+ All Categories
Home > Documents > XIII SCHEDULE OF WORKS COMPLETION - ceb.intnet.muceb.intnet.mu/CEBPublish/Documents/Word version of...

XIII SCHEDULE OF WORKS COMPLETION - ceb.intnet.muceb.intnet.mu/CEBPublish/Documents/Word version of...

Date post: 08-Jun-2019
Category:
Upload: vothu
View: 214 times
Download: 0 times
Share this document with a friend
55
XII. SCHEDULE OF GUARANTEED PARTICULARS Bidders have to fill in all the data in these two Forms for the respective substation. A.1- 4 MW BESS BESS Specification : Wooton, Anahita and Jin Fei Substations Item Description Unit Employer’s Requirement Bidder’s Response 1.0 Delivered Power at PCC MW 4 2.0 Energy at rated power delivered at PCC MWh Specify 2.1 Energy at rated power delivered at PCC with a SOC of 50% MWh Specify 3.0 BESS Dimension complete with platforms and staircase Length M Within the area earmarked for implementatio n Width M Height M 4.0 Operating Grid Support Functionalities 4.1 Frequency Yes 4.2 Peak Shaving Yes 4.3 Voltage regulation Yes 4.3 Additional Functionalities for Grid Support Specify 4 Response time measured at PCC ms ≤ 50ms 5 Number of Cycles at 80% DOD No. ≥ 10,000 6 Number of Cycles at 20% DOD No ≥ 172,500 7 Converter Efficiency % ≥ 97% 8 Output of 4MW with loss of 30% of the converters (No Overload) Yes 8 System Efficiency % ≥ 94% 10 Self-Discharge in nominal mode % < 2% 11 Self-Discharge in OFF mode % < 4% 12 Round-trip efficiency % ≥90%
Transcript

XII. SCHEDULE OF GUARANTEED PARTICULARS

Bidders have to fill in all the data in these two Forms for the respective substation.

A.1- 4 MW BESS

BESS Specification : Wooton, Anahita and Jin Fei SubstationsItem Description Unit Employer’s

RequirementBidder’s

Response1.0 Delivered Power at PCC MW 42.0 Energy at rated power

delivered at PCCMWh Specify

2.1 Energy at rated power delivered at PCC with a SOC of 50%

MWh Specify

3.0 BESS Dimension complete with platforms and staircase

Length M Within the area earmarked for

implementationWidth MHeight M

4.0 Operating Grid Support Functionalities

4.1 Frequency Yes4.2 Peak Shaving Yes4.3 Voltage regulation Yes4.3 Additional Functionalities

for Grid SupportSpecify

4 Response time measured at PCC

ms ≤ 50ms

5 Number of Cycles at 80% DOD No. ≥ 10,0006 Number of Cycles at 20% DOD No ≥ 172,5007 Converter Efficiency % ≥ 97%8 Output of 4MW with loss of

30% of the converters (No Overload)

Yes

8 System Efficiency % ≥ 94%10 Self-Discharge in nominal

mode% < 2%

11 Self-Discharge in OFF mode % < 4%12 Round-trip efficiency % ≥90%13 Overloading Capacity for at

least 5 minutes% ≥120%

14 THD at PCC % <5%15 IP Rating of Containers 54 or better16 UPS autonomy Hours 317 LV Main Circuit Breakers Motorized18 Black Start Yes19 Power Factor Range at PCC 0.95 lagging –

0.95 Leading20 Redundant PLC Yes21 Redundant BMS Yes / No22 Close loop communication

system within the BESSYes

23 BESS Compliant to IEC 61850 Yes 24.0 22kV Incoming Feeder Panel24.1 Rated Voltage kV 2424.2 Rated Current A 630

BESS Specification : Wooton, Anahita and Jin Fei SubstationsItem Description Unit Employer’s

RequirementBidder’s

Response24.3 Rated short time current ISC

[kA(rms)]25, 1 sec

24.4 Making Capacity kA peak 62.524.5 Arc quenching medium e.g.

SF6

To specify

24.6 Is double or single break? To specify24.7 Type of operating mechanism

(manual spring charged; manual)

