Sie sind auf Seite 1von 34

VIII GOVERNO CONSTITUCIONAL

MINISTÉRIO DAS OBRAS PÚBLICAS

PRE-QUALIFICATION DOCUMENT

PRE-QUALIFICATION OF SUPPLIERS, VENDORS, DISTRIBUTORS,


MANUFACTURERS & SERVICE PROVIDERS

Date: 11 March 2019


VIII GOVERNO CONSTITUCIONAL
MINISTÉRIO DAS OBRAS PÚBLICAS

To : All Eligible Suppliers/Service Provider/Contractors

Subject. : Prequalification of Suppliers, Vendors, Distributors, Manufacturers, Service


Providers/Contractors

________________________________________________________________________________

This is to inform all interested Suppliers/Vendors/Distributors/Manufacturers/Service Provider/Contractors


that the Ministry of Public Works (MPW) intends to conduct Pre-Qualification to all interested Suppliers/
Vendors/Manufacturers/Distributors/Service Providers/Contractors in order to streamline its Procurement
procedures for items listed below.

Prospective bidders shall have experience in small or medium works constructions, supply of goods and
other related services. The potential supplier/service provider/contractor should show competence,
willingness and capacity to service the contract at short notice.

All reputable and established firms are invited to apply for the participation in the Pre-qualification
Process and submit the attached Pre-Qualification forms and required eligibility documents.

A transparent evaluation method for the purpose of Pre-Qualification of the applicant’s capabilities in
respect to Company Organization and capacity to perform shall be established in order to participate in
the MPW tenders. Each Supplier or Vendor performance in terms of quality, delivery, after sales service,
credit terms and other contractual obligations will be closely monitored and periodically reviewed during
the contractual period.

Apart from the publication of the tender, MPW will issue the tender documents in favor of Pre-Qualified
Suppliers/Service Providers/Contractors who have been registered in that particular category.

The Ministry of Public Works will process all the procurement in accordance with the Procurement Degree
Law of Timor Leste.

Vendors, Manufacturers, Distributors, Service providers and Contractors will be Pre-qualified under
following Three Classifications:

A Class: Annual turnover below USD 10,000.00 below

B Class: Annual turnover below: USD 50,000.00 below

C. Class: Annual Turnover USD 100,000 above

CATEGORIES OF GOODS AND SERVICES

The categories of goods and services to be pre-qualified are indicated below


To : All Eligible Suppliers, Vendors, Distributors, Manufacturers, Service Providers/Contractors
Subject. : Prequalification

This is to inform all Interested Suppliers/Service Providers/Contractors that the Ministry of Public Works (MPW)
intends to conduct the process of Pre-Qualification to all Eligible Suppliers, Vendors, Distributors, Manufacturers,
Service Providers and Small and Medium Contractors with Classification Standard from (MPW) in order to streamline
the Procurement process for all but not limited to the items listed below:

A GOODS-Office Stationery and Consumable Supplies, Computer Accessories, Toners, Supply of Fuel Gasoline & Diesel,
Office Furnitures, Furnishings, Curtains, Electrical Supplies and Materials, Computers, Laptops, Printers, Servers & Related
ICT Items, Janitorial Supplies, Signages/Advertising, Motor Vehicles, Motorcycles, Tires, batteries and Accessories, Office
and Sports Uniforms, promotional materials (Umbrellas, Caps, T-shirts, bags, pens, banners, flyers, rubber shoes) and
Signages/Advertising,
RELATED SERVICES-Provision of Security Services, Janitorial Services, Repair & Maintenance of ICT Equipment,
Computers, Printers, Servers, Photocopying Machines, Supply, Installation & Maintenance of Server and Network
B Connectivity including the system, Cabling, Catering Services,
Preventive Maintenance of Vehicles, Motorcycles, Air conditioners, Computers, laptops printers etc, Internet Connectivity,
Maintenance of CCTV, Air Ticketing Services, Car Hires Services, Siphoning Services of Septic Tanks for MPW and Other
Designated Areas, Generators, Printing, binding, Catering Services, Chemicals, Materials and Equipment for Water
Sanitation,
C WORKS - Construction/Renovation of Minor, Small and Medium Works (Roads, Drainages, Water Supply, office buildings,
Coby House ) located in Dili and at the District Level)

Prospective bidders shall have experience in the construction/rehabilitation of works, supply of goods and other
related services. The potential suppliers/service providers/contractors should show competence, willingness and
capacity to service the contract at short notice. All reputable and established firms are invited to apply for the
participation in the continuous pre-qualification process and submit the attached Pre-Qualification forms and required
eligibility documents.

