99
Tema 4. Práctica Oferta de obra internacional en país asiático Anexo 1: Volume 1: Bidding Procedures, Conditions of Contract and Contract Form Gestión de Proyectos Internacionales

ANEXO_1

Embed Size (px)

Citation preview

Page 1: ANEXO_1

Tema 4. Práctica

Oferta de obra internacional en país asiático

Anexo 1:

Volume 1: Bidding Procedures, Conditions

of Contract and Contract Form

Gestión de Proyectos Internacionales

Page 2: ANEXO_1

SOCIALIST REPUBLIC OF VIETNAM Ministry of transport

VIETNAM EXPRESSWAY CORPORATION (VEC)

Bidding Documents Of

Noi Bai - Lao Cai Highway Project (ADB Loan 2391/2392-vie: greater mekong subregion:

kunming-haiphong transport corridor)

Volume 1 Bidding Procedures, Conditions of

Contract and Contract Form

(ICB No. NBLC - ICB A1)

September, 2008

Package A1 - Civil Works Km 0-080 to Km 26+700

Page 3: ANEXO_1

Noi Bai – Lao Cai Highway Project

Preface This Bidding Document for the Procurement of Works has been prepared by Vietnam Expressway Corporation and is based on the Standard Bidding Document for the Procurement of Works (SBD Works) issued by the Asian Development Bank dated October 2006. ADB’s SBD Works has the structure and the provisions of the Master Procurement Document entitled “Bidding Documents for the Procurement of Works”, prepared by multilateral development banks and other public international financial institutions, except where ADB-specific considerations have required a change.

Page 4: ANEXO_1
Page 5: ANEXO_1

Noi Bai – Lao Cai Highway Project

Table of Contents - Summary Description

PART I BIDDING PROCEDURES

Section 1 - Instructions to Bidders (ITB) --------- ---------------------------------------- __ This section specifies the procedures to be followed by Bidders in the preparation and submission of their Bids. Information is also provided on the submission, opening, and evaluation of bids and on the award of contract. Section 2 - Bid Data Sheet (BDS) ----------------- ----------------------------------------- __ This section consists of provisions that are specific to each procurement and supplement the information or requirements included in Section 1 - Instructions to Bidders. Section 3 - Evaluation and Qualification Criteria ( EQC) ---------------------------- __ This Section contains the criteria to determine the lowest evaluated bid and the qualifications of the Bidder to perform the contract. Section 4 - Bidding Forms (BDF) ------------------ ---------------------------------------- __ This Section contains the forms which are to be completed by the Bidder and submitted as part of his Bid. Section 5 - Eligible Countries (ELC) ------------- ----------------------------------------- __ This section contains the list of eligible countries.

PART II REQUIREMENTS

Section 6 - Employer’s Requirements (ERQ) -------- ---------------------------------- __ This Section contains the Specification, the Drawings, and supplementary information that describe the Works to be procured.

PART III CONDITIONS OF CONTRACT AND CONTRACT FORMS

Section 7 - General Conditions of Contract (GCC) - ---------------------------------- __ This Section contains the general clauses to be applied in all contracts. These Conditions are subject to the variations and additions set out in Section 8 (Particular Conditions of Contract). Section 8 - Particular Conditions of Contract (PCC) --------------------------------- __ This Section contains provisions which are specific to each contract and which modify or supplement the GCC. Whenever there is a conflict, the provisions herein shall prevail over those in the GCC. Section 9 - Contract Forms (COF) ------------------ ---------------------------------------- __ This Section contains forms, which, once completed, will form part of the Contract. The forms for Performance Security and Advance Payment Security, when required, shall only be completed by the successful Bidder after contract award.

APPENDIX A: ENVIRONMENTAL IMPACT ASSESSMENT REPORT FOR NOI BAI – LAO CAI HIGHWAY PROJECT APPROVED BY MONRE AT CORRESPOND ENCE NO. 1072/BTNMT-TD DATED 14TH MAY, 2008

Page 6: ANEXO_1

Section 1 - Instructions to Bidders 1-1

Noi Bai – Lao Cai Highway Project

Section 1 - Instructions to Bidders

This section specifies the procedures to be followed by Bidders in the preparation and submission of their Bids. Information is also provided on the submission, opening, and evaluation of bids and on the award of contract.

Table of Clauses

A. General ........................................... ........................................................................................ 1-3

1. Scope of Bid ...................................................................................................................... 1-3

2. Source of Funds ................................................................................................................ 1-3

3. Corrupt Practices .............................................................................................................. 1-3

4. Eligible Bidders ................................................................................................................. 1-4

5. Eligible Materials, Equipment and Services........................................................................ 1-5

B. Contents of Bidding Document ...................... ...................................................................... 1-6

6. Sections of Bidding Document ........................................................................................... 1-6

7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ............................................ 1-6

8. Amendment of Bidding Document ..................................................................................... 1-7

C. Preparation of Bids............................. ................................................................................... 1-7

9. Cost of Bidding .................................................................................................................. 1-7

10. Language of Bid ................................................................................................................ 1-8

11. Documents Comprising the Bid ......................................................................................... 1-8

12. Letter of Bid, and Schedules .............................................................................................. 1-8

13. Alternative Bids ................................................................................................................. 1-8

14. Bid Prices and Discounts ................................................................................................... 1-9

15. Currencies of Bid and Payment ........................................................................................1-10

16. Documents Comprising the Technical Proposal ................................................................1-11

17. Documents Establishing the Qualifications of the Bidder ...................................................1-11

18. Period of Validity of Bids ...................................................................................................1-11

19. Bid Security ......................................................................................................................1-11

20. Format and Signing of Bid ................................................................................................1-12

D. Submission and Opening of Bids .................... ....................................................................1-13

21. Sealing and Marking of Bids .............................................................................................1-13

22. Deadline for Submission of Bids .......................................................................................1-13

23. Late Bids ..........................................................................................................................1-13

24. Withdrawal, Substitution, and Modification of Bids ............................................................1-13

25. Bid Opening .....................................................................................................................1-14

Page 7: ANEXO_1

Section 1 - Instructions to Bidders 1-2

Noi Bai – Lao Cai Highway Project

E. Evaluation and Comparison of Bids ................. ...................................................................1-15

26. Confidentiality...................................................................................................................1-15

27. Clarification of Bids ...........................................................................................................1-15

28. Deviations, Reservations, and Omissions .........................................................................1-15

29. Determination of Responsiveness ....................................................................................1-15

30. Nonmaterial Nonconformities............................................................................................1-16

31. Correction of Arithmetical Errors .......................................................................................1-16

32. Conversion to Single Currency .........................................................................................1-16

33. Margin of Preference ........................................................................................................1-16

34. Evaluation of Bids.............................................................................................................1-17

35. Comparison of Bids ..........................................................................................................1-17

36. Qualification of the Bidder .................................................................................................1-17

37. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ....................................1-18

F. Award of Contract ................................. ...............................................................................1-18

38. Award Criteria ..................................................................................................................1-18

39. Notification of Award ........................................................................................................1-18

40. Signing of Contract ...........................................................................................................1-18

41. Performance Security .......................................................................................................1-18

Page 8: ANEXO_1

Section 1 - Instructions to Bidders 1-3

Noi Bai – Lao Cai Highway Project

Section 1 - Instructions to Bidders A. General

1. Scope of Bid 1.1 In connection with the Invitation for Bids indicated in the Bid Data Sheet (BDS), the Employer, as indicated in the BDS, issues these Bidding Document for the procurement of Works as specified in Section 6 (Employer’s Requirements). The name, identification, and number of contracts of the International Competitive Bidding (ICB) are provided in the BDS.

1.2 Throughout these Bidding Document:

(a) the term “in writing” means communicated in written form and delivered against receipt;

(b) except where the context requires otherwise, words indicating the singular also include the plural and words indicating the plural also include the singular; and

(c) “day” means calendar day.

2. Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”) indicated in the BDS has applied for or received financing (hereinafter called “funds”) from the Asian Development Bank (hereinafter called “ADB”) toward the cost of the project named in the BDS. The Borrower intends to apply a portion of the funds to eligible payments under the contract(s) for which this Bidding Document is issued.

2.2 Payments by the Bank will be made only at the request of the Borrower and upon approval by the Bank in accordance with the terms and conditions of the financing agreement between the Borrower and the ADB (hereinafter called the Loan Agreement), and will be subject in all respects to the terms and conditions of that Loan Agreement. No party other than the Borrower shall derive any rights from the Loan Agreement or have any claim to the funds.

3. Corrupt Practices 3.1 ADB’s Anticorruption Policy requires borrowers (including beneficiaries of ADB-financed activity), as well as bidders, suppliers, and contractors under ADB-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the ADB:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party;

(ii) “fraudulent practice” means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

Page 9: ANEXO_1

Section 1 - Instructions to Bidders 1-4

Noi Bai – Lao Cai Highway Project

(iii) “coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

(iv) “collusive practice” means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party.

(b) will reject a proposal for award if it determines that the bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract; and

(c) will sanction a party or its successor, including declaring ineligible, either indefinitely or for a stated period of time, to participate in ADB-financed activities if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for, or in executing, an ADB-financed contract.

3.2 Furthermore, Bidders shall be aware of the provision stated in Sub-Clause 1.15 and Sub-Clause 15.6 of the General Conditions of Contract.

4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, government-owned entity - subject to ITB 4.5 - or any combination of them with a formal intent to enter into an agreement or under an existing agreement in the form of a Joint Venture (JV). In the case of a JV:

(a) all partners shall be jointly and severally liable, and

(b) the JV shall nominate a Representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the JV during the bidding process and, in the event the JV is awarded the Contract, during contract execution.

4.2 A Bidder, and all parties constituting the Bidder, shall have the nationality of an eligible country, in accordance with Section 5 (Eligible Countries). A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, or incorporated, and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract including related services.

4.3 ADB considers a conflict of interest to be a situation in which a party has interests that could improperly influence that party’s performance of official duties or responsibilities, contractual obligations, or compliance with applicable laws and regulations, and that such conflict of interest may contribute to or constitute a prohibited practice under ADB's Anticorruption Policy. In pursuance of ADB's Anticorruption Policy’s requirement that Borrowers (including beneficiaries of Bank-financed activity), as well as bidders, suppliers, and contractors under Bank-financed contracts, observe the highest standard of ethics. ADB will take appropriate actions, which include not financing of the contract, if it determines that a conflict of interest has flawed the

Page 10: ANEXO_1

Section 1 - Instructions to Bidders 1-5

Noi Bai – Lao Cai Highway Project

integrity of any procurement process. Consequently all Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to be in a conflict of interest with one or more parties in this bidding process if, including but not limited to:

(a) they have controlling shareholders in common; or

(b) they receive or have received any direct or indirect subsidy from any of them; or

(c) they have the same legal representative for purposes of this bid; or

(d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the Bid of another Bidder, or influence the decisions of the Employer regarding this bidding process; or

(e) a Bidder participates in more than one bid in this bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which the party is involved. However, this does not limit the inclusion of the same subcontractor in more than one bid; or

(f) a Bidder participated as a consultant in the preparation of the design or technical specifications of the contract that is the subject of the Bid; or

(g) a Bidder was affiliated with a firm or entity that has been hired (or is proposed to be hired) by the Employer or Borrower as Engineer for the contract.

4.4 A firm that is under a declaration of ineligibility by the ADB in accordance with ITB 3, at the date of the deadline for bid submission or thereafter, shall be disqualified.

4.5 Government-owned enterprises in the Employer’s country shall be eligible only if they can establish that they are legally and financially autonomous and operate under commercial law, and that they are not a dependent agency of the Employer.

4.6 Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request.

4.7 Firms shall be excluded if by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s country prohibits any import of goods or contracting of works or services from that country or any payments to persons or entities in that country.

5. Eligible Mater ials, Equipment and Services

5.1 The materials, equipment and services to be supplied under the Contract shall have their origin in eligible source countries as defined in ITB 4.2 above and all expenditures under the Contract will be limited to such materials, equipment, and services. At the Employer’s request, Bidders may be required to provide evidence of the origin of materials, equipment and services.

Page 11: ANEXO_1

Section 1 - Instructions to Bidders 1-6

Noi Bai – Lao Cai Highway Project

5.2 For purposes of ITB 5.1 above, “origin” means the place where the materials and equipment are mined, grown, produced or manufactured, and from which the services are provided. Materials and equipment are produced when, through manufacturing, processing, or substantial or major assembling of components, a commercially recognized product results that differs substantially in its basic characteristics or in purpose or utility from its components.

B. Contents of Bidding Document

6. Sections of Bidding Document

6.1 The Bidding Document consist of Parts I, II, and III, which include all the Sections indicated below, and should be read in conjunction with any Addenda issued in accordance with ITB 8.

PART I Bidding Procedures Section 1 - Instructions to Bidders (ITB) Section 2 - Bid Data Sheet (BDS) Section 3 - Evaluation and Qualification Criteria (EQC) Section 4 - Bidding Forms (BDF) Section 5 - Eligible Countries (ELC)

PART II Requirements Section 6 - Employer’s Requirements (ERQ)

PART III Conditions of Contract and Contract Forms Section 7 - General Conditions (GCC) Section 8 - Particular Conditions (PCC) Section 9 - Contract Forms (COF)

6.2 The Invitation for Bids issued by the Employer is not part of the Bidding Document.

6.3 The Employer is not responsible for the completeness of the Bidding Document and its Addenda, if they were not obtained directly from the source stated by the Employer in the Invitation for Bids.

6.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Document. Failure to furnish all information or documentation required by the Bidding Document may result in the rejection of the bid.

7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting

7.1 A prospective Bidder requiring any clarification of the Bidding Document shall contact the Employer in writing at the Employer’s address indicated in the BDS or raise his inquiries during the pre-bid meeting if provided for in accordance with ITB 7.4. The Employer will respond in writing to any request for clarification, provided that such request is received no later than twenty-one (21) days prior to the deadline for submission of bids. The Employer shall forward copies of its response to all Bidders who have acquired the Bidding Document in accordance with ITB 6.3, including a description of the inquiry but without identifying its source. Should the Employer deem it necessary to amend the Bidding Document as a result of a request for clarification, it shall do so following the procedure under ITB 8 and ITB 22.2.

Page 12: ANEXO_1

Section 1 - Instructions to Bidders 1-7

Noi Bai – Lao Cai Highway Project

7.2 The Bidder is advised to visit and examine the Site of Works and its surroundings and obtain for itself on its own responsibility all information that may be necessary for preparing the bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder’s own expense.

7.3 The Bidder and any of its personnel or agents will be granted permission by the Employer to enter upon its premises and lands for the purpose of such visit, but only upon the express condition that the Bidder, its personnel, and agents will release and indemnify the Employer and its personnel and agents from and against all liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the inspection.

7.4 The Bidder’s designated representative is invited to attend a pre-bid meeting, if provided for in the BDS. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.

7.5 The Bidder is requested, as far as possible, to submit any questions in writing, to reach the Employer not later than one week before the meeting.

7.6 Minutes of the pre-bid meeting, including the text of the questions raised, without identifying the source, and the responses given, together with any responses prepared after the meeting, will be transmitted promptly to all Bidders who have acquired the Bidding Document in accordance with ITB 6.3. Any modification to the Bidding Document that may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an addendum pursuant to ITB 8 and not through the minutes of the pre-bid meeting.

7.7 Nonattendance at the pre-bid meeting will not be a cause for disqualification of a Bidder.

8. Amendment of Bidding Document

8.1 At any time prior to the deadline for submission of bids, the Employer may amend the Bidding Document by issuing addenda.

8.2 Any addendum issued shall be part of the Bidding Document and shall be communicated in writing to all who have obtained the Bidding Document from the Employer in accordance with ITB 6.3.

8.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer may, at its discretion, extend the deadline for the submission of bids, pursuant to ITB 22.2

C. Preparation of Bids

9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Employer shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

Page 13: ANEXO_1

Section 1 - Instructions to Bidders 1-8

Noi Bai – Lao Cai Highway Project

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Employer, shall be written in the language specified in the BDS. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified in the BDS, in which case, for purposes of interpretation of the Bid, such translation shall govern.

11. Documents Comprising the Bid

11.1 The Bid shall comprise the following:

(a) Letter of Bid;

(b) completed schedules as required, including priced Bill of Quantities, in accordance with ITB 12 and 14;

(c) Bid Security, in accordance with ITB 19;

(d) alternative bids, if permissible, in accordance with ITB 13;

(e) written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB 20.2;

(f) documentary evidence in accordance with ITB 17 establishing the Bidder’s qualifications to perform the contract if its Bid is accepted;

(g) Technical Proposal in accordance with ITB 16;

(h) any other document required in the BDS.