To specify

24.8 Minimum clearance:(a) Between phases(b) Live part to earth

mmmm

24.9 Type of design contacts:(a) Movable contacts(b) Fixed contacts

To specify

24.10 Type of metal used:(a) Movable contacts(b) Fixed contacts

To specify

24.11 Padlocking facility to allow locking of disconnector and earth switch in close/open positions independently

Yes/No

24.12Current Transformer:-

(a) No. of CT provided

(b) Type

(c) Model/Make

(d) Burden for metering and instrumentation

(e) Accuracy class for protection

(f) Accuracy class for metering and instrumentation

(h) Rated primary current

(i) Rated secondary current(j) No. of primaries

25.0 22 kV Voltage Transformer Cubicle

25.1 Rated Voltage kV 2425.2 Rated Current A 63025.3 Type of Disconnector To specify25.4 Type of operating mechanism

of DisconnectorTo specify

25.5 Standard of HRC fuse links To specify25.6 Voltage Transformer:-

(a) Number of units installed(b) Type(c) Model/Make

BESS Specification : Wooton, Anahita and Jin Fei SubstationsItem Description Unit Employer’s

RequirementBidder’s

Response(d) Burden(e) Rated primary voltage(f) Rated secondary voltage(g) Accuracy class(h) Transformation ratio(i) Rated thermal output

VAkVV

VA

To specify

25.7 Padlocking facility to allow locking of disconnector and earth switch in close/open positions independently

Yes

26.0 22 kV Circuit Breaker Cubicle26.1 Rated Voltage kV26.2 Rated Current A26.3 Rated short time current ISC

[kA(rms)]25, 1 sec

26.4 Making Capacity kA peak 62.526.5 Arc quenching medium e.g.

SF6/ VacuumTo specify

26.6 Is double or single break? To specify26.7 Type of operating mechanism

(manual spring charged; manual)

To specify

26.8 Minimum clearance:-(a) Between phases(b) Live part to earth

mmmm

26.9 Type of design contacts:-(a) Movable contacts

(b) Fixed contacts26.10 Type of metal used for

contacts:-(a) Movable contacts

(b) Fixed contacts

To specify

26.11Padlocking facility to allow locking of disconnector and earth switch in close/open positions independently

Yes/No

26.12Current Transformer:-

(a) No. of CT provided

(b) Type

(c) Model/Make

(d) Burden for protection

(e) Burden for metering

(f) Accuracy class for protection

VAVA To specify

BESS Specification : Wooton, Anahita and Jin Fei SubstationsItem Description Unit Employer’s

RequirementBidder’s

Response

(g) Accuracy class for metering

(h) Rated primary current

(i) Rated secondary current

(j) No. of primaries

AA

A.2- BESS 2 MW

BESS Specification : La Tour Koenig SubstationItem Description Unit Employer’s

RequirementBidder’s

Response1.0 Delivered Power at PCC MW 22.0 Energy at rated power

delivered at PCCMWh To Specify

2.1 Energy at rated power delivered at PCC with a SOC of 50%

MWh To Specify

3.0 BESS DimensionLength M Within the area

earmarked for implementation

Width MHeight M

4.0 Operating Grid Support Functionalities

4.1 Frequency Yes4.2 Peak Shaving Yes4.3 Voltage regulation Yes4.3 Additional Functionalities

for Grid SupportSpecify

4 Response time measured at PCC

ms ≤ 50ms

5 Number of Cycles at 80% DOD No. ≥ 10,0006 Number of Cycles at 20% DOD No ≥ 172,5007 Converter Efficiency % ≥ 97%8 Output of 2MW with loss of

30% of the converters (No Overload)

Yes

8 System Efficiency % ≥ 94%10 Self-Discharge in nominal

mode% < 2%

11 Self-Discharge in OFF mode % < 4%12 Round-trip efficiency % ≥90%13 Overloading Capacity for at

least 5 minutes% ≥120%

14 THD at PCC % <5%15 IP Rating of Containers 54 or better16 UPS autonomy Hours 317 LV Main Circuit Breakers Motorized18 Black Start Yes19 Power Factor Range at PCC 0.95 lagging –

