Vous êtes sur la page 1sur 184

BIDDING DOCUMENTS

for

Procurement of

Package N/C 7:Design and Construction of


Waste Water Treatment Plant (WWTP)
of Khachmaz
and
Package N/C 8: Design and Construction of
Waste Water Treatment Plants (WWTP)
of Khizi, Altiagach and Gobustan

Employer: Azersu Open Joint Stock Company


Country: Azerbaijan
Project: Provincial Cities Water Supply and
Sewerage Project
Loan .: AZB P-4
Bidding Documents
For Procurement of
Package N/C 7: Design and Construction of
Waste Water Treatment Plant (WWTP)
of Khachmaz
and
Package N/C 8: Design and Construction of
Waste Water Treatment Plants (WWTP)
of Khizi, Altiagach and Gobustan

Table of Contents

PART 1 Bidding Procedures


Section I. Instructions to Bidders
Section II. Bid Data Sheet
Section III. Evaluation and Qualification Criteria
(Following Prequalification)
Section IV. Bidding Forms
Section V. List of Eligible Countries of Japanese ODA
Loans

PART 2 Employers Requirements


Section VI. Employers Requirements

PART 3 Conditions of Contract and Contract Forms


Section VII. General Conditions (GC)
Section VIII. Particular Conditions (PC)
Section IX. Contract Forms
Section I. Instruction to Bidders Part 1-1

PART 1 - Bidding Procedures


Part 1-2 Section I. Instruction to Bidders

Section I. Instructions to Bidders

Table of Clauses

A. General ...............................................................................................................................4
1. Scope of Bid ............................................................................................................4
2. Source of Funds ......................................................................................................4
3. Corrupt and Fraudulent Practices ............................................................................4
4. Eligible Bidders ......................................................................................................6
5. Eligible Plant and Installation Services ..................................................................7
B. Contents of Bidding Documents .......................................................................................8
6. Sections of Bidding Documents ..............................................................................8
7. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting .........................9
8. Amendment of Bidding Documents .....................................................................10
C. Preparation of Bids .........................................................................................................10
9. Cost of Bidding .....................................................................................................10
10. Language of Bid ....................................................................................................10
11. Documents Comprising the Bid ............................................................................10
12. Letters of Bid and Schedules ................................................................................12
13. Alternative Bids ....................................................................................................12
14. Documents Establishing the Eligibility of the Plant and Installation Services
13
15. Documents Establishing the Eligibility and Qualifications of the Bidder ............13
16. Documents Establishing Conformity of the Plant and Installation Services ........13
17. Technical Proposal, Subcontractors ......................................................................14
18. Bid Prices and Discounts ......................................................................................15
19. Currencies of Bid and Payment ............................................................................17
20. Period of Validity of Bids .....................................................................................18
21. Bid Security ..........................................................................................................18
22. Format and Signing of Bid ....................................................................................20
D. Submission and Opening of Bids ...................................................................................20
23. Submission, Sealing and Marking of Bids ............................................................20
24. Deadline for Submission of Bids ..........................................................................21
25. Late Bids ...............................................................................................................21
26. Withdrawal, Substitution, and Modification of Bids ............................................21
Section I. Instruction to Bidders Part 1-3

27. Bid Opening ..........................................................................................................22


E. Evaluation and Comparison of Bids ..............................................................................24
28. Confidentiality ......................................................................................................24
29. Clarification of Bids ..............................................................................................25
30. Deviations, Reservations, and Omissions .............................................................25
31. Preliminary Examination of Technical Bids .........................................................25
32. Qualification of the Bidders ..................................................................................26
33. Determination of Responsiveness of Technical Bids ...........................................26
34. Nonmaterial Nonconformities ..............................................................................27
35. Detailed Evaluation of Technical Bids .................................................................28
36. Correction of Arithmetical Errors .........................................................................28
37. Conversion to Single Currency .............................................................................29
38. Evaluation of Price Bids .......................................................................................29
39. Comparison of Bids ..............................................................................................30
40. Employers Right to Accept Any Bid, and to Reject Any or All Bids .................30
F. Award of Contract ...........................................................................................................30
41. Award Criteria ......................................................................................................30
42. Notification of Award ...........................................................................................31
43. Signing of Contract ...............................................................................................31
44. Performance Security ............................................................................................31
Part 1-4 Section I. Instruction to Bidders

A. General
1. Scope of Bid 1.1 In connection with the Invitation for Bids specified in
the Bid Data Sheet (BDS), the Employer, as specified in
the BDS, issues these Bidding Documents (hereinafter
referred to as Bidding Documents) for the procurement
of Plant and Installation Services as specified in Section
VI, Employers Requirements. The name, identification,
and number of the lot(s) (contract(s)) comprising this
International Competitive Bidding (ICB) are specified in
the BDS.
1.2 Throughout these Bidding Documents:
(a) the term in writing means communicated in written
form and delivered against receipt;
(b) except where the context requires otherwise, words
indicating the singular also include the plural and
words indicating the plural also include the
singular; and
(c) day means calendar day.

2. Source of Funds 2.1 The Borrower specified in the BDS has applied for or
received a Japanese ODA Loans from Japan International
Cooperation Agency (hereinafter referred to as JICA),
with the number, in the amount and on the signed date of
the Loan Agreement specified in the BDS, toward the
cost of the project specified in the BDS. The Borrower
intends to apply a portion of the proceeds of the Loan to
eligible payments under the Contract(s) for which these
Bidding Documents are issued.
2.2 Disbursement of a Japanese ODA Loans by JICA will be
subject, in all respects, to the terms and conditions of the
Loan Agreement, including the disbursement procedures
and the applicable Guidelines for Procurement under
Japanese ODA Loans specified in the BDS. No party
other than the Borrower shall derive any rights from the
Loan Agreement or have any claim to the Loan proceeds.
2.3 The above Loan Agreement will cover only part of the
project cost. As for the remaining portion, the Borrower
will take appropriate measures for finance.
3. Corrupt and 3.1 It is JICAs policy to require that Bidders and
Fraudulent Contractors, as well as Borrowers, under contracts funded
Practices with Japanese ODA Loans and other Japanese ODA,
observe the highest standard of ethics during the
procurement and execution of such contracts. In
pursuance of this policy, JICA:
Section I. Instruction to Bidders Part 1-5

(a) will reject a proposal for award if it determines that


the Bidder recommended for award has engaged in
corrupt or fraudulent practices in competing for the
contract in question;

(b) will recognize a Bidder or Contractor as ineligible,


for a period determined by JICA, to be awarded a
contract funded with Japanese ODA Loans if it, at
any time, determines that the Bidder or the
Contractor has engaged in corrupt or fraudulent
practices in competing for, or in executing, another
contract funded with Japanese ODA Loans or other
Japanese ODA; and

(c) will recognize a Contractor as ineligible to be


awarded a contract funded with Japanese ODA Loans
if the Contractor or a Subcontractor, who has a direct
contract with the Contractor, is debarred under the
cross debarment decisions by the Multilateral
Development Banks. Such period of ineligibility shall
not exceed three (3) years from (and including) the
date on which the cross debarment is imposed.

Cross debarment decisions by the Multilateral


development Banks is a corporate sanction in
accordance with the agreement among the African
Development Bank Group, Asian Development Bank,
European Bank for Reconstruction and Development,
Inter-American Development Bank Group and the World
Bank Group signed on 9 April, 2010 (as amended from
time to time). JICA will recognize the World Bank
Groups debarment of which period exceeds one year,
imposed after 19 July, 2010, the date on which the World
Bank Group started cross debarment, as cross debarment
decisions by the Multilateral Development Banks.
The list of debarred firms and individuals is available at
the electronic address specified in the BDS.
JICA will recognize a Bidder or Contractor as ineligible
to be awarded a contract funded with Japanese ODA
Loans if the Bidder or Contractor is debarred by the
World Bank Group for the period starting from the date
of the Invitation for Bid, if prequalification has not been
conducted; or the date of Advertisements for
Prequalification, if prequalification has been conducted,
up to the signing of the contract, unless (i) such
debarment period does not exceed one year, or (ii) three
(3) years have passed since such debarment decision.

If it is revealed that the Contractor was ineligible to be


Part 1-6 Section I. Instruction to Bidders

awarded a contract according to the above, JICA will, in


principle, impose sanctions against the Contractor.

If it is revealed that a Subcontractor, who has a direct


contract with the Contractor, was debarred by the World
Bank Group on the subcontract date, JICA will, in
principle, require the Borrower to have the Contractor
cancel the subcontract immediately, unless (i) such
debarment period does not exceed one year, or (ii) three
(3) years have passed since such debarment decision. If
the Contractor refuses, JICA will require the Borrower to
declare invalidity or cancellation of the contract and
demand the refund of the relevant proceeds of the Loan
or any other remedies on the grounds of contractual
violation.

3.2 Furthermore, Bidders shall be aware of the provision


stated in Sub-Clause 42.2.1 (c) of Section VII. General
Conditions.
4. Eligible Bidders 4.1 A Bidder may be a firm that is a single entity or any
combination of such entities in the form of a joint venture
(JV) under an existing agreement or with the intent to
enter into such an agreement supported by a letter of
intent. In the case of a JV:
(a) all members shall be jointly and severally liable for
the execution of the Contract in accordance with the
Contract terms, and

(b) the JV shall nominate a Representative who shall have


the authority to conduct all business for and on behalf
of any and all the members of the JV during the
bidding process and, in the event the JV is awarded
the Contract, during Contract execution.
4.2 A Bidder shall not have a conflict of interest. A Bidder
shall not be employed under any of the circumstances set
forth below throughout the bidding/selection process
and/or the execution of the Contract unless the conflict
has been resolved in a manner acceptable to JICA.
(a) A firm shall be disqualified from providing goods or
non-consulting services resulting from or directly
related to consulting services for the preparation or
implementation of a project that it provided or were
provided by any affiliate that directly or indirectly
controls, is controlled by, or is under common control
with that firm. This provision does not apply to the
various firms (consultants, contractors, or suppliers)
only due to the reason that those firms together are
Section I. Instruction to Bidders Part 1-7

performing the Contractors obligations under a


turnkey or design and build contract.

(b) A firm that has a close business relationship with the


Borrowers professional personnel, who are directly
or indirectly involved in any part of: (i) the
preparation of the prequalification and Bidding
Documents for the Contract, (ii) the prequalification
and Bid evaluation, or (iii) the supervision of such
Contract, shall be disqualified.

(c) Based on the One Bid Per Bidder principle, which


is to ensure fair competition, a firm and any affiliate
that directly or indirectly controls, is controlled by, or
is under common control with that firm shall not be
allowed to submit more than one Bid, either
individually or as a member in a JV. A firm
(including its affiliate), if acting in the capacity of a
Subcontractor in one Bid, may participate in other
Bids, only in that capacity.

(d) A firm having any other form of conflict of interest


other than (a) through (c) above shall be disqualified.

4.3 A Bidder shall be from any of the eligible source


countries indicated in Section V, Eligible Source
Countries of Japanese ODA Loans.
4.4 A Bidder that has been determined to be ineligible by
JICA in accordance with ITB 3.1 shall not be eligible to
be awarded a Contract.
4.5 This bidding is open only to prequalified Bidders unless
specified in the BDS.
4.6 A Bidder shall provide such evidence of its continued
eligibility satisfactory to the Employer, as the Employer
shall reasonably request.
5. Eligible Plant 5.1 The Plant and Installation Services to be supplied under
and Installation the Contract shall have their origin in any of the eligible
Services source countries indicated in Section V, Eligible Source
Countries of Japanese ODA Loans, and all expenditures
under the Contract will be limited to such Plant and
Installation Services.
5.2 For purposes of ITB 5.1 above, origin means the place
where the plant, or component parts thereof are mined,
grown, produced or manufactured, and from which the
services are provided. Plant components are produced
when, through manufacturing, processing, or substantial
Part 1-8 Section I. Instruction to Bidders

or major assembling of components, a commercially


recognized product results that is substantially different in
its basic characteristics or in purpose or utility from its
components.

B. Contents of Bidding Documents


6. Sections of 6.1 The Bidding Documents consists of Parts 1, 2, and 3,
Bidding which include all the Sections indicated below, and
Documents should be read in conjunction with any Addenda issued in
accordance with ITB 8.
PART 1 Bidding Procedures

Section I. Instructions to Bidders (ITB)


Section II. Bid Data Sheet (BDS)
Section III. Evaluation and Qualification
Criteria
Section IV. Bidding Forms
Section V. Eligible Countries of Japanese ODA
Loans
PART 2 Employers Requirements

Section VI. Employers Requirements


PART 3 Conditions of Contract and Contract Forms

Section VII. General Conditions (GC)


Section VIII. Particular Conditions (PC)
Section IX. Contract Forms
6.2 The Invitation for Bids issued by the Employer is not part
of the Bidding Documents.
6.3 Unless obtained directly from the Employer, the
Employer is not responsible for the completeness of the
Bidding Documents, responses to requests for
clarification, the minutes of the pre-bid meeting (if any),
or Addenda to the Bidding Documents in accordance with
ITB 8. In case of any contradiction, documents obtained
directly from the Employer shall prevail.
6.4 The Bidder is expected to examine all instructions, forms,
terms, and specifications in the Bidding Documents, and
to furnish with its Bid all information and documentation
as is required by the Bidding Documents.
Section I. Instruction to Bidders Part 1-9

7. Clarification of 7.1 A Bidder requiring any clarification of the Bidding


Bidding Documents shall contact the Employer in writing at the
Documents, Site Employers address specified in the BDS or raise his
Visit, Pre-Bid enquiries during the pre-bid meeting if provided for in
Meeting accordance with ITB 7.4. The Employer will respond in
writing to any request for clarification, provided that such
request is received no later than fourteen (14) days prior
to the deadline for submission of Bids. The Employer
shall forward copies of its response to all Bidders who
have acquired the Bidding Documents in accordance with
ITB 6.3, including a description of the inquiry but without
identifying its source. If so specified in the BDS, the
Employer shall also promptly publish its response at the
web page identified in the BDS. Should the clarification
result in changes to the essential elements of the Bidding
Documents, the Employer shall amend the Bidding
Documents following the procedure under ITB 8 and ITB
24.2.
7.2 The Bidder is advised to visit and examine the site where
the plant is to be installed and its surroundings and obtain
for itself on its own responsibility all information that
may be necessary for preparing the Bid and entering into
a contract for the provision of Plant and Installation
Services. The costs of visiting the site shall be at the
Bidders own expense.
7.3 The Bidder and any of its personnel or agents will be
granted permission by the Employer to enter upon its
premises and lands for the purpose of such visit, but only
upon the express condition that the Bidder, its personnel,
and agents will release and indemnify the Employer and its
personnel and agents from and against all liability in respect
thereof, and will be responsible for death or personal injury,
loss of or damage to property, and any other loss, damage,
costs, and expenses incurred as a result of the inspection.

7.4 The Bidders designated representative is invited to attend


a pre-bid meeting, if so specified in the BDS. The
purpose of the meeting will be to clarify issues and to
answer questions on any matter that may be raised at that
stage. A site visit will be conducted by the Employer at
the time of the pre-bid meeting, if so specified in the
BDS.
7.5 The Bidder is requested to submit any questions in
writing, to reach the Employer not later than one (1) week
before the meeting.
7.6 Minutes of the pre-bid meeting, if applicable, including
the text of the questions asked by Bidders, without
identifying the source, and the responses given, together
Part 1-10 Section I. Instruction to Bidders

with any responses prepared after the meeting, will be


transmitted promptly to all Bidders who have acquired the
Bidding Documents in accordance with ITB 6.3. Any
modification to the Bidding Documents that may become
necessary as a result of the pre-bid meeting shall be made
by the Employer exclusively through the issue of an
addendum pursuant to ITB 8 and not through the minutes
of the pre-bid meeting. Nonattendance at the pre-bid
meeting will not be a cause for disqualification of a
Bidder.
8. Amendment of 8.1 At any time prior to the deadline for submission of Bids,
Bidding the Employer may amend the Bidding Documents by
Documents issuing addenda.
8.2 Any addendum issued shall be part of the Bidding
Documents and shall be communicated in writing to all
who have obtained the Bidding Documents from the
Employer in accordance with ITB 6.3. If so specified in
the BDS, the Employer shall also promptly publish the
addendum on the Employers web page in accordance
with ITB 7.1.
8.3 To give Bidders reasonable time in which to take an
addendum into account in preparing their Bids, the
Employer may extend the deadline for the submission of
Bids, pursuant to ITB 24.2.

C. Preparation of Bids
9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the
preparation and submission of its Bid, and the Employer
shall not be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding
process.
10. Language of Bid 10.1 The Bid, as well as all correspondence and documents
relating to the Bid exchanged by the Bidder and the
Employer, shall be written in the language specified in
the BDS. Supporting documents and printed literature
that are part of the Bid may be in another language
provided they are accompanied by an accurate translation
of the relevant passages in the language of Bid, in which
case, for purposes of interpretation of the Bid, such
translation shall govern.
11. Documents 11.1 The Bid shall comprise two envelopes submitted
Comprising the simultaneously, one called the Technical Bid containing
Bid the documents listed in ITB 11.2 and the other the Price
Bid containing the documents listed in ITB 11.3, both
envelopes enclosed together in an outer single envelope.
Section I. Instruction to Bidders Part 1-11

11.2 The Technical Bid submitted by the Bidder shall comprise


the following:
(a) Letter of Technical Bid;

(b) Bid Security, in accordance with ITB 21;

(c) Acknowledgment of Compliance with the Guidelines


for Procurement under Japanese ODA Loans (Form
ACK) which shall be signed and dated by the
Bidders authorized representative;

(d) written confirmation authorizing the signatory of the


Bid to commit the Bidder, in accordance with ITB
22.2;

(e) in the case of a Bid submitted by a JV, a copy of the


JV agreement, or letter of intent, signed by all
members, to enter into a JV including a draft
agreement, indicating at least the parts of the Plant to
be executed by the respective members;

(f) documentary evidence establishing in accordance


with ITB 14 that the Plant and Installation Services
offered by the Bidder in its Bid or in any alternative
Bid, if permitted, are eligible;

(g) documentary evidence in accordance with ITB 15


establishing the Bidders eligibility and qualifications
to perform the Contract if its Bid is accepted;

(h) Technical Proposal in accordance with ITB 17;

(i) documentary evidence establishing in accordance


with ITB 16 that the Plant and Installation Services
offered by the Bidder conform to the Bidding
Documents;

(j) alternative Bids, if permissible, in accordance with


ITB 13;

(k) list of Subcontractors, in accordance with ITB 17.2


and 17.3; and

(l) any other document required in the BDS.


Part 1-12 Section I. Instruction to Bidders

11.3 The Price Bid submitted by the bidder shall comprise the
following:
(a) Letter of Price Bid;
(b) completed Price Schedules, in accordance with ITB
12 and 18;
(c) alternative Price Bids, at the Bidders option and if
permissible, in accordance with ITB 13; and
(d) any other document required in the BDS.
12. Letters of Bid 12.1 The Bidder shall complete the Letters of Technical Bid
and Schedules and Price Bid, including the appropriate Technical and
Price Schedules, using the relevant forms furnished in
Section IV, Bidding Forms. The forms must be completed
without any alterations to the text, and no substitutes shall
be accepted except as provided under ITB 22.2. All blank
spaces shall be filled in with the information requested.
13. Alternative Bids 13.1 The BDS indicates whether alternative Bids are allowed.
If they are allowed, the BDS will also indicate whether
they are permitted in accordance with ITB 13.3, or
invited in accordance with ITB 13.2 and/or ITB 13.4.
13.2 When alternatives to the Time Schedule are explicitly
invited, a statement to that effect will be included in the
BDS, and the method of evaluating different time
schedules will be described in Section III, Evaluation and
Qualification Criteria.
13.3 Except as provided under ITB 13.4 below, Bidders
wishing to offer technical alternatives to the Employers
requirements as described in the Bidding Documents
must also provide: (i) a price at which they are prepared
to offer a plant meeting the Employers requirements; and
(ii) all information necessary for a complete evaluation of
the alternatives by the Employer, including drawings,
design calculations, technical specifications, breakdown
of prices, and proposed installation methodology and
other relevant details. Only the technical alternatives, if
any, of the lowest evaluated Bidder conforming to the
basic technical requirements shall be considered by the
Employer.
13.4 When Bidders are invited in the BDS to submit
alternative technical solutions for specified parts of the
facilities, such parts shall be described in Section VI,
Employers Requirements. Technical alternatives that
comply with the performance and technical criteria
specified for the Plant and Installation Services shall be
considered by the Employer on their own merits, pursuant
Section I. Instruction to Bidders Part 1-13

to ITB 35.2.
14. Documents 14.1 To establish the eligibility of the Plant and Installation
Establishing the Services in accordance with ITB 5, Bidders shall
Eligibility of the complete the country of origin declarations in the Price
Plant and Schedule Forms, included in Section IV, Bidding Forms.
Installation
Services
15. Documents 15.1 In accordance with Section III, Evaluation and
Establishing the Qualification Criteria, if the prequalification process was
Eligibility and conducted prior to the bidding process, the Bidder shall
Qualifications of provide in the corresponding information sheets included
the Bidder in Section IV, Bidding Forms, (i) updated information on
any assessed aspect that changed from that time to
establish that the Bidder continues to meet the criteria
used at the time of prequalification and (ii) the requested
information on the additional qualification criteria stated
in Section III, Evaluation and Qualification Criteria, or if
the assessment of qualification criteria was not conducted
prior to the bidding process, the Bidder shall provide the
information requested in the corresponding information
sheets included in Section IV, Bidding Forms.
15.2 Any change in the structure or formation of a Bidder after
being prequalified and invited to bid (including, in the
case of a JV, any change in the structure or formation of
any member thereto) shall be subject to the written
approval of the Employer prior to the deadline for
submission of Bids. Such approval shall be denied if (i)
such change has not taken place by the free choice of the
firms involved; (ii) as a consequence of the change, the
Bidder no longer substantially meets the qualification
criteria set forth in the Prequalification Documents; or
(iii) in the opinion of the Employer, the change may result
in a substantial reduction in competition. Any such
change should be submitted to the Employer not later
than fourteen (14) days after the date of the Invitation for
Bids.

16. Documents 16.1 The documentary evidence of the conformity of the Plant
Establishing and Installation Services with the Bidding Documents
Conformity of may be in the form of literature, drawings and data, and
the Plant and shall include:
Installation
Services (a) a detailed description of the essential technical and
performance characteristics of the Plant and
Installation Services, including the functional
guarantees of the proposed Plant and Installation
Services, in response to the Specifications. The
functional guarantees of the proposed Plant and
Installation Services shall be stated in the applicable
Part 1-14 Section I. Instruction to Bidders

form in Section IV, Bidding Forms;

(b) a list giving full particulars, including available


sources, of all spare parts, special tools, etc.,
necessary for the proper and continuing functioning
of the plant for the period specified in the BDS,
following completion of Plant and Installation
Services in accordance with the provisions of
Contract; and

(c) adequate evidence demonstrating the substantial


responsiveness of the Plant and Installation Services
to those Specifications. Bidders shall note that
standards for workmanship, materials and equipment
designated by the Employer in the Bidding
Documents are intended to be descriptive
(establishing standards of quality and performance)
only and not restrictive. The Bidder may substitute
alternative standards, brand names and/or catalog
numbers in its Technical Proposal, provided that it
demonstrates to the Employers satisfaction that the
substitutions are substantially equivalent or superior
to the standards designated in the Specifications.

17. Technical 17.1 The Bidder shall furnish a Technical Proposal, including
Proposal, a statement of work methods, equipment, personnel,
Subcontractors schedule, safety plan, and any other information as
stipulated in Section IV, Bidding Forms in sufficient
detail to demonstrate substantial responsiveness of the
Bidders proposal to the Employers Requirements and
the completion time.
17.2 For major items of Plant and Installation Services as
listed by the Employer in Section III, Evaluation and
Qualification Criteria, which the Bidder intends to
purchase or subcontract, the Bidder shall give details of
the name and nationality of the proposed Subcontractors,
including manufacturers, for each of those items. In
addition, the Bidder shall include in its Technical
Proposals information establishing compliance with the
requirements specified by the Employer for these items.
Bidders are free to list more than one Subcontractor
against each item of the Plant and Installation Services.
Quoted rates and prices will be deemed to apply to
whichever Subcontractor is appointed, and no adjustment
of the rates and prices will be permitted.
17.3 The Bidder shall be responsible for ensuring that any
Subcontractor proposed complies with the requirements
of ITB 4, and that any Plant or Installation Services to be
provided by the Subcontractor comply with the
Section I. Instruction to Bidders Part 1-15

requirements of ITB 5 and ITB 16.1.

18. Bid Prices and 18.1 Unless otherwise specified in the BDS, Bidders shall
Discounts quote for the entire Plant and Installation Services on a
single responsibility basis such that the total Bid Price
covers all the Contractors obligations mentioned in or to
be reasonably inferred from the Bidding Documents in
respect of the design, manufacture, including procurement
and subcontracting (if any), delivery, construction,
installation and completion of the plant. This includes all
requirements under the Contractors responsibilities for
testing, pre-commissioning and commissioning of the
plant and, where so required by the Bidding Documents,
the acquisition of all permits, approvals and licenses, etc.;
the operation, maintenance and training services and such
other items and services as may be specified in the
Bidding Documents, all in accordance with the
requirements of the General Conditions. Items against
which no price is entered by the Bidder will not be paid
for by the Employer when executed and shall be deemed
to be covered by the prices for other items.
18.2 Bidders are required to quote the price for the
commercial, contractual and technical obligations
outlined in the Bidding Documents.
18.3 Bidders shall give a breakdown of the prices in the
manner and detail called for in the Price Schedules
included in Section IV, Bidding Forms.

18.4 Depending on the scope of the Contract, the Price


Schedules may comprise up to the seven (7) schedules
listed below. Separate numbered Schedules included in
Section IV, Bidding Forms, from those numbered 1-5
below, shall be used for each of the elements of the Plant
and Installation and Other Service. The total amount from
each Schedule corresponding to an element of the Plant
and Installation Services shall be summarized in the
schedule titled Grand Summary (Schedule 6) giving the
total Bid Price(s) to be entered in the Letter of Price Bid.
Schedule No. 1 Plant (including Mandatory Spare Parts)
Supplied from Abroad

Schedule No. 2 Plant (including Mandatory Spare Parts)


Supplied from within the Employers
Country

Schedule No. 3 Design Services

Schedule No. 4 Installation Services


Part 1-16 Section I. Instruction to Bidders

Schedule No. 5 Provisional Sums

Schedule No. 6 Grand Summary (Schedule Nos. 1 to 5)

Schedule No. 7 Recommended Spare Parts (spare parts


for Operation and Maintenance)

Bidders shall note that the Plant and equipment included


in Schedule Nos. 1 and 2 above exclude materials used
for civil, building and other construction works. All such
materials shall be included and priced under Schedule No.
4 Installation and Other Services.
18.5 In the Schedules, Bidders shall give the required details
and a breakdown of their prices as follows, unless
otherwise provided in the BDS as for tax liabilities in
the Employer's country:
(a) Plant to be supplied from abroad (Schedule No. 1):

The price of the plant shall be quoted on CIP-named


place of destination basis as specified in the BDS.
(b) Plant manufactured within the Employers country
(Schedule No. 2):

The price of the Plant shall be quoted on an EXW


Incoterm basis (such as ex-works, ex-factory,
ex-warehouse or off-the-shelf, as applicable),
and includes sales tax and all other taxes payable in
the Employers country on the Plant, as of twenty-
eight (28) days prior to the deadline for submission
of Bids, if the Contract is awarded to the Bidder.

(c) Design Services (Schedule No. 3).

