هيي ة الا شغال العامة PUBLIC WORKS AUTHORITY

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

Prequalification Document for Procurement of Works

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

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

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

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

PROVISION OF LEGAL SERVICES

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

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

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts)

Supplier prequalification Document

BANK OF UGANDA REPUBLIC OF UGANDA

TENDER NO. REA/ /NT/060

BANK OF UGANDA REPUBLIC OF UGANDA

PRE-QUALIFICATION OF PROVIDERS FOR GOODS AND SERVICES

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

Procurement of Works Smaller Contracts

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.

INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR

NATIONAL INDUSTRIAL TRAINING AUTHORITY

REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER

PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01)

Contract Standing Orders and Procedure - A Guide For Council Employees

Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas

USER S GUIDE TO PREQUALIFICATION OF BIDDERS

REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR. The Design and Development of the Zimbabwe Diaspora Website

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Procedures for Tenders and Contracts. October Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14

Tender Document for consulting services for. Zambezi Water Resources Information System (ZAMWIS) Enhancement 2: Spatial Database and Platform

REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO.

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

BANK Of ZAMBIA Tender for the Construction of a False Roof and Maintenance of Emergency Staircase at Old Bank of Zambia Building

Standard Bidding Documents. Procurement of Works

SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM.

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/

香 港 特 別 行 政 區 政 府. The Government of the Hong Kong Special Administrative Region. Development Bureau Technical Circular (Works) No.

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

Standard Request for Proposals. Selection of Consultants

TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP)

SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS)

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE.

ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BID

CONSTITUTION PART 4 CONTRACT PROCEDURE RULES

SECTION 6: RFQ Process, Terms and Conditions

TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/ ARCHIVING

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

Annex I. RFP Instructions to Proposers TABLE OF CONTENTS

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/

Expression of Interest. Scanning of Documents

ATLANTA PUBLIC SCHOOLS

Expression of Interest Pre-Qualification Medical Evacuation Services Ref: EOI/HMRRP/0004/2009

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

The Procurement Guidelines of. the Japanese Grant Aid. (Type I-G)

TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/

QUALIFICATION OF SUB-CONTRACTORS FOR FIRE DETECTION AND ALARM SYSTEM FOR CFC STANBIC BANK REF: 2014/15-06

Procurement of Textbooks and Reading Materials

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business HO : Near Bajrang Bhawan, Delhi Road

HIGHER EDUCATION LOANS BOARD HELB/T/09/

B I D D I N G D O C U M E N T S Issued on: February 29, for. Procurement of

STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM

BOARD NOTICE COUNCIL FOR THE BUILT ENVIRONMENT. Notice No

ANNOUNCEMENT. Bidders pre-qualification for Event Management Services. Procurement & Contracts Management Division Bidders pre-qualification

TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE

Request for Proposal (RFP) for Services

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

THE PUBLIC PROCUREMENT (SELECTION AND EMPLOYMENT OF CONSULTANTS) REGULATIONS, 2005

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

Procurement of Goods

How To Bid For A Power Plant In India

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Policy Number: Policy Name: Professional Services and Construction Services Procurement

QUOTATION AND TENDER PROCESS

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business

CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS: HEALTH INSURANCE BROKER. Contract Term November 1, 2013 through October 31, 2016 SUBMISSION DEADLINE:

1. Technical Offer Submission Sheet

Parking Management Services Phase 1 - Invitation to Express Interest

CLOSING LOCATION Island Hwy Nanaimo BC, V9T 6N4

Anglo American Procurement Solutions Site

EXAMPLE NAME OF PROCUREMENT CONTRACT NUMBER

TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF

Standard Request for Proposals Selection of Consultants

TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014

KENYA PLANT HEALTH INSPECTORATE SERVICE (KEPHIS) TENDER FOR PROVISION OF LEGAL SERVICES FOR KEPHIS LAND TITLE DEEDS

Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR. RFP No. 579/29/05/2015

SUPPLY, INSTALLATION AND COMMISSIONING OF A LABORATORY INFORMATION MANAGEMENT SYSTEM (LIMS) FOR THE TRINIDAD AND TOBAGO FORENSIC SCIENCE CENTRE

Empanelment of Vendors for Load Testing

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects

Transcription:

هيي ة الا شغال العامة PUBLIC WORKS AUTHORITY FOR PROCUREMENT OF COMPANIES/CONTRACTOR FOR QATAR PEDESTRIAN BRIDGE DESIGN AND BUILD PROGRAMME Public Works Authority PO Box 22188 Doha State of Qatar April 2014

Table of Contents Summary 1. Summary Description... iii 2. Checklist... v 3. Document User s Guide... viii Part 1 Section I: Instructions to Applicants (ITA)... 3 Section II: Application Data Sheet... 12 Section III: Qualification Criteria... 21 Section IV: Prequalification Application Submission Sheet and Forms... 27 Part 2 Work Requirements... 67 Summary i April 2014