0.95 Leading20 Redundant PLC Yes21 Redundant BMS Yes / No22 Close loop communication

system within the BESSYes

23 BESS Compliant to IEC 61850 Yes 24.0 22kV Incoming Feeder Panel Make

Model24.1 Rated Voltage kV 2424.2 Rated Current A 63024.3 Rated short time current ISC

[kA(rms)]25, 1 sec

24.4 Making Capacity kA peak24.5 Arc quenching medium e.g.

SF6

To specify

BESS Specification : La Tour Koenig SubstationItem Description Unit Employer’s

RequirementBidder’s

Response24.6 Is double or single break? To specify24.7 Type of operating mechanism

(manual spring charged; manual)

To specify

24.8 Minimum clearance:(a) Between phases(b) Live part to earth

mmmm

24.9 Type of design contacts:(a) Movable contacts(b) Fixed contacts

To specify

24.10 Type of metal used:(a) Movable contacts(b) Fixed contacts

To specify

24.11 Padlocking facility to allow locking of disconnector and earth switch in close/open positions independently

Yes/No

24.12Current Transformer:-

(a) No. of CT provided

(b) Type

(c) Model/Make

(d) Burden for metering and instrumentation

(e) Accuracy class for protection

(f) Accuracy class for metering and instrumentation

(h) Rated primary current

(i) Rated secondary current(j) No. of primaries

VA

AA

To Specify

25.0 22 kV Voltage Transformer Cubicle

22kV

25.1 Rated Voltage kV 2425.2 Rated Current A 63025.3 Type of Disconnector To specify25.4 Type of operating mechanism

of DisconnectorTo specify

25.7 Standard of HRC fuse links To specify25.8 Voltage Transformer:-

(a) Number of units installed(b) Type(c) Model/Make(d) Burden(e) Rated primary voltage(f) Rated secondary voltage(g) Accuracy class(h) Transformation ratio

VAkVV

To specify

BESS Specification : La Tour Koenig SubstationItem Description Unit Employer’s

RequirementBidder’s

Response(i) Rated thermal output VA

25.9 Padlocking facility to allow locking of disconnector and earth switch in close/open positions independently

Yes

XIII SCHEDULE OF WORKS COMPLETION

[Bidders to fill in the Completion Schedule]

Physical unit

BESSCapacity

Works sites –Sub-stations

Employer’sRequired

Completiontime

after issue of Letter of

Acceptance

Bidder’s Response for Completion

timeafter issue of

Letter of Acceptance

1 4 MW Jin Fei 8 months

1 2 MW La Tour Koenig 10 months

1 4 MW Anahita 11 months

1 4 MW Wooton 12 months

I. SCHEDULE OF MAJOR ITEMS OF CONSTRUCTIONAL PLANT

Description(Type, Model,

Make)

No. of Each

Yearof

Manufacture

New or

Used

Owned (O)Or

Leased (L)Value(insert

currency)

Est.PowerRating

Capacityt or m3

The Employer should select appropriate major headings to suit the nature of the Works. The bidder shall enter in this Schedule all major items of Construction Plant which he proposes to bring on site, both owned and leased (rented), and shall indicate the proposed port of entry.

II. SCHEDULE OF KEY PERSONNEL

Name Summary of qualifications

(i) Nominee Experience and(ii) Alternate Present Occupation

HeadquartersPartner/DirectorOther Key Staff(give designation)

Site OfficeSite SuperintendentDeputySuperintendentSupervisingEngineersConstructionSupervisorsOther Key Staff

I. Recommended Spare Parts(Not to be added to Bid Price)

Item Description QuantityUnit Price Total Price

From Abroad

( )a

LocalEx-Factory

( )a

Foreign( )a

Local( )a

SCHEDULES OF PRICES (DDP delivery at site of work excluding VAT for Schedules I to IV)

I. Design, Drawings and Documentation

[use one set for each site]

Item Description QuantityRate Total Price

Foreign Currencya

Local Currencya b

Foreigna Locala

TOTAL(To Summary)

a Currencies shall be in accordance with Clause 16 of the Instructions to Bidders.b Include duties and taxes.

II. Plant & Equipment, including mandatory spare parts, supplied from outside the Employer’s Country

[use one set for each site]

Item Description Country of Origin

Foreign Currencya

Local Currency Total Price

FOB CIF Taxes & Duties

Local Transport

Foreigna Locala

TOTAL(To Summary)

a Currencies shall be in accordance with Clause 17 of the Instructions to Bidders.