(d) Installation and Other Services shall be quoted


separately (Schedule No. 4) and shall include rates or
prices for local transportation to named place of final
destination as specified in the BDS, insurance and
other services incidental to delivery of the Plant, all
labor, contractors equipment, temporary works,
materials, consumables and all matters and things of
whatsoever nature, including operations and
maintenance services, the provision of operations and
maintenance manuals, training, etc., where identified
in the Bidding Documents, as necessary for the
proper execution of the installation and other
services, including all taxes, duties, levies and
charges payable in the Employers country as of
Section I. Instruction to Bidders Part 1-17

twenty-eight (28) days prior to the deadline for


submission of Bids.

(e) Recommended Spare Parts shall be quoted separately


(Schedule 7) as specified in either subparagraph (a)
or (b) above in accordance with the origin of the
spare parts.

18.6 The latest edition (as of the Base Date) of Incoterms,


published by the International Chamber of Commerce
shall govern.
18.7 The prices shall be either fixed or adjustable as specified
in the BDS.
(a) In the case of Fixed Price, prices quoted by the
Bidder shall be fixed during the Bidders
performance of the Contract and not subject to
variation on any account. A Bid submitted with an
adjustable price quotation will be treated as non-
responsive and rejected.

(b) In the case of Adjustable Price, prices quoted by the


Bidder shall be subject to adjustment during
performance of the Contract to reflect changes in the
cost elements such as labor, material, transport and
Contractors equipment in accordance with the
procedures specified in the corresponding Appendix
to the Contract Agreement. A Bid submitted with a
fixed price quotation will not be rejected, but the
price adjustment will be treated as zero. Bidders are
required to indicate the source of labor and material
indices in the corresponding Form in Section IV,
Bidding Forms.

18.8 If so indicated in ITB 1.1, Bids are being invited for


individual lots (contracts) or for any combination of lots
(packages). Bidders wishing to offer any price reduction
(discount) for the award of more than one Contract shall
specify in their Letter of Price Bid the price reductions
applicable to each package, or alternatively, to individual
Contracts within the package, and the manner in which
the price reductions will apply.
18.9 Bidders wishing to offer any unconditional discount shall
specify in their Letter of Price Bid the offered discounts
and the manner in which price discounts will apply.

19. Currencies of 19.1 The currency(ies) of the Bid shall be, as specified in the
Bid and Payment BDS. Payment of the Contract Price shall be made in the
currency or currencies in which the Bid Price is expressed
Part 1-18 Section I. Instruction to Bidders

in the Bid of the successful Bidder.


19.2 Bidders may be required by the Employer to justify, to
the Employers satisfaction, their local and foreign
currency requirements.
20. Period of 20.1 Bids shall remain valid for the period specified in the
Validity of Bids BDS after the Bid submission deadline date prescribed by
the Employer pursuant to ITB 24.1. A Bid valid for a
shorter period shall be rejected by the Employer as non-
responsive.
20.2 In exceptional circumstances, prior to the expiration of
the Bid validity period, the Employer may request
Bidders to extend the period of validity of their Bids. The
request and the responses shall be made in writing. The
Bid Security shall also be extended for twenty-eight (28)
days beyond the deadline of the extended validity period.
A Bidder may refuse the request without forfeiting its Bid
Security. A Bidder granting the request shall not be
required or permitted to modify its Bid, except as
provided in ITB 20.3.
20.3 If the award is delayed by a period exceeding fifty-six
(56) days beyond the expiry of the initial Bid validity, the
Contract Price shall be determined as follows:
(a) In the case of Fixed Price Contracts, the Contract
Price shall be the Bid Price adjusted by the factor
specified in the BDS.

(b) In the case of Adjustable Price Contracts, to


determine the Contract Price, the fixed portion of the
Bid Price shall be adjusted by the factor specified in
the BDS.

(c) In any case, Bid evaluation shall be based on the Bid


Price without taking into consideration the effect of
the corrections indicated above.

21. Bid Security 21.1 The Bidder shall furnish as part of its Bid a Bid Security
in the amount and currency specified in the BDS.
21.2 The Bid Security shall be a demand guarantee in any of
the following forms at the Bidders option:
(a) an unconditional guarantee issued by a bank;

(b) an irrevocable letter of credit;

(c) a cashiers or certified check; or


Section I. Instruction to Bidders Part 1-19

(d) another security specified in the BDS

from a reputable source from an eligible source country.


If the unconditional guarantee is issued by an insurance
company or a bonding company located outside the
Employers Country, the issuer shall have a
correspondent financial institution located in the
Employers Country to make it enforceable. In the case of
a bank guarantee, the Bid Security shall be submitted
either using the Bid Security Form included in Section
IV, Bidding Forms or in another substantially similar
format approved by the Employer prior to Bid
submission. In either case, the form must include the
complete name of the Bidder. The Bid Security shall be
valid for twenty-eight (28) days beyond the original
validity period of the Bid, or beyond any period of
extension if requested under ITB 20.2.
21.3 Any Bid not accompanied by a substantially responsive
Bid Security shall be rejected by the Employer as non-
responsive.
21.4 The Bid Security of unsuccessful Bidders shall be
returned as promptly as possible upon the successful
Bidders signing of the Contract and furnishing of the
Performance Security pursuant to ITB 44.
21.5 The Bid Security of the successful Bidder shall be
returned as promptly as possible once the successful
Bidder has signed the Contract and furnished the required
Performance Security.
21.6 The Bid Security may be forfeited:
(a) if a Bidder withdraws its Bid during the period of Bid
validity specified by the Bidder on the Letters of
Technical Bid and Price Bid, or any extension thereto
provided by the Bidder; or

(b) if the successful Bidder fails to:

(i) sign the Contract in accordance with ITB 43; or

(ii) furnish a Performance Security in accordance


with ITB 44.

21.7 The Bid Security of a JV shall be in the name of the JV


that submits the Bid. If the JV has not been legally
constituted into a legally enforceable JV at the time of
bidding, the Bid Security shall be in the names of all
future members as named in the letter of intent referred to
Part 1-20 Section I. Instruction to Bidders

in ITB 4.1 and ITB 11.2.


22. Format and 22.1 The Bidder shall prepare one original of the Technical
Signing of Bid Bid and one original of the Price Bid as described in ITB
11 and clearly mark it TECHNICAL BID - ORIGINAL
and PRICE BID - ORIGINAL. Alternative Bids, if
permitted in accordance with ITB 13, shall be clearly
marked ALTERNATIVE. In addition, the Bidder shall
submit copies of the Technical and Price Bids, in the
number specified in the BDS and clearly mark them
COPY. In the event of any discrepancy between the
original and the copies, the original shall prevail.
22.2 The original and all copies of the Bid shall be typed or
written in indelible ink and shall be signed by a person
duly authorized to sign on behalf of the Bidder. This
authorization shall consist of a written confirmation as
specified in the BDS and shall be attached to the Bid.
The name and position held by each person signing the
authorization must be typed or printed below the
signature. All pages of the Bid where entries or
amendments have been made shall be signed or initialed
by the person signing the Bid.
22.3 In case the Bidder is a JV, the Bid shall be signed by an
authorized representative of the JV on behalf of the JV,
and so as to be legally binding on all the members as
evidenced by a power of attorney signed by their legally
authorized representatives.

22.4 Any interlineations, erasures, or overwriting shall be valid


only if they are signed or initialed by the person signing
the Bid.

D. Submission and Opening of Bids


23. Submission, 23.1 Bidders may submit their Bids by mail or by hand.
Sealing and Procedures for submission, sealing and marking are as
Marking of Bids follows:
Bidders shall enclose the original of the Technical Bid,
the original of the Price Bid, and each copy of the
Technical Bid and of the Price Bid, including alternative
Bids, if permitted in accordance with ITB 13, in separate
sealed envelopes, duly marking the envelopes as
TECHNICAL BID ORIGINAL, PRICE BID
ORIGINAL, TECHNICAL BID COPY, PRICE
BID COPY, and ALTERNATIVE, as appropriate.
These envelopes containing the original, the copies and
the alternative(s), if any, shall then be enclosed in one
single envelope. The rest of the procedure shall be in
Section I. Instruction to Bidders Part 1-21

accordance with ITB 23.2 through 23.5.


23.2 The inner and outer envelopes shall:
(a) bear the name and address of the Bidder;
(b) be addressed to the Employer in accordance with
ITB 24.1; and
(c) bear the specific identification of this bidding
process specified in BDS 1.1.
23.3 The outer envelopes and the inner envelopes containing
the Technical Bid shall bear a warning not to open before
the time and date for the opening of Technical Bids, in
accordance with ITB 27.1.
23.4 The inner envelopes containing the Price Bid shall bear a
warning not to open until advised by the Employer in
accordance with ITB 27.7.
23.5 If all envelopes are not sealed and marked as required, the
Employer will assume no responsibility for the
misplacement or premature opening of the Bid.
24. Deadline for 24.1 Bids must be received by the Employer at the address and
Submission of no later than the date and time specified in the BDS.
Bids
24.2 The Employer may, at its discretion, extend the deadline
for the submission of Bids by amending the Bidding
Documents in accordance with ITB 8, in which case all
rights and obligations of the Employer and Bidders
previously subject to the deadline shall thereafter be
subject to the deadline as extended.
25. Late Bids 25.1 The Employer shall not consider any Bid that arrives after
the deadline for submission of Bids, in accordance with
ITB 24. Any Bid received by the Employer after the
deadline for submission of Bids shall be declared late,
rejected, and returned unopened to the Bidder.
26. Withdrawal, 26.1 A Bidder may withdraw, substitute, or modify its Bid
Substitution, and Technical or Price after it has been submitted by
Modification of sending a written notice, duly signed by an authorized
Bids representative, and shall include a copy of the
authorization in accordance with ITB 22.2, (except that
withdrawal notices do not require copies). The
corresponding substitution or modification of the Bid
must accompany the respective written notice. All notices
must be:
(a) prepared and submitted in accordance with ITB 22
and ITB 23 (except that withdrawals notices do not
Part 1-22 Section I. Instruction to Bidders

require copies), and in addition, the respective


envelopes shall be clearly marked
WITHDRAWAL, SUBSTITUTION,
MODIFICATION; and
(b) received by the Employer prior to the deadline
prescribed for submission of Bids, in accordance with
ITB 24.

26.2 Bids requested to be withdrawn in accordance with ITB


26.1 shall be returned unopened to the Bidders.
26.3 No Bid may be withdrawn, substituted, or modified in the
interval between the deadline for submission of Bids and
the expiration of the period of Bid validity specified by
the Bidder on the Letter of Technical Bid and on the
Letter of Price Bid or any extension thereof.
27. Bid Opening 27.1 Except in the cases specified in ITB 25 and ITB 26, the
Employer shall publicly open and read out in accordance
with ITB 27.5 all Technical Bids received by the
deadline, at the date, time and place specified in the
BDS, in the presence of Bidders designated
representatives and anyone who choose to attend. The
Price Bids will remain unopened and will be held in
custody of the Employer until the time of their opening to
be specified in accordance with ITB 27.7.
27.2 First, envelopes marked WITHDRAWAL shall be
opened and read out and the envelope with the
corresponding Bid shall not be opened, but returned to
the Bidder. No Bid withdrawal shall be permitted unless
the corresponding withdrawal notice contains a valid
authorization to request the withdrawal and is read out at
opening of the Technical Bids.
27.3 Second, outer envelopes marked SUBSTITUTION shall
be opened. The inner envelopes containing the
Substitution Technical Bid and/or Substitution Price Bid
shall be exchanged for the corresponding envelopes being
substituted, which are to be returned to the Bidder
unopened. Only the Substitution Technical Bid, if any,
shall be opened and read out. Substitution Price Bid will
remain unopened in accordance with ITB 27.1. No
envelope shall be substituted unless the corresponding
substitution notice contains a valid authorization to
request the substitution and is read out at opening of the
Technical Bids.
27.4 Next, outer envelopes marked MODIFICATION shall
be opened. No Technical Bid and/or Price Bid shall be
modified unless the corresponding modification notice
Section I. Instruction to Bidders Part 1-23

contains a valid authorization to request the modification


and is read out at the opening of Technical Bids. Only the
Technical Bids, both Original as well as Modification, are
to be opened and read out at the opening. Price Bids, both
Original as well as Modification, will remain unopened in
accordance with ITB 27.1.
27.5 All other envelopes holding the Technical Bids shall be
opened one at a time, reading out:
(a) the name of the Bidder;

(b) whether there is a modification;

(c) the presence or absence of the Bid Security; and

(d) any other details as the Employer may consider


appropriate.

Only Technical Bids and alternative Technical Bids read


out at Bid opening shall be considered for evaluation. The
Employer shall neither discuss the merits of any Bid nor
reject any Bid (except for late Bids, in accordance with
ITB 25.1).
27.6 The Employer shall prepare a record of the opening of
Technical Bids that shall include, as a minimum: the
name of the Bidder and whether there is a withdrawal,
substitution, or modification; alternative proposals; and
the presence or absence of a Bid Security. The Bidders
representatives who are present shall be requested to sign
the record. The omission of a Bidders signature on the
record shall not invalidate the contents and effect of the
record. A copy of the record shall be distributed to all
Bidders.
27.7 At the end of the evaluation of Technical Bids, the
Employer will invite Bidders who have submitted
substantially responsive Technical Bids and who have
been determined as being qualified for award to attend the
opening of the Price Bids. The date, time, and location of
the opening of Price Bids will be advised in writing by
the Employer. The opening date should allow Bidders
sufficient time to make arrangements for attending the
opening.
27.8 The Employer will notify, in writing, Bidders who have
been rejected on the grounds of their Technical Bids
being substantially non-responsive to the requirements of
the Bidding Documents and return their Price Bids
unopened.
Part 1-24 Section I. Instruction to Bidders

27.9 The Employer shall conduct the opening of Price Bids of


all Bidders who submitted substantially responsive
Technical Bids, in the presence of Bidders
representatives who choose to attend at the address, date
and time specified by the Employer. The Bidders
representatives who are present shall be requested to sign
a register evidencing their attendance.
27.10 All envelopes containing Price Bids shall be opened one
at a time, reading out:
(a) the name of the Bidder;

(b) whether there is a


modification;

(c) the Bid Price(s), including any discounts and


alternative Bids; and

(d) any other details as the Employer may consider


appropriate.

Only Price Bids discounts, and alternative Bids read out


and recorded during the opening of Price Bids shall be
considered for evaluation. No Bid shall be rejected at the
opening of Price Bids.
27.11 The Employer shall prepare a record of the opening of
Price Bids that shall include, as a minimum: the name of
the Bidder, the Bid Price, (per package if applicable),
including any discounts, and alternative Bids. The
Bidders representatives who are present shall be
requested to sign the record. The omission of a Bidders
signature on the record shall not invalidate the contents
and effect of the record. A copy of the record shall be
distributed to all Bidders.

E. Evaluation and Comparison of Bids


28. Confidentiality 28.1 Information relating to the evaluation of Bids and
recommendation of Contract award, shall not be disclosed
to Bidders or any other persons not officially concerned
with such process until information on Contract award is
communicated to all Bidders in accordance with ITB 42.
28.2 Any attempt by a Bidder to influence the Employer in the
evaluation of the Bids or Contract award decisions may
result in the rejection of its Bid.
28.3 Notwithstanding ITB 28.2, from the time of Bid opening
to the time of Contract award, if any Bidder wishes to
contact the Employer on any matter related to the bidding
Section I. Instruction to Bidders Part 1-25

process, it shall do so in writing.


29. Clarification of 29.1 To assist in the examination, evaluation, and comparison
Bids of the Technical and Price Bids, and qualification of the
Bidders, the Employer may, at its discretion, ask any
Bidder for a clarification of its Bid, giving a reasonable
time for a response. Any clarification submitted by a
Bidder that is not in response to a request by the
Employer shall not be considered. The Employers
request for clarification and the response shall be in
writing. No change in the substance of the Technical Bid
or prices in the Price Bid, including any voluntary
increase or decrease in the prices, shall be sought, offered,
or permitted, except to confirm the correction of
arithmetic errors discovered by the Employer in the
evaluation of the Bids, in accordance with ITB 36.
29.2 If a Bidder does not provide clarifications of its Bid by
the date and time set in the Employers request for
clarification, its Bid may be rejected.
30. Deviations, 30.1 During the evaluation of Bids, the following definitions
Reservations, apply:
and Omissions
(a) Deviation is a departure from the requirements
specified in the Bidding Documents;

(b) Reservation is the setting of limiting conditions or


withholding from complete acceptance of the
requirements specified in the Bidding Documents;
and
(c) Omission is the failure to submit part or all of the
information or documentation required in the Bidding
Documents.

31. Preliminary 31.1 The Employer shall examine Technical Bids to confirm
Examination of that all documents and technical documentation requested
Technical Bids in ITB 11.2 have been provided, and to determine the
completeness of each document submitted.
31.2 The Employer shall confirm that the following documents
and information have been provided in the Technical
Bid. If any of these documents or information is
missing, the Bid shall be rejected.
(a) Letter of Technical Bid;

(b) written confirmation of authorization to commit the


Bidder;

(c) Bid Security; and


Part 1-26 Section I. Instruction to Bidders

(d) Technical Proposal.

32. Qualification of 32.1 The Employer shall determine to its satisfaction whether
the Bidders Bidders meet the qualification criteria specified in Section
III, Evaluation and Qualification Criteria, during the
evaluation of Technical Bids. However, if
prequalification was carried out prior to the bidding
process, the Employer may carry out the assessment of
the qualification criteria specified in Section III,
Evaluation and Qualification Criteria, for the Bidder who
submitted the lowest evaluated and substantially
responsive Bid only.
32.2 The determination shall be based upon an examination of
the documentary evidence of the Bidders qualifications
submitted by the Bidder, pursuant to ITB 15.
32.3 An affirmative determination shall be a prerequisite for
award of the Contract to the Bidder. A negative
determination shall result in disqualification of the Bid, in
which event the Employer shall return the unopened Price
Bid to the Bidder.
If the assessment of the Bidders qualification is
conducted for the lowest evaluated Bidder only, in
accordance with ITB 32.1, and the result of such
assessment is negative, the Employer shall proceed to the
next lowest evaluated Bid to make a similar
determination.

32.4 The capabilities of the manufacturers and Subcontractors


proposed in its Bid to be used by the Bidder will also be
evaluated for acceptability in accordance with Section III,
Evaluation and Qualification Criteria. Their participation
should be confirmed with a letter of intent between the
parties, as needed. Should a manufacturer or
Subcontractor be determined to be unacceptable, the Bid
will not be rejected, but the Bidder will be required to
substitute an acceptable manufacturer or Subcontractor
without any change to the Bid Price. Prior to signing the
Contract, the corresponding Appendix to the Contract
Agreement shall be completed, listing the approved
manufacturers or Subcontractors for each item concerned.
33. Determination of 33.1 The Employers determination of a Technical Bids
Responsiveness responsiveness is to be based on the contents of the Bid
of Technical Bids itself, as defined in ITB 11.2.
Section I. Instruction to Bidders Part 1-27

33.2 A substantially responsive Technical Bid is one that


meets the requirements of the Bidding Documents
without material deviation, reservation, or omission. A
material deviation, reservation, or omission is one that,
(a) if accepted, would:

(i) affect in any substantial way the scope, quality,


or performance of the Plant and Installation
Services specified in the Contract; or

(ii) limit in any substantial way, inconsistent with


the Bidding Documents, the Employers rights
or the Bidders obligations under the proposed
Contract; or

(b) if rectified, would unfairly affect the competitive


position of other Bidders presenting substantially
responsive Bids.

33.3 The Employer shall examine the technical aspects of the


Technical Bid submitted in accordance with ITB 17, in
particular, to confirm that all requirements of Section VI,
Employers Requirements have been met without any
material deviation, reservation, or omission.
33.4 If a Technical Bid is not substantially responsive to the
requirements of the Bidding Documents, it shall be
rejected by the Employer and may not subsequently be
made responsive by correction of the material deviation,
reservation, or omission.
34. Nonmaterial 34.1 Provided that a Technical Bid is substantially responsive,
Nonconformities the Employer may waive any nonconformity in the
Technical Bid that does not constitute a material
deviation, reservation or omission.
34.2 Provided that a Technical Bid is substantially responsive,
the Employer may request that the Bidder submit the
necessary information or documentation, within a
reasonable period of time, to rectify nonmaterial
nonconformities in the Technical Bid related to
documentation requirements. Requesting information or
documentation on such nonconformities shall not be
related to any aspect of the price of the Price Bid. Failure
of the Bidder to comply with the request may result in the
rejection of its Bid.
34.3 Provided that a Technical Bid is substantially responsive,
the Employer shall rectify quantifiable nonmaterial
nonconformities related to the Bid Price. To this effect,
Part 1-28 Section I. Instruction to Bidders

the Bid Price shall be adjusted, for comparison purposes


only, to reflect the price of a missing or non-conforming
item or component. The adjustment shall be made using
the method indicated in Section III, Evaluation and
Qualification Criteria.
35. Detailed 35.1 The Employer will carry out a detailed technical
Evaluation of evaluation of the Bids not previously rejected as being
Technical Bids substantially non-responsive, in order to determine
whether the technical aspects are in compliance with the
Bidding Documents. The Bid that does not meet
minimum acceptable standards of completeness,
consistency and detail, and the specified minimum (or
maximum, as the case may be) requirements for specified
functional guarantees, will be rejected for non-
responsiveness. In order to reach such a determination,
the Employer will examine and compare the technical
aspects of the Bids on the basis of the information
supplied by the Bidders, taking into account the
following:
(a) overall completeness and compliance with the
Employers Requirements; conformity of the Plant
and Installation Services offered with specified
performance criteria, including conformity with the
specified minimum (or maximum, as the case may
be) requirement corresponding to each functional
guarantee, as indicated in the Specification and in
Section III, Evaluation and Qualification Criteria;
suitability of the Plant and Installation Services
offered in relation to the environmental and climatic
conditions prevailing at the site; and quality, function
and operation of any process control concept
included in the Bid;

(b) type, quantity and long-term availability of


mandatory and recommended spare parts and
maintenance services; and

(c) other relevant factors, if any, listed in Section III,


Evaluation and Qualification Criteria.

35.2 Where alternative technical solutions have been allowed


in accordance with ITB 13.4, and offered by the Bidder,
the Employer will make a similar evaluation of the
alternatives. Where alternatives have not been allowed
but have been offered, they shall be ignored.

36. Correction of 36.1 During the evaluation of Price Bids, the Employer shall
Arithmetical
Section I. Instruction to Bidders Part 1-29

Errors correct arithmetical errors on the following basis:


(a) where there are errors between the total of the
amounts given under the column for the price
breakdown and the amount given under the Total
Price, the former shall prevail and the latter will be
corrected accordingly;

(b) where there are errors between the total of the


amounts of Schedule Nos. 1 to 5 and the amount
given in Schedule No. 6 (Grand Summary), the
former shall prevail and the latter will be corrected
accordingly; and

(c) if there is a discrepancy between words and figures,


the amount in words shall prevail, unless the amount
expressed in words is related to an arithmetic error, in
which case the amount in figures shall prevail subject
to (a) and (b) above.

36.2 Bidders shall be requested to accept correction of


arithmetical errors. Failure to accept the correction, in
accordance with ITB 36.1, shall result in the rejection of
the Bid.
37. Conversion to 37.1 For evaluation and comparison purposes, the
Single Currency currency(ies) of the Bid shall be converted into a single
currency as specified in the BDS.
38. Evaluation of 38.1 The Employer shall use the criteria and methodologies
Price Bids indicated in this Clause. No other evaluation criteria or
methodologies shall be permitted.

38.2 To evaluate a Price Bid, the Employer shall consider the


following:
(a) the Bid Price, excluding Provisional Sums and the
provision, if any, for contingencies in the Price Schedules;
(b) price adjustment for correction of arithmetic errors in
accordance with ITB 36.1;
(c) price adjustment due to discounts offered in accordance
with ITB 18.8 or ITB18.9;
(d) price adjustment due to quantifiable nonmaterial
nonconformities in accordance with ITB 34.3;
(e) converting the amount resulting from applying (a) to
(d) above, if relevant, to a single currency in accordance
with ITB 37; and
(f) the evaluation factors indicated in Section III,
Evaluation and Qualification Criteria.

38.3 If price adjustment is allowed in accordance with ITB


Part 1-30 Section I. Instruction to Bidders

18.7, the estimated effect of the price adjustment


provisions of the Conditions of Contract, applied over the
period of execution of the Contract, shall not be taken
into account in Bid evaluation.
38.4 If these Bidding Documents allow Bidders to quote
separate prices for different lots (contracts), and the award
to a single Bidder of multiple lots (contracts), the
methodology to determine the lowest evaluated price of
the lot (contract) combinations, including any discounts
offered in the Letter of Price Bid, is specified in Section
III, Evaluation and Qualification Criteria.
38.5 If the Bid, which results in the lowest evaluated Bid Price,
is seriously unbalanced or front loaded in the opinion of
the Employer, the Employer may require the Bidder to
produce detailed price analyses for any or all items of the
Price Schedules, to demonstrate the internal consistency
of those prices with the methods and time schedule
proposed. After evaluation of the price analyses, taking
into consideration the terms of payments, the Employer
may require that the amount of the Performance Security
be increased at the expense of the Bidder to a level
sufficient to protect the Employer against financial loss in
the event of default of the successful Bidder under the
Contract.

39. Comparison of 39.1 The Employer shall compare the evaluated prices of all
Bids substantially responsive Bids in accordance with ITB 38.2
to determine the lowest evaluated Bid.

40. Employers 40.1 The Employer reserves the right to accept or reject any
Right to Accept Bid, and to annul the bidding process and reject all Bids
Any Bid, and to at any time prior to Contract award, without thereby
Reject Any or incurring any liability to Bidders. In case of annulment,
All Bids all Bids submitted and specifically, Bid Securities, shall
be promptly returned to the Bidders.

F. Award of Contract
41. Award Criteria 41.1 Subject to ITB 40.1, the Employer shall award the
Contract to the Bidder whose offer has been determined
to be the lowest evaluated Bid and is substantially
responsive to the Bidding Documents, provided further
that the Bidder is determined to be eligible and qualified
to perform the Contract satisfactorily.
Section I. Instruction to Bidders Part 1-31

42. Notification of 42.1 Prior to the expiration of the period of Bid validity, the
Award Employer shall notify the successful Bidder, in writing,
that its Bid has been accepted. The notification letter
(hereinafter and in the Conditions of Contract and
Contract Forms called the Letter of Acceptance) shall
specify the sum that the Employer will pay the Contractor
in consideration of the execution and completion of the
Plant and Installation Services (hereinafter and in the
Conditions of Contract and Contract Forms called the
Contract Price).
42.2 At the same time, the Employer shall also notify all other
Bidders of the results of the bidding.
42.3 After a Contract has been determined to be eligible for
financing under Japanese ODA Loans, the following
information may be made public by JICA:
(a) name of each Bidder who has submitted a Bid;

(b) Bid Prices as read out at Bid opening;

(c) name and address of the successful Bidder; and

(d) award date and amount of the Contract.

42.4 Until a formal Contract is prepared and executed, the


Letter of Acceptance shall constitute a binding Contract.
42.5 After notification of award, unsuccessful Bidders may
request, in writing, to the Employer a debriefing seeking
explanations on the grounds on which their Bids were not
selected. The Employer shall promptly respond, in
writing, to any unsuccessful Bidders who, after the
notification of award in accordance with ITB 42.1,
request a debriefing.

