You are on page 1of 32

Preselection PAR A DIRECT RECRUITMENT CONSULTANCY

SECTION I
ANNOUNCEMENT

The Quito Electric Company is interested in receiving referential offers from


companies accredited by the Ecuadorian Accreditation Body - OAE to certify quality
management systems , with domicile and legal representation in Ecuador, to carry out
the Selection Process prior to
the C ontracting D irect of C onsulting of : PROGRAM oF CERTIFICATION quality
management system oF EEQ iN ACCORDANCE wITH REQU ISITOS oF ISO 9001: 200 8 .

Those who have included in their corporate purpose the activity of certification of quality
management systems, and are qualified in the RUP for this type of activity may participate .

The terms of reference for the presentation of proposals will be made through direct invitations
and the website of the Quito Electric Company.

Those interested in participating with their offers may request clarification of the terms of
reference until the date and time of the calendar.

The offers must be valid for 60 days and will be presented in a sealed envelope,
containing the legal documents and the technical- economic offer , in the Purchasing
Department of the Public Procurement Office , at Av. Eloy Alfaro N29- 150 between October 9
and Germany , fourth floor until the date and time of the calendar.

The offer must be submitted for the entire contract and no price adjustments are required.

Proposals sent by mail, e-mail, fax, or after the time and date indicated above will not be
received.

The Quito Electric Company may take any resolution regarding the pre- selection process , if it
suits their interests, without the participants having the right to claim or compensation.

Q uito , DM, 30 as maypole as 20 14

Ing. Iván Velástegui R.


GENERAL MANAGER
QUITO ELECTRICAL COMPANY

SECTION II
OBJECT OF THE CONTRACTING, REFERENTIAL BUDGET
AND TERMS OF REFERENCE

2.1 Purpose: This pre- contractual pre- contractual selection procedure has the purpose of
selecting the best technical and economic offer for the CERTIFICATION PROGRAM OF THE
QUALITY MANAGEMENT SYSTEM OF THE EEQ IN ACCORDANCE WITH THE ISO 9001: 200
STANDARD REQUIREMENTS 8 .

2.2 Referential Budget

For this contract, the reference budget is forty thousand dollars of the United States of
America USD 40,000.00.

The referential budget for this direct contracting to perform the certification audit of the
Quality Management System, is FOURTY THOUSAND DOLLARS OF THE UNITED STATES
OF AMERICA (USD 40.0000.00) , DOES NOT INCLUDE VAT, which covers all the required
items for the execution of certification and monitoring audits, including fees, equipment
rental, workshops, communications, stationery, among others. This value, considering that
the validity of the certificate that the QMS meets the requirements of International Standard
ISO 9001: 2008 is valid for three years, is broken down as follows:

# STAGE ACTIVITIES FIRST YEAR * SECOND YEAR THIRD YEAR


SGC certification Execution of the
one 40%
grant audit Audit Plan
Execution of the
2 SGC follow-up audit 30%
Audit Plan
Execution of the
3 SGC follow-up audit 30%
Audit Plan
TOTAL REFERENTIAL BUDGET USD 40,000.00
* First year would correspond to 2014

2.3 Terms of reference

2.3.1 Background

The Quito Electric Company, is a company that provides electric power service to
approximately one million customers located in its service area defined in contract with
CONELEC. The mission established in its Strategic Plan is to provide Quito and the concession
area with quality public electricity service, with efficiency, solidarity and socio-environmental
responsibility, contributing to the development of the electricity sector and the construction
of good living.

One of the strategic objectives of the Company is to increase the quality of the public electricity
service in the EEQ service area , which is directly related to the increase in customer
satisfaction, for which purpose it has been certified in 2007 and 2011 the quality management
system that has been implemented according to the requirements of the International
Standard ISO 9001 .
In the 2014 Annual Operational Plan of the Quality System Department, the
Quality Management System Certification Program has been planned in accordance with the
requirements of ISO 9001: 20008

General Management authorized the start of the process to renew the certification of
compliance with the requirements of ISO 9001: 2008, considering among other things, that
there aligns tion with the provisions of Executive Decree 1580 of February 2013, through of
which the Technical Norm of Administration by Processes is issued that in the pertinent parts
establishes:
Article 4.- Principles of administration by processes.-
The administration by processes is governed by the principles of Public Administration established
in the Constitution of the Republic of Ecuador and more specifically by the following principles:
a) Permanent evaluation and continuous improvement.- The administration by processes is
governed by a cycle of continuous improvement that seeks to increase the institutional capacities
through a permanent evaluation, internal and external, oriented to the identification of
opportunities for the continuous improvement of the processes, public services and benefits
focused on citizen service and obtaining results for adequate accountability.
Article 6.- Concepts and Definitions.-
For the purposes of this standard, the following definitions shall apply: … g) Process certification.-

Activities that are carried out to verify if the processes comply with the requirements established
in standards, technical regulations or other specifications by qualified institutions to issue a
certificate of conformity.
The internal evaluation referred to in article 4 is carried out through the internal audits of the
Quality Management System and the external evaluation - to which this article also refers -
and the certification of processes to which it refers Article 6 is carried out through the hiring
of an agency accredited by the Ecuadorian Accreditation Body - OAE, to perform certification
audits to grant a certificate of conformity.
2.3.2 General objective:

The certifying company must carry out a comprehensive audit of the quality management
system to establish compliance with the requirements of ISO 9001: 2008, and with what is
established by the legislation of Ecuador for the delivery of electrical energy to citizens, with
quality, protecting the environmental environment and guaranteeing the safety and health of
workers.

