section ii: bid data sheet (bds)

25
ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan ITB No. 1/C/SWM/2021 1/25 Section II: Bid Data Sheet (BDS) The following specific data for the Works to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB. A. Introduction 1.Scope of Bid 1.1 The Employer is: Ministry of Local Administration 1.1 The name of the Bid process is: Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan The identification number of the Bid process is: (ITB No. 1/C/SWM/2021) 1.1 The scope of work comprises the construction, completion, and handing over the project of Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan project. Work includes infrastructure, skeleton, finishes, MEP and all required works of any type to construct the Al Azraq Land Fill project including all sections of the project: The new landfill Leachate pond Internal roads Buildings Infra-structure All other required requirements of any type 2.Source of Funds 1.1 The issuing party for this Bid is the Ministry of Local Administration (MOLA). The source of fund is the Jordanian Government. (Herein after called the Funder) toward the cost of the project named in the BDS. 1.2 Payments by the funder will be made only at the request of MOLA and upon approval by the Funder. 4. Eligible Bidders 4.1 Maximum number of members in the JVCA shall be: three (3) members only. 4.2 This bid is open only for Local (Jordanian) entities according to the guidelines mentioned in the documents of Invitation to Bids. B. Bid Document 7.Clarification of Bid Document, Site Visit, Pre- Bid meeting 7.1 For clarification purposes only, the Employer’s address is: Address: Ministry of Local Administration / Project Implementation Unit - Solid Waste Project, Office No. 613, Fourth Floor, Zahran Street - Jabal Amman, Third Circle Amman, Jordan. Phone:+962-6-4641393 Fax:+962-6-4617138 +962-6-4640404 P.O. Address: P.O. Box 1799 Amman 11118, Hashemite Kingdom of Jordan Email: [email protected]

Upload: others

Post on 05-Jan-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 1/25

Section II: Bid Data Sheet (BDS) The following specific data for the Works to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.

A. Introduction

1.Scope of Bid

1.1 The Employer is: Ministry of Local Administration

1.1 The name of the Bid process is: Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

The identification number of the Bid process is: (ITB No. 1/C/SWM/2021) 1.1 The scope of work comprises the construction,

completion, and handing over the project of Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan project.

Work includes infrastructure, skeleton, finishes, MEP and all required works of any type to construct the Al Azraq Land Fill project including all sections of the project: • The new landfill • Leachate pond • Internal roads • Buildings • Infra-structure • All other required requirements of any type

2.Source of Funds

1.1 The issuing party for this Bid is the Ministry of Local Administration (MOLA).

The source of fund is the Jordanian Government. (Herein after called the Funder) toward the cost of the project named in the BDS. 1.2 Payments by the funder will be made only at

the request of MOLA and upon approval by the Funder.

4. Eligible Bidders

4.1 Maximum number of members in the JVCA shall be: three (3) members only. 4.2 This bid is open only for Local (Jordanian) entities according to the guidelines mentioned in the documents of Invitation to Bids.

B. Bid Document

7.Clarification of Bid Document, Site Visit, Pre- Bid meeting

7.1 For clarification purposes only, the Employer’s address is: Address: Ministry of Local Administration / Project Implementation Unit - Solid Waste Project, Office No. 613, Fourth Floor, Zahran Street - Jabal Amman, Third Circle Amman, Jordan. Phone:+962-6-4641393 Fax:+962-6-4617138 +962-6-4640404 P.O. Address: P.O. Box 1799 Amman 11118, Hashemite Kingdom of Jordan Email: [email protected]

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 2/25

Requests for clarification shall be received by the Employer no later than 11:30 am (according to Jordanian local time) from noon dated on 30/06/2021.

7.4 A Pre-Bid meeting will take place on 27/06/2021 at 10:00 am (according to Jordanian local time). (details of the meeting will be shared later on as it could be a virtual meeting) Interested bidders can visit the site as per the following details: Date: 28/06/2021; Time: 11:00 am (according to Jordanian local time). Interested bidders for the site visit should arrange in advance with MOLA via the above mentioned emails. MOLA highly encourage the interested bidders to attend the pre-bid meeting and the site visit. 7.6 Web page: the website for publishing Minutes of Pre-Bid Meeting www.mola.gov.jo

Pre - Bidding

A. Familiarization: Visit the site, acquaint to the site c o n d i t i o n s t o f a m i l i a r i z e w i t h t h e s i t e , review all contract documents, and the documents for other trades, highlight and raise queries for any possible ambiguities as is necessary to accurately price the work. No item, which could have been clarified in t h i s m anner , w i l l later f o rm t h e basis of a variation to the Contract. B. Clarification: If interpretation of the Bid

Documents is unclear obtain clarification from the Client. If clarification is not obtained prior to close of Bids, the item or arrangement of better quality, greater quantity, or higher cost shall be deemed to be included.

