who are used by more than one bidder. 10.2 The successful bidder will be required to provide a Performance Security in the sum of 10% of the total contract sum. Format of acceptable forms will be supplied with the bidding documents. 10.3 The Employer reserves the right to:
a. amend the scope of the works, extent of supply and value of the contract to be bid by an amount of
+/- 20% of the Bid Value.,
b. reject or accept any application; and c. cancel the prequalification exercise and reject all applications.
Instructions to Applicants
10.4 Applicants will be advised of the result of their application and the names of the pre-qualified contractors at least two weeks before the date of issuing the Invitation to Bid. Only joint ventures prequalified under this procedure will be invited to bid for the Project.
Date: ________________________ To: The General Manager Central Water Authority Head Office St Paul, Phoenix MAURITIUS
Sir, 1) Being duly authorized to represent and act on behalf of .............................................. (name of Applicant1) (hereinafter referred as Applicant "), and having reviewed and fully understood all the prequalification information provided, the undersigned hereby apply to be pre-qualified by yourselves as a bidder for the following works contract under the implementation of the Telemetry and Telesurveillance Project:
Contract C 2013/18 A: Impelementation of Works for the Telemetry and Telesurveillance Project for DWS (North) including Design, Manufacture, Supply, Transportation, Erection, Testing and Commissioning of Equipment, Miscellaneous Civil Works and Training. 2) Attached to this letter are copies of original documents defining2:
a. the Applicants legal status; b. the principal place of business; and c. the place of incorporation (for Applicants who are corporations); or
the place of registration and the nationality of the owners .. (for Applicants who are partnerships or individually-owned firms).
In case of joint ventures, list all partners of the joint venture and identify clearly the lead partner.
For application by joint ventures, all information requested in the Invitation Document is to be provided for each partner in the joint venture separately. Each partner in the joint venture shall sign the Applicants Letter.
3)
Your Agency and its authorized representatives are hereby authorized to conduct any inquiries or investigations to verify the statements, documents, and information submitted in connection with this application, and to seek clarification from our bankers and clients regarding any financial and technical aspects. This Letter of Application will also serve as authorization to any individual or authorized representative of any institution referred to in the supporting information, to provide such information deemed necessary and requested by yourselves to verify statements and information provided in this application, or with regard to the resources, experience, and competence of the Applicant.4)Your Agency and its authorized representatives may contact the following persons for further information3
Name Telephone No. E-mail address
General and managerial inquiries Contact 1: Contact 2: Personnel inquiries Contact 1: Contact 2: Technical inquiries Contact 1: Contact 2: Financial inquiries Contact 1: Contact 2:
a. bids by pre-qualified Applicants will be subject to verification of all information submitted for
prequalification at the time of bidding;
Applications by Joint Ventures shall provide on a separate sheet equivalent information for each party to the application
6)4 Appended to this application, we give details of the participation of each party, including capital contribution and profit/loss agreements, to the joint venture or association. We also specify the Lead Partners financial commitment in terms of the percentage of the value of the contract, and the responsibilities of each of the parties of the Joint Venture for execution of the contract. 7) We confirm that in the event that we bid, that bid as well as any resulting contract will be:
a. signed so as to legally bind partners, jointly and severally; and b. submitted with a joint venture agreement providing the joint and several liability of all partners in the
event the contract is awarded to us. 8) The undersigned declare that the statements made and the information provided in the duly completed application are complete, true, and correct in every detail.
Signed Name For and on behalf of:. 5 (name of Applicant or lead partner of a joint venture)
Applicants who are not joint ventures shall delete the paras.6 and 7 ) Power of attorney for signatories shall be attached to this letter Words indicated in italics in this letter form should be omitted in the Applicants letter
Obj113
Page
of
Pages
PREQUALIFICATION FORM
Company: .
CENTRAL WATER AUTHORITY (CWA) Saint-Paul, Phoenix MAURITIUS IMPLEMENTATION of TELEMETRY and TELESURVEILLANCE PROJECT for DWS North MAURITIUS
Date
Page
of
Pages
PREQUALIFICATION FORM
Company: .
