Bidding Document
For Procurement of Works
(Design and Build)
Procurement of:
Contracting services for the Rehabilitation of the Theobalds Water Treatment Plant
Issued on: 30th March 2026
LIB No: TWSS 01
Project: Rehabilitation and Upgrade of the Theobalds Water Supply System
Employer: Water and Sewerage Company (WASCO)
Country: Saint Lucia
Standard Bidding Document
Table of Contents
Section I. Instructions to Bidders. 1
B. Contents of the Bidding Document 2
2. Sections of the Bidding Document 2
3. Clarification of the Bidding Document, Site Visit, Pre-Bid Meeting. 3
4. Amendment of Bidding Document 5
8. Documents Comprising the Bid. 6
9. Letter of Bid and Schedules. 7
11. Bid Prices and Discounts. 9
12. Currencies of Bid and Payment 10
13. Documents Affirming the Qualification of the Bidder. 10
14. Bid Security/Bid Securing Declaration. 11
15. Period of Validity of Bids. 13
16. Format and Signing of Bid. 14
17. Submission, Sealing and Marking of Bids. 15
18. Deadline for Submission of Bids. 16
20. Withdrawal, Substitution and Modification of Bids. 16
E. Opening of Bids and Technical Parts of Bids. 17
21. Opening of Bids and Technical Parts of Bids. 17
F. Evaluation of Bids – General Provisions. 19
24. Deviations, Reservations and Omissions. 20
G. Evaluation of Technical Parts of Bids. 20
25. Determination of Responsiveness of Technical Parts. 20
27. Evaluation of Technical Bids. 23
28. Evaluation of Bidder’s Qualification. 23
29. Notification of Evaluation of Technical Parts. 23
H. Opening of Financial Parts. 24
30. Public Opening of Financial Parts when Price Negotiations do not apply. 24
31. Opening of Financial part when Price Negotiations apply. 26
I. Evaluation of Financial Part 27
32. Nonmaterial Nonconformities. 27
33. Correction of Arithmetical Errors. 27
34. Conversion to a Single Currency. 28
36. Evaluation Process Financial Parts. 29
38. Unbalanced or Front Loaded Bids. 30
J. Evaluation of Combined Technical and Financial Parts. 31
39. Evaluation of Combined Technical and Financial Parts. 31
40. Most Advantageous Bid (MAB) 31
42. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids. 32
44. Notification of Intention to Award. 32
47. Debriefing by the Employer. 35
50. Procurement Related Complaint 37
1. Evaluation of Technical Part (ITB 31.2) 45
1. Evaluation of Financial Part 48
Letter of Bid – Technical Part 52
Form of Bid Security (Bank Guarantee): Not Applicable. 55
Form of Bid Security (Bid Bond) – Not Applicable. 57
Form of Bid-Securing Declaration. 59
General Approach and Methodology. 63
Construction Management Strategy. 66
Method Statement for Key Construction Activities. 68
ESHS Management Strategies and Implementation Plans (MSIPs) 69
Code of Conduct for Contractor’s Personnel (ESHS) Form.. 70
Contract Personnel Organisation Chart 76
Specialised Subcontractors and Subcontractors. 81
Proposed Subcontractors for Major Activities/Sub-Activities. 85
Key Personnel Qualifications and Resource Schedule. 87
Contractor’s Representative and Key Personnel 88
Contractor’s Preliminary Design. 92
Contractor’s Preliminary Drawings. 93
Bidder's Party Information Form.. 97
Current Contract Commitments/Works-in-Progress. 99
Letter of Bid - Financial Part 100
Schedule of Priced Activities and Sub-activities. 106
Sample Schedule of Priced Activities Table. 107
Sample Schedule of Priced Sub-Activities Table. 108
Supplementary Data and Information. 120
Section VII – Particular Conditions (PC) 124
PART 1 – BIDDING PROCEDURES
Section I. Instructions to Bidders
A. General 1
1. Scope of Bid 1
B. Contents of the Bidding Document....................................................................... 2
2. Sections of the Bidding Document..................................................................... 2
3. Clarification of the Bidding Document, Site Visit, Pre-Bid Meeting............. 3
4. Amendment of Bidding Document.................................................................... 5
5. Cost of Bidding.................................................................................................... 5
6. Contacting the Employer................................................................................... 5
7. Language of Bid.................................................................................................. 6
C. Preparation of Bids................................................................................................. 6
8. Documents Comprising the Bid......................................................................... 6
9. Letter of Bid and Schedules............................................................................... 7
10. Alternative Bids................................................................................................... 7
11. Bid Prices and Discounts.................................................................................... 9
12. Currencies of Bid and Payment....................................................................... 10
13. Documents Affirming the Qualification of the Bidder.................................. 10
14. Bid Security/Bid Securing Declaration........................................................... 11
15. Period of Validity of Bids................................................................................. 13
16. Format and Signing of Bid............................................................................... 14
D. Submission of Bids................................................................................................ 15
17. Submission, Sealing and Marking of Bids...................................................... 15
18. Deadline for Submission of Bids...................................................................... 16
19. Late Bids 16
20. Withdrawal, Substitution and Modification of Bids...................................... 16
E. Opening of Bids and Technical Parts of Bids..................................................... 17
21. Opening of Bids and Technical Parts of Bids................................................. 17
F. Evaluation of Bids – General Provisions............................................................ 19
22. Confidentiality................................................................................................... 19
23. Clarification of Bids.......................................................................................... 20
24. Deviations, Reservations and Omissions......................................................... 20
G. Evaluation of Technical Parts of Bids................................................................. 20
25. Determination of Responsiveness of Technical Parts.................................... 20
26. Subcontractors.................................................................................................. 21
27. Evaluation of Technical Bids........................................................................... 23
28. Evaluation of Bidder’s Qualification.............................................................. 23
29. Notification of Evaluation of Technical Parts................................................ 23
H. Opening of Financial Parts.................................................................................. 24
30. Public Opening of Financial Parts when Price Negotiations do not apply.. 24
31. Opening of Financial part when Price Negotiations apply........................... 26
I. Evaluation of Financial Part................................................................................ 27
32. Nonmaterial Nonconformities.......................................................................... 27
33. Correction of Arithmetical Errors.................................................................. 27
34. Conversion to a Single Currency..................................................................... 28
35. Margin of Preference........................................................................................ 28
36. Evaluation Process Financial Parts................................................................. 29
37. Abnormally Low Bids....................................................................................... 29
38. Unbalanced or Front Loaded Bids.................................................................. 30
J. Evaluation of Combined Technical and Financial Parts.................................. 31
39. Evaluation of Combined Technical and Financial Parts.............................. 31
40. Most Advantageous Bid (MAB)....................................................................... 31
41. Negotiations 31
42. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids.......... 32
43. Standstill Period................................................................................................ 32
44. Notification of Intention to Award.................................................................. 32
K. Award of Contract................................................................................................ 33
45. Award Criteria.................................................................................................. 33
46. Notification of Award....................................................................................... 33
47. Debriefing by the Employer............................................................................. 35
48. Signing of Contract........................................................................................... 36
49. Performance Security....................................................................................... 36
50. Procurement Related Complaint..................................................................... 37
|
|
Section I. Instructions to Bidders |
||
|
|
|||
|
|
1. Scope of Bid and Bidder Eligibility |
|
|
|
|
. |
|
|
|
|
|
1.3 Eligible Bidders
|
|
|
|
|||
|
|
|
||
|
|
|
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
PART 2 Employer’s Requirements and Supplementary Information
Section V − Employer’s Requirements and Supplementary Information
PART 3 Conditions of Contract and Contract Forms Section VI − General Conditions (GC) Section VII − Particular Conditions (PC)
|
|
|
|
|
|
|
|
|
|
A prospective Bidder requiring any clarification of the Bidding Document shall contact the Employer in writing at the Employer’s address indicated in the BDS or raise its enquiries during the pre-bid meeting if provided for in accordance with ITB 3.4. The Employer will respond in writing to any request for clarification, provided that such request is received no later than the date specified in the BDS. The Employer shall forward copies of its response to all Bidders who have acquired the Bidding Document in accordance with ITB 2.4, including a description of the inquiry but without identifying its source. Should the clarification result in changes to the essential elements of the Bidding Document, the Employer shall amend the Bidding Document following the procedure under ITB 4.
