Questions and Answers ... “Contract for execution of works in the Roma
settlements in Orehovica and Mursko ... 2009 or 2010. in the field of construction
of.
IPA 2008: “Contract for execution of works in the Roma settlements in Orehovica and Mursko Središće (Sitnice)” Questions and Answers
Questions and answers “Contract for execution of works in the Roma settlements in Orehovica and Mursko Središće (Sitnice)” 1. Publication reference EuropeAid/130647/M/WKS/HR 2. Procedure Open 3. Programme IPA 4. Financing National Programme for Croatia under the IPA – Transition Assistance and Institution Building Component for 2008 5. Contracting authority Central Finance and Contracting Agency, Ulica grada Vukovara 284, objekt C, 10000 Zagreb, Croatia QUESTIONS
ANSWERS
Q1. Date: 1 February 2011 We would kindly ask you to explain us following point about the tender „Infrastructure improvement in two Roma settlements in Međimurje“: Volume 1, 4.6.4. Experience as a contractor: Does company have to have implemented 1 work with a budget of 3.0 mil €, or it can be summary of all works done in the years 2006, 2007, 2008, 2009 or 2010. in the field of construction of communal infrastructure?
A1. Please note that it is relevant for the Tenderer to have performed at least 1 works Contract with a budget of 3.0 mil € in any of the years specified in the Volume 1, 4.6.4 Experience as a Contractor.
Q2. Date: 15 February 2011 Upon the Bill of Quantity analysis withheld in the tender documents of Roma settlements Orehovica and Sitnice we have noticed few vagueness and illogicalities, therefore we ask you to clarify and/correct any possible mistakes.
A2. After review of the specified items in the Bill of Quantites, CFCA found several ommisions which will be subject of Corrigendum No.2. Here are the explanations for items as follows:
IPA 2008: “Contract for execution of works in the Roma settlements in Orehovica and Mursko Središće (Sitnice)” Questions and Answers
I ROMA SETTLMENT OREHOVICA:
For Roma settlement Orehovica ITEMS: Item A/4 – Mechanical protection of existing A/I-4 – Mechanical protection of existing underground installation…… : underground installation with the concrete halfpipes As the item does not contain the description of (width=25cm for water supply and gas installation particular installation protection, nor the and width=15cm for electrical instalations and TC quantities are mentioned for particular cable) on the position where existing underground installation type, Tenderer therefore cannot installation lay under causeway. calculate the lump sum fee, that is, undefined Electrical installation m 25 works value. Gas installation m 25 We suggest that Contracting Authority should TC installation m 25 enter, with designer’s help, the lump sum fee Watter supply installation m 25 in the bill of quantity from which would then Unit of the item should be specified in Lump Sum. really required and executed works be excerpt. Item A/7 – Demolition of existing building dim (4,10 x 4,10 )…. : Structure height is not defined, nor is the cross section and longitudinal section.
A/I-7 – Demoliton of existing building (dim 4,10m x 4,10m). Road3 m3 50,3 Unit of the item should be specified in pieces.
Item A/11 – Planning foundation bed … : We suppose that a mistake in measurement unit occurred because the mentioned work is usually calculated in m2 and not in m3 as mentioned in the bill of quantities.
The question was related to item A/II-11, but not A/11. A/II-11 – Planning foundation bed… Unit of the item should be specified in m2
Item B/I-3 – Mechanical and manual excavation of….. : We suppose that a mistake in measurement unit occurred because the mentioned work is usually calculated in m3 and not in m2 as mentioned in the bill of quantities.
The question was related to item B/II-3, but not B/I3. B/II-3 – Mechanical and manual excavation of dich in class III material. Unit of the item should be specified in m3
Item B/I-7 – Backfilling of ditch with gravel…. : We suppose that a mistake in measurement unit occurred because the mentioned work is usually calculated in m3 and not in m2 as mentioned in the bill of quantities.
The question was related to item B/II-7, but not B/I7. B/II-7 – Backlifting of dich with gravel material and packing. Unit of the item should be specified in m3
Item B/I-8 – Backfilling of ditch with surplus of….: We suppose that a mistake in measurement unit occurred because the mentioned work is usually calculated in m3 and not in m2 as mentioned in the bill of quantities.
The question was related to item B/II-8, but not B/I8. B/II-8 – Backlifting of dich with surplus of excavated material and packing. Unit of the item should be specified in m3
IPA 2008: “Contract for execution of works in the Roma settlements in Orehovica and Mursko Središće (Sitnice)” Questions and Answers
Item D/I-5 – Supply, construction and mounting of… : Detailed design for construction is missing.