43. Signing of 43.1 Promptly upon notification, the Employer shall send the
Contract successful Bidder the Contract Agreement.
43.2 Within twenty-eight (28) days of receipt of the Contract
Agreement, the successful Bidder shall sign, date, and
return it to the Employer.
44. Performance 44.1 Within twenty-eight (28) days of the receipt of the Letter
Security of Acceptance from the Employer, the successful Bidder
shall furnish the Performance Security in accordance with
the General Conditions of Contract, subject to ITB 38.5,
using for that purpose the Performance Security Form
included in Section IX, Contract Forms, or another form
acceptable to the Employer. If the Performance Security
furnished by the successful Bidder is in the form of a
Part 1-32 Section I. Instruction to Bidders

bond, it shall be issued by a bonding or insurance


company that has been determined by the successful
Bidder to be acceptable to the Employer. A foreign
institution providing a bond shall have a correspondent
financial institution located in the Employers Country.
44.2 Failure of the successful Bidder to submit the above-
mentioned Performance Security or sign the Contract
shall constitute sufficient grounds for the annulment of
the award and forfeiture of the Bid Security. In that event
the Employer may award the Contract to the next lowest
evaluated Bidder whose Bid is substantially responsive
and is determined by the Employer to be qualified to
perform the Contract satisfactorily.
Section II. Bid Data Sheet Part 1-33

Section II. Bid Data Sheet

Table of Clause

A. General.34

B. Contents of Bidding Documents.34

C. Preparation of Bids..35

D. Submission and Operating of Bids.36

E. Evaluation, and Comparison of Bids.37


Part 1-34 Section II. Bid Data Sheet

ITB Clause
Reference
A. General

ITB 1.1 The number of the Invitation for Bids is: JICA.AZB P-4.N/C-7&8
ITB 1.1 The Employer is: Azersu Open Joint Stock Company
ITB 1.1 The name, identification and number of the packages comprising the ICB is:
Name:
Package N/C 7: Design and Construction of Waste Water Treatment Plant
(WWTP)
of Khachmaz
and
Package N/C 8: Design and Construction of Waste Water Treatment Plants
(WWTP)
of Khizi, Altiagach and Gobustan
Identification: JICA.AZB P-4.N/C-7&8
Number of the packages: two (2)
Number of Contract: one (1) when both packages are awarded to the same
contractor, otherwise two (2)
ITB 2.1 The Borrower is: The Government of the Republic of Azerbaijan
ITB 2.1 The number of the Loan Agreement: AZB P-4
The amount of a Japanese ODA Loan: JPY32,851,000,000
The signed date of the Loan Agreement: May 29, 2009
ITB 2.1 The name of the Project: Provincial Cities Water Supply and Sewerage Project
ITB 2.2 The applicable Guidelines for Procurement under Japanese ODA Loans are
those published in: October 1999
ITB 3.1(c) A list of debarred firms and individuals is available at the World Banks
website: www.worldbank.org/debarr
ITB 4.5 This bidding is not subject to prequalification.

B. Contents of Bidding Documents


ITB 7.1 For clarification purposes only, the Employers address is:

Attention: Mr. Murad Abishev, Head of Tenders Organization Division, Azersu


OJSC

CC: Mr. Elnur Suleymanov, Team Leader of Provincial cities water supply and
sewerage project, Azersu OJSC, Mr. Intizam Novruzov, Procurement specialist,
AzersuOJSC

Address: 67, Moscow Avenue, Baku, Azerbaijan

ZIP Code: AZ1012


Section II. Bid Data Sheet Part 1-35

Country: Azerbaijan

Telephone: +994 (12) 431 4767 (ext. 1087 / ext. 2248)

Facsimile number: +994 (12) 431 4792

Electronic mail address: murad.abishev@azersu.az


elnur.suleymanov@azersu.az/ intizam.novruzov@azersu.az

ITB 7.1 Responses to any request for clarification, if any, will not be published on the
Employers web page.
ITB 7.2 When the Bidders desire to visit and examine the Site, the Bidders shall submit
their visit and examination schedule to the Employer by three days before the
site visit and obtain permission from the Employer. The site visit and
examination shall be permitted until 05 October 2017.
A site visit conducted by the Employer will not be organized.
ITB 7.4 A Pre-Bid meeting will take place at the following date, time and place.
Date: 5 September 2017
Time: 10:00 a.m.
Place: Azersu Main Office
A site visit conducted by the Employer will not be organized.
ITB 8.2 Addenda, if any, will not be published on the Employers web page.

C. Preparation of Bids
ITB 10.1 The language of the Bid: English
Translation into Azerbaijani language is encouraged. In case of discrepancy
between English and translation versions, English version shall govern.
ITB 11.3(d) The Bidder shall submit with its Price Bid the following additional documents:
None
ITB 13.1 Alternative Bids are not permitted.

ITB 16.1(b) The period following completion of Plant and Installation Services during
which spare parts, special tools, etc. shall be available, is two (2) years.

ITB 18.1 Bidders shall quote for the entire Plant and Installation Services on a single
responsibility basis.

ITB 18.4 Schedule No.4 Installation Services is composed of three components;


(1) Installation Service of Facilities
(2) Training Service
(3) One (1) Year Operation and Maintenance Services

ITB 18.5 (a) Named place of destination: Khachmaz, Khizi, Altiagach and Gobustan in
Azerbaijan
Part 1-36 Section II. Bid Data Sheet

ITB 18.5 (d) Named place of final destination: Khachmaz, Khizi, Altiagach and Gobustan in
Azerbaijan

ITB 18.7 The prices quoted by the Bidder shall be and adjustable.

ITB 19.1 Prices shall be quoted in the following currencies:


(a) Plant and equipment to be supplied from abroad shall be quoted
entirely in US Dollar.
(b) Plant and equipment to be supplied from within the Employers
country shall be quoted in the currency of the Employers country:
AZN (Azerbaijani manat)
(c) Design Service, Installation Service and Recommended Spare Parts
shall be quoted in either foreign and/or local currency, depending
upon the currency in which the costs are to be incurred.

ITB 20.1 The bid validity period shall be 120 days.

ITB 20.3(b) The discount rate of the central bank in the country of the payment
currency(ies).

ITB 21.2(a) Only a bank guarantee form listed in Section IV Bidding Forms is accepted.

ITB 21.1 The amount and currency of the Bid Security shall be
US$ 600,000 for Package N/C 7 and US$ 150,000 for Package N/C 8.

ITB 21.2 (d) Other types of acceptable securities: None

ITB 22.1 In addition to the original of the Bid, the number of copies is: 3 copies

ITB 22.2 The written confirmation of authorization to sign on behalf of the Bidder shall
consist of: Power of Attorney duly signed by the legal representative of the
Bidders

D. Submission and Opening of Bids


Section II. Bid Data Sheet Part 1-37

ITB 24.1 For bid submission purposes only, the Employers address is:

Attention: Mr. Murad Abishev,

Head of Tenders Organization Division, Azersu OJSC

Street Address: 67, Moscow Avenue

City: Baku

ZIP Code: AZ1012

Country: Azerbaijan

The deadline for bid submission is:


Date: 19 October 2017
Time: 16:00
ITB 27.1 The Technical Bid opening shall take place at:
Street Address: 67, Moscow Avenue
Floor/ Room number: Conference Room
City: Baku
Country: Azerbaijan
Date: 19 October 2017
Time: 16:00

E. Evaluation and Comparison of Bids


ITB 37.1 The currency that shall be used for Bid evaluation and comparison purposes to
convert all Bid Prices expressed in various currencies into a single currency is:
US Dollar
The source of exchange rate shall be: Selling Rate, Central Bank of Azerbaijan
The date for the exchange rate shall be: 21 September 2017
Part 1-38 Section III. Evaluation and Qualification Criteria (Following Prequalification)

Section III. Evaluation and Qualification Criteria


Section III. Evaluation and Qualification Criteria (Following Prequalification) Part 1-39

Table of Clauses

1. Evaluation.40
1.1 Technical Evaluation...40
1.2 Economic Evaluation..41
1.3 Alternatives Technical Solution 43
2. Qualification.43
2.1Eligibility. 45
2.2 Historical Contract Non-Performance.... 46
2.3 Financial Situation.. 47
2.4 Experience...50
2.5 Subcontractors/Manufacturers.53
Part 1-40 Section III. Evaluation and Qualification Criteria (Following Prequalification)

1. Evaluation

1.1 Technical Evaluation

In addition to the criteria listed in ITB 35.1 (a) (b) the following factors shall apply:
1.1.1 Personnel

The Bidder must demonstrate that it has the personnel for the key positions that
meet the following requirements.

In Total In Similar
Work Works
No. Position Experience as Experience
Similar Work as Manager
(years) (years)
1 Contractors Representative 10 or more 5 or more
For Design
1 Engineering Manager 10 or more 5 or more
2 Civil Engineer 5 or more N/A
3 Structural Engineer 5 or more N/A
4 Mechanical Engineer 5 or more N/A
5 Electrical Engineer 5 or more N/A
6 Planning Engineer 5 or more N/A
For Construction
1 Construction Manager 10 or more 5 or more
2 Civil Engineer 5 or more N/A
3 Mechanical Engineer 5 or more N/A
4 Electrical Engineer 5 or more N/A
5 Material Engineer 5 or more N/A
6 Safety Engineer 5 or more N/A
7 Quantity Surveyor 5 or more N/A

The Bidder shall provide details of the proposed personnel and their experience
records in Forms PER-1 and PER-2 in Section IV, Bidding Forms for each
WWTP.

1.1.2 Contractors Equipment

The Bidder must demonstrate that it has the key equipment listed hereafter:

Minimum Number
No. Equipment Type and Characteristics
Required
Package Package
N/C 7 N/C 8
1 Hydraulic Excavator (large)-Bucket volume: 1.2~2.4 m3 3 -
2 Hydraulic Excavator (large)-Bucket volume:0.6~1.2 m3 6 6
3 Hydraulic Excavator (small)-Bucket volume:0.2~0.4 m3 6 6
4 Bulldozer-15~20 ton 6 6
5 Dump Truck (large)- 10 ton 12 12
6 Dump Truck (small)- 4~10 ton 12 12
7 Concrete Pumping Car-40~110 m3 6 6
Section III. Evaluation and Qualification Criteria (Following Prequalification) Part 1-41
8 Truck (Wheel) Crane-5~25 ton 12 12
9 Cargo Truck-4~11 ton 6 6
10 Vibration Roller-1~10 ton 6 6

The Bidder shall provide further details of proposed items of equipment using
Form EQU in Section IV, Bidding Forms for each WWTP.
1.1.3 Others
(a) The Technical Schedules shall be filled out in compliance with the requirements
specified in the Bidding Documents, Part 2: Employers Requirement.
(b) The drawings and specifications prepared by the Bidders shall comply with the
requirements specified in the Bidding Documents, Part 2:Employers Requirement.
(c) The methodology for the training services and one (1) year operation and
maintenance shall be provided and comply with the requirements specified in the
Bidding Documents, Part 2: Employers Requirement 20. Operation and
Maintenance Service Requirement.

1.2 Economic Evaluation

In addition to the criteria listed in ITB 38.2 (a) (c) the following criteria shall apply.

1.2.1 Quantifiable nonmaterial nonconformities

Pursuant to ITB 34.3 and ITB 38.2 (d), the cost of all quantifiable nonmaterial
nonconformities or omissions (minor omissions or missing items) shall be
evaluated. The Employer will make its own assessment of the cost of any
nonmaterial nonconformities and omissions for the purpose of ensuring fair
comparison of Bids.

1.2.2 Other Factors

The following factors and methods will apply under ITB 38.2 (f):

(a) Time Schedule:


Time to complete the Plant and Installation Services from the effective date specified
in Article 3 of the Contract Agreement for determining time for completion of pre-
commissioning activities shall be Six Hundred Thirty-Eight (638) days.
No credit and/or bonus will be given for earlier completion. Bids offering a
completion date beyond the maximum designated period shall be rejected.
(b)Operating and Maintenance Costs
Since the operating and maintenance costs of the facilities being procured from a
major part of the life cycle cost of the facilities, these costs will be evaluated
according to the principles given hereafter, including the cost of spare parts for the
initial period of operation stated below and based on prices furnished by each Bidder
in Price Schedule Nos. 1 and 2.
The operating and maintenance costs factors for calculation of the life cycle cost are:
Part 1-42 Section III. Evaluation and Qualification Criteria (Following Prequalification)

(i) number of years for life cycle: Ten (10) years


(ii) operating and maintenance costs:
The costs furnished as a reference for Price Schedule No.4 in the format
described in 20.4 Price Schedule of 20 Operation and Maintenance
Service Requirement of the Employers Requirement in Part 2, is applied.
However, the spare parts costs are sited from the Schedule 1 and Schedule 2
so that the spare parts cost included in the 2.4 Price Schedule of 20
Operation and Maintenance Service Requirement of the Employers
Requirement in Part 2 is deducted.
(iii) spare parts costs:
The costs furnished in Price Schedule No.1 and No.2 are applied.
(iv) chemical and Power Consumptions:
The values proposed in the Functional Guarantee are applied.
(v) a rate of 7 (seven) percent, to be used to discount to present value all annual
future costs calculated under (ii) and (iii) above for the period specified in (i).

The price of Recommended Spare Parts quoted in Price Schedule No. 7 shall not be
considered for evaluation.

(c) Functional Guarantees of Chemical and Electrical Power Consumption


The Functional Guarantees proposed by the Bidder as follows, shall be taken into
account in Operating and Maintenance cost.

Chemicals and Electric Power Consumptions


Location Value of Functional
Required Functional Guarantee
of WWTP Guarantee
Package N/C 7
Khachmaz 1.Chemicals Consumption Not more than kg per kg of
1) Polymer Coagulant dry sludge
Not more than kWh per m3
2.Electric Power Consumption
of treated waste water*
Package N/C 8
Khizi 1.Chemicals Consumption Not more than kg per kg of
1) Polymer Coagulant dry sludge
Not more than kWh per m3
2.Electric Power Consumption
of treated waste water*
Altiagach 1.Chemicals Consumption Not more than kg per kg of
1) Polymer Coagulant dry sludge
Not more than kWh per m3
2.Electric Power Consumption
of treated waste water*
Section III. Evaluation and Qualification Criteria (Following Prequalification) Part 1-43

Location Value of Functional


Required Functional Guarantee
of WWTP Guarantee
Gobustan 1.Chemicals Consumption Not more than kg per kg of
1) Polymer Coagulant dry sludge
Not more than kWh per m3
2.Electric Power Consumption
of treated waste water*

* The electrical power consumption for the WWTP shall be guaranteed for the total
plant requirement of WWTP, terminal sewerage pumping station, lighting, ventilation,
laboratory, etc. including the associated facilities and building during average flow
rate and average BOD conditions

(d) Work, services, facilities, etc., to be provided by the Employer


Not applicable
(e) Specific additional criteria
Not applicable

1.2.3 Award Criteria for Multiple Contracts (ITB 38.4)


Bidders have the option to bid for any one or two packages. Bids will be
evaluated package-wise, taking into account discounts offered, if any, for
combined packages. The Contract(s) will be awarded to the Bidder or Bidders
offering the lowest evaluated cost to the Employer for combined packages,
subject to the selected Bidder(s) meeting the required qualification criteria for
package or combination of packages as the case may be.

1.3 Alternatives Technical Solutions


Alternative technical solutions are not permitted.

2. Qualification
Part 1- Section III. Evaluation and Qualification Criteria (Following Prequalification)

2.1 Eligibility

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture (existing or
intended)
Single All Submission
No
Factor
/Sub-Factor Requirement One
Entity Parties Each Requirements
Membe
Combine Member
r
d
2.1 Eligibility
2.1.1 Nationality Nationality in Must meet Must meet Form ELI 1.1 and 1.2, with
accordance with ITB N/A
requirement requirement attachments
4.3. N/
2.1.2 Conflict of No conflicts of interests Must meet A

Must meet
N/A
Interest as described in ITB 4.2. requirement N/A Letter of Bid
requirement
2.1.3 JICA Not having been
Ineligibility declared ineligible by Must meet Must meet Letter of Bid
JICA as described in requirement requirement Form ACK
ITB 4.4. N/ N/
A A
Section III. Evaluation and Qualification Criteria (Following Part 1-

2.2 Historical Contract Non-Performance

Documenta
Eligibility and Qualification Criteria Compliance Requirements
tion
Factor/ Joint Venture (existing or intended)
No. Requirement Single Entity Submission
Sub-Factor All Parties
Each Member One Member
Requirements
Combined

2.2 Historical Contract Non-Performance


2.2.1 History of non- Non-performance of a Contract(i) did not
Must meet Must meet
performing occur as a result of Contractors default N/A N/A Form CON
requirement(ii) requirement(ii)
Contracts since 1st January 2015.
2.2.2 Pending All pending litigation shall in total not
Litigation represent more than fifty percent (50 %) of Must meet Must meet
N/A N/A Form CON
the Bidders net worth and shall be treated requirement(ii) requirement(ii)
as resolved against the Bidder.
2.2.3 Litigation No consistent history of court/arbitral
Must meet Must meet
History award decisions3 against the Bidder(iii) N/A N/A Form CON
requirement(ii) requirement(ii)
since 1st January 2012.
Notes for the Bidder
(i) Non-performance, as decided by the Employer, shall include all Contracts:
(a) where non performance was not challenged by the Contractor, including through referral to the dispute resolution mechanism under the respective Contract, and
(b) that were so challenged but fully settled against the Contractor.
Non-performance shall not include Contracts where Employers decision was overruled by the dispute resolution mechanism. Non-performance 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.

(ii) This requirement also applies to Contracts executed by the Bidder as a JV member.

(iii) The Bidder shall provide accurate information on the related Bidding Form about any litigation or arbitration resulting from Contracts completed or ongoing under
its execution over the last five (5) years. A consistent history of awards against the Bidder or any member of a joint venture may result in rejection of the Bid.
Part 1- Section III. Evaluation and Qualification Criteria (Following Prequalification)

2.3 Financial Situation

Documenta
Eligibility and Qualification Criteria Compliance Requirements
tion
Single Joint Venture (existing or intended) Submission
Factor/ Requirement
No. Entity Requirements
Sub-Factor All Parties Each
One Member
Combined Member

2.3 Financial Situation


2.3.1 Financial The audited balance sheets or, if not
Performance required by the law of the Bidders
country, other financial statements
acceptable to the Employer, for the last 5
(five) years shall be submitted and must
demonstrate the current soundness of the
Must meet Must meet Form FIN 1 with
Bidders financial position and its N/A N/A
requirement requirement attachments
prospective long term profitability .
As the minimum requirement, a Bidders
net worth calculated as the difference
between total assets and total liabilities
should be positive.

2.3.2 Average Annual Minimum average annual turnover of


Turnover USD 30 (thirty) million for Package N/C
7 or USD 15 (fifteen) million for
Package N/C 8, calculated as total
certified payments received for
Must meet Must meet
Contracts in progress and/or completed, Must meet Must meet
25% of the 40 % of the Form FIN 2
within the last 5 years, divided by 5 requirement requirement
requirement requirement
years.
When Bidders bid for both packages,
aggregate amounts (USD 45 million)
shall be applied.
2.3.3 Financial (i) The Bidder shall demonstrate that it Must meet Must meet Must meet Must meet
Form FIR - 1
Resources has access to, or has available, liquid requirement requirement 25 % of the 40 % of the
Section III. Evaluation and Qualification Criteria (Following Part 1-

Documenta
Eligibility and Qualification Criteria Compliance Requirements
tion
Single Joint Venture (existing or intended) Submission
Factor/ Requirement
No. Entity Requirements
Sub-Factor All Parties Each
One Member
Combined Member

2.3 Financial Situation


assets, unencumbered real assets, lines of requirement requirement
credit, and other financial means
(independent of any contractual advance
payment) sufficient to meet the cash
flow requirements estimated as USD
6,000,000 for Package N/C 7 or USD
1,500,000 for Package N/C 8 for the
subject Contract(s) net of the Bidders
other commitments.
When Bidders bid for both packages,
aggregate amounts (USD 7,500,000)
shall be applied.
(ii) The Bidder shall also demonstrate, to
the satisfaction of the Employer, that it
has adequate sources of finance to meet
Must meet Must meet Form FIR 1 and
the cash flow requirements on works N/A N/A
requirement requirement Form FIR - 2
currently in progress and for future
contract commitments
Part 1- Section III. Evaluation and Qualification Criteria (Following Prequalification)

(i) Exchange Rate for Qualification Criteria


Wherever a Form in Section IV, Bidding Forms, requires a Bidder to state a monetary amount, Bidders should indicate the USD equivalent using the
rate of exchange determined as follows:
(a) For turnover or financial data required for each year - Exchange rate prevailing on the last day of the respective calendar year.
(b) Value of single Contract - Exchange rate prevailing on the date of the Contract.

Exchange rates shall be taken from the publicly available source identified in BDS 37.1 or, in case such rates are not available in the source
identified above, any other publicly available source acceptable to the Employer. Any error in determining the exchange rates may be corrected by
the Employer.

(ii) Qualification Criteria for Multiple Contracts


Criteria for qualification are the aggregate minimum requirements, or any other reasonable requirements set forth by the Employer, for the
respective lots as specified under Financial Resources, Sub-Factors 2.2 (i) and (ii) below.
Section III. Evaluation and Qualification Criteria (Following Part 1-

2.4 Experience

Eligibility and Qualification Criteria Documenta


Compliance Requirements
tion
Factor/ Sub- Single Joint Venture (existing or intended) Submission
No. Requirement Entity Requirements
Factor All Parties Each One Member
Combined Member

2.4 Experience
2.4.1 General Experience under contracts in the role
Experience of prime contractor (single entity or
JV member) Subcontractor, or Must meet Must meet
N/A N/A Form EXP- 1
management contractor(i) for at least requirement requirement
the last 5 (five) years starting 1st
January .2012.
2.4.2 Specific A minimum number of 2 (two)
(a) Experience similar(ii) contracts each of them with
a minimum value at least USD 20
(twenty) million for Package N/C 7
or USD 10 (ten) million for Package
Must meet Must meet Form EXP - 2(a)
N/C 8 that have been satisfactorily N/A N/A
requirement requirements(v)
and substantially(iii) completed as a
prime contractor (single entity or JV
member)(iv) between 1st January
2012 and the Bid submission
deadline.
2.4.2 Specific For the above or other contracts
(b) Experience completed and under implementation Must meet Must meet
as prime contractor (single entity or requirements requirements
JV member), management contractor (can be a (can be a N/A N/A Form EXP - 2(b)
or Subcontractor(vi) between 1st specialist specialist
January 2012 and the Bid submission Subcontractor) Subcontractor)
deadline, a minimum experience in
Part 1- Section III. Evaluation and Qualification Criteria (Following Prequalification)

Eligibility and Qualification Criteria Documenta


Compliance Requirements
tion
Factor/ Sub- Single Joint Venture (existing or intended) Submission
No. Requirement Entity Requirements
Factor All Parties Each One Member
Combined Member

2.4 Experience
the following key activities
successfully completed (vii)
(1) Design and construction of waste
water treatment plant (WWTP) with
treatment capacity of more than
20,000 m3/day for Package N/C 7 or
3,000 m3/day for Package N/C 8.
Treatment process shall be of
extended aeration activated sludge
system with nitrogen and
phosphorous removal. Nitrogen and
phosphorus removal is performed by
bio-treatment.
(2) 300 m3 concrete placed per day
for Package N/C 7 or 100 m3
concrete placed per day for Package
N/C 8.
When Bidders bid for both packages,
aggregate amounts (400 m3) shall be
applied.
Notes for the Bidder

(i) A management contractor is a firm which takes on the role of contract management as a general contractor of sort could do. It does not normally perform
directly the work(s) associated with the Contract. Rather, it manages the work of other (sub) contractors while bearing full responsibility and risk for price,
quality, and timely performance of the contract.

(ii) The similarity shall be based on the physical size, complexity, methods/technology and/or other characteristics described in Section VI, Employers
Requirements. Summation of number of small value contracts (less than the value specified under requirement) to meet the overall requirement will not be
accepted.
Section III. Evaluation and Qualification Criteria (Following Part 1-

Eligibility and Qualification Criteria Documenta


Compliance Requirements
tion
Factor/ Sub- Single Joint Venture (existing or intended) Submission
No. Requirement Entity Requirements
Factor All Parties Each One Member
Combined Member

2.4 Experience
(iii) Substantial completion shall be based on 80% or more works completed under the Contract.

(iv) For Contracts under which the Bidder participated as a JV member, only the Bidders share, by value, shall be considered to meet this requirement.

(v) In case of a JV, the value of Contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum value of a
single Contract has been met. Instead, each Contract performed by each member shall satisfy the minimum value of a single Contract as required for single
entity. In determining whether the JV meets the requirement of total number of Contracts, only the number of Contracts completed by all members each of
value equal or more than the minimum value required shall be aggregated.

(vi) For Contracts under which the Bidder participated as a JV member or Subcontractor, only the Bidders share shall be counted to meet this requirement.

(vii) The minimum experience requirement for multiple Contracts will be the sum of the minimum requirements for respective individual Contracts.
Part 1-52 Section III. Evaluation and Qualification Criteria (Following Prequalification)

2.5 Bidder/Subcontractors/manufacturers
Bidder/Subcontractors/manufacturers for major items of supply or services identified in
the prequalification document must meet or continue to meet the minimum criteria
specified therein for each item.
Bidder/Subcontractors or manufacturers for the following additional major items of
supply or services must meet the following minimum criteria, herein listed for that
item:

Item
Description of Item Minimum Criteria to be met
No.
For Bidder/Subcontractor
1 Bidder/Subcontractor for design To have at least an experience in
design of waste water treatment
plant (WWTP) with treatment
capacity of more than 20,000
m3/day for Package N/C 7 or 3,000
m3/day for Package N/C 8 and
treatment process of extended
aeration activated sludge system
with nitrogen and phosphorus
removal.
2 Bidder/Subcontractor for civil work To have an experience in concrete
work (minimum 300 m3 placed per
day for Package N/C 7 or 100 m3
placed per day for Package N/C 8)
including excavation, levelling
concrete, form work, rebar
placement, backfilling, etc.
For Bidder/Manufacturer
1 Submerged Sewage Pump To have an experience of
manufacturing and installation of the
facility having the treatment capacity
not less than 20,000m3/day for
Package N/C 7 or 3,000 m3/day for
Package N/C 8 and the extended
aeration activated sludge process in
recent ten (10) years.
2 Aeration System Same as above
3 Dewatering Equipment Same as above
4 Control System (SCADA) Same as above
5 Power Supply High Tension Panel Same as above
6 Emergency Generator Same as above
7 Flow Meter Same as above
8 Level Meter Same as above
9 Dissolved Oxygen Meter Same as above
10 Sludge Concentration Meter Same as above

Failure to comply with this requirement will result in the rejection of the
Bidder/Subcontractor or the Manufacturer.
Section III. Evaluation and Qualification Criteria (Following Prequalification) Part 1-53

In the case of a Bidder who offers to supply and install major items of supply under the
contract that the Bidder did not manufacture or otherwise produce, the Bidder shall
provide the manufacturers authorization, using the Form MAN provided in Section IV,
Bidding Forms, showing that the Bidder has been duly authorized by the manufacturer
or producer of the related plant and equipment or component to supply and/or install
that item in the Employers country. The Bid without the authorization letter of the
manufacturer or producer is rejected. The Bidder is responsible for ensuring that the
manufacturer or producer complies with the requirements of ITB 4 and 5 and meets the
minimum criteria listed above for that item.

