Professional Documents
Culture Documents
TABLE OF CONTENTS
C. Preparation of Applications………………………………………………………………………. 4
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
16. Uploading and Identification of Applications………………………………………………………. 6
17. Deadline for Submission of Applications…………………………………………………………... 6
18. Late Applications…………………………………………………………………………………….. 6
19. Opening of Applications…………………………………………………………………………….. 6
C. Qualification Criteria…..…………………………………………………………….…………… 20
1. Eligibility………………………………………………………………………………………………. 20
2. Licences and Registrations …………………………………………………………………………20
3. Declaration…………………………………………………………………………………………… 20
4. Historical Contract Non-Performance …………………………………………………………….. 20
5. Financial Situation ………………………………………………………………………………….. 21
6. Experience ………………………………………………………………………………………….. 21
7. Personnel Capabilities ……………………………………………………………………………… 23
8. Project Assurances …………………………………………………………………………………. 27
9. Resources, Plant & Equipment ……………………………………………………………………. 27
10. Management Approach ……………………………………………………………………………. 27
DS233 - DEEP TUNNEL STORM WATER SYSTEM
PRE-QUALIFICATION DOCUMENT FOR PROCUREMENT OF DESIGN BUILD CONTRACT
CONTRACT DS233-03 – LATERAL TUNNEL
2. Construction Period…………….………………………………………………….………..…….67
DS233 - DEEP TUNNEL STORM WATER SYSTEM
PRE-QUALIFICATION DOCUMENT FOR PROCUREMENT OF DESIGN BUILD CONTRACT
CONTRACT DS233-03 – LATERAL TUNNEL
PART 1
PREQUALIFICATION PROCEDURES
DS233 - DEEP TUNNEL STORM WATER SYSTEM
PRE-QUALIFICATION DOCUMENT FOR PROCUREMENT OF DESIGN BUILD CONTRACT
CONTRACT DS233-03 – LATERAL TUNNEL
A. General
3. Corrupt & 3.1. The Employer requires that Applicants observe t h e highest
Fraudulent standard of ethics during the procurement and execution of
Practices the scope of works. In pursuit of this policy, the Employer:
8. Amendment of 8.1. At any time prior to the deadline for submission of Applications,
Prequalification the Employer may amend the Prequalification Document by
Document issuing Addenda.
C. Preparation of Applications
9. Cost of 9.1. The Applicant shall bear all costs associated with the preparation
Applications 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 short-
list process.
10. Language 10.1. The Application as well as all correspondence and documents
of relating to the Prequalification exchanged by the Applicant and the
Application Employer, shall be written in the language specified in the ADS.
Supporting documents and printed literature that are part of the
Application may be in another language, provided they are
accompanied by an accurate translation of the relevant passages
in the language specified in the ADS, in which case, for the
purposes of interpretation of the Application, the translation shall
govern.
12. Application 12.1. The Applicant shall prepare an Application Submission Sheet
Submission using the forms furnished in Section IV: Application submission
Sheet sheet and Forms. These forms or documents (e.g. CV) shall be
completed without any alteration to the format.
13. Documents 13.1. To establish its eligibility in accordance with ITA 4, the
Establishing Applicant shall complete the eligibility declarations in the
the Eligibility of Application Submission Sheet and Forms ELI 1.1 and 1.2,
the Applicant included in Application submission sheet and Forms.
14. Documents 14.1. To establish its qualifications to perform the scope of works in
Establishing accordance with Section III, Qualification and Short-List Criteria,
the the Applicant shall provide the information requested in Section
Qualifications IV, Prequalification Application Submission Sheet and Forms.
of the
Applicant
15. Signing of the 15.1. The Applicant shall prepare the documents comprising the
Application Application as described in ITA 11. Application shall be typed
or written in indelible ink and shall be signed by a person, or
persons, duly authorised to sign on behalf of the Applicant. In the
case of JV, all Parties must sign the documents.
D. Submission of Applications
16. Uploading and 16.1. The Applicant shall upload the application on DM online system
Identification of and bear the specific identification of this prequalification as
Applications indicated in the ADS (ITA 1.1).
17. Deadline for 17.1. Applications shall be received by the Employer online no later
Submission of than the submission closing date as indicated, in Section II -
Applications ADS (ITA 17.1).
