THE CAYMAN ISLANDS AIRPORTS AUTHORITY



Similar documents
(PRINT Name of Company) Company Street Address: Company Postal Address: Company Tel/or Cell:

Prequalification Process Making every dollar count

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

CLOSING LOCATION Island Hwy Nanaimo BC, V9T 6N4

Supplier prequalification Document

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/15/0061

Request for Proposal

Village of Nakusp RFQ Source Protection Plan

NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

Borough of Jamesburg

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

PROFESSIONAL AUDIT SERVICES For FINANCIAL STATEMENTS HAVEN SOCIETY

INVITATION TO BID CITY OF HOPKINSVILLE

PROVISION OF LEGAL SERVICES

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

REQUEST FOR BIDS. Project Management Technical Services

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

AC Proposal Texarkana Regional Airport Airport Operations Director 201 Airport Drive Texarkana, AR 71854

BUILDING MAINTENANCE. Tender for Supply and Installation of Inverter Based AC Units (Split Units) for PWD Workshop Store Room and Office

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

COUNTY OF TANEY, MISSOURI

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

Enterprise Content Management Consultant

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

REQUEST FOR PROPOSAL Procurement of Landscaping Services

Request for Proposal (RFP) for Services

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

Request for Proposal Hewlett Packard Network Switches and Peripherals

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

REQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description.

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5

Video Production Services for the Ontario College of Trades (the College)

QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

Request for Quote Number: PRC Baseball Diamond Backstop Re-Fence

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

Request for Quotation (RFQ) for Adjustable Sit to Stand Desk Reference No.: UNWHQRFQ31. [Insert Title of Goods]

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

REQUEST FOR PROPOSAL RFP GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

Request for Proposals for Upgraded or Replacement Phone System

REQUEST FOR PROPOSAL RFP # For the Provision of After Hours Answering Services. Proposal Due Date/Time: October 19, 4:00 p.m.

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

Canterbury Park Pool Chamber Replacement

RE: REQUEST FOR PROPOSAL RFP FLEET MANAGEMENT CONSULTING SERVICES

CITY OF BONITA SPRINGS, FLORIDA RFP #

TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/

Air Conditioning Maintenance Services

ATLANTA PUBLIC SCHOOLS

TABLE OF CONTENTS. Prefacej... 1

INSTRUCTIONS TO BIDDERS

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Request for Proposal (RFP) Occupational and Physical Therapy. Deadline for Submission: August 25, 2014

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

THE TOWN OF NORTH SMITHFIELD

How To Do Business With Omaha Public Schools

Transport for London. INVITATION TO TENDER FOR BRIDGE DESIGN CONSULTANCY SERVICES ITT REF: TfL/90711 PUBLICATION DATE: 13 FEBRUARY 2013

Robla School District

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

Provision of Internet Services at NNPC Corporate Headquarters, Abuja

އ ޢ ލ ނ ބ ނ ކ އ ފ މ ލ ޑ ވ ސ ޕލކގ ބ ނ މ ށ ތ ރ ގ އ މ ދ ނ ނ ވ ތ ކ ތ ހ ދ ނ ބ ނ ނ ވ އ ވ.

Sidewalk Rehabilitation Program

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

Request for Proposal Insurance Broker Agent of Record

INSTRUCTIONS TO BIDDERS

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

INSTRUCTIONS TO BIDDERS

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

Prequalification Document for Procurement of Works

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT

REQUEST FOR PROPOSALS For HEALTH INSURANCE AGENT/BROKER SERVICES. FOR THE Town of Vernon, Connecticut. Contract # /15/2012

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

SBU: GREASES & LUBRICANTS, KOLKATA

REQUEST FOR QUOTES (RFQ)

Request for Proposals Tendering and Contract Management Services Housing Prototype

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY /

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Solicitation Information February 26, 2016

BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER

Transcription:

THE CAYMAN ISLANDS AIRPORTS AUTHORITY REQUEST FOR TENDER FULLY INCLUSIVE COMMERCIAL AIR CONDITIONING MAINTENANCE PROGRAMME OWEN ROBERTS INTERNATIONAL AIRPORT AND CHARLES KIRKCONNELL INTERNATIONAL AIRPORT ISSUE DATE WEDNESDAY 30 TH OCTOBER 2013 TENDER NO CIAA/13 14/ORIA/CKIA/AC002 AC MAINTENANCE 1