In the case of a Bidder who offer to use a subcontractor for design of the waste water
treatment plant (WWTP) under contract, the Bidder shall provide the subcontractors
information using the Form SUB provided in Section IV, Bidding Forms.
Part 1-54 Section IV. Bidding Forms

Section IV. Bidding Forms


Section IV. Bidding Forms Part 1-55

Table of Forms
Letter of Technical Bid.......................................................................................................... 57
Letter of Price Bid ................................................................................................................. 59
Price Schedules ...................................................................................................................... 61
Schedules Rates and Price .................................................................................................... 63
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad ...................... 63
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from within the Employers
Country ................................................................................................................. 66
Schedule No. 3. Design Services ...................................................................................... 68
Schedule No. 4. Installation and other Services ............................................................... 71
Schedule No. 5. Provisional Sums.................................................................................... 74
Schedule No.6. Grand Summary 75
Schedule No.7. Recommended Spare Parts (Spare Parts for Operation and Maintenance)
... 76
Price Adjustment ............................................................................................................... 77
Technical Proposal ............................................................................................................ 79
Site Organization ............................................................................................................... 80
Method Statement .............................................................................................................. 81
Mobilization Schedule ....................................................................................................... 82
Construction Schedule ....................................................................................................... 84
Plant Details....................................................................................................................... 85
Technical Schedule A. Process and Civil Unit .................................................................. 86
Technical Schedule B. Mechanical Equipment ................................................................. 93
Technical Schedule C. Electrical Equipment .................................................................. 113
Technical Schedule D. Instrumentation and Control System .......................................... 127
Technical Schedule E. Electrical Power Consumption ................................................... 134
Technical Schedule F. Chemicals Consumption ............................................................. 135
Form EQU: Contractors Equipment .............................................................................. 136
Form FUNC: Functional Guarantee ............................................................................... 137
Quality Control Plan ........................................................................................................ 139
Safety, Security, Health Plan ........................................................................................... 140
Environmental Management Plan ................................................................................... 141
Form PER 1: Proposed Personnel ............................................................................... 142
Form PER 2: Resume of Proposed Personnel ............................................................. 143
Form SUB: Proposed Subcontractors/Manufacturers for Major Items of Plant and
Installation Services ............................................................................................ 144
Form MAN: Manufacturers Authorization .................................................................... 145
Bidders Qualification ......................................................................................................... 146
Part 1-56 Section IV. Bidding Forms

Form ELI 1: Bidder Information ................................................................................. 147


Form ELI - 2: Bidders Party Information ....................................................................... 148
Form CON: Historical Contract Non-Performance ........................................................ 149
Form FIN - 1: Financial Situation ................................................................................... 152
Form FIN - 2: Average Annual Turnover........................................................................ 154
Form FIR - 1: Financial Resources .................................................................................. 155
Form FIR - 2: Current Contract Commitments ............................................................... 156
Form EXP - 1: General Experience ................................................................................. 157
Form EXP - 2(a): Specific Experience ............................................................................ 158
Form EXP - 2(b): Experience in Key Activities .............................................................. 160
Form ACK Acknowledgement of Compliance with the Guidelines for Procurement under
Japanese ODA Loans .......................................................................................................... 162
Form of Bid Security (Bank Guarantee) ........................................................................... 164
Section IV. Bidding Forms Part 1-57

Letter of Technical Bid


Date:
Loan Agreement No.: AZB P-4
IFB No.: JICA.AZB P-4.N/C-6
To: Azersu Open Joint Stock Company

We, the undersigned, declare that:

(a) e have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB 8): [insert the number and issuing date of
each Addendum];

(b) We, including any Subcontractors/ manufacturers, for any part of the Contract, meet the
eligibility requirements in accordance with ITB 4 and ITB 5;

(c) We, including any Subcontractors/ manufacturers, for any part of the Contract, have no
conflict of interest in accordance with ITB 4;

(d) We offer to design, manufacturer, test deliver, install, precommission and commission, in
conformity with the Bidding Documents: Waste Water Treatment Plants of Package N/C 7:
Khachmaz (treatment capacity 20000 m3/day) and/or Package N/C 8: Khizi (1000m3/day),
Altiagach (350m3/day) and Gobustan (2500m3/day), effluent discharge pipeline, associated
facilities, administration building, service road, site piping, fence, etc. and their installation
services including training service for operation and maintenance and one (1) year operation and
maintenance service.

(e) Our Bid shall be valid for a period of [specify the number of calendar days] days from the
date fixed for the Bid submission deadline in accordance with the Bidding Documents, and it
shall remain binding upon us and may be accepted at any time before the expiration of that
period;

(f) We are not participating, as a Bidder or as a Subcontractor/ manufacturers, in more than one
Bid in this bidding process in accordance with ITB 4.2 (c), and

(g) We hereby certify that we have taken steps to ensure that no person acting for us or on our
behalf will engage in any type of fraud and corruption

Name of the Bidder*[insert complete name of the Bidder]


Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete
name of person duly authorized to sign the Bid]

Title of the person signing the Bid [insert complete title of the person signing the Bid]

Signature of the person named above [insert signature of person whose name and capacity are
shown above]

Date signed [insert date of signing] day of [insert month], [insert year]

*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as
Bidder
Part 1-58 Section IV. Bidding Forms

**: Person signing the Bid shall have the power of attorney given by the Bidder to be attached
with the Bid.
Section IV. Bidding Forms Part 1-59

Letter of Price Bid

Date:
Loan Agreement No.: AZB P-4
IFB No.: JICA.AZB P-4.N/C-6
To: Azersu Open Joint Stock Company

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB) 8; [insert the number and issuing
date of each Addendum];

(b) We offer to design, manufacturer, test deliver, install, precommission and commission, in
conformity with the Bidding Documents, the following Plant and Installation Services:
Waste Water Treatment Plants of Package N/C 7: Khachmaz (treatment capacity 20000 m3/day)
and/or Package N/C 8: Khizi (1000m3/day), Altiagach (350m3/day) and Gobustan (2500m3/day),
effluent discharge pipeline, associated facilities, administration building, service road, site piping,
fence, etc. and their installation services including training service for operation and
maintenance and one (1) year operation and maintenance service.

(c) The total price of our Bid, excluding any discounts offered in item (d) below is the sum of:
[insert amount in words] (amount in figures);

1) Package N/C 7: Foreign Currency: US$ and Local Currency; AZN


2) Package N/C 8: Foreign Currency: US$ and Local Currency; AZN
3) Total (Package N/C 7 + Package N/C 8): Foreign Currency: US$ and Local
Currency; AZN
[If any package is not offered by a bidder, it shall be deleted]

(d) The discounts offered and the methodology for their application are:

The discounts offered are:


1) Package N/C 7: Foreign Currency: US$ and Local Currency; AZN
2) Package N/C 8: Foreign Currency: US$ and Local Currency; AZN
3) Total (Package N/C 7 + Package N/C 8): Foreign Currency: US$ and Local Currency;
AZN
[If any package is not offered by a bidder, it shall be deleted]

The exact method of calculations to determine the net price after application of discounts is
shown below: [specify in detail the method that shall be used to apply the discounts];

(e) Our bid shall be valid for a period of [specify the number of calendar days] days from the date
fixed for the bid submission deadline in accordance with the Bidding Documents, and it shall
remain binding upon us and may be accepted at any time before the expiration of that period;

(f) If our bid is accepted, we commit to obtain a Performance Security in accordance with the
Bidding Documents;

(g) We understand that this Bid, together with your written acceptance thereof included in your
Part 1-60 Section IV. Bidding Forms

Letter of Acceptance, shall constitute a binding Contract between us, until a formal Contract is
prepared and executed; and

(h) We understand that you are not bound to accept the lowest evaluated bid or any other bid that
you may receive.

Name of the Bidder*[insert complete name of the Bidder]


Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete
name of person duly authorized to sign the Bid]

Title of the person signing the Bid [insert complete title of the person signing the Bid]

Signature of the person named above [insert signature of person whose name and capacity are
shown above]

Date signed [insert date of signing] day of [insert month], [insert year]

*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as
Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be attached
with the Bid.
Section IV. Bidding Forms Part 1-61

Price Schedules

Notes on Prices Schedules

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 Employers Country
Schedule No. 3: Design Services
Schedule No. 4: Installation Services
Schedule No. 5: Provisional Sums
Schedule No. 6: Grand Summary
Schedule No. 7: Recommended Spare Parts (Spare parts for Operation and
Maintenance)
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 Employers Requirements and other sections of the Bidding
Documents 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 in accordance with ITB 7 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 Particular Conditions of Contract, prices
shall be fixed and firm for the duration of the Contract, or prices shall be subject to
adjustment in accordance with the corresponding Appendix (Price Adjustment) to
the Contract Agreement.
5. Bid Prices shall be quoted in the manner indicated and in the currencies specified
in the Instructions to Bidders in the Bidding Documents.
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 VI (Employers Requirements) or elsewhere in the
Bidding Documents.
Part 1-62 Section IV. Bidding Forms

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.

8. The plant and equipment included in Schedule No. 1 and No.2 shall exclude materials
used for civil, building and other construction works. All such materials shall be
included and priced under Schedule No. 4, Installation and Other Services.

9. The TOTAL, for each Schedule and the TOTAL of the Grand Summary shall be
deemed to be the total price for executing the Works in complete accordance with the
Contract, whether or not each individual item has been priced.

10. General obligations, liabilities and cost for complying with the provisions of the
Contract, where not separately itemized in the respective price schedule, shall be
deemed to be included in the prices tendered.

11. Any Plant to be procured by the Contractor shall be of good quality, shall be new and
unused, and shall be the most recent model.

12. The Bidders shall quote the spare parts required up to Operational Acceptance of the
Facilities as the Mandatory Spare Parts in Schedule No.1 & 2 and shall quote the
Recommended Spare Parts in Schedule No.7.
Section IV. Bidding Forms Part 1-63

Schedules Rates and Price


Schedule No. 1. Plant and Mandatory Spare Parts Supplied from
Abroad
(The bidder shall describe all imported plant and equipment)
Item Description Code1 Qty. Unit Price Total Price
(US$) (US$)
EXW CIP
(1) (2) (3) (1) x (3)
Package N/C 7
1 Khachmaz WWTP
1-1 WWTP
(1) Mechanical Equipment
(to describe each equipment)
(2) Electrical Equipment
(same as above)
(3) Instrumentation and Control
System
(same as above)
(4) Mandatory Spare Parts
(Breakdown shall be submitted
with separate sheets)
(5) Special Tools
(Breakdown shall be submitted
with separate sheets)
(6) Others, if any
(same as above)
1-2 Associated Facilities inside Site
(same as above)
1-3 Associated Facilities outside Site
(same as above)

Sub-Total 1
Package N/C 7 TOTAL (to Schedule No. 6. Grand Summary)
Package N/C 8
1 Khizi WWTP
1-1 WWTP
(1) Mechanical Equipment
(to describe each equipment)
(2) Electrical Equipment
(same as above)
(3) Instrumentation and Control
System
(same as above)
(4) Mandatory Spare Parts
(Breakdown shall be submitted
with separate sheets)
(5) Special Tools
(Breakdown shall be submitted
with separate sheets)
(6) Others, if any
(same as above)
1-2 Associated Facilities inside Site
(same as above)
1-3 Associated Facilities outside Site
(same as above)

Sub-Total 1
Part 1-64 Section IV. Bidding Forms

2 Altiagach WWTP
2-1 WWTP
(1) Mechanical Equipment
(to describe each equipment)
(2) Electrical Equipment
(same as above)
(3) Instrumentation and Control
System
(same as above)
(4) Mandatory Spare Parts
(Breakdown shall be submitted
with separate sheets)
(5) Special Tools
(Breakdown shall be submitted
with separate sheets)
(6) Others, if any
(same as above)
2-2 Associated Facilities inside Site
(same as above)
2-3 Associated Facilities outside Site
(same as above)

Sub-Total 2

3 Gobustan WWTP
3-1 WWTP
(1) Mechanical Equipment
(to describe each equipment)
(2) Electrical Equipment
(same as above)
(3) Instrumentation and Control
System
(same as above)
(4) Mandatory Spare Parts
(Breakdown shall be submitted
with separate sheets)
(5) Special Tools
(Breakdown shall be submitted
with separate sheets)
(6) Others, if any
(same as above)
3-2 Associated Facilities inside Site
(same as above)
3-3 Associated Facilities outside Site
(same as above)

Sub-Total 3
PACKAGE N/C 8 TOTAL (Sub-Total 1+2+3) (to Schedule No. 6. Grand Summary)

Name of Bidder

Signature of Bidder
1 Bidders shall enter a code representing the country of origin of all imported plant and equipment.
Code of country shall be described in 3 digits numeric code according to ISO3166-1.

Country of Origin Declaration Form


Section IV. Bidding Forms Part 1-65

Item Description Code Country


Part 1-66 Section IV. Bidding Forms

Schedule No. 2. Plant and Mandatory Spare Parts Supplied from


within the Employers Country
(The bidder shall describe all the plant and equipment to be procured in the Employers Country)
Item Description Qty. EXW Unit Price EXW Total Price
(AZN) (AZN)
(1) (2) (1) x (2)
Package N/C 7
1 Khachmaz WWTP
1-1 WWTP
(1) Mechanical Equipment
(to describe each equipment)
(2) Electrical Equipment
(same as above)
(3) Instrumentation and Control System
(same as above)
(4) Mandatory Spare Parts
(Breakdown shall be submitted with
separate sheets)
(5) Special Tools
(Breakdown shall be submitted with
separate sheets)
(6) Others, if any
(same as above)
1-2 Associated Facilities inside Site
(same as above)
1-3 Associated Facilities outside Site
(same as above)

1 Sub-Total 1
Package N/C 7 TOTAL (to Schedule No. 6. Grand Summary)

Package N/C 8
1 Khizi WWTP
1-1 WWTP
(1) Mechanical Equipment
(to describe each equipment)
(2) Electrical Equipment
(same as above)
(3) Instrumentation and Control System
(same as above)
(4) Mandatory Spare Parts
(Breakdown shall be submitted with
separate sheets)
(5) Special Tools
(Breakdown shall be submitted with
separate sheets)
(6) Others, if any
(same as above)
1-2 Associated Facilities inside Site
(same as above)
1-3 Associated Facilities outside Site
(same as above)

1 Sub-Total 1

2 Altiagach WWTP
2-1 WWTP
(1) Mechanical Equipment
Section IV. Bidding Forms Part 1-67

(to describe each equipment)


(2) Electrical Equipment
(same as above)
(3) Instrumentation and Control System
(same as above)
(4) Mandatory Spare Parts
(Breakdown shall be submitted with
separate sheets)
(5) Special Tools
(Breakdown shall be submitted with
separate sheets)
(6) Others, if any
(same as above)
2-2 Associated Facilities inside Site
(same as above)
2-3 Associated Facilities outside Site
(same as above)

2 Sub-Total 2

3 Gobustan WWTP
3-1 WWTP
(1) Mechanical Equipment
(to describe each equipment)
(2) Electrical Equipment
(same as above)
(3) Instrumentation and Control System
(same as above)
(4) Mandatory Spare Parts
(Breakdown shall be submitted with
separate sheets)
(5) Special Tools
(Breakdown shall be submitted with
separate sheets)
(6) Others, if any
(same as above)
3-2 Associated Facilities inside Site
(same as above)
3-3 Associated Facilities outside Site
(same as above)

3 Sub-Total 3
Package N/C 8 TOTAL (Sub-Total 1+2+3) (to Schedule No. 6. Grand Summary)

Name of Bidder

Signature of Bidder
Part 1-68 Section IV. Bidding Forms

Schedule No. 3. Design Services

Item Description Qty. Unit Price Total Price


Foreign Currency Local Currency Foreign Local
Portion Portion (US$) (AZN)
(US$) (AZN)
(1) (2) (3) (1) x (2) (1) x (3)
Package N/C 7
1 Khachmaz WWTP
1-1 WWTP
(1) Process and Civil Design

(2) Mechanical Design

(3) Electrical and Control System


Design

(4) Others, if any

1-2 Associated Facilities inside Site


(1) Building Design

(2) Mechanical Design

(3) Electrical Design

(4) Others, if any

1-3 Associated Facilities outside Site


(1) Civil Design

(2) Mechanical Design

(3) Electrical Design

(4) Others, if any

1 Sub-Total 1
Package N/C 7TOTAL (to Schedule No. 6. Grand Summary)
Package N/C 8
1 Khizi WWTP
1-1 WWTP
(1) Process and Civil Design

(2) Mechanical Design

(3) Electrical and Control System


Design

(4) Others, if any

1-2 Associated Facilities inside Site


(1) Building Design

(2) Mechanical Design

(3) Electrical Design

(4) Others, if any


Section IV. Bidding Forms Part 1-69

1-3 Associated Facilities outside Site


(1) Civil Design

(2) Mechanical Design

(3) Electrical Design

(4) Others, if any

1 Sub-Total 1

2 Altiagach WWTP
2-1 WWTP
(1) Process and Civil Design

(2) Mechanical Design

(3) Electrical and Control System


Design

(4) Others, if any

2-2 Associated Facilities inside Site


(1) Building Design

(2) Mechanical Design

(3) Electrical Design

(4) Others, if any

2-3 Associated Facilities outside Site


(1) Civil Design

(2) Mechanical Design

(3) Electrical Design

(4) Others, if any

2 Sub-Total 2

3 Gobustan WWTP
3-1 WWTP
(1) Process and Civil Design

(2) Mechanical Design

(3) Electrical and Control System


Design

(4) Others, if any

3-2 Associated Facilities inside Site


(1) Building Design

(2) Mechanical Design

(3) Electrical Design

(4) Others, if any


Part 1-70 Section IV. Bidding Forms

3-3 Associated Facilities outside Site


(1) Civil Design

(2) Mechanical Design

(3) Electrical Design

(4) Others, if any

3 Sub-Total 3

Package N/C 8 TOTAL (Sub-Total 1+2+3) (to Schedule No. 6. Grand Summary)

Name of Bidder

Signature of Bidder
Section IV. Bidding Forms Part 1-71

Schedule No. 4. Installation Services


Ite Description Qty. Unit Price Total Price
m
Foreign Local Foreign Local
Currency Currency (US$) (AZN)
Portion Portion
(US$) (AZN)
(1) (2) (3) (1) x (2) (1) x (3)
Package N/C 7
1 Khachmaz WWTP
1-1 Temporary Work

1-2 WWTP
(1) Civil Work
(2) Mechanical, Electrical and Instrumentation
Work
(3) Commissioning Work
(4) Other Work
Sub Total 1-2

1-3 Associated Facilities inside Site


(1) Building Work
(2) Mechanical Work
(3) Electrical Work
(4) Other Work
Sub Total 1-3

1-4 Associated Facilities outside Site


(1) Civil Work
(2) Mechanical Work
(3) Electrical Work
(4) Other Work
Sub Total 1-4

1-5 Training Service


(1) Off the Job Training
(2) On the Job Training
Sub Total 1-5

One (1) Year Operation and Training


1-6
Service
(Breakdown shall be submitted with
separate sheets in accordance with PART
2 Section 20.4)

1 Sub-Total 1
Package N/C 7 TOTAL (to Schedule No. 6. Grand Summary)
Package N/C 8
1 Khizi WWTP
1-1 Temporary Work

1-2 WWTP
(1) Civil Work
(2) Mechanical, Electrical and Instrumentation
Part 1-72 Section IV. Bidding Forms

Work
(3) Commissioning Work
(4) Other Work
Sub Total 1-2

1-3 Associated Facilities inside Site


(1) Building Work
(2) Mechanical Work
(3) Electrical Work
(4) Other Work
Sub Total 1-3

1-4 Associated Facilities outside Site


(1) Civil Work
(2) Mechanical Work
(3) Electrical Work
(4) Other Work
Sub Total 1-4

1-5 Training Service


(1) Off the Job Training
(2) On the Job Training
Sub Total 1-5

One (1) Year Operation and Training


1-6
Service
(Breakdown shall be submitted with
separate sheets in accordance with PART
2 Section 20.4)

Sub-Total 1
2 Altiagach WWTP
2-1 Temporary Work

2-2 WWTP
(1) Civil Work
(2) Mechanical, Electrical and Instrumentation
Work
(3) Commissioning Work
(4) Other Work
Sub Total 2-2

2-3 Associated Facilities inside Site


(1) Building Work
(2) Mechanical Work
(3) Electrical Work
(4) Other Work
Sub Total 2-3

2-4 Associated Facilities outside Site


(1) Civil Work
(2) Mechanical Work
(3) Electrical Work
(4) Other Work
Sub Total 2-4

2-5 Training Service


(1) Off the Job Training
(2) On the Job Training
Sub Total 2-5
Section IV. Bidding Forms Part 1-73

One (1) Year Operation and Training


2-6
Service
(Breakdown shall be submitted with
separate sheets in accordance with PART
2 Section 20.4)

2 Sub-Total 2
3 Gobustan WWTP
3-1 Temporary Work

3-2 WWTP
(1) Civil Work
(2) Mechanical, Electrical and Instrumentation
Work
(3) Commissioning Work
(4) Other Work
Sub Total 3-2

3-3 Associated Facilities inside Site


(1) Building Work
(2) Mechanical Work
(3) Electrical Work
(4) Other Work
Sub Total 3-3

3-4 Associated Facilities outside Site


(1) Civil Work
(2) Mechanical Work
(3) Electrical Work
(4) Other Work
Sub Total 3-4

3-5 Training Service


(1) Off the Job Training
(2) On the Job Training
Sub Total 3-5

One (1) Year Operation and Training


3-6
Service
(Breakdown shall be submitted with
separate sheets in accordance with PART
2 Section 20.4)

Sub-Total 3
Package N/C 8 TOTAL (Sub-Total 1+2+3) (to Schedule No. 6. Grand Summary)

Name of Bidder

Signature of Bidder
Part 1-74 Section IV. Bidding Forms

Schedule No. 5. Provisional Sums

Item Description Amount


Foreign Local
Package N/C 7
5% of (Package N/C 7 TOTAL of Schedule
1+2+3+4)
Cost of Dispute Board1 72,800
Package N/C 7 TOTAL (to Schedule No. 6. Grand Summary)
Package N/C 8
5% of (Package N/C 8 TOTAL of Schedule
1+2+3+4)
Cost of Dispute Board1 72,800
Package N/C 8 TOTAL (to Schedule No. 6. Grand Summary)

Name of Bidder

Signature of Bidder

1
One-half of the Employers cost estimate of the Dispute Board shall be included in the Provisional
Sums. Contractors overhead and profits shall not be included in this amount.
Section IV. Bidding Forms Part 1-75

Schedule No. 6. Grand Summary


Item Description Total Price1
Foreign Local
Package N/C 7
Total Schedule No. 1. Plant, and Mandatory Spare
A
Parts Supplied from Abroad
Total Schedule No. 2. Plant, and Mandatory Spare
B
Parts Supplied from Within the Employers Country
C Total Schedule No. 3. Design Services
D Total Schedule No. 4. Installation and Other Services
Total Schedule No. 5. Provisional Sums
E
(5% of (A+B+C+D))+Cost of Dispute Board
F Total Price (A+B+C+D+E)
G VAT (18% x F)
Package N/C 7 TOTAL Bid Price (F + G) (to Bid Form)
Package N/C 8
Total Schedule No. 1. Plant, and Mandatory Spare
A
Parts Supplied from Abroad
Total Schedule No. 2. Plant, and Mandatory Spare
B
Parts Supplied from Within the Employers Country
C Total Schedule No. 3. Design Services
D Total Schedule No. 4. Installation and Other Services
Total Schedule No. 5. Provisional Sums
E
(5% of (A+B+C+D))+Cost of Dispute Board
F Total Price (A+B+C+D+E)
G VAT (18% x F)
Package N/C 8 TOTAL Bid Price (F + G) (to Bid Form)

Name of Bidder

Signature of Bidder

1
Specify currency in accordance with specifications in Bid Data Sheet under ITB 19.1 in Single-Stage
Bidding, or ITB 34.1 in Two-Stage Bidding. Create and use as many columns for Foreign Currency
requirement as there are foreign currencies.
Part 1-76 Section IV. Bidding Forms

Schedule No. 7. Recommended Spare Parts


(The recommended spare parts required for two (2) years operation and maintenance)

Item Description Qty. Unit Price Total Price


CIF or CIP EXW CIF or CIP EXW
(foreign parts) (local parts) (foreign parts) (local parts)
(1) (2) (3) (1) x (2) (1) x (3)
Package N/C 7

Package N/C 7 TOTAL


Package N/C 8

Package N/C 8 TOTAL

Name of Bidder

Signature of Bidder
Section IV. Bidding Forms Part 1-77

Price Adjustment

Sample Price Adjustment Formula

Prices payable to the Contractor, in accordance with the Contract, shall be subject to adjustment
during performance of the Contract to reflect changes in the cost of labor and material
components, in accordance with the following formula:
L1 M1
P1 P0 (a b c ) P0
L0 M0
in which:
P1 = adjustment amount payable to the Contractor
P0 = Contract Price (base price)
a = percentage of fixed element in Contract Price (a = 25 %)
b = percentage of labor component in Contract Price (b = %)
c = percentage of material and equipment component in Contract Price (c = %)
L0, M0 = labor and material/equipment component indices or reference prices on the Base
Date
L1, M1 = labor and material/equipment component indices applicable to the appropriate
industry on the date of adjustment, for adjustments related to Plant and
components supplied under Schedules No.1, No.2, No.3 and No. 7; and, in case
of adjustment for Installation and Other Services provided under Schedule No.4,
indices or reference prices applicable to the appropriate industry in the
Employers country on the month the Services were provided.
N.B. a+b+c= 100%.

[The Bidder shall propose the coefficients b and c in its Bid. The formula, including all
coefficients, shall be determined and finalized at Contract negotiations.]

Conditions Applicable To Price Adjustment

The Bidder shall indicate the source of labor and materials indices and the base date indices in its
Bid in the Form PA submitting it together with the price bid.

The Base Date shall be the date twenty-eight (28) days prior to: the Bid submission deadline.
For Plant or components supplied under Schedules No.1, No.2, No.3 and No.7, the date of
adjustment shall be the mid-point of the sequences shown in the Program of Performance
submitted by the Bidder, pursuant to GC 18.2, for design or manufacture of the Plant or
components.

In respect of Services provided under Schedule No.4, the adjustment shall apply to the monthly
measured value of work performed by the Contractor during the preceding month. The
adjustment shall be made monthly to the payments for Services effected as provided in Appendix
1 of the Contract Agreement.
Part 1-78 Section IV. Bidding Forms

The following conditions shall apply:

(a) No price increase will be allowed beyond the original delivery date unless covered by an
extension of time awarded by the Employer under the terms of the Contract. No price
increase will be allowed for periods of delay for which the Contractor is responsible. The
Employer will, however, be entitled to any price decrease occurring during such periods of
delay.

(b) If the currency in which the Contract Price, P0, is expressed is different from the currency of
the country of origin of the labor and/or materials indices, a correction factor will be applied to
avoid incorrect adjustments of the Contract Price. The correction factor shall correspond to the
ratio of exchange rates between the two currencies on the base date and the date for adjustment
as defined above.

(c) No price adjustment shall be payable on the portion of the Contract Price paid to the
Contractor as an advance payment.