Page
of
Pages
PREQUALIFICATION FORM
Company: . B - Note to Applicants
1 2 3 4 5 6 Please answer all questions. Supplementary pages may be photocopied or copied and inserted if required Please number each page in the space provided at the top of each page. Please retain a copy of your complete submission. If a joint venture is proposed, all companies are to respond to all questions Financial data is to be given in Euro unless otherwise requested. Standard pages A. Title page B. Note to Applicants C. Structure and organization 1 D. Structure and organization 2 E. Financial statement F. Joint Venture G. Resource: personnel 1 H. Resources: personnel 2 I. Suppliers and Subcontractors J. Experience: geographical K. Experience: relevant projects completed L. Experience: project in progress M. Additional information Please list below any additional pages attached to each standard page:
Page
of
Pages
PREQUALIFICATION FORM
Company: . C - Structure and organization 1
1 Name of Company: Geographic/Postal Address(es):
Fax number:
2 Description of Company (for example, RTU/PLC Manufacturer, M&E Contractor and Telecommunication Contractor)
Number of years experience of M&E works as a manufacturer and/or prime contractor: Number of years experience of M&E works as a partner in Joint Venture and/or subcontractor, as applicable:
4 5
Names and addresses of associated companies to be involved in the Project and whether parent/subsidiary/other:
If the company is a subsidiary, what involvement, if any, will the parent company have in the Project?
..
Page
of
Pages
PREQUALIFICATION FORM
Company: .
Seal & signature of Applicant
D - Structure and
organization 2
7. Names and addresses of any associate(s) or representative(s), the company has in the
country of the Project, knowledgeable in the procedures of customs, immigration, employment, etc.:
8. Please indicate here or attach an organisation chart showing the company structure including
the positions of key technical personnel of the Project, if relevant.
Page
of
Pages
PREQUALIFICATION FORM
Company: .
Page
of
Pages
PREQUALIFICATION FORM
Company: .
E - Financial statement
1 Turnover - Annual value (in EURO - Current Rate of Exchange to be used if applicable) of execution of similar works undertaken for each of the last five years and projected for current year. Year Amount Current 2012 2011 2010 2009 2008
Profit Credit Line Year Current 2012 2011 2010 2009 2008
Please attach copies of the companys last five (5) years accounts (profit/loss, assets/liabilities) and other financial data which you consider to be useful. List all attachments below:
..
Page
of
Pages
PREQUALIFICATION FORM
Company: .
Seal & signature of Applicant
F - Joint
Venture
If the company intends to enter into a joint venture for the Project, please give the following information and attach a pro-forma Joint Venture Agreement as required in the Instructions to Applicants, otherwise state not applicable:
3.
Page
of
Pages
PREQUALIFICATION FORM
Company: .
Page
of
Pages
PREQUALIFICATION FORM
Company: .
G - Resource: Personnel 1
1 Number of staff: Technical: Administrative:
Page
of
Pages
PREQUALIFICATION FORM
Company: .
H - Resources: Personnel 2
Please list below information about key personnel of the Project as required in the Instructions to Applicants and attach detailed CVs: Position: Project Manager Prime Candidate Name:.. Total years of experience:in above position No. of similar project completed, type and value: Linguistic ability relevant to the Project: _________________________________________________________Alternate Candidate Name:.. Total years of experience:in above position No. of similar project completed, type and value: Linguistic ability relevant to the Project:
Position: Chief Design Engineer Prime Candidate Name:..: Total years of experience:in above position No. of similar project completed, type and value: Linguistic ability relevant to the Project: _________________________________________________________Alternate Candidate Name:.. Total years of experience:in above position No. of similar project completed, type and value: Linguistic ability relevant to the Project:
Page
of
Pages
PREQUALIFICATION FORM
Company: .
Seal & signature of Applicant
I Suppliers/Manufacturers and
Subcontractors
1 For main parts of the equipment to be purchased, please state the type of equipment and, if known, give the name and address of the suppliers/ manufacturer(s).
If it is foreseen that any part of the contract will be subcontracted state the type of work to be undertaken by the subcontractor(s) and, if known, give the name and address of the subcontractor(s) to be used.
Page
of
Pages
PREQUALIFICATION FORM
Company: .
J - Experience: Geographical
1 Countries in which work similar to the Project has been undertaken:
________________________________________________________________ 2 Summary of experience of company in the country of the Project and/or neighbouring states:
..
Page
of
Pages
PREQUALIFICATION FORM
Company: .
Seal & signature of Applicant
Completed
Please fill in information about the similar projects completed over the past ten (10) years
Name of the Employer Tel/Fax No. ; E-mail Name of project , Location, Summary, No. of RTU, Type of transmission system, etc.
Name of (consulting) Engineer responsible for supervision Contract price (Euro) and date Percentage of participation of company in project Final Completion Certificate to be attached
..
Page
of
Pages
PREQUALIFICATION FORM
Company: .