Table of Contents Cover Page... 01 Table of Contents... 02 Advertisement for Tender...... 03 Instruction to Tenderers... 04 Tender Assesment Process & Criteria... 08 Scope of Works......11 Proposal Return of Tender Form... 18 2

REQUEST FOR TENDER OWEN ROBERTS INTERNATIONAL AIRPORT AND CHARLES KIRKCONNELL INTERNATIONAL AIRPORT FULLY INCLUSIVE COMMERCIAL AIR CONDITIONING MAINTENANCE PROGRAM The Cayman Islands Airports Authority (CIAA) invites the submission of Tenders from interested Contractors for the provision of a fully inclusive commercial air conditioning maintenance program at Owen Roberts International Airport and Charles Kirkconnell International Airport. The proposed service includes the following: 1. Inspections and Testing of all Air Conditioning Equipment, Components and Parts 2. Preventative Maintenance Program of all Air Conditioning Systems 3. Fixed Monthly Cost to Include all Labor, Maintenance Supplies and Replacement Components and Parts 4. 24 hour Emergency Availability 5. Maintain Registry of all Air Conditioning Equipment and spare parts 6. Comply with CIAA safety regulations This Service Contract is scheduled to commence 1 st December, 2013. Contractors interested in submitting a Tender may obtain the Tender documents at the main offices of the CIAA at 298 Owen Roberts Drive (upper floor). Contractors will be required to provide evidence of the following upon submission of Tender: a) A current copy of valid Trade & Business (Contractor) License b) A current Public Liability Insurance Certificate (min. of CI$1M coverage) c) Ability to provide Contractor All Risks construction insurance sufficient to cover proposed works d) Compliance with Cayman Islands Laws and Regulations with respect to Medical and Pension and Workmen s Compensation provisions for its employees e) Financial and resource capabilities to manage a service contract of this size and scope Tenders must be delivered by hand or courier and received by the CIAA no later than 4:00pm on Monday, 25 th November, 2013 addressed to the following: Airport Operations Manager Cayman Islands Airports Authority 2 nd Floor, Owen Roberts International Airport 298 Owen Roberts Drive P O Box 10098 Grand Cayman KY1 1001 RE: FULLY INCLUSIVE COMMERCIAL AIR CONDITIONING MAINTENANCE PROGRAM Tenders submitted after that time will not be opened or considered. The CIAA shall not be bound to accept any of the tenders submitted and will not defray any costs incurred by any Tenderer and also reserve the right to cancel the tender process at any time prior to contract signing. 3

INSTRUCTION TO TENDERERS 1. Tender Scope: We invite eligible contractors to submit tenders at Owen Roberts International Airport for provision of a fully inclusive commercial air conditioning maintenance program for Owen Roberts International Airport and Charles Kirkconnell International Airport for the works described in the following enclosed documents: 2. Eligibility: Interested companies are required to meet the eligibility criteria which are included as PASS/ FAIL issues in the evaluation section of the Tender Documents. 3. Trade and Business License: The award of the Contract shall be contingent on the successful proponent being in possession of a current Cayman Islands Government Trade and Business License. 4. Evaluation: The criteria for evaluation and the relative points weighting are included in the Tender Documents. Particular attention will be paid to prior experience and the technical capability to complete the work. 5. Collection of Tender Documents: Tender Documents can be collected on Wednesday, 30 th October 2013, at the reception counter, at the main offices of the CIAA at 298 Owen Roberts Drive (upper floor), between the hours of 9:00am and 5:00pm; Tenderers shall sign a register of receipt at the reception desk. 6. Review and Receipt of Tender Documents: Tenderers should carefully review the issued Tender Documents and confirm within seven days of receipt, that they have received all the documents. 7. Preparation and Submission: Each Proposal shall be submitted on the forms attached hereto (Return of Tender), (Tender Scope of Works) and tender prices shall be indicated thereon in the proper spaces. In the event of a discrepancy in the Tender Amount on the proposal between the numeric and written quotes, the written amount will govern. Each Proposal must give the full business address of the Tenderer and state whether it is an individual, corporation or partnership. Proposals by a corporation must be signed with the legal name and seal of the corporation followed by the name of the state of its incorporation and manual signature and designation of an officer, agent or other person authorized to bind the corporation. In addition, documentation indicated in the Tender Advert shall also be submitted. 8. Addenda: In event it is necessary to supplement, modify or interpret any portion of the Tender Documents during the Tender period, such procedures will be accomplished by the issuance of written an Addendum to Bidding Documents, which will be notified to all known prospective bidders. Except for minor revisions, corrections, Addendum will be issued no less than seven (7) calendar days prior to the date scheduled for the receipt of the bids. Minor revisions, corrections or clarifications will be issued as electronic addendum no less than three (3) calendar days prior to the date scheduled for the receipt of bids. Thereafter, the only addendum will be electronic and will be required if necessary to withdraw the request for bids, or to postpone the date for the receipt of bids. 9. Tender Modifications: No modification to the Tender will be accepted after the time stated below for the receipt of Tenders. IMPORTANT NOTE: Modifications indicated on the outside of the sealed bid 4