Form PA

Weight Value of Index


Item Source of Index Base Date
(%) on Base Date
Fixed Element 25 - - -
Labor (to be proposed) (to be proposed) twenty-eight (28) days (to be proposed)
prior to the Bid
Material/Equipment (to be proposed) (to be proposed) submission deadline (to be proposed)

Total 100 - - -
Section IV. Bidding Forms Part 1-79

Technical Proposal

- Site Organization

- Method Statement

- Mobilization Schedule

- Construction Schedule

- Plant Details

- Technical Schedules
A. Process and Civil Unit
B. Mechanical Equipment
C. Electrical Equipment
D. Instrumentation and Control System
E. Electrical Power Consumption
F. Chemicals Consumption

- Contractors Equipment (Form EQU)

- Functional Guarantee (Form FUNC)

- Quality Control Plan

- Safety, Security and Health Plan

- Environmental Management Plan

- Proposed Personnel (Form PER-1)

- Resume of Proposed Personnel (Form PER-2)

- Proposed Subcontractors/Manufacturers for Major Items of Plant and


Installation Services (Form SUB)

- Manufacturers Authorization(Form MAN)


Part 1-80 Section IV. Bidding Forms

Site Organization
<The Contractors organization diagram for WWTP site and for construction stage,
commissioning stage and one(1) year operation and maintenance stage shall be prepared as
below. The diagram shall show clearly the designation, number of personnel in each category
and the relationship of sub-contractors, etc. like example below.>

Example
Contractors
Representative

Construction
Manager

. Package N/C 7
1. Khachmza WWTP
(1) Construction stage

(2) Commissioning stage

(3) One year operation and maintenance stage

. Package N/C 8
1. Khizi WWTP
(1) Construction stage

(2) Commissioning stage

(3) One year operation and maintenance stage

2. Altiagach WWTP
(1) Construction stage

(2) Commissioning stage

(3) One year operation and maintenance stage

3. Gobustan WWTP
(1) Construction stage

(2) Commissioning stage

(3) One year operation and maintenance stage


Section IV. Bidding Forms Part 1-81

Method Statement
<to provide the method statement for executing main work components of each category below-
mentioned>

1. Design
(1) Basic design including process design, plant layout design, etc.
(2) Detail design
1) WWTP
a. Civil design
b. Mechanical design
c. Electrical design
d. Instrumentation and control system design
2) Associated facilities
a. Building design
b. Effluent discharge pipeline
c. Other design

2. Construction and Precommissioning


(1) Temporary work
(2) Construction work
1) WWTP
a. Civil work
b. Mechanical work
c. Electrical and instrumentation work
2) Associated facilities
a. Building work
b. Effluent discharge pipeline
c. Other work
(3) Precommissioning work
1) WWTP
a. Mechanical
b. Electrical
c. Instrumentation and control system

3. Commissioning and Guarantee Test


(1) Commissioning work for WWTP
(2) Guarantee test for WWTP

4. Training Services
(1) Off the job training
(2) On the job training

5. One (1) Year Operation and Maintenance Services


(1) Management work
(2) Operation work
(3) Maintenance work

6. Defect Liability Period


(1) Follow-up work when defects and/or troubles happened
Part 1-82 Section IV. Bidding Forms

Mobilization Schedule
<To be prepared for construction stage, commissioning stage and one (1) year operation and
maintenance stage as shown in the schedule below>
. Package N/C 7

1. Khachmaz WWTP
Item Month
1 2 -- -- 23 24 -- -- 30 31 -- -- 36
1. Construction/Precommissioning
Manpower Number
Contractors Representative
Construction Manager
Civil Engineer
Mechanical Engineer
Electrical Engineer
Safety Officer
Administrator
Skilled Worker
(other staffs to be listed, if any)

Contractors Equipment Number/


Capacity
Excavator
Dump truck
Pumping car
Truck crane
Cargo truck
(other contractors equipment to be
listed, if any)

2. Commissioning
Manpower Number
Commissioning Manager
Commissioning Engineer
Civil Engineer
Mechanical Engineer
Electrical Engineer
Instrumentation Engineer
Administrator
Skilled Worker
(other staffs to be listed, if any)

3.Training
Manpower Number
Trainer (local)
Trainer (foreign)
Interpreter

4.One Year Operation/Maintenance


Manpower Number
Operation Manager
Operator
Mechanical Engineer
Electrical Engineer
Instrumentation Engineer
Administrator
Skilled Worker
(other staffs to be listed, if any)
Section IV. Bidding Forms Part 1-83

Package N/C 8

1. Khizi WWTP
(same as the above)

2. Altiagach WWTP
(same as the above)

3. Gobustan WWTP
(same as the above)
Part 1-84 Section IV. Bidding Forms

Construction Schedule
<Overall construction schedule including design, manufacturing, transportation,
delivery, installation, precommissioning , commissioning, guarantee test, training
services and one (1) year operation and maintenance services shall be prepared for
each WWTP. Bids offering a completion date beyond the maximum designated period
shall be rejected. >
Package N/C 7
1. Khachmaz WWTP
Item Month
1 2 3 -- -- 23 24 -- -- 30 31 -- -- 36
1. Basic Design Work
2. Detail Design
(1) WWTP
1) Civil design
2) Mechanical design
3) Electrical design
4) Instrumentation design
(2) Associated facilities design
3. Procurement
(1) Inquiry / Purchase order
(2) Manufacturing
(3) Inspection
(4) Packing / Shipping arrangement
4. Transportation
(1) Shipment
(2) Custom clearance/Inland transportation
5. Construction
(1) Temporary work
(2) WWTP
1) Civil work
2) Mechanical work
3) Electrical work
4) Instrumentation work
(3) Associated facilities
1) Building work
2) Effluent discharge pipeline
3) Other work
6. Precommissioning
(1) Mechanical
(2) Electrical / Instrumentation
7. Commissioning / Guarantee test
(1) Commissioning for WWTP
1) Preparation /Adjustment
2) Parameter setting / Operation check
3) Guarantee test
8. Training Services
(1) Off the job training
(2) On the job training
9. One year operation / maintenance services

Package N/C 8
1. Khizi WWTP
(same as the above)
2. Altiagach WWTP
(same as the above)
3. Gobustan WWTP
(same as the above)
Section IV. Bidding Forms Part 1-85

Plant Details
The following documents shall be submitted:

1) Plant layout plan drawn on a large scale, on the site plan covering general layout of facilities
with contours and without contours, some drawings including manholes on the inlet areas,
discharge areas, other adjacent landmarks around, the items of work for each WWTP;
2) General arrangement drawings with respect to plants and connections outside, equipment,
treatment units on lands and in facilities, structures, buildings, yards, taking over points of
electricity and other utilities, networks of piping, channels, wiring, grounding, including
dimensioned plans, elevations, sections, levels and maximum/average water levels for each
WWTP;
3) Flow & mass balance chart and mass balance calculation reports for each WWTP;
4) Process design, hydraulic design and hydraulic loss calculation reports for each WWTP;
5) Hydraulic flow diagram and hydraulic profile drawings through entire sewage treatment
plant for each WWTP;
6) Sensor and instrumentation layout, Process control diagram and P&ID for each WWTP;
7) Load list (machine list) including equipment number, capacity, voltage, current, power
factor, maximum load, average load, operation time and number of hot standby for each
WWTP.
8) Calculation sheets for energy, utility and chemical consumption for each WWTP;
9) Single line diagram (SLD) of total power supply system and SLD of power distribution in
individual electrical equipment rooms for each WWTP;
10) Configuration drawing and functional description of communication networks, automatic
control system, comprehensive description of unit treatment process, plant offered and its
operation for each WWTP;
11) Configuration drawing and functional description of security system for each WWTP
12) Outline drawings for electrical equipment and instrumentation such as power supply high
tension panels, power supply low tension panels, emergency diesel engine generator, control
system (SCADA and computer, PLC, operating & monitoring devices), flow meter, level
meter, dissolved oxygen meter, sludge concentration meter and other measurements.
Part 1-86 Section IV. Bidding Forms

Technical Schedule A. Process and Civil Unit


Package N/C 7
1. Khachmaz WWTP

No. Item Data, Description

1 General & Process


Total head loss (m) in WWTP (from inlet
(1) chamber of WWTP to water level in effluent
channel of UV disinfection tank)
Total land area (ha) proposed for TSPS and
(2) WWTP and all units as mentioned above and
specified elsewhere in the tender document
(a) Type and size of last manhole (m)
(3) (b) Length and diameter of link sewer from
manhole to screen/pump station (m)
2 Pretreatment facilities
2.1 Coarse Screen/Inlet pump station
(1) Inlet chamber
(a) Size of inlet chamber (m)
(b) Nos. and size of bypass channel (m)
(c) Bar interval (opening) in screen at
bypass channel (mm)
(d) Capacity of screen unit at bypass channel
(e) Nos. and size of gated openings at inlet
channel (m)
(f) Top water level at inlet chamber (m)
(2) Coarse Screen chamber
(a) Size of coarse screen chamber (m)
(b) Nos. and size of coarse screen channel
(m)
(c) Bar interval (opening) in screen at coarse
screen channel (mm)
(d) Capacity of coarse screen unit at coarse
screen channel
(e) Nos. and size of coarse screening
conveyer (m)
(f) Nos. and size of coarse screening
container (m)
(g) Nos. and size of gated openings at
coarse screen chamber (m)
(h) Top water level at coarse screen chamber
(m)
(i) Head loss (mm)
(3) Inlet pump station
Section IV. Bidding Forms Part 1-87

(a) Nos. and size of inlet pump wells (m)


(b) Nos. and size of inlet pump (m)
(c) Capacity of inlet pump (kW)
(d) Nos. and size of gated openings at inlet
pump well (m)
(e) Top water level at inlet pump well (m)
2.2 Fine screen
(a) Size of fine screen chamber (m)
(b) Nos. and size of fine screen channel (m)
(c) Hole (opening) size in screen at fine
screen channel (mm)
(d) Capacity of fine screen unit at fine screen
channel
(e) Nos. and size of fine screening conveyer
(m)
(f) Nos. and size of fine screening container
(m)
(g) Nos. and size of gated openings at fine
screen chamber (m)
(h) Top water level at fine screen chamber
(m)
(i) Head loss (mm)
2.3 Grit/grease (G/G) remover chamber
(a) Nos. and size of G/G remover chamber
(b) Nos. and size of grit remover channel (m)
(c) Nos. and size of grease remover channel
(m)
(d) Capacity of G/G remover chamber
(e) Nos. and size of inlet pump (m)
(f) Capacity of inlet pump (kW)
(g) Nos. and size of grit classifier (m)
(h) Nos. and size of grit container (m)
(i) Nos. and size of inlet pump (m)
(j) Capacity of inlet pump (kW)
(k) Nos. and size of grease drum screen (m)
(l) Nos. and size of grease container (m)
(m) Retention time (min)
(n) Horizontal velocity (m/sec)
(o) Surface loading of oil removal part
(m3/m2.hr)
(p) Required air capacity (m3/m3.hr)
(q) Nos. and size of G/G blower (m)
(r) Nos. and size of gated openings at G/G
remover chamber (m)
(s) Top water level at G/G remover chamber
Part 1-88 Section IV. Bidding Forms

(m)
(t) Head loss (mm)
2.4 Flow measurement
(a) Size and length of Parshall flume
(b) Size and length of pipeline to distribution
chamber-1 (m)
2.5 Distribution chamber-1
(a) Size of chamber (m)
(b) Nos. and size of gated openings at
distribution chamber-1 (m)
(c) Size and length of pipeline to anaerobic
reactor (m)
3 Biological treatment facilities
3.1 Anaerobic reactor
(a) Nos. of anaerobic reactors
(b) Details of each anaerobic reactor
- Capacity (m3)
- Size (m)
- HRT (hrs)
- Water depth (m)
-Top water level (m)
(c) Nos. and size of inlet and outlet weirs
(m)
(d) Size and length of pipeline to Anoxia/
aerobic reactor (m)
(e) Size of pipeline from RAS pump station
(m)
3.2 Anoxic/ aerobic reactor
(a) Nos. of anoxic/aerobic reactors
(b) Details of each anoxic/aerobic reactor
- Capacity (m3)
- Size (m)
- HRT (hrs)
- Water depth (m)
-Top water level (m)
- Recirculation ratio
(c) Nos. and size of inlet and outlet weirs
(m)
(d) Size and length of pipeline to
Distribution chamber-2 (m)
(e) Required air capacity (m3/m3.hr)
(f) Size and length of air pipeline from
blower room (m)
(g) Nos. and size of diffusers required (m)
(h) Air blow capacity of a diffuser
Section IV. Bidding Forms Part 1-89

3.3 Distribution tank-2


(a) Size of chamber (m)
(b) Nos. and size of gated openings at
distribution chamber-2 (m)
(c) Size and length of pipeline to final
settling tank (m)
3.4 Final settling tank
(a) No.s of final settling tanks
(b) Details of each final settling tank
- Capacity (m3)
- Diameter (m)
- HRT (hrs)
- Water depth (m)
- Surface overflow rate (m3/m2/day)
- Weir loading rat e (m3/m/day)
- Bottom floor slope
(c) Size and length of pipeline to disc filter
(m)
(d) Size and length of pipeline to return
sludge pump station (RAS) (m)
3.5 Disc filter
(a) Nos. of disc filters
(b) Details of each disc filter
-Type of disc filter
-Filtration area (m2)
-Diameter (m)
-Filtration ratio (m/m2/day)
(c) Size and length of pipeline to UV
disinfection tank (m)
3.6 UV disinfection tank
(a) Nos. of UV disinfection tanks
(b) Size of UV disinfection tank (m)
(c) Hydraulic retention time (sec)
(d) Inlet and outlet weir lengths (m)
(c) Size and length of pipeline to outfall
manhole (m)
3.7 Outfall manhole
(a) Type and size of outfall manhole (m)
(b) Length and diameter of pipeline to
discharge point (m)
4 Sludge treatment facilities
Return/excess sludge pump station
4.1
(RAS/WAS)
(a) Nos. and size of pump station (m)
(b) Nos. and size of pump well (m)
(c) Nos. and size of RAS pump (m)
Part 1-90 Section IV. Bidding Forms

(d) Capacity of RAS pump (kW)


(e) Nos. and size of WAS pump (m)
(f) Capacity of WAS pump (kW)
(g) Size and length of rising main pipe (m)
(h) Nos. and size of sludge flow meter (m)
(i) Size and length of pipeline to anaerobic
reactor (m)
(j) Size and length of pipeline to sludge
storage tank (m)
4.2 Sludge storage tank
(a) No. of tanks
(b) Size of tank (m)
(c) Nos. and size of scam pump (m)
(d) Capacity of scum pump (kW)
(e) Nos. and size of drum screen (m)
4.3 Dewatering building
(a) Nos. and size of dewatering machines
(1)
(m)
(b) Type of dewatering machine
(c) Capacity of dewatering machine (kW)
(d) Nos. and size of polyelectrolyte
preparation tanks (m)
(e) Nos. and size of dosing tanks (m)
(f) Nos. and size of dosing pumps
(b) Capacity of dosing pump (kW)
(2) Sludge supply pump room
(a) Nos. and Size of sludge supply pump (m)
(b) Capacity of sludge supply pump (kW)
(c) Size and length of rising main pipe (m)
4.4 Decant pump station
(a) Nos. and Size of decant pump (m)
(b) Capacity of decant pump (kW)
5 Electrical building
5.1 Electrical equipment room
Size of pretreatment electrical equipment
(1)
room (m)
Size of GG blower electrical equipment
(2)
room (m)
(3) Size of main electrical equipment room (m)
Size of emergency diesel engine generator
(4)
room (m)
Size of RAS/WAS electrical equipment
(5) room (m)
Size of sludge treatment electrical equipment
(6)
room (m)
Section IV. Bidding Forms Part 1-91

5.2 Blower building


(a) Size of Blower electrical equipment room
(m)
(b) Nos. and size of blower (m)
(c) Capacity of blower (kW)
5.3 Transformer yard
(a) Size of transformer yard
6 Associated facilities and building
(1) Administration building
(a) Size of supervisory control room (m)
(b) Size of office room (m)
(c) Size of conference hall (m)
(d) Size of bath room and shower room (m)
(e) Size of other room (m)
(2) Laboratory
(a) Size of examination room (m)
(3) Size of storage room (m)
(4) Size of guard house (m)
(5) Size of workshop (m)
(6) Area allocated for staff quarters (m2)
(7) Area allocated for green belt (m2)
Width and length of approach road to site
(8)
(m)
Width and length of roads inside the plant
(9)
(m)
Water supply, internal drainage and waste
(10) water disposal
(a) Size of tube well (mm)
(b) Storm water drain provision (size, length in m)
(c) Water Supply Provision (Yes/No)
- Capacity and size of water storage tank
(m3)
- Capacity and size of overhead tank (m3)
(11) Miscellaneous
The bidder shall list here details of any other
/ additional items required for a complete
installation.

Note : Sizes of units shall be expressed in metres unless otherwise stated.

Package N/C 8
1. Khizi WWTP
(same as the above)
Part 1-92 Section IV. Bidding Forms

2. Altiagach WWTP
(same as the above)

3. Gobustan WWTP
(same as the above)
Section IV. Bidding Forms Part 1-93

Technical Schedule B. Mechanical Equipment


Package N/C 7

1. Khachmaz WWTP

No Equipment Item Unit Data, Description


1 Pretreatme
nt
(1) Inlet
chamber
gate-1 General
(a) Maker
(b) Size mmxm
m
(c) Opening required on the mmxm
wall to mount the wall m
thimble
(d) Operation remote or local
gate-2 General
(a) Maker
(b) Size mmxm
m
(c) Opening required on the mmxm
wall to mount the wall m
thimble
(d) Operation remote or local
(2) Coarse
screen
chamber
Coarse General
screen
(a) Maker
(b) Model
(c) Type
Screen
(a) Width mm
(b) Height mm
(c) Open space between bar mm
or
diameter of perforate hole
(d) Raking speed m/min
(e) Motor rating kW
Materials of Construction
(a) Frame
(b) Rake carriage
(c) Screen bars
(d) Fasteners
(e) Canopy
Conveyor System
Part 1-94 Section IV. Bidding Forms

(a) Material of belt


(b) Width of conveyor mm
(c) Speed of conveyor m/sec
(d) Thickness of belt and ply
rating
(e) Make of the belt
(f) Motor rating kW
Unit Control Panel
(a) Maker
(b) Over all dimensions mmxm
mxmm
(c) Degree of protection
(d) Timer
- Maker
- Type
Back Wash System
(a) Operating Pressure bar
(b) Flow Rate Ltrs./se
c
(c) Source for Back Wash
Container General
(a) Maker
(b) Size mmxm
m
(c) Capacity m3
gate-1 General
(a) Maker
(b) Size mmxm
m
(c) Opening required on the mmxm
wall to mount the wall m
thimble
(d) Operation remote or local
gate-2 General
(a) Maker
(b) Size mmxm
m
(c) Opening required on the mmxm
wall to mount the wall m
thimble
(d) Operation remote or local
(3) Inlet pump
station
Sewage inlet General
Pump
(a) Maker
(b) Model
(c) Type
Performance
(a) Capacity cum/hr
Section IV. Bidding Forms Part 1-95

(b) Total Head mlc


(c) Efficiency %
(d) Maximum pump input at kW
50Hz for single pump
operation
(e) Shut off Head mlc
(f) Speed rpm
(g) Size of solids that can be mm
handled
Construction
(a) Type of Impeller
(enclosed / semi open)
(b) No. of Impeller vanes
(c) Stuffing box sealing liquid
(d) Surface hardness of shaft BHN
sleeve
(e) Suction / discharge mm/m
m
(f) Weight Kg
Materials of Construction
(a) Impeller
(b) Casing
(c) Shaft
(d) Casing ring
(e) Shaft Sleeve
(f) Stuffing box packing
(g) Base Plate
Testing and Inspection
(a) Pump Performance testing
Standard
Performance
(a) Maximum velocity of mm/sec
vibration
(b) Maximum noise level dbA
Motor of
Sewage inlet
pump Performance
(a) Maker
(b) Rating kW
(c) Speed rpm
(d) Type of Starter
(e) Efficiency
- Full Load %
- Load %
(f) Power Factor
- Full Load
- Load
(g) Class of Insulation
(h) Temperature rise by C
resistance method
Part 1-96 Section IV. Bidding Forms

(i) Type of enclosure


(j) Degree of protection
(k) Weight Kg
Valve of
Sewage inlet
pump
station General
(a) Maker
(b) Size mm
(c) Rating bar
(d) Number
(e) Motorised or Manual
Electric Actuator
(a) Make
(b) Type
(c) Motor Rating kW
(d) Design Torque Kg-m
(e) Time for full close to full Minute
open s
(4) Fine screen
chamber
Fine screen General
(a) Maker
(b) Model
(c) Type
Screen
(a) Width mm
(b) Height mm
(c) Open space between bar mm
or
diameter of perforate hole
(d) Raking speed m/min
(e) Motor rating kW
Materials of Construction
(a) Frame
(b) Rake carriage
(c) Screen bars
(d) Fasteners
(e) Canopy
Conveyor System
(a) Material of belt
(b) Width of conveyor mm
(c) Speed of conveyor m/sec
(d) Thickness of belt and ply
rating
(e) Make of the belt
(f) Motor rating kW
Unit Control Panel
(a) Maker
Section IV. Bidding Forms Part 1-97

(b) Over all dimensions mmxm


mxmm
(c) Degree of protection
(d) Timer
- Maker
- Type
Back Wash System
(a) Operating Pressure bar
(b) Flow Rate Ltrs./se
c
(c) Source for Back Wash
Container General
(a) Maker
(b) Size mmxm
m
(c) Capacity m3
gate-1 General
(a) Maker
(b) Size mmxm
m
(c) Opening required on the mmxm
wall to mount the wall m
thimble
(d) Operation remote or local
gate-2 General
(a) Maker
(b) Size mmxm
m
(c) Opening required on the mmxm
wall to mount the wall m
thimble
(d) Operation remote or local
(5) Grit/Grease
Remover
Chamber
Grit/Grease
Remover Reduction Gear
(a) Make
(b) Type
Drive Motor
(a) Make
(b) Speed rpm
(c) Rating kW
Materials of Construction
(a) Scraper
(b) Frame
Grit Pump
(a) Make
- Pump
- Motor
Part 1-98 Section IV. Bidding Forms

(b) Motor rating kW


(c) Materials of Construction
- Impeller
- Shaft
Grease Pump
(a) Make
- Pump
- Motor
(b) Motor rating kW
(c) Materials of Construction
- Impeller
- Shaft
Classifier Mechanism
(a) Make
(b) Type
(c) Drive System
- Make of reduction gear
- Make of motor
(d) Material of rake
Container General
(a) Maker
(b) Size mmxm
m
(c) Capacity m3
gate-1 General
(a) Maker
(b) Size mmxm
m
(c) Opening required on the mmxm
wall to mount the wall m
thimble
(d) Operation remote or local
gate-2 General
(a) Maker
(b) Size mmxm
m
(c) Opening required on the mmxm
wall to mount the wall m
thimble
(d) Operation remote or local
Manually
Operated
Travelling
Crane
Maker
(a) Crane
(b) Chain pulley block
(c) Trolley
Crane
(a) Capacity Tonne
Section IV. Bidding Forms Part 1-99

(b) Type
(c) Lift m
(d) span m
(e) Hook approach m
(f) Rail size Kg/m
(g) Crane girder size mm
(k) Type of brake
(6) Distribution
chamber-1
Tank General
(a) Maker
(b) Size mmxm
m
(c) Capacity m3
gate-1 General
(a) Maker
(b) Size mmxm
m
(c) Opening required on the mmxm
wall to mount the wall m
thimble
(d) Operation remote or local
gate-2 General
(a) Maker
(b) Size mmxm
m
(c) Opening required on the mmxm
wall to mount the wall m
thimble
(d) Operation remote or local
2 Biological
Treatment
(1) Anaerobic
reactor General
(a) Maker
(b) Model
(c) Type
(d) Quantity No.
(e) Weight Kg
Mixer General
(a) Make
(b) Model
(c) Type
Propeller
(a) Type-self cleaning
(Yes/No)
(b) No. of blades
(c) Type of propeller
(d) Means of attachment to
shaft
Part 1-100 Section IV. Bidding Forms

(e) Diameter mm
(f) Speed rpm
(e) Power input kW
Gear Reducer
(a) Make
(b) Type
(c) Gear ratio
(d) Service factor
(e) Overall efficiency %
(f) Coupling Type
- Motor/gear box
- Gear box/Prop.shaft
Motor
(a) Make
(b) Motor rating kW
(c) Speed rpm
(d) Efficiency
Full load %
3/4th load %
(e) Power factor
- Full load
- 3/4th load
(f) Class of insulation
(g) Type of cooling
(h) Degree of protection
(i) Type of enclosure
(j) Class of temperature rise
Materials of Construction
(a) Propeller
(b) Shaft, couplings and
coupling
pins
(c) Base plate
(d) Fasteners & Anchor bolts
(k) Weight Kg
gate-1 General
(a) Maker
(b) Size mmxm
m
(c) Opening required on the mmxm
wall to mount the wall m
thimble
(d) Operation remote or local
gate-2 General
(a) Maker
(b) Size mmxm
m
(c) Opening required on the mmxm
wall to mount the wall m
thimble
Section IV. Bidding Forms Part 1-101

(d) Operation remote or local


Manually
Operated
Travelling
Crane
Maker
(a) Crane
(b) Chain pulley block
(c) Trolley
Crane
(a) Capacity o
(b) Type
(c) Lift m
(d) span m
(e) Hook approach m
(f) Rail size Kg/m
(g) Crane girder size mm
(k) Type of brake
(2) Anoxic/
aerobic
reactor General
(a) Maker
(b) Model
(c) Type
(d) Quantity
(e) Weight
Mixer General
(a) Make
(b) Model
(c) Type
Propeller
(a) Type-self cleaning
(Yes/No)
(b) No. of blades
(c) Type of propeller
(d) Means of attachment to
shaft
(e) Diameter mm
(f) Speed rpm
(g) Power input
Gear Reducer
(a) Make
(b) Type
(c) Gear ratio
(d) Service factor
(e) Overall efficiency
(f) Coupling Type
- Motor/gear box
- Gear box/Prop.shaft
Motor
Part 1-102 Section IV. Bidding Forms

(a) Make
(b) Motor rating
(c) Speed
(d) Efficiency
Full load
3/4th load
(e) Power factor
- Full load
- 3/4th load
(f) Class of insulation
(g) Type of cooling
(h) Degree of protection
(i) Type of enclosure
(j) Class of temperature rise
(k) Weight Kg
Materials of Construction
(a) Propeller
(b) Shaft, couplings and
coupling
pins
(c) Base plate
(d) Fasteners & Anchor bolts
Diffuser
(a) Maker
(b) Model
(c) Type
(d) Size
(e) Pore size
(f) Quantity
(g) Water depth
Performance
(a) Oxygen transfer rate Kg/kW
(at Propeller shaft) -hr
(b) Mixing capacity cum/hr
(3) Internal
circulation
Pump General
(a) Maker
(b) Model
(c) Type
Performance
(a) Capacity cum/hr
(b) Total Head mlc
(c) Efficiency %
(d) Maximum pump input at kW
50Hz
for single pump operation
(e) Shut off Head mlc
(f) Speed rpm
(g) Size of solids that can be mm
Section IV. Bidding Forms Part 1-103

handled
Construction
(a) Type of Impeller
(enclosed /
semi open)
(b) No. of Impeller vanes
(c) Stuffing box sealing liquid
(d) Surface hardness of shaft BHN
sleeve
(e) Suction / discharge mm/m
m
(f) Weight Kg
Materials of Construction
(a) Impeller
(b) Casing
(c) Shaft
(d) Casing ring
(e) Shaft Sleeve
(f) Stuffing box packing
(g) Base Plate
Testing and Inspection
(a) Pump Performance testing
Standard
Performance
(a) Maximum velocity of mm/sec
vibration
(b) Maximum noise level dbA
Motor of
Internal
circulation
Pump Performance
(a) Maker
(b) Rating kW
(c) Speed rpm
(d) Type of Starter
(e) Efficiency
- Full Load %
- Load %
(f) Power Factor
- Full Load
- Load
(g) Class of Insulation
(h) Temperature rise by C
resistance method
(i) Type of enclosure
(j) Degree of protection
(k) Weight Kg
gate-1 General
(a) Maker
(b) Size mmxm
Part 1-104 Section IV. Bidding Forms

m
(c) Opening required on the mmxm
wall to mount the wall m
thimble
(d) Operation remote or local
gate-2 General
(a) Maker
(b) Size mmxm
m
(c) Opening required on the mmxm
wall to mount the wall m
thimble
(d) Operation remote or local
Manually
Operated
Travelling
Crane
Maker
(a) Crane
(b) Chain pulley block
(c) Trolley
Crane
(a) Capacity o
(b) Type
(c) Lift m
(d) span m
(e) Hook approach m
(f) Rail size Kg/m
(g) Crane girder size mm
(k) Type of brake
(4) Final
settling
tank Drive mechanism
(a) Type
(b) Gear reducer
- Maker
- Type
(c) Motor
- Maker
- Rating kW
Materials of Construction
(a) Rake blades
(b) Squeezes
(c) No. of squeezes
(d) Weirs
(5) Disc filter General
(a) Maker
(b) Model
(c) Type
Performance
Section IV. Bidding Forms Part 1-105