If conformity is established with the requirements of ISO 9001: 2008, the agency must carry
out a follow-up audit in each of the following two years, preferably in the last quarter , as
agreed with the Quito Electric Company.

2.3.2.1 Specific objectives:


Make and deliver detailed reports on the degree of compliance of the quality management
system with the requirements of ISO 9001: 2008, legal and regulatory requirements that
are generated from the certification and monitoring audits . These reports must contain a
detail of the Non-Conformities and Observations that derive from the audit activities and
recommendations for the continuous improvement of the effectiveness of the QMS.
Considering that the quality management system has subprocesses related to occupational
safety and health and socio-environmental management, the reports of the certifying
company must in all cases refer to the legal compliance of the aforementioned aspects.
2 . 3 . 3 Reach

The certification audit of quality management system of the EEQ should cover all processes
and threads declared and are active throughout the service area and whose cum - compliance
are responsible for all staff I ody.
2 .3 .4 Work methodology

The Certification Company must demonstrate that it has a PROCEDURE TO PERFORM THE
CERTIFICATION AUDITS , whose methodology must cover, among others, the following
aspects:

a) Preparatory meetings with staff responsible for the quality management system of
Empresa Electrica Quito to ratify or rectify the Scope of Management System C ality
recertified to ISO 9001: 2008 .
b) Structure of the Audit Program for the certification period
c) Methodology to perform the Audit at the sites of the processes and subprocesses of the
Quality Management System.
d) Structure of the Audit Plans
e) Content and duration of the Opening Meetings
f) Methodology to discover points of continuous improvement that are of added value for the
development of the Quality Management System.
g) Form of classification and definition of Non- Conformities.
h ) Content and duration of the Liaison Meeting
i ) Content and duration of the Feedback Meeting
j ) Content and duration of the Closing Meeting .
k ) Contents I eport of the certification audit.
l ) Methodology for the delivery of the Certificate of compliance with the requirements of the ISO
9001: 2008 Standard of the Quality Management System of the EEQ.
m ) Minimum and maximum time for the delivery of the Quality Management System
Certificate.
n ) Methodology for monitoring and closing the non-conformities established in the Certification
and Monitoring Audit and the established deadline.
o ) Methodology to carry out follow-up audits after having obtained the Quality Management
System Certification.
p ) Contents of the Follow-up Audits report.
q ) Methodology to promote the Quality Management System so that it can establish, maintain
and continuously improve its processes and achieve the development and growth of the Quito
Electric Company.
r ) Methodology to carry out the processing of complaints from companies requesting certification
and who have passed the certification audit.
This information must be complemented with the provisions of paragraph 6.4 WORK PLAN:
APPROACH, SCOPE AND METHODOLOGY .

2.3.5 Information available to the Entity

Documentation declared by the processes and sub - processes of the quality management
system and the results of external and internal audits, the results of the monitoring carried out
by the D epartment S ystem of C ality , are available to the certification body be declared the
winner of this prior selection process.

2.3.6 Products Program C ERTIFICATION

As products Program C ERTIFICATION QMS will be delivered:

Certificate that the Quito Electric Company complies with the requirements of ISO 9001:
2008, accredited by the Ecuadorian Accreditation Body - OAE and by another
accreditation body in other countries such as UKAS, ANAB, DAR , among others the
contracting parties agree.
Detailed report of each of the three audits contemplated in the
Certification Program, with recommendations for the continuous improvement of the
effectiveness of the QMS.
If any, report Non-Conformities in accordance with the requirements of the ISO 9001: 2008
Standard and the documentation established and declared in the QMS by the EEQ.

2.3.7 Execution term

The certification program of the quality management system has a validity period of three
years, therefore the execution period is three years

Each year an audit is performed in preference in the fourth quarter and its duration in days, is
based on the scope of processes and sites QMS, it should be provided by the certification body
on the basis of criteria recognized international level and the experience of the two previous
certification processes of the QMS of the EEQ and of the internal audits of the QMS. In the
last certification audit they were used 36 auditor days for tr e s years of the certificate .

The start date of the consultancy for the certification of the QMS of the EEQ will be from the
signing of the contract .