11.2 In addition to the requirements under ITB 11.1, bids submitted by a JV shall include a copy of the Joint Venture Agreement entered into by all partners. Alternatively, a Letter of Intent to execute a Joint Venture Agreement in the event of a successful bid shall be signed by all partners and submitted with the bid, together with a copy of the proposed agreement.

12. Letter of Bid, and Schedules

12.1 The Letter of Bid and Schedules, including the Bill of Quantities, shall be prepared using the relevant forms furnished in Section 4 (Bidding Forms). The forms must be completed without any alterations to the text, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.

13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative bids shall not be considered.

13.2 When alternative times for completion are explicitly invited, a statement to that effect will be included in the BDS, as will the method of evaluating different times for completion.

13.3 Except as provided under ITB 13.4 below, Bidders wishing to offer technical alternatives to the requirements of the Bidding Document must first price the Employer’s design as described in the Bidding Document and shall further provide all information necessary for a complete evaluation of the alternative by the Employer, including drawings, design calculations, technical specifications, breakdown of prices, and proposed construction methodology and other relevant details. Only the technical alternatives, if any, of the lowest evaluated Bidder conforming to the basic technical requirements shall be considered by the Employer.

Page 14: ANEXO_1

Section 1 - Instructions to Bidders 1-9

Noi Bai – Lao Cai Highway Project

13.4 When specified in the BDS, Bidders are permitted to submit alternative technical solutions for specified parts of the Works. Such parts will be identified in the BDS and described in Section 6 (Employer’s Requirements). The method for their evaluation will be stipulated in Section 3 (Evaluation and Qualification Criteria).

14. Bid Prices and Discounts

14.1 The prices and discounts quoted by the Bidder in the Letter of Bid and in the Bill of Quantities shall conform to the requirements specified below.

14.2 The Bidder shall fill in rates and prices for all items of the Works described in the Bill of Quantities. Items against which no rate or price is entered by the Bidder will not be paid for by the Employer when executed and shall be deemed covered by the rates for other items and prices in the Bill of Quantities.

14.3 The price to be quoted in the Letter of Bid, in accordance with ITB 12.1, shall be the total price of the Bid, excluding any discounts offered.

14.4 The Bidder shall quote any discounts and the methodology for their application in the Letter of Bid, in accordance with ITB 12.1.

14.5 Unless otherwise provided in the BDS and the Contract, the rates and prices quoted by the Bidder are subject to adjustment during the performance of the Contract in accordance with the provisions of the Conditions of Contract. In such a case, the Bidder shall furnish the indices and weightings for the price adjustment formulae in the Tables of Adjustment Data included in Section 4 (Bidding Forms) and the Employer may require the Bidder to justify its proposed indices and weightings.

14.6 If so indicated in ITB 1.1, bids are being invited for individual contracts or for any combination of contracts (packages). Bidders wishing to offer any price reduction for the award of more than one Contract shall specify in their bid the price reductions applicable to each package, or alternatively, to individual Contracts within the package. Price reductions or discounts shall be submitted in accordance with ITB 14.4, provided the bids for all contracts are submitted and opened at the same time.

14.7 Foreign Taxation

The bid price by the Contractor shall include all taxes, duties and other charges imposed outside the Employer’s country on the production, manufacture, sale and transport of the Contractor’s Equipment, Plant, materials and supplies to be used on or furnished under the Contract, and on the services performed under the Contract.

14.8 Local Taxation

The bid price by the Contractor shall include all customs duties, import duties, business taxes, and income and other taxes that may be levied in accordance with the laws and regulations in being on the date 28

Page 15: ANEXO_1

Section 1 - Instructions to Bidders 1-10

Noi Bai – Lao Cai Highway Project

days prior to the latest date for submission of bids in Vietnam on the Contractor’s equipment, plant, materials and supplies (permanent, temporary and consumable) acquired for the purpose of the Contract and on the services performed under the Contract. Nothing in the Contract shall relieve the Contractor from his responsibility to pay any tax that may be levied in Vietnam on profits made by him in respect of the Contract.

15. Currenc ies of Bid and Payment

15.1 The unit rates and the prices shall be quoted by the bidder entirely in the currency specified in the BDS.

15.2 Bidders shall indicate the portion of the bid price that corresponds to expenditures incurred in the currency of the Employer’s country in the Schedule of Payment Currencies included in Section 4 (Bidding Forms).

15.3 Bidders expecting to incur expenditures in other currencies for inputs to the Works supplied from outside the Employer’s country and wishing to be paid accordingly may indicate up to three foreign currencies in the Schedule of Payment Currencies included in Section 4 (Bidding Forms).

15.4 The rates of exchange to be used by the bidder for currency conversion during bid preparation shall be the selling rates for similar transactions prevailing on the date 28 days prior to the deadline for submission of bids published by the source specified in the BDS. If exchange rates are not so published for certain currencies, the bidder shall state the rates used and the source. Bidders should note that for the purpose of payments, the exchange rates confirmed by the source specified in the BDS as the selling rates prevailing 28 days prior to the deadline for submission of bids shall apply for the duration of the Contract so that no currency exchange risk is borne by the bidder.

15.5 Foreign currency requirements indicated by the bidders in the Schedule of Payment Currencies shall include but not limited to the specific requirements for

(a) expatriate staff and labor employed directly on the Works;

(b) social, insurance, medical and other charges relating to such expatriate staff and labor, and foreign travel expenses;

(c) imported materials, both temporary and permanent, including fuels, oil and lubricants required for the Works;

(d) depreciation and usage of imported Plant and Contractor's Equipment, including spare parts, required for the Works;

(e) foreign insurance and freight charges for imported materials, Plant and Contractor's Equipment, including spare parts; and

(f) overhead expenses, fees, profit, and financial charges arising outside the Employer's country in connection with the Works.

Page 16: ANEXO_1

Section 1 - Instructions to Bidders 1-11

Noi Bai – Lao Cai Highway Project

15.6 Bidders may be required by the Employer to clarify their foreign currency requirements, and to substantiate that the amounts included in the unit rates and prices and shown in the Schedule of Payment Currencies are reasonable and responsive to ITB 15.3 above, in which case a detailed breakdown of its foreign currency requirements shall be provided by the Bidder.

15.7 Bidders should note that during the progress of the Works, the foreign currency requirements of the outstanding balance of the Contract Price may be adjusted by agreement between the Employer and the Contractor in order to reflect any changes foreign currency requirements for the Contract, in accordance with Sub-Clause 14.15 of the Conditions of Contract. Any such adjustment shall be effected by comparing the percentages quoted in the bid with the amounts already used in the Works and the Contractor's future needs for imported items.

16. Documents Comprising the Technical Proposal

16.1 The Bidder shall furnish a Technical Proposal including a statement of work methods, equipment, personnel, schedule and any other information as stipulated in Section 4 (Bidding Forms), in sufficient detail to demonstrate the adequacy of the Bidders’ proposal to meet the work requirements and the completion time.

17. Documents Establishing the Qualifications of the Bidder

17.1 To establish its qualifications to perform the Contract in accordance with Section 3 (Evaluation and Qualification Criteria) the Bidder shall provide the information requested in the corresponding information sheets included in Section 4 (Bidding Forms).

17.2 Domestic Bidders, individually or in joint ventures, applying for eligibility for domestic preference shall supply all information required to satisfy the criteria for eligibility as described in ITB 33.

18. Period of Validity of Bids

18.1 Bids shall remain valid for the period specified in the BDS after the bid submission deadline date prescribed by the Employer. A bid valid for a shorter period shall be rejected by the Employer as nonresponsive.

18.2 In exceptional circumstances, prior to the expiration of the bid validity period, the Employer may request Bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. If a bid security is requested in accordance with ITB 19, it shall also be extended twenty-eight (28) days beyond the deadline of the extended validity period. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request shall not be required or permitted to modify its bid.

19. Bid Security 19.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part of its bid, in original form, either a Bid Securing Declaration or a bid security as specified in the BDS. In the case of a bid security, the amount shall be as specified in the BDS.

19.2 A Bid Securing Declaration shall use the form included in Section 4 (Bidding Forms). The Employer will declare a Bidder ineligible to be awarded a Contract for a specified period of time if the Bid Securing Declaration is executed.

Page 17: ANEXO_1

Section 1 - Instructions to Bidders 1-12

Noi Bai – Lao Cai Highway Project

19.3 The bid security shall be, at the Bidder’s option, in any of the following forms:

(a) an unconditional bank guarantee;

(b) an irrevocable letter of credit; or

(c) a cashier’s or certified check;

all from a reputable source from an eligible country. In the case of a bank guarantee, the bid security shall be submitted either using the Bid Security Form included in Section 4 (Bidding Forms) or another form acceptable to the Employer. The form must include the complete name of the Bidder. The bid security shall be valid for twenty-eight days (28) beyond the original validity period of the bid, or beyond any period of extension if requested under ITB 18.2.

19.4 Any bid not accompanied by an enforceable and compliant bid security, if one is required in accordance with ITB 19.1, shall be rejected by the Employer as nonresponsive.

19.5 If a bid security is specified pursuant to ITB 19.1, the bid security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s furnishing of the performance security pursuant to ITB 41.

19.6 If a bid security is specified pursuant to ITB 19.1, the bid security of the successful Bidder shall be returned as promptly as possible once the successful Bidder has signed the Contract and furnished the required performance security.

19.7 The bid security may be forfeited or the Bid Securing Declaration executed:

(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Letter of Bids, except as provided in ITB 18.2 or

(b) if the successful Bidder fails to:

(i) sign the Contract in accordance with ITB 40; or

(ii) furnish a performance security in accordance with ITB 41; or

(iii) furnish a domestic preference security if so required.

19.8 The Bid Security of a JV shall be in the name of the JV that submits the bid. If the JV has not been legally constituted at the time of bidding, the Bid Security shall be in the names of all future partners as named in the letter of intent mentioned in ITB 4.1.

20. Format and Signing of Bid

20.1 The Bidder shall prepare one original of the documents comprising the bid as described in ITB 11 and clearly mark it “ORIGINAL”. Alternative bids, if permitted in accordance with ITB 13, shall be clearly marked “ALTERNATIVE”. In addition, the Bidder shall submit copies of the bid, in the number specified in the BDS and clearly mark them “COPY.” In the event of any discrepancy between the original and the copies, the original shall prevail.

20.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder. This authorization shall consist of a written confirmation as specified in the BDS and shall be attached to the bid. The name and position held by each person signing the authorization

Page 18: ANEXO_1

Section 1 - Instructions to Bidders 1-13

Noi Bai – Lao Cai Highway Project

must be typed or printed below the signature. All pages of the bid, except for unamended printed literature, shall be signed or initialed by the person signing the bid.

20.3 Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the person signing the bid.

D. Submission and Opening of Bids

21. Sealing and Marking of Bids

21.1 The Bidder shall enclose the original and all copies of the bid, including alternative bids, if permitted in accordance with ITB 13, in separate sealed envelopes, duly marking the envelopes as “ORIGINAL”, and “COPY.” These envelopes containing the original and the copies shall then be enclosed in one single envelope.

21.2 The inner and outer envelopes shall:

(a) bear the name and address of the Bidder;

(b) be addressed to the Employer in accordance with BDS 22.1;

(c) bear the specific identification of this bidding process indicated in the BDS 1.1; and

(d) bear a warning not to open before the time and date for bid opening.

21.3 If all envelopes are not sealed and marked as required, the Employer will assume no responsibility for the misplacement or premature opening of the bid.

22. Deadline for Submission of Bids

22.1 Bids must be received by the Employer at the address and no later than the date and time indicated in the BDS. When so specified in the BDS, Bidders shall have the option of submitting their bids electronically. Bidders submitting bids electronically shall follow the electronic bid submission procedures specified in the BDS.

22.2 The Employer may, at its discretion, extend the deadline for the submission of bids by amending the Bidding Document in accordance with ITB 8, in which case all rights and obligations of the Employer and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

23. Late Bids 23.1 The Employer shall not consider any bid that arrives after the deadline for submission of bids, in accordance with ITB 22. Any bid received by the Employer after the deadline for submission of bids shall be declared late, rejected, and returned unopened to the Bidder.

24. Withdrawal, Substitution, and Modification of Bids

24.1 A Bidder may withdraw, substitute, or modify its bid after it has been submitted by sending a written notice, duly signed by an authorized representative, and shall include a copy of the authorization in accordance with ITB 20.2, (except that withdrawal notices do not require copies). The corresponding substitution or modification of the bid must accompany the respective written notice. All notices must be:

Page 19: ANEXO_1

Section 1 - Instructions to Bidders 1-14

Noi Bai – Lao Cai Highway Project

(a) prepared and submitted in accordance with ITB 20 and ITB 21 (except that withdrawal notices do not require copies), and in addition, the respective envelopes shall be clearly marked “WITHDRAWAL,” “SUBSTITUTION,” “MODIFICATION;” and

(b) received by the Employer prior to the deadline prescribed for submission of bids, in accordance with ITB 22.

24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall be returned unopened to the Bidders.

24.3 No bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Letter of Bid or any extension thereof.

25. Bid Opening 25.1 The Employer shall open the bids in public at the address, date and time specified in the BDS in the presence of Bidders` designated representatives and anyone who choose to attend. Any specific electronic bid opening procedures required if electronic bidding is permitted in accordance with ITB 22.1, shall be as specified in the BDS.

25.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and the envelope with the corresponding bid shall not be opened, but returned to the Bidder. No bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is read out at bid opening. Next, envelopes marked “SUBSTITUTION” shall be opened and read out and exchanged with the corresponding bid being substituted, and the substituted bid shall not be opened, but returned to the Bidder. No bid substitution shall be permitted unless the corresponding substitution notice contains a valid authorization to request the substitution and is read out at bid opening. Envelopes marked “MODIFICATION” shall be opened and read out with the corresponding bid. No bid modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and is read out at bid opening. Only envelopes that are opened and read out at bid opening shall be considered further.

25.3 All other envelopes shall be opened one at a time, reading out: the name of the Bidder and whether there is a modification; the Bid Price(s), including any discounts and alternative offers; the presence of a bid security, if required; and any other details as the Employer may consider appropriate. Only discounts and alternative offers read out at bid opening shall be considered for evaluation. Unless otherwise specified in the BDS, all pages of the Letter of Bid and Bill of Quantities are to be initialed by at least three representatives of the Employer attending bid opening. No bid shall be rejected at bid opening except for late bids, in accordance with ITB 23.1.

25.4 The Employer shall prepare a record of the bid opening that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, or modification; the Bid Price, per contract if applicable, including any discounts and alternative offers; and the presence or absence of a bid security, if one was required. The Bidders’ representatives who are present shall be requested to sign

Page 20: ANEXO_1

Section 1 - Instructions to Bidders 1-15

Noi Bai – Lao Cai Highway Project

the record. The omission of a Bidder’s signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders.

E. Evaluation and Comparison of Bids

26. Confidentiality 26.1 Information relating to the examination, evaluation, comparison, and postqualification of bids and recommendation of contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process until information on Contract award is communicated to all Bidders.

26.2 Any attempt by a Bidder to influence the Employer in the evaluation of the bids or Contract award decisions may result in the rejection of its bid.

26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of Contract award, if any Bidder wishes to contact the Employer on any matter related to the bidding process, it may do so in writing.

27. Clarification of Bids

27.1 To assist in the examination, evaluation, and comparison of the bids, and qualification of the Bidders, the Employer may, at its discretion, ask any Bidder for a clarification of its bid. Any clarification submitted by a Bidder that is not in response to a request by the Employer shall not be considered. The Employer’s request for clarification and the response shall be in writing. No change in the prices or substance of the bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the bids, in accordance with ITB 31.

27.2 If a Bidder does not provide clarifications of its bid by the date and time set in the Employer’s request for clarification, its bid may be rejected.

28. Deviations, Reservations, and Omissions

28.1 During the evaluation of bids, the following definitions apply:

(a) “Deviation” is a departure from the requirements specified in the Bidding Document;

(b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Bidding Document; and

(c) “Omission” is the failure to submit part or all of the information or documentation required in the Bidding Document.

29. Determination of Responsiveness

29.1 The Employer’s determination of a bid’s responsiveness is to be based on the contents of the bid itself, as defined in ITB11.

29.2 A substantially responsive bid is one that meets the requirements of the Bidding Document without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that,

(a) if accepted, would:

(i) affect in any substantial way the scope, quality, or performance of the Works specified in the Contract; or

(ii) limit in any substantial way, inconsistent with the Bidding Document, the Employer’s rights or the Bidder’s obligations under the proposed Contract; or

(b) if rectified, would unfairly affect the competitive position of other

Page 21: ANEXO_1

Section 1 - Instructions to Bidders 1-16

Noi Bai – Lao Cai Highway Project

Bidders presenting substantially responsive bids.

