Академический Документы
Профессиональный Документы
Культура Документы
PROJECTDS23303
DEEPTUNNELSTORMWATERSYSTEM
LATERALTUNNEL
PREQUALIFICATIONDOCUMENT
FORPROCUREMENTOFDESIGNANDBUILDCONTRACT
December2015
Client
DubaiMunicipality
Drainage&IrrigationDepartment
P.O.Box67
Dubai
UAE
DS23303 :
2015
67 :
TABLE OF CONTENTS
PART 1- PREQUALIFICATION PROCEDURES
SECTION I: INSTRUCTIONS TO APPLICANTS..........................................................................1
A. General.. 1
1. Scope of Application.1
2. Source of Funds 1
3. Corrupt & Fraudulent Practices.. 1
4. Eligible Applicants 2
5. Eligible Goods and Related Services 3
B. Contents of the Prequalification Document 3
9. Cost of Applications. 4
10. Language of Application.. 4
11. Documents Comprising the Application 4
12. Application Submission Sheet 4
13. Documents Establishing the Eligibility of the Applicant.. 5
14. Documents Establishing the Qualifications of the Applicant.. 5
15. Signing of the Application .. 5
D. Submission of Applications 6
20. Confidentiality 6
21. Clarification of Applications. 6
22. Responsiveness of Applications. 7
23. Domestic Tenderer Price Preference 7
24. Sub- contractors 7
2.
Construction Period.....67
PART 1
PREQUALIFICATION PROCEDURES
A. General
1. Scope of
Application
2.
Source of
Funds
3. Corrupt &
Fraudulent
Practices
ii.
Fraudulent
Practice
shall
mean
a
misrepresentation of facts in order to influence a
procurement process or the execution of a contract
to the detriment of the Employer, and includes
collusive practices among Applicants (prior to or
after tender submission) designed to establish
tender prices at artificial, non-competitive levels and
to deprive the Employer of the benefits of free and
open competition;
December 2015
4. Eligible
Applicants
December 2015
5. Eligible Goods
and Related
Services
6. Sections of
Prequalification
Document
December 2015
8. Amendment of
Prequalification
Document
Preparation of Applications
9. Cost of
Applications
9.1. The Applicant shall bear all costs associated with the preparation
and submission of its Application. The Employer shall in no case
be responsible or liable for those costs, regardless of the conduct
or outcome of the preliminary proposal prequalification and shortlist process.
10. Language
of
Application
11. Documents
Comprising
the
Application
Applicants
12. Application
Submission
Sheet
December 2015
13. Documents
Establishing
the Eligibility of
the Applicant
14. Documents
Establishing
the
Qualifications
of the
Applicant
December 2015
D.
Submission of Applications
18. Late
Applications
18.1. Any Application received by the Employer after the deadline for
submission of Applications prescribed in ITA 17 shall be
rejected as non-compliant t o D M and shall remain unopened.
19. Opening of
Applications
20. Confidentiality
21. Clarification
of
Applications
December 2015
22. Responsiveness
of Applications
23. Domestic
Tenderer Price
Preference
24. Subcontractors
22.1 The Employer may reject any Application which does not address
the requirements of the Prequalification Document.
F.
25. Evaluation of
Applications
25.1. The Employer shall use all the factors, methods and
criteria defined in Section III, Qualification and Short-List
Criteria to evaluate the qualifications of the Applicants and any
specialist sub- contractors. The Employer reserves the right to
consider other factors or waive minor deviations in the
qualification criteria if they do not materially affect the
capability of an Applicant to perform the scope of works.
25.2. Only the qualifications of specialist sub-contractors that have
been identified in the Application may be considered in the
evaluation of an Applicant. However, the general experience and
financial resources of sub-contractors may not be added to
those of the Applicant for purposes of prequalification of the
Applicant.
25.3. Unless otherwise indicated in the ADS, this Prequalification
Document shall be for a single contract of DS233 -03- Deep
Tunnel Stormwater System project.
December 2015
26. Employers
Right to Accept
or Reject
Applications
27. Prequalification
and Short
Listing of
Applicants
28. Notification of
Short Listing
29. Invitation to
Tender
December 2015
31. Submissions
December 2015
ITA 4.1
B. Prequalification Document
ITA 7.1
C. Preparation of Applications
ITA 10.1
E. Evaluation of Applications
ITA 23.1
ITA 24.2
10
December 2015
General
This section identifies the qualification and short-list criteria and compliance
requirements that the Employer shall use to evaluate the Prequalification
Applications. The associated application forms are contained in Section IV of this
Prequalification Document. To be prequalified, an Applicant must demonstrate to the
Employer that it substantially satisfies the requirements regarding experience,
personnel, financial position and litigation history, specified herein.
The following terminology and definitions shall apply when used in conjunction with
these qualification criteria:
B.
(a)
Main Contractor defined as the chief contractor who will enter into a direct
Design-Build contract with the Employer for a project and who will have full
responsibility for project completion. A main contractor undertakes to perform
a complete contract, and may employ (and manage) one (1) or more
subcontractors to carry out specific parts of the contract.
(b)
Lead Partner the party nominated by the Joint Venture as the lead entity of
the partnership.
(c)
Design Engineer the lead design engineer who will complete the final
design for the project and is a sub-contractor to the Main Contractor.