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
C. Preparation of Bids |
||
|
|
|
||
|
|
envelope Bidding process). One envelope shall contain only information relating to the Technical Part and the other only information relating to the Financial Part. These two envelopes shall be enclosed in a separate sealed outer envelope marked “Original Bid”. |
||
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
||
|
|
|
||
|
|
|
(b) as a consequence of the change, the Bidder no longer substantially meets the qualification criteria set forth in the Prequalification Documents;
|
|
|
|
|
(c) no longer continues to be in the list of prequalified Bidders as a result of the Employer’s re-evaluation of the Application in accordance with criteria specified in the Prequalification Documents; or
(d) 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 Notice of Invitation to Bid.
|
|
|
|
|
|
|
|
|
|
from a reputable source from an eligible country. If an unconditional guarantee is issued by a non-bank financial institution located outside the Employer’s Country the issuing non-bank financial institution shall have a correspondent financial institution located in the Employer’s Country to make it enforceable unless the Employer has agreed in writing, prior to Bid submission, that a correspondent financial institution is not required.
|
|
|
|
|
|
|
|
|
|
the Employer may, if provided for in the BDS, declare the Bidder disqualified to be awarded a contract by the Employer for a period of time as stated in the BDS.
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
D. Submission of Bids |
||
|
|
|
||
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
21.3 If the outer and/or inner envelopes is/are not sealed and marked as required by ITB 17.1 and ITB 17.2, the Employer will assume no responsibility for the Bid’s misplacement or premature opening.
|
|
|
|
|
||
|
|
|
||
|
|
|
||
|
|
|
|
|
|
|
|||
|
|
|
||
|
|
|
|
|
|
|
|
|
|
|
|
F. Evaluation of Bids – General Provisions |
||
|
|
|
||
|
|
|
|
|
|
|
|
||
|
|
|
|
|
|
|
|
||
|
|
G. Evaluation of Technical Parts of Bids |
||
|
|
|
||
|
|
|
|
|
|
|
|
|
|
|
|
|
||
|
|
|
|
|
|
|
|
(The Bidders’ attention is also drawn to Conditions of Contract Sub-Clause 4.4, which shall prevail upon award of the Contract.)
|
|
|
|
|
|
|
|
|
|
||
|
|
|
|
|
|
|
|
||
|
|
|
||
|
|
|
(i) Option 1: when price negotiations are not to be applied, the date, time and location of the public opening of the envelopes marked ‘Financial Part”, or;
|
|
|
|
|
|
|
|
|
|||
|
|
|
||
|
|
|
|
|
|
|
|
|
|
|
|
|
||
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|||
|
|
|
||
|
|
|
||
|
|
|
|
|
|
|
|
||
|
|||
|
|||
|
|
|
(f) any additional evaluation factors indicated in the BDS and detailed in Section III, Evaluation and Qualification Criteria.
|
|
|
|
|
|
|
|
|||
|
|
|
|
|
|
|||
|
|
|
|
|
|
|
J. Evaluation of Combined Technical and Financial Parts |
||
|
|
|
||
|
|
|
||
|
|
|
|
|
|
|
|
||
|
|
|
|
|
|
|
|
||
|
|
|
||
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|||
|
|
|
||
|
|
|
||
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
||
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
||
|
|
|
Performance Security furnished by the successful Bidder is in the form of a 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 Employer’s Country, unless the Employer has agreed in writing that a correspondent financial institution is not required.
|
|
|
|
|
||
Section II. Bid Data Sheet (BDS)
The following specific data for the Works to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.
|
A. General |
||
|
ITB 1.1 |
The Employer is: Water and Sewerage Company (WASCO) – Saint Lucia
The name of the Bidding Process is : Theobalds Water Supply System Lot 1 – TWSS 01
|
|
|
ITB 1.3 |
In reference to ITB 1.3 (Eligible Bidders) the list of eligible countries are restricted to Caricom Member States which are as follows:
|
|
|
B. Contents of the Bidding Document |
||
|
ITB 3.1 |
For clarification purposes only, the Employer’s address is:
Attention: Mr. Maurice Norville Street Address: L’Anse Road City: Castries Country: Saint Lucia Telephone: 1-758-453-2790 Electronic mail address: mauricenorville@wascosaintlucia.com
Requests for clarification should be received by the Employer no later than: 10 days prior to the deadline of submission of bids
|
|
|
ITB 3.4 |
A Pre-Bid meeting shall take place at the following date, time and place:
Date:_9th April 2026 Time: 10:00 am Place: Virtually (meeting link to be sent upon request)
A site visit conducted by the Employer shall be organised.
|
|
|
C. Preparation of Bids |
||
|
ITB 7.1 |
The language of the Bid is: “English”
|
|
|
ITB 8.1 |
N/A. The submission of bids shall be as described in Clause 18.1 of the BDS. |
|
|
ITB 8.2 (h) |
The Bidder shall submit as part of its Technical Part the following additional documents:
Code of Conduct for Contractor’s Personnel (ESHS) The Bidder shall submit its Code of Conduct that will apply to the Contractor’s Personnel (as defined in Sub-Clause 1.1.2.7 of the General Conditions of Contract), to ensure compliance with the Contractor’s Environmental, Social, Health and Safety (ESHS) obligations under the Contract. The Bidder shall use for this purpose the Code of Conduct form provided in Section IV. No substantial modifications shall be made to this form, except that the Bidder may introduce additional requirements, including as necessary to take into account specific Contract issues/risks.
|
|
|
ITB 10.1 |
Alternative Bids shall not be considered. |
|
|
ITB 12.1 |
The currency of the Bid and the payment currency(ies) shall be in: United States Dollars (USD).
|
|
|
ITB 14 |
A Bid Security shall not be required.
A Bid-Securing Declaration shall be required.
|
|
|
ITB 14.9 |
If the Bidder performs any of the actions prescribed in subparagraphs (a) or (b) of this provision, the Recipient will declare the Bidder ineligible to be awarded contracts by the Employer for a period of 2 years, starting from the date the Bidder performs any of the actions specified in ITB 14.9 (a) or (b) or (c).
|
|
|
ITB 15.1 |
The Bid validity period shall be 90 days.