Activities
The activities in detail will be defined by the Certification Company in the Certification
Program and the Audit Plans required in section 2.3.4 Work methodology , which will be
framed in the following referential stages.
# STAGE FIRST YEAR * SECOND YEAR THIRD YEAR
one Audit issuing the SGC Execution of the
certification Audit Plan
2 Follow-up audit Execution of the
Audit Plan
3 Follow-up audit Execution of the
Audit Plan
* First year would correspond to 2014

2.3.8 Technical staff / work team / Resources

 Leader of the audit team: Dos A uditor is Leader is preferably with IRCA, RAB, ASQ or
equivalent accreditation to perform audits of quality management systems . If you do not
have the requested accreditation, you must comply with the following:

Education
A university or tertiary degree
Note: All postgraduate and graduate diplomas awarded in a relevant subject will normally be accepted.

Work experience
Six years of work experience, acquired in the last ten years, related to the development,
implementation, maintenance and audit of relevant management systems. A significant
part of this experience must have been carried out at senior levels of an organization. You
may have acquired this experience as both an employee and a contractor.
Note: As we are looking for evidence of skills acquired through work in relevant fields, we
will only accept experience in audits to cover half of this requirement. Training periods
may not be included in the work experience in this work experience requirement.

Training as an auditor
A relevant IRCA course of Auditor / Lead Auditor.

Audit experience
Seven individual or lead audits, to complete management systems, totaling 35 days, of
which a minimum of 25 days should have been performed at the auditee's facilities. Note:
You should have performed all audits after you have passed the auditor training course
and within the last three years.
Source: http://www.irca.org/Documents/certification/IRCA%201000%20SP/IRCA%201000%20SP.PDF - Requirements
for certification as an IRCA Auditor

 They must also have training and experience in auditor í as environmental


management and management of safety and health at work. The two leading auditors must
demonstrate that they have competence to audit sector 25 that corresponds to the supply
of electric power - NACE 35.1 and code to audit sector 36 that corresponds to public
administration - NACE 84

 Member of the audit team: Lead Auditor preferably with IRCA, RAB, ASQ or
equivalent certification to perform audits of quality management systems. Not having
requested accreditation must comply with the s their given in section 2.3.8 also must have
training and experience in auditor í as environmental management and safety management
and occupational health . Of the three leading audit team members two must demonstrate
competence to audit the sector 36 which corresponds to public administration - NACE 84
and one in the area 33 corresponding to information technology - NACE 58.2, 62, 63.1 .

2.3.9 Payment method and conditions


E l contract amount , considering that the validity of the certificate d and that the QMS meets
the requirements of the International Standard ISO 9001: 2008 is valid for three years, and will
be paid the following way:

# STAGE ACTIVITIES FIRST YEAR * SECOND YEAR THIRD YEAR


SGC certification Execution of the
one 40%
grant audit Audit Plan
Execution of the
2 SGC follow-up audit 30%
Audit Plan
Execution of the
3 SGC follow-up audit 30%
Audit Plan
TOTAL REFERENTIAL BUDGET USD 40,000.00
* First year would correspond to 2014

All payments will be made with the authorization of the Contract Administrator, prior to the
presentation of the reports of each of the stages and request for payment.

Payments steps 2 and 3 which correspond follow - up audits , you can only be executed if the
EEQ get a favorable outcome in stage 1 certification of compliance with ISO 9001: 2008,
awarded by the consulting firm .

SECTION III
CONDITIONS OF THE PRIOR SELECTION PROCEDURE

3.1 Procedure schedule : The schedule that will govern the pre-selection procedure will be as
follows:

Prior selection concept (2014) Day Hour


Publication date M arts , July 8 , 2014 2pm
Deadline for questions Friday , July 1 , 2014 18:00
Deadline for answers and clarifications Tuesday , July 1, 5 , 2014 18:00
Deadline for delivery of technical and economic offers Monday , 21 ju l io 2014 10:00
Offers opening date Monday , 21 ju l io 2014 11:00
Publication date final results technical offer Monday , 28 Ju l io 2014 1 6 : 00

3.2 Validity of the offer: The offer will be valid for a minimum of 60 calendar days , from the
date of submission.

If an extension of the validity of the offer is required, the Company will notify the offeror 8
days before the expiration of the offer. The renewal of the validity of the offer must be at least
15 calendar days .
3.3 Price of the Offer : The price of the offer shall be understood as the value that the bidder
shall record in the economic technical offer, in the economic offer form.

3.3.1 Method of submitting the offer: The offer reference l be presented in physical
form with the following identification :

SELECTION PRIOR TO DIRECT CONTRACTING OF CONSULTING


Single Envelope
OFFER ( TECHNICAL and ECONOMIC )
Engineer
Iván Velástegui Ramos
General Manager
PRESENTED BY: ____________________________________ RUC: ________ ______ _____
PURPOSE OF THE PRIOR SELECTION : CERTIFICATION PROGRAM OF THE QUALITY
MANAGEMENT SYSTEM OF THE ELECTRICAL COMPANY QUITO ACCORDING TO THE
REQUIREMENTS OF ISO 9001: 2008

No. of useful pages: ______________________ _____________ _

a. The offers will be presented in a single envelope that will contain the legal order
requirements and the economic technical offer .
b. Offers sent by mail, email, telex, fax or Internet or elsewhere or after the day and time
set for delivery-receipt will not be accepted .
c. Bids will be submitted for the total contract offer.
d. The offers will be submitted in Spanish, foliated and signed all the sheets by the legal
representative of the offeror.
e. Any correction or amendment in the content of the offer must be accompanied by the
heading of the legal representative of the offeror.