Clarifications should be sent by e-mail to ([email protected]) no later than than 11:30 am (according to Jordanian local time) from noon dated on 30/06/2021. C. Interpretation: The bid documents are

intended to be complimentary and where any items are repeated i t is intended t o call particular attention to them or to qualify them; it is not intended that any other part shall be assumed to be omitted if not repeated. Items may be covered in the specification or the drawings or both. If interpretation o f the Contract Documents is unclear, obtain clarification from the Client, during bidding. Upon awarding the contract any interpretation of specification or other bid documents will be, solely; to the Client's discretion and interest.

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 3/25

Documents of later date will govern over documents of earlier date. All documents in any set (e.g. Bid Set) will be deemed to be of the date of issue of that set for purposes of establishing precedence. Within any set, the particular will govern over the general as in the following examples: specific details will govern over general layout.

C. Preparation of Bids 10.Language of Bid 10.1 The language of the bid is: English

11.Documents Comprising the Bid

In addition to the required submission of hard copies of the bids, the bidder should submit a soft copy of the whole bidder's bid on a USB. 11.1 The Bid shall comprise the following:

a) Letter of Bid, Appendix to Bid and Attachment 1 to the Letter of Bid – Covenant of Integrity; b) Completed Schedule of Prices / Bill of Quantities as provided in Section IV, Bid Forms. (ATTENTION: BOQS ATTACHED SEPARATELY. The BOQs (Buildings, Landfill, Internal Roads and Labour) in excel format will be given to the interested bidders. These BOQs should be filled in properly and reattached with the bidder's bid by a USB. The bidder should also attach with the bid a signed and stamped copy of the priced BOQ (each page should be signed and stamped). c) Completed Schedule of Supplementary Information. d) Confirm the availability of Equipment under Section III (Evaluation and Qualification Criteria), Table 2.6 through signed and stamped letter. Schedule of Supplementary Information shall accompany, but not form part, of the Bid and is required to be submitted in sufficient detail to demonstrate the Bidder’s capability to perform the Contract. Schedule of Supplementary Information shall be submitted using the forms provided in Section IV, Bid Forms, and include the following information: a) Section IV (Bidding Forms);

b) Attachment 1 - Preliminary Programme which

includes the following:

i) Site organization and Method statement; ii) Mobilization and Construction Schedules; iii) Contractor’s Equipment; iv) Contractor’s Personnel and Resumes; v) List of Proposed Subcontractors with all required qualification and supporting documents. vi) All Compliance Sheets with catalogs and all required technical data. Technical Compliance Sheets are attached separately to be duly completed, stamped and submitted along with catalogues, datasheet and other documentations

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 4/25

required to support compliance sheets. c) Attachment 2 – Bidders’ Qualifications. The above important documents must be submitted along with the bid. In case the bidder does not submit these forms/documents, the bidder’s submission may not be further considered for evaluation based on MOLA's Special Tenders Committee decision lonely. The bidder has the sole responsibility to submit all requirements as per the bidding documents with proper supporting documents. The bidders must submit all required documents to support and complete their bids. Such documents shall be without being limited to the following: - All Submission Forms - Method Statement - Company Profile - Tax Registration/Payment Certificate - Income and sales tax clearance certificate - List of Shareholders - Certificate of Registration of the Business - Quality Certificates - Statement of Satisfactory Performance from

the Top Three (3) Clients for similar services during the last 10 years

- Latest Audited Financial Statement for the past five (5) Years (2016, 2017, 2018, 2019, 2020)

- Arbitration History - Power of Attorney for the Bidder's

Representative by legally authorized signatories authorizing the person to submit the bid, negotiate and sign the Contract on behalf of the Bidder.