D/I-5 – Supply, construction and mounting of steel bearing construction. Scheme of detailed design does not exist. Floor plan, section and view of the structure are specified, detailed description and quantites are given. Therefore, the Tenderer should be able to determine price according to the provided information.
Item D/II-3 – Mechanical protection of existing underground installation……: Same as Item A/4
D/II-3 – Mechanical protection of existing underground installation with the concrete halfpipes (width=25cm for water supply and gas installation and width=15cm for electrical instalations and TC cable) on the position where existing underground installation lay under causeway. Electrical instalation m 10 Gas instalation m 10 TC instalation m 10 Watter supply installation m 10 Unit of the item should be specified in Lump Sum.
Item D/II-7– Planning foundation bed … : We suppose that a mistake in measurement unit occurred because the mentioned work is usually calculated in m2 and not in m' as mentioned in the bill of quantities.
D/II-7 – Planning foundation bed... Unit of the item should be specified in m2
Item D/II-9– Planning and constructing green areas 10 cm…,: In item description the calculation is foreseen according to m2 but the measurement unit is defined as m3. What is correct?
D/II-9 – Planning and constructing green areas 10cm thick. Unit of the item should be specified in m2
Item D/II-17a– Sign and label BUS : We suppose that a measurement unit mistake occurred: it should be pcs but there is mentioned m2
D/II-17a – Sign and road label BUS. - Sign and label BUS H51 pcs 1 Unit of the item should be specified in pieces.
I ROMA SETTLMENT SITNICE :
For Roma settlement Sitnice: ITEMS: A/I-4 – Mechanical protection of existing underground installation with the concrete halfpipes (width=25cm for watter supply and gas installation and width=15cm for electrical instalations and TC cable) on the position where existing underground installation lay under causeway. Electrical installation m 15 Gas installation m 15
Item A/4 – Mechanical protection of existing underground installation…… : Same as Item A/4 regarding settlement Orehovica
IPA 2008: “Contract for execution of works in the Roma settlements in Orehovica and Mursko Središće (Sitnice)” Questions and Answers
TC installation m 15 Watter supply installation m 15 Unit of the item should be specified in Lump Sum. Item A/7 – Demolition of existing building dim (4,10 x 4,10 )…. : Same as Item A/7 regarding settlement Orehovica
A/I-7 – Demoliton of existing building (dim 4,10m x 4,10m)… Dimension and description of the item are same as clarified for item A/I-7 in settlement Orehovica. Unit of the item should be specified in pieces.
Item A2/2 – Manual excavation in C class material to ….. We suppose that a measurement unit mistake occurred: it should be pcs but there is mentioned ls, and the number of pieces is missing
A2/I-2 – Manual excavation in C class material to determine the exact position of the existing underground installation. The planned dim. of the ditch are: width=60 cm, depth=120 cm,length=200 cm. All of the dimensions have been determined according to the special terms of construction for a certain type of the installation. The price of this item includes the refilling of the ditches after the position of the existing installations has been determined and eventually replaced. The envisaged quantity is 3.84 m3. Unit of the item should be specified in pieces.
Item A2/15 – Supply, mounting, and dismantling and …..: We suppose that a measurement unit mistake occurred: it should be m2 but there is mentioned m'
A2/15 – Supply, mounting, dismantling and cleaning of two-bed sided board forms ... Unit of the item should be specified in m2
Item B1/VI-43 – Mechanical protection of existing underground installation…… : As some installation protection menses are not mentioned, nor the quantities for particular installation types are not mentioned it is not possible for a Tenderer to calculate the lump sum fee, that is, the value of undefined works. We suggest that the Orderer should by the help of designer enter the lump sum fee into the bill of quantities from which the real executed and necessary works would then be taken.
B1/VI-43 Mechanical protection of existing underground installation with the concrete halfpipes (width=25cm for watter supply and gas installation and width=15cm for electrical instalations and TC cable) on the position where existing underground installation lay under causeway. Electrical instalation m 10 Gas instalation m 10 TC instalation m 10 Watter supply installation m 10 Unit of the item should be specified in Lump Sum.
Item C1/VI-22 – Construction of the passage under state road D209….. : The works are not specified adequately. It is necessary to mention the drill hole length, thickness of protective wall for colon and the size of the working pit etc.