III. Plant & Equipment, including mandatory spare parts, from within the Employer’s Country

[use one set for each site]

Item Description QuantityDDP

(Delivery at site)

TotalMUR

Total to Summary

a Currencies shall be in accordance with Clause 17 of the Instructions to Bidders.

IV. Civil Works, Installations and other Services[use one set for each site]

Item Description QuantityRate (excluding VAT) Total Price

(excluding VAT)Foreign Currencya

Local Currencya b

Foreigna Locala

TOTAL(To Summary)

a Currencies shall be in accordance with Clause 17 of the Instructions to Bidders.b Include duties and taxes.

V. SUMMARY[use one set for each site]

Item DescriptionTotal Price

(excluding VAT)Foreign

( )aLocal

( )a

1

2

3

4

Schedule I.Design, Drawings and Documentation

Schedule IIPlant and Equipment, including Mandatory spare parts,supplied from abroad

Schedule III.Plant and Equipment, including Mandatory spare parts,from within the Employer’s Country

Schedule IVCivil Works, installation and other services

TOTAL(To Grand Summary)

a Specify currency.

VI. GRAND SUMMARY[use one set for each site]

Site BESS Prices carried forward from Summary Sheet for each site

(insert currency)

(insert currency)

(insert currency)

(insert currency)

Jin Fei 4 MW

La Tour Koenig 2 MW

Anahita 4 MW

Wooton 4 MW

Grand Total exclusive of VAT carried forward to Form of Price Proposal

Form TECH-3: CVs of Key Personnel

Bidder to submit one duly filled form for each Key Personnel

Name of Bidder

Position

Personnel information

Name Date of birth

Professional qualifications

Present employment

Name of employer

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

Summarize professional experience over the last 10 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

Form EXP-1: General Design Experience

Each Bidder or member of a JV/Association making up a Bidder must fill in this form.

General Design and Construction Experience

StartingMonthYear

EndingMonthYear

Years

Contract Identification and NameName and Address of Employer

Brief description of the Designs Executed by the Bidder/Member of a JV/Association

making up the Bidder

Role of Bidder/Member

of a JV/Association making up the

Bidder

Form EXP-2: General Design and Construction Experience

Each Bidder or member of a JV/Association making up a Bidder must fill in this form.

General Construction Experience

StartingMonthYear

EndingMonthYear

Years

Contract Identification and NameName and Address of Employer

Brief Description of the Works Executed by the Bidder/Member of a JV/Association

making up the Bidder

Role of Bidder/Member

of a JV/Association making up the

Bidder

Form EXP-3: Specific Design Experience

Fill in one (1) form per contract.

Contract of Similar Size and NatureContract No . . . . . .

of . . . . . . Contract Identification

Award Date Completion Date

Role in Contract Contractor Designer Subcontractor

Total Contract Amount MUR

If a member of a joint venture or other

consortium making up the Bidder or a

subcontractor, specify participation of total

contract amount

Percent of Total Amount

Employer’s NameAddress

Telephone/Fax NumberE-mail

Description of the similarity in accordance with Sub-Factor 2.4.2 (a) of Section 1A

Form EXP-4: Specific Design and Construction Experience

Fill in one (1) form per contract.

Contract of Similar Size and Nature

Contract No . . . . . . of . . . . . . Contract Identification

Award Date Completion Date

Role in Contract Contractor Management Contractor Subcontractor

Total Contract Amount MUR

If member of a JV or other association, or a subcontractor, specify

participation of total contract amount

Percent of Total Amount

Employer’s NameAddress

Telephone/Fax NumberE-mail

Description of the similarity in accordance with Sub-Factor 2.4.2 (a) of Section 1A

Form EXP-5: Specific Design Experience in Key Activities

Fill in one (1) form per contract.

Contract with Specific Key Activities

Contract No . . . . . . of . . . . . . Contract Identification

Award Date Completion Date

Role in Contract Contractor Management Contractor Subcontractor

Total Contract Amount MUR

If member of a JV or other association, or a subcontractor, specify

participation of total contract amount

Percent of Total Amount

Employer’s NameAddress

Telephone Number Fax Number

E-mail

Description of the key activities in accordance with Sub-Factor 2.4.2 (b) of Section1A

Form EXP-6: Specific Design and Construction Experience in Key Activities

Fill in one (1) form per contract.