- Joint Venture Agreement (if applicable) - D&B report (if available) - Career License

13.Alternative Bids 13.1 Alternative Bids shall not be permitted. 13.2 Alternative times for completion are not permitted

14.Bid Prices and Discounts

14.1, 14.2, 14.3, 14.4, 14.5 & 14.6 The prices quoted by the Bidder shall be Fixed during the performance and execution of the W h o l e Contract. Prices quoted by the Bidders are subject to adjustment during the performance of the Contract in accordance with approved Public Works Minister's Circulations. All types of taxes (sales tax, income tax … etc.), customs, fees, duties … etc. is the full responsibility lonely of the bidder as they should be considered and included in the bidder's submitted prices in the submitted bid.

15.Currencies of Bid 15.1 The prices shall be quoted by the Bidder

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 5/25

entirely in Jordanian Dinars. All payments under the Contract shall be made in the currency of the Bid which is Jordanian Dinars.

16.Documents Establishing the Qualifications of the Bidder

Bidders shall not be permitted to claim the experience and capability of their parent companies for the purposes of meeting the minimum qualification requirements. The Employer shall consider the experience and qualification of the Bidders only on their sole merits.

18. Period of Validity of Bids The Bid validity period shall be 120 days.

19.Bid Security

19.1 A Bid security is required. The bid security Value is Three hundred Fifty Thousands Jordanian Dinars 350,000 JOD ☒ Bid Security validity – 120 days commencing from the bid submission deadline date. Bid Security to be Issued in the name of the H.E. Minister of Local Administration. Address:

Ministry of Local Administration / Project Implementation Unit - Solid Waste Project, Office No. 613, Fourth Floor, Zahran Street - Jabal Amman, Third Circle Amman, Jordan.

The original bid Security should be submitted along with the Bid.

Note: Bids without bid security will neither be accepted nor be included in the evaluation process.

Please provide the following information to MOLA in support of the verification process of the bid security.

1. Name of Bank: ______________________

2. Focal Person Name: __________________

3. Email address: ______________________

4. Telephone/Mobile Number: ________________

5. Bank address: ______________________

MOLA reserves the right to reject any bid security when the information provided above cannot be verified by MOLA through reasonable efforts. The bid security must be as a bank bid security (only bank guarantee will be accepted). The bid security should be issued from a reputable bank

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 6/25

selected by the bidder and located in the Hashemite Kingdom of Jordan. The bidder must include all required details of the bid security (i.e. value, beneficiary, and contact details for the issuing bank … etc.). 19.7 In case the bidder is a JVCA, then the bid security must carry the name of the JVCA. Failure to furnish a conforming bid security required by the Bid Document shall result in the rejection of the Bid.

20.Format and Signing of Bid

20.1 In addition to the original of the Bid, the Number of copies is: One (1) Hard original copy with Three (3) hard copies accompanied with a One (1) electronic soft copy (USB) and the Bid Security. The bid must be submitted in a single package containing one envelope, sealed and clearly marked (Bid Number, Bid Name, and Bidder’s Name) that includes the following:

a) Bidder's bid inclusive all technical and financial requirements.

b) Bid Security. 20.2 The written confirmation of authorization to sign the Bidder shall consist of: Power of Attorney for the Bidder's Representative by legally authorized signatories authorizing the person to submit the bid, negotiate and sign the Contract on behalf of the Bidder. This power of attorney should be duly authorized by a Notary Public, indicating that the person(s) signing the bid have the authority to sign the bid and the bid is thus binding upon the bidder In the case of bids submitted by an existing or intended Joint Venture (JV) an undertaking signed by all parties by legally authorized signatories authorizing the person to submit the bid, negotiate and sign the Contract on behalf of the JVCA. (i) stating that all parties shall be jointly and severally liable and (ii) nominating a Representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the JVCA during the bidding process and, in the event the JVCA is awarded the Contract, during contract execution.

21.Submission, Sealing and Marking of Bids

Bidders shall not have the option of submitting their Bids electronically. The submission of bids should done by hand to the assigned address with considering the mentioned deadline and should include One (1) Hard original copy with Five (5) hard copies accompanied with a One (1) electronic softcopy (USB) and the Bid Security.

D. Submission and Opening of Bids

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 7/25

22.Deadline for Submission of Bids

22.1 For Bid submission purposes only, the Employer’s address is : Ministry of Local Administration / Project Implementation Unit - Solid Waste Project, Office No. 613, Fourth Floor, Zahran Street - Jabal Amman, Third Circle Amman, Jordan Phone: +962-6-4641393

Fax: +962-6-4617138 +962-6-4640404 P.O. Address: P.O. Box 1799 Amman 11118, Hashemite Kingdom of Jordan Email: ([email protected]) The deadline for Bid submission is no later than 12:00 pm on 11/07/2021. Any applications that are later than the above Date will be refused.

