Section III - Evaluation and Qualification Criteria (Without Prequalification)

Similar documents
Section III Evaluation and Qualification Criteria (Revision 1)

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

MUMBAI METRO LINE 3 (COLABA-BANDRA-SEEPZ) CONTRACT PACKAGE MM3-CBS-RS Addendum No:-16

MUMBAI METRO RAIL CORPORATION LIMITED (MMRC)

5.Section 5 - Specimen Forms

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

Amendment No.1 to Bidding Document. IFB NO- ITS-KSRTC-Mysore/2010/Tender Notice No.001 Date:

CHENNAI METRO RAIL LIMITED CHENNAI METRO RAIL PROJECT PHASE I

QUERIES & RESPONSES DATE

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

PROVIDING CLARIFICATION / INTRODUCTION OF AMENDMENTS

Section 4 - Bidding Forms

documents and evaluation of bids), monitoring of implementation, evaluation of operations and maintenance, and post-commissioning stages of a project.

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

سند پیش ارزیابی 2 ) E4 پروژه طرح جامع برق )پروژه

CHENNAI METRO RAIL LIMITED CHENNAI METRO RAIL PROJECT PHASE I

Madera Unified School District

ISO EMS, SCADA and IT upgrade

Section 4. Bidding Forms

INSTRUCTIONS TO BIDDERS EVALUATION AND QUALIFICATION CRITERIA SECTION IV GENERAL CONDITIONS PARTICULAR CONDITIONS

Section III: Returnable Bidding Forms

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

Exhibit B-2. MEP Subcontractor Rating System SAN RAFAEL CITY SCHOOLS PREQUALIFICATION QUESTIONNAIRE AND CERTIFICATION FOR PROSPECTIVE BIDDERS, 201

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

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

Pre-Qualification Queries of IFP No:- MM3-CBS-RS QUERIES AND RESPONSES

PREQUALIFICATION QUESTIONAIRE

a00014 CHANGES TO SPECIFICATIONS: APPENDIX C DSP4 Provision Name:

ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop.

Section I. Invitation for Bids

Introduction to Working with the Public Sector Module 1 - Getting Started

University of Washington CONTRACTOR PERFORMANCE EVALUATION PROGRAM

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS/ APPLICATORS FOR TERRACE WATERPROOFING WORKS IN BANK S RESIDENTIAL FLATS AT GHATKOPAR (E), MUMBAI

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

Section III: Returnable Bidding Forms

SUPPLIER PREQUALIFICATION QUESTIONNAIRE

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER


SUBCONTRACTOR PREQUALIFICATION PACKAGE

REQUEST FOR QUALIFIED CONTRACTORS (RFQC) RFQC No TOLLING SYSTEMS INTEGRATOR/I-85 EXPRESS LANES AND BACK OFFICE CONVERSION PROJECT

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

BIDDING DOCUMENTS FOR DESIGN, MANUFACTURE, SUPPLY, TESTING, COMMISSIONING AND TRAINING OF 378 NOS. OF STANDARD GAUGE CARS FOR MUMBAI METRO PROJECT

STATEMENT OF BIDDER S QUALIFICATIONS (GENERAL CONTRACTOR)

Section 7000 Procurement

The Engineers Joint Contract Documents Committee Releases 2013 editions of the EJCDC Construction Series (C-Series) documents

Section III: Returnable Bidding Forms

Interested firms may please apply (one signed original marked ORIGINAL and one electronic scanned copy) stating (de minimis) the following:

Columbia Public Schools Columbia, Missouri

REQUEST FOR PROPOSAL

APPLICATION FOR PRE-QUALIFICATION of GENERAL CONTRACTORS and PRIME CONTRACTORS

CONTRACTOR SURETY QUESTIONNAIRE

DEPARTMENT OF PUBLIC WORKS

Provision of Janitorial & Related Services

Procurement of Works & User s Guide

WHEREAS, the District desires to adopt the Prequalification Process, including the Questionnaire, Rating System, and Appeal Process.