envelope and unsigned modifications will have no status and will not be a consideration of the Tender award. 10. Return of Proposals: The Tenderer s Proposals shall be returned to the Reception Counter, at the main offices of the CIAA at 298 Owen Roberts Drive (upper floor) by 4:00pm on Monday 25 th November 2013. The Tender Form and all other documents forming the Tenderer s Proposal shall be returned in a seal envelope as follows; with no other markings: Airport Operations Manager Cayman Islands Airports Authority 2 nd Floor, Owen Roberts International Airport 298 Owen Roberts Drive P O Box 10098 Grand Cayman KY1 1001 RE: FULLY INCLUSIVE COMMERCIAL AIR CONDITIONING MAINTENANCE PROGRAM Tenderers are advised that: 10.1 At the time of submitting the Tender, the administrative assistant will record the date and time the Tender has been received; Tenderers are advised to witness and confirm the information recorded to avoid potential disputes at a later date. 10.2 Although a late Tender may be received by the administrative assistance it will be rejected as a late bid by the Departmental Tender Committee during the Tender opening process, and will be returned to the Tenderer immediately after the Tender opening meeting without review. 10.3 Tenders which do not pass the Eligibility Criteria will be rejected prior to the scoring evaluation. 11. Tenderer s Proposals: All documents are to be submitted in English and type written, computer printed or written legibly in ink. Tenderers are reminded of the need to complete and sign the Price Proposal Return Tender Form, and submit all the information required for the complete assessment of its Technical Proposal. Tender evaluation will be materially affected if the Tenderer does not include ALL the information required in accordance with the Tender Documentation. 11.1 Tenderers shall complete their Proposals strictly in accordance with the requirements of the enclosed Tender Documents, i.e. without qualification unqualified Tenders will be set aside and will not be assessed. 11.2 Tenderers are reminded that they are required to keep their Proposal confidential and not to divulge to anyone, even approximately, what your tender price is or will be. The sole exception to this is information you may have to give to your attorney, insurance company or broker in order to compile your Tender, but you must stress to them that this information is given in strict confidence. 11.3 Tenderers are reminded that they must not make any arrangements with anyone else as to whether or not they should tender, or compare tender prices or terms and conditions. You may however, obtain any necessary sub consultant quotations. 11.4 The Tenderer confirms by submitting its Tender Proposal that it has made a Firm Offer which will remain open for consideration by Cayman Islands Airports Authority for ninety (90) calendar days; 5