A transparent evaluation method for the purpose of Pre-Qualification of the applicant’s capabilities in the respect to
Company Organization and capacity to perform shall be established in order to participate in the MPW tenders. Each
Supplier or Vendor, Contractors performance in terms of quality, delivery, after sales service, credit terms and other
contractual obligations will be closely monitored and periodically reviewed during the contractual period.

Apart from the publication of the tender, MPW will issue the tender documents as the need arises in favor of Pre-
Qualified Suppliers/Service Providers/Contractors who have been registered in that particular category.

The Ministry of Public Works will process all the procurement in accordance with the Procurement Degree Law of
Timor Leste.

Should you have any questions or queries, kindly visit or contact the National Directorate for Procurement at the
address provided below or at telephone no. 3311435.

Vendors, Manufacturers, Distributors, Service providers and Contractors will be Pre-qualified under following
Classifications:
A Class: Annual turnover below USD 10,000.00 below
B Class: Annual turnover below: USD 50,000.00 below
C. Class: Annual Turnover USD 100,000 above

The pre-qualification documents should be duly completed as per instructions and send to the Mr. Quintiliano
Afonso Belo, Director, National Directorate for Procurement, Ministry of Public Works, 2 nd floor, Rua 20 de Maio, Dili
beginning from 9:00 A.M to 5:00 P.M. Issuance of the Prequalification Documents will start on 18 March 2019 at the
address above.

Sr. Januario Patricio Barbosa


Secretary General
Minister of Public Work
PREQUALIFICATION INSTRUCTIONS

1 INTRODUCTON

The Ministry of Public Works hereby invites all eligible firms/Suppliers/ Service Providers/Contractors to
pre-qualify for the Supply and Delivery of Goods and Services, and Small/Medium Maintenance Works.
Eligible firms/individuals must qualify by meeting the set criteria as provided by the Ministry of Public
Works.

2. PREQUALIFICATION OBJECTIVE

The main objective of this part is to qualify firms/individuals to supply and deliver assorted items and also
provide services under relevant tenders/quotations as and when required during the period from March
2019 until March 2021.

Applicants should only apply in their areas of expertise

3. LANGUAGE

All the information requested for pre-qualification shall be provided in the language of
Tetun/Portuguese/English.

4. EXPERIENCE

Prospective firms must have successfully carried out the supply and delivery of similar goods/services or
works to government institutions or recognized private entities of similar size and complexity. Prospective
firms must demonstrate the willingness and commitment to meet the criteria.

5. ELIGIBLE FIRMS

The procuring entity’s employees and their relatives (spouse and children) are not eligible to participate in
the pre-qualification process

6. QUESTIONS ARISING FROM PRE-QUALIFICATION DOCUMENTS

Questions and clarification that may arise from the pre-qualification documents should be sent to:

To : The Director, National Directorate for Procurement


Ministry of Public Works
Address : Rua 20 de Maio, Dili.

7. ADDITIONAL INFORMATION

The Ministry of Public Works reserves the right to request submission of additional information from
prospective bidders.

8. INVITATION TO TENDER/QUOTATION

Bidding documents (Tender/Quotation) will be made available only to those bidders whose qualifications
are accepted by MPW based on the evaluation criteria set after the completion of the pre-qualification
process.
9. NOTIFICATION OF SUCCESSFUL AND UNSUCCESSFUL FIRMS

All bidders shall be notified of the pre-qualification outcome in writing.

10. PRE-QUALIFICATION GUIDELINES/REGULATIONS AND CRITERIA

10.1. INCOMPLETE APPLICATION

The application forms which are not filled and duly stamped and submitted in the prescribed manner will
not be considered.

10.2. THE PRE-QUALIFICATION DATA

It is understood and agreed that the pre-qualification data of the prospective bidders is to be used by the
Ministry of Public Works in the selection of prospective firms in respect to the different Suppliers/Service
Providers/Contractors Categories as listed above, any time as the needs arises. The representative/s of
the Ministry shall have a right to inspect or conduct site verification/inspections on all information provided
related to the pre-qualification information.