17.2. The Employer may, at its discretion, extend the deadline for the
submission of Applications by amending the Prequalification
Document in accordance with ITA 8, in which case all rights and
obligations of the Employer and the Applicants subject to the
previous deadline shall thereafter be subject to the deadline as
extended.
18. Late 18.1. Any Application received by the Employer after the deadline for
Applications submission of Applications prescribed in ITA 17 shall be
rejected as non-compliant t o D M and shall remain unopened.
19. Opening of 19.1. The Employer shall prepare a record of the opening of
Applications Applications, and this shall include, as a minimum, the name
of the Applicant. A copy of the record shall be kept by the
Employer.
21. Clarification 21.1. After the Application submission closing date, the Employer
of may ask any Applicant for a clarification. The Applicant
Applications shall submit its reply within three (3) calendar days from
receipt of the clarification request, or by the date and time set
in the Employer’s request for clarification. Any request for
clarification and all replies shall be in writing.
22. Responsiveness 22.1 The Employer may reject any Application which does not address
of Applications the requirements of the Prequalification Document.
24.2. The Employer does not intend to let contracts for certain
specific parts of the scope of works with contractors selected
in advance by the Employer. That is, there will be no
Nominated Contractors, unless otherwise stated in the ADS.
25. Evaluation of 25.1. The Employer shall use all the factors, methods and
Applications 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.
26. Employer’s 26.1. The Employer reserves the right to accept or reject any
Right to Accept Application, and to annul the Prequalification Process and reject
or Reject all Applications at any time, without thereby incurring any liability
Applications to the Applicants.
27. Prequalification 27.1. Applicants whose applications have met or exceeded the
and Short specified threshold criteria shall, to the exclusion of all others, be
Listing of prequalified by the Employer. The Employer reserves the right
Applicants to invite a short-list of qualified Applicants to Tender.
28. Notification of 28.1. Once the Employer has completed the evaluation of
Short Listing the Applications, it shall notify all Applicants in writing of the
names of applicants who have been prequalified
29. Invitation to 29.1. After the notification of the results of the prequalification, the
Tender Employer shall invite three or not more than four Tenders from
the short-listed Applicants that have been prequalified for the
scope of works.
30. Changes in 30.1 Any change in the structure or formation of an Applicant after
Qualifications of being prequalified in accordance with ITA 27, and invited to
tender for the project shall be subject to written approval of the
Applicants
Employer. Such approval shall be denied if, as a consequence of
the change, the Applicant no longer substantially meets the
qualification criteria set forth in Section III, Qualification and
Short-List Criteria, or, if in the opinion of the Employer, a
reduction in qualifications lowers the ranking of the Applicant.
Any such changes shall be submitted to the Employer not later
than fourteen (14) calendar days after the date of the Invitation to
Tender.
31. Submissions 31.1. Applicants must limit their submissions to the minimum required
pages in their application. This page limit does not apply to
attachments specifically requested in the Application
Submission Forms, such as Articles of Incorporation or
independently audited financial statements. Where provisions
are made for the answers, they must be typed in the relevant
boxes/space provided in this document. No additional
attachments are permitted other than any specific information
requested (for example the audited financial information, etc.).
B. Prequalification Document
ITA 7.1 For clarification purposes only, the Employer's address is:
As notified in the Letter of Invitation
C. Preparation of Applications
ITA 10.1 The language of the Application as well as of all correspondence is:
English
ITA 17.1 For application submission purposes only, the Employer's address is:
Not Applicable (Online Submission)
The Application submission closing date is:
As notified in the Letter of Invitation
E. Evaluation of Applications
ITA 23.1 A margin of preference for domestic tenderers shall not be applied.
ITA 24.2 The Employer does NOT intend to execute certain specific parts of
the scope of work by a Design-Builder selected in advance.
The specific parts of the scope of work and the respective Design-Builder
are: None
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:
(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;
Compliance requirements; and
Associated prequalification forms
Further details regarding the qualification criteria are presented in the following Subsection
C.
