instructions to applicants for bidder web viewcompany has agreed to a lower churchill construction...
Post on 02-Feb-2018
216 Views
Preview:
TRANSCRIPT
Application For Bidder SelectionPackage Number: CD0510-002
Muskrat Falls Project
Application for Bidder Selection
Package Number: CD0510-002
Package Title: Supply and Install Permanent Communications Systems - Prefabricated Buildings
Closing Date: 24-FEBRUARY-2015
LCP-PT-MD-0000-SC-FR-0047-01 Rev. B2 Page 1
Application For Bidder SelectionPackage Number: CD0510-002
DOCUMENT LIST
INVITATION FOR BIDDER SELECTIONINSTRUCTIONS TO APPLICANTS FOR BIDDER SELECTIONSCOPE OF WORK SUMMARYAPPLICATION FOR BIDDER SELECTIONAPPENDIX 1 - COMMERCIAL QUESTIONNAIREAPPENDIX 2 - TECHNICAL CAPABILITY QUESTIONNAIREAPPENDIX 3 - HEALTH AND SAFETY QUESTIONNAIREAPPENDIX 4 - ENVIRONMENTAL QUESTIONNAIREAPPENDIX 5 - QUALITY QUESTIONNAIRE
LCP-PT-MD-0000-SC-FR-0047-01 Rev. B2 Page 2
Application For Bidder SelectionPackage Number: CD0510-002
09-FEB-2015
ATTENTION: Applicant
REFERENCE: Lower Churchill Project – Muskrat Falls Project
SUBJECT: Invitation for Bidder SelectionPackage No.: CD0510-002Package Name: Supply and Install Permanent Communications Systems -
Prefabricated Buildings
Dear Sir:
Labrador-Island Link Limited Partnership and Labrador-Island Link Limited invites you to sub-mit an application for consideration in our Bidder Selection process for the above referenced Package. The Package forms part of the work for the 824 MW Muskrat Falls hydroelectric facil -ity in Newfoundland and Labrador, Canada.
Bidder Selection will be in accordance with the attached Documents and Applications must be completed and submitted to the Labrador-Island Link Limited Partnership and Labrador-Island Link Limited on or before 24-February-2015.
If you intend to submit an application, please access the LCP website at https://muskratfalls.-nalcorenergy.com and retrieve the Word version of the Application Forms and Questionnaires.
The undersigned Contract Administrator shall be your single point of contact for the duration of the Bidder Selection process.
If you do not intend to submit an Application, please advise the undersigned within five (5) Business Days of your receipt of this letter.
Yours truly,Labrador-Island Link Limited Partnership and Labrador-Island Link Limited
Tim MorrillContract AdministratorTimMorrill@lowerchurchillproject.ca
LCP-PT-MD-0000-SC-FR-0047-01 Rev. B2 Page 3
Application For Bidder SelectionPackage Number: CD0510-002
INSTRUCTIONS TO APPLICANTS FOR BIDDER SELECTION
1.0 DEFINITIONS
For the purposes of this Invitation for Bidder Selection the following definitions shall apply:
“Applicant” means the person, corporation, partnership, joint venture, or other organization which has received the Invitation for Bidder Selection.
“Application” or “Application for Bidder Selection” means the document submitted by an Applicant in response to the Invitation for Bidder Selection.
“Bidder” means an Applicant that has been selected to bid on one of the contracts or purchase orders for the execution of the Lower Churchill Project - Muskrat Falls Development.
“Company” means Labrador-Island Link Limited Partnership and Labrador-Island Link Limited acting jointly or independently as the circumstance may require, and their successors and permitted assigns.
“Package” or “Package for Bidder Selection” means the specific package for which the Invitation for Bidder Selection is extended.
“Bidder Selection Document” means the documents issued to an Applicant by the Company in connection with the Invitation for Bidder Selection.
“Site” means the location for the performance of Work at the power plant, dam and/or immediate vicinity at Muskrat Falls, Labrador, or at power transmission line routes, including all roads and access routes to Muskrat Falls and transmission lines, as may be further described in the Scope of Work for the Package.
2.0 INTRODUCTION
2.1 Invitation
The Company is inviting companies with the requisite experience to submit Applications for Bidder Selection with respect to work for the Lower Churchill Project (LCP). The spe-cific Package for which the present invitation is made is identified in the covering letter to which these instructions are attached.
The Company intends to request formal proposals for the referenced Package from qualified Applicants.