10.3. QUALIFICATION REQUIREMENTS

Prospective bidders will not be considered qualified unless in the judgment of the Ministry, they possess
capability, experience, qualified personnel, availability and sustainability of equipment and net current
assets or working capital sufficient to satisfactorily execute the contract for goods/services.

10.4. WITHDRAWAL OF PREQUALIFICATION

Should a condition arise between the time the firm has tendered the bid and the opening date which in
the opinion of the Ministry of Public Works could substantially change the performance and qualification
of the bidder or his ability to perform such as but not limited to bankruptcy, change in ownership or new
commitment, MPW reserves the right to reject the tender from such a bidder even though he was initially
prequalified.

10.5 PREQUALIFICATION CRITERIA

The prospective bidder/firm shall have at least five (5) years’ experience in the supply of goods and
related services/works. Prospective suppliers/service providers should have special experience and
capability to organize, supply and deliver items or services at Short Notice.

The following is the prequalification criteria that will be used in assessing the bidding documents

1. Copies of Certificate of Registration/Incorporation

Authenticated Copy of Current Business Registration Certificate


Authenticated Certidao de Dividas
Authenticated Ownership Document “Para Quem e Interesado”
Copy of Statuto and Escritura

2. Where registration for service provision is mandatory, the firm must attach evidence of valid
registration certificate with relevant professional bodies’ authorities (e.g. valid certificate of
dealership/authorization).
3. Provide company profile showing names of Directors, management team and general structure of
the company.
4. Copy of VAT Registration Certificate.
5. Tax Compliance Certificate from Timor Leste (failure to produce this certificate to prove
compliance, will lead to automatic disqualification thus no further evaluation of the application).
6. Copies of TIN Certificate of firm/company/individual.
7. Copy of current Trade License
8. Specific Experience for the last five (5) years of same size and nature. Submit one (1) copy of
proof-signed Contract Agreement with Hand Over Certificate for Works/Services. Delivery
Receipt and Invoice Duly received and accepted for items delivered.
9. General Experience from last five (5) years
10. Availability of Personnel and Equipment to perform the task
11. Other requirements specifically related to the goods, works and services such as Classification
Standard issued by the Ministry of Public Works for medium Works
12. Location of Warehouse/vehicle motor shop for related goods and services
13. Annual Turnover for a period of five (5) years
14. Pending Litigation if any
15. Bank Detailes

Note: Properly bound and good presented documents. Loose documents will not be accepted.

10.6. GENERAL INFORMATION

Category applied for.Construction Company

10.7. LITIGATION HISTORY

Does the company have any litigation (Tick appropriate box)? Yes (give details below)  No

Applicants, including each of the partners of a joint venture, should provide information of any history of
litigation or arbitration resulting from contracts executed in the last three years. A separate sheet should
be used for each partner of a joint venture.

10.8 INSURANCE

The Service Providers/Suppliers/Contracts shall be responsible in insuring their personnel in the


discharge of their duties and responsibilities and the Ministry will not be responsible and liable for any
untoward incidents.

10.9. Updating Prequalification Information

1. Because circumstances may change in the period between prequalification and the submission of
tenders, contracts must be awarded only to tenderers, who continue to meet the requirements for
prequalification. The tender documents should specify, which essential items of the information
submitted with the prequalification documents should be updated with the tender. In particular,
the MPW should be satisfied that tenderers continue to have the required capacity and financial
capability.
2. The MPW may harbor reasonable doubts about the veracity of statements made by a tenderer. If
a perceived weakness could materially affect the tenderer's capability to perform the contract
satisfactorily, then the prequalification information should be verified.

10.10. Invitation to Tender

Invitations to tender should follow as soon as possible after prequalified tenderers have been notified.
The tender documents should be issued only to prequalified firms, and should refer to the need to provide
specified updated information and any pre-award verification requirements.
10.11. Repeating the Prequalification

1. Should the invitation for tender be delayed by more than three (3 months after the prequalification
application submission deadline, the MPW should asked all participating bidders to update their
qualification information.
2. All applicants for the original prequalification, including disqualified ones, shall be directly
informed of the re-prequalification. If the original prequalification documents were disseminated
for a fee, all of them shall be sent documents free of charge.
REGISTRATION DATA INSTRUCTIONS

1. Registration data forms

The attached questionnaire forms and forms required to be submitted are to be completed by
prospective suppliers/contractors who wish to be registered for submission of the specific tender and
category.