(d)
Minimum value is either the total contract value, when the Applicant was
acting as a sole contractor, or the share of the total contract corresponding to
its share of the Joint Venture participation when the Applicant was a member
of a Joint Venture team.
(e)
The last ten (10) years this shall be understood as the period commencing
on 1 January of the year ten (10) years prior to the current year up to the
deadline for submission of the Applications.
The following table summarises the information that Employer will use to evaluate the
Prequalification Applications:
Qualification criteria;
Further details regarding the qualification criteria are presented in the following Subsection
C.
11
December 2015
Subject
Requirement
Compliance Requirements
Joint Ventures
Single Entity
Each
All Parties
Partner
Combined
Documentation
One
Partner
Submission
Requirements
1. Eligibility
1.1
Conflict of Interest
No
conflicts
of
interest, as described
in ITA Sub- Clause 4.6
and 4.7
Must meet
requirement
Existing or
intended
JV
must
meet
requirement
Must meet
requirement
N/A
Application
Submission Sheet
Question (b)
1.2
Employer Ineligibility
Not
having
been
declared ineligible by
the
Employer,
as
described in ITA SubClause 4.5
Must meet
requirement
Existing JV
must meet
requirement
Must meet
requirement
N/A
Application
Submission Sheet
Question (c)
1.3
Government Owned
Entity
Applicant required to
meet conditions of
ITA Sub-Clause 4.4
Must meet
requirement
Must meet
requirement
Must meet
requirement
N/A
Application
Submission Sheet
Question (d)
1.4
Applicant Details
Applicant to provide
background details
12
Forms ELI
1.1 and ELI 1.2
December 2015
Compliance Requirements
Documentation
Joint Ventures
No.
Subject
Requirement
Single
Entity
All Parties
Combined
Each
Partner
One
Partner
Submission
Requirements
Local Commercial
Registrations
Must meet
requireme
nt
Must meet
requirement
Must meet
requirement
N/A
3. Declaration
3.1
Pre-Tendering
Declaration for
Joint Venture
Joint Venture
Declaration
N/A
Must meet
requirement
Form DC -.3.1
Must meet
requirement
N/A
History of NonPerforming
Contracts
Non-performance of a
contract did not occur
within the last five (5) years
prior to the deadline for
application submission
based on all information on
fully settled disputes or
litigation
Must meet
requireme
nt by itself
or as
partner to
past or
existing JV
13
N/A
Must meet
requiremen
t by itself or
as partner
to past or
existing JV
N/A
December 2015
Compliance Requirements
Documentation
Joint Ventures
No.
Subject
Requirement
Single
Entity
All
Parties
Combine
Must
d meet
requirement
Each
Partner
Must meet
requirement
One
Partner
4.2
Failure to Sign a
Contract
Must meet
requireme
nt
4.3
Pending or Resolved
Litigation
All pending o r r e s o l v e d
litigation, arbitration,
mediation or adjudication
amounting to greater than
AED ten (10) million each
during the last five (5)
years.
Provide
details
N/A
Provide
details
N/A
Submission of
independently audited
financial statements for
the last five (5) years
indicating the local and
international turnover.
Must meet
requirement
N/A
Must meet
requirement
N/A
N/A
Submission
Requirements
Form CON 4.1
5. Financial Situation
5.1
Financial
Performance
14
December 2015
Compliance Requirements
Documentation
Joint Ventures
No.
Subject
Requirement
Single
Entity
All Parties
Combined
Each
Partner
One
Partner
Submission
Requirements
Form FIN 5.1
Financial Performance
Current soundness of
the Applicants
financial position and its
prospective long term
profitability as
measured by average
coefficient of current
ratio (Current
Assets/Current
Liabilities)
5.3
Financial Performance
Current soundness of
the Applicants
financial position & its
prospective long term
profitability as
measured by average
coefficient of debt ratio
(Total Debt / Total
Assets)
Must meet
requirement
N/A
Must meet
requirement
N/A
5.4
Financial Performance
Must meet
requirement
N/A
Must meet
requirement
N/A
5.5
Financial Performance
Minimum average
annual construction
turnover of AED 3500
Million (in accordance
with requirements of
Section III.C.5)
Must meet
requirement
Must
meet
70% of
the
require
ment
5.2
Must meet
requirement
15
N/A
Must meet
requirement
Must meet
N/A
requirement
N/A
December 2015
Compliance Requirements
Documentation
Joint Ventures
No.
Subject
5.6
Financial Performance
Requirement
Applicants ability to
undertake further
works with the current
contract commitments.
Single
Entity
Provide
details
All Parties
Combined
N/A
Each
Partner
Provide
details
One
Partner
N/A
Submission
Requirements
6. Experience
6.1
Technical and
Construction
Experience
Must meet
requirement
16
Must meet
requirement
N/A
N/A
December 2015
Subject
Compliance Requirements
Joint Ventures
Requirement
Single Entity
All Parties
Combined
Each
Partner
N/A
Documentation
One
Partner
Submission
Requirement
7. Personnel Capabilities
7.1
Organisational
Structure
Provide
Organisational
Structure for
delivering project,
including
defining role,
responsibilities and
description of roles
Must meet
requirement
Must meet
requirement
7.2
Personnel
Capabilities
Provision of suitably
qualified personnel to
fill the key positions
as per Section III.C.7
and Form EXP-7.2
Must meet
requirement
Must meet
requirement
N/A
N/A
Must meet
requirement
Must meet
requirement
N/A
N/A
7.3
17
N/A
December 2015
Compliance Requirements
Documentation
Joint Ventures
No.