25.Bid Opening

25.1 The opening of Envelopes of Bids shall take place at: Address: Ministry of Local Administration / Project Implementation Unit - Solid Waste Project, Office No. 613, Fourth Floor, Zahran Street - Jabal Amman, Third Circle Amman, Jordan Phone: +962-6-4641393

Fax: +962-6-4617138 +962-6-4640404 P.O. Address: P.O. Box 1799 Amman 11118, Hashemite Kingdom of Jordan Email: ([email protected]) The deadline for Bid submission is no later than 12:30 pm on 11/07/2021.

Pre-requisite Expected date and address for contract negotiations: Specific date and address for negotiation will be informed by an official notice later.

Bid Evaluation and Comparison

40. Subcontractors

40.1 At this time the Employer does not intend to execute certain specific parts of the Works by subcontractors selected in advance. 40.2 Contractor’s proposed subcontracting: Maximum percentage of subcontracting permitted is: 25% of the total contract amount. Bidders planning to subcontract more than 10% of total volume of work shall specify, in the Letter of Bid, the activity (ies) or parts of the Works to be subcontracted along with complete details of the subcontractors and their qualification and experience.

40.3 The parts of the Works for which the Employer permits Bidders to propose Specialized Subcontractors are designated as follows:

a. Lining Works for the new sanitary landfill cell and the leachate pond;

Prior approval from MOLA should be obtained in advance for any subcontractor of any specialty.

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 8/25

MOLA reserves the right to reject and/or instruct removal of subcontractor (s) due to nonperformance. Also, please consider the following: Assignment of Contract: the Contractor shall not, except after obtaining the prior written approval of the Employer, assign, transfer, pledge or make other disposition of the Contract or any part thereof or of any of the Contractor's rights, claims or obligations under the Contract. Subcontracting: in the event the Contractor requires the services of subcontractors, the Contractor shall obtain the prior written approval of the Employer for all such subcontractors. The approval of the Employer shall not relieve the Contractor of any of his obligations under the Contract, and the terms of any subcontract shall be subject to and be in conformity with the provisions of the Contract. Assignment of Subcontractor's Obligations: in the event of a subcontractor having undertaken towards the Contractor in respect of the work executed or the goods, materials, Plant or services supplied by such subcontractor for the Works, any continuing obligation extending for a period exceeding that of the Defects Liability Period under the Contract, the Contractor shall at any time after the expiration of such Period, assign to the Employer, at the Employer's request and cost, the benefit of such obligation for the unexpired duration thereof.

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 9/25

Section III: Evaluation and Qualification Criteria

This Section contains all the criteria that the Employer shall use to evaluate Bids and qualify Bidders. In accordance with ITB 29.1 and ITB 32.1, no other factors, methods or criteria shall be used. The Bidder shall provide all the information requested in the forms included in Section IV, Bid Forms.

1. EVALUATION CRITERIA AND METHODOLOGY

13. Alternative Bids

13.1

Alternative Technical Proposals

Alternative technical solutions shall not be permitted.

13.2

Alternative Time for Completion

Alternative Time for Completion shall not be permitted.

14.

Discounts

The Employer will adjust the Bid Price, using the methodology prescribed by the Bidder in its Letter of Bid. Only those discounts will be taken into account for the bid evaluation purposes that are read out during the Bids Opening in accordance with ITB Para 25.3.

In the event of any ambiguity in the Bidder’s methodology, the benefit of the doubt shall be given to the Employer. If a Bidder does not accept the Employer’s determination, its bid shall be declared non-responsive and its bid security shall be forfeited.

28.

Determination of Responsiveness

28.2

Nonmaterial Deviations

Nonmaterial deviations (commercial and technical) in the bid will not constitute cause for rejection but shall be reflected in the evaluation wherever practicable and appropriate. The cost of all nonmaterial quantifiable deviations will be added or deducted to or from the bid price as may be appropriate. A reasonable estimate of the cost will be made by the Employer, taking into consideration the corresponding quotations of other responsive Bidders or other appropriate market prices. Such costs will be at the Employer’s sole discretion. A Bidder will not be requested or permitted to offer a price adjustment for rectifying such nonmaterial deviations.