The registration application forms which are not filled out completely and submitted in the prescribed
manner will not be considered. All the documents that form part of the proposal must be written in
either Tetun/Portuguese/English.

2. Qualification

2.I It is understood and agreed that the registration data on prospective bidders is to be used by the
Ministry in determining, according to its sole judgement and discretion, the qualifications of
prospective bidders to perform in respect to the Categories as described by the client.

2.2. Prospective bidders will not be considered qualified unless in the judgment of the Ministry of
Public Works they possess capability, experience, qualified personnel available and suitable
equipment and net current assets or working capital sufficient to satisfactorily execute the
contract for goods/services/works.

3. Essential Criteria for Registration

4. Experience: Provide a copy of at least one (1) Contract for the past five (5) years related to the
Goods/works and related services

5. Personnel

The names and pertinent information and CVs of the key personnel for individual or group to execute the
contract must be indicated in form. When required must be available for interview,

6. Financial Condition

The Supplier’s/Service Provider/Contractors financial condition will be determined by the submitted latest
financial statement submitted with the registration documents as well as letters of reference from the
bankers regarding suppliers/contractors credit positions. Potential suppliers/service providers/contractors
will be registered on the satisfactory information given.

7. Special consideration

Special consideration will be given to the financial resources available as working capital, considering the
amount of uncompleted orders on contracts and/or work in progress. However, potential bidders should
provide evidence of financial capability to execute the contract.

8. Past Performance

Past performance will be given due consideration in registering bidders. Letter of reference and or copies
of order/contracts from past customers/client should be included in Form V.
9. Statement

Applications must include a sworn statement by the Tenderer ensuring the accuracy of the information
given.

10. Withdrawal of Registration

Should a condition arise between the time the firm is registered to bid and the bid opening date which in
the opinion of the MPW could substantially change the performance and qualification of the bidder or his
ability to perform such as but not limited to bankruptcy, change in ownership or new commitments, the
MPW reserves the right to reject the tender from such a bidder even though he was initially registered.

11. The firm must have a fixed Business Premise and must be registered in Timor Leste, with Certificate
of Registration Incorporation/Memorandum and Article of Association, copies of which must be attached.

12. The firm must show proof that it has paid all its statutory obligations and have current Tax Compliance
Certificate.

13. Registration Criteria Required Information - Registration Documentation Registration Data

14. Supervisory Personnel, Financial Position, Confidential Report and Past Experience

All firms must provide:-

1. Copies of Certificate of Registration/Incorporation

Authenticated Copy of Current Business Registration Certificate


Authenticated Certidao de Dividas
Authenticated Ownership Document “Para Quem e Interesado”
Copy of Statuto and Escritura
Copy of TIN Registration No.

2. Where registration for service provision is mandatory, the firm must attach evidence of valid
registration certificate with relevant professional bodies’ authorities (e.g. valid certificate of
dealership/authorization).
3. Provide company profile showing names of Directors, management team and general structure of
the company.
4. Copy of VAT Registration Certificate.
5. Tax Compliance Certificate from Timor Leste (failure to produce this certificate to prove
compliance, will lead to automatic disqualification thus no further evaluation of the application).
6. Copies of TIN Certificate of firm/company/individual.
7. Copy of current Trade License
8. Specific Experience for the last five (5) years of same size and nature. Submit one (1) copy of
proof-signed Contract Agreement with Hand Over Certificate for Works/Services. Delivery
Receipt and Invoice Duly received and accepted for items delivered.
9. General Experience from last five (5) years
10. Availability of Personnel and Equipment to perform the task
11. Other requirements specifically related to the goods, works and services such as Classification
Standard issued by the Ministry of Public Works for medium Works
12. Location of Warehouse/vehicle/motorcycle service centers for related goods and services
13. Annual Turnover for a period of five (5) years
14. Pending Litigation if any
15. Bank Details
Note: Properly bound and good presented documents. Loose documents will not be accepted.

FORM I. – REGISTRATION DATA

1. REGISTRATION OF SUPPLIERS/SERVICE PROVIDER/CONTRACTOR APPLICATION FORM

I/We MARABIA.Lda…………………………..hereby apply for registration as Supplier/Contractor/Service


Provider of………………………………………………….with Office Address……………………………………
Street…………………………………………………District…………………………………………………………
Cellphone No………………… Full Name of Applicant………………………………………………………...
Other Branches Location………….