Contract with Specific Key Activities

Contract No . . . . . . of . . . . . . Contract Identification

Award Date Completion Date

Role in Contract Contractor Management Contractor Subcontractor

Total Contract Amount MUR

If member of a JV or other association, or a subcontractor, specify

participation of total contract amount

Percent of Total Amount

Employer’s NameAddress

Telephone Number Fax Number

E-mail

Description of the key activities in accordance with Sub-Factor 2.4.2 (b) of Section 1A

Form EXP-7: Environmental Management Experience

Each Bidder or member of a JV/Association making up a Bidder must fill in this form.

StartingMonthYear

EndingMonthYear

Contract Identification and NameName and Address of Employer

Brief Description of the Works Executed by the Bidder, the Types of E Impacts Encountered, and

Mitigation Measures Implemented

Role of Bidder (i.e. primary

contractor or sub-contractor

responsible for E issues)

Form EXP-8: Health and Safety (H&S) Management Experience

Each Bidder or member of a JV/Association making up a Bidder must fill in this form.

StartingMonthYear

EndingMonthYear

Contract Identification and NameName and Address of Employer

Brief Description of the Works Executed by the Bidder and H&S Measures Implemented

Role of Bidder (i.e. primary

contractor or sub-contractor responsible for

H&S issues)

FIN-1. Financial Situation (continued)Key Financial Information extracted from Audited Accounts/Financial StatementsFinancial data in the currency reported in the Audited Accounts/Financial Statements

Historical Information

Year 1 Year 2

Year 3

Year 4

Year 5

Statement of Financial Position (Information from Balance Sheet)

A. Current Assets B. Current Liabilities Working capital ratio or current ratio( A/B) Quick ratio or Acid Test ratio (Current Asset net of stock / B)C. Total Assets D. Total Liabilities Net Worth( C-D) Cash in hand and at Bank Bank Overdrafts Other Liquid AssetsInformation from Income statement

Key Profitability Indicators in the currency reported in the Audited Accounts/Financial Statements

Year 1 Year 2

Year 3

Year 4

Year 5

TurnoverProfit /(Loss )Before TaxTaxationNet Profit /(Loss) After Tax(Net profit After tax )x 100 (Turnover)Certified by Bidder that information are true extract from Audited Accounts/Financial Statements Name:Signature: Capacity: Date:

FIN-2: Average Annual Turnover

Each Bidder or member of a JV/Association making up a Bidder must fill in these forms.

Annual Turnover Data for any five years over the last ten years (Construction of BESS)

YearAmount

CurrencyExchange

RateMUR/USD

Average Annual Construction Turnover

The information supplied should be the annual construction turnover of the Bidder or each member of a JV/Association making up a Bidder in terms of the amounts billed to clients for each year for work in progress or completed, converted to USD at the rate of exchange at the end of the period reported.

Annual Turnover Data for any five years over the last ten years (Design and Construction of BESS)

YearAmount

CurrencyExchange

RateMUR/USDEquivalent

Average Annual Design Turnover

The information supplied should be the annual design turnover of the Bidder or each member of a JV/Association making up a Bidder in terms of the amounts billed to clients for each year for work in progress or completed, converted to MUR/USD at the rate of exchange at the end of the period reported.

FIN-3: Financial Resources

Each Bidder or member of a JV/Association making up a Bidder must fill in this form, specifying 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 1A, Evaluation and Qualification Criteria Requirements.

No. Source of Financing Amount MUR/USD

1

2

3

4

FIN-4: Current Contract Commitments / Works in Progress

Each Bidder and each member of a JV/Association making up a Bidder 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.