LCP-PT-MD-0000-SC-FR-0047-01 Rev. B2 Page 4
Application For Bidder SelectionPackage Number: CD0510-002
2.2 Lower Churchill Project Description
The Churchill River in Labrador is a significant source of renewable, clean electrical energy; however, the potential of this river has yet to be fully developed. The existing five thousand four hundred twenty-eight (5,428) MW Churchill Falls generating station, which began producing power in 1971, harnesses about sixty-five percent (65%) of the potential generating capacity of the river. The remaining thirty-five percent (35%) is located at two (2) sites on the lower Churchill River, known as the Lower Churchill Project. The LCP, one of the Company's five (5) lines of business, is the most attractive undeveloped hydroelectric project in North America.
The Lower Churchill Generation Project's two (2) proposed installations, Gull Island and Muskrat Falls, will have a combined capacity of 3,074 MW and can provide sixteen point seven (16.7) terawatt hours of electricity per year. The proposed eleven hundred (1,100) kilometres high voltage direct current (HVdc) link will be the first of its kind in New -foundland and Labrador and will be constructed from the central region of Labrador down to Newfoundland's Avalon Peninsula.
2.3 Health, Safety and the Environment
Company places the highest priority in having a safe and healthy workplace for employees and contractors’ employees and conducting all our activities in an environmentally responsible manner. Company’s commitment is to meet or exceed the standards expected of an industry leader by the community and Government, and thereby achieve an accident free and healthy workplace.
LCP-PT-MD-0000-SC-FR-0047-01 Rev. B2 Page 5
Application For Bidder SelectionPackage Number: CD0510-002
2.4 Provincial Benefits
Company has agreed to a Lower Churchill Construction Projects Benefits Strategy (http://www.nr.gov.nl.ca/nr/energy/lcp_benefits_strategy.pdf) with the Province of Newfoundland and Labrador. This Benefits Strategy outlines all contracting, purchasing, and employment benefits objectives for the LCP. This strategy also outlines Company’s commitments to gender equity and diversity. Successful Bidder will be required to undertake a commitment to support gender equity and diversity in the execution of Work on the LCP. All contractors are required to adhere to applicable principles and commitments contained in this strategy.
Company has signed an Impacts and Benefits Agreement (“IBA”) with the Innu Nation. This agreement includes obligations relating to employment, training, procurement and workplace policies. The intent of the IBA is to build capacity within the Innu Nation and involve the Innu in the LCP in a significant way. Innu content will be a consideration in the overall evaluation of all bids submitted.
Also the Government of NL has entered into a Memorandum of Understanding (“MOU”) with the Government of Nova Scotia regarding industrial and employment benefits with respect to the Maritime Link transmission project. Details of this MOU can be found at (http://www.releases.gov.nl.ca/releases/2011/nr/1128n06.htm).
2.5 Information Submitted for Bidder Selection
The information provided by the Applicant is strictly confidential and solely for the use of Company in the Bidder Selection process.
3.0 BIDDER SELECTION PROCESS
3.1 Principles
Company is committed to ensuring fairness in its Bidder Selection process. To accomplish this, Company will only utilize contractors who meet or exceed its Commercial, Technical, Health & Safety, Environmental and Quality Standards. Your complete response to the information requested in the Application for Bidder Selection is essential to allow Company to make its determination.
3.2 Qualifications
Company will evaluate whether or not the Applicant is able to meet, or exceed, its minimum standards with respect to the following:a) Commercial: This includes financial capacity, credit worthiness, insurance and
bonding capacity, litigation history, understanding and commitment to the Lower Churchill Construction Project Benefits Strategy, and, if applicable, operational integration of the business partners.
LCP-PT-MD-0000-SC-FR-0047-01 Rev. B2 Page 6
Application For Bidder SelectionPackage Number: CD0510-002
b) Technical Capability: This includes the Applicant’s capacity to execute the work of the Package in a timely manner, as indicated by its experience in performing contracts of similar nature and complexity as the Package and in harsh northern environments; it also includes the organization, personnel, and equipment that the contractor/supplier would make available for the contract.
c) Health and Safety: This includes both the health and safety management systems to be utilized and the Applicant’s Incident Frequency and Workmen’s compensation history.
d) Environment: This includes both the environmental management systems to be utilized and the Applicant’s Environment Incident history.
e) Quality: This includes the quality management systems to be utilized, if selected.