Subject
Requirement
Single Entity
All Parties
Combined
Each
Partner
Must meet
requirement
Must meet
requirement
Must meet
requirement
One Partner
Submission
Requirement
8. Project Assurances
8.1
Health, Safety
& Environment
Plan
Evidence of Health,
Safety & Environment
Qualification
N/A
8.2
Safety Record
Evidence of Safety
Performance
Must meet
requirement
Must meet
requirement
Must meet
requirement
N/A
8.3
Quality Management
Plan
Evidence of a Quality
Management System
related to the Scope of
Work
Must meet
requirement
Must meet
requirement
Must meet
requirement
N/A
Form QM 8.2
Resources, Plant
& Equipment
Provide
details
of
Resources and Plant
& Equipment in the
Companys ownership
Provide details
18
N/A
Provide
details
N/A
Form RS 9.1
December 2015
Qualification Criteria
Documentation
Joint Ventures
No.
Subject
Requirement
Single
Entity
All Parties
Combined
Each
Partner
One
Partner
Submission
Requirements
10.2
Management
Approach
Questions
Conceptual
Management Plan
Provide sufficiently
detailed responses to
the management
approach questions
included on Form
MAQ- 10.1
Provide details
Provide details
19
N/A
Provide details
Provide
details
N/A
N/A
N/A
Submit CMP
December 2015
C.
Qualification Criteria
The Applicant shall meet the following criteria which supplement the compliance
requirements listed in the Compliance Summary Table in Section III, Subsection B.
1. Eligibility
(a)
Applicants shall meet the eligibility criteria given in the compliance summary
table.
(b)
3. Declaration
(a)
(b)
For Joint Ventures, the Lead Partner, undertaking more than 40% of the
contract value and other partners must each satisfy the respective
minimum qualification requirements, indicated under Section III,
Subsections B and C.
The Joint Venture must satisfy collectively the criteria for personnel
capability and financial position stated.
Individual partners must each satisfy the requirements for audited balance
sheets and litigation.
The full physical requirements for comparable nature and complexity shall
be met collectively by the Joint Venture.
(b)
December 2015
20
(c)
5. Financial Situation
(a)
(b)
Based on its audited financial statements for the last five (5) years, the
Applicant shall submit Statement of cash flows to demonstrate a sound
cash and cash equivalent.
(c)
(d)
(e)
6. Experience
(a)
(b)
The Applicant shall submit full details of projects using the experience
requirements and guidelines presented in the following table for projects
that the Applicant considers to be similar in nature to Deep Tunnel
Storm Water System project scope, using Forms EXP 6.1 and EXP
6.2.
December 2015
21
ID
1
Experience
Length of experience 10
years as a prime Civil
Engineering Contractor
or lead Civil Design firm
Experience in construction
of tunnels >5.5m diameter
using pressurized face
machines over the last 10
years, completed or current
project greater than 40%
complete.
Length of experience 10
years as tunneling
contractor in the
construction of tunnels in
weak rock or loose soil
areas, using EPB and
Slurry Tunnel Boring
Machines (TBM).
Experience in construction
of a tunnel project requiring
two or more large diameter
(5.5m diameter) TBMs and
associated equipment at the
same time.
Criteria
Minimum 10 years
Prime Civil Engineering Contractor doing similar work
continually for the last 10 years o r m o r e and
minimum annual turnover of AED 1500 million for the
last 5 years. The similarity shall be based on the physical
size, complexity, methods/ technology or other
characteristics as described in Section V- Scope of
works. In case of a joint venture the experience of each
of the partners will be combined to determine the bidders
compliance with the minimum eligibility and qualification
required under the specific construction experience.
Minimum 10 years
Successful completion of two (2) tunnel projects in the last
10 years, minimum tunnel diameter of 5.5m and
minimum length 2000m each with tunnel precast
segments in the ground condition of similar complexities.
December 2015
22
ID
5
Experience
Criteria
1. Designed within the last 10 years at least two tunnels of
length >1500m.
(c)
Note that Employer may contact the client for each reference project
submitted by the Applicant.
7. Personnel Capabilities
(a)
(b)
December 2015
23
(c)
The Project Manager who will have overall responsibility for design
and construction of the Project.
The Lead Geotechnical Tunnel and Shaft Design Engineer who will
be responsible for the final design of the tunnels and shafts as well
as review of ground conditions relative to the design during
construction of the underground works.
(d)
(e)
For each key position presented in the Key Personnel Table, the Applicant
shall supply information (in Form EXP 7.3) on each candidate who
should meet the experience requirements specified in the key personnel
table.
December 2015
24
(f)
(g)
The personal presented in the Key Personnel Table shall work full time on
the project during the respective design and/or construction phase.
(h)
Note that Employer may contact the client for each reference for key
personnel submitted by the Applicant.