Deviations and other factors that are in excess of the requirements of the bid documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in bid evaluation.

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 10/25

29. Correction of Mathematical Errors

29.1 Correction of Mathematical Errors

(a) Where there are errors between the total of the amounts given under the column for the price breakdown and the amount given under the Total Price, the former shall prevail and the latter will be corrected accordingly

(b) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Employer there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected;

(c) If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

(d) If there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.

31. Bid Adjustments

31.1 The adjustment shall be made using the following methodology:

In evaluating the bids, the Employer will determine for each bid the evaluated bid price by adjusting the bid price as follows:

(a) Making any correction for errors pursuant to ITB Para 29.2 and Section III. Evaluation and Qualification Criteria Clause 30.2

(b) Excluding provisional sums and the provision, if any, for contingencies in the Price Schedules, but including Day works, where priced competitively;

(c) Making appropriate adjustments to reflect discounts or other price modifications offered in accordance with ITB Para 14; and

(d) Making an appropriate adjustment for any other acceptable variations, deviations in accordance with ITB 28.7 and Section III. Evaluation and Qualification Criteria Clause 28.7

32. Qualification of the Bidder

32.1 Post-qualification

The Employer will determine to its satisfaction whether the Bidder selected as having submitted the lowest evaluated responsive bid meets the qualifying criteria specified herein and on the basis of the Letter of Bid and any supplementary information submitted has demonstrated that it is capable of performing the contract satisfactorily. The financial envelopes will be only opened for those bidders have met the qualifying criteria and considered responsive to bid requirements.

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 11/25

Qualification (Without Prequalification)

To be qualified for contract award in accordance with ITB 34, the Bidder must demonstrate to the Employer that it substantially satisfies the requirements regarding eligibility, experience, personnel, equipment, financial position and litigation history, specified below:

Table 2.1 Eligibility

Bidders shall meet the eligibility requirements set forth in ITB Para 4 and Table 2.1, Eligibility below.

Table 2.2 Historical non-performance

A consistent history of historical non-performance and/or litigation awards against the Bidder or any partner of a joint venture within the last five (5) years prior to the deadline for bids submission may result in rejection of the bid.

Table 2.3 Financial Situation

2.3.1 Historical financial performance

The audited balance sheets for the last five (5) years (2016, 2017, 2018, 2019, and 2020) shall be submitted and must demonstrate the soundness of the Bidder’s financial position, showing long-term profitability. Where necessary, the Employer will make inquiries with the Bidder’s bankers.

1. Average coefficient of Current ratio (Current Assets/Current Liabilities) ≥ [1] 2. Average earnings before interest, taxes, depreciation, and amortization (EBITDA) for the last five (5) years > 0; 3. Total equity (net worth) for the last five (5) years > 0; 4. ((Current assets) / (Current liabilities) > 1); 5. Quick Ratio ((Current assets-Inventory)/Current Liabilities) ≥ [1]

The Contractor must achieve at least 3 of these conditions.

2.3.2 Average Annual Turnover

The Bidder shall have an average annual turnover as prime contractor (defined as billing for works in progress and completed) over the last five (5) years of not less than JOD 7,000,000 or equivalent

One partner, who may be specified as the lead, should meet 40% of above requirements while each of the other partners must meet 30% of the same total Requirements.

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 12/25

2.3.3 Financial Resources

The Bidder shall complete Attachment 2, Financial Information, provided in Section IV, Bid Forms, and demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means sufficient to meet the construction cash flow for the contract for a period of 4 (four) months, estimated as not less than JOD 2,000,000 or equivalent, taking into account the applicant's commitments for other contracts.

2.4 Experience

2.4.1 Experience

The Bidder shall demonstrate that it has successful experience as prime contractor in the execution of at least one (1) project of similar nature and complexity comparable to the proposed contract within the last ten to fifteen (10-15) years; in addition, the following specific experience:

(a) Participation as contractor, management contractor, or nominated subcontractor, in at least one (1) contract, each with a value of at least Four Million Jordanian Dinar (JOD 4 Million) or equivalent, that have been successfully and substantially completed and that are similar to the proposed Works.

The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Part 2, Employer’s Requirements.