(a) Capacity
(b) Total Head
(c) Efficiency
(d) Filter material
(e) Particle size
Construction
(a)Size
(b)Weight
(c)Gravity point
(6) UV General
disinfection
(a) Maker
(b) Model
(c) Type
Performance
(a) Capacity
(b) Total Head
(c) Efficiency
Construction
(a)Size
(7) Filtrate
Pump
and Back
wash
pump General
(a) Maker
(b) Model
(c) Type
Performance
(a) Capacity cum/hr
(b) Total Head mlc
(c) Efficiency %
(d) Maximum pump input at kW
50Hz
for single pump operation
(e) Shut off Head mlc
(f) Speed rpm
(g) Size of solids that can be mm
handled
Construction
(a) Type of Impeller
(enclosed /
semi open)
(b) No. of Impeller vanes
(c) Stuffing box sealing liquid
(d) Surface hardness of shaft BHN
sleeve
(e) Suction / discharge mm/m
m
(f) Weight Kg
Part 1-106 Section IV. Bidding Forms

Materials of Construction
(a) Impeller
(b) Casing
(c) Shaft
(d) Casing ring
(e) Shaft Sleeve
(f) Stuffing box packing
(g) Base Plate
Testing and Inspection
(a) Pump Performance testing
Standard
Performance
(a) Maximum velocity of mm/sec
vibration
(b) Maximum noise level dbA
Motor of
Filtrate
Pump
and Back
wash
pump Performance
(a) Maker
(b) Rating kW
(c) Speed rpm
(d) Type of Starter
(e) Efficiency
- Full Load %
- Load %
(f) Power Factor
- Full Load
- Load
(g) Class of Insulation
(h) Temperature rise by C
resistance
method
(i) Type of enclosure
(j) Degree of protection
(k) Weight Kg
Valve of
Filtrate
Pump
set and
Back
wash pump
set General
(a) Maker
(b) Size mm
(c) Rating bar
(d) Number
(e) Motorized or Manual
Section IV. Bidding Forms Part 1-107

Electric Actuator
(a) Make
(b) Type
(c) Motor Rating kW
(d) Design Torque Kg-m
(e) Time for full close to full Minute
open s
3 Sludge
Treatment
(1) Return
sludge
Pump General
(a) Maker
(b) Model
(c) Type
Performance
(a) Capacity cum/hr
(b) Total Head mlc
(c) Efficiency %
(d) Maximum pump input at kW
50Hz
for single pump operation
(e) Shut off Head mlc
(f) Speed rpm
(g) Size of solids that can be mm
handled
Construction
(a) Type of Impeller
(enclosed /
semi open)
(b) No. of Impeller vanes
(c) Stuffing box sealing liquid
(d) Surface hardness of shaft BHN
sleeve
(e) Suction / discharge mm/m
m
(f) Weight Kg
Materials of Construction
(a) Impeller
(b) Casing
(c) Shaft
(d) Casing ring
(e) Shaft Sleeve
(f) Stuffing box packing
(g) Base Plate
Testing and Inspection
(a) Pump Performance testing
Standard
Performance
(a) Maximum velocity of mm/sec
Part 1-108 Section IV. Bidding Forms

vibration
(b) Maximum noise level dbA
Motor of
Return
sludge
Pump Performance
(a) Maker
(b) Rating kW
(c) Speed rpm
(d) Type of Starter
(e) Efficiency
- Full Load %
- Load %
(f) Power Factor
- Full Load
- Load
(g) Class of Insulation
(h) Temperature rise by C
resistance
method
(i) Type of enclosure
(j) Degree of protection
(k) Weight Kg
Valve of
Return
sludge
Pump set General
(a) Maker
(b) Size mm
(c) Rating bar
(d) Number
(e) Motorized or Manual
Electric Actuator
(a) Make
(b) Type
(c) Motor Rating kW
(d) Design Torque Kg-m
(e) Time for full close to full Minute
open s
(2) Excess
sludge
Pump General
(a) Maker
(b) Model
(c) Type
Performance
(a) Capacity cum/hr
(b) Total Head mlc
(c) Efficiency %
(d) Maximum pump input at kW
Section IV. Bidding Forms Part 1-109

50Hz
for single pump operation
(e) Shut off Head mlc
(f) Speed rpm
(g) Size of solids that can be mm
handled
Construction
(a) Type of Impeller
(enclosed /
semi open)
(b) No. of Impeller vanes
(c) Stuffing box sealing liquid
(d) Surface hardness of shaft BHN
sleeve
(e) Suction / discharge mm/m
m
(f) Weight Kg
Materials of Construction
(a) Impeller
(b) Casing
(c) Shaft
(d) Casing ring
(e) Shaft Sleeve
(f) Stuffing box packing
(g) Base Plate
Testing and Inspection
(a) Pump Performance testing
Standard
Performance
(a) Maximum velocity of mm/sec
vibration
(b) Maximum noise level dbA
Motor of
Excess
sludge
Pump Performance
(a) Maker
(b) Rating kW
(c) Speed rpm
(d) Type of Starter
(e) Efficiency
- Full Load %
- Load %
(f) Power Factor
- Full Load
- Load
(f) Class of Insulation
(g) Temperature rise by C
resistance
method
Part 1-110 Section IV. Bidding Forms

(h) Type of enclosure


(i) Degree of protection
(j) Weight Kg
Valve of
Excess
sludge
Pump set General
(a) Maker
(b) Size mm
(c) Rating bar
(d) Number
(e) Motorized or Manual
Electric Actuator
(a) Make
(b) Type
(c) Motor Rating kW
(d) Design Torque Kg-m
(e) Time for full close to full Minute
open s
(3) Sludge General
storage tank
(a) Maker
(b) Model
(c) Type
Performance
(a) Capacity
Construction
(a)Size
(4) Dewatering General
(a) Make
(b) Model
(c) Type
Performance and
Construction
(a) Capacity m3/hr
(b) Bowls diameter mm
(c) Taper angle Deg
(d) Dimension mm
(e) Speed of centrifuge rpm
(f) Maximum centrifuge
(g) Nominal centrifugal force
(h) Differential speed rpm
connection
(i) Detail of drive
Material of Construction
(a) Bowl
(b) Scroll
(c) Flame
(d) Sediment discharge
Section IV. Bidding Forms Part 1-111

devices
(e) Maximum noise level dbA
(f) Maximum velocity of mm/sec
vibration
Motor of Motor
dewatering
(a) Make
(b) Type
(c) Rated power kW
(d) Speed rpm
(e) Insulation class
(f) Temperature rise deg
(g) Protection index
(h) Efficiency at
- Full load %
- Load %
(i) Power factor
- Full load %
- Load %
(j) Starting current Amps
(k) Supply voltage V
(l) Frequency Hz
(m) Type of starter
Polymer dosing Pumps
(a) Make
(b) Type
(c) Model
Agitator
(a) Make
(b) Type
(c) Model
Electric Hoist
(a) General
(b) Capacity Ton
Maker
Type
(e) Lift m
Hoisting Motor
(a) Maker
(b) Rating KW

Note: Catalogues for submerged sewage pump, aeration system, and dewatering equipment
shall be attached.

Package N/C 8
1. Khizi WWTP
(same as the above)

2. Altiagach WWTP
(same as the above)
Part 1-112 Section IV. Bidding Forms

3. Gobustan WWTP
(same as the above)
Section IV. Bidding Forms Part 1-113

Technical Schedule C. Electrical Equipment


Package N/C 7

1. Khachmaz WWTP

No Equipment Item Unit Data, Description


High
1 Tension
10kV
(1) Switchgear General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated voltage kV
(f) Rated insulation level
Short duration power
frequency withstand voltage,
1min kV, rms
(g) Rated insulation level
Lightning impulse withstand kV,
voltage peak
(h) Rated normal main busbar
current A, rms
(i) Rated short-time withstand
current (ymmetrical) kA,rms
(j) Rated peak withstand kA,
current peak
(k) Rated duration of short-
circuit sec
Service condition
(a) Location (indoor or
outdoor)
degree
(b) Ambient temperature C
(c) Altitude m
(d) Humidity RH %
Enclosure
(a) Steel thickness of front,
side, back, plate mm
(b) Steel thickness of frame mm
(c) Steel thickness of door mm
(d) Degree of enclosure
Protection IP
(e) Panel dimension (W*H*D) mm
(f) Weight kg
10kV
(2) Vacuum General
Part 1-114 Section IV. Bidding Forms

Circuit
Breaker
(VCB)
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated voltage kV
(f) Rated current A
(g) Rated insulation level
Short duration power
frequency withstand voltage,
1min kV, rms
(h) Rated insulation level
Lightning impulse withstand kV,
voltage peak
(i) Rated short-time withstand
current (symmetrical) kA, rms
(j) Rated peak withstand kA,
current peak
(k) Rated duration of short-
circuit sec
(l) Rated short-circuit
breaking
current kA
(m) Rated break time cycles
(n) Rated short-circuit making kA,
current peak
(o) Control voltage (DC or
AC) V
(p) Closing operation motor
current A
(q) Closing operation spring
charging time sec
(r) Closing control current A
(s) Tripping control current A
(t) Weight kg
10 kV
Load Break
Switch
(3) (LBS) General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated voltage kV
(f) Rated current A
(g) power frequency
withstand
voltage to earth and between
phase kV, rms
Section IV. Bidding Forms Part 1-115

(h) power frequency


withstand
voltage over the insulated
distance kV, rms
(i) Impulse withstand voltage kV,
- to earth and between phase peak
(j) Impulse withstand voltage kV,
- over the insulated distance peak
(k) Rated short-time current
1sec kA, rms
(l) Rated peak withstand kA,
current peak
(m) Rated short circuit
breaking
current kA
(n) Life time electrically times
(o) Life time mechanically times
(p) Control voltage (DC or
AC) V
(q) Weight kg
10 kV
Disconnect
(4) Switch (DS) General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated voltage kV
(f) Rated current A
(g) Rated short-time current 2
sec kA, rms
(h) Control voltage (DC or
AC) V
(i) Weight kg
10 kV
Vacuum
Electro
magnetic
Contactor
(5) (VCT) General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated voltage kV
(f) Rated current A
(g) Rated short-circuit
breaking kA
Part 1-116 Section IV. Bidding Forms

current
(h) Insulation level
times/h
(i) Switching frequency r
(j) Life time electrically times
(k) Life time mechanically times
(l) Control voltage (DC or
AC) V
(m) Weight kg
10 kV
Power Fuse
(6) (PF) General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated voltage kV
(f) Rated current A
(g) Rated short-circuit
breaking
current kA
(h) Weight kg
Lighting
Protection
(7) (Arrester) General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Material
(f) Rated voltage kV
(g) Rated current A
(h) Rated discharge current kA
(h) Weight kg
Potential
Transforme
(8) r (PT) General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
Section IV. Bidding Forms Part 1-117

(e) Rated voltage kV


(f) Rated current A
(g) Weight kg
Current
Transforme
(9) r (CT) General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated voltage kV
(f) Rated current A
(g) Accuracy class
(h) Rated over current
Strength times
(h) Weight kg
Zero-phase
Current
(10 Transforme
) r General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated current A
(f) Rated zero-phase current mA
(g) Maximum voltage kV
(h) Rated load (PF 0.5 lag) ohm
(i) Rated over current
Strength times
(j) Weight kg
Over
(11 voltage
) Fault Relays
(a) Maker
(b) Type
(c) Weight kg
(12 Under
) voltage
Part 1-118 Section IV. Bidding Forms

Fault Relays
(a) Maker
(b) Type
(c) Weight kg
Over
(13 current
) Fault Relays
(a) Maker
(b) Type
(c) Weight kg
Over
voltage

(14 Ground
) Fault Relays
(a) Maker
(b) Type
(c) Weight kg
Over
current

(15 Ground
) Fault Relays
(a) Maker
(b) Type
(c) Weight kg
Over
current
direction

(16 Ground
) Fault Relays
(a) Maker
(b) Type
(c) Weight kg
Ratio
differential
(17 relay for
) transformer
(a) Maker
(b) Type
(c) Weight kg
Section IV. Bidding Forms Part 1-119

(18 Transforme
) r General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated capacity on
principal tap kVA
(f) Primary voltage tap (R/F) kV
(g) Secondary voltage kV
(h) On load tap changer
(i) Winding connection
(1st/2nd)
(j) Class of temperature rise
(k) Permissible temperature degree
rise C
(l) Impedance voltage %
(m) Rush current A
(n) Protection devices
(o) Transformer dimension
(W*H*D) mm
(p) Transformer weight kg
(q) Installation
(outdoor/indoor/
in panel)
(r) Panel size (when placed in
panel)
(W*H*D) mm
Low
2 Tension
400 V
(1) Switchgear General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated voltage V
(f) Rated normal main busbar
current A, rms
(g) Rated short-time
withstand
current kA,rms
(h) Rated duration of short-
circuit sec
Service condition
(a) Location (indoor or
outdoor)
degree
(b) Ambient temperature C
(c) Altitude m
(d) Humidity RH %
Part 1-120 Section IV. Bidding Forms

Enclosure
(a) Steel thickness of front,
side, back, plate mm
(b) Steel thickness of frame mm
(c) Steel thickness of door mm
(d) Degree of enclosure
Protection IP
(e) Panel dimension (W*H*D) mm
(f) Weight kg
Air Circuit
Breakers
(2) (ACB) General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated voltage V
(f) Rated current A
(g) Rated short circuit
breaking
current kA
Motor
Control
Center
(3) (MCC) General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated voltage V
(f) Rated normal main busbar
current A, rms
(g) Rated short-time
withstand
current kA,rms
(h) Rated duration of short-
circuit sec
Motor starter
Direct starter
Star- delta starter
Reactor starter
Condolfer (auto-transfer)
starter
Service condition
(a) Location (indoor or
outdoor)
degree
(b) Ambient temperature C
(c) Altitude m
(d) Humidity RH %
Section IV. Bidding Forms Part 1-121

Enclosure
(a) Steel thickness of front,
side, back, plate mm
(b) Steel thickness of frame mm
(c) Steel thickness of door mm
(d) Degree of enclosure
Protection IP
(e) Panel dimension (W*H*D) mm
(f) Weight kg
(4) MCCB General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated voltage V
(f) Rated current A
(g) Rated short circuit
breaking
current kA
Variable
voltage
variable
frequency
(5) (VVVF) General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated voltage V
(f) Rated normal main busbar
current A, rms
(g)Semiconductor type
Service condition
(a) Location (indoor or
outdoor)
degree
(b) Ambient temperature C
(c) Altitude m
(d) Humidity RH %
Enclosure
(a) Steel thickness of front,
side, back, plate mm
(b) Steel thickness of frame mm
(c) Steel thickness of door mm
(d) Degree of enclosure
Protection IP
(e) Panel dimension (W*H*D) mm
(f) Weight kg
UV
(6) disinfection General
Part 1-122 Section IV. Bidding Forms

UV unit
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated voltage V
(f) Rated current A
UV bulb
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency
(e) Rated voltage
(f) Rated current
(g) number of bulbs
(h) power consumption
Power
factor
Compensa
3 tion
Capacitor General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated frequency Hz
(e) Rated voltage V
(f) Rated capacity kVar
(g) Serial reactor
(h) Discharge resister
Capacitor control panel
Service condition
(a) Location (indoor or
outdoor)
degree
(b) Ambient temperature C
(c) Altitude m
(d) Humidity RH %
Enclosure
(a) Steel thickness of front,
side, back, plate mm
(b) Steel thickness of frame mm
(c) Steel thickness of door mm
(d) Degree of enclosure
Protection IP
(e) Panel dimension (W*H*D) mm
(f) Weight kg
4 Grounding
Grounding
of
Section IV. Bidding Forms Part 1-123

10 kV High
Voltage
Line
(a) Grounding system
Neutral of
transformer
(a) Grounding system
400 V Low
Voltage
Line
(a) Grounding system
(b) Grounding/Bonding (TN-
S, TN-C, TN-C-S, TT, IT)
Grounding
equipment Grounding terminal box
(a) Steel thickness of front,
side, back, plate mm
(b) Steel thickness of frame mm
(c) Steel thickness of door mm
(d) Degree of enclosure
Protection IP
(e) Panel dimension (W*H*D) mm
(f) Weight kg
Grounding electrode
(a) Material
(b) Shape (plate, pole, mesh)
(c) Resistance
Grounding cable
(a) Type
(b) Conductor
(c) Cross-section area mm2
(d) Cable construction
Emergency
Diesel
Engine
5 Generator
(1) Engine General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated horse power PS
(e) Starting method
(f) Cooling
(g) Fuel
(h) Fuel consumption L/hr
(e) Dimension (W*H*D) mm
(f) Weight kg
(2) Alternator General
(a) Manufacturer
(b) Standard
Part 1-124 Section IV. Bidding Forms

(c) Type
(d) Rated frequency Hz
(e) Rated voltage V
(f) Rated capacity kVA
(g) Number of poles
(h) Class of temperature rise
(i) Circuit (3phase3wire,
3phase4wire)
(j) Power factor
(e) Dimension (W*H*D) mm
(f) Weight kg
Control
(3) panel Enclosure
(a) Steel thickness of front,
side, back, plate mm
(b) Steel thickness of frame mm
(c) Steel thickness of door mm
(d) Degree of enclosure
Protection IP
(e) Panel dimension (W*H*D) mm
(f) Weight kg
Battery
6 Equipment
Battery General
(a) Manufacturer
(b) Standard
(c) Type
(d) Rated capacity at 5 hour
rate of discharge at 27 deg. C Ahr
(e) Number of Cells
(f) Rated DC voltage V
Battery Charger
(a) Maximum continuous
output at 40oC A
(b) Float charging voltage V
(c) Boost charging voltage V
(d) Ampere hour efficiency at
rated load %
Control panel
(a) Rated current of DCCB A(DC)
(b) Number of DCCB
Enclosure
(a) Steel thickness of front,
side, back, plate mm
(b) Steel thickness of frame mm
(c) Steel thickness of door mm
(d) Degree of enclosure
Protection IP
(e) Panel dimension (W*H*D) mm
(f) Weight kg
Section IV. Bidding Forms Part 1-125

6 Cable
10 kV
Power
Cable General
(a) Manufacturer
(b) Standard
(c) Type
(d) Conductor
(e) Cross-section area mm2
(f) Cable construction
400 V
Power
Cable General
(a) Manufacturer
(b) Standard
(c) Type
(d) Conductor
(e) Cross-section area mm2
(f) Cable construction
Control
Cable General
(a) Manufacturer
(b) Standard
(c) Type
(d) Conductor
(e) Cross-section area mm2
(f) Cable construction
Optical
Cable General
(a) Manufacturer
(b) Standard
(c) Type
(d) Mode
(e) Cable construction
Cable
Ladder General
(a) Manufacturer
(b) Standard
(c) Rung type
(d) Ladder width mm
Cable Tray General
(a) Manufacturer
(b) Standard
(c) Try type
(d) Try width mm
Wiring Method (Pipe gallery,
construction conduit, Pipe buried)

Note: Catalogues for power supply high tension panel and emergency generator shall be
attached.
Part 1-126 Section IV. Bidding Forms

Package N/C 8
1. Khizi WWTP
(same as the above)

2. Altiagach WWTP
(same as the above)

3. Gobustan WWTP
(same as the above)
Section IV. Bidding Forms Part 1-127

Technical Schedule D. Instrumentation and Control System


Package N/C 7

1. Khachmaz WWTP

No Equipment Item Unit Data, Description


Level
1 Measuring
Ultrasonic
(1) Type
(a) Maker
(b) Beam angle
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
(h) Interface to SCADA or
PLC
(2) Float Type
(a) Maker
(b) float size
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
(h) Interface to SCADA or
PLC
Conductivity
(3) Type
(a) Maker
(b) electrode material
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
(h) Interface to SCADA or
PLC
Ultrasonic
Differential
(4) Type
(a) Maker
(b) Beam angle
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
Part 1-128 Section IV. Bidding Forms

(g) Accuracy
(h) Interface to SCADA or
PLC
(5) Other type
(a) Maker
(b) Type
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
(h) Interface to SCADA or
PLC
Flow
2 measuring
Electromagn
(1) etic type (a) Maker
(b) Diameter mm
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
(h) Interface to SCADA or
PLC
(i) Length of straight pipe in
front of flow meter
(j) Length of straight pipe rear
flow meter
Ultrasonic
level
transducer
(2) type (a) Maker
(b) Beam angle
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
(h) Interface to SCADA or
PLC
(i) Length of straight pipe in
front of flow meter
(j) Length of straight pipe rear
flow meter
Parshall
flume type
(3)
(a) Maker
(b) Flume size
Section IV. Bidding Forms Part 1-129

(c) Digital indicator


(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
(h) Interface to SCADA or
PLC
(i) Length of straight pipe in
front of flow meter
(j) Length of straight pipe rear
flow meter
(4) Weir type
(a) Maker
(b) weir shape
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
(h) Interface to SCADA or
PLC
Submerge
(5) type
(a) Maker
(b) transducer
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
(h) Interface to SCADA or
PLC
Sludge
(6) Flowmeter
(a) Maker
(b) Type
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
(h) Interface to SCADA or
PLC
(7) Other type
(a) Maker
Part 1-130 Section IV. Bidding Forms

(b) Type
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
(h) Interface to SCADA or
PLC
Dissolved
Oxygen
3 Measuring
DO meter
(a) Maker
(b) Type
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
(h) Interface to SCADA or
PLC
MLSS
4 Measuring
MLSS
meter
(a) Maker
(b) Type
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
(h) Interface to SCADA or
PLC
Concentrati
on
5 measuring
Ultrasonic
(1) Type
Section IV. Bidding Forms Part 1-131

(a) Maker
(b) Beam angle
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
Micro wave
(2) type
(a) Maker
(b) Beam angle
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
(3) Optical type
(a) Maker
(b) Beam angle
(c) Digital indicator
(d) Signal transmitter
(e) Controller and console
(f) Interface to recorder
(g) Accuracy
Instrumentat
ion
6 Cable
(a) Maker
(b) Type
(c) Size
SCADA
(Supervisory
Control And
Data
Acquisition
7 System)
LAN (Local
Area
(1) Network)
(a) Maker
(b) standard
(c) system configuration
Part 1-132 Section IV. Bidding Forms

(d) Network standard


(e) Network type (Ethernet or
other)
(f) Network transmittion
(optic or electric)
(g) Network topology
(h) Network speed
(i) Communication protocol
(j) Error check
(k) Redundancy
(l) Power supply (voltage,
frequency, current)
PLC
(Programma
ble Logic
(2) Controller)
(a) Maker
(b) standard
(c) system configuration
(d) Interface to network
(e) Interface to
instrumentation
(f) Interface to operational
terminal
(g) Interface to motor drive
(MCC)
(h) Redundancy
(i) Number of I/O signal
(j) throughput
(k) Error check
(l) Redundancy
(m) Power supply (voltage,
frequency, current)
Human Man
Interface
(HMI)
Operation at
main and
local control
(3) room
(a) Color LCD monitor size
(b) Color LCD glare or anti-
glare
(c) Number of LCD with
keyboard
(d) Power supply (voltage,
frequency, current)
(e) Large display size
(f) Location of large display
Section IV. Bidding Forms Part 1-133

(g) Number of large display


(h) Power supply (voltage,
frequency, current)
(i) Printer size
(j) Location of printer
(k) Number of printer
(l) Power supply (voltage,
frequency, current)
Server,
(4) (Computer)
(a) Procesor
(b) Memory
(c) Main storage
(d) Hard drive
(e) Power supply (voltage,
frequency, current)
Uninterrupta
ble Power
8 Supply
(a) Maker
(b) Type
(c) Size

Note: Catalogues for control system (SCADA), level meter, flow meter, dissolved oxygen
meter and sludge concentration meter shall be attached.

Package N/C 8
1. Khizi WWTP
(same as the above)

2. Altiagach WWTP
(same as the above)

3. Gobustan WWTP
(same as the above)
Part 1-134 Section IV. Bidding Forms

Technical Schedule E. Electrical Power Consumption


Package N/C 7
1. Khachmaz WWTP (For Phase-1 Facilities)
No. Description Unit Total Nos. of No. of Total Operating Total Total
Rating Connected Working Working hour per Energy Energy
in kW Electrical Electrical Load in day consumed consumed
Equipment Equipment kW per day in per year in
(Working+Standby) kWh kWh
(1) (2) (3) (4)=(1) x (5) (6)=(4) x (7)= (6) x
(3) (5) 365
(to describe all
the electrical
equipment)

Package N/C 8
1. Khizi WWTP
(same as the above)

2. Altiagach WWTP
(same as the above)

3. Gobustan WWTP
(same as the above)
Section IV. Bidding Forms Part 1-135

Technical Schedule F. Chemicals Consumption

Package N/C 7
1. Khachmaz WWTP (For Phase-1 Facilities)

Chemicals (polymer Coagulant) consumption

Sludge Percentage Sludge Polymer Dewatered Percentage Dewatered Polymer


Influent quantity to of water volume to dose per cake of water cake dose per
wastewater dewatering content for dewatering sludge quantity content for volume sludge
(m3/day) (kg-DS/d) sludge (%) (m3/d) (kg/kg-DS) (kg-DS/d) dewatered (m3/d) (kg/d)
cake (%)

Chemicals (polymer Chemicals (polymer


Chemicals Coagulant) consumption Coagulant) consumption
per dayr (kg/d) per year (kg/y)
1. Polymer Coagulant

Package N/C 8
1. Khizi WWTP
(same as the above)

2. Altiagach WWTP
(same as the above)

3. Gobustan WWTP
(same as the above)
Part 1-136 Section IV. Bidding Forms

Form EQU: Contractors Equipment

Date: 23, October, 2017


Bidders Legal Name: Qatar Building Company JLC
Joint Venture Party Legal Name: N/A
IFB No.: JICA.AZB P-4.N/C-6
Page 1 of 1 pages

[The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the
requirements for the key Contractors equipment listed in Section III, Evaluation and Qualification Criteria,
Clause 1.1.2. A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Bidder.]

Package No.
Name of WWTP
Item of equipment

Equipment Name of manufacturer Model and power rating


information
Capacity Year of manufacture

Current Current location


status
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
Section IV. Bidding Forms Part 1-137

Form FUNC: Functional Guarantee


(The blanks should be filled by Bidders.)

Package N/C 7
1. Khachmaz WWTP
Value of Functional Guarantee of the Proposed
Required Functional Guarantee
Plant and Equipment
1. Quality of Treated Waste Water
1) BOD5 Not more than mg per liter
2) SS Not more than mg per liter
3) COD Not more than mg per liter
4) TN Not more than mg per liter
5) TP Not more than mg per liter
2. Chemicals Consumption
1) Polymer Coagulant Not more than kg per kg of dry sludge
Not more than kWh per m3 of treated waste
3. Electrical Power Consumption
water*
Note:
1. Quality of Treated Waste Water
When the inflow into the bio-treatment facilities is no more than 20,000 m3/day.
2. Chemical Consumption
For the Phase-1 facilities only.
3. Electrical Power Consumption
For the Phase-1 facilities only.

