Section 4 - Bidding Forms

Similar documents
5.Section 5 - Specimen Forms

Section 4. Bidding Forms

Gujarat State Project Management Unit (SPMU) ICZM Project Gujarat Ecology Commission, Gandhinagar

CEYLON ELECTRICITY BOARD SRI LANKA RENEWABLE ENERGY ABSORPTION TRANSMISSION DEVELOPMENT PROJECT (AFD AGREEMENT NO: CLK L)

C E Y L O N E L E C T R I C I T Y B O A R D

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL FOR THE

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

Section III Evaluation and Qualification Criteria (Revision 1)

Section III: Returnable Bidding Forms

FORM TECH-6(BG-2) FORM OF CONTRACT PERFORMANCE SECURITY (BANK GUARANTEE) [Refer Clause 11 of Instructions to Consultants] (On non-judicial stamp paper

BIDDING DOCUMENTS. for. Procurement of. Eastern Peripheral Expressway ITS Installation Project. Invitation for Bids PART 1 - Bidding Procedures

SECTION - IX FORMS AND PROCEDURES

MASTER PROCUREMENT DOCUMENTS

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate

Request for Sealed Quotations for Goods

(e-procurement System)

Section III - Evaluation and Qualification Criteria (Without Prequalification)

ASSAM ELECTRICITY GRID CORPORATION LIMITED

INVITATION TO BID (ITB)

Procurement of Works & User s Guide

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate

(International Competitive Bidding)

Section III: Returnable Bidding Forms

VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 940 LAKESHORE DRIVE, SUITE 200 THE VILLAGES, FLORIDA PHONE: (352) * FAX:

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

Section 2 - Bid Data Sheet

REQUEST FOR PROPOSAL RFP PUC SUPPLY OF SUBSTATION TRANSFORMER

Procurement of Small Works

Procurement of Works & User s Guide

Information and Communication Technology Agency of Sri Lanka

MUMBAI METRO RAIL CORPORATION LIMITED (MMRC)

PROVIDING CLARIFICATION / INTRODUCTION OF AMENDMENTS

Provision of Janitorial & Related Services

Planning and Project Management

QUERIES & RESPONSES DATE

CHENNAI METRO RAIL LIMITED CHENNAI METRO RAIL PROJECT PHASE I

Section 2 - Bid Data Sheet

Envelop Year Employer Description of Works Amount Contractor s Responsibility (%) Total

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

Standard Bidding Documents. Procurement of Goods. The World Bank

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

Procurement of Works

Date: 5 th November Loan Agreement Number: [ID-P 268] IFB Number: [MM3-CBS-TVE (P2L1)

BIDDING DOCUMENT. For. Procurement of Plant Design, Supply and Installation. Ashuganj 400 MW Combined Cycle Power Plant Project (East)

Procurement of Goods

GOVERNMENT OF NATIONAL COMPETITIVE BIDDING (CIVIL WORKS) (LUMPSUM CONTRACT) TIME AND DATE OF : DATE TIME HOURS PRE-BID CONFERENCE

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

REQUEST FOR PROPOSALS

W-9 PROCUREMENT OF VERY SMALL WORKS UNDER NATIONAL COMPETITIVE BIDDING PROCEDURES

August RFQ 963A

REPUBLIC OF KENYA MINISTRY OF LAND AND PHYSICAL PLANNING PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AT BOMET, BOMET COUNTY

REQUEST FOR PROPOSAL (RFP) FOR EMPANELMENT OF CONSULTANT (ENGINEER) FOR MACHHAPUCHCHHRE BANK LIMITED (MBL)

Master Bidding Documents Procurement of Goods and User s Guide

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, MARCH 13, 2019.

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI CORRIGENDUM / EXTENSION OF LAST DATE OF SUBMISSION OF TENDER

STD: Supply and Installation (05/07) STANDARD TENDER DOCUMENTS. Supply and Installation of Plant and Equipment

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES

Request for Quotation (RFQ) for Services Transportation Service in Colombia

Section III: Returnable Bidding Forms

Construction of MLD Water Treatment Plant at Taba LAP

ADDENDUM NO. 1 TO CONTRACT DOCUMENTS

Tender Terms and Conditions: 1. This invitation of bid is open to contractors, Class-Small registered with the Construction Development Board.