FORM 2. ORGANIZATION & BUSINESS INFORMATION

Management personnel.................................................................................
President/General Manager……………………………………………………………….

Secretary......................................................................................................
General Manager______________________________________
Finance....................................................................................................
Logistics………………………………………..
Other (s).......................................................................................................
Partnership (if applicable) Name of partners

3. Business founded or incorporated ...............................................................


4. Under present management since ...............................................................
5. Net Worth equivalent ..........................................................................
6. Bank reference and Address ........................................................................
7. Company reference and Address ...................................................
................................................................................................................
8. Enclose copy of organization chart of the firm indicating the main fields of activities
...................................................................................................
9. State any technological innovations or specific attributes which distinguish..................................
.........................................................................................................
10. Indicate terms of trade / sale ......................................................................

SUPERVISORY PERSONNEL

Name ......................................................................
..........................................................................................................

Academic Qualification

.................................................................................................................
..................................................................................................................
......................................................................................................................
......................................................................................................................

Professional Qualification
.................................................................................................................
...................................................................................................................
......................................................................................................................
Length of service with contractor or supplier/service provider position held

.................................................................................................................
...................................................................................................................

(Attach CV and copies of certificates of key personnel in the organization)

III. FINANCIAL POSITION AND TERMS OF TRADE

1. Attach a copy of firm’s three certified comparative financial statements (for the year CY 2015, CY2016,
CY 2017and CY2018 giving summary of assets and current liabilities / or any other audited financial
document or equivalent financial statement issued to RDTL.

2. Attach letters of reference from the bankers regarding supplier’s credit position.

IV. CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM

You are requested to give the particulars indicated in Part 1 and either Part 2(a), 2(b) or 2 (c) whichever
applied to your type of business. You are advised that it is a serious offence to give false information on
this form.

Part 1 – General:

Business Name .........................................................................................................................


Location of business premises. ...................................................................................................
No......................................................... Street/Road .........................................................
Postal Address ................................... Tel No. ...................... Fax ................... E mail
................................................
Nature of Business,................................. Registration Certificate No. .......................................................

Name of your bankers ..................................................... Branch ............................................. Maximum


value of business which you can handle at any one time – ....................................

Part 2 (a) – Sole Proprietor


Your name in full .............................................................. Age .............................

Nationality ....................................... Country of origin ........................................... • Citizenship details


................................................................................................. •
Part 2 (b) Partnership Given details of partners as follows:

Name Nationality Citizenship Details.


...................................................................................................................................
...................................................................................................................................
....................................................................................................................................
...................................................................................................................................
Part 3 (c ) – Registered Company
Private or Public ...............................................................................................................

State the nominal and issued capital of company- Nominal ........................................

Issued ....................................... Given details of all directors as follows

Name Nationality Citizenship Details .


....................................................................................................................................
....................................................................................................................................
....................................................................................................................................
....................................................................................................................................

...................................................................................................................................
Date .................................................................... Signature of Applicant ......................................

FORM V. PAST EXPERIENCE (REFERRALS)


NAMES OF THE APPLICANTS CLIENTS IN THE LAST FIVE (5) YEARS. NAMES OF OTHER CLIENTS
AND VALUES OF CONTRACT/ORDERS 1 Name of 1st Client (Organization)

i. Name of Client (organization.......................................................................


ii. Address of Client (organization).................................................................. iii. Name of Contract Person
at the client (organization) .................................. iv. Telephone No. of client
..............................................................................
v. Value of Contract .....................................................................................
vi. Duration of Contract (date) ...................................................................... (Attach documents evidence
of existence of contract)

2. Name of 2nd Client (organization) .......................................................................


i. Addre ss of Client (organization) .................................................................. ii. Name of Contact Person
at the client (organization) .................................... iii. Telephone No. of Client
............................................................................ iv. Value of Contract (date)
............................................................................
v. Duration of Contract (date) ........................................................................

(Attach documental evidence of existence of contract)

3. Name of 3rd Client (organization) .......................................................................


i. Address of Client (organization) ................................................................. ii. Name of Contact Person at
the client (organization) .................................... iii. Telephone No. of Client
............................................................................. iv. Value of Contract
....................................................................................
v. Duration of Contract (date) .......................................................................