|
|
|
ITB 16.1 |
This bidding process shall follow a two-phased procedure. Bidders shall submit: (i) a password-protected Technical Proposal; and (ii) a password-protected Financial Proposal. Prior to the time of Bid Opening, Bidders shall provide only the password to the Technical Proposal. The Financial Proposal shall remain sealed (password-protected). Following the Technical Evaluation, only Bidders that achieve a passing technical score shall be requested to provide the password to their Financial Proposal, which shall then be opened and evaluated in accordance with the Bidding Documents. |
|
|
ITB 16.3 |
The written confirmation of authorisation to sign on behalf of the Bidder shall consist of: a valid Power of Attorney document |
|
|
D. Submission of Bids |
||
|
ITB 18.1 |
Bidders “shall” submit their Bids electronically. The electronic Bid submission procedures shall be as follows: Bidders shall submit: (i) a password-protected Technical Proposal; and (ii) a password-protected Financial Proposal. Prior to the time of Bid Opening, Bidders shall provide only the password to the Technical Proposal. The Financial Proposal shall remain sealed (password-protected). Following the Technical Evaluation, only Bidders that achieve a passing technical score shall be requested to provide the password to their Financial Proposal, which shall then be opened and evaluated in accordance with the Bidding Documents. The electronic bids shall be submitted to the following email address: Bids ONLY: pmuprojects@wascosaintlucia.com
The passwords for the Bids shall be submitted to the following email address:
Passwords ONLY: agriffith@gosl.gov.lc
The deadline for submission of Bids and the relevant passwords is: Date:8th May 2026 Time: 12:00 pm
|
|
|
E. Opening of Technical Part of Bids |
||
|
ITB 21.1 |
The Bid opening shall take place at:
Street Address: Finance Administrative Centre Floor/Room number: 5th Floor Conference Room City : Castries Country: Saint Lucia Date: 8th May 2026 Time: 1:00 pm
|
|
|
|
The electronic Bid opening procedures shall be as follows: Bids shall be opened at the time and place stated above. Under this two-envelope procedure, only the Technical Proposals shall be opened at the Bid Opening. Prior to the opening, Bidders shall disclose only the password to their Technical Proposal. The Financial Proposals shall remain secured and unopened until completion of the Technical Evaluation, after which only those Bidders that achieve a passing technical score shall be invited to provide the password to their Financial Proposal for opening and evaluation. |
|
|
ITB 21.8 |
The Letter of Bid – Technical Part and the Bid-Securing Declaration shall be submitted as part of the Technical Proposal. Compliance with these documents shall be confirmed during the preliminary examination, prior to the detailed evaluation of the Technical Proposals.
The Financial Proposal shall be submitted separately as a password-protected document and shall remain unopened until completion of the Technical Evaluation. Only those Bidders that achieve a passing technical score shall be invited to provide the password for the Financial Proposal for opening and evaluation. |
|
|
F. Evaluation of Technical Part of Bids |
||
|
ITB 25.2 |
The minimum technical score to be achieved following the evaluation of the Technical Part of a Bid in order for it to be considered responsive is 75.
|
|
|
ITB 26.1 |
The Employer does not intend that the Contractor shall employ a “nominated Subcontractor” or “nominated Subcontractors”, as defined in Sub-Clause 4.5 of the Conditions of Contract.
|
|
|
ITB 26.2 |
Contractor’s proposed subcontracting:
|
|
|
ITB 26.3 |
N/A
|
|
|
ITB 27.2
|
The technical factors and corresponding scores out of 100 are: |
|
|
Technical Factor |
Percentage of Technical Score
|
|
|
A. Experience of Contractor in similar assignments |
20% |
|
|
B. Technical Approach and Methodology |
40% |
|
|
C. Key Personnel |
15% |
|
|
D. Construction Programme |
15% |
|
|
E. Operation and Maintenance, Commissioning and Training |
10% |
|
|
|
||
|
G. Opening of Financial Parts |
|
|
ITB 30.4 |
The Employer shall verify the integrity of the Financial Proposal files, confirm the documents received, and announce the Bid prices at the Financial Opening. No initialing of pages is required for electronic submissions. The Employer shall prepare Minutes of the opening of the financial proposals The minutes will include the following: (i) the name of each Bidder; (ii) confirmation that the Technical Proposal was deemed compliant; (iii) the total Bid price and any discounts offered. |
|
H. Evaluation of Financial Part |
|
|
ITB 34.1 |
The currency that shall be used for Bid evaluation and comparison purposes to convert, at the selling exchange rate, all Bid prices or the Total Bid Evaluation Sum (as applicable) expressed in various currencies into a single currency is: United States Dollars (USD)
The source of exchange rate shall be: Eastern Caribbean Central Bank
The date for the exchange rate shall be the deadline for submission of Bids as specified in ITB 22.1, unless otherwise specified by the Employer.
|
|
ITB 36.1 (f) |
The adjustments shall be determined using the criteria detailed in Section III, if any.
|
|
I. Evaluation of Combined Technical and Financial Part |
|
|
ITB 39.1 |
The weight to be given for cost is: 30%
|
|
ITB 41.1 |
Negotiation applies.
|
|
ITB 43.1 |
A standstill period shall not apply.
|
|
J. Award of Contract |
|
|
ITB 48.1 |
Other documents forming part of the Contract are as follows: N/A _______________________________________________ _______________________________________________
|
Section III. Evaluation and Qualification Criteria
Table of Contents
A. Technical Part....................................................................................................... 45
1. Evaluation of Technical Part (ITB 31.2)......................................................... 45
2. Qualification ..................................................................................................... 47
B. Financial Part........................................................................................................ 48
1. Evaluation of Financial Part............................................................................ 48
C. Combined Evaluation........................................................................................... 49
1.1 Evaluation of Technical Part of Bid
1. Experience of Contractor in Similar Assignments (20%):
The Contractor shall demonstrate experience in successfully delivering assignments of a similar nature, scale and complexity. Bidders are expected to provide evidence of completed or substantially completed projects within the last 10 years, clearly indicating the contract scope, value, duration and client references. Greater weight shall given in the evaluation to assignments that are most technically comparable to requirements of this project.
2. Technical Approach and Methodology (40%):
The proposal shall demonstrate soundness, clarity and feasibility of the proposed technical approach, methodologies and execution strategies. Bidders are expected to demonstrate a comprehensive understanding of the assignment, site conditions, performance requirements, risk factors and coordination needs. The approach should integrate engineering design, construction methodology, environmental, health and safety considerations and risk mitigation. Proposals that present logical sequencing, fit for purpose methods and innovation that enhance value and sustainability will receive higher scores.
3. Key personnel (15%):
3a: Project Manager/ Team Leader:
Minimum Qualifications: Bachelor’s degree in engineering, Construction Management, Project Management or Related Discipline. (Master’s degree or Professional certification would also be an asset)
Minimum Experience: 10 years of general professional experience in engineering or construction. 5 years of experience in managing infrastructure or water related design and construction projects. Prior experience as Project Manager/Team Leader on a project of similar nature, scale or complexity.
3b: Process/Water Treatment Engineer
Minimum Qualifications: Bachelor’s degree in Environmental, Chemical, Civil (Water), Process Engineering or related discipline. (Relevant courses or specialized certificates would also be an asset).
Minimum Experience: 7 years of experience in water treatment design, equipment selection and water treatment plant commissioning. Demonstrated understanding of treatment process performance requirements, operational constraints and commissioning procedures.
3c: Construction Manager
Minimum Qualifications: Bachelor’s degree or Technical Diploma in Civil, Mechanical or equivalent construction related qualifications.
Minimum Experience: 8 years of experience in civil, mechanical or industrial construction works. 3 years of experience as a Construction Manager on comparable infrastructure projects. Demonstrated experience in site coordination, sequencing and Environmental, Health and Safety compliance.
4. Construction Programme (15%):
The Construction programme proposed shall demonstrate logical coherence, realism and completeness covering the full scope of works for the project. Bidders are expected to identify major work activities, sequence and dependencies and key milestones with the aim of timely project delivery (12 month period). The programme should reflect consideration of site constraints, weather conditions, logistics and commissioning periods. Higher scores will be awarded for programmes that are achievable, clearly presented and are compliant with provided project duration.
5. Operation, Maintenance, Commissioning and Training (10%):
Proposals should demonstrate an adequate and complete plan for commissioning, operational transition, testing and training. Bidders must describe procedures for functional testing, performance verification, operational readiness and handover to the Employer. Proposals should address training of the Employer’s personnel, provision or manuals and documentation and the recommended operation and maintenance requirements for the installed system. Higher scores shall be given to proposals that ensure sustainable long-term operation, minimize downtime and demonstrate clarity in responsibilities during commissioning.