12. Cayman Islands Airports Authority (CIAA) confirms that: 12.1 CIAA confirms it is under no obligation to accept any or the lowest Tender; and 12.2 CIAA confirms is not liable for any expense whatsoever incurred by Tenderers, their agents, representatives, sub contractors or suppliers in the processes required for preparation of the Tender, nor for any other costs whatsoever entailed in any negotiations in the acceptance of a Tender or otherwise; and 12.3 CIAA confirms it may cancel a Tender Process and/or reject all Tenders at any time prior to the award of the Tender. 13. Tendering Regulations 13.1 The process of public procurement is regulated by Part 9 of the Financial Regulations (as amended). This Invitation to Tender has been prepared in accordance with these Regulations and is subject to all applicable Cayman Islands Laws. 13.2 The objective of this invitation is to provide an open and competitive environment, ensuring that the Evaluation of Tenders is carried out in a fair, ethical, impartial, consistent, transparent manner, with a publicly auditable mechanism, a declared basis for the Evaluation of Tenders, and with no obligation to accept the lowest price only. 13.3 CIAA procurement process recognizes: 1. the overriding requirement to ensure value for money; 2. that all Tenders are to be evaluated fairly, and impartially against the eligibility and evaluation criteria stated in the advertisement and tender documentation; and 3. that commercially sensitive information is treated confidentially and in accordance with applicable laws 13.4 The Tenderer shall include in their contract price for all costs that it will incur in the delivery of the service. 14. Withdrawal of Tenders: Tenders may be withdrawn on written request received from Tenderer prior to time stated below for the receipt of Tenders via hand delivery or email. Withdrawal of Tenders by fax is not acceptable. 15. Disqualification of Bids: Any or all Tenders will be rejected if there is reason to believe that collusion exists among the Tenderers; no participants in such collusion will be considered in future Proposals for the same contract. Proposals in which prices obviously are unbalanced may be rejected by the CIAA. Falsification of any entry made on a Tenderers Proposal will be deemed a material irregularity and will be grounds for rejection. 16. Rejection of Bids: The CIAA reserves the right to reject any and all Tenders when in the opinion of the CIAA such rejection is in the best interest of the Authority. 17. General Information in Connection to Site Visits and Questions 17.1 Mandatory Site Visit All Tenderers are required to visit the Owen Roberts International Airport Site at 88C Owen Roberts Drive, Grand Cayman and Charles Kirkconnell International Airport in order to familiarize themselves with the 6

equipment and site conditions and satisfy themselves of the circumstances of the Service contract and the works required. There will be two opportunities to attend site visits for Owen Roberts International Airport. These will be held on Wednesday 6 th November 2013 at 10am and Wednesday 13 th November at 10am. The meeting point will be at the CIAA s Conference Room, 2 nd Floor Main Commercial Terminal Building, Owen Roberts International Airport. The mandatory site visit for Charles Kirkconnell International Airport will be held on Thursday 14 th November 2013 at 10am. The meeting point will be at the CIAA s Conference Room, 2 nd Floor, Main Terminal Building. Please contact Ms. Bianca Moore Downey on 926 1761 or bianca.mooredowney@caymanairports.com to confirm your attendance. 17.2 General All questions in connection with this Tender must be addressed in writing or by email to: Bianca Moore Downey Airport Operations Manager Cayman Islands Airports Authority 298 Owen Roberts Drive P.O. Box 10098 Grand Cayman KY1 1001 CAYMAN ISLANDS bianca.moore downey@caymanairports.com End Instructions to Tenderers 7

TENDER ASSESSMENT PROCESS & CRITERIA i) Tender Assessment Process The Tenders will be assessed by a Departmental Tender Committee (DTC) made up of representatives from the Cayman Islands Airports Authority and other Government entities. The Committee will identify the Tenderer with the Best Value Score, as determined in accordance with the assessment process laid out below, and then will make a recommendation to the CEO of CIAA for approval to award the Contract. The purpose of obtaining the requested information is to enable the DTC to identify the Contractor who will provide the best value to the Cayman Islands Airports Authority. The essence of the evaluation is to make an objective evaluation of the Contractor ability to carry out the works to the standard outlined in the Tender Documents and in accordance with the document Open Tender Process as published in 2008 by the Central Tenders Committee of the Cayman Islands Government. ii) Assessment Criteria The Departmental Tender Committee shall evaluate the Tenders using the following Criteria; IMPORTANT NOTE The Tenderer shall note the failure to submit any of the required information in the format required may result in that particular part of the submission being un scored or under scored in the assessment process. The Departmental Tender Committee will score the submission only on the information provided as stipulated below. A PRICE PROPOSAL The Tenderer shall submit their Price Proposal on the Return of Tender Form provided and completed in accordance with the Instructions to Tenderers. The Price Proposal shall be made in Cayman Islands Dollars (CI$); The weighting afforded to the Price Proposal shall be 50% of the overall total score. Price Proposal Assessment Lowest Price Designated LP Assigned 100 Points Next Lowest Price Designated P1 Assigned LP / P1 x 100 Next Lowest Price Designated P2 Assigned LP / P2 x 100 Next Lowest Price Designated P2 Assigned LP / P3 x 100 Weighted Price Proposal Assessment = Points Gained x 50% 8