Key Personnel Table
Years of Experience
Position
Total
In
Similar
Works
As Manager Experience
or Technical in the Gulf
Lead (as
appropriate)
of Similar
Works
Experience
25
10
Project Manager
for Design and
Construction
20
10
Preferred
Minimum 2
projects size
AED 1000
Million or
equivalent
each
Project Engineer
for Design and
Construction
20
10
Preferred
Minimum 2
projects size
AED 750
Million or
equivalent
each
Quality Control
System
Manager
15
10
Minimum 2
projects with
similar
complexities
December 2015
25
Design Team
Project Design
Manager
20
10
Lead
Geotechnical/
Tunnel and Shaft
Design Engineer
15
10
15
10
Construction
Manager Civil
15
Equipment
Manager or
Superintendent
Minimum 2
projects size
AED 500
Million or
equivalent
each
Preferred
Minimum 2
projects size
AED 500
Million or
equivalent
each
Preferred
Minimum 2
projects size
AED 500
Million or
equivalent
each
10
Preferred
Minimum 2
projects with
similar
complexities
20
10
10
Safety Engineer
or Officer
20
10
Construction
NOC Engineer
(Permitting)
15
Construction Team
Construction
ManagerTunnel/ Shaft
(One for each
tunnel section)
Minimum 2
projects with
similar
complexities
Minimum 2
projects with
similar
complexities
Preferred
Minimum 1
project with
similar
complexities
December 2015
26
8. Project Assurances
(a)
The Employer requires that all work undertaken on its behalf is carried out
safely for all parties and with particular regard to the welfare and wellbeing
of its employees and workers when operating on sites and other areas
under the management of the Design-Build Contractor. The Applicant shall
state how it will allocate adequate resources to enable it to fulfil its statutory
obligations for Health, Welfare and Safety. In this regard, the Applicant
shall provide evidence in the form of an existing written Health, Welfare &
Safety Policy and Plan and shall provide the information requested on
Form HSE 8.1. Additionally, the Applicant shall provide details of their
requirements for internal welfare arrangements or external welfare
arrangements where it draws on significant labour from labour agencies
within the Emirate of Dubai and its plan to address the lack of skilled tunnel
labour in the Emirate of Dubai.
(b)
(c)
(b)
December 2015
27
structured to best manage their activities and satisfy the needs of the Project.
The following shall be included as a minimum in the proposed conceptual
management plan:
The proposed conceptual management plan shall be limited to fifteen (15) pages.
D.
The qualifications and performance history of the design-build team in completing other
recent, similar projects - 30%.
The professional qualifications and experience of the key individuals of the design-build
team to be assigned to the Project - 25%.
The conceptual management plan of the design-build team approach to manage the
design and construction of the Project 35%.
The safety programs established and the safety performance of the design-build JV
partners or major firms - 10%.
December 2015
28
means. Dubai Municipality further reserves the right to request additional information from a
Proposer during the evaluation of the Proposers Initial Proposal.
E.
A Request for Final Proposals (RFP) will be extended to the design-build teams that are
selected as finalists during the Preliminary Proposal phase. These finalists will be provided
with detailed requirements for the preparation and submittal of the Final Proposal comprised
of technical and price proposals. These requirements will include identification of specific
criteria for design and construction of the Project.
The Dubai Municipality will prepare a Geotechnical Baseline Report (GBR-B) defining
anticipated geotechnical conditions for tunnel and shafts. The report will be provided in the
RFP and may be modified during the Final Proposal development process (GBR-C).
Final Proposals must be responsive to the criteria identified in the RFP. Proposers will be
given a reasonable amount of time to understand the preliminary design and contract
requirements before confidential collaboration meetings with each team will be held to
discuss the technical aspects of the work thoroughly and establish an environment that
supports innovative approaches by each DB team and to seek clarification and suggest
changes to the criteria prior to submission of the Final Proposal.
Final Proposals will be evaluated for aspects that are judged to be fundamentally
incompatible with the Project objectives, including those that are considered exceptionally
risky or likely to cause Project failure. Final Proposals that are deemed unlikely to meet the
following minimum criteria may be deemed nonresponsive and rejected without further
evaluation:
Provisions for adequate prevention and control of water intrusion to underground work
spaces
The criteria and respective weighting for each criterion to be used in the Final Proposal
selection process will be provided in the RFP. While the Dubai Municipality reserves the
right to adjust the criteria and relative weights at any time prior to issuing the RFP, it is
anticipated that Final Proposals will be evaluated in accordance with the following general
criteria and percentage weighting for each criterion:
Proposed Price (45%). The total proposed price to deliver the completed Project,
including without limitation design, equipment, materials, labor, project management,
administration, overhead, and profit.
Design and Construction Plan (45%). The plan for design and construction of the
Project, including development of the design drawings and specifications and definition
of the means, methods, techniques, sequences, and procedures of construction, in
sufficient detail to establish the basis for the proposed price. This plan should describe
the Project elements in sufficient detail and clarity, with drawings and specifications, to
confirm the locations, shapes, dimensions, durability, and reliability of the tunnels,
shafts and the other various elements proposed to be constructed to meet the Project
requirements. This plan also should define practical and effective means to control
December 2015
29
water intrusion to underground work spaces, define the intended method for TBM cutter
head interventions, define excavated material handling and disposal processes, define
the intended method of temporary support and achieving water tightness of shafts,
define the intended method for interconnection of adjacent construction shafts if
required,, the connection between at Sheikh Zayed Road construction shaft (Contract
DS 233-02) at Interchange No. 10 with the Contract DS233-03 construction shaft
adjacent to, and other relevant and significant design or construction activities.