TECHINICAL BID SCORING METHOLOGY
The score for each sub-factor (i) within a factor (j) will be combined with the scores of sub- factors in the same factor as a weighted sum to form the Factor Technical Score using the following formula:
where:
tji = the technical score for sub- factor “i” in factor “j”
wji = the weight of sub- factor “i” in factor “j”,
k = the number of scored sub-factors in factor “j”
and
The Factor Technical Scores will be combined in a weighted sum to form the total Technical Bid Score using the following formula:
where:
Sj = the Factor Technical Score of factor “j”
Wj = the weight of factor “j” as specified in the BDS
n = the number of Factors
and
The Bidder must demonstrate that it will have a suitably qualified Contractor’s Representative and suitably qualified (and in adequate numbers) minimum Key Personnel, as described in the Employer’s Requirements.
The Bidder shall provide details of the Contractor’s Representative and Key Personnel and such other Key Personnel that the Bidder considers appropriate, together with their academic qualifications and work experience. The Bidder shall complete the relevant Forms in Section IV, Bid Forms.
2.4 Equipment
The Bidder shall provide its strategy for acquiring and maintaining the key equipment that may be needed to execute the Works in accordance with the Work Program.
The Bidder shall provide details in the relevant Form in Section IV.
Any Specialised Sub-contractor identified shall continue to meet the applicable requirements.
The Employer will evaluate and compare the Bids that have been determined to be substantially responsive.
An Evaluated Bid Score (B) will be calculated for each responsive Bid using the following formula, which permits a comprehensive assessment of the evaluated cost and the technical merits of each Bid:
Where
C = Evaluated Bid Cost (which shall include, if any, the applicable operation, operation and maintenance or life cycle costs)
C low = the lowest of all Evaluated Bid Cost (which shall include, if any, the applicable operation, operation and maintenance or life cycle costs) among responsive Bids
T = the total Technical Score awarded to the Bid
Thigh = the Technical Score achieved by the Bid that was scored best among all responsive Bids
X = weight for Cost as specified in the BDS
The Bid with the best evaluated Bid Score (B) among responsive Bids shall be the Most Advantageous Bid provided the Bidder is qualified to perform the Contract.
Table of Forms
Letter of Bid – Technical Part..................................................................................... 52
Form of Bid Security (Bank Guarantee): Not Applicable........................................ 56
Form of Bid Security (Bid Bond) – Not Applicable................................................... 58
Form of Bid-Securing Declaration.............................................................................. 60
Contractor’s Proposal.................................................................................................. 62
General Approach and Methodology...................................................................... 64
Design Methodology.................................................................................................. 65
Construction Management Strategy....................................................................... 67
Method Statement for Key Construction Activities.............................................. 69
ESHS Management Strategies and Implementation Plans (MSIPs).................... 70
Code of Conduct for Contractor’s Personnel (ESHS) Form................................ 71
Contract Personnel Organisation Chart................................................................. 77
Risk Assessment ..................................................................................................... 78
Contractor’s Equipment.......................................................................................... 79
Plant and Materials................................................................................................... 80
Specialised Subcontractors and Subcontractors.................................................... 82
Proposed Subcontractors for Major Activities/Sub-Activities............................. 86
Quality Assurance System........................................................................................ 87
Key Personnel Qualifications and Resource Schedule.......................................... 88
Resume and Declaration........................................................................................... 89
Contractor’s Representative and Key Personnel................................................... 89
Contractor’s Preliminary Design............................................................................ 93
Contractor’s Preliminary Drawings....................................................................... 94
Bidder’s Time Programme........................................................................................... 95
Qualification Forms...................................................................................................... 96
Bidder Information Form........................................................................................ 97
Bidder's Party Information Form........................................................................... 98
Current Contract Commitments/Works-in-Progress......................................... 102
Letter of Bid - Financial Part..................................................................................... 103
Appendix to Bid ................................................................................................... 106
Schedule of Priced Activities and Sub-activities...................................................... 110
Sample Schedule of Priced Activities Table......................................................... 111
Sample Schedule of Priced Sub-Activities Table................................................. 112
Grand Summary ................................................................................................... 114
Date:__________________________ [Bidder insert: date of Bid]
LIB:___________________________ [Insert: ICB name and number]
Contract:_______________________ [Insert: name of Contract]
Alternative No.:_________________ ___ [insert identification number if this is a Bid for an alternative]
To:____________________________ [Insert: name and address of Employer]
We, the undersigned Bidder, acknowledge and agree that for the purposes of this Bid Submission and the Contract, the “Letter of Bid – Technical Part” and “Letter of Bid – Financial Part” together constitute the Letter of Bid and hereby submit the first part of our Bid, the Technical Part.
We, the undersigned, declare that:
Name of the Bidder: *[insert complete name of the Bidder]
_________________________________________________________________
Name of the person duly authorised to sign the Bid on behalf of the Bidder: ** [insert complete name of person duly authorised 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 the Bidder.
**Person signing the Bid shall have the power of attorney given by the Bidder. The power of attorney shall be attached with the Bid Schedules.
ENCLOSURE(S):
_____________________________________________________________________________ [Bank’s Name, and Address of Issuing Branch or Office or SWIFT identified code]
Beneficiary: _______________________________________________
Date: __________________________
BID GUARANTEE No.: __________
We have been informed that __________________________ (hereinafter called "the Bidder") has submitted to you its bid dated ___________ (hereinafter called "the Bid") for the design, execution and completion of the Works and remedying any defects therein of ________________ under Invitation for Bids No. ___________ (“the IFB”).
Furthermore, we understand that, according to your conditions, Bids must be supported by a Bid guarantee.
At the request of the Bidder, we ____________________ hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ___________ (____________) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:
This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the contract signed by the Bidder and the Performance Security issued to you upon the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of the Bidder’s bid.
Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758. _____________________________
[Signature]
Note: All italicised text is for use in preparing this form and shall be deleted from the final product.
BOND NO. ______________________
BY THIS BOND [name of Bidder] as Principal (hereinafter called “the Principal”), and [name, legal title, and address of surety], authorised to transact business in [name of country of Employer], as Surety (hereinafter called “the Surety”), are held and firmly bound unto [name of Employer] as Obligee (hereinafter called “the Employer”) in the sum of [amount of Bond][3] [amount in words], for the payment of which sum, well and truly to be made, we, the said Principal and Surety, bind ourselves, our successors and assigns, jointly and severally, firmly by these presents.
WHEREAS the Principal has submitted a written Bid to the Employer dated the ___ day of ______, 20__, for the construction of [name of Contract] (hereinafter called the “Bid”).
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal:
then the Surety undertakes to immediately pay to the Employer up to the above amount upon receipt of the Employer’s first written demand, without the Employer having to substantiate its demand, provided that in its demand the Employer shall state that the demand arises from the occurrence of any of the above events, specifying which event(s) has occurred.
The Surety hereby agrees that its obligation will remain in full force and effect up to and including the date 28 days after the date of expiration of the Bid validity as stated in the Invitation to Bid or extended by the Employer at any time prior to this date, notice of which extension(s) to the Surety being hereby waived.
IN TESTIMONY WHEREOF, the Principal and the Surety have caused these present to be executed in their respective names this ____ day of ____________ 20__.
Principal: _______________________ Surety: _____________________________
Corporate Seal (where appropriate)
_______________________________ ____________________________________
(Signature) (Signature)
(Printed name and title) (Printed name and title)
Date: ________________
Bid No.: ________________
Alternative No.: ________________
To:
We, the undersigned, declare that:
We understand that, according to your conditions, Bids must be supported by a Bid-Securing Declaration.
We accept that we will automatically be suspended from being eligible for Bidding in any contract with WASCO for the period of time of ______________ starting on _________, if we are in breach of our obligation(s) under the bid conditions, because we:
(a) have withdrawn our Bid during the period of bid validity specified in the Letter of Bid;
(b) has failed to accept the correction of arithmetical errors; or
(c) having been notified of the acceptance of our Bid by the Employer during the period of Bid validity, (i) fail or refuse to execute the Contract Agreement, if required, or (ii) fail or refuse to furnish the Performance Security, in accordance with the Instruction to Bidders.