1.1 Conflict of Interest No conflicts of Must meet Existing or Must meet N/A Application
interest, as described requirement intended requirement Submission Sheet
in ITA Sub- Clause 4.6 JV must – Question (b)
and 4.7 meet
requirement
1.2 Employer Ineligibility Not having been Must meet Existing JV Must meet N/A Application
declared ineligible by requirement must meet requirement Submission Sheet
the Employer, as requirement – Question (c)
described in ITA Sub-
Clause 4.5
1.3 Government Owned Applicant required to Must meet Must meet Must meet N/A Application
Entity meet conditions of requirement requirement requirement Submission Sheet
ITA Sub-Clause 4.4 – Question (d)
1.4 Applicant Details Applicant to provide Applicant must complete Forms ELI –
background details 1.1 and ELI – 1.2
2.1 Local Commercial Company must have Must meet Must meet Must meet N/A Form REG – 2.1
Registrations commercial registration requireme requirement requirement
and License with the Dubai nt
Economic Dept. In the
case of a Joint Venture, a
completed Declaration to
Commit to complete
Registration process
before time of award
3. Declaration
Form DC -.3.1
Pre-Tendering Joint Venture N/A Must meet
3.1 Must meet N/A
Declaration for Declaration requirement
requirement
Joint Venture
4.1 History of Non- Non-performance of a Must meet N/A Must meet Form CON – 4.1
N/A
Performing contract did not occur requireme requiremen
Contracts within the last five (5) years nt by itself t by itself or
prior to the deadline for or as as partner
application submission partner to to past or
based on all information on past or existing JV
fully settled disputes or existing JV
litigation
5. Financial Situation
5.3 Financial Performance Current soundness of Must meet N/A Must meet N/A Form FIN – 5.1
the Applicant’s requirement requirement
financial position & its
prospective long term
profitability as
measured by average
coefficient of debt ratio
(Total Debt / Total
Assets)
5.4 Financial Performance Sound Cash and cash Must meet N/A Must meet N/A Form FIN – 5.1
equivalents requirement requirement
5.5 Financial Performance Minimum average Must meet Must meet Must Form FIN – 5.2
N/A
annual construction requirement requirement meet
turnover of AED 3500 70% of
Million (in accordance the
with requirements of require
Section III.C.5) ment
5.6 Financial Performance Applicant’s ability to Provide N/A Provide N/A Form FIN – 5.3
undertake further details details
works with the current
contract commitments.
6. Experience
6.1 Technical and The Applicant shall Must meet Form EXP – 6.1
Must meet N/A N/A
Construction demonstrate its requirement
requirement
Experience technical expertise
and its successful
track record in
completing projects
similar in scope of
work as delineated in
Part 2, Section V of
this Prequalification
Invitation, within the
last ten (10) years, for
which the Applicant
had overall delivery
responsibility
7. Personnel Capabilities
Organisational Provide Must meet Must meet N/A Form EXP – 7.1
7.1 N/A
Structure Organisational requirement requirement
Structure for
delivering project,
including
defining role,
responsibilities and
description of roles
Personnel Provision of suitably Must meet Must meet Form EXP – 7.2
7.2 N/A N/A
Capabilities qualified personnel to requirement requirement
fill the key positions
as per Section III.C.7
and Form EXP-7.2
Proposed Staff CVs Provide CVs for all Must meet Must meet Form EXP – 7.3
7.3 N/A N/A
Key Personnel as requirement requirement
identified under
Section III.C.7 of this
document.
8. Project Assurances
Health, Safety Evidence of Health, Must meet Must meet Must meet Form HSE– 8.1
8.1 N/A
& Environment Safety & Environment requirement requirement requirement Submit Project
Plan Qualification Specific HSE
Policy
8.2 Safety Record Evidence of Safety Must meet Must meet Must meet N/A Form HSE– 8.1
Performance requirement requirement requirement
Quality Management Evidence of a Quality Must meet Must meet Must meet Form QM – 8.2
8.3 N/A
Plan Management System requirement requirement requirement
related to the Scope of
Work
Conceptual Provide concepts for Provide details Provide details N/A N/A
10.2 Submit CMP
Management Plan managing the design
and construction of the
project including
concepts for managing
risks; environmental
compliance and
permitting; quality
control; and schedule
related to the scope of
work
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) Applicants should note that in addition to successful prequalification they will
be required to meet all mandatory registration and license requirements in the
Emirate of Dubai at the time of award of contract. For such registration
requirements, kindly contact Contract and Purchase Department (CPD). DM
will, upon request, provide whatever assistance and support it can to facilitate
and escalate such registration and license application. Successful bidder
shall not be considered for the award of Contract unless the registration
process is completed.