(Attach documental evidence of existence of contract)


Others ................................................................................................................
Attach evidence e.g. Contract Agreements etc.

FORM VI. SWORN STATEMENT

Having studied the pre-qualification/registered information for the above project we/ I hereby state:

1. The information furnished in our application is accurate to the best of our knowledge.
2. That in case of being pre-qualified/registered we acknowledge that this grants us the right to
participate in due time in the submission of a tender or quotation when invited/requested to do so
by the Ministry.
3. When the call for quotation is issued the legal technical or financial conditions or the contractual
capacity of the firm changes we shall notify the Ministry and acknowledge your right to review the
pre-qualification made.
4. We enclose all the required documents and information required for the prequalification
evaluation.
5. We confirm that we have not been debarred from participation in public procurement and have no
litigation procedure in process.
Date ............................................................................................................... Applicant’s Name
.......................................................................................... Represented by
..............................................................................................

Signature ....................................................................................................... (Full name and designation of


the person signing and stamp or seal).

Please provide copies as a proof and sign the sworn statement


BRIEF CONTRACT REGULATIONS/GUIDELINES

1 Taxes on Imported Materials

The Supplier/Service Provider/contractor will have to pay all taxes payable as applicable for all goods,
services, works to be provided/supplied unless exempted by the Government.

2 Customs Clearance

The contractors shall be responsible for custom clearance of their imported goods and materials.

3 Contract Price

The contract shall be of unit price type or cumulative of computed unit price and quantities required.
Prices quoted shall be inclusive of all delivery charges and all taxes as well.

2.4 Payments

All local purchase orders/contracts/services shall be paid through bank transfer of a minimum of thirty (30)
days or as may be stipulated in the Contract Agreement.

Information Required Score

1 General information fully provided 4


2 Specific requirements 3
3 Management structure 4
4 Number of staff employed 15
5 Financial position 10
6 Past experience 30
7 Confidential questionnaire if duly filled 2
8 Bank details provided 2
70
1. Bidder’s Information Sheet

Bidder’s Information

Bidder’s legal name

In case of JV, legal


name of each partner

Bidder’s country of
constitution

Bidder’s year of
constitution

Bidder’s legal address


in country of constitution
Bidder’s authorized
representative
(name, address,
telephone numbers, fax
numbers, e-mail
address)
Note: Attached documents required in the bid data.

Nationality of owners (To be filled in by Joint Venture Only)


Name: Nationality: % Equity:
1.

2.

3.

( INSERT COMPANY STAMP & SEAL


Name of Director/ Authorized Representative Date
(PRINTED)
(SIGNATURE)
2. Similar Experience

The Bidder shall also enter a statement of similar works previously executed including description, and location and value of work, year
completed, and name and address of the Employer/Engineer. Notwithstanding such information the Bidder, if awarded the Contract,
shall comply with Clause 7 of the Conditions of Contract regarding Subcontracting.

Starting Month Ending Period in Contract No. and Name, Address of Purchaser. Brief Role of Bidder.
Year Month Year Years Description of the similar works Prime/Principal
Contractor

Note: Submit one (1) copy of Contract of Specific Experience of item/s for bidding and amount.

( INSERT COMPANY STAMP & SEAL


Name of Director/ Authorized Representative Date

(SIGNATURE)
3. Current Contract Commitments in Progress

Bidders and each partner 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.

CURRENT CONTRACT COMMITMENTS


Contract
Employer’s Value of
Start and Average Monthly
No. Name of Contract Contact Address, Tel, Contract
Completion Invoicing USD
Fax
Date

(USE MORE PAGES AS REQUIRED]

Bidders shall not submit backup documents for these projects but should be prepared to provide supporting data if
requested during bid evaluation

( INSERT COMPANY STAMP & SEAL


Name of Director/ Authorized Representative Date
(PRINTED)
(SIGNATURE)
4. Average Annual Value (for a period of 5 years

Each Bidder or member of a JV must fill in this form

Annual Turnover Data for the last 3 years (Construction only)


Amount
Year
Name of Contract

Average Annual Construction Turnover

The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the
amounts billed to clients for each year for work in progress or completed shall be subject to verification.