Evaluation may include interviews with Proposers to clarify understanding of the Final
Tender Proposal.
December 2015
30
1.2
This checklist is important as it will serve as a checklist of the submitted documents for
evaluation purposes. Any missing information will have an impact on the Applicants
score.
1.3
Other than the information requested, other documentation, including brochures about
the Applicants company, additional information etc. must not be included in the
Application.
The Applicant should include this Checklist at the front of their Prequalification
Submission
Applicant Name:
Applicant Reference No
Date & Time Submitted
Documents Submitted
Please use the following symbols to indicate whether forms and documents have been included in
your submission :
Symbol
Form is present
Series
No.
1
Symbol
Category
1.2
1.3
1.4
2.1
3
3.1
Form Present
Eligibility Requirements
1.1
December 2015
31
Series
No.
4
Category
Historical Contract Non-Performance
4.1
4.2
4.3
Financial Situation
5.1
5.2
5.3
6
6.1
7
Experience
General Experience - Form EXP- 6.1
Personnel Capabilities
7.1
7.2
7.3
Project Assurances
8.1
8.2
9
9.1
10
Form Present
10.1
10.2
December 2015
32
(b)
We, including any Sub-contractors for any part of the scope of supplies subject to this
Prequalification do not have any conflict of interest, in accordance with ITA SubClauses 4.6 and 4.7;
(c)
We, including any Sub-contractors for any part of the scope of supplies subject to this
Prequalification, have not been declared ineligible by the Employers nor Dubais
laws or official regulations;
(d)
(e)
We, in accordance with ITA Sub-Clause 24.1, plan to subcontract the following key
activities and/or parts of the Works:
Activities
Sub-contractor
December 2015
33
(f)
We understand that you may cancel the prequalification process at any time and that
you are neither bound to accept any Application that you may receive nor to invite the
prequalified Applicants to tender for the contract subject of this Prequalification,
without incurring any liability to the Applicants, in accordance with ITA Clause 26.
in the capacity of
Who is duly authorised to sign the Application for, and on behalf of:
Applicants Legal Name
Address
Dated on
day of
2016
in the capacity of
Who is duly authorised to sign the Application for, and on behalf of:
Applicants Legal Name
Address
Dated on
day of
2016
December 2015
34
in the capacity of
Who is duly authorised to sign the Application for, and on behalf of:
Applicants Legal Name
Address
Dated on
day of
2016
Lead Designer
Signed:
Name:
in the capacity of
Who is duly authorised to sign the Application for, and on behalf of:
Applicants Legal Name
Address
Dated on
day of
2016
December 2015
35
Date:
Project: DS233-03 - DESIGN A N D BUILD CONTRACT FOR DEEP TUNNEL
STORMWATER SYSTEM
Page
of
pages
December 2015
36
December 2015
37
Date:
Project:
DS233-03 - DESIGN A N D BUILD CONTRACT FOR DEEP TUNNEL STORMWATER
SYSTEM
Page
of
_Pages
Note that in the case of a JV the evaluation committee will take into consideration, the
percentage of the joint venture individual JV Partners shall be undertaking.
Applicants Legal Name
JVs party/Sub-contractor legal name
JVs party/Sub-contractor country of constitution
JVs party/Sub-contractor year of constitution
JVs party/Sub-contractor legal address in country of
constitution
JVs party/Sub-contractor authorised representative information
Name:
Address:
Telephone/Fax numbers
Email address
1.
2.
3.
December 2015
38
1.
Year established
Registration/License
No.
2.
3.
Registration/License
No.
Discipline of Registration
Prospective
name
4.
sponsors
Address and Contact Numbers
Type of Business
Sub-contractors, Overseas Representatives: (If applicable, please list out these other
firms in regular participation with you for delivering works).
Name
5.
Specialisation
Base Location
Years in association
If the Company/Firm is already in, or intends to form, a Joint Venture with one or more
other companies/firms for the provision of works, please provide the following
information:
Name of
partner(s)
JV
Specialisation
Current Address
Contact Person
Contact Details
December 2015
39
6.
Major sector
a.
b.
c.
d.
7.
Company or JV Structure:
Detailed organization chart(s) to be provided as supporting information in the
submission (One (1) A4 sheet only):
(a)
For the Company/JV submitting for pre-qualification showing the relationships
with partners/sub-contractors.
(b)
For the parent company showing the relationship with the Company (if
applicable).
8.
Working Language(s)
Arabic
English
Other (Specify)
Other (Specify)
Other (Specify)
Yes
No
Professional Association
Type
Membership
Acronym
of
December 2015
40
Form DC 3.1
Declaration of Willingness to Association
Each member of the Association shall complete a copy of this declaration
TO BE EXECUTED ON TENDERERS LETTERHEAD
Tender for
Name:
Date:
Attested Power of Attorney duly notarised by a Notary Public empowering the signatory with
copies of passports confirming identity attached.