The official of the Purchasing Department will receive the offers, will confer receipt receipts
for each offer delivered and will write, both on the receipts and on the envelope of the offer,
the date and time of receipt.

3.4 Term of execution: The estimated term for the execution of the contract in the
Contracting Process that is carried out, through the Public Procurement Portal after this pre-
selection will be three years, counted from the subscription of the contract .

SGC certification audit - First year


SGC follow-up audit - Second year
Audi toria SGC tracking - Third year

Each audit must comply with both phases, the desktop or documentary audit and the on-site
audit.

From the desktop or documentary audit, a report must be issued that must be known by the
person in charge of the quality management system of the EEQ, who on the basis of the
established results may make recommendations and / or suggestions for the on-site audit .

3.5 Scope of the price of the offer: The price of the economic technical offer must cover the
value of the audit work to be carried out according to its nature, indirect costs, taxes and
current fees; as well as, the services for the complete execution of the consultancy to be
hired.

The participant must offer each and every one of the items indicated in the Particular
Conditions of the Economic Offer Form.

If there are arithmetic errors, they will be corrected .

SECTION IV
EVALUATION OF OFFERS

4.1 Evaluation of the offer: For the verification of compliance with the minimum requirements, the
methodology “meets or does not comply” will be followed.
4.1.1 Integrity of the offer: The integrity of the offers will be evaluated considering the submission of
the Forms of the O identified in Section VI and the minimum requirements set forth in these
terms of reference .

6. 1. Presentation and commitment;


6. 2. General information of the bidder;
6. 3. Economic Offer;
6. 4 . Work plan: approach, scope and methodology
6. 5. Offering experience in consulting services, performed in the last five years
6. 6. Key technical staff assigned to the project
6. 7. Commitment of the professional assigned to the project
6. 8. H oja of life of key technical personnel assigned to the project

The certifying company must demonstrate that it has at least 5 IRCA, RAB, ASQ or
equivalent accredited preference auditors to perform the SGC Audit of the Quito
Electric Company , which meet the requirements established for the key technical
personnel . Of the five leading auditors, at least two must be able to be leaders of the
audit team , who will develop the audit in the product realization processes .

4.1.2 Key technical personnel:

No Description of the minimum technical Do Requirements


order staff not.
one Professional responsible for planning and one a) Third Level Title
coordinating the execution of the project: b) Certificates of experience in similar jobs
He is responsible for planning, directing, c) Certificates of training courses related to your
coordinating and controlling operational responsibility.
and administrative activities. Plan and
evaluate the progress of the contract, in
addition to programming and monitoring
the development of all field work. It is the
only person authorized to submit
administrative documents and
clarifications to the EEQ.
2 Leader of the audit team (Lead Auditor) : 2 a) Title 3rd level in the areas of electrical engineering,
Guides, directs, controls the work of the electronics, mechanics, chemistry, systems,
management systems auditors and all the business administration, economics, among
personnel assigned to fulfill the activities others.
related to the objective of the contract. b) Title of 4th level in quality
management ; integrated quality, environment
and safety systems ; processes ; productivity or
related.
c) Six years of work experience, acquired in the last ten
years, related to the development,
implementation, maintenance and audit of
relevant management systems. A significant part
of this experience must have been carried out at
senior levels of an organization.
d) Seven individual or lead audits, to complete
management systems, totaling 35 days, of which
a minimum of 25 days should have been
performed at the auditee's facilities. All audits
must have been performed after the auditor
training course has been approved and within the
last three years. They must
present the certifications validated by the
representative of the Directorate or responsible
for the quality management system of the
organization where they
performed the certification audits or monitoring
of quality management systems with the ISO
9001: 2008 Standard. Of these certifications, at
least two must be related to the electric power
supply sector, inside or outside the country,
made in the last 3 years, in which they have been
the leaders of the audit team and demonstrate
that they have competence to audit sector 25
corresponding to the supply of electric power -
NACE 35.1 and code to audit sector 36
corresponding to public administration - NACE
84
e) Updated certificate of having passed the Lead
Auditor course in ISO 9001: 2008.
f) D eben have preferred e l Carné issued by the IRCA,
RAB, ASQ or an equivalent organization like
accreditation of auditors, otherwise comply with
the provisions of paragraph 2.3.8 Technical staff
/ team / Resources
g) Certificate of experience in environmental
management audits and occupational health and
safety management.