We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of our Bid.
Signed: _________________________________________________
In the capacity of _________________________________________
Name: __________________________________________________
Duly authorised to sign the bid for and on behalf of: [insert complete name of Bidder]
Dated on ____________ day of __________________, _______
Corporate Seal (where appropriate)
[Note: In case of a Joint Venture, the Bid-Securing Declaration must be in the name of all partners to the Joint Venture that submits the bid.]
Technical Bid Forms
The ‘General Approach and Methodology’ should bring together and combine (as appropriate) in a summarised form the information to be provided in the following ‘Design Proposal’, ‘Construction Management Strategy’ and ‘Method Statement for Key Construction Activities’ forms such that the Bidder’s overall approach to achieving the requirements of the Contract is presented in a clear and cohesive manner. The ‘General Approach and Methodology should also include, as a minimum, the following:
The Bidder shall submit a design methodology which addresses as a minimum the following:
The Bidder shall submit a construction management strategy which addresses as a minimum:
The Bidder shall provide its method statements for addressing risks and carrying out the construction activities. Each method statement shall describe the proposed approach, the safe system of work, and the equipment or materials to be used to manage risk or activity in accordance with the Employer’s Requirements.
The Bidder shall submit comprehensive and concise Management Strategies and Implementation Plans (MSIPs) to manage the Environmental, Social, Health and Safety risks, as required by ITB 12.2 (h) of the Bid Data Sheet. These strategies and plans shall describe in detail the actions, materials, equipment, management processes, etc. that will be implemented by the Contractor, and its subcontractors.
In developing these MSIPS, the Bidder shall have regard to the ESHS provisions of the contract including those as may be more fully described in the Works Requirements in Section VII.
Following award of the Contract, the Contractor (i.e. the successful Bidder) is required to submit one coordinated document that incorporates all the MSIPs submitted with the Bid prior to commencing the Works; this document is the Contractor’s Environmental, Social, Health and Safety Management Plan (C-ESHSMP) and is referred to in, for example, PCC Sub-Clause 1.1.6.10 [Definitions – Other Definitions – “C-ESHSMP”], Sub-Clause 4.1 [Contractor’s General Obligations], Sub-Clause 8.1 [Commencement of Works] and the Specification.
CODE OF CONDUCT FOR CONTRACTOR’S PERSONNEL
We are the Contractor, [enter name of Contractor]. We have signed a contract with [enter name of Employer] for [enter description of the Works]. These Works will be carried out at [enter the Site and other locations where the Works will be carried out]. Our contract requires us to implement measures to address environmental and social risks related to the Works, including the risks of sexual and gender-based violence.
This Code of Conduct is part of our measures to deal with environmental, social, health and safety risks related to the Works. It applies to all our staff, labourers and other employees at the Works.
|
Note to the Bidder:
The minimum content of the Code of Conduct form as set out by the Employer shall not be substantially modified. However, the Bidder may add requirements as appropriate, including to take into account Contract-specific issues/risks.
The Bidder shall initial and submit the Code of Conduct form as part of its Bid.
|
Site or other places where the Works are being carried out. It also applies to the personnel of each subcontractor and any other personnel assisting us in the execution of the Works. All such persons are referred to as “Contractor’s Personnel” and are subject to this Code of Conduct.
This Code of Conduct identifies the behaviour that we require from all Contractor’s Personnel. Our workplace is an environment where unsafe, offensive, abusive or violent behaviour will not be tolerated and where all persons should feel comfortable raising issues or concerns without fear of retaliation.
REQUIRED CONDUCT
Contractor’s Personnel shall:
RAISING CONCERNS
If any person observes behaviour that he/she believes may represent a violation of this Code of Conduct, or that otherwise concerns him/her, he/she should raise the issue promptly. This can be done in the following ways:
The person’s identity will be kept confidential, unless reporting of allegations is mandated by the country law. Anonymous complaints or allegations may also be submitted and will be given all due and appropriate consideration. We take seriously all reports of possible misconduct and will investigate and take appropriate action. We will provide referrals to service providers that may help support the person who experienced the alleged incident, as appropriate.
There will be no retaliation against any person who raises a concern in good faith about any behaviour prohibited by this Code of Conduct. Such retaliation would be a violation of this Code of Conduct. False reporting against the code of Conduct will be investigated and sanctioned.
The Code of Conduct will be displayed visibly at the worksite to raise awareness of workers and the public about its contents.
CONSEQUENCES OF VIOLATING THE CODE OF CONDUCT
Any violation of this Code of Conduct by Contractor’s Personnel may result in serious consequences, up to and including termination, dismissal and possible referral to legal authorities.
FOR CONTRACTOR’S PERSONNEL:
I have received a copy of this Code of Conduct written in a language that I comprehend. I understand that if I have any questions about this Code of Conduct, I can contact the WASCO Project Management Unit requesting an explanation.
Name of Contractor’s Personnel: ________________________________________ [insert name]
Signature: __________________________________________________________
Date: (day month year): _______________________________________________
Countersignature of authorised representative of the Contractor:
Signature: ___________________________________________________________
Date: (day month year): ________________________________________________
A copy of the code shall be displayed in a location easily accessible to the community and project affected people. It shall be provided in languages comprehensible to the local community, Contractor’s personnel (including sub-contractors and day workers), Employer’s and Project Manager’s personnel, and affected persons.
The Bidder shall provide an organisation chart illustrating the proposed management structure and reporting lines for delivery of the Contract. The organisation chart shall include the names of all Key Personnel.
The Bidder should submit a risk register identifying the hazards anticipated during the implementation of the contract.
For the key hazards ranked by impact, the risk register shall include a description of the hazard, an assessment of the potential impact on health and safety, environment, cost, programme or other, and the proposed mitigation strategy for each hazard.
Form EQU:
The Bidder shall provide its strategy for acquiring and maintaining the key equipment that may be needed to execute the Works in accordance with the Work Programme. In the strategy, the Bidder shall specify the manufacturer, capacity, model, power rating, age and maintenance condition, and how it will ensure that the equipment is maintained in accordance with manufacturer’s specifications for the duration of the Contract. The Bidder shall specify whether it will own, lease, rent or specially manufacture the key equipment.
The Bidder should only include Contractor’s Equipment that will/may be used to execute the Works and should not include a list of ‘all’ the equipment owned.
The Bidder shall provide the information required for the Plant and Materials listed in the table below, describing or identifying in detail (i.e. model/type/size) the Plant and Materials offered. The Bidder shall also provide any other information required by the Bid and/or requested during Bid Evaluation.
If the Bidder’s Technical Proposal includes Plant and/or Materials that are not listed in the table below, the Bidder shall state the main characteristics for any such Plant and/or Materials, add them to the table below and provide the information required therein.
Each page shall be stamped, signed and dated by the person(s) authorised to sign on behalf of the Bidder.
|
No. |
Plant/Material |
Manufacturer |
Model/Type/Size |
Country of Origin |
|
1. |
|
|
|
|
|
2. |
|
|
|
|
|
3. |
|
|
|
|
|
3.1 |
|
|
|
|
|
3.2 |
|
|
|
|
|
4. |
|
|
|
|
|
4.1 |
|
|
|
|
|
5. |
|
|
|
|
|
5.1 |
|
|
|
|
|
6. |
|
|
|
|
|
6.1 |
|
|
|
|
We hereby declare that the completed table of Plant and Materials shall be binding upon us and that they shall not be changed or varied in any respect except as provided for in the Conditions of Contract, including, but not limited to, non-compliance with the Employer’s Requirements.
Until such time as the Performance Certificate is issued, we undertake to provide any information regarding the “origin” of any item(s) of Plant and Materials intended to form or forming part of the Permanent Works, including supply-only items.