29.3 The Employer shall examine the technical aspects of the bid submitted in accordance with ITB 16, Technical Proposal, in particular, to confirm that all requirements of Section 6 (Employer’s Requirements) have been met without any material deviation or reservation.

29.4 If a bid is not substantially responsive to the requirements of the Bidding Document, it shall be rejected by the Employer and may not subsequently be made responsive by correction of the material deviation, reservation, or omission.

30. Nonmaterial Nonconformities

30.1 Provided that a bid is substantially responsive, the Employer may waive any nonconformities in the bid that do not constitute a material deviation, reservation or omission.

30.2 Provided that a bid is substantially responsive, the Employer may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities in the bid related to documentation requirements. Requesting information or documentation on such nonconformities shall not be related to any aspect of the price of the bid. Failure of the Bidder to comply with the request may result in the rejection of its bid.

30.3 Provided that a bid is substantially responsive, the Employer shall rectify nonmaterial nonconformities related to the Bid Price. To this effect, the Bid Price shall be adjusted, for comparison purposes only, to reflect the price of a missing or non-conforming item or component. The adjustment shall be made using the method indicated in Section 3 (Evaluation and Qualification Criteria).

31. Correction of Arithmetical Errors

31.1 Provided that the bid is substantially responsive, the Employer shall correct arithmetical errors on the following basis:

(a) 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;

(b) 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

(c) 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.

31.2 If the Bidder that submitted the lowest evaluated bid does not accept the correction of errors, its bid shall be disqualified and its bid security may be forfeited.

32. Conversion to Single Currency

32.1 For evaluation and comparison purposes, the currency(ies) of the bid shall be converted into a single currency as specified in the BDS.

33. Margin of 33.1 Unless otherwise specified in the BDS, a margin of preference shall

Page 22: ANEXO_1

Section 1 - Instructions to Bidders 1-17

Noi Bai – Lao Cai Highway Project

Preference not apply.

34. Evaluation of Bids 34.1 The Employer shall use the criteria and methodologies listed in this Clause. No other evaluation criteria or methodologies shall be permitted.

34.2 To evaluate a bid, the Employer shall consider the following:

(a) the bid price, excluding Provisional Sums and the provision, if any, for contingencies in the Summary Bill of Quantities, but including Daywork items, where priced competitively;

(b) price adjustment for correction of arithmetic errors in accordance with ITB 31.1;

(c) price adjustment due to discounts offered in accordance with ITB 14.4;

(d) converting the amount resulting from applying (a) to (c) above, if relevant, to a single currency in accordance with ITB 32;

(e) adjustment for nonconformities in accordance with ITB 30.3;

(f) application of all the evaluation factors indicated in Section 3 (Evaluation and Qualification Criteria);

34.3 The estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period of execution of the Contract, shall not be taken into account in bid evaluation.

34.4 If this Bidding Document allows Bidders to quote separate prices for different contracts, and the award to a single Bidder of multiple contracts, the methodology to determine the lowest evaluated price of the contract combinations, including any discounts offered in the Bid Submission Sheet, is specified in Section 3 (Evaluation and Qualification Criteria).

34.5 If the bid, which results in the lowest Evaluated Bid Price, is seriously unbalanced or front loaded in the opinion of the Employer, the Employer may require the Bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analyses, taking into consideration the schedule of estimated Contract payments, the Employer may require that the amount of the performance security be increased at the expense of the Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract.

35. Comparison of Bids

35.1 The Employer shall compare all substantially responsive bids to determine the lowest evaluated bid, in accordance with ITB 34.2.

36. Qualification of the Bidder

36.1 The Employer shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated and substantially responsive bid meets the qualifying criteria specified in Section 3 (Evaluation and Qualification Criteria).

Page 23: ANEXO_1

Section 1 - Instructions to Bidders 1-18

Noi Bai – Lao Cai Highway Project

36.2 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB 17.1.

36.3 An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in disqualification of the bid, in which event the Employer shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s qualifications to perform satisfactorily.

37. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids

37.1 The Employer reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to Bidders. In case of annulment, all bids submitted and specifically, bid securities, shall be promptly returned to the Bidders.

F. Award of Contra ct

38. Award Criteria 38.1 The Employer shall award the Contract to the Bidder whose offer has been determined to be the lowest evaluated bid and is substantially responsive to the Bidding Document, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

39. Notification of Award

39.1 Prior to the expiration of the period of bid validity, the Employer shall notify the successful Bidder, in writing, that its bid has been accepted.

39.2 At the same time, the Employer will publish in an English language newspaper or well-known freely accessible website the results identifying the bid and lot numbers and the following information: (i) name of each Bidder who submitted a Bid; (ii) bid prices as read out at bid opening; (iii) name and evaluated prices of each Bid that was evaluated; (iv) name of bidders whose bids were rejected and the reasons for their rejection; and (v) name of the winning Bidder, and the price it offered, as well as the duration and summary scope of the contract awarded. After publication of the award, unsuccessful bidders may request in writing to the Employer for a debriefing seeking explanations on the grounds on which their bids were not selected. The Employer shall promptly respond in writing to any unsuccessful Bidder who, after Publication of contract award, requests a debriefing.

39.3 Until a formal contract is prepared and executed, the notification of award shall constitute a binding Contract.

40. Signing of Contract

40.1 Promptly after notification, the Employer shall send the successful Bidder the Contract Agreement.

40.2 Within twenty-eight (28) days of receipt of the Contract Agreement, the successful Bidder shall sign, date, and return it to the Employer.

41. Performance Security

41.1 Within twenty-eight (28) days of the receipt of notification of award from the Employer, the successful Bidder shall furnish the performance security in accordance with the conditions of contract, subject to ITB 34.5, using for that purpose the Performance Security Form included in Section 9 (Contract Forms), or another form acceptable to the Employer.

Page 24: ANEXO_1

Section 1 - Instructions to Bidders 1-19

Noi Bai – Lao Cai Highway Project

41.2 Failure of the successful Bidder to submit the above-mentioned Performance Security or to sign the Contract Agreement shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security. In that event the Employer may award the Contract to the next lowest evaluated Bidder whose offer is substantially responsive and is determined by the Employer to be qualified to perform the Contract satisfactorily.

41.3 The above provision shall also apply to the furnishing of a domestic preference security if so required.

Page 25: ANEXO_1

Section 2 - Bid Data Sheet 2-1

Noi Bai – Lao Cai Highway Project Package A1Civil Works

Section 2 - Bid Data Sheet This section consists of provisions that are specific to each procurement and supplement the information or requirements included in Section I. Instructions to Bidders.

A. Introduction

ITB 1.1 The number of the Invitation for Bids is : NBLC - ICB A1

ITB 1.1 The Employer is: Vietnam Expressway Corporation

ITB 1.1 The name of the ICB is: ICB A1 Civil Works km0-080 to km26+700

The identification number of the ICB is: NBLC - ICB A1

ITB 2.1 The Borrower is: Socialist Republic of Viet Nam

ITB 2.1 The name of the Project is: Noi Bai – Lao Cai Highway Project

B. Bidding Documents

ITB 7.1 For clarification purposes only, the Employer’s address is:

Attention: Mr. Tran Xuan Sanh, Genera l Director

Vietnam Expressway CorporationVietnam Expressway CorporationVietnam Expressway CorporationVietnam Expressway Corporation,,,,

Number and street: Xom 2, Phuong Linh Nam , , , , Quan Hoang Mai

Floor/Room Number: 5th Floor,

City: Hanoi

Country: Vietnam

Telephone: +84 (0)4 643 0266 Facsimile number: +84 (0)4 643 0270 Electronic mail address: [email protected]

ITB 7.4 A Pre-Bid meeting will take place at the following date, time and place.

Date: (as stated in the invitation for Bids)

Time (Hanoi Time): 9.00 AM

Place: Vietnam Expressway Corporation (VEC)

Tang 5, Xom 2, Phuong Linh Nam

Quan Hoang Mai, Hanoi

Page 26: ANEXO_1

Section 2 - Bid Data Sheet 2-2

Noi Bai – Lao Cai Highway Project Package A1Civil Works

The Employer will conduct a site visit :

Date: (as stated in the invitation for Bids)

Time (Hanoi Time): 8.30 AM

Place: (Bidders should gather at)

Vietnam Expressway Corporatio n (VEC)

Tang 5, Xom 2, Phuong Linh Na m

Quan Hoang Mai, Hanoi

C. Preparation of Bids

ITB 10.1 The language of the bid is: English

ITB 11.1 (h) The Bidder shall submit with its bid the following additional documents:

1. Proposals for subcontracting elements of the Works.

2. Detailed proposals for subcontracting of any highly specialized elements of the Works to be named specialist subcontractors.

3. Authority to seek references from the bidder’s bankers.

4. Explanatory note for bid price calculation and unit price analysis or summary unit price of major work items.

ITB 13.1 Alternative bids shall not be permitted.

ITB 13.2 Alternative times for completion shall not be permitted.

ITB 13.4 Alternative technical solutions shall be permitted for the following parts of the Works: None

ITB 14.5 The prices quoted by the Bidder shall be adjustable dur ing contract implementation in accordance with Conditions of Con tract.

ITB 15.1 The unit rates and the prices shall be quoted by the bidder entirely in Vietnam Dong.

ITB 15.4 The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published by: Vietcombank at 10a.m (Hanoi time).

Page 27: ANEXO_1

Section 2 - Bid Data Sheet 2-3

Noi Bai – Lao Cai Highway Project Package A1Civil Works

ITB 18.1 The bid validity period shall be 180 days.

ITB 19.1 A bid security for an amount of $US 2 million shall be submitted .

ITB 20.1 In addition to the original of the bid, the number of copies is: Four

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall consist of: Written Power of Attorney of the signatory to the B id to commit the bidder with notarized / attested original signa ture.

D. Submission and Opening of Bids

ITB 22.1 For bid submission purposes only, the Employer’s address is:

Attention: Mr. Tran Xuan Sanh, Genera l Director Vietnam Exp ressway Corporation (Cong Ty Dau Tu

Phat Trien Duong Cao Toc Viet Nam)

Number and street: Xom 2 – Phuong Linh Nam, Quan Hoang Mai

Floor/Room Number: 5th Floor,

City: Hanoi

Country: Vietnam

Telephone: +84 (0)4 643 0266 Facsimile number: +84 (0)4 643 0270 Electronic mail address: [email protected]

The deadline for bid submission is :

Date: (as stated in the invitation for Bids)

Time (Hanoi time): (as stated in the invitation for Bids)

ITB 22.1 Electronic bid submission is not permitted .

ITB 25.1 The bid opening shall take place at:

(as stated in the invitation for Bids)

Date: (as stated in the invitation for Bids)

Time: Deadline for receipt of Bids or promptly thereafter

ITB 25.1

Electronic bid opening procedure shall be as follows: Not Applicable

E. Evaluation and Comparison of Bids

Page 28: ANEXO_1

Section 2 - Bid Data Sheet 2-4

Noi Bai – Lao Cai Highway Project Package A1Civil Works

ITB 32.1

The currency that shall be used for bid evaluation and comparison purposes to convert all bid prices expressed in various currencies into a single currency is:

Viet Nam Dong

The source of exchange rate shall be: Vietcombank selling rates at 10a.m (Hanoi time)

The date for the exchange rate shall be: 28 days prior to the deadline for submission of bids

ITB 33.1 A margin of preference shall not apply.

Page 29: ANEXO_1

Section 3 - Evaluation and Qualification Criteria 3-1

Noi Bai – Lao Cai Highway Project

Section 3 - Evaluation and Qualification Criteria

- Following Prequalification - This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders. In accordance with ITB 34 and ITB 36, no other methods, criteria and factors shall be used. The Bidder shall provide all the information requested in the forms included in Section 4 (Bidding Forms).

Table of Criteria

1. Evaluation ........................................ ....................................................................................... 3-2

1.1 Adequacy of Technical Proposal ............................................................................................... 3-2

1.2 Multiple Contracts ...................................................................................................................... 3-2

1.3 Completion Time ....................................................................................................................... 3-2

1.4 Technical Alternatives ............................................................................................................... 3-2

1.5 Domestic Preference 3-2

2. Qualification ..................................... ....................................................................................... 3-3

2.1 Financial Resources .................................................................................................................. 3-3

2.2 Personnel................................................................................................................................... 3-3

2.3 Equipment.................................................................................................................................. 3-4

2.4 Updating of Information ............................................................................................................. 3-4

3. Evaluation Method and Criteria of Bidding Docume nts………………………………………….3-7

3.1 General Bid Evaluation Method and Criteria………………………………………………………...3.7

3.2 Evaluation Criteria of Bidding Documents…………………………………………………………...3.7

Page 30: ANEXO_1

Section 3 - Evaluation and Qualification Criteria 3-2

Noi Bai – Lao Cai Highway Project

1. Evaluation In addition to the criteria listed in ITB 34.2 (a) – (e) the following criteria shall apply:

1.1 Adequacy of Technical Proposal

Evaluation of the Bidder's Technical Proposal will include an assessment of the Bidder's technical capacity to mobilize key equipment and personnel for the contract consistent with its proposal regarding work methods, scheduling, and material sourcing in sufficient detail and fully in accordance with the requirements stipulated in Section 6 (Employer's Requirements).

The Bids will be assessed to confirm their technical adequacy in terms of the following:

1. Technique, Quality:

a) Conformity with requirements on technical criteria and quality of materials and equipment stipulated in the Bidding Documents;

b) Appropriateness and feasibility of technical solutions, construction methods and organization;

c) Sound environmental management, fire protection, and safety plan;

d) Responsiveness of construction equipment (quantity, types, quality, and mobilization schedule);

e) Quality Control Methods and Plan.

2. Capability of Bidder:

a) Number and competence of senior staff and skilled workers who directly implement the Project;

b) Financial Status;

3. Construction Schedule

a) Possibility to meet Construction Schedule stipulated in the Bidding Documents;

b) Appropriateness of completion schedule of work items;

1.2 Multiple Contracts

If a bidder submits several successful (lowest evaluated substantially responsive) bids, the evaluation will also include an assessment of the Bidder’s capacity to meet the aggregated requirements regarding.

• Experience

• Financial situation

• Current contract commitments

• Cash flow capacity

• Equipment to be allocated, and

• Personnel to be fielded.

1.3 Completion Time

An alternative Completion Time, if permitted under ITB 13.2, will be evaluated as follows:

Not Applicable

Page 31: ANEXO_1

Section 3 - Evaluation and Qualification Criteria 3-3

Noi Bai – Lao Cai Highway Project

1.4 Technical Alternatives

Technical alternatives, if permitted under ITB 13.4, will be evaluated as follows:

Not Applicable

1.5 Domestic Preference

A margin of preference shall apply under ITB 33.1 the following procedure shall apply:

Not Applicable

Page 32: ANEXO_1

Section 3 - Evaluation and Qualification Criteria 3-4

Noi Bai – Lao Cai Highway Project

2. Qualification

2.1 Financial Resources

Using the relevant Forms in Section 4 (Bidding Forms) the Bidder must show that his financial resources, in terms of his latest year’s working capital and lines of credit, will meet the following requirements:

Working capital and lines of credit in the latest years shall satisfy the following requirement:

[(working capital + lines of credit) – current contract commitment (excluded Advance Payment)] > US$ 22,000,000 in 4.5 months.

2.2 Personnel

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

No. Position

Educational Qualifications Number

of Position

Total Work Experience

[years]

Experience In

Similar Work

[years]

Experience In Similar

Project [years]

1 Project Manager Professionally Qualified Civil Engineer 1 20 10 7

2 Construction Manager

Professionally Qualified Civil Engineer 1 15 8 5

3 Quality Control Manager

Professionally Qualified Civil Engineer 1 15 8 5

4 Technical Manager/ Material Engineer

Professionally Qualified Civil Engineer 1 15 8 5

5 Senior Bridge Construction Engineer

Professionally Qualified Civil Engineer 1 15 8 5

6 Senior Highway Construction Engineer

Professionally Qualified Civil Engineer 1 15 8 5

7 Planning Chief Professionally Qualified Civil Engineer 1 10 5 3

8 Safety Officer’s Appropriate Qualifications 1 10 5 3

9 Senior Environmentalist

Appropriate Qualifications 1 10 5 3

10 Senior Bridge Designer Engineer

Professionally Qualified Civil Engineer

1 10 8 5

11 Senior Road Designer Engineer

Professionally Qualified Civil Engineer

1 10 8 5

12 Quantity Engineer Qualified Civil Engineer

1 10 5 3

Page 33: ANEXO_1

Section 3 - Evaluation and Qualification Criteria 3-5

Noi Bai – Lao Cai Highway Project

The Bidder shall provide details of the proposed personnel and their experience records in the relevant Information Forms included in Section 4 (Bidding Forms).

