Download as pdf or txt
Download as pdf or txt
You are on page 1of 7

INVITATION TO BID

ICC No 002 / CMI / 2017

Engineering, Procurement and Construction (EPC) of 225 kV lines between Nouakchott and
Zouerate and related stations.

Lot-1: Overhead lines 225 kV

Bank Guarantee Amount: 1,000,000,000 Ouguiyas or its equivalent in a convertible currency.

Validity of offers: 180 days

Lot 1 concerns the realization of:

Line 225 kV Dual Station (Nouakchott) - Akjoujt with dual structure with an approximate length
of 248 km

· 225 kV Akjoujt - Atar dual structure with a length of approximately 175 km

· 225 kV Atar - Zouerate dual structure line with an approximate length of 247 km

· 33 kV line between the Atar substation and the town of Atar, approximately 33 km long;

An option with 225kV lines with dual structure but equipped with a single dull will be requested.

This Lot 1 is a turn-key contract.

Lot 2 - Construction of electrical sub-stations between Nouakchott and Zouerate- the design,
supply and installation of the 225 kV Nouakchott-Zouerate line and associated stations is the
subject of a separate tender dossier.

Qualification:

Financial situation
(I) The Bidder must demonstrate that it has its own funds or has access to unencumbered assets
or lines of credit, etc. Other than the potential start-up advance, sufficient sums to meet the cash
requirements for the execution of the work referred to in this Request for Proposals in the
amount of 60,000,000 .- USD (Sixty million dollars) and net of its other commitments;

(Ii) the bidder must demonstrate to the satisfaction of the Client that he has sufficient financial
resources to satisfy the cash requirements of the work in progress and to come within the
framework of contracts already committed. The Bidder must present a document proving that
he/she has a sufficient line of credit to cover its cash requirements from a known bank;

(Iii) The supply of certified balance sheets or, if not required by the regulations of the country of
the Bidder, other financial statements acceptable to the Employer for the past 5 years,
demonstrating the current solvency And the long-term profitability of the Bidder. The financial
statements should also specify the following parameters:

- Operating Capital Fund (FR)

- Permanent Capital (CPE),

- Fixed Assets (AI),

- Medium and long-term debts (LTD or DMLT in French),

- Equity (CPR),

- Turnover (turnover).

- ... etc,

The Commission shall ensure, for each bidder, that:

- Its Equilibrium = FR = CPE / AI> 1;

- Its Financial Autonomy = DMLT / CPR <1;

- Its solvency = DMLT / CA ≤ 4.

Sales figures
Have an average annual turnover of at least 600,000,000 .- USD (Six hundred million dollars)
calculated as the total of the mandated payments received for contracts in progress and / or
completed within the 5 Last years divided by 5.

The Bidders and each member of an EAG will detail their current commitments and workloads
related to the contracts in progress but which have not been subject to provisional acceptance so
that the commission can assess their capacity to achieve this Project in relation to their current
workload

Experience

1. Experience of at least 5 contracts for HV electrical power lines as contractor or subcontractor


from 1 January 2010.

2. Participation as the main contractor, member of a joint-venture, contractor or subcontractor in


at least three contracts concerning the Engineering, procurement and construction (EPC) for
work on power lines of type HT (High Tension) Nine complete sets with a minimum length of
150 km as from 1 January 2007.

The voltage level must be at least 25 kV (HT) for the two contracts presented

And

At least two contracts must have been done in different countries other than the bidder’s.

For the above-referenced contracts or for other contracts executed as a main contractor, grouping
member, subcontractor or subcontractor during the period specified in paragraph 2.4.2 (a) above,
minimum engineering experience , Procurement and construction (EPC) of lines of at least 225
kV satisfactorily completed with a minimum amount of 80,000,000 .- USD (Eighty million
dollars)

Each contract submitted shall be certified by a provisional or final acceptance certificate issued
by the beneficiary.

Qualification Quality and safety certification


1. ISO certification or equivalent international standard (equivalent to be demonstrated by the
Bidder): · ISO 9001 quality assurance certification;

2. Present internal strategy and procedures documents for the quality and safety management of
projects and sites, demonstrating the capacity to acquire the quality and safety documents as
requested in the Tender Document.