J&K State Power Development Corporation Limited PARNAI HYDROELECTRIC PROJECT. (3x12.5 MW) BIDDING DOCUMENT FOR

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal)

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

UNIVERSITY OF PERADENIYA

West Bank and Gaza. Avian Influenza Prevention and Control Project (AIPCP) Construction of Ramallah Central Veterinary Laboratory Ramallah District

BHUTAN TELECOM LTD. REGISTERED OFFICE IN THIMPHU. Construction of Retaining Wall at RBA, Phuentsholing

VOLUME-I: SECTION VI SAMPLE FORMS AND PROCEDURES (FORMS)

Procurement Approval Form (Refer to OpsPedia for forms appropriate to requested action)


In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

Invitation to bid (ITB) for goods High Quality Solar Lamp Kits

BID FORM (Lump Sum or Unit Price)

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

TALBOT COUNTY, MARYLAND PUBLIC NOTICE INVITATION TO BIDDERS TALBOT INTERFAITH SHELTER, INC. IMPROVEMENTS, 107 GOLDSBOROUGH STREET, EASTON, MARYLAND

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY ADDENDUM #4

REPUBLIC OF KENYA TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS

4. A bid Security of US $1, must be submitted along with the bid.

Development of ICT Infrastructure in HPPWD and HPRIDC

National Research Development Corporation (NRDC), New Delhi INVITATION FOR BIDS (IFB)

BIDDING DOCUMENT (SINGLE-STAGE) Issued on: 04 th January for the. Procurement of

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

BID DOCUMENT FOR CONSTRUCTION OF GUMBA BOX CULVERT IN MATHARE 4A IN UTALII WARD. TENDER No. NCC/RPW&T/WDF/T/128/

BID # Queens Flushing Library Date: February 16, Contractor Services Contract for: Emergency Generator Fuel Tank Replacement Project

REQUEST FOR PROPOSAL SUPPLY OF

STANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials

Transcription:

Section 4 - Bidding Forms Price Schedules PREAMBLE General 1. The Price Schedules are divided into separate Schedules as follows: Schedule No. 1: Plant (including Mandatory Spare Parts) Supplied from Abroad Schedule No. 2: Plant (including Mandatory Spare Parts) Supplied from within the Employer s Country Schedule No. 3: Design Services Schedule No. 4: Installation and Other Services Schedule No. 5: Grand Summary Schedule No. 6: Recommended Spare Parts 2. The Schedules do not generally give a full description of the plant to be supplied and the services to be performed under each item. Bidders shall be deemed to have read the Employer s Requirements and other sections of the Bidding Document and reviewed the Drawings to ascertain the full scope of the requirements included in each item prior to filling in the rates and prices. The entered rates and prices shall be deemed to cover the full scope as aforesaid, including overheads and profit. 3. If bidders are unclear or uncertain as to the scope of any item, they shall seek clarification prior to submitting their bid. Pricing 4. Prices shall be filled in indelible ink, and any alterations necessary due to errors, etc., shall be initialed by the Bidder. As specified in the Bid Data Sheet and Special Conditions of Contract, prices shall be fixed and firm for the duration of the Contract 5. Bid prices shall be quoted in the manner indicated and in the currencies specified in the Instructions to Bidders in the Bidding Document. For each item, bidders shall complete each appropriate column in the respective Schedules, giving the price breakdown as indicated in the Schedules. Prices given in the Schedules against each item shall be for the scope covered by that item as detailed in Section 6 (Employer s Requirements) or elsewhere in the Bidding Document. 6. Payments will be made to the Contractor in the currency or currencies indicated under each respective item.

7. When requested by the Employer for the purposes of making payments or partial payments, valuing variations or evaluating claims, or for such other purposes as the Employer may reasonably require, the Contractor shall provide the Employer with a breakdown of any composite or lump sum items included in the Schedules.

Schedules of Rates and Prices LOT 1 PART 1 Generator Governor Control System, and PART 2 Other works in Power Station Schedule No. 1 - Plant and Mandatory Spare Parts Supplied from Abroad Item Description Country of Origin Qty. Foreign Unit Price 1 Total Price 1 CIP Foreign 1 2 3 4 5 6 7 = 4 x 6 1 PART 1 Governor softwares 2 Governor hardware and switchgear 2 2 PART 2 3 Parts required for refubishment of servomotors for needles 4 Parts required for refurbishment of MIV bypass valves 5 Parts required for refurbishment of Governor hydraulic console 6 Parts for refurbishment of Faulty Hydraulic Oil Accumulator 7 Parts to refurbish oil pumps. 8 Replacement of bearing cooling system. 9 10 Replacement of AVRs Local supply dry type transformer with cables and other materials TOTAL Column 7 to be carried forward to Schedule No. 5. Grand Summary Name of Bidder Signature of Bidder