Seal & signature of ApplicantL
Give information about all projects in progress, including those where the company has received a letter of intent, but a formal contract has not been awarded.
Name of Employer Tel/Fax No. ; E-mail Name, location and type of project
Name of (consulting) Engineer responsible for supervision Value of Contract (Euro) Value completed and certified (Euro) Percentage of participation of company in project Percentage of practical Completion Scheduled date of completion of work
..
Page
of
Pages
PREQUALIFICATION FORM
Company: .
Seal & signature of Applicant Please describe: 1 Companys Quality Assurance System:
M - Additional information
Companys history of litigation or arbitration from contracts executed in the last five years or currently under execution. Please indicate for each case year, name of employer, cause of litigation, matter in dispute, disputed amount and whether the award was for against company.
Please add any further information which you consider to be relevant to the evaluation of your application for prequalification. If you wish to attach other documents please list below.
Page
of
Pages
PREQUALIFICATION FORM
Company: .
Obj114
Corrupt Practice means the offering, giving or promising of any improper advantage to influence the action of a Public Official, or the threatening of injury to his person, employment, property, rights or reputation, in connection with any procurement procedure or in the execution of any contract in order that any person may obtain or retain business improperly or obtain any other improper advantage in the conduct of business. Fraudulent Practice means a dishonest statement or act of concealment which is intended to, or tends to, influence improperly the procurement process or the execution of a contract to the detriment of the Project Owner, or is designed to establish tender prices at non-competitive levels and to deprive the Project Owner of the benefits of fair and open competition, and includes collusive practices (whether before or after tender submission) among tenderers or between a tenderer and a consultant or a representative of the Project Owner. Project Owner means the person designated as such in the tender documents or the contract. Public Official means any person holding a legislative, administrative, managerial, political or judicial post in any country, or exercising any public function in a any country; or a director or employee of a public authority or of a legal person controlled by a public authority of any country; or a director or official of a public international organisation. Prohibited Practice means an act that is a Corrupt Practice or a Fraudulent Practice.
Obj115
PROJECT DESCRIPTION
1.
Project context
The Central Water Authority (CWA), which is responsible for the supply and distribution of drinking water in Mauritius, requires the implementation of a comprehensive telemetry and telesurveillance system in the form of a SCADA (Supervisory Control And Data Acquisition system) to cover the District Water Supply (DWS) North of the island as shown on the map attached hereto. The purpose of this Project is to provide the real-time monitoring status of the electro mechanical controls/instruments of pumping stations (borehole and surface pumps),outlets of clean water tanks from water treatment plants and water levels in service reservoirs, the flow and pressures at the nodal points in the distribution network and any other sites of works by means of a SCADA system. This system will also permit the control of pumps from remote centres. The system will be easily extendable to accommodate new sites (RTU) in the future.
2.
Project Summary
Data are sent from each RTU to the relevant district offices (Secondary Control Centre). From these SCC data are transmitted to CWA Head office and to M&E offices North (maintenance & operation centers). Some of the remote stations (RS) have a concentrator function because of their functional relationship with other RS or their strategic position for the transmission.
Designation
Input type
DWS
Dispatch to M&E HO
Water inflow volume metering (m3) Water outflow volume metering (m3) Water inflow value (m3/h) Water outflow value (m3/h) Water level (m) Very High Water Level Very Low Water Level CEB Supply faulty DC source fault Data transmission system fault Residual Chlorine measurement
Impulse Impulse Analog Analog Analog Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Analog
x x x x x x x x x x
x x x x x x x
x x x x x x x x x x
Water outflow volume metering (m3) Water outflow value (m3/h) Borehole water level (m) Borehole Low Water Level Borehole Very Low Water Level Inflow Low Pressure (for Surface pumps) Outflow Too High Pressure Pump Operation Mode (Manual/Auto Local/ Auto Remote) Pump Start Remote Order (Forced Start) Pump Stop Remote Order (Forced Stop) Forced Control Reset Order (Return to Remote Auto) Protection Reset Order Pump On Pump fault Diesel generator On Diesel generator Not available (Manual Mode. Fail to Start. Fault) Fuel Tank Low Level CEB Supply faulty DC source fault Data transmission system fault Chlorination system fault Chlorine leakage Intrusion alarm
Impulse Analog Analog Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O Digital I/O
x x x x x x x x
x x x x x x x x
x x x x x
x x x x x x x x x x x x x x x x x x x x x x x x x x
x x x x x
Designation
Input type
HO
x x x x x
Obj116
The main installations to be provided under the Telemetry & Telesurveillance Project are:
Data acquisition system, Data transmission system, Data processing system, Small civil works (for the installation of equipment to be supplied under the Project and on
some sites: borehole chambers, meter chambers, small cabins to shelter RTU/Telemetry cubicles)
protections against lightning and surge voltages, cabling, earthing circuits, interfacing of the existing control panels, instrumentation panels for local signalisations, etc.). The Works include detailed site survey, complete construction design documentation, O&M documentation, Spare Parts and Special Tools. In addition, a comprehensive training and transfer of technology program is included to provide:
Dedicated technical training in Mauritius and/or in Europe, Visit of Water Utilities and Factories in Europe On the job training in Mauritius
This training plan is intended for the O&M staff in charge of the future remote management network and for any personnel using this system such as Engineers, Technician, Operators, and Superintendents.