Documents constituting the offer:

The bid will consist of two parts, one technical (A) and one financial (B)

A. TECHNICAL PART

The technical part of the offer will include,

1. Administrative documents:

(A) The technical submission letter (model of submission letter without financial mention)

(B) Proof of payment of the Tender Document

C) The certificate of inspection of the site signed jointly by the Contracting authority and their
Consulting Engineer;

(D) A formal authorization granted to the contracting authority enabling them to verify the
accuracy of the information provided in the tender, in particular to the beneficiaries of the
projects carried out, the audit firms and the main contractors for the works mentioned In supply;

(E) The bid security established in accordance with ITB (instructions to bidders) Clause 20 using
the form in Section IV;

F) A copy of the initialed Bidding Documents

(G) Written confirmation entitling the signatory of the bid to bind the Bidder in accordance with
ITB Clause 21.2

(H) Documents proving, in accordance with ITB Clause 14.1, that the supplies and related
services to be provided by the Bidder are eligible;
(I) documents established in accordance with ITB Article 16 providing evidence that the parts
and services proposed by the Bidder in its bid comply with the requirements of the Bidding
Documents;

(J) For joint venture or consortium, the following shall apply:

That a joint and several consortium agreement duly signed between the members and
authenticated with a notary must be provided in the tender with attachments enabling the
signatories to represent validly the member companies in The constitution of the grouping, as
well as the powers duly signed by the said representatives, designating one of the members of the
grouping as the joint mandatory pilot undertaking of the grouping.

b. That a definition and a detailed distribution of tasks among the members of the grouping must
be presented in the tender. The share of the consortium must be at least 50% of the services
covered by this contract.

(K) In order to establish that he / she has the qualifications required to carry out the Contract, in
accordance with Section III, 'Evaluation and Qualification Criteria', the Bidder shall provide, on
pain of rejection of its bid, all information Required in the forms of Section IV, Submission
Forms;

(L) The Bidder shall provide as part of its bid the supporting documents specified in Section IV,
with all the details necessary to demonstrate compliance with the requirements of the Bidding
Documents.

Qualification Forms:

A) ELI form - 1.1 Tenderer's information sheet

B) ELI form - 1.2 Fact Sheet for each GEA party

C) Form ANT - 2 History of non-performance of contract

D) MTC contracts form / Work in Progress

E) Form FIN-3.1 Financial situation

F) Form FIN-3.2 Average annual turnover

G) Form FIN-3.3 Funding capacity

(H) Form EXP - 2.4.1 General Experience in Works


I) Form EXP - 2.4.2 (a) Construction specific experience

J) Form EXP - 2.4.2 (b) Specific experience in the main activities

K) CER Certification Form

Organization

(A) Documentation demonstrating the tenderer's experience in project management, construction


of HV lines for equivalent electrical voltage and similar environmental conditions (temperature,
desert area with high wind, Environment saline ...),

B) Description of Engineering, Management, Manufacturing and Assembly Skills (PER-1


Forms: Proposed Personnel and PER-2: Proposed Personnel)

(C) Quality system certificates,

(D) Ability to apply internationally recognized standards and codes for design and construction,

E) Project management scheme (s) and project management plan of the bidder,

(F) The entrepreneur's ability and experience to communicate and speak in French during the
course of the project and to provide documentation (staff training and final documentation) in
French,

(G) Organization of the contractor and its principal subcontractors, including the proposed
manner and methodology for the organization they would establish to ensure the proper
management, control, execution and monitoring of works.

Further information on subcontractors

(A) Details of the principal subcontractors which the bidder wishes to deal with for the
performance of the contract (see list of main subcontractors).

B) Number / list of subcontractors as well as how the project will be divided among the
subcontractors

(C) List of all equipment and services that would be procured locally.

5. Technical documentation:

Technical documentation package in accordance with the following list:

(A) Description of all equipment, subsystems


B) Files completed according to technical specifications,

(C) Preliminary drawing and list of documents,

(D) List of preliminary equipment,

(E) Overall plans and dimensions of main equipment,

(F) Schedule of studies and construction, in accordance with the time limit for completion from
the notification of the contract until the provisional acceptance of the works,

G) Preliminary line maintenance program,

(H) List of potential subcontractors (see table in annex),

(I) List of spare parts and tools,

J) Any additional technical documents requested in this Bidding Document.

The technical proposal will not contain any price nor did any financial indication other than
those request in the above forms, failure to abide by this will result in the refusal of the offer.

B. FINANCIAL PART

The financial part of the offer will include:

(A) The letter of financial submission

(B) The price schedules completed in accordance with the provisions of Article 17 of the ITUs
using the Schedule referred to in Section IV;

C) The other financial documents requested in this BDO

(D) Origin of goods, products or services

You might also like