Country of Origin Declaration Form Item Description Country Schedule No. 2 - Plant and Mandatory Spare Parts Supplied from Within the Employer s Country Item Description Qty EXW Unit Price 1 Total EXW 1 Sales Tax Total Price Price 1 2 3 4 5 = 1 x 2 6 7 = 5 + 6 PART 2 1 2 3 4 Materials to replace cuttering and down pipe of roof. 1000 liters water tank and all plumbing materials to connect water tanks to bathroom Platform to mount water tank. Materials to build bund of padmount transformers 5 6 7 Fence materials Base course and aggregate to build infront of power station for parking Paint and tools and equipment

TOTAL Column 5 to be carried forward to Schedule No. 5. Grand Summary Name of Bidder Signature of Bidder

Schedule No. 3 - Design Services Unit Price 1 Total Price 1 Item Description Qty. Local Portion Foreign Portion Local Portion Foreign Portion 1 2 3 4 5 6 = 3 x 4 7 = 3 x 5 PART 1 1 2 3 4 5 6 Governor Softwares and Electrical Design Governor Hardwares Design. Layout Design Integration of PLCs to SCADA PART 2 Turbine bearing cooling system Local supply system Water system and tank platform TOTAL Columns 6 and 7 to be carried forward to Schedule No. 5. Grand Summary Name of Bidder Signature of Bidder

Schedule No. 4 - Installation and Other Services Unit Price 1 Total Price 1 Item Description Qty. Local Portion Foreign Portion Local Portion Foreign Portion 1 2 3 4 5 6 = 3 x 4 7 = 3 x 5 PART 1 1 Removal of existing governing systems 2 Installation of softwares of new governing systems 3 Installation of hardwares of new governing systems 4 Factory Tests 2 5 Site Tests and Commissioning 6 Removal of existing AVRs 7 8 Replacement of AVRs Integration to SCADA system PART 2 9 Refurbishment of turbine driven oil pumps 10 Refurbishment of servomotors of turbines needles 11 Refurbishment of hydraulic oil accumulators 12 Refurbishment of MIV bypass valves 13 Refurbishment of Governor hydraulic oil consoles 14 15 16 Installation of local supply transformer Installation of new cooling systems Construction of cuttering, water tank, connection to bathroom, parking area Infront of powerhouse, transformer bunds and fence

TOTAL Columns 6 and 7 to be carried forward to Schedule No. 5. Grand Summary Name of Bidder Signature of Bidder

Schedule No. 5 - Grand Summary of PART 1 and PART 2 Schedule No. Title Foreign Total 1 Local 1 Plant and Mandatory Spare Parts Supplied from Abroad 2 Plant and Mandatory Spare Parts Supplied from Within the Employer s Country 3 Design Services 4 Installation and Other Services GRAND TOTAL to be carried forward to Letter of Bid Name of Bidder Signature of Bidder

Schedule No. 6 - Recommended Spare Parts Unit Price 1 Total Price 1 EXW CIP Item Description Qty Local Parts Local Imported Parts Foreign Local Portion Foreign Portion A B C D E F = C x D G = C x E 1 Set of spare parts for servo motors for needles 2 Set spare cards 3 Set spare relays 4 Spare fuses 5 Set spare bladders for hydraulic oil accumulator 2 10 6 Set spare turbine driven oil pumps 5 7 Set spare sensors 5 8 Set spare transducers for vibro controls 5 TOTAL Name of Bidder Signature of Bidder

LOT 2 PART 3 Works in Sauniatu Headpond Schedule No. 1 - Plant and Mandatory Spare Parts Supplied from Abroad Item Description Country of Origin Qty. Foreign Unit Price 1 Total Price 1 CIP Foreign 1 2 3 4 5 6 7 = 4 x 6 1 2 Parts to complete installation of velocity valve Headpond screen and walkway 3 Intake screens 2 TOTAL Column 7 to be carried forward to Schedule No. 5. Grand Summary Name of Bidder Signature of Bidder 1 Specify currencies in accordance with ITB 19. Create and use as many columns for Unit Price and Total Price as there are currencies. Country of Origin Declaration Form Item Description Country Schedule No. 2 - Plant and Mandatory Spare Parts Supplied from Within the Employer s Country

Item Description Qty EXW Unit Price 1 Total EXW 1 Sales Tax Total Price Price 1 2 3 4 5 = 1 x 2 6 7 = 5 + 6 1 2 3 Materials for fence Concrete to line headpond Materials for headpond screen TOTAL Column 5 to be carried forward to Schedule No. 5. Grand Summary Name of Bidder Signature of Bidder