3. Declaration
(a) Where an Applicant represents an existing Joint Venture or has formed a
new Joint Venture for a project, evidence of a pre-tendering agreement for
the Joint Venture will be required.
(b) The points noted below summarise the requirements for Joint Ventures and
the parties within Joint Venture agreements, with reference to the other
subsections of Section III.
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.
(c) Litigation History: The Applicant shall provide accurate information on any
current or past litigation, arbitration, mediation or adjudication resulting from
contracts completed or under execution by him over the last f i v e ( 5 ) years.
A consistent history of settlement awards against the applicant or any partner
of a joint venture may result in failure of the application.
5. Financial Situation
(a) The audited financial statement for the last f i v e ( 5 ) years shall be
submitted and must demonstrate the soundness of the Applicant's
financial position, showing their long-term profitability. Where
necessary, the Employer will make inquiries with the Applicant's bankers.
(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) Based on its audited balance sheets, the Applicant shall demonstrate
the current soundness of the Applicant’s financial position and its
prospective long term profitability as measured by their average
coefficient of Current Ratio (Current Assets/Current Liabilities). The
Current Assets/Current Liabilities ratio shall be ≥ 1.5.
(d) Based on its audited balance sheets, the Applicant shall demonstrate
the current soundness of the Applicant’s financial position and its
prospective long term profitability as measured by their average coefficient
of Debt Ratio (Total Debt/Total Assets). The Total Debt/Total Assets ratio
shall be ≤ 0.66.
(e) The Main Contractor or the combined parties comprising the Joint
Venture shall have a minimum average annual construction turnover
(defined as billing for works in progress and completed) over the last
five (5) years of AED 3500 million.
6. Experience
(a) The Applicant shall demonstrate its technical expertise and its
successful track record in completing projects similar in scope of work as
delineated in Part 2, Section V of this Prequalification Invitation, within the
last ten (10) years, for which the Applicant had overall delivery
responsibility. The last ten (10) years shall be understood as the period
commencing on 1 January of the year t e n (10) years prior to the
current year up to the deadline for submission of the Applications.
(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.
ID Experience Criteria
ID Experience Criteria
5 Experience in the design 1. Designed within the last 10 years at least two tunnels of
of large (≥5.5m) length >1500m.
diameter tunnels
2. Designed within the last 10 years at least two tunnels of
5.5m diameter or greater in weak rock or loose soil of
length >1500m constructed using pressurized face
TBMs.
6 Experience in the design of Prepare a list of firms experience in design of shafts in soil
shafts or excavations ≥20 m or weak rock. Indicate diameter, depth, method of
and ≥35m depth excavation, initial support type, final lining, groundwater cut-
off and/or dewatering system, geologic medium, shaft type,
Owner, contract value, etc. Emphasis on deep excavations
in weak rock or soil.
8 Experience in the design of Prepare a list of firms experience in design of shafts in soil
shafts >20 m diameter, or weak rock. Indicate diameter, depth, method of
>35m depth excavation, initial support type, final lining, geologic
medium, shaft type, Owner, contract value, etc.
(c) Note that Employer may contact the client for each reference project
submitted by the Applicant.
7. Personnel Capabilities
(a) The Applicant must clearly demonstrate its ability to assign competent
personnel to the contract and that they possess relevant experience on
past projects similar in scope and size to the Contract, as delineated in
Part 2, of this invitation.
(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.
Design Team
Project Design 20 10 5 Minimum 2
Manager projects size
AED 500
Million or
equivalent
each
Lead 15 10 5 Preferred Minimum 2
Geotechnical/ projects size
Tunnel and Shaft AED 500
Design Engineer Million or
equivalent
each
Construction Team
Construction 15 10 5 Preferred Minimum 2
Manager- projects size
Tunnel/ Shaft AED 500
Million or
(One for each equivalent
tunnel section) each
Equipment 20 10 10 Minimum 2
Manager or projects with
Superintendent similar
complexities
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) The Employer additionally is committed to ensure a high quality of life for
Dubai’s citizens by protecting the environment and by delivering its services
in a way that respects the earth’s natural ecosystems. The Employer aims
to work with its contractors and suppliers to help them improve their
environmental performance and ensure that, when working for the Employer,
they adopt equivalent environmental standards. The Employer therefore
expects its contractors to show evidence of their commitment to the
environment by having an environmental policy, which has been endorsed,
at the highest level in the company. As a minimum, the Applicant must
demonstrate that it has an established and written Environmental
Management Policy and provide the information requested on Form HSE –
8.1.