(b) For the above or other contracts executed during the period stipulated in 2.4.1 (a) above, an experience in the following key activities will be approximately around the following:

1. Excavation of at least (500,000) m3 of earth material.

2. Embankment construction of at least (30,000) m3 of earth material. 3. Pipe-work of at least (1,500) m of HDPE drainage pipes. 4. Mechanical and civil works for pumping facilities. 5. Installation of HDPE 2 mm geo-membrane material for at least (1)

completed landfill project having a total minimum area of (50,000) square meters.

6. Installation of GCL material for at least (1) landfill project having a total minimum area of (50,000) square meters.

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 13/25

Table 2.5 Personnel

The Contractor shall provide the required staff and qualifications to manage all the different tasks of the assignment. The Contractor should specific their project management, methodology & approach. In the table below, the personnel that will need to be mobilized. Regardless the below mentioned staff, it will be the Contractor’s full responsibility lonely to provide additional supporting staff to achieve the required scope of work on time without any additional fees. MOLA reserves the right to reject and/or instruct removal of staff due nonperformance. MOLA has the full right to make deductions from the contractor’s progress payments in case of his failure to secure the site with the below mentioned site staff. The calculations of the deducted amounts will be based on the below table.

Main Expertise & professional

Particular Experience & Qualifications Quantity

Minimum Years of

Experience

Minimum experience

(year in similar

position)

Monthly Deduction in Case of Absence

(JOD) Project Manager Civil Engineer Full Time

Excellent experience in the construction of landfill, buildings, steel structure and roads with excellent communication and management skills. Excellent ability in reading, writing and communicating in English.

1 20 5 4,000.00

Site Manager (Civil Engineer) Full Time

Excellent experience in the construction of landfill, buildings, steel structure and roads with excellent communication and management skills. Excellent ability in reading, writing and communicating in English.

1 15 5 3,000.00

Site Engineer (Civil Engineer) Full Time

Excellent experience in the construction of landfills with excellent communication and management skills. Excellent ability in reading, writing and communicating in English.

1 10 5 2,000.00

Site Engineer (Civil Engineer) Full Time

Excellent experience in the construction of buildings, steel structure and roads with excellent communication and management skills. Excellent ability in reading, writing and communicating in English.

1 10 5 2,000.00

Land Surveyor Full time

Excellent experience in land surveying of infrastructure and construction projects. Good ability in reading, writing and communicating in English.

1 10 - 1,000.00

Electrical Excellent experience in electrical 1 10 - 1,500.00

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 14/25

Main Expertise & professional

Particular Experience & Qualifications Quantity

Minimum Years of

Experience

Minimum experience

(year in similar

position)

Monthly Deduction in Case of Absence

(JOD) Engineer Part time

engineering of infrastructure and construction projects. Excellent ability in reading, writing and communicating in English.

Mechanical Engineer Part time

Excellent experience in mechanical engineering of infrastructure and construction projects. Excellent ability in reading, writing and communicating in English.

1 10 - 1,500.00

Quality Assurance Engineer, Planning, Quantity Surveyor & AutoCAD Operator Civil Engineer or Full Time

Excellent experience in the construction of landfill, buildings, steel structure and roads construction. Excellent skills in reporting, AutoCAD, shop drawings, planning & quality control. Excellent ability in reading, writing and communicating in English.

1 10 5 2,000.00

Forman Full time

Excellent experience in landfill construction and excellent communication and management skills. Good ability in reading, writing and communicating in English.

1 15 - 1,000.00

Forman Full time

Excellent experience in buildings, roads and steel structure construction and excellent communication and management skills. Good ability in reading, writing and communicating in English.

1 15 - 1,000.00

HS&E Officer Full time

Excellent experience in HS&E issues related to construction projects and excellent communication and management skills. Excellent ability in reading, writing and communicating in English.

1 10 5 1,000.00

Table 2.6 Equipment

The bidder shall own, or have assured access to (through hire, lease, purchase agreement, availability of manufacturing equipment, or other means), the following key items of equipment in full working order, and must demonstrate that, based on known commitments, they will be available for use in the proposed contract. The Bidder may also list alternative equipment which he would propose to use for the contract, together with an explanation of the proposal. It is the contractor's full responsibility to provide the site with all required equipment/machinery to achieve the scope of works on time according to the supervision engineer's instructions.