Package N/C 8
1. Khizi WWTP
1. Quality of Treated Waste Water
1) BOD5 Not more than mg per liter
2) SS Not more than mg per liter
3) COD Not more than mg per liter
4) TN Not more than mg per liter
5) TP Not more than mg per liter
2. Chemicals Consumption
1) Polymer Coagulant Not more than kg per kg of dry sludge
Not more than kWh per m3 of treated waste
3. Electrical Power Consumption
water*
Note:
1. Quality of Treated Waste Water
When the inflow into the bio-treatment facilities is no more than 1,000 m3/day.

2. Altiagach WWTP
1. Quality of Treated Waste Water
1) BOD5 Not more than mg per liter
2) SS Not more than mg per liter
3) COD Not more than mg per liter
4) TN Not more than mg per liter
5) TP Not more than mg per liter
Part 1-138 Section IV. Bidding Forms

2. Chemicals Consumption
1) Polymer Coagulant Not more than kg per kg of dry sludge
Not more than kWh per m3 of treated waste
3. Electrical Power Consumption
water*
Note:
1. Quality of Treated Waste Water
When the inflow into the bio-treatment facilities is no more than 350 m3/day.

3. Gobustan WWTP
1. Quality of Treated Waste Water
1) BOD5 Not more than mg per liter
2) SS Not more than mg per liter
3) COD Not more than mg per liter
4) TN Not more than mg per liter
5) TP Not more than mg per liter
2. Chemicals Consumption
1) Polymer Coagulant Not more than kg per kg of dry sludge
Not more than kWh per m3 of treated waste
3. Electrical Power Consumption
water*
Note:
1. Quality of Treated Waste Water
When the inflow into the bio-treatment facilities is no more than 2,500 m3/day.

* The electrical power consumption for the WWTP shall be guaranteed for the total plant
requirement of WWTP, terminal sewage pumping station, lighting, ventilation, laboratory, etc.
including the associated facilities and building during average flow and average BOD conditions.
Section IV. Bidding Forms Part 1-139

Quality Control Plan

(to be specified on Quality Assurance and Quality Control for design work, procurement work,
transportation work, construction work, commissioning work, and operation and maintenance
work)

1. Design Work
(1) Process design
(2) Civil design
(3) Mechanical design
(4) Electrical design
(5) Instrumentation design

2. Procurement Work
(1) Inquiry and Purchase Order
(2) Manufacturing
(3) Inspection
(4) Packing and Shipping Arrangement

3. Transportation
(1) Shipment
(2) Custom Clearance and Inland Transportation

4. Construction
(1) Civil Work
(2) Mechanical Work
(3) Electrical Work
(4) Instrumentation Work

5. Commissioning and Guarantee Test


(1) Commissioning Work
(2) Guarantee Test

6. Operation and Maintenance


(1) Operation Work
(2) Maintenance Work
Part 1-140 Section IV. Bidding Forms

Safety, Security, Health Plan


(The bidder shall describe or submit in separate sheets the Site implementation plan for safety,
health, welfare and security practices during construction work, commissioning work, and
operation and maintenance work. The bidders plan shall reflect the international best practices
and statutory requirement of the local and/or national Government/Authorities, if any. The
successful bidder shall carry out all the works at the Site in accordance with the Site
implementation plan authorized by the Employer. The said plan may be updated from time to
time to reflect any significant change to laws and regulations or site activities)

1. Safety Plan for Labor and Third Party during Construction Work, Commissioning Work,
and Operation and Maintenance Work

2. Security Plan for Properties, Staff and Labor

3. Health Plan for Staff and Labor


Section IV. Bidding Forms Part 1-141

Environmental Management Plan

(The bidder shall submit Environmental Management Plan (EMP) on the following items)

1. EMP for Noise and Vibration during construction work, commissioning work, and
operation and maintenance work

2. EMP for Surface and Ground Water caused by solid and liquid discharge during
construction work, commissioning work, and operation and maintenance work

3. EMP for Air Pollution generated during construction work, commissioning work, and
operation and maintenance work

4. EMP for Solid Waste Management during construction work, commissioning work, and
operation and maintenance work

5. EMP for Public Traffic (vehicles, pedestrian, resident) disruption

6. EMP for Damage to natural habitat, greenness, trees, farm


Part 1-142 Section IV. Bidding Forms

Form PER 1: Proposed Personnel

Date: 23, October, 2017


Bidders Legal Name: Qatar Building Company JLC
Joint Venture Party Legal Name: N/A
IFB No.: JICA.AZB P-4.N/C-6
Page 1 of 1 pages
[The Bidder shall provide the names of suitably qualified personnel to meet the specified requirements
stated in Section III, Evaluation and Qualification Criteria, Clause 1.1.1 for Single-Stage Bidding]

Package No.

Name of WWTP

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

*As listed in Section III, 1.1.1


Section IV. Bidding Forms Part 1-143

Form PER 2: Resume of Proposed Personnel


Date: 23, October, 2017
Bidders Legal Name: Qatar Building Company JLC
Joint Venture Party Legal Name: N/A
IFB No.: JICA.AZB P-4.N/C-6
Page 1 of 1 pages

[The Bidder shall provide the data on the experience of the personnel indicated in Form PER-1,
in the form below.]
Name of Bidder
Qatar Building Company JLC

Package No. Package N/C 7 and Package N/C 8


Name of WWTP Package N/C 7:Design and Construction of Waste Water
Treatment Plant (WWTP) of Khachmaz and Package N/C 8:
Design and Construction of Waste Water Treatment Plants
(WWTP) of Khizi, Altiagac and Gobustan
Position : Project Manager
Personnel Name P. M. MOHANAN Date of birth 01 March 1987
information

Professional qualifications
B. Sc in Civil Engineering from University of Kerala, India 1983.
Chartered Engineer (I) ,Member of Institute of Engineers (I)
Registered Engineer- Grade A, Engineers & Consulting offices Accrediting
Committee, Qatar
Present Name of employer
employment Qatar Building Company JLC

Address of employer
306, Al Matar Street, P.O. Box 1985, Doha State of Qatar
Telephone Contact (manager / personnel
+974 44625555 / 56 officer)

Fax E-mail qbc@qbcqatar.com.qa


+974 44625522 / 44
Job title Years with present employer
Project Director 30 Years

[Summarize professional experience over the last 20 years, in reverse chronological order. Indicate
particular technical and managerial experience relevant to the project.]

From To Company / Project / Position / Relevant technical and management


experience
2017 2014 New Port Project NPP 050-Project Director Project Director
2014 2010 DN098-Construction of West Bay Block 2500Project Director
2010 2002 QEAF Al Udeid Air Base Relocation Package, Addendum 1,2 &3-
Project Manager
2002 2001 Development of Small and Medium Scale Industrial Area in Doha City.
Phase.1 Part III-Project Manager
Part 1-144 Section IV. Bidding Forms
2001 2000 Roads Works in Messaieed for QP Project Manager
2000 1999 Re-construction of Muaither Commercial St Project Manager
1998 1996 Dhakira Package Treatment Works Project Manager
1996 1993 Doha West Sewage Treatment Work Ext.1 Project Manager
1993 1992 Kulaib Area Sewerage Scheme Phase 1 & PS-Construction Manager
1992 1990 Qatar transmission system Phase III- Construction Manager
1990 1989 Al Ghazal Army Camp Infrastructure-Project Engineer
Section IV. Bidding Forms Part 1-145

Form SUB: Proposed Subcontractors/Manufacturers for Major


Items of Plant and Installation Services

A list of major items of Plant and Installation Services is provided below.

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.

Package No.
Name of WWTP
Major Items of Plant and
Proposed Subcontractors/Manufacturers Nationality
Installation Services

Note:
1. If the bidder intends to use the subcontractors/manufacturers for the work and/or the plant
specified in the Section III. 2.5 Subcontractors/Manufacturers, the bidder shall write the
subcontractors and/or the manufacturers to be proposed in this Schedule.

2. The Manufacturers Authorization shown in next page shall be submitted for the
Manufacturers specified in the above list.

3. For a Subcontractor for design, the following table shall be filled and submitted with his
company brochure.

Item Information
1. Name of Subcontractor
Telephone Number
E-mail Address
2. Contract Identification [ insert contract name of the project at which the
Subcontractor makes design]
3. Employers Name
Telephone Number
E-mail Address
4. Scope of Work for Design [whether to have done process, civil, mechanical
and electrical design work]
Part 1-146 Section IV. Bidding Forms

Form MAN: Manufacturers 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.]

Date:
IFB ID No.: JICA. AZB P-4.N/C-6

To: Azersu Open Joint Stock Company

WHEREAS

We [insert complete name of Manufacturer or Manufacturers authorized agent], who are


official manufacturers of [insert type of goods manufactured], having factories at [insert full
address of Manufacturers 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, Defect
Liability, of the General Conditions, with respect to the goods offered by the above firm.

Signed:

Name: [insert complete name of person signing the Bid]

In the capacity of [insert legal capacity of person signing the bid]

Signed: [insert signature of person whose name and capacity are shown above]

Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]

Dated on day of , [insert date of signing]


Section IV. Bidding Forms Part 1-147

Bidders Qualification

To establish its qualification to perform the Contract in accordance with Section III,
Evaluation and Qualification Criteria, the Bidder shall provide the information requested in
the corresponding Information Sheets included hereunder:

- Form ELI - 1: Bidder Information


- Form ELI - 2: Bidders Party Information
- Form CON: Historical Contract Non-Performance
- Form FIN - 1: Financial Situation
- Form FIN - 2: Average Annual Construction Turnover
- Form FIR - 1: Financial Resources
- Form FIR - 2: Current Contract Commitments
- Form EXP - 1: General Construction Experience
- Form EXP - 2(a): Specific Construction Experience
- Form EXP - 2(b): Construction Experience in Key Activities
Part 1-148 Section IV. Bidding Forms

Form ELI 1: Bidder Information


Date: 23, October, 2017
IFB No.: JICA.AZB P-4.N/C-6
Page 1 of 1 pages

[The Bidder shall provide the following information.]

1. Bidders legal name: Qatar Building Company JLC

2. In case of JV, legal name of the representative member and of each member: N/A

3. Bidders actual or intended country of registration: Qatar (actual) / Kazakhstan (intended -


if tender successful)
4. Bidders actual or intended year of incorporation: 1971 (actual)

5. Bidders legal address in country of registration: 306 Al Matar Street, P.O. Box
1985, Doha State of Qatar

6. Bidders authorized representative information


Name: Mr. Ali M.T. Mustafawi
Address: 306, Al Matar Street, P.O. Box 1985, Doha State of Qatar
Telephone/Fax numbers: +974 44625555 / 56, FAX: +974 44625522 / 44
E-mail address: qbc@qbcqatar.com.qa
7. Attached are copies of original documents of:
Copy of Company Registration (Qatari registration) attached
Articles of Incorporation (or equivalent documents of constitution or association),
and/or documents of registration of legal entity named above, in accordance with ITB 4.3.
In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.
8. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.
Section IV. Bidding Forms Part 1-149

Form ELI - 2: Bidders Party Information

Date: 23, October, 2017


IFB No.: JICA.AZB P-4.N/C-6
Page 1 of 1 pages

[The following form is additional to Form ELI-1, and shall be completed to provide
information relating to each JV member (in case the Bidder is a JV) as well as any specialist
Subcontractor proposed to be used by the Bidder for any part of the Contract resulting from
this process.]

1. Bidders legal name: N/A (Qatar Building Company is the sole entity in respect of this PQ
submission)
2. Bidder's Party legal name: N/A

3. Bidder's Party country of registration:

4. Bidders Party year of incorporation:

5. Bidders Party legal address in country of registration:

6. Bidders Party authorized representative information


Name:
Address:
Telephone/Fax numbers:
E-mail address:

7. Attached are copies of original documents of


Articles of Incorporation (or equivalent documents of constitution or association),
and/or registration documents of the legal entity named above, in accordance with ITB
4.3.
8. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.
Part 1-150 Section IV. Bidding Forms

Form CON: Historical Contract Non-Performance


[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: 23, October, 2017


Bidders Legal Name: Qatar Building Company JLC
Joint Venture Party Legal Name: N/A
IFB No.: JICA.AZB P-4.N/C-6
Page 1 of 1 pages

1. History of Non-Performing Contracts


Non-Performing Contracts
Contract non-performance did not occur since 1st January 2015, in accordance with the
Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as
appropriate.
Contract(s) not performed since 1st January 2015, in accordance with the Prequalification
criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as appropriate,
is(are) indicated below:
Year Non- performed Contract Total Contract
portion of Contract Identification Amount (current
value, currency,
exchange rate and
USD equivalent)
Not applicable Contract Identification: [indicate
complete Contract name, number,
and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert
street/city/country]
Reason(s) for non performance:
[indicate main reason(s)]
Section IV. Bidding Forms Part 1-151

2. Pending Litigation

Pending Litigation

No pending litigation in accordance with the Prequalification criteria, or Section III,


Evaluation and Qualification Criteria, Sub-Factor 2.2.2, as appropriate.
Pending litigation in accordance with the Prequalification criteria, or Section III, Evaluation and
Qualification Criteria, Sub-Factor 2.2.2, as appropriate, is indicated below:
Year of Amount in Outcome as Contract Identification Total Contract
dispute dispute Percentage Amount (current
(currency) of Net value, currency,
Worth exchange rate and
USD equivalent)
Not Contract Identification: [insert amount]
applicable [indicate complete Contract
name, number, and any
other identification]
Name of Employer:
[insert full name]
Address of Employer:
[insert street/ city/ country]
Matter in dispute: [indicate
main issues in dispute]
Status of dispute: [indicate
if it is being treated by the
Adjudicator, under
Arbitration or being dealt
with by the Judiciary]
Part 1-152 Section IV. Bidding Forms

3. Litigation History

Litigation History

No court/arbitral award decisions against the Bidder since 1st January 2012, in accordance with
the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor
2.2.3, as appropriate.
Court/arbitral award decisions against the Bidder since 1st January 2012, in accordance with the
Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.3, as
appropriate, are indicated below:
Year of Contract Identification Total Contract
award Amount (current
value, currency,
exchange rate and
USD equivalent)
Not Contract Identification: [indicate complete
applicable Contract name, number, and any other
identification
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Matter in dispute: [indicate main issues in dispute]
Party who initiated the dispute: [indicate
Employer or Contractor]
Status of dispute: [indicate if it is being treated by
the Adjudicator, under Arbitration or being dealt
with by the Judiciary]
Section IV. Bidding Forms Part 1-153

Form FIN - 1: Financial Situation

[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: 23, October, 2017
Bidders Legal Name: Qatar Building Company JLC
Joint Venture Party Legal Name: N/A
IFB No.: JICA.AZB P-4.N/C-6
Page 1 of 1 pages

1. Financial data
Type of Financial information
Historic information for previous 5 years
in
(amount, currency, exchange rate, USD equivalent)
(currency)

Year 1 Year 2 Year 3 Year 4 Year 5


2012 2013 2014 2015 2016
Statement of Financial Position (Information from Balance Sheet)
Total Assets (TA) 360 404 550 639 724

Total Liabilities (TL) 148 214 326 412 485

Net Worth (NW) 212 189 224 227 239

Current Assets (CA) 244 298 408 467 565

Current Liabilities (CL) 129 166 252 341 390

Information from Income Statement


Total Revenue (TR) 313 243 362 430 545

Profits Before Taxes (PBT) 34 66 35 14 17

Profits After Taxes (PAT) 34 66 35 14 17

2. Financial documents

The Bidder and its Parties shall provide copies of the financial statements for five (5) years pursuant
to the Prequalification Criteria.

The financial statements shall:


Part 1-154 Section IV. Bidding Forms

(a) reflect the financial situation of the Bidder or in case of JV member, of each member, and
not an affiliated entity (such as parent company or group member).

(b) be independently audited or certified in accordance with local legislation.

(c) be complete, including all notes to the financial statements.

(d) correspond to accounting periods already completed and audited.

Attached are copies of financial statements1 for the five (5) years required above; and complying
with the requirements.

1
If the most recent set of financial statements is for a period earlier than 12 months from the date of Bid, the
reason for this should be justified.
Section IV. Bidding Forms Part 1-155

Form FIN - 2: Average Annual Turnover

[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: 23, October, 2017
Bidders Legal Name: Qatar Building Company JLC
Joint Venture Party Legal Name: N/A
IFB No.: JICA.AZB P-4.N/C-6
Page 1 of 1 pages

Annual Turnover Data (Construction only)


Year Amount and Currency Exchange rate USD equivalent
[Ending March [Qatar Riyals (Million)] [3.65] [Million]
31St]

2016 1,990 3.65 545


2015 1,571 3.65 430
2014 1,323 3.65 362
2013 873 3.65 243
2012 1,143 3.65 313

Average Annual Construction Turnover * 379


* Total USD equivalent for all years divided by five (5) of years, in accordance with the
Prequalification criteria.
Part 1-156 Section IV. Bidding Forms

Form FIR - 1: Financial Resources


[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: 23, October, 2017


Bidders Legal Name: Qatar Building Company JLC
Joint Venture Party Legal Name: N/A
IFB No.: JICA.AZB P-4.N/C-6
Page 1 of 1 pages

[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 III, Evaluation and Qualification
Criteria, Sub-Factor 2.3.3.]

Financial Resources
No. Source of financing Amount (USD equivalent)
QBC working capital (see attached Audited Financial Statement 175 million
1
for 2016)

2 Please see attached Table of QBCs available bank facilities 790 million

3
Section IV. Bidding Forms Part 1-157

Form FIR - 2: Current Contract Commitments


[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: 23, October, 2017


Bidders Legal Name: Qatar Building Company JLC
Joint Venture Party Legal Name: N/A
IFB No.: JICA.AZB P-4.N/C-6
Page 1 of 1 pages
[Bidders and each member of 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, in accordance with Section III, Evaluation and Qualification Criteria, Clause 2.3.3.]

Current Contract Commitments

Value of Average Monthly


Employers
Name of Outstanding Estimated Invoicing Over
No. Contact Address,
Contract Work [Current Completion Date Last Six Months
Tel, Fax
USD Equivalent] [USD/month)]
Public Works Tender No. :
Authority PWA/ITC/9/2017/L ,
Infrastructure Affairs Project : Roads and
Mohammed Masoud Infrastructure in Al
Al-Marri Egda, Al Hedan and
Director of Al Khor (Phase 3 /
1 Infrastructure Affairs Package 24)
Tel: 44950055, Fax: Advance Grading
44950555 works - Package 4
(QN005 P04)
Project Code :
IA/2016/C/062/I 14,663,454.00 6 Feb,2019 -
Public Works Tender No. :
Authority PWA/ITC/10/2017/L ,
Infrastructure Affairs Project : Roads and
Mohammed Masoud Infrastructure in Al
Al-Marri Egda, Al Hedan and
Director of Al Khor (Phase 3 /
2 Infrastructure Affairs Package 24)
Tel: 44950055, Fax: Advance Grading
44950555 works - Package 5
(QN005 P05),
Project Code :
IA/2016/C/063/I 10,641,966.00 13 Feb, 2019 -
Public Works
Tender No. :
Authority
PWA/ITC/7/2017/L ,
Infrastructure Affairs
Project : Roads and
Mohammed Masoud
Infrastructure in
Al-Marri
3 Semaisma Grading
Director of
Construction
Infrastructure Affairs
Package 3 (DS140-
Tel: 44950055, Fax:
P03), Project Code :
44950555
IA/2017/C/014/I
15,415,499.00 13 Feb,2019 -
Public Works
PWA/ITC/027/2016/L
Authority
Access Roads to Bu
Infrastructure Affairs
Fesseela
Mohammed Masoud
Warehouses and
4 Al-Marri
Umm Salal Central
Director of
Market
Infrastructure Affairs
IA 2016 C 016 G
Tel: 44950055, Fax:
QBC/C/292/2017
44950555 6,220,487.00 4 Dec,2017 1,451,344.00
Part 1-158 Section IV. Bidding Forms
Public Works PWA/GTC/056/2016/
Authority L
Infrastructure Affairs Access Roads to
Mohammed Masoud Umm Shaharain
5 Al-Marri Warehouses
Director of West of Umm Salal
Infrastructure Affairs Mohammed
Tel: 44950055, Fax: IA/2016/C/047/G
44950555 QBC/C/291/2017 10,756,000.00 20 Jul,2017 3,137,815.00
Manateq LPJS-CW02-TND-16
Mr Fahad Rashid Al- Construction of
Kaabi - CEO Infrastructure and
6 PO Box 29000, Doha, Roads at Jery Al
Qatar Samur
Tel: +974 4041 0588 Logistic Park Phase 2
Fax: +974 4032 3333 QBC/C/290/2017
14,076,333.00 20 Jun, 2018 410,958.90
Public Works
Authority MRPSC/024/2014-
Infrastructure Affairs 2015/L
Jalal Yousef Abdullah Roads &
Salhi Infrastructure in
7 Director of Sailiya- North of
Infrastructure Affairs Salwa Road
Tel: 44950055, Fax: IA 14/15 C 008 ST
44950555 (DW013)
QBC/C/286/2015
535,035.60 30 Nov,2017 6,107,597.00
New Port Project Mr.
Maisar Jamil El New Port Project
Qutami NPP 0050: QENFB
8 Acting Project Infrastructure and
Executive Director Utility Buildings
Tel: +974 4406 4484 QBC/C/285/2014
Fax: +974 4406 4422
283,079,955.00 17 Apr, 2019 11,315,287.60
Public Works MRPSC/016/2013-
Authority 2014/L
Infrastructure Affairs Construction of Al
Jalal Yousef Abdullah Jemailya / Al
9 Salhi Otouriyah / Al
Director of Shihaniyah Road
Infrastructure Affairs (P019)
Tel: 44950055, Fax: IA/14-15/C/011/ST
44950555 QBC/C/284/2014 821,917.00 30 Nov,2017 1,540,000.00
KAHRAMAA
Mr. Anbar Mubarak Al
- Ali GTC299/2009
10 Head of Main Water AL Wukair RPS and
Projects Associated Pipelines
Tel : 4484 5317, Fax:
4484 5353 1,671,746.19 31 Dec,2017 110,707.30
KAHRAMAA
Mr. Anbar Mubarak Al GTC269/2008
- Ali New Reservoirs &
Head of Main Water Associated Pipelines
11 Projects at Gharrafa, West
Tel : 4484 5317, Fax: Bay, Salwa Industrial
4484 5353 and Bani Hajr Water
Station
103,120.21 31,Dec,2017 5,199.00
Energy City Qatar
Mahdi Makki ECQ-1
Chief Technical Energy City Qatar
12 Officer
Civil Infrastructure
Tel.4499 9111, Fax: Work
4499 9100
177,475.00 16 May,2018 83,000.00
Section IV. Bidding Forms Part 1-159

Form EXP - 1: General Experience


[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: 23, October, 2017


Bidders Legal Name: Qatar Building Company JLC
Joint Venture Party Legal Name: N/A
IFB No.: JICA.AZB P-4.N/C-6
Page 1 of 8 pages

[Identify Contracts that demonstrate continuous work over the past five years pursuant to
Section III, Evaluation and Qualification Criteria, Sub-Factor 2.4.1. List Contracts
chronologically, according to their commencement (starting) dates.]

General Experience

Starting Ending Role of


Contract Identification
Year Year Bidder
2012 2017 Contract name: Musheireb, Heart of Doha Project Joint Venture
(BP-1B-04) Partner
Brief Description of the Works performed by the
Applicant:
Fully Integrated Joint Venture project (Carillion
80% : QBC 20%) involving the construction of
residential, retail and office buildings in the Heart
of Doha for Msheireb Properties. Works included
substructure and superstructure for 13 No. mixed-
use buildings from raft slab upwards.
Building characteristics and scope were as follows:
Total floor plate area of 23,000m2
3 No. basement levels
Height of buildings varied from 3No. levels
up to 9 No. levels above ground
All associated MEP works and finishes
Irrigation & landscaping
Swimming pools, fountains, planters,
greenwalls
Hardscaping and roads
Amount of contract: QAR759.30M
(US$208.03M)
Name of Employer: Msheireb Properties
Address: Tornado Tower, West Bay, Doha, Qatar
2012 2014 Contract name: Construction of Al Nassariya Prime Contractor
Sewerage Phase 3 (CP745/3)
Brief Description of the Works performed by the
Applicant: The works comprised the construction of
area sewerage for the catchment draining to Pumping
Station PS34A consisting of approximately 18km of
VC sewers by open-cut trench, 2km of sewers by
micro tunneling,620 in-situ concrete manholes, 950
Part 1-160 Section IV. Bidding Forms
house connections and 11km of lateral
connections.
Amount of contract: QAR57.50M (US$15.75M)
Name of Employer: Public Works Authority,
Infrastructure Affairs
Address: PO Box 22188, Doha, Qatar
2012 2014 Contract name: Construction of Al Gharrafa Area Prime Contractor
Sewerage Phase 2 (CP745/2)
Brief Description of the Works performed by the
Applicant: The works comprised the construction
of gravity-flow sewerage works for the catchment
draining to Pumping Station PS34 consisting of
approximately 23.5km of VC sewers by open-cut
trench, 1.5km of sewers by micro tunneling,
760No. in-situ concrete manholes, 1050No. House
connections, and 15.5km of lateral connections.
Amount of contract: QAR52.40M (US$14.36M)
Name of Employer: Public Works Authority,
Infrastructure Affairs
Address: PO Box 22188, Doha, Qatar
2012 2015 Contract name: Kharatiyat Ground Water Prime Contractor
Lowering System Stage 1 (CP782)
Brief Description of the Works performed by the
Applicant:
Construction of:
a) 9,400m of primary land drain.
b) 4,700m of secondary land drains (scheme 1
to 4).
c) 2,500m French drains at intervals of 10m
along the length of the primary and
secondary land drains.
d) All associated structures and manholes.
e) Installation of gullies with connection to the
land drainage network manholes.
f) Temporary dewatering measures.
g) 4No. discharge chambers
h) Groundwater balancing and sedimentation
facilities each fitted with flow measuring
device
i) 4No. groundwater balancing and settlement
chambers, along with deep groundwater
disposal outfalls (boreholes).
Amount of contract: QAR169.84M (US$46.53M)
Name of Employer: Public Works Authority,
Infrastructure Affairs
Address: PO Box 22188, Doha, Qatar
Section IV. Bidding Forms Part 1-161
2013 2015 Contract name: Road Improvement Works for Prime Contractor
Roundabouts & Junctions in Various Areas of
Greater Doha Phase 2P (GTC 072/2012)
Brief Description of the Works performed by the
Applicant: Road improvement works in various
parts of Doha involving the conversion of major
roundabouts to signalised intersections along with
associated paving, street lighting, landscaping and
utilities.
Amount of contract: QAR70.20M (US$19.23M)
Name of Employer: Public Works Authority,
Infrastructure Affairs
Address: Doha, Qatar
2013 2015 Contract name: Extension of Highway 55 Prime Contractor
Temporary Truck Route Section A & B (GTC
081/2012)
Brief Description of the Works performed by the
Applicant:
22,7km of new dual carriageway and seven
roundabouts including:
Locating and diverting/protecting existing
buried utilities
Fabrication, delivery and erection of two steel
bridges at Junction 1 (45.6m long over Al Khor
Highway) and at Junction 2 (92.7m long over
Dukhan Highway) including piers
Reinforced earth (MES) retaining walls to
bridge approach ramps
Earthworks comprising 18,000m3 of fill to
approach ramps, 665,000m3 of selected fill and
356,000m3 cut
Asphalt road pavement (450,000m2) including
granular subbase on compacted subgrade
Street lights at proposed intersections
comprising 232No. x 14m high poles complete
with single & twin lamps
Stormwater drainage comprising 6.16km of
300mm VC pipe, 193 gullies, 5No. catch
basins x 1.5m , 132m x 800mm balancing
culverts and 22km of shallow open drains
Road makings and signs
7.9km precast kerbing (K1 & K2) and 3,500m2
precast paving blocks
Amount of contract: QAR290.00M (US$79.45M)
Name of Employer: Public Works Authority,
Infrastructure Affairs
Address: PO Box 22188, Doha, Qatar
Part 1-162 Section IV. Bidding Forms
2014 2016 Contract name: Construction of West Bay Block 2500 Prime Contractor
Project ID: IA/13-14/C/007/ST
Brief Description of the Works performed by the
Applicant: Infrastructure, roads, drainage and
utilities, for approximately 80 residential plots, a
mosque & recreation parks
Amount of contract: QAR60.15M (US$16.48M)
Name of Employer: Public Works Authority,
Infrastructure Affairs
Address: Doha, Qatar
2014 2016 Contract name: Rehabilitation of Existing Sewers Prime Contractor
within Doha C 763/2
Project ID: IA/13-14/C/007/ST
Brief Description of the Works performed by the
Applicant: Upgrade of existing sewerage network
in Najma area of Doha, involving removal and
replacement of 19.5km pipelines (200 - 1200)
Amount of contract: QAR86.00M (US$23.56M)
Name of Employer: Public Works Authority,
Infrastructure Affairs
Address: Doha, Qatar