Signature: _______________________
[insert name]
In the capacity of [insert position in company or JV] of [insert company or JV name] duly authorised to sign the Bid for and on behalf of [insert Bidder or JV’s name].
Date: ___________________________
Subcontractors
The Bidder shall provide the information required in the table below for each Subcontractor and in accordance with ITB 26.3.
|
Subcontracted Works |
Name, Address and Country of Registration of Subcontractor(s) |
Value of Subcontract as a percentage of the Bid Price |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
List of Suppliers
The Bidder shall state in the table below the names and addresses of the proposed suppliers of the Plant and Materials listed and the total value of the subcontract(s) with each supplier expressed as a percentage of the Bid price. In addition, if the Bidder intends to enter into a subcontract for the supply of Plant and/or Materials not listed in the table below where the value of the proposed subcontract or accumulated value of multiple subcontracts with a proposed supplier will be greater than the percentage of the Bid price specified in ITB 26.2, the Bidder shall add the Plant and/or Materials to be supplied to the table below and provide the information required therein.
|
No. |
Plant/Material |
Supplier’s Name and Address |
Value of Supplier Subcontract as percentage of the Bid Price |
|
1. |
|
|
|
|
2. |
|
|
|
|
3. |
|
|
|
|
3.1 |
|
|
|
|
3.2 |
|
|
|
|
4. |
|
|
|
|
4.1 |
|
|
|
|
5. |
|
|
|
|
5.1 |
|
|
|
|
6. |
|
|
|
|
6.1 |
|
|
|
Signature: ________________
[insert name]
in the capacity of [insert position in company or JV] of [insert company or JV name] duly authorised to sign the Bid for and on behalf of [insert Bidder or JV’s name].
Date: _________________________
Subcontractors
The following Subcontractors and/or manufacturers are proposed for carrying out the activity/subactivity indicated. For any additional subcontractor (that is not the Specialised Subcontractor accepted in the initial selection process or subsequently approved by the Employer in accordance with ITB 13), Bidders are free to propose more than one Subcontractor for each activity/subactivity.
|
Activity/Sub-Activity |
Proposed Subcontractors |
Nationality |
|
|
|
|
|
|
|
|
|
|
|
|
The Bidder shall provide details of the quality assurance system to be used to ensure the successful execution and completion of the Works and remedying any defects.
Bidders should provide the names and details of the suitably qualified Contractor’s Representative and Key Personnel to perform the Contract. The data on their experience should be supplied using the Form PER-2 below for each candidate. Bidders should submit a fully detailed Key Personnel resource schedule for the whole contract implementation period. The resource schedule must include:
|
|
Title of position |
Name of Candidate |
|
|
1. |
[Contractor’s Representative] |
|
|
|
Key Personnel for Design |
|||
|
2. |
[Design Manager] |
|
|
|
3. |
[Modify/add others as appropriate] |
|
|
|
Key Personnel for Construction |
|||
|
4. |
[Construction Manager] |
|
|
|
5. |
[Health and Safety Specialist] |
|
|
|
6. |
[Modify/add others as appropriate] |
|
|
|
Name of Bidder:
|
||
|
Position [#1]: [Title of position from Form PER-1]
|
||
|
Personnel information |
Name:
|
Date of Birth: |
|
|
Address:
|
E-mail: |
|
|
Professional Qualifications:
|
|
|
|
Academic Qualifications:
|
|
|
|
Language Proficiency: [language and levels of speaking, reading and writing skills]
|
|
|
Details |
Address of Employer:
|
|
|
|
||
|
|
Telephone:
|
Contact (Manager/Personnel Officer): |
|
|
Fax:
|
|
|
|
Job Title:
|
Years with present employer: |
Summarise professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project.
|
Project |
Role |
Duration of involvement |
Relevant experience |
|
[main project details] |
[role and responsibilities on the project] |
[time in role] |
[describe the experience relevant to this position] |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Declaration
I, the undersigned Key Personnel, certify that to the best of my knowledge and belief, the information contained in this Form PER-2 correctly describes myself, my qualifications and my experience.
I confirm that I am available as certified in the following table and throughout the expected time schedule for this position as provided in the Bid:
|
Commitment |
Details |
|
Commitment to duration of contract: |
[insert period (start and end dates) for which this Key Personnel is available to work on this contract] |
|
Time commitment: |
[insert the number of days/week/months/ that this Key Personnel will be engaged] |
I understand that any misrepresentation or omission in this Form may:
Name of Key Personnel: [insert name]_________________________________________________________________
Signature: ______________________________________________________________________
Date: (day month year): ______________________________________________________________________
Countersignature of authorised representative of the Bidder:
Signature: ______________________________________________________________________
Date: (day month year): ______________________________________________________________________
[Note to Bidder: insert preliminary design.]
[Note to Bidder: insert preliminary drawings.]
The Bidder shall set out a time programme in the form of a bar chart for the design, execution and completion of the Works. The proposed programme shall be developed based on the Employer’s Requirements and shall include, as a minimum the following:
The Bidder shall update the information given during the corresponding prequalification exercise to demonstrate that they continue to meet the criteria used at the time of prequalification. For this purpose, the Bidder shall use the relevant forms included in this Section.
Date: [insert day, month, year]
LIB No. and title: [insert LIB number and title]
Page [insert page number] of [insert total number] pages
|
1. Bidder's legal name [Insert full legal name] |
|
2. In case of Joint Venture (JV), legal name of each partner: [Insert full legal name of each partner in JV] |
|
3. Bidder’s actual or intended country of constitution: [Indicate country of constitution] |
|
4. Bidder’s actual or intended year of constitution: [Indicate year of Constitution] |
|
5. Bidder's legal address in country of registration: [Insert street/ number/ town or city/ country] |
|
6. Bidder's authorised representative information Name: [insert full legal name] Address: [insert street/ number/ town or city/ country] Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes] E-mail address: [indicate e-mail address] |
|
7. Attached are copies of original documents of: ¨ Articles of Incorporation or Documents of Constitution, and documents of registration of the legal entity named above. ¨ In case of state-owned enterprise or institution, documents establishing:
8. Included are the organisational chart, a list of Board of Directors, and the beneficial ownership. |
Form ELI -1.2
[The following form is additional to Form ELI – 1.1., and shall be completed to provide information relating to each JV member]
Date: [insert day, month, year]
LIB No. and title: [insert LIB number and title]
Page [insert page number] of [insert total number] pages
|
1. Bidder’s JV name: [Insert full legal name] |
|
2. JV member’s name: [Insert full legal name of Applicant's Party] |
|
3. JV member’s country of registration: [Indicate country of registration] |
|
4. JV member's year of constitution: [Indicate year of constitution] |
|
5. JV member’s legal address in country of registration: [Insert street/ number/ town or city/ country] |
|
6. JV member’s authorised representative information Name: [insert full legal name] Address: [insert street/ number/ town or city/ country] Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes] E-mail address: [indicate e-mail address] |
¨ In case of JV, letter of intent to form JV or JV agreement. ¨ In case of state-owned enterprise or institution, in accordance with ITB 4.9 documents establishing:
8. Included are the organisational chart, a list of Board of Directors, and the beneficial ownership. |
Bidders and each member to a JV should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.
|
Contact Address, Tel, Fax |
Value of Outstanding Work [Current USD Equivalent] |
Estimated Completion Date |
Average Monthly Invoicing Over Last Six Months |
||
|
1 |
|
|
|
|
|
|
2 |
|
|
|
|
|
|
3 |
|
|
|
|
|
|
4 |
|
|
|
|
|
|
5 |
|
|
|
|
|
|
|
|
|
|
|
|
Date:__________________________ [Bidder insert: date of Bid]
LIB:___________________________ [Insert: LIB name and number]
Contract:_______________________ [Insert: name of Contract]
Alternative No.:_________ [insert identification number if this is a Bid for an alternative]
To:____________________________ [Insert: name and address of Employer]
We, the undersigned Bidder, acknowledge and agree that for the purposes of this Bid Submission and the Contract, the “Letter of Bid – Technical Part” and “Letter of Bid – Financial Part” together constitute the Letter of Bid and hereby submit the second part of our Bid, the Financial Part.