December 2015
41
Date:
of
Pages
Non-Performing Contracts in accordance with Item 4.1 of Compliance Table in Section III,
Subsection B of Qualification Criteria
Contract non-performance did not occur during the five (5) years prior to the deadline for
Application submission
OR
Year
[insert
year]
Contract(s) not performed during the five (5) years prior to the deadline for Application
submission
Non
performed
portion of
contract
[insert
amount and
percentage]
Contract Identification
Total Contract
Amount (current
value, AED
equivalent)
[insert amount]
Failure to Sign a Contract, in accordance with Item 4.2 of Compliance Table in Section III,
Subsection B of Qualification Criteria
OR
In the event of failure to sign a contract, clarify/explain your situation according to Item 4.2 of
Compliance Table in Section III, Subsection B of Qualification Criteria.
December 2015
42
Pending and resolved Litigation, in accordance with Item 4.3 of Compliance Table
in Section III, Subsection B of Qualification Criteria
No pending or resolved litigation exists during the last five (5) years
OR
Year
Pending or resolved litigation exists during the last five (5) years
Litigation
Status
Contract Identification:
Total
Contract
Amount and
Litigation
Amount(, AED
equivalent)
Contract
Identification:
Name of Employer:
Address of
Employer:
Matter in dispute:
Contract
Identification:
Name of Employer:
Address of
Employer:
Matter in dispute:
December 2015
43
Project:
Date:
of
Pages
December 2015
44
Average
Attached are copies of independently audited financial statements (balance sheets, including
all related notes, and income statements) for the years required above complying with the
following conditions:
a)
Must reflect the financial situation of the Applicant or party to a JV, and not sister or
parent companies;
b)
c)
d)
e)
Note that in the case of a JV, the evaluation committee will take into consideration the
individual financial standing of all JV Partners and the potential percentage of the joint
venture they shall be undertaking.
Bank guarantees issued and credit limits in the last f i v e ( 5 ) years and status to
date
Sum
British Pound
Euro
US Dollar
$1
December 2015
45
Date:
of
Pages
AED equivalent
2010
2011
2012
2013
2014
Average Annual
Construction
Turnover
Annual Turnover Data International (Construction only-To be completed by Non
UAE JV Partner)
Year
AED equivalent
2010
2011
2012
2013
2014
Average Annual
Construction
Turnover
*Average annual construction turnover calculated as total certified payments received for
work in progress or completed, divided by 5 (five) years. Both International Turnover and
Local U.A.E. Turnover should be provided if applicable. International Turnover should be
based on the exchange rates in the table given in Form FIN- 5.1.
46
December 2015
Estimated
completion date
Average monthly
invoicing over last
six (6) months
(AED/month)
1.
2.
3.
4.
5.
etc.
The Employer reserves the right to contact this person or any other person for a reference
check
47
December 2015
Date:
of
Pages
On a separate page, and using the following format, the Applicant is requested to present his
project experience intended to address the requirements set out in Section III, Subsection 6.
The partners of a proposed Joint Venture should provide details of similar contracts
undertaken by any of the Joint Venture partners. The value should be based on the
currencies of the contracts converted into Arab Emirates Dirhams, at the rates given in
Form FIN 5.1. The information is to be summarised for each project being submitted by the
Applicant to fulfil the requirements of this criterion.
1.
2.
3.
Name of Employer
Employer Representative (provide full
contact information)
Employers Design Engineer (provide full
contact information)
Nature of works and special features
relevant to the package for which the
Applicant wishes to prequalify
4.
5.
6.
7.
8.
9.
10.
Sole Contractor
Management Contractor
Sub Contract
Designer
Design- build
Design-build-operate
Design-bid-build
Other
(a) Total contract value (b) your subcontract value (c) your partner share in JV
value (in Arab Emirates Dirhams at the rates given on Application Form FIN
5.1)
(a)
(b)
(c)
For sole/main contractors, indicate the approximate Arab Emirates Dirham
amount and nature of substantial work (more than 20 percent in contract value)
undertaken by subcontract, if any.
11.
12.
Date of Award
Contract Duration
48
December 2015
13.
14.
15.
Category
16.
Project Description (to include relevant information to the scope of the project
being applied for)
17.
18.
Reference:
Client:
Name:
Phone
Number:
Email
Address:
49
December 2015
Date:
of
Pages
The organisational structure (chart) should be presented in the form of diagrams with
explanatory notes and should:
50
December 2015
Date:
of
Pages
The following positions are deemed essential to project implementation phase, Applicants
should provide the name of one (1) candidate each qualified to meet the specified
requirements stated and c o m mit t ed t o th e projec t for each position applicable to the
m a n a g e m e n t , design and construction package covered by the Application. The data on
their experience should be supplied in separate sheets using one Form EXP
7.3 per person.
Years of Experience
Position
Total
In Similar
Works
As Manager
or Technical
Lead (as
appropriate)
of Similar
Works
Experience
in the Gulf
Quality Control
System Manager
51
December 2015
Design Team
Project Design
Manager
Lead Geotechnical/
Tunnel & Shaft
Design Engineer
Construction Team
Construction Manager
Tunnel/ Shaft (One for each
tunnel section)
Construction Manager Civil
Equipment Manager
or Superintendent
Safety Engineer or Officer
52
December 2015
Date:
of
Pages
Position:
Candidate
Information
Name of Candidate
Date of Birth
Education
Nationality
Languages
Name of Employer
Employment
Address of Employer
Telephone
Fax
Email
Job Title of Candidate
Years with Present Employer
Contact (manager / personnel
officer)
53
December 2015
Employment
Record
Certification
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly
describe me, my qualifications and my experience.