3 Member of the audit team (Lead Auditor) : 3 a) 3rd level degree in the areas of electrical
Performs audits in accordance with the engineering, electronics, mechanics, chemistry,
provisions of the Audit Plan and under the systems, business administration, economics,
supervision of the Leader of the audit team among others.
b) Six years of work experience, acquired in the last
ten years, related to the development,
implementation, maintenance and audit of
relevant management systems. A significant part
of this experience must have been carried out at
senior levels of an organization.
c) Seven individual or lead audits, to complete
management systems, totaling 35 days, of which
a minimum of 25 days should have been
performed at the auditee's facilities. All audits
must have been performed after the auditor
training course has been approved and within the
last three years. They must
present the certifications validated by the
representative of the Directorate or responsible
for the quality management system of the
organization where they
performed the certification audits or monitoring
of quality management systems with the ISO
9001: 2008 Standard. Of these certifications, at
least two must be related to the electric power
supply sector, inside or outside the country,
carried out in the last 3 years . Of the three
leading team member auditors, two must
demonstrate that they have competence to audit
sector 36 that corresponds to public
administration - NACE 84 and one in sector 33
that corresponds to information technology -
NACE 58.2, 62, 63.1
d) Updated certificate of having passed the Lead
Auditor course in ISO 9001: 2008.
e) D eben have preferred the Carnet issued by the
IRCA, RAB, ASQ or an equivalent accreditation
organization auditors , otherwise comply with
the provisions of paragraph 2.3.8 Technical staff
/ team / Resources .
f) Have participated as auditors in at least one
company in the electricity sector in Quality
Management Systems according to ISO 9001 :
2008 .
4 Specialist: Professional with specific one a) Third Level Title related to the object of the
knowledge in a certain area of contract and specifically to the process to be
management, which if necessary would audited.
participate in the execution of audits as an b) Experience in similar jobs
expert , who will support the audit team, at
the request of the Audit Team Leader.

4.1.3 Verification of compliance with integrity and minimum bid requirements:

PARAMETER MEETS FAILS OBSERVATIONS


Offer Integrity
Key Technical Staff

If the offer submitted integrally meets the minimum parameters, it will be accepted for
evaluation.

4. 2 . Evaluation by score: If the offer meets the minimum requirements it will be subject to
evaluation by score.

The technical evaluation will be carried out on a 100 point basis. All proposals that obtain a
score greater than or equal to 80 points in the technical qualification will be declared eligible
and will pass to the economic evaluation.

Proposals that obtain a score below 80 points in the technical qualification will be disqualified.

Technical proposals will be graded on the basis of the following evaluation criteria and will be
sorted according to that qualification:

Parameter Assessment
General experience of the bidder 40 points
Personal Experience of SGC Lead Auditors 40 points
Methodology and Program of Audits and Audit Plans 2 0 points
TOTAL 100 points

4. 2 .1 General and specific experience of the bidder:

General Bidder Experience (40 points)

The bidder must present a minimum of five certifications validated by the legal
representative of the organization where they performed audits of certification of quality
management systems with ISO 9001: 2008 . Of the five certifications, at least three must be
related to the electric power supply sector , inside or outside the country , carried out in the
last 5 years .

A maximum of eight points will be assigned for each SGC certification audit certificate. To
assess the relevance to each work performed, the following criteria will be applied : very
relevant 8 points ; relevant 5 points ; not relevant 3 points ; and irrelevant 1 point.

4. 2 .2 Personal Experience Leading Auditors (40 points)

The certifying company must demonstrate that it has at least 5 leading auditors, who meet
the following characteristics:

 Audit Team Leader: Two Leaders Auditors preferably accredited IRCA, RAB, ASQ or
equivalent to audit quality management systems , otherwise comply with the provisions
of paragraph 2.3.8 Technical staff / team / Resources .
 They must also have training and experience in environmental management audits
and occupational health and safety management. The two leading auditors must
demonstrate that they have competence to audit the sector 25 corresponding to the supply
of electrical energy - NACE 35.1 and code to audit the sector 36 corresponding to public
administration - NACE 84 .
 Auditors who can be appointed as leaders of the audit team must demonstrate that
they have performed certification audits with the ISO 9001: 2008 Standard, to at least two
organizations in the electricity sector, in which they have been the leaders of the audit team
 Member of the audit team: Lead Auditor of preference with IRCA, RAB, ASQ or
equivalent certification to perform audits of quality management systems , otherwise
comply with the provisions of section 2.3.8 Technical staff / work team / Resources. They
must also have training and experience in environmental management audits and
occupational health and safety management. Of the three leading team member auditors,
two must demonstrate that they have competence to audit sector 36 that corresponds to
public administration - NACE 84 and one in sector 33 that corresponds to information
technology - NACE 58.2, 62, 63.1

Each of the five auditors must present a minimum of seven certifications validated by the
representative of the Directorate or responsible for the quality management system of
the organization where they performed certification audits or monitoring of quality
management systems with the Standard ISO 9001: 2008. Of the seven certifications, at
least two must be related to the electric power supply sector, inside or outside the
country , carried out in the last 3 years .