Note: If a Bidder is awarded to two (02) or more contract Packages, the Bidder shall mobilize different key Personnel per team for each contract Package.

Page 34: ANEXO_1

Section 3 - Evaluation and Qualification Criteria 3-6

Noi Bai – Lao Cai Highway Project

2.3 Equipment The Bidder must demonstrate that it has the key equipment listed hereafter:

No. Equipment Type and Characteristics Number Required

1 Bulldozer – Minimum 100HP 12

2 Excavator - Minimum 30T 10

3 Wheel Loader – 1.6 cubic metre (Minimum Bucket Capacity) 8

4 Motor Grader – 140HP 7

5 Concrete batching plant 100 cubic metre per hour minimum capacity 5

6 Hot mixing Asphalt plant with Productivity 100T/H 1

7 Spreading Paver minimum paving width: 7.5(m) 2

8 Asphalt Paver Finisher (Productivity 500T/h) with electronics grade & slope sensor and minimum paving width 7.5(m) 1

9 Vibrating Roller, 16-25T 16

10 Pneumatic Tire Roller 15-20 T 10

11 Sheep Footing Roller 10 - 12T 3

12 Agitating Truck 8 -10m3 15

13 Dump Truck 8 -10 m3 85

14 Drilling Equipment for 1000 bored piles including reverse circulation pumps and mud tanks 14

15 Concrete Pump 25-75 m3/h 6

16 Post Tensioning Jacks 2800 KN 14

17 Post Tensioning Jacks 700 KN 6

18 Goliath Crane (Portal crane) 70T, H=17m 2

19 Crane Truck or Crane Crawl type 15-45T 20

20 Crane Erection of PC-I Girders (120T) 6

21 Excavator - Minimum 45T / 2.0M3 bucket 1

22 PVD Setting Up Machine 2

The Bidder shall provide further details of proposed items of equipment using the relevant Form in Section 4 (Bidding Forms).

2.4 Updating of Information

The Bidder shall continue to meet the criteria used at the time of prequalification. Updating and reassessment of the following information which was previously considered during prequalification will be required: (a) Eligibility (b) Pending Litigation (c) Financial Situation The Bidder shall provide updated details for the above by using the relevant forms included in Section 4 (Bidding Forms).

Page 35: ANEXO_1

Section 3 - Evaluation and Qualification Criteria 3-7

Noi Bai – Lao Cai Highway Project

3. Bid Evaluation Method and Criteria

3.1 General Bi Evaluation Method and Criteria

Bid evaluation will be carried out as following methods:

Step 1: Preliminary Evaluation

1.1 Verifying eligibility and substantial responsiveness of the bids

1.2 Verifying qualification and experiences of the Bidders (Updating qualification).

Step 2: Technical Evaluation

The following technical matters shall be evaluated:

- Construction Method;

- Construction Schedule;

- Equipment and Plant;

- Key Personnel;

- Subcontractor.

Step 3: Financial and Commercial Evaluation

Verifying bid price quoted by the Bidders, correcting arithmetic errors, correcting discrepancies

and convering into a common financial and technical rate.

Step 4: Ranking Bids and Recommending the Successf ul Bidder

The Bidders, whose bids are evaluated, shall be ranked from the lowest evaluated bid price to

the highest evaluated bid price. Bidder, whose bids is eligible, substantially responsive

requirements of tender documents and technically responsive with lowest evaluated bid price

shall be recommended as the Successful Bidder.

3.2 Evaluation Criteria of Bidding Documents

Step 1: Preliminary Evaluation of Bids

1.1 Verifying eligibility and responsiveness of the bids

Any bids, which is in breach of one of the following criteria shall be considered noncompliant and

rejected:

No Requirements Disqualifying Criteria Comment Evaluation

(Pass/Fail)

1 Eligibility of the Bidder

Not included in the List of PQ-qualified Applicants or in the

List of Bidders who purchased Tender Documents

2 Submission of Bids including one original in English and 4 copies in English

One original and four copies in English are not sufficient

3 Business Registration (of each member if Bidder is a Joint Venture)

Not available (N/A) or Ineligible

Page 36: ANEXO_1

Section 3 - Evaluation and Qualification Criteria 3-8

Noi Bai – Lao Cai Highway Project

4 Letter of Bid N/A; or noncompliant. 5 Bid Price Schedule N/A 6 Site Organization and Key Personnel N/A

7 Construction Schedules N/A or more than allowable

period

8 Proposed Quality Control Measures N/A 9 Environment Management Method N/A 10 Construction Equipment List N/A 11 Explanatory Method Statement N/A

12 Coefficient for calculating Pn in the Price Adjustment formula

N/A

13 Schedule of Payment Currencies N/A; or noncompliant.

14 Subcontracting More than 50% of Contract

Value

15 Bid Security N/A; or deficient in value or

period of validity

19 Financial data audited or certified by tax department (for each member in case of Joint Venture)

N/A

Conclusion

1.2 Verifying the Contractor’s Qualification

Bidder’s qualification shall be verified based on required information to confirm responsiveness of

qualification evaluation criteria, together with turnover and financial capability.

No Evaluation Contents Requirements Comments Evaluated (Pass/Fail)

1.2.1 Pending Litigation All pending litigation shall be treated as resolved against the Applicant and so shall in total not represent more than 50 percent of the Bidder’s net worth.

1.2.2 Finance a Financial data audited

or certified by tax department (for each member in case of Joint Venture)

N/A

b Net Worth As a minimum, Bidder’s net worth calculated as the difference between total assets and total liabilities should be positive.

c Total average profit after tax in the latest 3 years

Positive figure

d Cash Flow Working capital and lines of credit in the latest year shall satisfy the following requirement: [(working capital + lines of credit) – current contract commitment] > 22,000,000 US$ in 4.5 months.

Page 37: ANEXO_1

Section 3 - Evaluation and Qualification Criteria 3-9

Noi Bai – Lao Cai Highway Project

1.2.3 Experiences a Specific Contracts of

Similar Size and Nature

Participation as contractor, management contractor, or subcontractor, in at least one (1) contract within the last ten (10) years, with value of the contract share of at least US$ 50 million that has been successfully or is substantially completed and that is similar to the proposed works.

b Average Annual Construction Turnover in the last 3 years (2005, 2006, 2007)

Minimum average annual construction turnover of US$ 100 million calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.

Conclusion Remarks:

- Items 1.2.1, 1.2.2(b), 1.2.2(c), 1.2.3 (a) and 1.2.3(b) are evaluated information provided in

Prequalification Document have been updated in the Bids.

- Items 1.2.2 (d) in the above table: If the Bidder is Lead Partner, he must satisfy at least 40%; and

the remaining member of the joint venture shall satisfy at least 25%.

- In order to make basis for evaluation of criteria set out in the above table, the Bidder shall

provide all economic contracts which have been certified by public notary or the Employer for

such completed and/or on-going contracts listed in the Bids. If one Contract is listed but legal and

concerned documents are not provided as required in the Bidding Document, the Employer shall

not evaluate such Contract.

- In case the Bidder is awarded one Contract and will be considered to award one or more

contracts under Noi Bai – Lao Cai Highway Project, the Tender Caller (the Employer) shall carry

out additional evaluation on the Bidder’s qualification to assure that the Bidder is qualified to

carry out construction work and complete the entire contracts awarded to him in this Project (for

more details of evaluation, please see the appendix).

- The Bidder’s qualification with regard to the above criteria shall be evaluated as follows:

P : Pass

F : Fail

Bids which fail to satisfy any of above-mentioned criteria shall be rejected.

Step 2: Technical Evaluation

2.1 Construction Method

# Evaluation Contents Comments Evaluated Remarks 1 Method for mobilization and site preparation (site

preparation, supply of fuels, materials, manpower …)

2 Traffic assurance for bridge and road in construction process

3 Quality control method 4 Safety and security assurance method

Page 38: ANEXO_1

Section 3 - Evaluation and Qualification Criteria 3-10

Noi Bai – Lao Cai Highway Project

5 Environmental management method 6 Construction method of underpass structure, drainage

structure (culvert, ditch …)

7 Embankment construction method 8 Soft ground treatment method 9 Pavement construction method

10 Construction method of simple bridge (foundation, abutment, pier, girder)

11 Tunnel Construction Method 12 Slope Protection Method 13 Finishing Work Method (handrail, slope, road

marking, sign post, marker post etc.)

Conclusion

Construction method for each of the above-mentioned method with regard to the above criteria shall be

evaluated as follows:

P : Pass

A : Acceptable

F : Fail

Bids which fail to satisfy any of the above-mentioned criteria or over 30% of the contents requested

above are evaluated as “acceptable” shall be rejected.

2.2 Construction Schedule

Construction Schedule proposed by the Bidders shall be evaluated based on the following criteria: # Evaluation Contents Comments Evaluation

Results 1 Ensuring overall schedule as specified in Bidding Documents

2 Suitability with Local Weather Condition 3 Suitability of Construction Methodology and Equipment (equivalent

to number, type of equipment proposed by the Bidders)

Conclusion

Each criteria shall be evaluated by specialist method as follows:

P : Pass

A : Acceptable

F : Fail

The Bidder shall satisfy the required schedule in the bidding document. Any Bids which proposes

schedule longer than specified period in the Bidding Documents shall be rejected. Bids which are not

responsive or having 30 contents required above are evaluated as “acceptable” shall be rejected.

2.3 Requirements of Equipment and Plants for the Works

Key equipment and plant of the Bidder shall be checked in term of quantity and capacity based

on the requirements estimated by the Employer for the Contract.

No. Items Employer’s Requirements Evaluated Remarks

Page 39: ANEXO_1

Section 3 - Evaluation and Qualification Criteria 3-11

Noi Bai – Lao Cai Highway Project

Capacity Quantity Capacity Quantity 1 Bulldozer 100 HP 12 2 Excavator 30 ton 10 3 Whell Loader 1.6 m3 8 4 Motor Grader 140 HP 7

5 Concrete batching plant 60 m3/h 5 6 Hot mixing asphalt plant 100 ton/h 1 7 Spreading Paver

minimum paving width 7.5(m)

2

8 Asphalt Paver Finisher with minimum paving width of 7.5 (m), with electronics grade & slope sensor.

500 ton/h 1

9 Vibrating roller 16 - 25 ton 16 10 Pneumatic tired roller 15 - 20 ton 10 11 Sheep footing roller 10 - 12 ton 3

12 Concrete agitating truck 8-10 m3 15 13 Dump truck 8-10 m3 85 14 Drilling equipment for

1000 – 1500mm bored piles including reverse circulation pumps and mud tanks

14

15 Concrete pump 25-75 m3/h 6 16 Post tensioning jack

(20T15.2) 2800KN 14

17 Post tensioning jack (3T15.2) 700KN

6

18 Goliath Crane 70T, H=17m

2

19 Crane truck or Crane Crawl type

15-45 ton 20

20 Crane Erection of PC I-girder (120 ton)

6

21 Excavator 45 ton Minimum bucket 2.0 m3

1

22 PVD Setting Up Machine 6-8 m3 2 Conclusion

The Bidders shall explain clearly ownership of equipment mobilized to the package (owed or hired). If

equipment is hired, the name of rental company should be mentioned:

Each criteria shall be evaluated by specialist method as follows:

P : Pass

A : Acceptable

F : Fail

Page 40: ANEXO_1

Section 3 - Evaluation and Qualification Criteria 3-12

Noi Bai – Lao Cai Highway Project

Bids which fail or have over 30% of the required contents responsive and evaluated as “acceptable” shall

be rejected.

2.4 Key Personnel Evaluation:

Position Total Work

Experience (Years)

Minimum years

working in similar

position

Minimum years

working in similar Project

Comments Evaluated

Project Manager 20 10 7 Construction Manager 15 8 5

Quality Control Manager

15 8 5

Technical Manager/ Material Engineer

10 8 5

Senior Foundation Engineer

10 8 5

Senior Highway Engineer

10 8 5

Planning Chief 10 5 3 Safety Officer 10 5 3 Senior Environmental Specialist

10 5 3

Bridge Design Chief 10 8 5 Highway Design Chief 10 8 5 Quantity Engineer 10 5 3

Conclusion

Each criteria shall be evaluated by specialist method as follows:

P : Pass

A : Acceptable

F : Fail

Bids which fail or have over 30% of the required contents responsive and evaluated as “acceptable” shall

be rejected.

2.5 Sub-Contractor:

- Civil Work Subcontractor: Bidders, if intends use subcontractors for civil works, shall declare in

his bids the Subcontractor of work items. Total subletting amount shall not exceed 50% of bid price and

shall be indicated clearly in the Bids. The Subcontractor shall be legal entity, with satisfactory

qualification to the sublet works. In case the Bidder intends to sublet more than 50% of contract value,

such Bidder shall be rejected.

- Subcontractor for Consulting and Designing Working Drawing: Civil Work bidders having no

business registration in the fields of consultancy, design and incapable and lacking experiences in

preparing working drawing, shall sublet the works to a registered design company who is capable with

enough experience to carry out design of working drawings. Concurrently, the Bidder shall list in his bids

Page 41: ANEXO_1

Section 3 - Evaluation and Qualification Criteria 3-13

Noi Bai – Lao Cai Highway Project

name of the Design Subcontractor for this work, attached with copy of business registration and

declaration of qualification, experiences of such Consultant Company for bid evaluation.

Step 3: Financial and Commercial Evaluation

Financial and commercial evaluation shall be carried out to determine cost on a common rate for

comparison, classification of bids, including the following contents:

3.1 – Checking and Error Correction:

1. Error correction is to correct all errors in the Bids including arithmetic errors and other errors

based on the following principles:

a) Arithmetic errors due to incorrect addition, subtraction, multiplication, division methods:

− Should there is any discrepancy between unit price and amount, unit price will be the legal

basis for correction of error;

− Should there is any discrepancy between summary table and detailed unit price table, the

detailed unit price shall be the legal basis for correction of error.

b) Other errors:

− If there is no unit price for the amount column, unit price shall be determined by dividing

amount by quantity.

− If unit price is available but amount column is still blank, this amount shall be determined by

multiplying quantity with unit price;

− If unit price and amount are available but quantity is blank, the quantity shall be determined

by dividing the amount by the unit price of such item. If the additional quantity as calculated above is

different from the one mentioned in the Bidding Documents, it is considered a discrepancy in scope of

supply and shall be adjusted based on stipulation at item 1 (a) of this Clause 3.2.

− Mistake in unit: "," (comma) used in lieu of "." (stop) and vice verse shall be adjusted in

accordance Vietnam’s regulations.

2. Following error correction based on the above principle, the Employer shall give written notice

to the Bidder. The bidder shall make a written notice to the Employer regarding his acceptance of error

correction. If the Bidder does not agree to correct error, his bids shall be rejected.

3.2 – Adjustment of Discrepancy:

1. Adjustment of discrepancy is to adjust excessive or missing contents in the Bids as compared

with the Bidding Documents, as well as to adjust discrepancies among the bid’s contents itself; between

technical proposal and financial proposal; between number and words; between contents in the Letter of

Bids and other parts of the Bids. Adjustment of discrepancy shall be adjusted as follows:

a) In case there is discrepancy in scope of supply, the missing portion shall be added, and the

excessive portion will be subtracted in the principle that if it is impossible to separate in the bid price, of

which discrepancies are being adjusted by the Bidder, the highest quoted price of this item shall be

applied (if missing) and the lowest quoted price shall be applied (if exceeding) in the Bids, which have

passed technical evaluation. In case only one bidder passes technical evaluation, discrepancy shall be

adjusted based on quoted price of such bidder (if any) or in the cost estimate of the package;

Page 42: ANEXO_1

Section 3 - Evaluation and Qualification Criteria 3-14

Noi Bai – Lao Cai Highway Project

b) If there is any discrepancy between contents in the technical proposal and financial proposal,

the content in technical proposal shall be the legal basis for adjustment of discrepancy;

c) If there is discrepancy between number and words, words shall be the legal basis for

adjustment of discrepancy;

d) If there is discrepancy between price in the bids (exclusive of discount) and in the total bid

price schedule, this is considered a discrepancy and adjustment shall be carried out based on price in the

total bid price schedule after adjustment and error correction based on the detailed unit price.