(Signature of staff member and authorized Representative of the firm)
Signature:
Representative of Firm:
Signature:
Date:
54
December 2015
Date:
of
10
55
Pages
Yes
No
December 2015
2013
2012
2011
2010
Fatalities
Lost Time Injuries (LTI) (>3 days)
11
56
December 2015
Form QM 8.2
Quality Management
(to be completed by Main Contractor or by all JV Partners and Designer)
Applicants Legal Name:
Date:
of
10
Pages
Yes
No
57
December 2015
Form RS 9.1
Resources, Plant & Equipment
(to be completed by Main Contractor or by all JV Partners and Designer)
Applicants Legal Name:
Date:
of
1.
2.
3.
4.
Pages
How many employees do you directly employ currently who are located
internationally?
How many staff do you employ in Dubai at each grade, relevant to the work that is
the subject of this application?
Management
Professional
Administrative / Clerical
Construction Supervisors
Plant Operators
General Labour
Others
Total
5.
Briefly describe your companys material procurement process and explain how you
will manage your supply chain to ensure security of supply both in terms of
price and quantity. (Maximum of 200 words)
58
December 2015
6.
Please indicate the major construction plant and equipment (both fixed and
mobile) that will be required for this project currently in the companys ownership (no
more than 30 entries)
Plant & Equipment
Type
Total
Number of
Units
Owned
No.
currently
located in
the U.A.E.
No.
currently
located in
GCC
No. currently
located
internationally
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
7.
Please indicate the major construction plant and equipment (both fixed and
mobile) that will be procured (e.g., TBMs) for this project (no more than 10 entries)
Plant & Equipment
Type
Total
Number of
Units (New)
1.
Total
Number of
Units
(Refurbishe
d)
2.
3.
4.
5.
6.
7.
8.
9.
10.
59
December 2015
Date:
of
Pages
This section will examine the Applicants management approach associated with delivering
projects of similar nature to the contract of Deep Tunnel Stormwater System Project being
applied for. This section must be answered having given due consideration to the scope
of work.
1.
The Employer intends to establish and implement industry best practices for health,
safety and welfare on full scope under this Contract to better protect both the
workers on site and the public as a whole. Please summarise your organisational
approach and explain how your Health, Safety policies, systems, and procedures
will align with and contribute to the achievement of the Employer objectives for the
Deep Tunnel Stormwater System project for which the Applicant is applying.
(Minimum of 200 words)
2.
How does the Applicant intend to manage the health, safety and welfare of its
domestic subcontractors and supply chain for this Contract. (Minimum of 200
words)
60
December 2015
3.
4.
The Employer intends to establish and implement industry best practices for quality
on project under this Contract that minimise defects and create a right first time
culture. Please summarise your organisational approach and describe how your
quality policies, systems, and procedures will align with Employer objectives and
assure that a quality product is being delivered under this Contract. (Minimum of 200
words)
5.
61
December 2015
6.
Please describe your organisational approach to stakeholder liaison. How will you
ensure that all those affected by your construction work are consulted and informed?
Describe the key measures you will take to minimise disruption to public and address
any public complaints. (Minimum of 200 words)
7.
Please describe how you will manage the physical and organisational logistics for
providing the necessary resources (labour, plant, equipment, and materials) for this
Contract for which the Applicant is applying. Given the number of projects and
programmes planned in Dubai during the timeframe of this Programme, describe how
your logistics program will be mobilised and implemented. (Minimum of 200 words)
8.
Please identify the top five (5) key risks in relation to this Contract for which the
Applicant is applying and describe how you will manage and mitigate those risks.
(Minimum of 200 words)
62
December 2015
9.
Please describe the legacy the Applicant intends to leave upon completion of this
Contract. (Minimum of 200 words)
10. Describe the management processes and reports for document management,
contract management, scheduling, cost management, etc. that the Applicant plans to
use on this Contract. (Minimum of 200 words)
63
December 2015
PART 2
WORKS REQUIREMENTS
December 2015
Contract DS 233-01
Pumping Station (30m3/s capacity), a screen and gate
structure (Construction Shaft), an overflow structure and an approximately 600m long
sea outfall, consisting of three 2000mm outfall pipes.
Contract DS 233-02
Main Tunnel along D-53 road, minimum 9m diameter tunnel
approximately 12,000m long; and five (5) construction / drop shafts; and connection
chambers at the shafts (for future pipeline connections DS233-04, by others).
Contract DS 233-03
Lateral Tunnel along Shaikh Zayed Road and Jebel Ali
Lehbab Road, minimum 9m diameter tunnels, approximately 11,150m long; five
construction / drop shafts; one shaft for trenchless connections, and connection
chambers at the shafts (for future pipeline connections DS233-04, by others).
December 2015
64
Contract DS 233-04
Pipelines, a network of 1m 3m diameter stormwater
pipelines, approximately 125 km in total pipe length which will connect to the deep
tunnels (DS233-02, DS233-03) and 1m 2.4m diameter TSE pipeline approximately
104 km in total length and a 95 ha detention pond and associated 3 m 3/s lift station.