Specified item should be renamed to: C1/VI-22 Construction of the passage under state road D209 (chainage 0+305,41) which includes: - drilling with a steel protection pipe whose dimensions are 219,1 x 4,5mm m3 9 - supply and installation of PVC guide shoes for the
IPA 2008: “Contract for execution of works in the Roma settlements in Orehovica and Mursko Središće (Sitnice)” Questions and Answers
pipe, dim. DN 225 pcs 5 - supply and installation of a rubber gasket with a two-piece spacing clip made of non-corrosive material dim. 219,1x160 pcs 2 - digging and backfilling of the construction pit m3 9 Item C1/VI-27 – Protection of existing underground installation…… : Same as Item B1/VI-43
C1/VI-27 Protection of existing underground installation with PVC or concrete pipe Item includes: - supply, cut in half lengthwise and installation of PVC pipe DN 160 mm of length L = 0.60 m for one crossing gas pipeline Unit of the item should be specified in pieces. Contracting Authority intends to remedy these omissions by means of Corrigendum No.2 which will be published on the CFCA web site. (http://www.safu.hr/en/tenders) http://www.safu.hr/en/tenders/view/296/romasupport-project-phase-3-contract-for-executionof-works-in-the-roma-settlements-in-orehovicaand-mursko-sredisce-sitnice
Q3. Date: 15 February 2011 We would like to ask you why are financial data for the year 2010 obligatory to send (balance sheet, profit and loss account, auditor`s report) when, pursuant to the Croatia law, the same data should be delivered to FINA (Financial agency) until 31/03/2011. The same data can be verified by FINA earliest in May 2011.
A3. According to the Instructions to Tenderers, Subclause 12.1.6 as well as form 4.4, Financial statement (point 4.4.4), the Tenderer is required to provide (for each company, if being Joint Venture) verified financial statements (e.g. balance sheets and profit/loss accounts) concerning years 2008, 2009 and 2010. If the financial statements corresponding to any of the referenced years are not available due to any reason, tenderer is expected to provide due explanation to the Contracting Authority (e.g. by putting remark in his tender) and to provide latest available financial statements supporting his/her capacity as specified in the Tender Dossier.
Q4. Date: 22 February 2011 Could You please be more specific with the chapter: The Criteria of the selection article 2.c. The offerer must have fulfilled at least one Contract at the field of constructing the
A4. Please refer to Answer 1 specified above.
IPA 2008: “Contract for execution of works in the Roma settlements in Orehovica and Mursko Središće (Sitnice)” Questions and Answers
communal infrastructure with the budget of 3.mil.€ at the years 2006., 2007., 2008., 2009., or 2010.,.....do we need to have for every year one contract of 3.0 mil € or the same in all numbered years together – totally? Q5. Date: 22 February 2011
A5. Please refer to Answer 1 specified above.
Is it sufficient to deliver one contract on works regarding utility infrastructure with a budget of 3.0 mil. EUR in the period from 2005 2010 or should we deliver for each year (2005 - 2010) one contract on works regarding utility infrastructure with a budget of 3.0 mil. EUR? Q6. Date: 22 February 2011
A6.
Does highway construction, which is, according to type of works, similar to utility infrastructure construction, fulfil the condition for requested contract on works?
The construction works on highways will be considered acceptable as reference works in the field of the communal infrastructure. However, the reference project will be considered acceptable only if it satisfies other parameters of the same requirement presented under point 16.2(c) of the Procurement Notice and 12.2(c) of the Instructions to Tenderers.
Q7. Date: 22 February 2011
A7.
Do you require balance sheets, P/L accounts and audit reports for years 2008, 2009 and 2010? In case that pursuant to the law we are not obliged to deliver balance sheets, P/L accounts and audit reports for the year 2010 and that this year has still not been verified by the Tax Department and authorised accountant, what should we deliver to fulfil this condition?
Yes, according to the Instructions to Tenderers, Subclause 12.1.6 as well as form 4.4, Financial statement (point 4.4.4), the Tenderer is required to provide (for each company, if being Joint Venture) verified financial statements (e.g. balance sheets and profit/loss accounts) concerning years 2008, 2009 and 2010. If the financial statements corresponding to any of the referenced years are not available due to any reason, tenderer is expected to provide due explanation to the Contracting Authority (e.g. by putting remark in his tender) and to provide latest available financial statements supporting his/her capacity as specified in the Tender Dossier.
Q8. Date: 23 February 2011
A8.
Can these tables, which are enclosed in the tender in CD, be filled in computer, verified and enclosed in offer or they have to be filled
The electronically filled and printed version of the tables and Bill of Quantities will be acceptable.