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 15/25

The equipment/machinery is without being limited to the following:

No. Equipment Type and Characteristics Minimum Number

1 Large-Class Track-type tractors/Bulldozer 3

2 Large-Class Excavators/Back-hoe 6

3 Loaders 3

4 Dumpers (GVW: 25 t) 9

5 Graders 2

6 Self-propelled vibrating drum roller 2

7 Vibrating plate 2

8 Water Tanks 4

9 Crane or other hoisting machinery 1

Note:

The bidder to confirm through signed and stamped letter the availability of the above mentioned equipment.

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 16/25

2. QUALIFICATION TABLES1

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture, Consortium or Association (existing or intended)2

Submission Requirements3

All Members Combined

Each Member One Member

1. Eligibility

1.1 Nationality Nationality in accordance with ITB 4.2 Must meet requirement

JVCA Must meet requirement

Must meet requirement

N/A Registration Documents

1.2 Conflict of

Interest

No- conflicts of interests as described in ITB 4.3.

Must meet requirement

JVCA Must meet requirement

Must meet requirement

N/A Letter of Bid

1 In case of JV, the experiences and financial soundness requirements will be considered collectively for the JV and not individually for each partner as shown in the given

tables. 2 In case the bidder is a JVCA, then the bidder should submit a detailed joint venture agreement inclusive the roles, responsibilities and portion of each member with

determining the leader party of the joint venture signed and stamped from all JV parties, Also, to attach the power of attorney signed and stamped from all JV parties. The JV agreement should be notarized duly upon request from MOLA).

3 The bidder should consider that the mentioned Submission Requirements are without being limited to the mentioned documents in the table, while it is the bidder's full responsibility to submit all required supporting documents against each criterion duly.

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 17/25

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture, Consortium or Association (existing or intended)2

Submission Requirements3

All Members Combined

Each Member One Member

1.3 MOLA

Ineligibility

Not ineligible by the MOLA as described in ITB 4.4.

Must meet requirement

JVCA Must meet requirement

Must meet requirement

N/A Letter of Bid

1.4 Government Owned Entity

Compliance with conditions of ITB 4.5 Must meet requirement

JVCA Must meet requirement

Must meet requirement

N/A

1.5 Ineligibility Based on MOLA's Resolution

Not having been excluded as a result of an act of compliance with MOLA resolution in accordance with ITB 4.7

Must meet requirement

JVCA Must meet requirement

Must meet requirement

N/A Letter of Bid

2. Historical Contract Non-Performance

2.1 History of

non- performing contracts

Non-performance of a contract did not occur within the last five (5) years prior to the deadline for bid’s submission, based on all information on fully settled disputes or litigation. A fully settled dispute or litigation

Must meet requirement by itself or as partner to past or existing JVCA

N / A Must meet requirement by itself or

as partner to past or

N / A Form CON - 2

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 18/25

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture, Consortium or Association (existing or intended)2

Submission Requirements3

All Members Combined

Each Member One Member

is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective contract, and where all appeal instances available to the Bidder have been exhausted.

existing JVCA

2.2 Pending Litigation

All pending litigation shall in total represent of seventy percent (75%) of the Bidder’s net worth and shall be treated as resolved against the Bidder.

Must meet requirement by itself or as partner to past or existing JVCA

N / A Must meet requirement by itself or as partner to past or existing JVCA

N / A Form CON – 2

2.3 Suspension Based on Execution of Bid/Proposal Securing Declaration by

Not under suspension based on-execution of a Bid/Proposal Securing Declaration pursuant to ITB 4.8 and ITB 19

Must meet requirement by itself or as partner to past or existing JVCA

N / A Must meet requirement by itself or as partner to past or existing JVCA

N/A Letter of Bid

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 19/25

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture, Consortium or Association (existing or intended)2

Submission Requirements3

All Members Combined

Each Member One Member

the Employer

2.4 Litigation History

No consistent history of court/arbitral award decisions against the Bidder starting from 1st January 2010

Must meet requirement by itself or as partner to past or existing JVCA

N / A Must meet requirement by itself or as partner to past or existing JVCA

N/A Form CON – 2

3. Financial Situation and Performance45

3.1 Historical Submission of audited balance sheets or if Must meet N / A Must meet N / A Form FIN – 1

4 MOLA may request other financial documents such as Credit Line Facility, Bank Statements … etc. in order to see bidder's financial soundness. MOLA shall verify the

bidder's financial capacity and has the authority to seek references from concerned parties and banks on the bidder's financial standing. MOLA has the right to reject any bid if submitted by a bidder whom investigations leads to a result that he is not financially capable and/or has serious financial problems.