(b) Submit a description of the design-build team’s concepts for managing the
stormwater design and construction of the Project which demonstrate the
Applicants understanding of the objectives and challenges of this project. Do
not include statements that commit the team to any particular design or
construction approach. Rather, describe how the DB team would be
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:
Preliminary Proposals will be evaluated to determine whether the design-build team has met
the minimum requirements specified as indicated in Section III. The Preliminary Proposals
from teams that meet the minimum eligibility requirements will then be evaluated and ranked
based on the design-build teams’ qualifications and plans in the categories described below.
The relative weight of each category is also provided.
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%.
means. Dubai Municipality further reserves the right to request additional information from a
Proposer during the evaluation of the Proposer’s Initial Proposal.
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
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.
The Applicant should include this Checklist at the front of their Prequalification
Submission
Applicant Name:
Applicant Reference No
Documents Submitted
Please use the following symbols to indicate whether forms and documents have been included in
your submission :
Symbol Symbol
1 Eligibility Requirements
3 Declaration
Series
Category Form Present
No.
5 Financial Situation
6 Experience
7 Personnel Capabilities
8 Project Assurances
10 Management Approach
Date:
(a) We have examined and have no reservations to the Prequalification Document, and
all other documents issued in accordance with ITA Clause 8:
(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 Sub-
Clauses 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 Employer’s nor Dubai’s
laws or official regulations;
We are a government owned entity and we meet the requirements of ITA Sub-
Clause 4.4.
(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
(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.
Signed:
Who is duly authorised to sign the Application for, and on behalf of:
Address
Signed:
Who is duly authorised to sign the Application for, and on behalf of:
Address
Signed:
Who is duly authorised to sign the Application for, and on behalf of:
Address
Lead Designer
Signed:
Who is duly authorised to sign the Application for, and on behalf of:
Address
Date:
Page of pages
Name:
Address:
Telephone/Fax numbers
Email address
2. In the case of a JV, the Pre–Tender Declaration in accordance with ITA 4.2.
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.
Name:
Address:
Telephone/Fax numbers
Email address
Company Registrations
For items 1 to 3, See ITA 4.1
To be completed by Main Contractor or by EACH JV Partner and Designer
Sub-contractors, Overseas Representatives: (If applicable, please list out these other
4.
firms in regular participation with you for delivering works).
If the Company/Firm is already in, or intends to form, a Joint Venture with one or more
5. other companies/firms for the provision of works, please provide the following
information:
Name of JV
Specialisation Current Address Contact Person Contact Details
partner(s)
8. Working Language(s)
Yes No
Arabic
English
Other (Specify)
Other (Specify)
Other (Specify)
Form DC 3.1
Declaration of Willingness to Association
Each member of the Association shall complete a copy of this declaration
Signature
…………………………………………………………………
Name:
…………………………………………………………………
Date:
…………………………………………………………………
In the capacity of: ………………….. ………<Insert position>...........………………………………
Duly authorised to sign this Declaration of Willingness to Association for and on behalf of:
Name of association member: ………………………………………………………………
Attested Power of Attorney duly notarised by a Notary Public empowering the signatory with
copies of passports confirming identity attached.
Page 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
Contract(s) not performed during the five (5) years prior to the deadline for Application
submission
OR
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
Pending or resolved litigation exists during the last five (5) years
Total
Year Litigation Contract
Status Contract Identification: 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:
Financial Situation
(to be completed by Main Contractor or by each JV Partner)
Page of Pages
Current Assets/Current
Liabilities(Current Ratio)
Operating Profit/Total
Revenue (Profit Margin)
Total Revenue/Total
Assets (Return on Assets)
Total Liabilities/Total
Assets (Debt Ratio)
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;
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.
Backlog of works, similar to that being proposed, at the end of the last f i v e
( 5 ) years and status to date.