IPA 2008: “Contract for execution of works in the Roma settlements in Orehovica and Mursko Središće (Sitnice)” Questions and Answers
manually? The same question refers to the Bill of Quantities. Q9. Date: 25 February 2011 Could you please explain Item 12.1.9. Manufacturer's documents fully describing the equipment must be submitted with the tender (Form 4.6.2.). Should we for the above mentioned provide manufacturers' documents for each machine or evidence that machinery we are going to use are our own property (vehicle document, invoice, leasing contracts, etc.)? In case you require vehicle document, invoice or leasing contracts, do they have to be verified by the notary public, based on the original?
A9. Yes, tenderer is expected to provide documents (e.g. manufacturer’s leaflets/brochures) describing the equipment specified in the form 4.6.2. In a case of absence of such documents, tenderer is advised to provide due explanation to the Contracting Authority (e.g. by putting remark in his tender). Above all, tenderer should clearly indicate all the information required in the form 4.6.2.
Q10. Date: 25 February 2011
A10.
Which documents should the subcontractor deliver in case it exceeds 10%?
Tenderer is required to provide documentary proof such as extract from the court register attesting the nationality of the sub-contractor(s) providing more than 10 % of the works.
Q11. Date: 25 February 2011
A11.
Is it necessary to determine required professional staff (Contract Project Manager, two Building Site Organisation Managers, Mechanical Works Organisation Manager and Electrical Works Organisation Manager) for each settlement INDIVIDUALLY?
No, it is not required to divide key staff for each settlement individually.
Q12. Date: 01 March 2011 In settlement Orehovica in item C2.II.16 Supply and making cable terminations for indoor mounting for cable XHE 49A 1x150OV/25mm2;12/20kV with belonging adapter for connection to medium voltage switching block item description is listed the amount of 5 pcs, while according to the single line diagram shall be 15pcs,and in the item description C3.II.21 Supply and mounting lighting arrester with belonging connection equipment for self-supporting cable bundle: metal oxide in polymer housing, Uc=280V,
A12. Here are the explanations as follows: In Orehovica: Item C2.II.16 Supply and making cable terminations for indoor mounting for cable XHE 49A 1x150OV/25mm2;12/20kV with belonging adapter for connection to medium voltage switching block (3pcs/set). Unit of the item should be specified in set and quantity should be 5. Item C3.II.21 Supply and mounting lighting arrester with belonging connection equipment for selfsupporting cable bundle: metal oxide in polymer
IPA 2008: “Contract for execution of works in the Roma settlements in Orehovica and Mursko Središće (Sitnice)” Questions and Answers
In=10kA, class A (5pcs/set), is listed the amount of 32 psc while the project and the description says that it should be 160 pcs.
housing, Uc=280V, In=10kA, class A (5pcs/set). Unit of the item should be specified in set and quantity should be 32.
In the settlement of Sitnice the item description D2.II.20 Supply and making cable terminations for cable XHE 49A 1x150OV/25mm2;12/20kV with belonging adapter for connection to medium voltage switching block - for indoor mounting, - for outdoor mounting Is listed the amount of 1 pcs, while according to the single line diagram shall be 3 pcs of each item, and In the item description D3.II.21 Supply and mounting lighting arrester with belonging connection equipment for selfsupporting cable bundle: metal oxide in polymer housing, Uc=280V, In=10kA, class A (5pcs/set), is listed the amount of 45 psc while the project and the description says that it should be 225 pcs.
In Sitnice: Item D2.II.20 Supply and making cable terminations for cable XHE 49A 1x150OV/25mm2;12/20kV with belonging adapter for connection to medium voltage switching block - for indoor mounting (3pcs/set) - for indoor mounting (3pcs/set) Unit of the item should be specified in set and quantity should be 1. Item D3.II.21 Supply and mounting lighting arrester with belonging connection equipment for selfsupporting cable bundle: metal oxide in polymer housing, Uc=280V, In=10kA, class A (5pcs/set). Unit of the item should be specified in set and quantity should be 45.
The Question is; shall we offer price for 1(one) item as it’s listed, or for complete works in each item including all necessary pieces?
Contracting Authority intends to remedy these omissions by means of Corrigendum No.2 which will be published on the CFCA web site. (http://www.safu.hr/en/tenders) http://www.safu.hr/en/tenders/view/296/romasupport-project-phase-3-contract-for-executionof-works-in-the-roma-settlements-in-orehovicaand-mursko-sredisce-sitnice