PREQUALIFICATION PACKAGE FOR

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

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

PROCUREMENT PLAN FOR CHILD NUTRITION PROGRAMS

FAQs Title 74, Section 303 and PennDOT s Diverse Business Participation Program

EL RANCHO UNIFIED DISTRICT PREQUALIFICATION QUESTIONNAIRE PACKET

ALPINE SCHOOL DISTRICT 490 North State Street, Lindon, Utah Office (801) Fax Number (801)

REQUEST FOR PROPOSAL MEDICAL PLANS

(e-procurement System)

ITB ADDENDUM NO. 1. Addendum No. 1 to ITB MEDART LIFT STATION BYPASS Issued January 18, 2018

EXPERT ANALYSIS The Fair Pay and Safe Workplaces Executive Order: The Final Rules, Implementation and Compliance

Administrative, Financial and Operational Aspects of Project Management

OVERVIEW: Avoiding Government Contracting Compliance Pitfalls, Bid Protests and Claims

Development of ICT Infrastructure in HPPWD and HPRIDC

CMU Documented Quote Benefits Insurance Broker ADMINISTRATIVE INFORMATION

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

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Specification Standards for University of Washington Section

INVITATION TO BID. Procurement of IT Equipment on Long Term Agreement basis for UN Agencies in Moldova. ITB No.: 18/01719

Manufacturers Errors & Omissions Application

PROCUREMENT POLICY Originally Adopted April 1983 Revised: February 26, 2014

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

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

PRELIMINARY REQUEST FOR DOCUMENTS TEMPLATE (FOR UK COMPANIES)

Subcontractor Pre-Qualification Form

GUADALUPE RIVER PARK AND GARDENS IDENTIFICATION, INTERPRETIVE AND WAY FINDING SYSTEMS SINGAGE PROJECT CITY OF SAN JOSE REDEVELOPMENT AGENCY

Procurement of Works & User s Guide

C740 (13002F) REQUEST FOR PRE-QUALIFICATION BIDDERS

INTERNATIONAL INVITATION FOR PREQUALIFICATION

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

Preventing and Managing the Risk of a Subcontractor Default A Best Practices Checklist

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2019 PRE-QUALIFICATION QUESTIONNAIRE

Clause No Bid Condition Bidder's Queries Comment/ Clarification By NMRCL. Tenders.

PROCUREMENT PLAN. Implementing Agency: N/A

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

CHENNAI METRO RAIL LIMITED

DOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form.

PREQUALIFICATION FOR GENERAL CONTRACTORS

INVITATION TO BID (ITB)

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

Request for Qualifications

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO.

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

GUJARAT ECOLOGY COMMISSON. BID No: SPMU/ ICZMP/ NCB /01/ IDA Credit Number: #0146-IN. August

ARCHIVED - MAY 20, 2014

Transcription:

Section III - Evaluation and Qualification (Without Prequalification) This Section contains all the criteria that the Purchaser shall use to evaluate Bids and qualify s. No other factors, methods or criteria shall be used. The shall provide all the information requested in the forms included in Section IV, Bidding Forms.

1. Combined Evaluation The Purchaser will evaluate and compare the Bids that have been determined to be substantially responsive, pursuant to ITB 30. The Purchaser s evaluation of responsive Bids will not take into account technical factors, in addition to cost factors. Combined evaluation will not be applied. 2. Technical Evaluation (ITB 35.3 and ITB 35.4) Technical evaluation will not be applied. 3. Economic Evaluation The following factors and methods will apply: (a) Time Schedule: Time to complete the Information System from the effective date specified in Article 3 of the Contract Agreement for determining time for completion of pre-commissioning activities is: 44 weeks. No credit will be given for earlier completion. (b) Recurrent Costs Will not be applied. (c) Specific additional criteria The relevant evaluation method, if any, shall be as follows: N/A 4. Technical alternatives Technical alternatives are not permitted.

2. Qualification 2.1 ELIGIBILITY Sub- All s 2.1.1 Nationality Nationality in accordance with ITB 4.4. Form ELI 2.1.1 and 2.1.2, with attachments 2.1.2 Conflict of Interest No- conflicts of interests as described in ITB 4.2. Letter of Bid 2.1.3 Bank Ineligibility Not having been declared ineligible by the Bank as described in ITB 4.5. Letter of Bid 2.1.4 State owned Entity of the Borrower country Compliance with conditions of ITB 4.6 Form ELI 2.1.1 and 2.1.2, with attachments

2.1 ELIGIBILITY Sub- All s 2.1.5 United Nations resolution or Borrower s country law Not having been excluded as a result of prohibition in the Borrower s country laws or official regulations against commercial relations with the s country, or by an act of compliance with UN Security Council resolution, both in accordance with ITB 4.8 Letter of Bid