2. Any bids which have total value of discrepancy > 10% of bid price shall be rejected. Total

discrepancy value shall be calculated according to the total absolute value, not depending on increase or

decrease of the bid price after adjusting the discrepancy.

3.3 – Costs are determined on one common rate to c ompare and classify bids.

Determination of Evaluated Price

No. Contents Basis for Determination

1 Determination of Bid Price

2 Error Correction Follow item 3.1

3 Discrepancy Correction Follow item 3.2

4 Bid price after error correction and discrepancy correction

Total value of items (1) + (2) + (3)

5 Evaluated Bid Price Value of item (4)

Step 4: Ranking of bids and recommending the Successful B idder

Bids, which are eligible, technically responsive, and after verifying arithmetic errors and

discrepancy, having cost evaluated on one common rate is the lowest shall be recommended as

successful Bidder. Bid price quoted by the bidder, who is recommended for award, shall not over the

package price in the approved bidding plan or cost estimate.

If the cost evaluate on a common rate is higher than the approved price, the Employer shall

report to MOT and ADB for consideration and approval.

Page 43: ANEXO_1

Section 3 - Evaluation and Qualification Criteria 3-15

Noi Bai – Lao Cai Highway Project

APPENDIX

(In attachment with Bid Evaluation Method and Criteria for

Civil Works of Noi Bai – Lao Cai Highway Project)

Illustration regarding additional evaluation on Bid der’s qualification who has been awarded one

Contract of Noi Bai – Lao Cai Highway Project.

Bidder A has been awarded one Contract of the Project, the awarded contract value is X. Bidder

A bid for one more civil work Package (bid price is Y) under the same project. If qualification of Bidder A

is evaluated solely for this package, he can be awarded. However, because Bidder A has been awarded

Package X, the Tender Caller shall carry out additional evaluation on Bidder A as follows:

I. Based on Criteria “1.2 Verifying Bidder’s Quali fication”

1) Verifying Condition: To check whether Minimum Average Annual Construction Turnover is

[(X+Y)/X] x 100 million US$ per the Total Certified Payment Amount of the on-going Contract or

Contract, which has been carried out in the latest three (03) years, is satisfied or not.

2) Verifying Condition: To check whether [(working capital + lines of credit) – (current contract

commitments) not including advance payment of this Contract] > Total cash flow (X+Y) (in Item

1.2.2(c)).

II. Based on Criteria 2.3: Minimum Equipment and P lant for the Works

Checking equipment and plant proposed by the Bidder for Package Y whether there is overlap

(checking listed item, quantity, type, code, capacity, year of manufacture, condition, source) in

equipment which has been already arranged for package X or not?

III. Based on Criteria 2.4: Evaluation on Key Pers onnel

Checking key personnel whether the Contractor has double arranged for package Y and

package X?

In case the Bidder is sufficiently responsive to additional evaluation, such Bidder shall be

recommended as successful Bidder for Package Y.

Page 44: ANEXO_1

Section 4 - Bidding Forms 4-1

Noi Bai – Lao Cai Highway Project

Section 4 - Bidding Forms - Following Prequalification -

This Section contains the forms which are to be completed by the Bidder and submitted as part of his Bid.

Table of Forms

Letter of Bid ..................................... ................................................................................................... 3

Schedules ......................................... .................................................................................................. 5

Schedule of Payment Currencies .................... ................................................................................ 5

Tables of Adjustment Data ......................... ...................................................................................... 6

Form of Bid Security .............................. ........................................................................................... 8

Form of Bid-Securing Declaration .................. ................................................................................. 9

Bill of Quantities ................................ .............................................................................................. 10

Bill of Quantities …………………………………………………..………4- 10 (1) to 4- 10 (6)

Current Contract Commitments / Works in Progress .. ............................................................... 11

Financial Resources ............................... ........................................................................................ 12

Technical Proposal................................. ......................................................................................... 13

Personnel ......................................... ................................................................................................ 14

Form PER – 1: Proposed Personnel .................. ........................................................................... 14

Form PER – 2: Resume of Proposed Personnel ....... .................................................................. 15

Summary of Equipment .............................. .................................................................................... 17

Site Organization ................................. ............................................................................................ 18

Method Statement .................................. ......................................................................................... 19

Mobilization Schedule ............................. ........................................................................................ 20

Construction Schedule and Provisional Payment Sched ule ............................................... ...... 21

Page 45: ANEXO_1

Section 4 - Bidding Forms 4-2

Noi Bai – Lao Cai Highway Project

Updating of Bidder’s Qualification ................ ................................................................................ 22

Form ELI - 1: Bidder Information Sheet ............ ............................................................................ 23

Form ELI - 2: JV Information Sheet ................ ............................................................................... 24

Form LIT - 1: Pending Litigation .................. .................................................................................. 25

Form FIN - 1: Financial Situation ................. .................................................................................. 26

Form FIN - 2: Average Annual Construction Turnover ............................................................... 27

Form SUB-1: PROFORMA OF BANK GUARANTEE FOR THE REVO LVING LINE OF CREDIT ............... 28

Form SUB- 2: Sub-contractor Information Sheet ..... ................................................................... 29

Form SUB- 3: Provisional Payment Schedule ......... .................................................................... 30

Page 46: ANEXO_1

Section 4 - Bidding Forms 4-3

Noi Bai – Lao Cai Highway Project

Letter of Bid

Date: ..................................................

ICB No.: ..................................................

Invitation for Bid No.: .................................................. To: Mr. Tran Xuan Sanh, General Director Vietnam Expressway Corporation, 5 th Floor, Hamlet 2, Linh Nam Ward, Hoang Mai District, Hanoi, Vietnam.

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda issued in accordance with Instructions to Bidders (ITB) 8;

(b) We offer to execute in conformity with the Bidding Documents the following Works:

(c) The total price of our Bid, excluding any discounts offered in item (d) below is:

(d) The discounts offered and the methodology for their application are:

(e) Our bid shall be valid for a period of 180 days from the date fixed for the bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) If our bid is accepted, we commit to obtain a performance security in accordance with the

Bidding Documents;

(g) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from eligible countries [insert the nationality of the Bidder, including that of all parties that comprise the Bidder if the Bidder is a consortium or association, and the nationality of each Subcontractor and Supplier];

(h) We, including any subcontractors or suppliers for any part of the contract, do not have any conflict of interest in accordance with ITB 4.3;

(i) We are not participating, as a Bidder or as a subcontractor, in more than one bid in this bidding process in accordance with ITB 4.3, other than alternative offers submitted in accordance with ITB 13;

(j) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of the contract, has not been declared ineligible by ADB, under the Employer’s country laws or

Page 47: ANEXO_1

Section 4 - Bidding Forms 4-4

Noi Bai – Lao Cai Highway Project

official regulations or by an act of compliance with a decision of the United Nations Security Council;

(k) We are not a government owned entity / We are a government owned entity but meet the requirements of ITB 4.5; *

(l) We have paid, or will pay the following commissions, gratuities, or fees with respect to the bidding process or execution of the Contract: [If none has been paid or is to be paid, indicate “none.”]

Name of Recipient Address Reason Amount

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

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

(m) We understand that this bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed; and

(n) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

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

In the capacity of ...............................................................................................................................

Signed ...............................................................................................................................................

Duly authorized to sign the Bid for and on behalf of .........................................................................

Date ....................................................................................................................................... * Use one of the two options as appropriate

Page 48: ANEXO_1

Section 4 - Bidding Forms 4-5

Noi Bai – Lao Cai Highway Project

Schedules Schedule of Payment Currencies For ...........................insert name of Section of the Works ..............................

Separate tables may be required if the various sections of the Works (or of the Bill of Quantities) will have substantially different foreign and local currency requirements. The Employer should insert the names of each Section of the Works.

A B C D

Name of Payment Currency

Amount of Currency

Rate of Exchange to Local

Currency

Local Currency Equivalent C = A x B

Percentage of Net Bid Price (NBP)

100xC NBP

Local currency (Vietnam Dong VND)

1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #

Net Bid Price

100.00

Provisional Sums Expressed in Local Currency

1.00 ---

BID PRICE

---

Page 49: ANEXO_1

Section 4 - Bidding Forms 4-6

Noi Bai – Lao Cai Highway Project

Tables of Adjustment Data Indices and weightings shall be proposed by the Contractor and are subject for reviewing by the Engineer and approval by the Employer. They shall be appropriate for their purpose and shall relate to the Contractor’s proposed source of supply of inputs on the basis for which his Contract Price and expected foreign currency requirements have been computed.

(i) Table A - Local Currency (Vietnam Dong)

Index Code Index Description Source of

Index

Base Value

and Date

Bidder’s Local

Currency Amount

Bidder’s (*) Proposed Weighting

Lo, Ln

Eo,En

B1o, B1n

B2o, B2n

B3o, B3n

Qo, Qn

Nonadjustable

General cost of living

Index of cost for high speed diesel fuel

Wholesale price index of construction materials for cement

Wholesale price index of construction materials for Steel

Index of cost for bitumen

Wholesale price index of construction equipment

(ii)

(iii)

(iv)

(v)

(vi)

(vii)

— — A: 0.20

b:

d:

e1:

e2:

e3:

f:

Total VND 1.00

“A” is a constant specified as 0.20 representing the nonadjustable portion.

The following indices shall be used for local currency payment.

(ii) General cost of living index as published by the General Statistical Office, Hanoi;

(iii) Price index for diesel fuel as established by the General Statistical Office, Hanoi.

(iv) Price index of cement material as published by General Statistical Office, Hanoi;

(v) Price index of steel material as published by General Statistical Office, Hanoi;

(vi) Price index of bitumen material as published by General Statistical Office, Hanoi;

(vii) Wholesale price index of construction equipment as published by General Statistical Office, Hanoi;

(viii) Price index for equipment shall follow regulations on equipment exported from G5 Industrial Countries (France, Germany, England, Japan, and America) to market of developing countries, in US Dollar and converted in Vietnam Dong with exchange rate at the time of calculation. The regulations are issued twice a year by World Bank.

Con formato: Color de fuente:Automático

Page 50: ANEXO_1

Section 4 - Bidding Forms 4-7

Noi Bai – Lao Cai Highway Project

(ix) Table B - Foreign Currency

Name of Currency:

If the Contractor wishes to bid more than 01 foreign currency, each currency shall apply the below table:

Index Code Index Description

Source of

Index

Base Value and Date

Bidder’s Currency in

Type/Amount

Equivalent in Foreign currency 1

Bidder’s (*) Proposed Weighting

Lo, Ln

Bo, Bn

Qo, Qn

Nonadjustable

Expatriate labour

Wholesale price index of construction materials

Wholesale price index of construction equipment

-- — — A: 0.20

b:

e:

f:

Total 1.00

The Contractor shall propose to the authorized agencies for obtaining indices of foreign labour, and imported materials, equipment and machine for the foreign currency portion in his Bids in compliance with regulations. The Contractor shall bear full responsibility for his proposal’s contents.

(*) Bidders shall refer to the Range of Weighting provided in sub-clause 13.8 of Particular Condition of Contract (Part B).

Page 51: ANEXO_1

Section 4 - Bidding Forms 4-8

Noi Bai – Lao Cai Highway Project

Form of Bid Security

Bank Guarantee

........................................................ Bank’s Name, and Address of Issuing Branch or Office .................................

Beneficiary: Vietnam Expressway Corporation, 5 th Floor, Hamlet 2, Linh Nam Ward, Hoang Mai District, Hanoi, Vietnam.

Date: ................................................................................................................................................................................................................

Bid Security No.: ...................................................................................................................................................................................

We have been informed that . . . . . name of the Bidder. . . . . (hereinafter called "the Bidder") has submitted to you its bid dated . . . . . . . . . (hereinafter called "the Bid") for the execution of . . . . . . . . name of contract . . . . . . . under Invitation for Bids No. . . . . . . . . . (“the IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by a bid guarantee.

At the request of the Bidder, we . . . . . name of Bank. . . . . hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in figures . . . . . . . . . (. . . . . . .amount in words . . . . . . . ) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid; or

(b) does not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter “the ITB”); or

(c) having been notified of the acceptance of its Bid by the Employer during the period of bid validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to furnish the performance security, in accordance with the ITB.

This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the Contract Agreement signed by the Bidder and the performance security issued to you upon the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy your notification to the Bidder of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of the Bidder’s bid.

Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

. . . . . . . . . . . .Bank’s seal and authorized signature(s) . . . . . . . . . .

Con formato: Color de fuente:Automático

Page 52: ANEXO_1

Section 4 - Bidding Forms 4-9

Noi Bai – Lao Cai Highway Project

Note: All italicized text is for use in preparing this form and shall be deleted from the final product

Form of Bid-Securing Declaration

Date: [insert date (as day, month and year)] Bid No.: [insert number of bidding process]

Alternative No.: [insert identification No if this is a Bid for an alternative]

To: Vietnam Expressway Corporation, 5 th Floor, Hamlet 2, Linh Nam Ward, Hoang Mai District, Hanoi, Vietnam.

We, the undersigned, declare that:

We understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration.

We accept that we will automatically be suspended from being eligible for bidding in any contract with the Borrower for the period of time of [insert number of months or years] starting on [insert date], if we are in breach of our obligation(s) under the bid conditions, because we:

(a) have withdrawn our Bid during the period of bid validity specified in the Form of Bid; or

(b) does not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter “the ITB”); or

(c) having been notified of the acceptance of our Bid by the Employer during the period of bid validity, (i) fail or refuse to execute the Contract, if required, or (ii) fail or refuse to furnish the Performance Security, in accordance with the ITB.

We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of our Bid.

Signed: [insert signature of person whose name and capacity are shown] In the capacity of [insert legal capacity of person signing the Bid-Securing Declaration]

Name: [insert complete name of person signing the Bid-Securing Declaration]

Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]

Dated on ____________ day of __________________, _______ [insert date of signing]

Corporate Seal (where appropriate)

[Note: In case of a Joint Venture, the Bid-Securing Declaration must be in the name of all partners to the Joint Venture that submits the bid.]

Page 53: ANEXO_1

Section 4 - Bidding Forms 4-10

Noi Bai – Lao Cai Highway Project

GMS Kunming – Hai Phong Transport Corridor Noi Bai – Lao Cai Highway Project

Contract Package No : ICB A1 Civil Works km0-080 to km26+700

Bill of Quantities

No Pay Item No. DESCRIPTION Amount

(VND) Remark

1 DIVISION 1 GENERAL ITEMS

2 DIVISION 2 SITE CLEARING

3 DIVISION 3 ROAD EARTHWORK

4 DIVISION 4 DRAINAGE

5 DIVISION 5 PAVEMENTS STRUCTURE

6 DIVISION 6 CONCRETE WORKS

7 DIVISION 7 STEEL WORKS

8 DIVISION 8 MISCELLANEOUS

9

SUB-TOTAL(from1-8) SUM IN VND

10 CONTINGENCIES (26 % OF SUB-TOTAL)

11 TOTAL BID SUM IN VND

Total Bid Sum, written in words: Vietnam Dong

Page 54: ANEXO_1

Section 4 - Bidding Forms 4-11

Noi Bai – Lao Cai Highway Project

Current Contract Commitments / Works in Progress

Bidders and each partner to a JV should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.

No. Name of Contract Employer’s Contact Address, Tel, Fax

Value of Outstanding Work

[Current US$ Equivalent]

Estimated Completion

Date

Average Monthly Invoicing Over Last Six

Months [US$/month)]

1

2

3

4

5

Page 55: ANEXO_1

Section 4 - Bidding Forms 4-12

Noi Bai – Lao Cai Highway Project

Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts as indicated in Section 3 (Evaluation and Qualification Criteria) No. Source of financing Amount (US$ equivalent)

1

2

3

Page 56: ANEXO_1

Section 4 - Bidding Forms 4-13

Noi Bai – Lao Cai Highway Project

Technical Proposal

Personnel

Note: The bidder should submit documents to demonstrate their understanding of the works. There is no specified format. The documents, excluding those for Personnel and Equipment, should not exceed 30 pages in total.

Equipment Site Or ganization Method Statement Mobilization Schedule Construction Schedule Others

Page 57: ANEXO_1

Section 4 - Bidding Forms 4-14

Noi Bai – Lao Cai Highway Project

Personnel

Form PER – 1: Proposed Personnel Bidders should provide the names of suitably qualified personnel to meet the specified requirements stated in Section 3 (Evaluation and Qualification Criteria). The data on their experience should be supplied using the Form below for each candidate.

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

*As listed in Section 3 (Evaluation and Qualification Criteria).