5 Non performance, as decided by the Employer, shall include all contracts where (a) nonperformance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Non performance shall not include contracts where Employers decision was overruled by the dispute resolution mechanism. Non performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances available to the Bidder have been exhausted.

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 20/25

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture, Consortium or Association (existing or intended)2

Submission Requirements3

All Members Combined

Each Member One Member

Financial

Performance

not required by the law of the Bidder’s country, other financial statements acceptable to the Employer, for the last five (5) years (2016, 2017, 2018, 2019, and

2020) to demonstrate the current soundness of the Bidders financial position and its prospective long term profitability. As a minimum, a bidder’s net worth calculated as the difference between total assets and total liabilities should be positive.

1. Average coefficient of Current ratio (Current Assets/Current Liabilities) ≥ [1]

2. Average earnings before interest, taxes, depreciation, and amortization

(EBITDA) for the last five (5) years > 0;

3. Total equity (net worth) for the last five

requirement requirement with attachments

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 21/25

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture, Consortium or Association (existing or intended)2

Submission Requirements3

All Members Combined

Each Member One Member

(5) years > 0;

4. ((Current assets) / (Current liabilities) > 1);

5. Quick Ratio ((Current assets-Inventory)/Current Liabilities) ≥ [1].

The Contractor must achieve at least 3 of these conditions.

3.2 Average Annual Turnover

Minimum average annual turnover of JOD 7,000,000 calculated as total certified payments received for contracts in progress or completed, within the last five (5) years.

One partner, who may be specified as the lead, should meet 40% of above Requirements while each of the other partners must meet 30% of the same total Requirements.

Must meet requirement

Must meet requirement

N/A N/A Form FIN –2

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 22/25

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture, Consortium or Association (existing or intended)2

Submission Requirements3

All Members Combined

Each Member One Member

2.3 Financial Resources

The Bidder must demonstrate access

to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet:

i) the following cash-flow requirement: JOD 2,000,000 for a period of 4 (four) months and

ii) the overall cash flow requirements for this contract and its current commitments.

The required resources should for this contract specifically.

Must meet requirement

Must meet requirement

N/A N/A Form FIN –3

Form FIN – 4

4. Experience

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 23/25

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture, Consortium or Association (existing or intended)2

Submission Requirements3

All Members Combined

Each Member One Member

4.1 General Experience

Experience under contracts in the role of contractor or management contractor for the last ten to fifteen (10-15) years prior to the bid submission deadline.

Must meet requirement

N / A Must meet requirement

N / A Form EXP-1

4.2.a

Specific Experience

(a) Participation as contractor or management contractor in at least one (1) contract within the last ten to fifteen (10-15) years , each with a value of at least four million Jordanian Dinars (JOD 4,000,000) or equivalent, that have been successfully and substantially completed and that are similar to the proposed Works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Part 2, Employer’s Requirements.

Must meet requirement

Must meet requirements

N / A N / A Form EXP-(a)

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 24/25

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture, Consortium or Association (existing or intended)2

Submission Requirements3

All Members Combined

Each Member One Member

4.2.b

Specific Experience

b) For the above or other contracts executed during the period stipulated in 2.4.2(a) above, a minimum experience in the following key activities:

1. Excavation of at least (500,000) m3 of earth material.

2. Embankment construction of at least (30,000) m3 of earth material.

3. Pipe-work of at least (1,500) m of HDPE drainage pipes.

4. Mechanical and civil works for pumping facilities.

5. Installation of HDPE 2 mm geo-membrane material for at least (1) completed landfill project having a total minimum area of (50,000) square meters.

Must meet requirements

Must meet requirements

N / A N / A Form EXP-(b)

ITB No. 1/C/SWM/2021 – Construction of New Al Azraq Sanitary Landfill at Al Zarqa Governorate, Jordan

ITB No. 1/C/SWM/2021 25/25

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture, Consortium or Association (existing or intended)2

Submission Requirements3

All Members Combined

Each Member One Member

6. Installation of GCL material for at least (1) landfill project having a total minimum area of (50,000) square meters.

* The mandatory experience for the JV leader is earthworks contractor.