Schedule No. 3 - Design Services Unit Price 1 Total Price 1 Item Description Qty. Local Portion Foreign Portion Local Portion Foreign Portion 1 2 3 4 5 6 = 3 x 4 7 = 3 x 5 1 2 3 Design screen structure installations at two intakes Design concrete lining of headpond Design of headpond screen TOTAL Columns 6 and 7 to be carried forward to Schedule No. 5. Grand Summary Name of Bidder Signature of Bidder

Schedule No. 4 Construction, Installation and Other Services Unit Price 1 Total Price 1 Item Description Qty. Local Portion Foreign Portion Local Portion Foreign Portion 1 2 3 4 5 6 = 3 x 4 7 = 3 x 5 1 Desilt and clean up intakes, remove old screens, install new screens 2 Remove HDPE liner and dispose of 3 Concrete line headpond floor and sides 4 Install new screen inside headpond and build walkway from side of pond to screen structure 5 Refurbish existing main outlet screen 6 Install velocity shutoff valve on penstock 7 Build security fence around headpond 8 9 Replace all air venting valves installed on penstock pipe Tidy up headpond compound TOTAL Columns 6 and 7 to be carried forward to Schedule No. 5. Grand Summary Name of Bidder Signature of Bidder

Schedule No. 5 - Grand Summary of LOT 2 Schedule No. Title Foreign Total 1 Local 1 Plant and Mandatory Spare Parts Supplied from Abroad 2 Plant and Mandatory Spare Parts Supplied from Within the Employer s Country 3 Design Services 4 Construction Installation and Other Services GRAND TOTAL to be carried forward to Letter of Bid Name of Bidder Signature of Bidder

Bid Security Bank Guarantee... Bank s Name, and Address of Issuing Branch or Office... Beneficiary:... Name and Address of Employer... Date:... Bid Security No.:... We have been informed that..... name of the Bidder..... (hereinafter called "the Bidder") has submitted to you its bid dated......... (hereinafter called "the Bid") for the execution of........ name of contract....... under Invitation for Bids No.......... ( the IFB ). Furthermore, we understand that, according to your conditions, bids must be supported by a bid guarantee. At the request of the Bidder, we..... name of Bank..... hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of..........amount in figures......... (.......amount in words....... ) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder: (a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid; or (b) does not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter the ITB ); or (c) having been notified of the acceptance of its Bid by the Employer during the period of bid validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to furnish the Performance Security, in accordance with the ITB. This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the Contract Agreement signed by the Bidder and the performance security issued to you upon the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy your notification to the Bidder of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of the Bidder s bid. Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.............Bank s seal and authorized signature(s).......... Note: All italicized text is for use in preparing this form and shall be deleted from the final document

Form of Bid-Securing Declaration Date: [insert date (as day, month and year)] Bid No.: [insert number of bidding process] Alternative No.: [insert identification No if this is a Bid for an alternative] To: [insert complete name of Employer] We, the undersigned, declare that: We understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration. We accept that we will automatically be suspended from being eligible for bidding in any contract with the Borrower for the period of time of [insert number of months or years] starting on [insert date], if we are in breach of our obligation(s) under the bid conditions, because we: (a) (b) have withdrawn our Bid during the period of bid validity specified in the Form of Bid; or having been notified of the acceptance of our Bid by the Employer during the period of bid validity, (i) fail or refuse to execute the Contract, if required, or (ii) fail or refuse to furnish the Performance Security, in accordance with the ITB. We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of our Bid. Signed: [insert signature of person whose name and capacity are shown] In the capacity of [insert legal capacity of person signing the Bid-Securing Declaration] Name: [insert complete name of person signing the Bid-Securing Declaration] Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder] Dated on day of, [insert date of signing] Corporate Seal (where appropriate) [Note: In case of a Joint Venture, the Bid-Securing Declaration must be in the name of all partners to the Joint Venture that submits the bid.]

Technical Proposal Site Organization Method Statement Mobilization Schedule Construction Schedule Personnel Equipment Proposed Subcontractors for Major Items of Plant and Services Time Schedule

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Personnel Bidders should provide the names of suitably qualified personnel to meet the requirements specified in Section 3 (Evaluation and Qualification Criteria). The data on their experience should be supplied using the Form below for each candidate. Form PER 1: Proposed Personnel 1. Title of position* Name 2. Title of position* Name 3. Title of position* Name 4. Title of position* Name *As listed in Section 3 (Evaluation and Qualification Criteria).