Bank guarantees issued and credit limits in the last f i v e ( 5 ) years and status to
date
British Pound £1
Euro €1
US Dollar $1
Page of Pages
*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.
The Applicant, and each member of a joint venture or other consortium, must fill in this form,
providing information on their current contract commitments, 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.
1.
2.
3.
4.
5.
etc.
1
The Employer reserves the right to contact this person or any other person for a reference
check
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.
(a) Total contract value (b) your subcontract value (c) your partner share in JV
9.
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
10. amount and nature of substantial work (more than 20 percent in contract value)
undertaken by subcontract, if any.
11. Final Contract Cost
12. Date of Award Contract Duration
16. Project Description (to include relevant information to the scope of the project
being applied for)
17. Explanation of any difference between the “as awarded” contract value and
the contract value at completion, including details of any variations and
claims.
18. Reference:
Client:
Name:
Phone
Number:
Email
Address:
Page of Pages
The organisational structure (chart) should be presented in the form of diagrams with
explanatory notes and should:
Personnel Capabilities
(to be completed by Main Contractor or by the JV Partners and Designer)
Page 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
As Manager
Position or Technical
In Similar Experience
Total Lead (as
Works in the Gulf
appropriate)
of Similar
Works
Quality Control
System Manager
Design Team
Project Design
Manager
Lead Geotechnical/
Tunnel & Shaft
Design Engineer
Construction Team
Construction Manager –
Tunnel/ Shaft (One for each
tunnel section)
Equipment Manager
or Superintendent
Page of Pages
Position:
Telephone
Fax
Email
Job Title of Candidate
Years with Present Employer
Certification
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly
describe me, my qualifications and my experience.
Date:
Fatalities
*Accident Frequency Rate (AFR) = (Total of LTI >3 days) divided by (the total hours
worked) divided by (100,000).
Form QM – 8.2
Quality Management
(to be completed by Main Contractor or by all JV Partners and Designer)
Form RS – 9.1
Page of Pages
3. How many employees do you directly employ currently who are located
internationally?
4. 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
Skilled Trade Operatives Plant Operators
General Labour Others
Total
5. Briefly describe your company’s 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)
6. Please indicate the major construction plant and equipment (both fixed and
mobile) that will be required for this project currently in the company’s ownership (no
more than 30 entries)
Plant & Equipment Total No. No. No. currently
Type Number of currently currently located
Units located in located in internationally
Owned the U.A.E. GCC
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)
Page of Pages
This section will examine the Applicant’s 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)
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)
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)
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)
PART 2
WORKS REQUIREMENTS
Introduction
Last decade, before the 2008 economic crisis, Dubai has experienced an unprecedented
boom. The industrial, commercial and residential real estate sectors have expanded at a
rapid pace. Due to the speed and scale of this development, Dubai Municipality (DM) did not
take direct control of the entire associated infrastructure. Rather, Dubai expanded through a
combination of development projects that remained under the responsibility of DM as well as
private developers.
The economic crisis of 2008 led to a slowdown in the development of Dubai. Many
developments grounded to a complete halt. Post crisis, development has resumed although
at a slower pace. In order to reflect the changing scenarios in the master plan, DM decided
that it was an appropriate time to produce a new Master Plan for Dubai to the year 2025. The
current Master Plan provides for improvement of stormwater management across the emirate
of Dubai. The DS233 Deep Tunnel Storm Water System (DTSWS) has been proposed to
collect and convey storm water from the DWC area and adjacent communities to the sea.
Scope of Work
DTSWS is intended to collect and convey groundwater and stormwater runoff from the DWC
area (about 135 km2) and adjacent communities (about 245 km2). In addition, the emergency
Treated Sewage Effluent (TSE) from the Jebel Ali Sewage Treatment Plant (JA STP) will
also be conveyed by the system to be discharged through a sea outfall. The overall Project
layout of the project is shown in Figure 1. The main components of the project are
conveyance tunnels, construction and drop shafts, a network of pipelines, connecting
chambers to the shafts, a terminal pumping station, detention pond and lifting station and a
sea outfall. The project as presently envisioned is divided into four (4) design-build tender
packages. The tender packages are:
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 3, converted later to drop shafts
Drop Shafts 2
Microtunnel Launch Shaft and trenchless connection 1
Connecting Chambers Near surface structures connected to shafts
Tunnel Connection Stub Connect to Contract DS 233-02 Tunnel at Interchange No.