We, the undersigned declare that:
[insert one of the options below as appropriate]
Total price: [insert the total Bid price in words and figures, indicating the various amounts and the respective currencies that corresponds to BDS ITB 12.1 and the Summary of Payment Currencies table]
(i) The discounts offered are: [Specify in detail each discount offered]
(ii) The exact method of calculation 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];
_________________________________________________________________
Name of the Bidder: *[insert complete name of the Bidder]
_________________________________________________________________
Name of the person duly authorised to sign the Bid on behalf of the Bidder: **[insert complete name of person duly authorised 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 the Bidder.
**Person signing the Bid shall have the power of attorney given by the Bidder. The power of attorney shall be attached with the Bid Schedules.
ENCLOSURE(S):
|
Item |
Data |
|
Employer's name and address .........
|
Water and Sewerage Company (WASCO) – L’Anse Road, Castries, St. Lucia
|
|
Contractor’s name and address......... |
_________________________ _________________________ _________________________
|
|
Time for Completion of the Works.. |
365 calendar days |
|
Defects Notification Period.............. |
180 days |
|
Governing Law................................. |
Laws of Saint Lucia
|
|
Ruling language................................ |
English
|
|
Language for communications......... |
English
|
|
Time for access to the Site............... |
7 days after Commencement Date
|
|
Amount of Performance Security..... |
10 % of the Accepted Contract Amount, in the currencies and proportions in which the Contract Price is payable.
|
|
Maximum accumulated value of Works that may be subcontracted.... |
30 % of the Accepted Contract Amount.
|
|
Period for notifying unforeseeable errors, faults and defects in the Employer’s Requirements ...............
|
14 days |
|
Normal working hours...................... |
0800 to 1600 hours, Monday to Friday
|
|
Delay damages for the Works.......... |
0.1 % of the Accepted Contract Amount per day, in the currencies and proportions in which the Contract Price is payable.
|
|
Maximum amount of delay damages |
10 % of the Accepted Contract Amount.
|
|
Percentage of retention..................
|
10% |
|
Minimum amount of Interim Payment Certificates...................... |
5% of the Accepted Contract Amount |
|
Currency of payment................... |
United States Dollars (USD) as named in the Letter of Bid |
|
Periods for submission of insurance: (a) evidence of insurance (b) relevant policies |
(a) 14 days (b) 28 days |
|
Minimum insurance amounts |
(a) For loss or damage of the Works, Plant and Materials: 100% of the value of the works
(b) For loss or damage to equipment: Full replacement cost, deductible 2.5%
(c)For loss or damage to property (except the Works, Plant, Materials and Equipment) in connection with the Contract: USD 350,000
(d) For personal injury or death: (i) of the Contractor’s employees: USD 350,000 (ii) of other people: USD 350,000 |
The Bid price shall be a lump sum for the design, execution and completion of the Works and remedying of any defects therein, in conformity with the Bid document. The Bidder shall fill in prices for all items of the Works described in the Price Schedules/Schedules of Payment. Items against which no price is entered by the Bidder shall be deemed covered by the prices for other items in the Price Schedules/Schedule of Payments and will not be paid for separately by the Employer. Pricing of the items listed in the Price Schedules/Schedule of Payments shall be based on the Bidders design and the Bidders may extend or amend the listed items to the extent permitted by the Bid document.
[To be completed by the Bidder (more rows to be used by the Bidder as appropriate)]
|
Activity No. |
Description of Activity |
Activity Price |
|
1. |
Design and Engineering Services |
|
|
|
|
|
|
2. |
Filter Rehabilitation Works |
|
|
|
|
|
|
3. |
Mechanical & Electromechanical Works |
|
|
|
|
|
|
4. |
Documentation, Training and Commissioning |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Total price of Activities carried forward to Grand Summary, Page ____ |
|
[To be completed by the Bidder (more tables to be used by the Bidder as appropriate)]
|
Sub-activity No. |
Description of Sub-activity |
Sub-Activity Price |
|
1.A |
Preliminary investigations & condition assessment |
|
|
1.B |
Detailed design report & technical specifications inclusive of Construction sequencing & operational continuity plan and Quality Assurance and Control plan and testing protocols |
|
|
|
|
|
|
2.A |
Demolition, removal & disposal of existing components |
|
|
2.B |
Supply and installation of new underdrain system |
|
|
2.C |
Supply and installation of filter media as per AWWA B100 |
|
|
2.D |
Supply and installation of stainless steel process piping |
|
|
2.E |
Air and washwater system rehabilitation |
|
|
|
|
|
|
3.A |
Mechanical equipment |
|
|
3.B |
Stainless steel valves and fittings |
|
|
3.C |
Air scour lines and manifolds |
|
|
3.D |
Refurbishment of backwash water distribution system |
|
|
|
|
|
|
4.A |
As-built Drawings |
|
|
4.B |
Operation & Maintenance Manuals |
|
|
4.C |
Operator Training |
|
|
|
|
|
|
|
|
|
|
|
Total price of Sub-activities carried forward to the Priced Activity Schedule, Page ____ |
|
|
General Summary |
Page |
Amount |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Subtotal of Activities |
(A) |
|
|
|
|
|
PART 2 –Employer’s Requirements and Supplementary Information
Section VII. Terms of Reference and Supplementary Information
Table of Contents
Terms of Reference..................................................................................................... 113
As Built Drawings ................................................................................................... 117
Supplementary Data and Information...................................................................... 120
THEOBALDS WATER TREATMENT PLANT REHABILITATION
REHABILITATION OF SIX (6) RAPID GRAVITY SAND FILTERS INCLUDING COMPRESSED AIR LINES FOR BACKWASHING
1. BACKGROUND
The Theobalds Water Treatment Plant (WTP) was originally commissioned in 1993 with a rated design capacity of 6 million imperial gallons per day (MIGD). In 2007, the facility was expanded by an additional 4.8 MIGD, bringing the combined nominal design capacity to 10.8 MIGD. The plant utilizes conventional treatment processes comprising horizontal flow flocculation, lamella plate clarification, and rapid gravity filtration.
The four filters from the original plant are fitted with tepee-type lateral underdrain systems, whereas the two additional filters constructed during the expansion utilize a nozzle-type underdrain system. Upon commissioning of the expanded plant, operational personnel reported reduced backwash flow rates in the new filter units. This deficiency was never adequately resolved, resulting in persistent inefficiencies in filter backwashing, increased water losses, and premature clogging.
Over time, deterioration of nozzles and corrosion of mild steel compressed air lines has rendered the air-scouring function ineffective. The plant has consequently relied solely on water backwashing to achieve surface washing and filter media fluidization. This deviation from optimal backwash practice has reduced operational performance and shortened filtration cycles. Backwashing currently occurs every 24–48 hours instead of the ideal 72-hour cycle, and the WTP is unable to reliably meet its maximum rated treatment capacity of 10 MIGD during peak demand periods. Rehabilitation of the filters and associated air/water backwashing systems is therefore considered critical to restoring the plant’s operational output and efficiency.
2. OBJECTIVE
The objective of the rehabilitation project is to evaluate the condition of the six (6) filters located within the expanded section of the Theobalds WTP and implement a technological solution that will enable consistent, efficient and reliable operation of the filters at design capacity. The solution shall include replacement of filter media, replacement of mild steel piping with suitable stainless steel, and installation of an improved underdrain and air/water backwashing technology. The proposed solution shall be designed and executed to minimize disruption to plant operations and maintain existing treated water production levels throughout the implementation period.