2014 2017 Contract name: Construction of Al Jemailya / Al Prime Contractor


Otouriyah / Al Shihaniyah Road (P019)
Brief Description of the Works performed by the
Applicant:
Construction of 28.7km new road (2+2 lanes +
cycle track), pedestrian overpass & 2 camel
underpasses. Major project components
comprised:
Earthworks involving 267,000m3
3
excavation, 998,000m fill compaction,
80,000m3 disposal of surplus cut material,
884,000m2 subgrade compaction and
248,000m3 of slope protection with graded
rock
225,500 m3 base gravel compaction
313,200t asphalt concrete and 244,224t PMB
asphalt in various layer thicknesses
Kerbing and edging comprising: 13.06km x
150 x 300 PC kerbs; 2.48km x 125 x 250 PC
kerbs; 88.68km x 50 x 250 PC edge kerbs
3,320m2 interlocking PC paving blocks
Road markings traffic signs
Street lighting
Stormwater drainage comprising: 2,512m x
300; 285m x 600; 2,674m x 900;
23.96km median ditch; 58.38km swales; 96
No. gully chambers (median); 18 No. gullies
(roundabouts); 4,476No. check dams;
3,642m chutes; 100 No. scuppers
Potable water networks
Electricity, telecom & ITS networks
Section IV. Bidding Forms Part 1-163
Landscaping & maintenance of landscape
areas
Hardscape and roadside furniture
Fencing and safety barriers
Amount of contract: QAR598.00M
(US$163.84M)
Name of Employer: Public Works Authority,
Infrastructure Affairs
Address: PO Box 22188, Doha, Qatar
2014 2017 Contract name: New Port Project (NPP 0050) Qatar Joint Venture
Emiri Naval Forces Base (QENFB) Infrastructure & Partner
Utility Buildings
Brief Description of the Works performed by the
Applicant:
Project executed as an Integrated Joint Venture
with MSF (Portugal). QBC as Lead Partner with
85% share.
Main components include:
1No. sewerage treatment plant 2,929m3/day
capacity
10No. Pump stations (potable water, foul
water etc)
8No. substations
2No. fuel oil buildings including piping &
MEP
1No. telecoms building including
instrumentation
1No. compressed air building including
piping, MEP and equipment
2No. potable water storage tanks (each 51m
diameter prestressed)
Earthworks comprising 530,000m3
3
excavation, 495,000m fill compaction,
36,50m3 disposal of surplus cut material,
980,000m2 subgrade compaction
181,300m3 base gravel compaction
79,100m3 cement bound granular base
400,000t asphalt works
175.6km kerbing and edging
318,000m2 PC block paving
Traffic signs & road markings
Street lights
Traffic signals at 8 junctions
Storm water drainage
Foul sewer works
Irrigation system
Fire water supply system
Potable water supply system
Landscaping & tertiary irrigation
Amount of contract: QAR1,320M (US$361.64M)
Name of Employer: New Port Project
Address: PO Box 28333, Doha, Qatar
Part 1-164 Section IV. Bidding Forms
2015 2017 Contract name: Roads and Infrastructure in Sailiya Prime Contractor
North of Salwa Road (DW 013)
Brief Description of the Works performed by the
Applicant:
23.075 km urban roads and infrastructure
including junctions and 3 roundabouts. Major
components include:
Site clearance of 146ha
Locating, exposing and protecting existing
utilities
163,000m3 excavation, 98,400m3 disposal of
surplus off site; 162,900m3 fill compaction
213,362m2 subbase gravel compaction
(various layer thickness)
262,800m2 asphalt base course (various layer
thickness) and 206,900m2 asphalt wearing
course
123km PC kerbs (various size & orientation)
263,200m2 PC block paving
Signs, road markings and road studs
ITS System
Street lighting
Surface water drainage comprising: 49,049m
pipe laying in open trench (various type, size
& depth); 1,259m pipe installation by micro-
tunneling; 437No. manholes (various size &
depth); 1,925No. gullies
Foul sewers comprising: 19,788m VC pipe
(various size & depth); 1,877m pipe
installation by microtunneling; 430No.
manholes (various size & depth)
TSE works comprising: 12,282m HDPE pipe
in trenches (various sizes); 113No. valve
chambers c/w valves & fittings
Water works comprising: 11,079m DI
pipeline (various size & depth); 1,602m uPVC
ducts; 111No. valves; 35No. hydrants
Electricity works comprising: 1,029m cable
ducts Type EN6; 5,770m cable installation
MV & LV; 312m ducts
64,000m telecom cable ducts
Amount of contract: QAR320.00M (US$87.67M)
Name of Employer: Public Works Authority,
Infrastructure Affairs
Address: PO Box 22188, Doha, Qatar
Section IV. Bidding Forms Part 1-165
2015 2017 Contract name: Waterfront Commercial Joint Venture
Infrastructure Works (CP07-A-1A) Partner
Brief Description of the Works performed by the
Applicant:
Major project components comprised:
Road construction (4 lanes each direction)
Grade separated intersection
Junction 9 Bridge and Pergola structures
Pedestrian pavements
Structural works including
substations, pump stations and
retaining walls
Traffic gantries and signals
Roadway lighting and signs
Safety barriers
Foul sewage, storm water, irrigation,
storm water drainage, potable water
network, and associated pumping
stations.
Electrical & telecom distribution networks
Amount of contract: QAR196.17M (US$53.75M)
Name of Employer: Lusail Real Estate
Development Company
Address: PO Box 26060, Doha, Qatar
2017 2018 Contract name: Construction of Infrastructure and Prime Contractor
Roads at Jery Al Samur Logistic Park Phase 2
Brief Description of the Works performed by the
Applicant:
Construction of roads, storm water drainage, street
lighting and associated infrastructure including a
sewerage pumping station and holding tank with
capacity of 1,300m3.
Amount of contract: QAR62.46M (US$17.1M)
Name of Employer: Manateq
Address: PO Box 29000, Doha, Qatar
2017 2018 Contract name: Access Roads to Umm Shaharain Prime Contractor
Warehouses West of Umm Salal Mohammed
Brief Description of the Works performed by the
Applicant:
Construction of 15km dual carriageway roads
including 10 roundabouts, along with associated
drainage and infrastructure.
Amount of contract: QAR128.94M (US$35.33M)
Name of Employer: Public Works Authority,
Infrastructure Affairs
Address: PO Box 22188, Doha, Qatar
Part 1-166 Section IV. Bidding Forms
2017 2017 Contract name: Access Roads to Bu Fesseela Prime Contractor
Warehouses and Umm Salal Central Market
Brief Description of the Works performed by the
Applicant:
Construction of 6.0km of roads, 4No.
Roundabouts, storm water drainage, street lighting
and infrastructure.
Amount of contract: QAR54.32M (US$14.88M)
Name of Employer: Public Works Authority,
Infrastructure Affairs
Address: PO Box 22188, Doha, Qatar

Exchange rate used throughout this Prequalification Document is US$ 1.00 = QAR 3.65 as set by the
Qatar Government for approximately last 10 years. See attached two exchange rate schedules issued
by Qatar National Bank illustrating the current exchange rate and the exchange rate prevailing in
August 2012 (both 3.65).
Section IV. Bidding Forms Part 1-167

Form EXP - 2(a): Specific Experience


[The following table shall be filled in for Contracts performed by the Bidder and by each
member of a JV.]

Date: 23, October, 2017


Bidders Legal Name: Qatar Building Company JLC
Joint Venture Party Legal Name: N/A
IFB No.: JICA.AZB P-4.N/C-6
Page 1 of 5 pages

[Fill out one (1) form per Contract, in accordance with Section III, Evaluation and
Qualification Criteria, Sub-Factor 2.4.2(a).]

Similar Contract No.


1 of 3 Information

Contract Identification Doha North Sewerage Treatement Plant Civil Project 682/4

Award date 01 Sep, 2008


Completion date 31 July, 2011+400 Days Maintenance period

Role in Contract Prime Contractor Only

Total Contract Amount QAR.342, 000,000.00 USD Exchange Rate 3.65


In USD 93,698,630.00

If member in a JV, specify Not


participation in total Contract Applicable
amount

Employer's Name MARUBENI CORPORATION


Address Mr. Akihiko Yoshiba - General Manager, P.O. Box 23813,
Doha
Telephone/fax number Tel: 4472 7815, Fax 4472 7809

E-mail Email: yoshiba-a@marubeni.com


Part 1-168 Section IV. Bidding Forms

Similar Contract No.


1 of 3 Information

Description of the similarity in


accordance with Sub-Factor
2.4.2(a) of Section III:
1. Physical size of required works The main items included in the TSE 3 Pumping Station
items (10m3/s capacity) were as follows:
TSE Pump Building (80m x 30m x 20m high)
including pump hall, cable basement, control
rooms, offices, ablutions, kitchen, store room,
ventilation room and prayer room.
Generator Building (40m x 25m x 15m).
Sewerage disposal system including pump
building.
Stormwater disposal system including pump
station and 600m of 300 DI discharge pipeline.
Installation of TSE suctions and discharge
pipelines including 400m x 1600 DI pipeline
and eight valve chambers.
Fuel tank/pump buildings (for main generators).
Construction of roads and car parks including
earthworks, subbase, asphalt, kerbs, road markings
and signs.
Perimeter security fencing with electric sliding
gate.
2. Complexity Construction of Concrete structure
Enabling works included locating and diverting
existing buried utilities such as electricity cables.
Control units establishment and testing
3. Methods/Technology QBCs Specialized in handling WWTP and
Pump stations construction and installation of
control units
Vogele pavers fitted with 13m wide screed to
enable paving of full carriageway width
without longitudinal joints.
Continuous asphalt feeder (shuttle buggy) to
ensure uniform temperature and no segregation
of the laid mix.
4. Other Characteristics The ductile iron (DI) rising main pipelines installed
within the scope of the project included:
15km of 1600mm twin line
11.6km of 1600mm single line
2km x 1200mm single line
8km x 800mm single line
2km x 600mm single line
98No. valve chambers
Section IV. Bidding Forms Part 1-169

Similar Contract No.


2 of 3 Information

GTC 299/2009
Contract Identification Al Wukair Pump Station and Associated Pipelines
Al Wukair South of Doha
Award date 16 Jun,2010
Completion date 18 Nov,2015

Role in Contract Prime Contractor Only

Total Contract Amount QAR.582,170,000.00 USD Exchange Rate 3.65


In USD 159,498,630.00

If member in a JV, specify Not


participation in total Contract Applicable
amount

Employer's Name KAHRAMAA


Address Mr. Anbar Mubarak Al - Ali
Head of Main Water Projects, Doha
Telephone/fax number Tel : 44845317, Fax: 44845353
Tel: 4472 7815, Fax 4472 7809

E-mail

Similar Contract No.


2 of 3 Information

Description of the similarity in


accordance with Sub-Factor
2.4.2(a) of Section III:
1. Physical size of required works
items New pump house and control building along with
all necessary civil, mechanical, electrical, control,
fire protection and instrumentation works to
accommodate and operate fifteen pumps with total
capacity of 5.50m3/s (4 VFD pumps + six future
slots with 425 litre/s capacity @ 55 meters head
and 4 VFD pumps + one future slot with 250
litre/s capacity @ 55 meter head).
4 Prestressed reservoirs each of 9 million gallon
capacity including all necessary piping, electrical,
instrumentation, landscaping, sewers etc.

2. Complexity Design and Build Contract


Part 1-170 Section IV. Bidding Forms
3. Methods/Technology The contract included detailed design, supply of material
& equipment, construction, testing and commissioning Al
Wukair Pump Station and Associated Pipelines
DOKA Shuttering for Structural concrete works
Pre-stressed structures

4. Other Characteristics Construction of an automated tanker filling station


(TFS) with 18 filling points and 0.5 million gallon
water tower.
26km of 1200, 900 and 600 mm distillate
transmission pipeline and associated chambers
from interconnection point to existing distillate
lines.

Similar Contract No.


3 of 3 Information

New Port Project (NPP 0050) Qatar Emiri Naval Forces Base
Contract Identification (QENFB) Infrastructure & Utility Buildings

Award date 31 December, 2014


Completion date On going

Role in Contract Prime Contractor Only

Total Contract Amount QAR.1,320,000,000.00 USD Exchange Rate 3.65


In USD 361,643,835.61

If member in a JV, specify


participation in total Contract Joint Venture QBC (85%) MSF (Portugal) 15%
amount Partner

Employer's Name New Port Project


Address Mr. Maisar Jamil El Qutami-Acting Project Executive
Director, PO Box 28333, Doha, Qatar
Telephone/fax number Tel: +974 4406 4484
Fax: +974 4406 4422

E-mail

Similar Contract No.


3 of 3 Information

Description of the similarity in


accordance with Sub-Factor
2.4.2(a) of Section III:
Section IV. Bidding Forms Part 1-171
1. Physical size of required works
items Project executed as an Integrated Joint Venture with
MSF (Portugal). QBC as Lead Partner with 85% share.
Main components include:
1No. sewerage treatment plant 12,929m3/day
capacity
10No. Pump stations (potable water, foul water etc)
2. Complexity Dewatering
Shoring for trenches
Existing site conditions
3. Methods/Technology QBCs Specialized in handling WWTP and Pump
stations construction, installation of MEP
installations and control units
Vogele pavers fitted with 13m wide screed to enable
paving of full carriageway width without
longitudinal joints.
Continuous asphalt feeder (shuttle buggy) to ensure
uniform temperature and no segregation of the laid
mix.
4. Other Characteristics Project executed as an Integrated Joint Venture with
MSF (Portugal). QBC as Lead Partner with 85% share.
Main components include:
8No. substations
2No. fuel oil buildings including piping & MEP
1No. telecoms building including instrumentation
1No. compressed air building including piping,
MEP and equipment
2No. potable water storage tanks (each 51m
diameter prestressed)
Earthworks comprising 530,000m3 excavation,
495,000m3 fill compaction, 36,50m3 disposal of
surplus cut material, 980,000m2 subgrade
compaction
181,300m3 base gravel compaction
79,100m3 cement bound granular base
400,000t asphalt works
175.6km kerbing and edging
318,000m2 PC block paving
Traffic signs & road markings
Street lights
Traffic signals at 8 junctions
Storm water drainage
Foul sewer works
Irrigation system
Fire water supply system
Potable water supply system
Landscaping & tertiary irrigation
Part 1-172 Section IV. Bidding Forms

Form EXP - 2(b): Experience in Key Activities


[The following table shall be filled in for Contracts performed by the Bidder and by each
member of a JV.]
Date: 23, October, 2017
Bidders Legal Name: Qatar Building Company JLC
Joint Venture Party Legal Name: N/A
Subcontractors Legal Name: N/A
IFB No.: JICA.AZB P-4.N/C-6
Page 1 of 1 pages

[Fill out one (1) form per Contract, in accordance with Section III, Evaluation and Qualification
Criteria, Sub-Factor 2.4.2(b).]

1. Key Activity No. (1): Pipe Work-Supply, excavation, erection, lay, valves fixing and
testing
Total Quantity of Activity under the Contract: 5979 LM of pipe with varying dia.1200-1600
Contract with Similar Key Activities Information

Item Information
Contract Identification GTC 299/2009-Al Wukair Pump Station and
Associated Pipelines-Al Wukair South of Doha
Award date 16 Jun,2010
Completion date 18 Nov,2015

Role in Contract Prime Contractor


Management Sub-
[check the appropriate box] Contractor contractor
Single JV member

Total Contract Amount QAR.582,170,000.00 USD Exchange Rate 3.65


In USD 159,498,630.00

Quantity (as applicable) performed Total quantity in Percentage Actual Quantity


under the Contract per year or part the Contract participation Performed
of the year (i) (ii) (i) x (ii)
[insert extent of participation
indicating actual quantity of key
activity successfully completed in
the role performed]
Year 1 5979 LM 28% 1674.12 LM

Year 2 5979 LM 49% 2929.71 LM

Year 3 5979 LM 23% 1375.17 LM

Year 4
Employers Name Mr. Anbar Mubarak Al - Ali
Section IV. Bidding Forms Part 1-173

Address Head of Main Water Projects, Doha

Telephone/fax number Tel : 44845317, Fax: 44845353


Tel: 4472 7815, Fax 4472 7809

E-mail

2. Key Activity No. (2): MEP works for Rising Pump Station
Total Quantity of Activity under the Contract: MEP works in Rising Pump station Building
and Control system (LS),
Contract with Similar Key Activities Information

Item Information
Contract Identification GTC 299/2009-Al Wukair Pump Station and
Associated Pipelines-Al Wukair South of Doha
Award date 16 Jun,2010
Completion date 18 Nov,2015

Role in Contract Prime Contractor


Management Sub-
[check the appropriate box] Contractor contractor
Single JV member

Total Contract Amount QAR.582,170,000.00 USD Exchange Rate 3.65


In USD 159,498,630.00

Quantity (as applicable) performed Total quantity in Percentage Actual Quantity


under the Contract per year or part the Contract participation Performed
of the year (i) (ii) (i) x (ii)
[insert extent of participation
indicating actual quantity of key
activity successfully completed in
the role performed]
Year 1 4 Nos 0% 0 Nos

Year 2 4 Nos 25% 1 Nos

Year 3 4 Nos 25% 1 Nos

Year 4 4 Nos 25% 1 Nos

Year 5 4 Nos 25% 1 Nos

Employers Name Mr. Anbar Mubarak Al - Ali


Part 1-174 Section IV. Bidding Forms

Address Head of Main Water Projects, Doha

Telephone/fax number Tel : 44845317, Fax: 44845353


Tel: 4472 7815, Fax 4472 7809

E-mail

3. Key Activity No. (4):


Total Quantity of Activity under the Contract: Earthworks Cut and fill
Information
Construction of Al Jemailya / Al Otouriyah / Al Shihaniyah
Contract Identification
Road (P019)
Award date 12 November 2014
Completion date 31 August 2017
Prime Member in Management Sub-
Role in Contract Contractor JV Contractor contractor

@3.65
Total Contract Amount QAR598.00 Million
US$163.84 Million

Quantity (Volume, number or rate of Total quantity in Percentage Actual Quantity


production, as applicable) performed the contract participation Performed
under the contract per year or part of the (i) (ii) (i) x (ii)
year

Year 1 1,265,000 m3 65% 820,000 m3


Year 2 1,265,000 m3 35% 445,000 m3
Year 3
Year 4
Employers Name: Public Works Authority, Infrastructure Affairs
(Ashghal)

Address: Hayyar Al Ghaleel Street, Ashghal Towers, St No.


875, Doha, Qatar
Telephone/fax number Tel:+974 4495 0055 / Fax: +974 4495 0555

E-mail: customerservice@ashghal.gov.qa
Section IV. Bidding Forms Part 1-175

4. Key Activity No. (4):


Total Quantity of Activity under the Contract: Concreting Works-200,000 m3

Information
New Port Project (NPP 0050) Qatar Emiri Naval Forces
Contract Identification
Base (QENFB) Infrastructure & Utility Buildings
Award date 31 December, 2014
Completion date On going Project
Prime Member in Management Sub-
Role in Contract Contractor JV Contractor contractor

@3.65
Total Contract Amount QAR.1,320,000,000.00
US$ 361,643,835.61

Quantity (Volume, number or rate of Total quantity in Percentage Actual Quantity


production, as applicable) performed the contract participation Performed
under the contract per year or part of the (i) (ii) (i) x (ii)
year

Year 1 200,000 m3 4% 8,000 m3


Year 2 200,000 m3 21% 42,000 m3
Year 3 200,000 m3 24% 48,000 m3
Year 4 200,000 m3 On going On going
Employers Name: New Port Project
Address: Mr. Maisar Jamil El Qutami-Acting Project Executive
Director, PO Box 28333, Doha, Qatar
Telephone/fax number Tel: +974 4406 4484
Fax: +974 4406 4422
E-mail:
Part 1-176 Section IV. Bidding Forms

Form ACK
Acknowledgement of Compliance with the Guidelines for
Procurement
under Japanese ODA Loans
A) I, [insert name and position of authorized signatory], being duly authorized by [insert name
of Bidder/members of joint venture (JV)] (hereinafter referred to as the Bidder) to execute
this Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA
Loans, hereby certify on behalf of the Bidder and myself that all information provided in the Bid
submitted by the Bidder for [insert Loan No and name of the Project] is true, correct and
accurate to the best of the Bidders and my knowledge and belief. I further certify, on behalf of
the Bidder, that:

(i) the Bid has been prepared and submitted in full compliance with the terms and conditions
set forth in the Guidelines for Procurement under Japanese ODA Loans (hereinafter
referred to as the Guidelines); and

(ii) the Bidder has not, directly or indirectly, taken any action which is or constitutes a
corrupt, fraudulent, collusive or coercive act or practice in violation of the Guidelines and
is not subject to any conflict of interest as stipulated in the relevant section of the
Guidelines.

<If debarment for more than one year by the World Bank Group is NOT imposed, use the following sentence
B).>
B) I certify that the Bidder has NOT been debarred by the World Bank Group for more than
one year since the date of issuance of Invitation for Bids.

<If debarment for more than one year by the World Bank Group has been imposed BUT three (3) years have
passed since the date of such debarment decision, use the following sentence B).>
B) I certify that the Bidder has been debarred by the World Bank Group for a period more than
one year BUT that on the date of issuance of Invitation for Bids at least three (3) years had
passed since the date of such debarment decision. Details of the debarment are as follows:
name of the debarred starting date of ending date of reason for debarment
firm debarment debarment

C) I certify that the Bidder will not enter into a subcontract with a firm which has been debarred
by the World Bank Group for a period more than one year, unless on the date of the
subcontract at least three (3) years have passed since the date of such debarment decision.

D) I certify, on behalf of the Bidder, that if selected to undertake services in connection with the
Contract, the Bidder shall carry out such services in continuing compliance with the terms
and conditions of the Guidelines.

E) I further certify, on behalf of the Bidder, that if the Bidder is requested, directly or indirectly,
to engage in any corrupt or fraudulent action under any applicable law, such as the payment
of a rebate, at any time during a process of public procurement, negotiations, execution or
implementation of contract (including amendment thereof), the Bidder shall report all
relevant facts regarding such request to the relevant section in JICA (details of which are
Section IV. Bidding Forms Part 1-177

specified below) in a timely manner.

JICAs information desk on fraud and corruption (A report can be made to either of the
offices identified below.)
(1) JICA Headquarters: Legal Affairs Division, General Affairs Department
URL: https://www2.jica.go.jp/en/odainfo/index.php
Tel: +81 (0)3 5226 8850

(2) JICA Headquarters: East and Central Asia and the Caucasus Department
Tel: +81 (0)3 5226 6489

The Bidder acknowledges and agrees that the reporting obligation stated above shall NOT in
any way affect the Bidders responsibilities, obligations or rights, under relevant laws,
regulations, contracts, guidelines or otherwise, to disclose or report such request or other
information to any other person(s) or to take any other action, required to or allowed to, be
taken by the Bidder. The Bidder further acknowledges and agrees that JICA is not involved
in or responsible for the procurement process in any way.

F) If any of the statements made herein is subsequently proven to be untrue or incorrect based
on facts subsequently determined, or if any of the warranties or covenants made herein is not
complied with, the Bidder will accept, comply with, and not object to any remedies taken by
the Employer and any sanctions imposed by or actions taken by JICA.

Authorized Signatory
[Insert name of signatory; title]

For and on behalf of [Insert name of the Bidder]


Date:
Part 1-178 Section IV. Bidding Forms

Form of Bid Security (Bank Guarantee)

[Guarantor letterhead or SWIFT identifier code]


Beneficiary: Azersu Open Joint Stock Company, Moscow Ave 67, Baku, Azerbaijan

IFB No.: JICA.AZB P-4.N/C-6


Date: [insert date of issue]
BID GUARANTEE No.: [insert guarantee reference number]
Guarantor: [insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that [insert name of the Bidder, which in the case of a joint venture shall
be the name of the joint venture (whether legally constituted or prospective) or the names of all
members thereof] (hereinafter called the Applicant) has submitted or will submit to the
Beneficiary its Bid (hereinafter called the Bid) for the execution of Design and Construction of
Waste Water Treatment Plant (WWTP) of Naftalan under Loan Agreement No. AZB P-4.
Furthermore, we understand that, according to the Beneficiarys conditions, Bids must be
supported by a bid guarantee.
At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in words,
(insert amount in figures)] upon receipt by us of the Beneficiarys complying demand, supported
by the Beneficiarys statement, whether in the demand itself or a separate signed document
accompanying or identifying the demand, stating that either the Applicant:
(a) has withdrawn its Bid during the period of Bid validity set forth in the Applicants
Letter of Bid (hereinafter called the Bid Validity Period), or any extension
thereto provided by the Applicant; or

(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity
Period or any extension thereto provided by the Applicant, (i) fails to execute the Contract
Agreement, or (ii) fails to furnish the Performance Security, in accordance with the
Instructions to Bidders of the Beneficiarys Bidding Documents.

This guarantee will expire and shall be returned to the Applicant: (a) if the Applicant is the
successful Bidder, upon our receipt of copies of the Contract Agreement signed by the Applicant
and the Performance Security issued to the Beneficiary in relation to such Contract Agreement;
or (b) if the Applicant is not the successful Bidder, upon the earlier of (i) our receipt of a copy of
the Beneficiarys notification to the Applicant of the results of the bidding process; or (ii)
twenty-eight (28) days after the end of the Bid Validity Period.
Consequently, any demand for payment under this guarantee must be received by us at the office
indicated above on or before that date.
Section IV. Bidding Forms Part 1-179

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
4582.

[signature(s)]

[Note: All italicized text is for use in preparing this form and shall be deleted from the final
product.]

2
As the case may be, ICC Publication No. 758 (or subsequent ICC Publications) may be used. In such cases,
modify the Publication number.
Part 1-166 Section V. List of Eligible Countries of Japanese ODA Loans

Section V. List of Eligible Countries of


Japanese ODA Loans
All Country(ies) and Areas for Procurement of goods and services

Vous aimerez peut-être aussi