( INSERT COMPANY STAMP & SEAL)


Name of Director/ Authorized Representative Date
(PRINTED)
(SIGNATURE)
5. Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial
means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or
contracts as indicated in Section 3 (Evaluation and Qualification Criteria)

Financial Resources
No. Source of financing Amount (US$)

( INSERT COMPANY STAMP & SEAL


Name of Director/ Authorized Representative (PRINTED) Date

(SIGNATURE)
6. PERSONNEL

Key Personnel

Designation Name of Person Summary of Qualifications Experience


(i) and Present Occupation

A. Headquarter Staff

Contract Manager/Director

B. Site Staff

Note

The Bidder shall provide a bar chart showing the mobilization of his key personnel (i.e. all qualified and skilled staff)
against time in weeks, from the Start Date to the end of the Defects Correction Period.

1. The Bidder shall list in this Schedule the key personnel he will employ from headquarters and from Site office to
supervised the Works, together with their qualifications, experience and position held.
2. All relevant curricula vitae should be attached.
3. Skilled Labourers and Unskilled Labourers to be specified by category, quantity and mobilization period
( INSERT COMPANY STAMP & SEAL)

Name of Director/ Authorized Representative Date


(PRINTED)
(SIGNATURE)
The Bidder must demonstrate that it has the personnel for the key positions that meet the following
requirements:

Key Personnel – (Works) designation, name, qualifications, experience, present occupation, CVs attached,
mobilization week by week from Start Date to end of Defects Liability Period. Must be sufficient to provide
designation types & hours input stated in Unit Price Analysis, extended for Pay Item quantities in Bill of
Quantities.

Total Experience in Similar


Total Experience in Similar Position
No. Position Work
(years)
(years)
1 Project 10 5
Manager/Supervisor
2 Site Engineer 5 3

The Bidder shall provide details of the proposed personnel and their experience records using Forms PER-1
and PER-2
7. Equipment

A. EQUIPMENT SCHEDULE
Description,(Type, Model,
Make) (equipment listed No,of Year of Owned (O) Est. Capacity Operating
below is shown as an Each Manufacture or Value (1) 22ones or Hours for
example only) Leased (L) cu.m. Contract
Works

1. The Bidder shall enter in this Schedule all major items which he proposes to bring on Site owned or leased
(rented) and shall indicate the proposed port of entry, if applicable

2. The table above should demonstrate that the Bidder will provide equipment sufficient to produce the
equipment work hours stated in the Unit Price Analyses, extended for pay item quantities ( i.e. Unit Price
Analysis equipment work hours X quantities stated in the Bills of Quantity).
8 Form PER – 1: PROPOSED PERSONNEL

Bidder shall provide the details of the proposed personnel and their experience records in the relevant Information
Forms below for each candidate:

Name Duration of works

Job Title Experience


1
Qualifications Responsibilities for this contract

Name Duration of works

2 Job Title Experience

Qualifications Responsibilities for this contract

Name Duration of works

Job Title Experience


3
Qualifications Responsibilities for this contract

Name Duration of works

Job Title Experience


4
Qualifications Responsibilities for this contract

Name Duration of works

Job Title Experience


5
Qualifications Responsibilities for this contract

( INSERT COMPANY STAMP & SEAL


Name of Director/ Authorized Representative Date
(PRINTED)
(SIGNATURE)
9. Form PER – 2: Resume or Curriculum Vitae of Proposed Personnel

The Bidder shall provide all the information requested below.

Position

Personnel Name Date of birth


information

Professional qualifications

Present Name of employer


employment

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular technical and
managerial experience relevant to the project.

Fro To Company / Project / Position / Relevant


m Technical and Management Experience

( INSERT COMPANY STAMP & SEAL


Name of Director/ Authorized Representative Date
(PRINTED)
(SIGNATURE)
10. Form EQU: Equipment
The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the
requirements for the key equipment listed. A separate Form shall be prepared for each item of equipment
listed, or for alternative equipment proposed by the Bidder.

Item of equipment

Equipment Name of manufacturer Model and power rating


information
Capacity Year of manufacture

Current Current location


status
Details of current commitments

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured
 Agreement to Purchase  Sub Contractor Agreement

Omit the following information for equipment owned by the Bidder.