B TECHNICAL PROPOSAL 1.0 ELIGIBILITY CRITERIA P= Pass / F=Fail 1.1 Price Tender Form Complete and Sign Price Tender Form. P/F 1.2 Trade and Business License The award of the Contractor shall be contingent on the successful proponent being in possession of a current CIG Trade and Business License. P/F 1.3 Financial Accountability Provide a copy of the Tenderer s Company Bank Reference Letter addressed to the Cayman Islands Airports Authority. P/F 1.4 Insurances Provide Certificates of Insurance that confirm the Tenderer has Public Liability Insurance coverage in the sum of CI$1,000,000.00; and ability to provide Contractors All Risks Insurance sufficient to cover proposed works. P/F 1.5 Compliance with Cayman Islands Laws and Regulations Provide proof of good standing in respect to medical, pension and workmen s compensation provisions for its employees. P/F 2.0 SCORED ELEMENTS Total Score 50 points Provide the following information 2.1 Commercial Air Conditioning Maintenance Service Contract Experience Score 20 The Tenderer shall provide a written description of two past Air Conditioning maintenance service contracts, for which the Tenderer has provided similar service experience within the last three years. The Tenderer should also state any work experience in highly restricted security areas. At a minimum the Tenderer shall provide the following information Description of Service Contract Location Value and length of Contract Contact for Reference with Name and Number Any experience in restricted security areas 2.2 Air Conditioning Maintenance Team Experience and Qualification Score 15 Confirm the following information regarding the Tenderer s Proposed Team who will provide the work: a) Confirm the name and role of the team members who will be employed to carry out the maintenance and provide curriculum vitae confirming qualifications and experience. b) Confirm the name of the Service Manager, authorized to represent and act for the Contractor in matters pertaining to the Contractor s operations and activities and provide curriculum vitae confirming qualifications and experience. c) List prior experience in maintenance of Daikin VRV systems, Carrier, York, Rheem d) Provide details of expected manpower utilization and duty assignments 9

e) Provide details of related training programs available for your personnel 2.3 Maintenance Scheduling and Tasking Systems to Manufacturers Guidelines Score 15 a) Provide details of their Maintenance Scheduling and Tasking software system. b) Provide details of intended methodology to be used to implement preventative maintenance program to manufacturer s guidelines c) Provide details of intended methodology to be used to maintain a current registry of all air conditioning equipment, spare parts and components. OVERALL BEST VALUE ASSESSMENT The final overall assessment to determine the successful Tenderer will be based on the following calculation. The award will be made to the Tenderer with the highest best value score. Best Value Score = Weighted Price Proposal Score + Technical Proposal Score End Tender Assessment Process & Criteria 10

3.0 FULLY INCLUSIVE COMMERCIAL AIR CONDITIONING MAINTENANCE PROGRAM SCOPE OF WORKS 3.1 Primary Objectives Provide an Annual Maintenance proposal for a three year Contract To ensure the continuous and smooth operation of all Air Conditioning Systems within all CIAA owned locations for the comfort of all customers and staff. To provide a high standard of air quality, maintaining a humidity standard of 40 60% and the required temperatures throughout the buildings during occupied times. To ensure systems are operating as energy efficient as possible To ensure minimal downtime of systems Provide a detailed service report following each scheduled preventative maintenance monthly visit or breakdown call specifying Air Conditioning performance feedback, worn, failed or doubtful parts and components Provide excellent customer service and respond to customer comments/complaints in a timely manner Maintain a registry of all air conditioning equipment, spare parts and components supplied by the CIAA for use throughout the buildings as well as a registry of all equipment owned or maintained by the contractor. A copy of which, shall be updated and provided to the CIAA every three months. 3.2 Fixed Monthly Cost to Include Monthly On Site attendance at Owen Roberts International Airport to carryout preventative maintenance program Quarterly On Site attendance at Charles Kirkconnell Airport to carryout preventative maintenance program Monthly Filter Service with Pleated Filters Full replacement of failed Components and Parts excluding replacement of coils Professional Inspection labor cost ensuring equipment is operating to manufacturers recommendation and identify any worn, failed doubtful or broken parts Professional Preventative Maintenance labor cost includes adjustment, efficiency testing, lubrication, cleaning and calibration, painting, automatic temperature control, operational analysis of system to manufacturers guidelines Repair and Replacement Labor Cost All Maintenance Supplies 24 Hour Priority Emergency Service All travel expenses related to providing service at Owen Roberts International Airport and Charles Kirkconnell International Airport in Cayman Brac 11