4.0 PREPARATION AND SUBMISSION OF APPLICATIONS
4.1 Bidder Selection Document
The Bidder Selection Documents will be issued in electronic format (pdf and native file) and will be composed of the following documents: Invitation for Bidder Selection; Instructions to Bidder Selection Applicants; Scope of Work Summary; Application for Bidder Selection, including: Appendix 1 – Commercial Questionnaire Appendix 2 – Technical Capability Questionnaire Appendix 3 – Health and Safety Questionnaire Appendix 4 – Environmental Questionnaire Appendix 5– Quality Questionnaire
When completing the Bidder Selection Documentation, the following requirements are to be strictly observed: the Applicant is requested to complete and submit the Application for Bidder
Selection including the Appendices; ensure that the name of the Applicant is entered in the footer of each Appendix; the Appendices are to be completed by the Applicant and each partner of a joint
venture or partnership, where applicable.
If the Applicant is applying for Bidder Selection as a joint venture/partnership then the following applies: the Application must be submitted by the lead partner; each partner of the joint venture/partnership must agree to be jointly and severally
responsible for the work; and, a copy of the joint venture/partnership agreement must be attached (see
Attachment 1).
4.2 Communications
LCP-PT-MD-0000-SC-FR-0047-01 Rev. B2 Page 7
Application For Bidder SelectionPackage Number: CD0510-002
The Contract Administrator, identified in the covering letter to which these instructions are attached shall be the single point of contact for any questions related to the Bidder Selection Process. All communications from the Applicant during the Bidder Selection period shall be by letter, facsimile or e-mail, and addressed to the Contract Administrator. Uninvited visits to Company’s office to discuss the Bidder Selection process are not permitted.
4.3 Submission of Application
Applications shall be submitted by E-mail to the Contract Administrator as mentioned in the Invitation for Bidder Selection.
4.4 Signatures
The Application for Bidder Selection must be signed by a person who has been authorized to sign on behalf of the Applicant.
5.0 UNDERSTANDING WITH RESPECT TO THE APPLICATION
In submitting its Application, the Applicant acknowledges that: Company, shall have no liability whatsoever, for any costs, expenses, charges or
losses which the Applicant may incur or be required to expend in its preparation or presentation of this Application for Bidder Selection.
Applicant’s submission of documentation/information requested in response to the Invitation for Bidder Selection shall not convey any right to Applicant to be included on the final Bidders List and it will be Company’s sole right to determine the final list of qualified bidders to be included on said Bidders list.
While the information submitted is not for general publication, it will be used as necessary for the purposes of pre-qualification.
1.0 SCOPE OF WORK SUMMARY
The scope of the EPC includes the following:
Design, Supply, Install and Commission Telecom prefab buildings in each of the three site locations that, at a minimum are complete with: building foundations, AC distribution, DC distribution, dual -48 Vdc battery and charger system, HVAC, fire detection and suppression, cabling and conduits.
Design, Supply, Install and Commission Generator prefab building in each of the three site locations. The site in Labrador shall be complete with: building foundation, hybrid cycle charge system, solar panels, dual diesels, emergency transfer switch, and fuel storage tanks. The Newfoundland sites will be complete
LCP-PT-MD-0000-SC-FR-0047-01 Rev. B2 Page 8
Application For Bidder SelectionPackage Number: CD0510-002
with: building foundations, single backup diesel, emergency transfer switch, and fuel storage tanks.
Design, Supply, and Install, miscellaneous infrastructure for a complete working and secure site which will include at a minimum: cable paths and cabling between the Telecom building and the Generator building and perimeter fencing.
The contractor will be responsible for all civil works at each location including: geotechnical survey, grubbing, removal of overburden, and site development.
Three locations are being developed as repeater sites for the Client’s Optical TransportNetwork. The sites are required to be in continuous operation. All sites are located in the Province of Newfoundland Labrador. One site is located in Labrador and two sites are located in Newfoundland. Site locations are detailed in the table below.