3. SCOPE OF WORKS
The Contractor shall provide all labour, design services, materials, equipment, plant, testing and commissioning activities required to rehabilitate the filters. The Scope of Works includes, but is not necessarily limited to, the following activities:
4. Key Performance Requirements
The rehabilitated filters shall meet the following minimum performance criteria:
5. Project Deliverables
The Contractor shall submit the following deliverables for review and approval:
6. Project Duration
It is anticipated that the project will be undertaken in two distinct phases over an estimated twelve-month period. Phase 1 will comprise all activities required for the preparation of the detailed design of the works, including but not limited to data collection, verification of existing conditions, preparation of technical drawings and specifications, and development of the detailed implementation methodology. This phase is expected to culminate with the submission and approval of the final design package and associated deliverables. It is envisaged that Phase 1 will be completed within the first three (3) months of the project.
Phase 2 will consist of the physical execution of the works as defined during the design phase. This will include fabrication and associated construction activities, installation, integration with existing systems where required, and validation of performance. Phase 2 will also encompass all testing, commissioning, and training activities to ensure operational readiness. The completion of this phase will mark the formal handover of the works and the conclusion of the project.
7. Key Personnel:
a: Project Manager/ Team Leader:
The Project Manager shall have overall responsibility for the planning, coordination, and execution of the assignment and for ensuring compliance with the Contract requirements. This includes leading design, construction, testing, and commissioning activities and maintaining communication with the Employer. The Project Manager shall be responsible for scheduling and progress monitoring, contract administration, risk management and reporting. The Project Manager shall ensure that the Works are completed on time, within budget, and to the required quality, safety, and performance standards.
b: Process/Water Treatment Engineer
The Process Engineer shall be responsible for the technical design and performance aspects of the water treatment works. This includes equipment specification and selection, evaluation of performance criteria, and integration with hydraulic, mechanical, civil, electrical, and control systems. The Process Engineer shall define the process-related commissioning and performance testing requirements and assist in the preparation of operational documentation. The role also includes support during construction and commissioning to ensure that the system achieves the required operational performance targets, as well as coordination with the Employer on operational constraints and transitional arrangements during rehabilitation.
c: Construction Manager
The Construction Manager shall oversee all on-site construction activities, including supervision of works, scheduling, sequencing, and implementation of health, safety, environmental, and quality control measures. The Construction Manager shall ensure that the Works are executed in accordance with the approved drawings, specifications, method statements, and construction programme. Particular attention shall be given to any shutdowns, temporary works, and activities undertaken within the operational facility. The Construction Manager shall also ensure accurate site documentation, maintain communication with the design team regarding constructability issues, and support the commissioning and handover process.
The minimum requirements with respect to qualifications and level of experience of each of these key personnel is presented in Section III: Evaluation and Qualification Criteria.
8. Implementation & Operational Continuity Requirements
Given the operational importance of the WTP, rehabilitation works shall be sequenced to:
The Contractor shall be responsible for temporary works, bypass systems, staging, equipment handling and any other measures necessary to maintain performance continuity.
9. Standards and Codes
All design, materials and workmanship shall comply with relevant international standards including, but not limited to:
10. Testing and Commissioning
Commissioning shall include hydraulic performance testing, validation of filtration and backwash cycles, and demonstration of compliance with performance requirements. A post-commissioning validation period will be undertaken. The time frame for this validation period will be 60 days. During this time frame the performance of the system will be continuously monitored to ensure compliance with the project requirements.
11. Warranty and Defects Liability
The Contractor shall provide warranties on equipment, installed components, and materials. A defects liability period of 6 months shall apply.
|
FILTERS |
DETAILS |
|
No. of Filters |
6 |
|
Dimensions |
|
|
Length/m |
6.65 |
|
Width/m |
4.9 |
|
Surface area/m2 |
32.59 |
|
Filtration Rate in m3/m2/hr |
6.28 |
|
No. of nozzles per filter |
966 |
|
LAYERS |
|
|
Gravel |
|
|
Depth/mm |
152 |
|
Size/mm |
3x6 |
|
Standard |
AWWA B 100-89 |
|
Density in kg/m3 |
1600 |
|
Volume per filter in m3 |
4.95 |
|
|
|
|
Sand |
|
|
Depth/mm |
300 |
|
Size/mm |
0.55 |
|
Standard |
AWWA B 100-89 |
|
Density in kg/m3 |
2.65 |
|
Uniformity Coefficient |
1.5 |
|
Volume per filter in m3 |
9.78 |
|
|
|
|
Anthracite |
|
|
Depth/mm |
550 |
|
Size/mm |
1.42 |
|
Standard |
AWWA B 100-89 |
|
Density in kg/m3 |
1.64 |
|
Uniformity Coefficient |
17.92 |
|
Volume per filter in m3 |
1.35 |
|
Valves and Meters |
|
|
Each filter consists of Auma Actuator Valves |
|
|
Inlet |
1 Per Filter |
|
Drain Gate |
1 Per Filter |
|
Filter drain |
1 Per Filter |
|
Surface Wash |
1 Per Filter |
|
Air Scouring |
1 Per Filter |
|
Outlet |
1 Per Filter |
|
Ultrasonic Level Sensor |
1 Per Filter |
|
|
|
|
24” Mag Meters |
2 Meters ( New Meters have been procured) |
|
Turbidity Meters |
6 Turbidity. |
PART 3 – CONDITIONS OF CONTRACT AND CONTRACT FORMS
Section VI. General Conditions (GC)
Green Book:
© FIDIC 1999. All rights reserved.
The Conditions of Contract comprise the FIDIC “General Conditions of Short Form Contracts” (FIDIC Green Book) first edition 1999 published by the Federation Internationale Des Ingenieurs-Conseils (FIDIC), and the following “Particular Conditions” which include amendments and additions to such General Conditions.
An original copy of the above FIDIC publication i.e. “General Conditions of Short Form Contracts” must be obtained from FIDIC.
International Federation of Consulting Engineers (FIDIC)
FIDIC Bookshop – Box- 311 – CH – 1215 Geneva 15 Switzerland
Fax: +41 22 799 49 054
Telephone: +41 22 799 49 01
E-mail: fidic@fidic.org
The following Particular Conditions shall supplement the General Conditions. Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions.
|
Item |
Sub-Clause |
Data |
|
Time for completion |
1.1.9 |
12 months |
|
Law of the Contract |
1.4 |
Laws of Saint Lucia |
|
Language |
1.5 |
English |
|
Provision of site |
2.1 |
7 days after the commencement date |
|
Employer’s authorised person |
3.1 |
Mr. Maurice Norville – Head, Project Management Unit |
|
Name and Address of Employer |
3.2 |
Water and Sewerage Company (WASCO) – L’Anse Road, Castries, Saint Lucia |
|
Performance Security |
4.4 |
Performance Guarantee in the value of 10% of the Contract Amount |
|
Amount payable due to failure to complete within contract period |
7.4 |
0.01% per day up to a maximum of 10% of the Contract Amount |
|
Period for notifying defects |
9.1 & 11.5 |
180 days |
|
Percentage of retention |
11.3 |
10% |
|
Currency of payment |
11.7 |
United States Dollars (USD) |
|
Insurances |
|
a) For loss or damage of the Works, Plant and Materials: 100% of the value of the works
(b) For loss or damage to equipment: Full replacement cost, deductible 2.5%
(c)For loss or damage to property (except the Works, Plant, Materials and Equipment) in connection with the Contract: USD 350,000
(d) For personal injury or death: (i) of the Contractor’s employees: USD 350,000 (ii) of other people: USD 350,000 |
[1] Where, applicable, the ‘Total Bid Evaluation Sum’ is the amount entered by the Bidder on the “Schedule of Bid Evaluation Sum” in the price schedules.
[3] The amount of the Bond shall be denominated in the currency of the Employer’s country or the equivalent amount in a freely convertible currency.