Name of Contract Employer, contact

address/tel/fax

Value of outstanding work

(current MUR/USD)

Estimated completion date

Average monthly invoicing over last six months(MUR or USD

/month)

A. Bidder Qualification Forms

Form ELI-1.1: Bidder Information FormDate: [insert day, month, year]

Bidder's name[insert full name]

In case of Joint Venture (JV), name of each member and the JV Leader:[insert full name of each member in JV]

Bidder's actual or intended country of registration:[indicate country of Constitution]

Bidder's actual or intended year of incorporation:[indicate year of Constitution]

Bidder's legal address [in country of registration]:[insert street/ number/ town or city/ country]

1. Attached are copies of original documents of Articles of Incorporation (or equivalent documents of constitution or association), and/or

documents of registration of the legal entity named above, in accordance with ITB 4.1. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 6.2. In case of Government-owned enterprise or institution, in accordance with ITB 4.5

documents establishing:o Legal and financial autonomyo Operation under commercial lawo Establishing that the Bidder is not dependent agency of the Employer

2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.

Form ELI-1.2: Bidder’s Party Information Form

[The following form is additional to Form ELI – 1.1., and shall be completed to provide information relating to each JV member (in case the Bidder is a JV) as well as any Specialized Sub-contractor proposed to be used by the Bidder for any part of the Contract resulting from this prequalification]

Date: [insert day, month, year]

Bidder name:[insert full name]

Bidder's Party name:[insert full name of Bidder's Party]

Bidder's Party country of registration:[indicate country of registration]

Bidder Party's year of constitution:[indicate year of constitution]

Bidder Party's legal address in country of constitution:[insert street/ number/ town or city/ country]

Bidder Party's authorized representative informationName: [insert full 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]

1. 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 4.1.

In case of a Government-owned enterprise or institution, documents establishing legal and financial autonomy, operation in accordance with commercial law, and absence of dependent status, in accordance with ITB 4.5.

2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.

Form CON–1Historical Contract Non-Performance

The following table shall be filled in for the Bidder and for each member of a joint venture or other association that is a party to the Bidder.

Bidder’s Legal Name: [insert full name]

Date: [insert day, month, year]Bidder’s Party’s Legal Name: [insert full name]

Page [insert page number] of [insert total number] pages

Non-Performing Contracts in accordance with Section 1A, Evaluation and Qualification Criteria Requirements

Contract non-performance did not occur during the five years prior to the deadline for Bid submission in accordance with Section 1A, Evaluation and Qualification Criteria Requirements)), Sub-Factor 2.2.1.

OR Contract(s) not performed during the five years prior to the deadline for Bid submission in accordance

with Section 1A, Evaluation and Qualification Criteria Requirements, Sub-Factor 2.2.1.

YearNon performed

portion of contract

Contract IdentificationTotal Contract

Amount (current value, MUR/USD

equivalent)[insert year]

[insert amount and percentage]

Contract identification: [indicate complete contract name, number, and any other identification]Name of institution: [insert full name]Address of institution: [insert street/city/country]Reason(s) for non-performance: [indicate main reason(s)]

[insert amount]

Form CON–2Litigation history

The following table shall be filled in for the Bidder and for each member of a joint venture or other association that is a party to the Bidder.

Bidder’s Legal Name: [insert full name]

Date: [insert day, month, year]Bidder’s Party’s Legal Name: [insert full name]

Page [insert page number] of [insert total number] pages

Current and Past Proceedings, Litigation, Arbitration, Actions, Claims, Investigations and Disputes in accordance with Section III, Evaluation and Qualification Criteria Requirements

(each member of a JV/association making up a Bidder must complete this table)

Provide information on current or past proceedings, litigation, arbitration, actions, claims, investigations or disputes over the last five (5) years as shown in the form below in accordance with Sub-Factor 2.2.3 of Section 1 A, Evaluation and Qualification Criteria Requirements.

The Bidder, or a related company or entity, is currently, or within the past five (5) years has been, involved in any proceeding, litigation, arbitration, action, claim, investigation or dispute the process or outcome of which the Employer could reasonably interpret may impact or have the potential to impact the financial condition of the Bidder in a manner that may adversely affect the Bidder’s ability to satisfy any of its obligations under the Contract:

No OR Yes

If Yes, Describe:

Year: Matter in Dispute: Value of Award (Actual or Potential) Against Consultant in US$ Equivalent:

Form for Price Proposal

Name of Contract: ______________________________________________________________To: ___________________________________________(Insert name and address of Employer) ___________________________________________________ Gentlemen:

(a) We have examined the Conditions of Contract, Employer's Requirements & Specifications, Schedules, Addenda Nos _____ and the matters set out in the Appendix hereto. We have understood and checked these documents and have not found any errors in them. We accordingly offer to design, execute and complete the said Works and remedy any defects, fit for purpose in conformity with these documents and the enclosed Proposal, for the fixed lump sum of :

Site BESS (insert

currency)(insert currency)

(insert currency)

(insert Currency)

Jin Fei Substation 4 MWLa Tour Koenig Substation

2 MW

Anahita Substation 4 MW Wooton Substation 4 MW Grand Total excluding VAT

or other such sums as may be determined in accordance with the terms and conditions of the Contract. The above amounts are in accordance with the Price Schedules herewith and are made part of this bid.

(b) We agree to abide by this Bid until _____________ and it shall remain binding upon us and maybe accepted at any time before that date. We acknowledge that the Appendix forms part of our Bid.

(c) We have no conflict of interest in accordance with ITB Sub-Clause 4.3;

(d) If our bid is accepted, we will provide the specified performance security, preference security (if applicable), commence the Works as soon as reasonably possible after receiving the Employer's Representative's notice to commence, and complete the Works in accordance with the above-named documents within the time stated in the Appendix to Technical Proposal.

(a) Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below:

Name and Amount and Purpose of CommissionAddress of Agent Currency or Gratuity_______________________________ __________________ ________________________________________________________ __________________ ________________________________________________________ __________________ _________________________(if none, state “none”).

(f) 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 as per the principles described hereunder, during the bidding process and contract execution:

i. We shall not, directly or through any other person or firm, offer, promise or give to any of the Public Body’s employees involved in the bidding process or the execution of the con-tract or to any third person any material or immaterial benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

ii. We shall not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process.

iii We shall not use falsified documents, erroneous data or deliberately not disclose re-quested facts to obtain a benefit in a procurement proceeding.

We understand that transgression of the above is a serious offence and appropriate actions will be taken against such bidders.

(a) We understand that:-a. you are not bound to accept the lowest or any bid you may receive; and

b. this bid, together with your written acceptance, shall constitute a binding contract between us, until a formal contract is prepared and executed.

(b) We understand that We are, GentlemenYours faithfully

Signature ___________________ in the capacity of __________ duly authorized to sign bids for and on behalf of ________________________________________________________________

Address____________________________________________________________________________________

Date _____________________________________

B. Bid Submission Forms

Form for Technical Proposal

Name of Contract: ______________________________________________________________To: __________________________________________ (Insert name and address of Employer) ___________________________________________________

Gentlemen:

(1) We have examined the Conditions of Contract, Employer's Requirements & Specifications, Schedules, Addenda Nos ______ and the matters set out in the Appendix hereto. We have understood and checked these documents and have not found any errors in them. We accordingly offer to design, execute and complete the said Works and remedy any defects fit for purpose in conformity with these documents and the enclosed Proposal.

(2) We hereby confirm that the bid complies with:

(a) the Bid validity in accordance with ITB 18 and,(b) a Bid Security in the amount of Rupees 4 million in

accordance with ITB 19.

(3) We, including any subcontractors or suppliers for any part of the contract, do not have any conflict of interest in accordance with ITB 4.3.

(4) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of the contract, has not been declared ineligible under the laws of Mauritius or official regulations or by an act of compliance with a decision of the United Nations Security Council.

(5) 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 as per the principles described hereunder, during the bidding process and contract execution:

ii. We shall not, directly or through any other person or firm, offer, promise or give to any of the Public Body’s employees involved in the bidding process or the execution of the contract or to any third person any material or immaterial benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

iii. We shall not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process.

iv. We shall not use falsified documents, erroneous data or deliberately not disclose re-quested facts to obtain a benefit in a procurement proceeding.

We understand that transgression of the above is a serious offence and appropriate actions will be taken against such bidders.

(6) We hereby declare that we are bound by the terms and conditions as well as the price proposal submitted in the separate envelope.

We are, GentlemenYours faithfully

Signature ___________________ in the capacity of __________ duly authorized to sign bids for and on behalf of ________________________________________________________________

Address___________________________________________________________________


Recommended