3.
Work plan
The total time for completion of the Project will be about 13 months, including detailed surveys, design, procurement & manufacture, transportation, site works and tests.
oOo
Obj117
1. 1. 1. 1. 2. 2
General Experience
The Applicant shall be a foreign established firm for the past ten (10) years having a joint venture with a local Mauritian firm with at least five (5) years experience
Not Applicable
Pass / Fail
The Joint Venture shall have completed 2.1 successfully during last ten (10) years:A minimum of four (4) SCADA Contracts of similar nature and complexity, each with a minimum of 25RTU or 2 contracts with 50 RTU or 1 contract with 50 RTU plus 2 contracts with 25 RTU
2.2 Each Contract shall have a radio and / or GPRS / GSM technology transmission
Not Applicable
Must comply
Pass / Fail
Not Applicable
Must comply
Pass / Fail
2.4 The Lead Partner shall have completed Minimum of 2 SCADA contracts of similar nature and complexity each with a minimum 25 RTU or one contract of 50 RTU Each of these contracts shall include radio and / or GPRS / GSM technology transmission. Must comply Not Applicable Must comply Pass / Fail Pass / Fail
3. 3 3.1
Technical Capabilities of Key Personnel Overall Experience a) Project Manager - 15 years b) Chief Design Engineer 15 years c) Site Engineer 10 years d) Commissioning Engineer 5 years Not Applicable Must comply Pass / Fail
3.2 Experience in Relevant Position a) Project Manager - 5 years b) Chief Design Engineer 5 years c) Site Engineer 5 years d) Commissioning Engineer 3 years 3.3 No. of SCADA projects of similar nature and complexity completed a) b) c) d) Project Manager - 2 nos Chief Design Engineer 2 nos Site Engineer 2 nos Commissioning Engineer 2 nos Not Applicable Must comply Pass / Fail Not Applicable Must comply Pass / Fail
4. Financial Capabilities, 4 Credit Facilities 4.1 The Applicant shall demonstrate that he (a) has access to or has available Liquid Assets and / or unencumbered real assets and / or lines of credit and / or other financial means sufficient to meet the contract cash flow for a period of 3 months estimated at Eur 0.5M or equivalent net of the Applicants commitments for other contracts (b) Collectively Eur 0.5M (minimum) or equivalent
Not Applicable
Must comply
Pass / Fail
4.2 Average Annual Turnover a) The Average Annual Turnover ( for similar works in progress or completed) over last three (3) years shall be at least Eur 3M or equivalent The Average Annual Turnover shall be at least: Collectively Eur 3M (minimum) Lead Partner - Eur 2 M (minimum) Not Applicable Pass / Fail
b)
4.3 Overall Profit a) The Applicant shall have made an overall profit in any two (2) of the last five (5) financial years. Each Partner shall fulfill the above criteria b) 5. 5 Litigation History No consistent history of awards on any Litigation or arbitration resulting from contracts completed or under execution over the last five (5) years against Applicant. Not Applicable Must comply Pass / Fail Not Applicable Not Applicable Must comply Pass / Fail Pass / Fail
6. 6
Conflict of Interest Applicant (including all members of a Joint Venture) shall not be nor have been associated in the past with the Consultant of this project or any other entity that has prepared the design, specifications and other prequalification and bidding documents for the project or that was proposed as Engineer for the contract over the last five (5) years.
Not Applicable
Must comply
Pass / Fail
7. 6
Joint Ventures Joint Ventures shall comply with the requirements of Section 3 above and the Lead Partner can be either a RTU Manufacturer or an M&E and Telecommunication Contractor.
Not Applicable-
Must comply
Pass / Fail