Page 58: ANEXO_1

Section 4 - Bidding Forms 4-15

Noi Bai – Lao Cai Highway Project

Form PER – 2: Resume of Proposed Personnel

Position

Personnel information

Name

Date of birth

Professional qualifications

Present employment

Name of employer

Address of employer

Telephone

Contact (manager / personnel officer)

Fax

E-mail

Job title

Years with present employer

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

From To Company / Project / Position / Relevant technical a nd management experience

Note:

* All key personnel of the Bidder shall be graduated from specialist University, having continous working time in construction works as mentioned in item 3 – Key Personnel and participated in at least one work item or works having the same special requirements.

* All personnel documents are notarized by notary public’s office.

* The age of these key personnel must not be more than 60 years old. Certified copies of the qualifications must be attached to the curricula vitae submitted.

Page 59: ANEXO_1

Section 4 - Bidding Forms 4-16

Noi Bai – Lao Cai Highway Project

Equipment

The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key equipment listed in Section 3 (Evaluation and Qualification Criteria). New equipment should be used for the Works, none of the equipment should be older than 12 years (i.e. use only manufactured in or after year 1996). A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Bidder. Item of Equipment

Equipment Information

Name of manufacturer

Model and power rating

Capacity

Year of manufacture

Current Status

Current lo cation

Details of current commitments

Source Indicate source of the equipment

���� Owned ���� Rented ���� Leased ���� Specially manufactured

Omit the following information for equipment owned by the Bidder. Owner Name of owner

Address of owner

Telephone

Contact name and title

Fax

Telex

Agreements Details of rental / lease / manufacture agreements specific to t he project

Note: The Bidder shall provide evidence of Ownership/ Hire/ Lease.

Page 60: ANEXO_1

Section 4 - Bidding Forms 4-17

Noi Bai – Lao Cai Highway Project

Summary of Equipment

The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key equipment listed in Section 3 (Evaluation and Qualification Criteria). New equipment should be used for the Works, none of the equipment should be older the 12 years (i.e. use only manufactured in or after year 1996). Information shall be given for each item of equipment listed, or for alternative equipment proposed by the Bidder.

Type Maker Model and Power Capacity Year of Manu-facture

Owned / Rented / Leased

Location No. of Units

Page 61: ANEXO_1

Section 4 - Bidding Forms 4-18

Noi Bai – Lao Cai Highway Project

Site Organization

Page 62: ANEXO_1

Section 4 - Bidding Forms 4-19

Noi Bai – Lao Cai Highway Project

Method Statement

Page 63: ANEXO_1

Section 4 - Bidding Forms 4-20

Noi Bai – Lao Cai Highway Project

Mobilization Schedule

Page 64: ANEXO_1

Section 4 - Bidding Forms 4-21

Noi Bai – Lao Cai Highway Project

Construction Schedule and Provisional Payment Sched ule Note: Provisional Payment Schedule see the Guide Form – “S” Curve Graph.

Page 65: ANEXO_1

Section 4 - Bidding Forms 4-22

Noi Bai – Lao Cai Highway Project

Updating of Bidder’s Qualification

The Bidder shall update the information given during the corresponding prequalification exercise to demonstrate that he continues to meet the criteria used at the time of prequalification regarding

(a) Eligibility

(b) Pending Litigation

(c) Financial Situation

For this purpose, the Bidder shall use the relevant forms included in this Section.

Note: There is no need to re-submit information forms and attachments unless there has been any change in the situation since the application for pre-qualification Con formato: Table, Comprimido 0,1

pto

Page 66: ANEXO_1

Section 4 - Bidding Forms 4-23

Noi Bai – Lao Cai Highway Project

Form ELI - 1: Bidder Information Sheet

Bidder Information

Bidder’s legal name

In case of JV, legal name of each partner

Bidder’s country of constitution

Bidder’s year of constitution

Bidder’s legal address in country of constitution

Bidder’s authorized representative

(name, address, telephone numbers, fax numbers, e-mail address)

Attached are copies of the following original docum ents.

� 1. In case of single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and 4.2.

� 2. Authorization to represent the firm or JV named in above, in accordance with ITB 20.2.

� 3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

� 4. In case of a government-owned entity, any additional documents not covered under 1 above required to comply with ITB 4.5.

Con formato: Color de fuente:Automático

Con formato: Color de fuente:Automático

Con formato: Color de fuente:Automático

Page 67: ANEXO_1

Section 4 - Bidding Forms 4-24

Noi Bai – Lao Cai Highway Project

Form ELI - 2: JV Information Sheet Each member of a JV must fill in this form

JV / Specialist Subcontractor Information

Bidder’s legal name

JV Partner’s or Subcontractor’s legal name

JV Partner’s or Subcontractor’s country of constitution

JV Partner’s or Subcontractor’s year of constitution

JV Partner’s or Subcontractor’s legal address in country of constitution

JV Partner’s or Subcontractor’s authorized representative information

(name, address, telephone numbers, fax numbers, e-mail address)

Attached are copies of the following original docum ents.

� 1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and 4.2.

� 2. Authorization to represent the firm named above, in accordance with ITB 20.2.

� 3. In the case of government-owned entity, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITB Sub-Clause 4.5.

Con formato: Color de fuente:Automático

Page 68: ANEXO_1

Section 4 - Bidding Forms 4-25

Noi Bai – Lao Cai Highway Project

Form LIT - 1: Pending Litigation Each Bidder or member of a JV must fill in this form

Pending Litigation

� No pending litigation in accordance with Criteria 2 .2 of Section 3 (Evaluation and Qualification Crite ria)

� Pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria )

Year Matter in Dispute

Value of Pending

Claim in US$ Equivalent

Value of Pending

Claim as a Percentage of

Net Worth

Con formato: Color de fuente:Automático

Page 69: ANEXO_1

Section 4 - Bidding Forms 4-26

Noi Bai – Lao Cai Highway Project

Form FIN - 1: Financial Situation Each Bidder or member of a JV must fill in this form

Financial Data for Previous 3 Years [US$ Equivalent ]

Year 1: Year 2: Year 3:

Information from Balance Sheet

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Information from Income Statement

Total Revenues

Profits Before Taxes

Profits After Taxes

� Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last three years, as indicated above, complying with the following conditions.

• All such documents reflect the financial situation of the Bidder or partner to a JV, and not sister or parent companies.

• Historic financial statements must be audited by a certified accountant.

• Historic financial statements must be complete, including all notes to the financial statements.

• Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted).

Con formato: Color de fuente:Automático

Page 70: ANEXO_1

Section 4 - Bidding Forms 4-27

Noi Bai – Lao Cai Highway Project

Form FIN - 2: Average Annual Construction Turnover Each Bidder or member of a JV must fill in this form

Annual Turnover Data for the Last 3 Years (Constru ction only)

Year Amount Currency

Exchange Rate

US$ Equivalent

Average Annual Construction Turnover

The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the amounts billed to clients for each year for work in progress or completed, converted to US Dollars at the rate of exchange at the end of the period reported.

Page 71: ANEXO_1

Section 4 - Bidding Forms 4-28

Noi Bai – Lao Cai Highway Project

Form SUB-1: PROFORMA OF BANK GUARANTEE FOR THE REVO LVING LINE OF CREDIT

Bank Letter Head From: ………………………………………

……………………………………….

……………………………………….

To: General Director Vietnam Expressway Corporation, 5 th Floor, Hamlet 2, Linh Nam Ward,

Hoang Mai District, Hanoi, Vietnam. Sub: Letter of Guarantee Confirming Bank’s Undertaking for Opening a line of Credit in favour (1)

………………………………………………………………….. in case of award to them of works for the NOI BAI – LAO CAI HIGHWAY PROJECT.

Dear Sir, I/We the authorized representative of (2) …………………………………………………… hereby agree and undertake for and on behalf of the bank that if (1) …………………….. …………………………………………………………………………………… are awarded a Contract(s) on the NOI BAI – LAO CAI HIGHWAY PROJECT, they will be provided by us with a revolving line of credit for an amount of ………………………………………………. for the purpose of the execution of the above mentioned Contract(s). This revolving line of credit will be maintained until the completed works are taken over by the Employer. In witness whereof, the authorized representative of the Bank has hereunto signed and sealed this letter of Guarantee. GUARANTOR WITNESS ………………………………………………….. …………………………………………..

………………………………………………….. …………………………………………..

………………………………………………….. …………………………………………..

-------------------------------------------------

(1) Insert name of the intending Bidder (2) Insert name and address of the Bank

Page 72: ANEXO_1

Section 4 - Bidding Forms 4-29

Noi Bai – Lao Cai Highway Project

Form SUB- 2: Sub-contractor Information Sheet

This form must be completed

List of Proposed Subcontractor

See other file: Form Sub 2

Page 73: ANEXO_1

Section 4 - Bidding Forms 4-30

Noi Bai – Lao Cai Highway Project

Form SUB- 3: Provisional Payment Schedule

This form must be completed

See other file: Form Sub 3

Page 74: ANEXO_1

Sec

tion

4 -

Bid

ding

For

ms

4

-29

Noi

Bai

– L

ao C

ai H

ighw

ay P

roje

ct

For

m S

UB

- 1:

Sub

-con

trac

tor

Info

rmat

ion

She

et

Thi

s fo

rm m

ust b

e co

mpl

eted

List

of P

ropo

sed

Sub

cont

ract

ors

N

ame

of

Sub

cont

ract

or

App

roxi

mat

e pe

rcen

tage

of

Tot

al B

id P

rice

to b

e su

blet

(*)

Pay

Item

N

umbe

r to

be

subl

et

Qua

ntity

to

be

subl

et

% o

f Pay

Ite

m to

be

sub

let

(*)

Des

crip

tion

of W

orks

to

be s

uble

t R

efer

ence

to

Com

mitm

ent

Doc

umen

ts

Exp

ecte

d tim

e fo

r fin

aliz

atio

n of

S

ubco

ntra

ctor

1.S

ubco

ntra

ctor

A

(Sam

ple

only

)

5.20

%

Pay

Item

10

(or W

ork

Sec

tions

) C

ubic

met

re35

%

This

brid

ge s

ubst

ruct

ure

As

per M

emor

andu

m o

f U

nder

stan

ding

atta

ched

O

ctob

er 2

010

Pay

Item

6

Line

ar

met

re

20%

Th

at d

rain

age

syst

em

As

per P

rovi

sion

al

Sub

cont

ract

s Ja

nuar

y 20

10

…et

c…

2.

3.

…et

c

Not

e:

(*)

Ple

ase

spec

ify w

heth

er th

e pr

opos

ed p

erce

ntag

es in

clud

e m

ater

ial p

urch

ases

or

not,

and

the

perc

enta

ges

of m

ater

ial

purc

hase

s (if

incl

uded

).

The

Em

ploy

er r

eser

ves

the

right

to r

evie

w th

e el

igib

ility

, exp

erie

nce,

and

cap

acity

of

the

prop

osed

sub

cont

ract

ors

prio

r to

con

trac

t aw

ard,

and

to r

eque

st c

hang

es if

the

prop

osed

sub

cont

ract

ors

are

foun

d to

be

in a

ny w

ay u

nsui

tabl

e.

The

re i

s no

nee

d to

re-

subm

it in

form

atio

n fo

rms

and

atta

chm

ents

unl

ess

ther

e ha

s be

en a

ny c

hang

e in

the

situ

atio

n si

nce

the

appl

icat

ion

for

pre-

qual

ifica

tion.

Page 75: ANEXO_1

Section 5 - Eligible Countries 5-1

Noi Bai – Lao Cai Highway Project

Section 5 - Eligible Countries

Afghanistan Armenia Australia Austria Azerbaijan Bangladesh Belgium Bhutan Brunei Darussalam Cambodia Canada China, People's Republic of Cook Islands Denmark Fiji Islands Finland France Georgia Germany Hong Kong, China India Indonesia Ireland Italy Japan Kazakhstan Kiribati Korea, Republic of Kyrgyz Republic Lao PDR Luxembourg Malaysia Maldives Marshall Islands

Micronesia, Federated States of Mongolia Myanmar Nauru Nepal The Netherlands New Zealand Norway Pakistan Palau Papua New Guinea Philippines Portugal Samoa Singapore Solomon Islands Spain Sri Lanka Sweden Switzerland Taipei,China Tajikistan Thailand Timor-Leste Tonga Turkey Turkmenistan Tuvalu United Kingdom United States Uzbekistan Vanuatu Viet Nam

Page 76: ANEXO_1

Section 6 - Employer’s Requirements 6-1

Noi Bai –Lao Cai Highway Project

Section 6 - Employer’s Requirements This Section contains the Specification, the Drawings, and supplementary information that describe the Works to be procured.

Table of Contents

Specification .............................................................................................................................. 6- 2

Drawings ................................................................................................................................... 6- 3

Supplementary Information ........................................................................................................ 6- 4

Page 77: ANEXO_1

Section 6 - Employer’s Requirements 6-2

Noi Bai –Lao Cai Highway Project

Specification

- Refer to Volume 2 General Specifications(Division 1;)and

- Volume 3 General Specifications (From Division 2 to Division 11;

Withdrawn Division 10-Tunnel)

Page 78: ANEXO_1

Section 6 - Employer’s Requirements 6-3

Noi Bai –Lao Cai Highway Project

Drawings

Refer to Volume 4, 5, 6 onwards

Page 79: ANEXO_1

Section 6 - Employer’s Requirements 6-4

Noi Bai –Lao Cai Highway Project

Supplementary Information

Reports on ground investigation and materials sources investigation are available for inspection by the Bidder. This information is provided for reference only and does not form part of the Contract.

Page 80: ANEXO_1

Section 7 - General Conditions of Contract 7-1

Noi Bai – Lai Cai Highway Project

Section 7 - General Conditions of Contract The General Conditions that follow are the Conditions of Contract for Construction for Building and Engineering Works Designed by the Employer, Multilateral Development Bank Harmonized Edition March 2006, prepared by the Fédération Internationale des Ingénieurs-Conseil, or FIDIC (FIDIC MDB version 2006). This publication is exclusive for the use of ADB Borrowers and their project implementing agencies as provided under the License Agreement dated June 9th, 2005, between the ADB and FIDIC, and, consequently, no part of this publication may be reproduced, translated, adapted, stored in a retrieval system or communicated, in any form or by any means, whether mechanical, electronic, magnetic, photocopying, recording or otherwise, without prior permission in writing from FIDIC, except by the Employer identified above and only for the exclusive purpose of preparing bidding documents for ADB financed contracts. By virtue of a license agreement subscribed between ADB and FIDIC, ADB’s Borrowers and their implementing agencies are authorized the reproduction and translation of the Bank Harmonized Edition of FIDIC’s General Conditions of Contract for Construction for the exclusive purpose of preparing bidding documents in accordance with the SBD Works. Therefore, Borrowers and their implementing agencies shall abstain from making any use of the Harmonized Edition of FIDIC’s General Conditions of Contract, distinct from the use indicated herein. The standard text of the General Conditions chosen must be retained intact to facilitate its reading and interpretation by Bidders and its review by the Bank. Any amendments and additions to the GCC, specific to the contract in hand, should be introduced in Section 8 (Particular Conditions of Contract), Part A (Contract Data) and Part B (Special Provisions). Clause numbers in the PCC correspond to those in the GCC. As per GCC 1.5 (Priority of Documents), the PCC take precedence over the GCC. Part A (Contract Data) of the PCC, includes data to complement the GCC in a manner similar to the way in which the Bid Data Sheet (BDS) complements the Instructions to Bidders (ITB). Part B (Specific Provisions) is intended to be used to introduce country or project specific provisions if so required. The Conditions of Contract have been prepared for an ad measurement (unit price or unit rate) type of contract and cannot be used for other types of contract.

Page 81: ANEXO_1

Section 8 - Particular Conditions of Contract 8-1

Noi Bai – Lai Cai Highway Project

Section 8 - Particular Conditions of Contract The following Particular Conditions of Contract (PCC) shall supplement the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

Part A - Contract Data

Conditions Ref. GCC Data

Employer’s name and address 1.1.2.2 & 1.3 Vietnam Expressway Corporation

Tang 5, Xom 2, Phuong Linh Nam, Quan Hoang Mai,

Hanoi, Vietnam Engineer’s name and address 1.1.2.4 & 1.3 To be notified

Bank’s name 1.1.2.11 Asian Development Bank (ADB)

Borrower’s name 1.1.2.12 Socialist Republic of Viet Nam

Time for Completion 1.1.3.3 40 months

Defects Notification Period 1.1.3.7 730 days.