3.3 List of all CIAA Air Conditioning Systems to be Maintained and Equipment Locations Owen Roberts Airport Equipment List AIR HANDLERS Manufacturer Location Air handling Unit 1 Daikin Departure Hall Air handling unit 2 Daikin Departure Hall Air handling Unit 3 Daikin Departure Hall Air handling Unit 4 Daikin Departure Hall Air handling Unit 5 Daikin Departure Hall Air handling Unit 6 Daikin Departure Hall Air handling Unit 7 Daikin Departure Hall Air handling Unit 8 Daikin Departure Hall Air handling Unit 9 Daikin Departure Retail Stores Air handling Unit 10 Daikin Departure Retail Stores Air handling Unit 11 Daikin Departure Retail Stores Air handling Unit 12 Daikin Departure Retail Stores Air handling Unit 13 Daikin Departure Retail Stores Air handling Unit 14 Daikin Departure Retail Stores Air handling Unit 15 Daikin Departure Retail Stores Air handling Unit 16 Daikin Departure Retail Stores Air handling Unit 17 Daikin Departure Retail Stores Air handling Unit 18 Daikin Reliable Office Air handling Unit 19 Daikin HBS Search Room Air handling Unit 20 Daikin Operations Office Air handling Unit 21 Daikin Outside Stores Air handling Unit 22 Daikin Outside Stores Air handling Unit 23 Daikin Immigration Hall Air handling Unit 24 Daikin Immigration Hall Air handling Unit 25 Daikin Immigration Hall Air handling Unit 26 Daikin Immigration Hall Air handling Unit 27 Daikin Immigration Hall Air handling Unit 28 Daikin Immigration Office Air handling Unit 29 Daikin Baggage & Customs Hall Air handling Unit 30 Daikin Baggage & Customs Hall Air handling Unit 31 Daikin Baggage & Customs Hall Air handling Unit 32 Daikin Baggage & Customs Hall Air handling Unit 33 Daikin Baggage & Customs Hall Air handling Unit 34 Daikin Baggage & Customs Hall Air handling Unit 35 Daikin East Corridor Air handling Unit 36 Daikin East Corridor 12

Air handling Unit 37 Daikin East Corridor Air handling Unit 38 Daikin East Corridor Air handling Unit 39 Daikin ATC Tower Air handling Unit 40 Daikin ATC Tower Air handling Unit 41 Daikin East Wing Air handling Unit 42 Daikin East Wing Air handling Unit 43 Daikin East Wing Air handling Unit 44 Daikin East Wing Air handling Unit 45 Daikin East Wing Air handling Unit 46 Daikin East Wing Air handling Unit 47 Daikin East Wing Air handling Unit 48 Daikin East Wing Air handling Unit 49 Daikin East Wing Air handling Unit 50 Daikin East Wing Air handling Unit 51 Daikin East Wing Air handling Unit 52 Daikin East Wing Air handling Unit 53 Daikin East Wing Air handling Unit 54 Daikin East Wing Air handling Unit 55 Daikin East Wing Air handling Unit 56 Daikin East Wing Air handling Unit 57 Daikin East Wing Air handling Unit 58 Daikin East Wing Air handling Unit 59 Daikin East Wing Air handling Unit 60 Daikin East Wing Air handling Unit 61 Daikin East Wing Air handling Unit 62 Daikin East Wing Air handling Unit 63 Daikin East Wing Air handling Unit 64 Carrier Ticketing Air handling Unit 65 Carrier Ticketing Air handling Unit 66 Carrier Accounts Air handling Unit 67 Carrier Accounts Air handling Unit 68 Comfortstar Mr McCoys Office Air handling Unit 69 Lennox Agricultural Air handling Unit 70 ICP Cayman Airways Office Air handling Unit 71 Carrier Downstairs IT Room Air handling Unit 72 Rheem HBS Search Room Air handling Unit 73 Carrier Air Agencies Air handling Unit 74 York Beacon House Air handling Unit 75 Trane Agriculture Air handling Unit 76 Trane Agriculture Air handling Unit 77 Lennox Electrical Maintenance Air handling Unit 78 York Tower Air handling Unit 79 TGM Tower 13