The proposed works under this design-build tender package; Contract DS 233-03, as
mentioned above consist of the following key elements:
Lateral Tunnel
9m ID, 11,150 m
Construction Shafts
Drop Shafts
Connecting Chambers
Tunnel will convey the stormwater and groundwater flows from the DWC area at the
intersection of Sheikh Mohammed Bin Zayed Road and Jebel Ali Lehbab Road (DWC north
outfall) and follow beneath the road easement along the Jebel Ali Lehbab Road and Sheikh
Zayed Road (SZR) terminating at SZR Interchange no. 10. The Tunnel connects to the main
tunnel (separate contract, DS 233-02) to the sea at the SZR IC 10 (intersection of D-53 and
Sheikh Zayed Road).
The current design has been prepared to the preliminary design level. Final design is to be
carried out by the design-build contractor and shall include, but not limited to:
Hydraulic design
Preparation of GBR-C
December 2015
65
Site Investigations
Additional site investigations required to facilitate the Detailed Design and construction
of the system components as listed below.
II.
Tunnels
Each tunnel contract will require multiple TBMs. Construction and drop shafts will
connect to the tunnel. The design-build contractor is responsible for its means and
methods, however it is anticipated that the tunnels will be constructed using the TBM
method. The design-build contractor will design the construction (drop) and drop shafts.
The design and hydraulic performance of the tunnel and drop shafts shall be confirmed
by a physical model.
The short connections between the main tunnel and the lateral tunnel (Contract 233-03)
and the screen/gate structure (Contract 233-01) will likely be excavated using sequential
excavation methods.
In general, it is anticipated that the bored tunnels will be lined with precast segments
and shafts and the connecting tunnels will be lined with in-situ reinforced concrete.
Secondary lining may be required due to the corrosiveness of the groundwater, the
service life requirement, hydrostatic loads, and/or to prevent scouring, as needed. The
design-build contractor shall be responsible for the design of the lining systems.
III.
Disposal of Spoil
The design-build contractor shall make his own arrangements for the disposal of the
tunnel spoils or muck in accordance with environmental regulations.
IV.
Connecting Structures
Connecting structures will be required just below the ground surface to collect the flows
from the stormwater pipelines (by others) and to convey the flows into the drop structure.
Gates or weir structures will be needed to control flows entering the conveyance tunnels.
V.
Telemetry equipment
December 2015
66
2. Construction Period
Contract Programme and Sequence of Construction
The following programme shall be achieved, all periods being from the commencement date.
System Component
Construction
Period
(Calendar days)
1095
December 2015
67
LEGEND:-
PA
LM
JU
EIR
AH
GULF
CATCHMENT
AL
SA
F
OU
SE
CO
WATER BODIES
ND
AL MINA AL SEYAHI
PROJECT BOUNDARY
EM
IRA
T
ES
JEBEL ALI
RESORT
HESSYAN
POWER &
DESALINATION
PLANT
TS
PALACE
HIL
LS
STORM WATER
OUTFALL
SE
CO
ND
345
LS
CS
LS
HESSYAN SECOND
ER
RD
BO
9m
a
Di
AD
ED
RO
AY
Z
IKH
M
E
m
SH 4K
60
.87 405
L= pth=
De
EIR
AV
ILL
AG
ET
RIA
NG
LE
DS4
KM 70m
.80
L=5 =50
h
t
Dep
Dia
9m
MERAAS LAND
LS
CONTRACT 2
CONTRACT 3
CONTRACT 4
MEAISEM FIRST
AL
HE
BIA
DM
WASTE
DISPOSAL
SITE
CONTRACT 1
JAFZA SOUTH
SAIH SHUAIB 1
POND-1
CONTRACT PACKAGES
JU
0
KM -5
a
Di
28 40
5. h=
L= ept
D
TECHNO PARK
PROPOSED POND
CS3
DS2
CS4
DS3
CS1
DS
DECOMMISSION
THE RTA DRAINAGE
PUMPING STATION
9m
DUBAI PARKS
DS1
9m Dia
BI
HA
UD
AB
JEBEL ALI
HILLS
M
L=6.2K
40-60m
Depth=
IBA
DU
HESSYAN FIRST
FO
UR
TH
SP
OR
TS
CIT
CS5
DWC
NORTHERN
OUTFALL
CONNECTION
MEAISEM SECOND
BE
JE
SHEIKH MOHAMMED
BIN ZAYED ROAD
DWC SOUTHERN
OUTFALL CONNECTION
AL
AL
ILE
CS2
HE
BIA
FIF
T
AB
HB
AD
RO
Rev.
DWC
COMMERCIAL
CITY
Date
Drawn Checked
Amendments
DWC
RESIDENTIAL
CITY
MADINAT AL MATTAR
RESIDENTIAL STAFF
VILLAGE
SAIH SHUAIB 3
AB
IA
AN
AL
HUMANITARIAN
CITY (GOLF)
DWC
GOLF CITY
AR
SAIH SHUAIB 4
LI
EMIRATES ROAD
EL A
JEBSTP
DS233-OVERALL LAYOUT
CONTRACT PACKAGES
AL SELAL
Date:
AL LAYAN 1
AUGUST 2015
Scale:
AS SHOWN
FIG - 1