10 at Sheikh Zayed Road
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:
I. 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.
The design-build contractor shall make his own arrangements for the disposal of the
tunnel spoils or muck in accordance with environmental regulations.
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.
Fully detailed Operation and Maintenance Manuals shall be provided by the design build
contractor for all equipment installed under this contract. Civil engineering works will
clearly describe the operation of all systems. The manufacturer and reference of all plant
and equipment for the various components of the system, the frequency and detail of the
inspections and maintenance of the system will be provided.
The items to be included in these manuals shall include but not necessarily be restricted
to the following:
2. Construction Period
The following programme shall be achieved, all periods being from the commencement date.
Construction
System Component Period
(Calendar days)
CATCHMENT
AL
SA
FOU
H
SE
CO
ND
WATER BODIES
AL MINA AL SEYAHI
EM
IRA
TES
PROJECT BOUNDARY
HIL
LS
SE
STORM WATER JEBEL ALI SECOND CO
ND
JEBEL ALI
OUTFALL 345
RESORT COMMUNITY BOUNDARY, NAME & NUMBER
HESSYAN
POWER & TS
DESALINATION
PALACE LS JEBEL ALI THIRD
PLANT PROPOSED CONSTRUCTION SHAFT
HESSYAN SECOND CS
EMIRATES HILLS FIRST
LS
PROPOSED LIFTING STATION
DU
HESSYAN FIRST
PROPOSED DROP SHAFT
L=6.2K
JEBEL ALI FIRST
Depth=
BA
DS1 DS
I-
DECOMMISSION
AB
9m Dia
BI
CS4
M
40-60m
BO
RD
CONTRACT PACKAGES
9m
JEBEL ALI JU
M
EIR
HILLS DUBAI PARKS AV
ILL
DS3
AG
AD
ET
CONTRACT 1 - PUMPING STATION + OUTFALL
Di
RIA
RO
NG
LE
ED
a
JEBEL ALI INDUSTRIAL
CS1 Di
a
MIKH
Z
m
AY
CS3 SH 4K
E
60
L= ept
9m CONTRACT 2 - TUNNEL D53 RD (TS TO CS2)
.87 40-
D
DS4
5. h=
5
L= pth= 5 SHAFTS
28 40
De
KM -5
TECHNO PARK
JAFZA SOUTH CONTRACT 3 - TUNNEL SZ RD (CS3 TO CS4)
SAIH SHUAIB 1 TUNNEL LAHBAB RD (CS4 TO CS5)
DS2
0
5 SHAFTS
L=5 =50
m
MEAISEM FIRST
Dep
AL
HE
BIA
DM H
FO
JEBEL ALI INDUSTRIAL UR
.80
TH
WASTE SP
CONTRACT 4 - STORMWATER NETWORK + POND
t
OR
SECOND TS
h
CIT
JEBEL ALI INDUSTRIAL DISPOSAL Y
KM 70m
THIRD SITE
CS5 DUBAI INVESTMENT PARK 1
POND-1 9m DWC
-
NORTHERN
OUTFALL
Dia
MERAAS LAND CONNECTION
MEAISEM SECOND
LS
SHEIKH MOHAMMED
BIN ZAYED ROAD
JE
BE
L
DWC SOUTHERN
AL
CS2 OUTFALL CONNECTION AL
I-
HE
BIA
ABU DHABI EMIRATE
LE
H
FIF
T H
HB
AB
RO
PREQUALIFICATION - NOT FOR TENDER
AD
DWC LOGISTICS CITY
DUBAI INVESTMENT PARK 2 Rev. Date Drawn Checked Amendments
SAIH SHUAIB 2 DWC
COMMERCIAL
CITY
AR
RESIDENTIAL STAFF AB
IA
VILLAGE N
SAIH SHUAIB 3 C
AN
HUMANITARIAN AL
CITY (GOLF)
LI
EL A
JEBSTP
EMIRATES ROAD DS233-OVERALL LAYOUT
CONTRACT PACKAGES
AL SELAL
Date: Scale: Sketch No. Rev.
AL LAYAN 1
AUGUST 2015 AS SHOWN FIG - 1 2