Air handling Unit 80 Carrier Tower Air handling Unit 81 York Tower Air handling Unit 82 Comfortstar Tower Air handling Unit 83 Miller Tower Air handling Unit 84 Comfortstar Tower Air handling Unit 85 Daikin Annex Beacon House Air handling Unit 86 Comfortstar Annex Beacon House Air handling Unit 87 Tempstar Annex Beacon House Air handling Unit 88 Carrier Annex Beacon House Air handling Unit 89 Daikin Electrical Room Air handling Unit 90 Daikin Electrical Storage Room Air handling Unit 91 Miller Remote Storage Air handling Unit 92 Rheem Private Jet Planes Air handling Unit 93 American Standard Customs Courier Building Air handling Unit 94 Goodman Security Room Air handling Unit 95 Tempstar Maintenance Air handling Unit 96 Trane Eastgate Air handling Unit 97 Tempstar Maintenance Lunch Room Air handling Unit 98 Carrier Cayman Airways Cargo Air handling Unit 99 Carrier Cayman Airways Cargo Air handling Unit 100 Carrier HBS Search Room Air handling Unit 101 Mitsubishi Cricket Pitch Air handling Unit 102 Mitsubishi Cricket Pitch Air handling Unit 103 Mitsubishi Walkers Road OUTDOOR CONDENSING UNITS Manufacturer Location Condensing Unit 1 Daikin Immigration Mechanical Room Condensing Unit 2 Daikin Immigration Mechanical Room Condensing Unit 3 Daikin Immigration Mechanical Room Condensing Unit 4 Daikin Immigration Mechanical Room Condensing Unit 5 Daikin Baggage & Customs Hall Mechanical Room Condensing Unit 6 Daikin Baggage & Customs Hall Mechanical Room Condensing Unit 7 Daikin Baggage & Customs Hall Mechanical Room Condensing Unit 8 Daikin Baggage & Customs Hall Mechanical Room Condensing Unit 9 Daikin East Corridor Stairwell Condensing Unit 10 Daikin ATC Tower Roof Condensing Unit 11 Daikin ATC Tower Roof Condensing Unit 12 Daikin Departures Mechanical Room Condensing Unit 13 Daikin Departures Mechanical Room Condensing Unit 14 Daikin Departures Mechanical Room Condensing Unit 15 Daikin Departures Mechanical Room Condensing Unit 16 Daikin Departures Mechanical Room 14

Condensing Unit 17 Daikin Departures Mechanical Room Condensing Unit 18 Daikin Departures Mechanical Room Condensing Unit 19 Daikin Departures Mechanical Room Condensing Unit 20 Daikin Outside Store Condensing Unit 21 Daikin Outside Store Condensing Unit 22 Carrier Air Agencies RCCF Condensing Unit 23 Rheem HBS Condensing Unit 24 Carrier Downstairs IT room Roof Condensing Unit 25 Miller Cayman Airways Office Roof Condensing Unit 26 Lennox Agricultural Condensing Unit 27 York Beacon House Condensing Unit 28 York 3rd Floor Condensing Unit 29 York 3rd Floor Condensing Unit 30 Daikin East Wing Mech Area Condensing Unit 31 Comfort Star Mr McCoys Office Condensing Unit 32 Rheem Accounts Condensing Unit 33 Carrier Ticketing Condensing Unit 34 Carrier Ticketing Condensing Unit 35 Rheem Accounts Condensing Unit 36 Daikin east wing Condensing Unit 37 Daikin east wing Condensing Unit 38 TGM ATC Tower Condensing Unit 39 Carrier ATC Tower Condensing Unit 40 York ATC Tower Condensing Unit 41 Comfort Star ATC Tower Condensing Unit 42 Miller ATC Tower Condensing Unit 43 Comfort Star ATC Tower Condensing Unit 44 Daikin annex beacon House Condensing Unit 45 Comfort Star annex beacon House Condensing Unit 46 Tempstar annex beacon House Condensing Unit 47 Carrier annex beacon House Condensing Unit 48 Daikin electrical room Condensing Unit 49 Daikin electrical storage Condensing Unit 50 Miller maintenance Condensing Unit 51 Rheem private jet planes Condensing Unit 53 Trane customs courier building Condensing Unit 54 Trane agriculture Condensing Unit 55 Goodman security Condensing Unit 56 Tempstar maintenance Condensing Unit 57 Trane electrical maintenance Condensing Unit 58 Unknown east gate Condensing Unit 59 Tempstar maintenance lunch room Condensing Unit 60 Carrier cayman airways cargo 15