Owner Name of owner


Address of owner

Telephone Contact name and title


Fax Telex
Agreements Details of rental / lease / manufacture / purchase agreements / sub contractor
agreement specific to the project

( INSERT COMPANY STAMP & SEAL)


Name of Director/ Authorized Representative Date
(PRINTED)
(SIGNATURE)
11. Pending Litigation

Pending Litigation
Check if the bidder has any of the following
 No pending litigation in accordance with Qualification Criteria
 Pending litigation in accordance with Qualification Criteria . Incase you have please fill in form below
Value of
Value of Pending Claim
Year Matter in Dispute Pending Claim in as a
US$ Equivalent Percentage of
Net Worth

( INSERT COMPANY STAMP & SEAL


Name of Director/ Authorized Date
Representative
(SIGNATURE)
12. AFFIDAVIT – AGREEMENT FOR JOINT VENTURE
CONSIDERING:

The issuance of the Bidding Document for the...................................... due for submission to the Ministry of Public
Works on....................................... and

THAT ..................................................
and
..................................................
and
..................................................

desire to participate jointly as a Joint Operation in the Bidding and construction, completion and remedy of defects in the
above Project

NOW IT IS JOINTLY AGREED UPON AND DECIDED :-

1. To appoint................................., for this Project as Sponsoring Member/Leading Company to represent and to


act for and on behalf of the Joint Operation and to sign in its name all documents including the Bid and the
Contract Agreement.

2. That ..................................................
and
..................................................
and
..................................................

hereby agree that in case of Letter of Acceptance and Contract Agreement are issued on behalf of the Joint
Venture, they are and shall remain jointly and severally liable for their obligations under the Contract
Documents.

3. That the interest of each Company in the Joint Operation shall be as stated in the Bidding Documents being:-

......................................... ( percent)

......................................... ( percent)

......................................... ( percent)

4. Each Company will participate in these same proportions in the expense and in the profit and loss of the Joint
Operation. These partnership proportions will not be modified throughout the whole period of the Contract
except with the prior written approval of the Employer and the joint written agreement of the participating
Companies.

Irrespective of the relative size of the partnership proportions stated above, each of the participating
Companies will have full supervision of all aspects of the implementation of this Agreement, including the right
of full access to all documentation relevant to the fulfillment of the Contract, such as financial records, purchase
orders, receipts, lists of Plant and Equipment and personnel, subcontract agreements, correspondence,
telexes, etc.

5. The power to sign for and on behalf of the Joint Operation shall vest in................. in his capacity as
President/Managing Director of..................., subject to the prior written approval of.............................. and
................................. 5) regarding the contents of the documents to be signed and the conditions thereof.

6. That this Agreement will become operative with immediate effect on receipt of the Letter of Acceptance for the
Project issued by the Directorate General of Corporate Services.

7. That this Agreement shall automatically become null and void if the Contract is not awarded to the Joint
Operation.
8. That this Agreement has been prepared in .............. ( ) copies of which all copies having equal legal status
and strength.

IN WITNESS WHEREOF the parties have placed their signatures and seals at............................................ on
this................ day of............... . (..........................................) (....................................... (......................................)

Certificate by Public Notary.

( ......................................... )
Signature and Seal

Notes:
1) = Name of Project and Name of Package
2) = Date of RFQ issued
3) = Name of Supplier 1
4) = Name of Supplier 2
5) = Name of Supplier 3 (if any)
6), 7), 8) = Joint Operation Sharing Portion
9) = Name of Authorized Representative
10) = Number of copies
11), 12),13) = Place, date, month and year when the Agreement Signed.
14),15),16) = Signature and Seals of each Authorized Representative

*
13. MOBILIZATION SCHEDULE

WORK SCHEDULE - BAR CHART

(Jadwal mobilisasi personil and equipment)


12 Organizational Chart for the Works

Organizational Chart for the Works showing total site workforce, by job designation & corresponding number of
personnel

The Bidder is to insert an Organizational Chart showing the chain of command on Site and the relationship between
Site and Head Office. The chart should demonstrate that the Bidder will provide manpower sufficient to produce the
man-hours stated in the Unit Price Analysis, extended for pay item quantities ( i.e. Unit Price Analysis man-hours X
quantities stated in the Bills of Quantity)
13. List of Suppliers

MATERIAL SUPPLIER’S NAME AND ADDRESS

Warehouse Stocks
15. Source of Materials

Material Source
16. Location of Service Center

Das könnte Ihnen auch gefallen