2.2 HISTORICAL CONTRACT NON-PERFORMANCE Sub- All s 2.2.1 History of non-performing contracts Non-performance of a contract 1 did not occur as a result of s default since 1 st January 2013 2.2.2 Suspension Not under suspension based on execution of a Bid Securing Declaration or Proposal Securing Declaration pursuant to ITB 4.7 and ITB 20.10 2.2.3 Pending Litigation s financial position and prospective long-term profitability still sound according to criteria established in 2.3.1 below and assuming that all pending litigation will be resolved against the. by itself or as to past or existing JV 2 by itself or as to past or existing JV Form CON - 2 Letter of Bid Form CON 2 1 Nonperformance, as decided by the Purchaser, shall include all contracts where (a) nonperformance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Nonperformance shall not include contracts where Purchaser decision was overruled by the dispute resolution mechanism. Nonperformance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances available to the applicant have been exhausted. 2 This also applies to contracts executed by the Applicant as JV.

2.3 FINANCIAL SITUATION Sub- All s 2.3.1 Historical Financial Performance Submission of audited balance sheets or if not required by the law of the s country, other financial statements acceptable to the Purchaser, for the last 5 years to demonstrate the current soundness of the s financial position and its prospective long-term profitability. Form FIN 2.3.1 with attachments 2.3.2 Average Annual Turnover Minimum average annual turnover of EUR 4,000,000.00, calculated as total certified payments received for contracts in progress or completed, within the last 5 years N/A N/A Form FIN 2.3.2

2.3 FINANCIAL SITUATION Sub- All s 2.3.3 Financial Resources The must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet N/A N/A Form FIN 2.3.3 the following cash-flow : EUR 2,000,000.00

2.4 EXPERIENCE Sub- All s 2.4.1 General Experience Experience under Information System contracts in the role of prime supplier, management contractor, JV, or subcontractor for at least the last 5 years prior to the applications submission deadline. Form EXP-2.4.1 2.4.2 Specific Experience Participation as a prime supplier, management contractor, JV 3, subcontractor, in at least 1 (one) contract within the last 5 years, that have been successfully and substantially completed and that are similar to the proposed Information System on the installation of data storage unit (min. with capacity 0.5 Petabyte) with necessary software development s for all characteristics for one characteristic Form EXP 2.4.2 3 For contracts under which the participated as a joint venture or sub-contractor, only the s share, by value, and role and responsibilities shall be considered to meet this.

2.5 Personnel The must demonstrate that it will have the personnel for the key positions that meet the following s: No. Position Information System Experience 1 Project Team Leader B.S. Degree from an At least 10 years of computer engineering At least 5 years of project management PMP certificate 2 Business Analyst B.S. Degree from an At least 5 years of analyst At least 3 years of project management 3 Database Expert B.S. Degree from an At least 10 years of system engineering At least 7 years of database expert level certificate 4 Programming Expert B.S. Degree from an At least 10 years of software engineering At least 7 years of programming relevant certificate ISO 27001 knowledge 5 Security Expert B.S. Degree from an

At least 10 years of software engineering At least 5 years of security IT security certificate 6 Computer Hardware Expert B.S. Degree from an At least 5 years of computer hardware engineering 7 Network and Communications Expert B.S. Degree from an At least 10 years of network engineering Must have security certificate from at least one firewall provider network communications certificate 8 Training Expert B.S. Degree At least 3 years of training 9 Specialist B.S. Degree At least 2 years of documentation/software analysis The shall provide details of the proposed personnel and their records in the relevant Forms included in Section IV, Bidding Forms.

2.6 Subcontractors/vendors/manufacturers Subcontractors/vendors/manufacturers for the following major items of supply or services must meet the following minimum criteria, herein listed for that item: Item No. Description of Item 1 IPS development Certificates; Minimum to be met ISO 9001 ISO 27001 PMP ISTQ 2 Hardware TSE certificate ISO 9001:2008 certificate ISO 27001:2013 or higher certificate CE, FCC, RoHS certificates 3 Manufacturer for Data Storage Unit Manufacture of data storage units with capacity of at least 1.6 Petabyte in the last 5 years Failure to comply with this will result in rejection of the subcontractor/vendor. In the case of a who offers to supply and install major items of supply under the contract that the did not manufacture or otherwise produce, the shall provide the manufacturer s authorization, using the form provided in Section IV, showing that the has been duly authorized by the manufacturer or producer of the related sub system or component to supply and install that item in the Purchaser s Country. The is responsible for ensuring that the manufacturer or producer complies with the s of ITB 4 and 5 and meets the minimum criteria listed above for that item.