A maximum of 8 points will be assigned to each auditor. To assess the relevance to


each certification of work performed by the auditor, a score will be applied under
the following criteria: very relevant 1 ; relevant 0.8; not very relevant 0.4; and irrelevant
0.1. It will qualify up to seven certifications.

4. 2 .3 Methodology and program of certification and monitoring audit activities (20


points)

To assess the Methodology, the Program of certification audit activities and their
components, a coefficient will be applied under the following criteria: very relevant 1; relevant
0.8; not very relevant 0.4; and irrelevant 0.1. The audit activity program should consider the
three-year period (1 certification audit and 2 follow-up audits).

Parameter Weighing Assessment Qualification


a) Or objectives, activities, actions, 5.0
products and goals;
b) E pproach, scope and methodology 5.0
work
c) Organization chart and / 5.0
or functional structure of the
proposed service
d) Program (s) of activities, assignment 5.0
of professionals
Methodology 20.0 Add a) + b) + c) + d)

This information should be be made known to considering the provisions of paragraph 6.4
PLAN WORK: APPROACHES, SCOPE AND METHODOLOGY

Total technical evaluation

Parameter Assessment Qualification Observations


General experience of the bidder 40 points

Personal Experience of SGC Lead Auditors 40 points


Methodology and program activities Audits of 20 points
C ERTIFICATION and Monitoring
TOTAL 100 points

In order for the bidder to continue in this prior selection process, the technical proposal must
reach the minimum score of seventy (70) points of the one hundred established points .

4.3 ECONOMIC ASSESSMENT

The economic evaluation of the offers that have reached at least 70 of 100 points foreseen in
the technical evaluation will be carried out.

The economic offers will be subject to review and qualification without in any case the cost
having an incidence percentage greater than 2 0% in relation to the total qualification of the
offer, information that must be recorded in Form No. 6 . 3 Economic Offer
SECTION V
INSTRUCTIONS TO BIDDERS

1 . CLARIFICATIONS AND RESPONSES TO OFFERS

1 .1 CLARIFICATIONS

Suppliers who detect errors, omissions, inconsistencies or any other circumstance in


these terms of reference , may ask questions to the email mherrera@eeq.com.ec , on behalf
of the Head of the Quality System Department, located on 10 de Agosto Avenue and
Bartolomé de las Casas No. E1-24 , up to the deadline described in the schedule , of this
document.

Any request for clarification will be by mail .


1 .2. ANSWERS

The Quality System Department will answer the clarifications made by the
suppliers according to the calendar . The answers will be published on
the WWW.EEQ.COM.EC WEB page of the Quito Electric Company, as well as and sent to the
emails of the suppliers that ask the questions.

Both the requested responses , as well as the clarifications made by the Quito Electric
Company on its own initiative, will become part of these terms of reference.

The Electric Company Quito assumes no responsibility related to information, interpretations


or conclusions reached by the bidder, which are not officially issued by the competent
authority designated by the Company.

2 . RECEPTION OF OFFERS

The offers will be delivered at the place, date and time indicated in the call in a physical
way, at the Secretary of the Purchasing Department, at Av. Eloy Alfaro N29-150 between
October 9 and Germany, fourth floor, the corresponding will be extended Receipt of
receipt of offers.

3 . CONTENT OF THE OFFERS

It will be delivered in a work that will contain the legal , technical and economic aspects
on which the proposal will be qualified .

4 . ENVELOPE CONTENT

The envelope of the proposal must contain the information described in these terms of
reference .
4 .1 . Legal Documents:

 Copy of the identity card of the legal representative of the certifying firm, a
certified copy of the appointment of the legal representative duly registered in the
Commercial Registry will also be added.

4 . 2 . Offer Forms

m No. 6 . 1 Presentation and Commitment.


m No. 6 . 2 D General ata offeror
m No. 6 . 3 Economic Offer
m No. 6 . 4 Work Plan: Approach, Scope and Methodology
m No. 6 . 5 Experience of the Offeror in Consulting services, carried out in the last five years
m No. 6 . 6 Key Technical Personnel Assigned to the Project.
m No. 6 . 7 Participation Commitment of Technical Personnel and
m No. 6 . 8 H oja of life of key technical staff assigned to the project

5 . REJECTION AND DISQUALIFICATION OF OFFERS


5 .1. REJECTION OF OFFERS

Offers will be rejected for the following reasons:

 In the event that the offer is delivered after the date and time established as a limit in the
calendar of execution of the pre-selection process.
 Offers sent by mail, fax or email.

5 .2. OFFER DISQUALIFICATION

Offers will be disqualified for one or more of the following causes:


 The non-presentation of one or more documents of a technical and economic nature,
detailed in this pre-selection process.
 Failure to comply with technical aspects.

6 . OPENING OF OFFERS ENVELOPES

6 .1 Opening on s

The act of opening the envelopes will be done with or without the presence of the bidders , in
the Purchasing Department.