Sections 1.1.5.6 Not applicable

Electronic transmission systems 1.3 Not applicable

Governing Law 1.4 The law of the Socialist Republic of Viet Nam

Ruling language 1.4 English

Language for communications 1.4 English

Time for access to the Site 2.1 30 days after Commencement Date

Engineer’s Duties and Authority 3.1(b)(ii) Variations resulting in an increase of the Accepted Contract Amount shall require approval of the Employer.

Performance Security 4.2 The performance security will be in the form of an unconditional bank guarantee in the amount(s) of 10 percent of the Contract Price.

Normal working hours 6.5 7 am – 6 pm Monday to Saturday

Delay damages for the Works 8.7 & 14.15(b) 0.05 % of the final Contract Price per day, in the currencies and proportions in which the Contract Price is payable.

Maximum amount of delay damages 8.7 10 % of the final Contract Price.

Provisional Sums 13.5.(b) (ii) To perform and get payment for the provisional Sums, the Contractor must prepare a proposal to submit to the Consultant and the Employer for approval.

Adjustments for Changes in Cost; Table(s) of Adjustment Data

13.8 Period “n” applicable to the adjustment multiplier “Pn”: one

(1) month

Total advance payment 14.2 10 % Percentage of the Accepted Contract Amount payable in the currencies and proportions in which the Accepted Contract Amount is payable

Repayment amortization of advance payment

14.2(b) 20 % of amount of Interim Payment Certificates

Percentage of Retention 14.3 3 % of the Accepted Contract Amount

Plant and Materials 14.5(b)(i) Not applicable

Page 82: ANEXO_1

Section 8 - Particular Conditions of Contract 8-2

Noi Bai – Lai Cai Highway Project

14.5(c)(i) Plant and Materials for payment when delivered to Site:

1. Cement

2. Bitumen

3. Reinforcement Steel

4. Processed Aggregates complying with the relevant specifications

5. Pre-cast units and bridge beams

Minimum Amount of Interim Payment Certificates

14.6 VND 5,000,000,000.00 (5 billion Vietnam Dong) equivalent

Maximum total liability of the Contractor to the Employer

17.6 The product of one (1) times the Accepted Contract Amount

Periods for submission of insurance:

a. evidence of insurance.

b. relevant policies

18.1 a. Within 28 days after date of receiving the notice to commence Works

b. Within 28 days after date of receiving the notice to commence Works

Maximum amount of deductibles for

insurance of the Employer's risks

18.2(d) -Insurance for natural Disaster and faulty design,

VND 50.000.000 (50 million Vietnam Dong) per damage or loss;

- Insurance for other damage or loss: VND 10.000.000 (10 million VND) per damage or loss

Minimum amount of third party

insurance 18.3 - VND 20.000.000.000 (20 billion Vietnam Dong) per

damage or loss (but no limit to the number of damages or losses)

Date by which the DAB shall be appointed

20.2 28 days after the Commencement Date

The DAB shall be comprised of 20.2 Three Members

List of potential DB sole members 20.2 None

Appointment (if not agreed) to be

made by

20.3 Chairman of Vietnam Construction Association

Location and rules of arbitration 20.6 Arbitration shall be carried out in Vietnam under the Rules of Arbitration of the International Chamber of Commerce

Summary of Sections of the Works

Section Name/Description (Sub-Clause 1.1.5.6)

Time for Completion (Sub-Clause 1.1.3.3)

Damages for Delay (Sub-Clause 8.7)

Page 83: ANEXO_1

Section 8 - Particular Conditions of Contract 8-3

Noi Bai – Lai Cai Highway Project

Part B - Specific Provisions

1.4 Law and Language Add new final paragraph:

The English language and the metric system of weights and measures shall be used in all correspondence and matters relating to the Contract. For the convenience of the Employer, all official correspondence between the Contractor and Employer should have a Vietnamese translation attached. The Contractor's representative(s) should be able to speak and understand English sufficiently well to be able to clearly make themselves understood by the Engineer, and in turn be able to clearly understand him.

2.2 Permits, Licenses or Approvals

Add new final paragraph:

The Contractor including his appointed agent shall, however, be solely responsible for obtaining and completion of clearance through the Customs of the Contractor's Equipment, materials and other things required for the Works, and for obtaining of the Government's consent to and for completion of the re-export of the Contractor's Equipment.

3.1 Engineer’s Duties and Authority

Add new paragraphs after the final paragraphs:

Neither the Engineer, nor his agents or servants, is liable to the parties or either of them or to any third party or stranger for anything done or omitted by him under this Agreement. The parties release and indemnify the Engineer, and his agents or servants, from and against any claims, including (without limitation) negligence (but excluding actual fraud), in the course of discharging his obligations under the Contract.

No officer of the Employer or the Engineer or the Engineer’s Representative or any of their respective staff or employees shall be in any way personally bound or liable for the acts or obligations of the Employer under the Contract or answerable for any default or omission or performance of any acts, matters or things which are herein contained.

4.1 Contract or’s General Obligations

Add new fifth paragraph:

The Contractor shall promptly notify the Employer and the Engineer of any error, omission, fault or other defect in the design of or Specification for the Works which he discovers when reviewing the Contract or executing the Works.

4.3 Contractor’s Representative

Add new final paragraph:

The Contractor’s authorised representative shall have the authority to make decisions and negotiate on behalf of the Contractor. An appropriate notarized power of attorney or other form of appointment acceptable to the Engineer shall be provided upon appointment of the Contractor’s authorised representative.

4.4 Subcontracting Add new paragraphs after the final paragraph:

In the event of approved subcontracting, the Contractor shall ensure that the total subcontracted amount shall be less than fifty percent

Page 84: ANEXO_1

Section 8 - Particular Conditions of Contract 8-4

Noi Bai – Lai Cai Highway Project

(50%) of the total Contract Price, and that it is not allowed for the Subcontractors to further sub-let their subcontracts. Except where otherwise provided by the Contract the Contractor shall not subcontract any part of the Works without the prior approval of the Employer and such approval if given shall not relieve the Contractor from any liability or obligation under the Contract, particularly in respect of the provision of superintendence in accordance with Sub-Clause 6.8[Contractor’s Superintendence]. The Contractor shall be responsible for keeping a log including the following information of all Subcontractors engaged in the Works:

(a) Name and address; (b) Date of subcontract; (c) Scope of work covered in the subcontract; (d) Commencement date of the work(s) subcontracted; (e) Completion date of the work(s) subcontracted; (f) Value of the subcontract; (g) Terms and conditions of payments; (h) Details of labor, temporary works and Subcontractor's

equipment; and (i) Progress of the work(s) subcontracted.

The Contractor shall furnish a copy of the above log to the Engineer and the Employer on monthly basis”.

The Contractor shall, when seeking consent to subcontract part of the Works provide the Engineer with the following:

(a) details of the value of the subcontract; (b) evidence to confirm that the proposed Subcontractor:

(i) is experienced and competent in the relevant work proposed to be subcontracted; and

(ii) is properly registered or licensed to undertake the work; and

(c) such other information as the Engineer may reasonably require.

4.7 Setting Out

Add new final paragraphs:

The drawings, lines, levels and profiles in the Bidding Documents shall be treated as baseline information and the Contractor shall, without any additional cost and time, be responsible for verifications, surveys, preparation of revised drawings and obtaining approval of the Engineer before he starts any works.

The Contractor shall also be responsible for the verification of the survey control points, benchmarks and such other information provided to him, and any errors or delays in the Works caused by the Contractor's failure to verify the accuracy for such data will not be an acceptable cause for extension of time and additional cost to the Employer.

If at any time during the execution of the Works, the position or level of any point of reference as established and provided by the Employer is disturbed, the Contractor shall at his own cost restore the point to its original state. This work shall be carried out by a surveyor approved by the Engineer.

Page 85: ANEXO_1

Section 8 - Particular Conditions of Contract 8-5

Noi Bai – Lai Cai Highway Project

4.8 Safety Procedure

Add sub paragraph (f) below the paragraph (e);

(f) The contractor shall use explosives only when the nature of the work to be done so requires them. In such case, in addition to complying with the legal requirements attending the purchase, transport, storage and handling of explosives the Contractor shall, when engaged in blasting operations:

(i) post sufficient warning flagmen to the satisfaction of the Engineer, and

(ii) maintain full liaison with and inform well in advance and

obtain such permission as is required from all Government authorities, public bodies and private parties whatsoever concerned or affected by the blasting operations, and

(iii) take all reasonable steps to prevent damage to adjacent

property.

The Contractor shall pay all license fees and charges of whatsoever kind relating to the use of explosives.

4.10 Site Data Insert following after the first paragraph:

Data made available by the Employer in accordance with the preceding paragraph shall be deemed to include data listed elsewhere in the contract as open for inspection at the address stipulated in the Contract.

The Employer does not warrant, guarantee or make any representation about the accuracy, adequacy or completeness of such information or data made available to the Contractor.

Insert the following after fourth paragraph

The Contractor acknowledges that such information or data does not form part of the Contract; and to the extent permitted by law, the Employer will not be liable upon any Claim by the Contractor arising out of or in connection with that information or data or its completeness.

4.12 Unforeseeable Physical Conditions

Add new paragraphs after the final paragraph:

The Contractor shall, within fourteen (14) days of becoming aware of the obstruction or condition, give notice thereof to the Engineer, with a copy to the Employer, together with details of:

(a) the physical conditions encountered and in what respects they differ materially from those which a competent and experienced contractor should reasonably have expected if he had done those things which the Contractor is deemed to have done under the Contract;

(b) the additional work and additional resources which the Contractor estimates to be necessary to deal with the physical conditions;

(c) the time the Contractor anticipates will be required to deal with the physical conditions and the expected delay in achieving completion of

Page 86: ANEXO_1

Section 8 - Particular Conditions of Contract 8-6

Noi Bai – Lai Cai Highway Project

the Works; and

(d) the Contractor's estimate of the cost of measures necessary to deal with the physical conditions.

4.18 Protection of the Environment

Add new paragraphs after the final paragraph:

The Contractor shall comply with all applicable national, provincial and local environmental laws and regulations.

The Contractor shall (a) establish an operational system for managing environmental impacts, (b) carry out all of the monitoring and mitigation measures set forth in the Environmental Impact Assessment and the Environmental Management Action Plan attached hereto as Appendix A, and (c) allocate the budget required to ensure that such measures are carried out. The Contractor shall submit quarterly reports on the carrying out of such measures to the Employer.

If the Contractor fails to comply with the above requirements in a reasonable manner, the Engineer shall order a third party to rectify the shortcomings and shall recover the cost of such works from the Contractor

If the Contractor fails to comply with the above requirements, within a reasonable time, a date may be fixed by (or on behalf of) the Employer, for which the shortcomings are to be rectified. The Contractor shall be given reasonable notice of this date.

4.21 Progress Reports Add the following as subparagraph to Sub-Clause 4.21:

“(i) monitoring of the obligations in Sub-Clauses 4.18, 6.4, 6.7, and 6.21”

Add new final paragraph:

In addition to monthly reporting, the Contractor shall supply, in a form agreed with the Engineer, all records that may be required by the Engineer relating to dates and details of all engineering operations, rainfall, temperature and other weather conditions, river levels, and a daily return showing in detail by trades the staff, the number of men employed, the work on which they are engaged, the plant on site, the hours worked and any other particulars in relation thereto that the Engineer may additionally require.

4.25 Site Conditions Add new Sub-Clause 4.25:

The Contractor shall take the Site in the condition in which it is handed over. The Contractor shall be entirely responsible for the removal, and disposal, as necessary of all buildings, materials, debris etc. from the site.

Unless otherwise specified in the Contract and subject to the provisions of Sub-Clause 4.24 of these Conditions, all materials, plant, equipment, fixtures and other things salvaged from the site or from the Works shall

Page 87: ANEXO_1

Section 8 - Particular Conditions of Contract 8-7

Noi Bai – Lai Cai Highway Project

become the property of the Contractor.”

6.4 Labour Laws Add the following as subparagraphs to Sub-Clause 6.4:

The Contractor shall not make employment decisions based on personal characteristics unrelated to job requirements. The Contractor shall base the employment relationship upon equal opportunity and fair treatment, and shall not discriminate with respect to aspects of the employment relationship, including recruitment, hiring, compensation (including wages and benefits), working conditions and terms of employment or retirement, and discipline.

The Contractor shall (a) provide equal wages and benefits to men and women for work of equal value or type; (b) provide safe working conditions, and water and separate sanitation facilities for male and female workers; (c) provide equal wages to male and female workers for work of equal value; and (d) provide day care services for female construction workers.

6.5 Working Hours Add new final paragraphs:

The Contractor is at liberty to propose the carrying out of works during the night and on locally recognised days off rest and the Engineer will not withhold permission provided that he is satisfied with the Contractor's arrangements for compliance with Clause 4.18 of these Conditions and other relevant requirements of the Contract Documents. All work at night shall be carried out without unreasonable noise and disturbance.

The Contractor shall indemnify the Employer from and against any liability for damages on account of noise or other disturbance created while or in carrying out the work and from and against all claims, demands, proceedings, costs, charges and expenses whatsoever in regard or in relation to such liability.

If the Engineer gives permission for night, day of rest, or official holiday works under the conditions prescribed above then the Contractor shall be liable for all related additional supervision costs incurred by the Employer or the Engineer.

6.7 Health and Safety Add the following as subparagraph to Sub-Clause 6.7:

The Contractor shall conduct health and safety programs for workers employed on the project, and shall carry out the HIV, Illicit Drugs, and Human Trafficking Prevention Program in the construction campsites with such Program being held in coordination with Viet Nam’s programs and other initiatives.

Add new final paragraph:

The Contractor shall report in writing to the Engineer, within 24 hours, the details of any accident whether on-site or off-site in which the Contractor, his personnel or Construction plant, or those of his Subcontractors are directly or indirectly involved. In the case of injury,

Page 88: ANEXO_1

Section 8 - Particular Conditions of Contract 8-8

Noi Bai – Lai Cai Highway Project

fatality or serious accident, the Contractor shall immediately verbally notify the Engineer verbally and in addition notify the appropriate authorities. Such initial notification shall be followed by a written comprehensive report within 24 hours of the accident.

6.21 Prohibition of Harmful Child Labor

Delete Sub-Clause 6.21 and replace with the following Sub-Clause 6.21:

The Contractor shall not employ any child to perform any word. “Child” means a child below the statutory minimum age of 15.

7. Plant, Material and Workmanship

7.4 Testing Add new final paragraphs:

Unless otherwise specified or approved, all testing under this Contract shall be carried out in a laboratory which is registered with an authority approved by the Engineer for the sampling and testing required.

The materials or work being tested will not be accepted by the Engineer as having passed the tests until the results of all tests relating to that material or work are satisfactory

The Contractor acknowledges that:

(a) in conducting or arranging for inspection and testing, the Engineer is under no obligation or duty to assist the Contractor to identify all or any errors, omissions or defects in the materials or Plant;

(b) any acceptance, rejection, instruction or comment by the Engineer in relation to the inspection or testing carried out shall not relieve the Contractor of any of his obligations under the Contract”.

8. Commencement, Delays and Suspension

8.4 Extension of Time for Completion

Add new final paragraphs:

It is a condition precedent of the Contractor's entitlement to an extension that the Contractor must:

(i) have given the notices required by Sub-Clause 20.1; (ii) not have caused, or contributed to the delay; (iii) have taken and continue to take all steps necessary both to

preclude the cause of the delay and to avoid or minimise the consequences of the delay;

(iv) have been actually delayed, or be likely to be delayed in reaching substantial completion of the Works or any Section or any part thereof.

10. Employer’s Taking Over 10.1 Taking Over of the Works and Sections

Add the following after first paragraph of Sub-Clause 10.1

In no circumstance will any part of the Permanent Works be considered substantially complete until at least the following components, if provided in

Page 89: ANEXO_1

Section 8 - Particular Conditions of Contract 8-9

Noi Bai – Lai Cai Highway Project

the Contract, are complete to the satisfaction of the Engineer:

(i) Bituminous surfacing (ii) Road shoulders (iii) Side drains (iv) Culverts & Bridges (v) Retaining walls & Masonry work (vi) Grassing & slope protection (vii) Safety measures

After second paragraph, add additional paragraph as follows:

Before the Works are taken over in accordance with this Clause 10, the Contractor shall supply all drawings as appropriate of the work as-built. Unless otherwise agreed, the Work shall not be considered to be completed for the purpose of Taking Over until such drawings have been supplied to the Employer.

13. Variations and Adjustments 13.1 Right to Vary 13.4 Payment in Applicable Currencies

Add new paragraph after the final paragraphs of the Sub-Clause 13.1:

All orders for variations of the work shall be effected by means of a written Change Order signed by both the Engineer and the Contractor and approved by the Employer which shall establish the basis of payment and any time adjustment required for the execution of the work affected by the variation.