Condensing Unit 61 Carrier cayman airways cargo Condensing Unit 62 Fedder cayman airways cargo Condensing Unit 63 Ciac american airlines cargo Condensing Unit 64 Ciac cayman airways Condensing Unit 65 Carrier cayman airways cargo Condensing Unit 67 Carrier cayman airways cargo Condensing Unit 68 Carrier HBS Condensing Unit 69 Mitsubishi Cricket Pitch Condensing Unit 70 Mitsubishi Walkers Road Condensing Unit 71 Mitsubishi Cricket Pitch Condensing Unit 72 Carrier cayman airways cargo PACKAGE UNITS Manufacturer Package Unit 1 York Front of Ticketing Package Unit 2 York private jet planes Package Unit 3 York private jet planes Location 16

Charles Kirkconnell Airport Equipment List AIR HANDLERS Manufacturer Location Air handling Unit 1 Trane arrival hall Air handling unit 2 American standard ticket counter hall Air handling Unit 3 American standard departures hall Air handling Unit 4 Carrier offices Air handling Unit 5 Daikin tower Air handling Unit 6 Daikin tower Air handling Unit 7 Carrier tower Air handling Unit 8 Carrier UPSTAIRS OFFICES Air handling Unit 9 Carrier immigration OUTDOOR CONDENSING UNITS Manufacturer Location Condensing Unit 1 Daikin TOWER Condensing Unit 2 Daikin TOWER Condensing Unit 3 Carrier TOWER Condensing Unit 4 Carrier UPSTAIRS OFFICES Condensing Unit 5 Trane arrival hall Condensing Unit 6 Trane arrival hall Condensing Unit 7 Trane ticket counter hall Condensing Unit 8 Trane ticket counter hall Condensing Unit 9 Trane departures hall Condensing Unit 10 Ciac departures hall Condensing Unit 11 Carrier immigration Condensing Unit 12 Carrier offices End Scope of Works 17

RETURN OF TENDER To: Airport Operations Manager Cayman Islands Airports Authority 298 Owen Roberts Drive PO Box 10098 KY1 1001 Grand Cayman CAYMAN ISLANDS We, the undersigned, declare that: (a) We have examined and have no reservations, to the Tender Documents, including Addenda issued in accordance with the Instructions to Tenderers. (b) We offer to execute, in conformity with the Tender Documents, the following Service Contract; Fully Inclusive Commercial Air Conditioning Maintenance Program Annual Cost for a Three Year Contract (c) The total Annual price of our Tender is: CI $ (Amount in numbers) (Amount in words) (d) Our Tender shall be valid for a period of 90 (ninety) days from the date fixed for the tender submission deadline in accordance with the Tender Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period; 18

(e) We, including any of our subcontractors or suppliers for any part of the contract are legally entitled to do business in the Cayman Islands and to perform the works and services required by contract documents. (f) We, including any subcontractors or suppliers for any part of the contract, do not have any conflict of interest in accordance with this Tender. (g) We are not participating, as a Tenderer or as a subcontractor, in more than one bid in this Tender process. (h) We understand that this Tender, 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 (i) We understand that you are not bound to accept the lowest evaluated tender or any other tender that you may receive. Name: Signed: In the capacity of: Duly authorized to sign the bid for and on behalf of: Dated on day of, End Return of Tender 19