6 .2 VALIDATION OF OFFER FORM ERRORS

The offers, once submitted, cannot be modified. However, if errors of form occur, they may
be validated by the bidder at the request of the Quito Electric Company, within a term of up
to 48 hours, counted from the notification.

Form errors shall be understood as those that do not imply any modification to the substantial
content of the offer, such as typographical, folio, summation or certification errors.

Likewise, within the period of validation, bidders may integrate additional documents that do
not imply modification of the purpose of the offer, so they may correct omissions on their
technical or economic capacity.

7 . SINGLE OFFER.

If a single offer is presented or, if it is technically and economically qualified, it will be


considered only if it is convenient to the interests of the Company.

8 . SELECTION

The General Management will invite to the company that certifier that is shortlisted .
9 . CONTEST EXPENSES

Any expenses incurred by the proponent in the preparation and delivery of its offer shall be
borne by them and without any responsibility of the Quito Electric Company.

SECTION VI
OFFER FORMS

OFFER NAME: ……………………………………………………… ..

6 .1 PRESENTATION AND COMMITMENT

The undersigned, in response to the call made by Empresa Eléctrica Quito SA for the
execution of (description of the consultancy), after examining the terms of reference of this
consulting procedure, when presenting this offer for ( their own rights, if it is a natural person)
/ (legal representative or agent of ....... if it is a legal person), (common solicitor of ..., in the case
of association or consortium ) declares that:
1. The bidder is an eligible supplier in accordance with the provisions of the Organic Law
of the National Public Procurement System, LOSNCP, and its Regulations.

2. The only person or persons interested in this offer is or are named in it, without
incurring acts of concealment or simulation so that there are no disabled persons to
contract with the State.

3. The offer is made independently and without open or hidden connection with another
or other persons, companies or groups participating in this consulting procedure and, in
every aspect, is honest and in good faith. Therefore, it ensures that it has not violated and
that it will not violate any principle or rule related to free, fair and fair competition; as well
as it declares that it will not establish, arrange or coordinate - directly or indirectly, explicitly
or in a hidden way - positions, abstentions or results with another or other bidders, whether
or not they are related parties in the terms of the applicable regulations; Likewise, it is
obliged to refrain from actions, omissions, agreements or concerted practices or, and in
general, any conduct whose object or effect is to prevent, restrict, distort or distort
competition, either in the presentation of offers and positions or seeking to ensure the
result for their own benefit or that of another supplier or offeror, in this prior selection
procedure . In this virtue, declares to know that the existence of a restrictive practice will
be presumed, by provision of the Regulation for the application of the Organic Law of
Regulation and Control of Market Power, if it is evidenced the existence of acts or
omissions, agreements or concerted practices and in general any conduct, regardless of the
form they adopt, either in the presentation of their offers, or seeking to secure the result
for their own benefit or from another provider or offeror, in this process .

4. When presenting this offer, it complies with all the general, sectoral and special
regulations applicable to its economic activity, profession, science or trade; and, that the
equipment and instruments that will be used for the execution, in case of award of the
contract, will be the property of the offeror or leased and will have all the permits that are
required for its use.

5. When submitting this offer, consider all the mandatory costs that you must and must
assume in the contractual execution, especially those related to current social, labor, social
security, environmental and tax obligations.

6. Under oath you expressly declare that you have not offered, offered or offered, and
made or made any illegitimate payment, loan or service or prohibited by
law; entertainment, travel or gifts to any official or employee of the contracting entity
would have had or have to do with the present method of selection in their stages of
planning, scheduling, selection, hiring or execution, including preparation l os terms of
reference , approval of documents, qualification of offers, selection of bidders.

7. You agree that in the event that a violation of the commitments established in
numerals 2, 3, 4, 5 and 6 above is proven, the Contracting Entity disqualifies you as an
offeror .

8. He has proceeded to study the terms of reference , including the scope issued, so he
is satisfied with the knowledge acquired regarding the obligations of these terms of
reference . Therefore waives any subsequent claim, claiming ignorance of the terms of
reference

9. If the bidder is shortlisted , he may be invited directly by the Quito Electric Company
to submit through the SERCOP portal an economic technical offer related to this process.

10. Know and accept that the Contracting Entity reserves the right to pre - select , to the
offer that it considers that it has complied with the terms of reference , cancel or declare
the procedure void, if it suits national or institutional interests, without said decision
causing any type of repair or compensation in your favor.

11. It guarantees the veracity and accuracy of the information and documentation, as well
as the declarations included in the offer documents, forms and other annexes, as well as
all the information that as a supplier you provide , while authorizing the Contracting Entity
to make inquiries to verify or obtain clarifications and additional information on the
technical, economic and legal conditions of the offeror. Accepts that, in the event that it
is administratively verified by the contracting entities that the offeror has altered or
lacked the truth about the documentation or information that makes up their offer, said
ideological falsehood will be causal to disqualify it from the prior selection procedure.

_________________
Name and signature of R epresentative L egal or A poderado
Date:

6 .2 GENERAL INFORMATION OF THE OFFERER

OFFER NAME: ( determine if it is a natural person, legal entity, consortium or association; in the
latter case, the members of the consortium or association will be identified. The legal
representative, attorney or common attorney will be determined, if applicable ).