Description Coordinates CommentsThree Rocks Telecom Building N 5833728.740
E 321836.663Labrador Highway Route 510 Approximately 120 km from Goose Bay Labrador
Three Rocks Generator Building
Hampden Telecom Building N 5477834.958E 504657.517
Route 421 near Hampden Approximately 8 km from TCHHampden Generator Building
White Hills Telecom Building N 5340225.164E 720418.314
Clarenville located on White Hills Ski Resort Access RoadWhite Hills Generator Building
2.0 PRELIMINARY MILESTONE SCHEDULE
Milestone DateInvitation for Proposal from Selected Bidders Q1-2015Submission of Proposals Q1-2015Award of Contract Q2-2015Completion of Detailed Engineering (Contractor’s Design) Q2-2015Delivery to Site / Construction Start Q3-2015Final Completion Q2-2016 to Q3-2016
LCP-PT-MD-0000-SC-FR-0047-01 Rev. B2 Page 9
Application For Bidder SelectionPackage Number: CD0510-002
INSTRUCTIONS
The Application for Bidder Selection Letter will be completed by Applicant. Applicant shall present its Application for Bidder Selection Letter on its letterhead in exactly the same format and content as provided herein. The letter must be signed by a duly authorized signing officer or officers of Applicant.
LCP-PT-MD-0000-SC-FR-0047-01 Rev. B2 Page 10
Application For Bidder SelectionPackage Number: CD0510-002
APPLICATION FOR BIDDER SELECTION
Date:
From:Applicant’s NameAddressCity, Province/StatePostal/ZIP CodeCountry
To:Nalcor Energy - Lower Churchill Project350 Torbay Road Plaza, Suite 2St. John’s, NLA1A 4E1Canada
Attention: Tim MorrillPackage No: CD0510-002Package Title: Supply and Install Permanent Communications Systems - Prefabricated
Buildings
Dear Tim Morrill:
I/We hereby agree that:(Official Name of Applicant)
1. After carefully examining the Bidder Selection documentation, we do hereby submit our Application for Bidder Selection to be a Bidder for the above referenced Package and enclose the following appendices as part of our Bidder Selection submittal: Appendix 1 – Commercial Questionnaire Appendix 2 – Technical Capability Questionnaire Appendix 3 – Health and Safety Questionnaire Appendix 4 – Environmental Questionnaire Appendix 5 – Quality Questionnaire
2. We are are not submitting this Application as a Joint Venture or Partnership. Where this response is in the affirmative (check each box as appropriate): we confirm that we are the Lead Partner, and that each of the partners is
identified in Attachment 1 to this Application, along with the scope of their participation;
we confirm that each partner agrees to be jointly and severally responsible for the work;
LCP-PT-MD-0000-SC-FR-0047-01 Rev. B2 Page 1
Application For Bidder SelectionPackage Number: CD0510-002
we confirm that a copy of the Joint Venture Agreement/Partnership agreement is enclosed.
3. The name and the position of our representative who is coordinating this Application, and who may be contacted for further information, as required, is as follows:
Name:
Position:
E-mail:
Tel:
4. We confirm that we have read and fully understood all of the information supplied with the Bidder Selection Document. In particular, we confirm that if we are invited to bid on the Lower Churchill Project: we will comply with the Company’s standards with respect to Health and Safety in
the workplace, and fairness with respect to all bidding; we will comply with the Lower Churchill Construction Project Benefits Strategy. we will sign a Non-disclosure and Conflict of Interest Agreement prior to receipt of
the Request for Proposal Documents.
5. We confirm and certify that the information submitted in this Application for Bidder Selection is true and correct.
6. We understand that the Company will need to verify information in the Application, as required, and we hereby confirm that your representatives are authorized to communicate with any person identified in the Application and Appendices.
7. We also confirm and acknowledge that: Company shall have no liability whatsoever, for any costs, expenses, charges or
losses which we may incur or be required to expend in the preparation or presentation of this Application for Bidder Selection.
Our submission of this Application shall not convey any right to be included on the final Bidders List; and it will be Company’s sole right to determine the final list of qualified bidders to be included on said Bidders List.
While the information submitted is not for general publication, it may be used as necessary for the purposes of Bidder Selection.
LCP-PT-MD-0000-SC-FR-0047-01 Rev. B2 Page 2
Application For Bidder SelectionPackage Number: CD0510-002
SIGNED on This _____________day of _________________, 2014
For and on behalf of:
_______________________________________Official name of Applicant
_______________________________________Name and signature of authorised signing officer
_______________________________________Title
_______________________________________Date
_______________________________________Telephone No. (including country code and area code)
_______________________________________Official e-mail address of Applicant
LCP-PT-MD-0000-SC-FR-0047-01 Rev. B2 Page 3
Application For Bidder SelectionPackage Number: CD0510-002
ATTACHMENT 1
DESCRIPTION OF JOINT VENTURE / PARTNERSHIP
LCP-PT-MD-0000-SC-FR-0047-01 Rev. B2 Page 4
top related