Form PER 2: Resume of Proposed Personnel Position Personnel information Name Date of birth Professional qualifications Present employment Name of employer Address of employer Telephone Contact (manager / personnel officer) Fax E-mail Job title Years with present employer Summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project. (a) F r o m (b) T o (c) Company / Project / Position / Relevant technical and management experience

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

Proposed Subcontractors/Manufacturers for Major Items of Plant and Services The following Subcontractors and/or manufacturers are proposed for carrying out the item of the facilities indicated. Bidders are free to propose more than one for each item Major Items of Plant and Services Proposed Subcontractors/Manufacturers Nationality

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

Time Schedule To be used by Bidder when alternative Time for Completion is invited in ITB 13.2.

Bidders Qualification To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation and Qualification Criteria) the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder. If the bidding was preceded by a prequalification process then the forms included in this section and used earlier during the prequalification process need to be completed only if the information submitted at the time of prequalification requires updating.

Form ELI - 1: Bidder s Information Sheet Bidder s Information Bidder s legal name In case of JV, legal name of each partner Bidder s country of constitution Bidder s year of constitution Bidder s legal address in country of constitution Bidder s authorized representative (name, address, telephone numbers, fax numbers, e-mail address) Attached are copies of the following original documents. 1. In case of single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and 4.2. 2. Authorization to represent the firm or JV named in above, in accordance with ITB 22.2. 3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1. 4. In case of a government-owned entity, any additional documents not covered under 1 above required to comply with ITB 4.5.

Form ELI - 2: JV Information Sheet Each member of a JV must fill in this form JV Information Bidder s legal name JV Partner s legal name JV Partner s country of constitution JV Partner s year of constitution JV Partner s legal address in country of constitution JV Partner s authorized representative information (name, address, telephone numbers, fax numbers, e-mail address) Attached are copies of the following original documents. 1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and 4.2. 2. Authorization to represent the firm named above, in accordance with ITB 22.2. 3. In the case of government-owned entity, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITB 4.5.

Form LIT - Pending Litigation Each Bidder or member of a JV must fill in this form Pending Litigation No pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria) Pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria) Year Matter in Dispute Value of Pending Claim in US$ Equivalent Value of Pending Claim as a Percentage of Net Worth

Form FIN - 1: Financial Situation Each Bidder or member of a JV must fill in this form Financial Data for Previous 3 Years [US$ Equivalent] Year 1: Year 2: Year 3: Information from Balance Sheet Total Assets Total Liabilities Net Worth Current Assets Current Liabilities Information from Income Statement Total Revenues Profits Before Taxes Profits After Taxes Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last three years, as indicated above, complying with the following conditions. All such documents reflect the financial situation of the Bidder or partner to a JV, and not sister or parent companies. Historic financial statements must be audited by a certified accountant. Historic financial statements must be complete, including all notes to the financial statements. Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted).

Form FIN - 2: Average Annual Turnover Each Bidder or member of a JV must fill in this form Year Annual Turnover Data for the Last 3 Years Amount Exchange Rate US$ Equivalent Average Annual Turnover The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the amounts billed to clients for each year for contracts in progress or completed, converted to US Dollars at the rate of exchange at the end of the period reported.

Form FIN 3: Financial Resources Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts as indicated in Section 3 (Evaluation and Qualification Criteria) Financial Resources No. Source of financing Amount (US$ equivalent) 1 2 3

Form FIN- 4: Current Contract Commitments Bidders and each partner to a JV should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued. (e) Name Contract of Current Contract Commitments (f) Employer s Contact Address, Tel, Fax Value of Outstanding Work [Current US$ Equivalent] Estimated Completion Date Average Monthly Invoicing Over Last Six Months [US$/month)] 1 2 3 4 5

Form EXP 1: General Experience Each Bidder or member of a JV must fill in this form General Experience Starting Ending Contract Identification and Title Month Month Years Name and Address of Employer Role of Bidder Year Year Brief Description of the Works Executed by the Bidder

Form EXP 2(a): Specific Experience Fill up one (1) form per contract. Contract of Similar Size and Nature Contract No...... of...... Contract Identification Award Date Completion Date Role in Contract Contractor Management Contractor Subcontractor Total Contract Amount US$ If partner in a JV or subcontractor, specify participation of total contract amount Percent of Total Amount Employer s Name Address Telephone/Fax Number E-mail Description of the similarity in accordance with Criteria 2.4.2(a) of Section 3

Form EXP - 2(b): Specific Experience in Key Activities Fill up one (1) form per contract Contract with Similar Key Activities Contract No...... of...... Contract Identification Award Date Completion Date Role in Contract Contractor Management Contractor Subcontractor Total Contract Amount US$ If partner in a JV or subcontractor, specify participation of total contract amount Percent of Total Amount Employer s Name Address Telephone Number Fax Number E-mail Description of the key activities in accordance with Criteria 2.4.2(b) of Section 3