City:
Main Street)
Do not:
Street (intersection):
Phones):
Email
Citizenship Card (Passport):
RUC:
6.3 ECONOMIC OFFER

DESCRIPTION Value
USD $
DIRECT COSTS
Compensation
Benefits and social charges
Travel and per diem
Services
Leases
Equipment and facilities
Supplies
Reproductions
Subcontracts
INDIRECT COSTS
Utility
TOTAL

TOTAL : (detail the total in numbers) dollars of the United States of America, without VAT.
(Detail direct and indirect costs, in accordance with Article 34 of the General Regulations of
LOSNCP.)

6 . 4 WORK PLAN: APPROACH, SCOPE AND METHODOLOGY

It will contain, among others the following:


This information must be presented considering what is established in paragraph 6.4 WORK
PLAN: APPROACH, SCOPE AND METHODOLOGY

a) Development of objectives, activities, actions, products and goals;


b) Description of the approach, scope and methodology of the work that reveals the
knowledge of the general and particular conditions of the project subject of the provision
of the consulting service .
c) Functional organization chart of the proposed service; Y,
d) Program or programs of activities, assignment of professionals and times.

(Note: The proponent will develop this form on the sheets that he deems appropriate maintaining
the same format).
6 . 5 OFFER EXPERIENCE IN CONSULTING SERVICES, CARRIED OUT IN THE
LAST FIVE YEARS

No. Project's name Entity Amount Short description Execution period


Contractor

Start Final
6 . 6 KEY TECHNICAL STAFF ASSIGNED TO THE PROJECT

Name Job title nationality Charge function Weather Percentage


full participation participation
( days / over total
auditor )

6 . 7 PROFESSIONAL COMMITMENT ASSIGNED TO THE PROJECT

I, (name of the professional) , commit myself to (name of the offeror) to provide my services
as (professional title) , for (assigned position) during the realization of the project, in case of
award, attaching my sheet to the present commitment corresponding life, section 2.2 of this
form.

Place and date


__________________________
(Signature, Name and CC Number)
(Professional Assigned to the Project)
Notes:
1. This form must be signed by the professional to be considered in the project,
exclusively.
2. Include information on each professional experience in the format detailed in
section 6.8 of this document.

6 . 8 LIFE SHEET OF KEY TECHNICAL STAFF ASSIGNED TO THE PROJECT

1. Full names: __________________________________


2. Place and date of birth: __________________________________
3. Nationality: __________________________________
4. Professional title: __________________________________
5. Graduation date: __________________________________
6. Title IV level: __________________________________
7. Date of obtaining: __________________________________
6. Professional experience:

Company / Institution:
Contractor:
Draft:
Project Amount:
Role played:
Participation time:
Relevant activities:

NOTE.- This information must be presented in accordance with the provisions of 4.1.2 Key
technical personnel .
REFERENTIAL INFORMATION:

SCOPE OF THE QMS RECERTIFICATION: The scope is global, they are all the threads
and places detailed in the following tables.

 QMS Process Map


QUALITY POLICY
 Model of the current process characterization sheet. Global process
 PROCESSES AND SITES FOR SCOPE OF CERTIFICATION
Note: The scope of recertification of the QMS is global
RESOURCE MANAGEMENT PROCESS
WAREHOUSES OF THE QUITO ELECTRICAL COMPANY
NUMBER CELLAR ADDRESS RESPONSABLE
one Air Network and Distribution Yaguachi and Iquique Street - El Dorado * Gabriel Ramirez
2 Street Lighting and Facilities Yaguachi and Iquique Street - El Dorado * Emilio Ross
3 Automotive, Spare Parts, Fuels Yaguachi and Iquique Street - El Dorado Juan Carlos Saravia
Juan Murillo and Bolivia Street - Pérez Cristian Cuaical
4 Pérez Guerrero Guerrero
5 Epiclachima Repuestos, Belgian Credit Av. Pedro Vicente Maldonado - San Bartolo Milton Enriquez
6 Stationery Las Casas Street and August 10 - Ed. Matriz Washinton Jérez
7 Medicines Av. 10 de Agosto and Acuña Patricia Loza
Cumbayá: Spare Parts, Lubricants, Marco Moncayo
8 Belgian Credit Chimborazo Street - Cumbayá
Cumbayá Bodega de Bajas Chimborazo Street - Cumbayá Victor Hugo Herdoíza
9 Unified of Guangopolo, Lubricants Guangopole Jorge Pozo
10 Guangopolo Fuels Guangopole David Robles

SUBPROCESS MANAGEMENT OF ENVIRONMENTAL PARTNERSHIP


WAREHOUSES OF THE QUITO ELECTRICAL COMPANY
one Hazardous Materials Collection Center Chimborazo Street - Cumbayá Marcelo Chango
MH / 20 14 - 07-03

You might also like