Either the Contractor or the Engineer may propose variations, but in all cases, the formal Change Order will be issued by the Engineer following negotiation with the Contractor and agreement by the Employer.

Replace Sub-Clause 13.4 with the following:

All payments to the Contractor shall be made in the Dong currency of the Socialist Replic of Vietnam (hereinafter called local currency) and US Dollars (hereinafter called foreign currency), and if not otherwised provided for in the Contract, in the same proportions of the local and foreign currency components of the various Unit Prices and Rates as have been established in the Contract Agreement.

13.8 Adjustments for Changes in Cost From the third paragraph of Sub-clause 13.8, delete the Sub-paragraph, “The

formula shall be of the following general type:……………....

“Lo”, “Eo’, “Mo”, … are the base indices or reference price, expressed in the

relevant currency of payment, each of which is applicable to the relevant

tabulated cost on the Base Date”.

The above paragraph shall be deleted and replaced with the following

paragraphs:

Price Adjustment Method

The price adjustment shall be applied to the first and subsequent

Page 90: ANEXO_1

Section 8 - Particular Conditions of Contract 8-10

Noi Bai – Lai Cai Highway Project

progress payments to the contractor for the works performed throughout

the contract period and whatever extended period approved by the

Employer.

The amounts payable to the Contractor and valued at base rates and

prices pursuant to Clause 13 and 14 shall be adjusted in respect of the

rise or fall in the cost of labor, Contractor’s equipment, materials and

other inputs to the Works, by the addition or subtraction of the amounts

determined by the formulae prescribed below.

Adjustment Formula

Qo

Qnf

nB

oBe

nB

oBe

B

Bloel

Eo

End

Lo

LnbAPn ++++++=

3

33

2

22

ln

Where:

1 - “Pn” is the adjustment (increase or decrease) to be applied to the pay

items under consideration “n”,

2 – Weightings A, b, d, e1, e2, e3 and f :

- A is a coefficient, as shown clearly in the table below, showing fixed

weighting, that can not be adjusted in payment of Contract;

- b is a coefficient, showing estimated ratio of price for local labour factor;

- d is a coefficient, showing estimated ratio of price for fuel factor (diezel);

- e1 is a coefficient, showing estimated ratio of price for major material

factor used for construction – that is cement;

- e2 is a coefficient, showing estimated ratio of price for major material

factor used for construction – that is steel;

- e3 is a coefficient, showing estimated ratio of price for major material

factor used for construction – that is bitumen;

- f is a coefficient, showing estimated ratio of price for equipment factor

used for construction.

Weighting of adjustment coefficient of the above price escalation formula is

taken following the table below:

Weighting Descriptions Percentage

A Non-adjusted price 20%

b weighting representing the

effect on local labour 10% - 14%

d weighting representing the

effect on fuel 10% - 20%

Page 91: ANEXO_1

Section 8 - Particular Conditions of Contract 8-11

Noi Bai – Lai Cai Highway Project

e1 weighting representing the

effect on cement 16% - 28%

e2 weighting representing the

effect on steel materials 16% - 28%

e3 weighting representing the effect on

bitumen materials 16% - 28%

f weighting representing the effect on

construction equipment 8% - 10%

Total 100%

Lo is the base price index of local labour;

Ln is current price index of local labour;

Eo is basic price index of Diezel;

B10 is the basic price index of major material used for bridge and box

culvert construction: cement material;

B1n is the current price index of major material used for bridge and box

culvert construction: cement material;

B20 is the basic price index of major material used for bridge and box-

culvert construction: Steel Material;

B2n is the current price index of major material used for bridge and box-

culvert construction: Steel Material;

B30 is the basic price index of major material used for pavement

construction: Bitumen Material;

B3n is the current price index of major material used for pavement

construction: Bitumen Material;

Qo is index for major equipment;

Qn is index for current equipment;

Basic price indices is current price indices, taken at the time of 28days

before bid opening.

Current price indices determined at the time of 28days before acceptance

of completed quantity. If the current indices is not issued by authorized

agencies by that time, the Employer shall fix temporary indices for use

until the current indices are available. After the current indices are

available, the Contractor’s payment amount shall be adjusted.

Index for local labour is taken following Vietnam General Statistics Office.

Price index for diezel fule shall be provided by General Statistical Office

Hanoi in the project area;

With regard to price index for cement material, the Bidder shall obtain

Page 92: ANEXO_1

Section 8 - Particular Conditions of Contract 8-12

Noi Bai – Lai Cai Highway Project

price issued by General Statistical Office Hanoi, which is located at

Hanoi city;

Regarding price index for steel material, the Bidder shall obtain price

issued by quotation of General Statistical Office Hanoi, which is located

in the project area;

Price index for equipment shall follow regulations on equipment exported

from G5 Industrial Countries (France, Germany, England, Japan, and

America) to market of developing countries, in US Dollar and converted

in Vietnam Dong with exchange rate at the time of calculation. The

regulations are issued twice a year by World Bank.

14. Contract Price and Payment

14.7 Payment Delete the words “in the payment country (for this currency) specified in the Contract” of the last sentence of the Sub-Clause 14.7.

18. Insurance

18.1 General Requirements for Insurances

Delete the words ‘’ Wherever “ of the begin sentence of the second paragraph of the Sub-Clause 18.1 as follows:

The Contractor is the insuring Party, each insurance policy shall be carried out by Insurers coming from eligible countries and under legal operation in Vietnam, and being approved by the Employer.

Add new paragraphs after second paragraph of the Sub-Clause 18.1 as follows:

The Employer may engage an independent insurance consultant company to act as the insurance consultant for both the Employer and the Contractor assisting on insurance matters of the whole Project. In case the Contractor is insuring Party the insurance consultant shall also assist the Contractor in insurance matters consultancy and the Contractor shall coordinate with the consultant in arranging the insurance program and selecting insurer appropriate to the Project. The insurer for the Project shall has (i) full legal capacity according to the Law on Insurance Business, (ii) experience and capability to serve the insurance need of the Project, used to render insurance service for civil works in the same geographical region, (iii) insurance term and conditions satisfying the risks of the Project, and (iv) the reinsures having financial security rating in accordance with the Law on Insurance Business, and (v) The insurer for the Project shall come from eligible countries (as listed in Section 5 – Eligible Countries) and has been granted with legal permit to operate in Vietnam.

Delete the Third paragraph of the Sub-Clause 18.1.

Page 93: ANEXO_1

Section 8 - Particular Conditions of Contract 8-13

Noi Bai – Lai Cai Highway Project

Add new paragraphs after final paragraph of the Sub-Clause18.1 as follows:

If and when such damage /or loss occurred, Employer shall have the full rights to participate in the entire process of investigation on the loss/damage and negotiation for payment base on agreed insurance policies and real level of damaged /loss.

18.2 Insurance for Works and Contractor’s Equipment

Insert following after the second paragraph of the Sub-Clause 18.2 :

and Clause 12 [Test after Completion].

18.3 Insurance against Injury to Persons and Damage to Property

Delete the words ‘’ the insuring Party “ of the begin sentence of the first paragraph and insert the words “The Contractor” as follows:

The Contractor shall insure against each Party's liability for any loss, damage, death or bodily injury which may occur to any physical property (except things insured under Sub-Clause 18.2 [Insurance for Works and Contractor's Equipment]) or to any person (except persons insured under Sub-Clause 18.4 [Insurance for Contractor's Personnel]), which may arise out of the Contractor's performance of the Contract and occurring before the issue of the Performance Certificate.

ADDITIONAL CLAUSES

21 Taxation

21.1 Personal Income Taxes

The Contractor’s staff, and labour will be liable to pay personal income taxes in Viet Nam in respect of their salaries and wages as are chargeable under the laws and regulations for the time being in force, and the Contractor shall perform such duties in regard to such deductions thereof as may be imposed on him by such laws and regulations

21.2 Tax Payment The Contractor shall propose to pay tax directly to Tax Department in Vietnam or shall have the tax paid by the Employer if the Contractor is not eligible enough to pay tax.

If the Employer pays the tax on behalf of the Contractor, the Contractor shall agree to deduct that tax portion from his payable amount in compliance with prevailing regulations of Vietnam.

21.3 Duties on Contractor’s Equipment

All items imported by the Contractor into Viet Nam for the purpose of, or in connection with the Contract, shall be subject to the customs and other import duties in accordance with the current regulation in Viet Nam.

22. Operations in Rivers Add new Sub-Clause 22:

Navigation of ships and barges in waterways within the Site and adjacent

Page 94: ANEXO_1

Section 8 - Particular Conditions of Contract 8-14

Noi Bai – Lai Cai Highway Project

areas will continue throughout the execution of the Contract.

The Contractor at all times, shall not allow his fixed or floating equipment to interfere in any way with navigation in the waterways without the prior written approval of the relevant authorities. The Contractor shall comply with all orders and directions given to him from time to time by the relevant authorities or the Engineer in respect of navigation and shall conform in every way to their requirements in respect of mooring, marking, lighting and watching any structure, craft or equipment which may be used in the construction of the Works.

The Contractor shall indemnify the Employer from and against all actions, suits, claims, demands, damages, costs, charges and expenses arising out of or in consequence of any operations of the Contractor or of any Sub-contractor which obstruct or interfere with navigation or affect waterways within the Site and adjacent areas.

The Contractor shall expeditiously raise and remove any plant (floating or otherwise) belonging to him or to any Sub-contractor or to any person employed by him which may be sunk in the course of the execution of the Contract or otherwise deal with the same as the Engineer may direct. Until the same shall be raised and removed the Contractor shall set such buoys and display at night such lights and do all such things for the safety of navigation as may be required by the relevant authorities or the Engineer. In the event of the Contractor not carrying out the obligations imposed on him by this Clause, the Engineer or the relevant authorities, may set such buoys and lights to mark out such sunken plant and raise and remove the same (without prejudice to the right of the Employer to hold the Contractor liable) and the Contractor shall refund to the Employer all costs in connection therewith. The fact that the sunken vessel, craft or plant is insured or has been declared a total loss shall not absolve the Contractor from his obligation under this Sub-Clause to raise or remove the same.

23. Waiver of Conditions Add new Sub-Clause 23:

Except as provided elsewhere in the Contract, none of the terms of the Contract shall be varied, waived, discharged or released either at law or in equity by the Employer except with the prior consent in writing of the Employer in each instance. Without limiting the generality of the foregoing no delay or failure by the Employer or the Engineer to exercise any rights under this Contract, nor any instruction, comment, discussion, resolution or agreement shall constitute a waiver of those or any other rights under the Contract.

Page 95: ANEXO_1

Section 9 – Contract Forms 9-1

Noi Bai – Lao Cai Highway Project

Section 9 - Contract Forms This Section contains forms which, once completed, will form part of the Contract. The forms for Performance Security and Advance Payment Security, when required, shall only be completed by the successful Bidder after contract award.

Table of Forms

Letter of Acceptance .............................. ................................................................................................ 9- 2

Contract Agreement ................................ ............................................................................................... 9- 3

Performance Security .............................. .............................................................................................. 9- 4

Advance Payment Security .......................... ......................................................................................... 9- 5

Page 96: ANEXO_1

Section 9 – Contract Forms 9-2

Noi Bai – Lao Cai Highway Project

Letter of Acceptance [on letterhead paper of the Employer]

. . . . . . . date. . . . . . .

To: . . . . . . . . . . name and address of the Contractor . . . . . . . . . . Subject: . . . . . . . . . . Notification of Award Contract No. . . . . . . . . . . This is to notify you that your Bid dated . . . . date . . . . for execution of the . . . . . . . . . .name of the

contract and identification number, as given in the Contract Data . . . . . . . . . . for the Accepted Contract Amount of the equivalent of . . . . . . . . .amount in numbers and words and name of currency . . . . . . . . ., as corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our Agency. You are requested to furnish the Performance Security within 28 days in accordance with the Conditions of Contract, using for that purpose the of the Performance Security Form included in Section 9 (Contract Forms) of the Bidding Document.

Authorized Signature: ......................................................................

Name and Title of Signatory: ...........................................................

Name of Agency: ............................................................................

Attachment: Contract Agreement

Page 97: ANEXO_1

Section 9 – Contract Forms 9-3

Noi Bai – Lao Cai Highway Project

Contract Agreement

THIS AGREEMENT made the . . . . . .day of . . . . . . . . . . . . . . . . ., . . . . . . ., between . . . . . name of

the Employer. . . . .. . . . . (hereinafter “the Employer”), of the one part, and . . . . . name of the Contractor. . . . .(hereinafter “the Contractor”), of the other part:

WHEREAS the Employer desires that the Works known as . . . . . name of the Contract. . . . .should be executed by the Contractor, and has accepted a Bid by the Contractor for the execution and completion of these Works and the remedying of any defects therein,

The Employer and the Contractor agree as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement. This Agreement shall prevail over all other Contract documents.

- the Letter of Acceptance

- the Letter of Bid

- the Addenda Nos. . . . . . insert addenda numbers if any. . . . .

- the Particular Conditions

- the General Conditions;

- the Specification

- the Drawings; and

- the completed Schedules,

3. In consideration of the payments to be made by the Employer to the Contractor as indicated in this Agreement, the Contractor hereby covenants with the Employer to execute the Works and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of . . . . . name of the borrowing country. . . . .on the day, month and year indicated above.

Signed by ...................................................... Signed by .......................................................... .......................................................................

for and on behalf of the Employer for and on behalf the Contractor in the presence of in the presence of Witness, Name, Signature, Address, Date Witness, Name, Signature, Address, Date

Page 98: ANEXO_1

Section 9 – Contract Forms 9-4

Noi Bai – Lao Cai Highway Project

Performance Security

................................. Bank’s Name, and Address of Issuing Branch or Office .................................

Beneficiary: ............................... Name and Address of Employer ...........................................

Date: .........................................................................................................................

Performance Guarantee No.: .........................................................................................

We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the Contractor") has entered into Contract No. . . . . . reference number of the Contract. . . . . dated . . . . . . . .with you, for the execution of . . . . . . name of contract and brief description of Works. . . . . (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required.

At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount in

figures*. . . . . . (. . . . . amount in words. . . . . ) such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the . . . . . Day of . . . . . . . . . . , . . . . . . **, and any demand for payment under it must be received by us at this office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.

. . . . . . . . . . . . . . . . . . . . . . . . . . . . Seal of Bank and Signature(s)

Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final document. * The Guarantor shall insert an amount representing the percentage of the Contract Price specified in the Contract and denominated either in the currency(ies) of the Contract or a freely convertible currency acceptable to the Employer. ** Insert the date twenty-eight days after the expected completion date. The Employer should note that in the event of an extension of the time for completion of the Contract, the Employer would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the Employer’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.”

Page 99: ANEXO_1

Section 9 – Contract Forms 9-5

Noi Bai – Lao Cai Highway Project

Advance Payment Security

................................. Bank’s Name, and Address of Issuing Branch or Office .................................

Beneficiary: ............................... Name and Address of Employer ...........................................

Date: .........................................................................................................................

Advance Payment Guarantee No.: ..................................................................................

We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the Contractor") has entered into Contract No. . . . . . reference number of the Contract. . . . . dated . . . . . . . .with you, for the execution of . . . . . . name of contract and brief description of Works. . . . . (hereinafter called "the Contract").

Furthermore, we understand that, according to the Conditions of the Contract, an advance payment in the sum . . . . . name of the currency and amount in figures*. . . . . . (. . . . . amount in words. . . . . ) is to be made against an advance payment guarantee.

At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount in

figures*. . . . . . (. . . . . amount in words. . . . . ) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation under the Contract because the Contractor used the advance payment for purposes other than the costs of mobilization in respect of the Works.

It is a condition for any claim and payment under this guarantee to be made that the advance payment referred to above must have been received by the Contractor on its account number . . . . . Contractor’s account number. . . . . at . . . . . name and address of the Bank. . . . . .

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance payment repaid by the Contractor as indicated in copies of interim statements or payment certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the interim payment certificate indicating that eighty (80) percent of the Contract Price has been certified for payment, or on the . . . day of . . . . . . . , . . . . .**, whichever is earlier. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date..

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

. . . . . . . . . . . . . . . . . . . . . . . . . . . . Seal of Bank and Signature(s)

Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final document. * The Guarantor shall insert an amount representing the amount of the advance payment denominated either in the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible currency acceptable to the Employer. ** Insert the expected expiration date of the Time for Completion. The Employer should note that in the event of an extension of the time for completion of the Contract, the Employer would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the Employer’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.”