ABBREVIATIONS AND TERMINOLOGY ADS CD EAMS ITA ITT JV KPI OTM PQQ PWA QA QAR QC QCE QCS QHDM RSA WZTMG Application Data Sheet Compact Disk Electronic Asset Management System Instructions to Applicants Invitation to Tender Joint Venture Key Performance Indicator Operations Team Member Pre-Qualification Questionnaire Public Works Authority Quality Assurance Qatari Riyals Quality Control Quality Control Engineer Qatar Construction Specification Qatar Highway Design Manual Road Safety Audit Works Zone Traffic Maintenance Guide Summary ii April 2014

1.0 SUMMARY DESCRIPTION 1.1 The purpose of the Prequalification process is to provide the basis for the Authority (Ashghal Public Works Authority) to select a short-list of competent companies (the Pre-qualified Applicants ). This Pre-Qualification Document is being made available to parties who have interest in supplying pedestrian bridge design and build services under a multiple supplier Framework Contract and satisfy certain eligibility criteria set out in the associated Application Form. It sets out the information which an Applicant is required to provide to the Authority in this first stage of the procurement process. The Authority intends to deliver grade-separated pedestrian bridges at various locations throughout Qatar to provide a safe means of crossing the highway. There will be three categories of bridge; basic (1), intermediate (2a and 2b) or superior (3) in design depending on the prestige of the location. Further detail on the scope of the Works is contained in Part 2 Work Requirements Appendix A of this PQQ. The aim of the pre-qualification selection process is to enable the Authority to draw up a list of pre-qualified Applicants. The Authority is seeking proposals from Applicants to demonstrate their capacity to perform significant components of the work with the right vision and the necessary experience, capabilities, understanding and commitment to work with the Authority to achieve outstanding results in the delivery of the Project. 1.2 This Prequalification Document consists of: 1. Summary; 2. Part 1: Prequalification Procedures; and 3. Part 2: Work Requirements. 1.3 Prequalification is a step in the procurement route which shall ultimately lead to Invitation to Tender for the Prequalified Applicants. The procurement process can either commence by public invitation or by direct, private, invitation. Prequalification criterias on evaluation of the applicants: 1. Eligibility; 2. Licenses & Registration; 3. Declaration of Pre-Tendering Agreement for Joint Venture; 4. Historical Contract Non-performance record; 5. Financial stability and status; 6. Experience in relation to the size, type and complexity of the works and services being procured; 7. Key Staff Experience; 8. Health, Safety, Quality & Environment; 9. Resources, Plant and Equipment; and 10. Management Approach. 1.4 Consequently previous prequalification for Authority s projects shall not guarantee automatic prequalification for this project. 1.5 The Work Requirements in Part 2 of this document provides a scope of works including drawings showing the defined highway network for each Zone. 1.6 This Prequalification Invitation covers only prequalification step for both Zones and qualification criteria have been established which are common to each Zone. Summary iii April 2014

Summary iv April 2014

2.0 CHECKLIST 2.1 The checklist included in Part 1 Section IV is to be completed by individual companies and all designated JV Partners. 2.2 This checklist is important as it will serve as a checklist of the submitted documents for evaluation purposes. Any missing information will have an impact on the Applicant s score. 2.3 Other than the information requested, other documentation, including brochures about your company, additional information etc. must not be included in your submission. Summary v April 2014

3.0 DOCUMENT USER S GUIDE 3.1 PART 1 PREQUALIFICATION PROCEDURES Section I. Section II. Instructions to Applicants (ITA) This section specifies the procedures to be followed by Applicants in the preparation and submission of the Prequalification Application. Information is also provided on the opening procedures for Prequalification documents and evaluation of applications. The Section I provisions are to be used without modification. Application Data Sheet (ADS) This section identifies the data and provisions that are specific to each Prequalification Invitation and supplements the information or s included in Section I: Instructions to Applicants. Section III. Qualification Criteria This section contains the qualification criteria and compliance s that will be used to determine how Applicants shall be prequalified and later invited to tender. Section IV. Prequalification Application Submission Sheet and Forms This section contains the Prequalification Application Submission Sheet and the associated forms to be submitted with the Prequalification Application. 3.2 PART 2 WORK REQUIREMENTS Appendix A: Scope of Works (Project Brief) This section contains details of the Scope of Works, the qualification criteria and compliance s that will be used to determine how Applicants shall be prequalified and later invited to tender. Appendix B: Conditions of Contract 3.3 TERMINOLOGY This section will detail the Framework and Works Order Terms and Conditions to be utilised 3.2.1 Prequalification Application: Means the documents submitted for evaluation and short-listing for Invitation to Tender. 3.2.2 Prequalification Application Submission Sheet: Means the form in Section IV of this document which shall preface the Prequalification Application. 3.2.3 Prequalification Invitation: Means the invitation by the Public Works Authority to applicants to submit detailed particulars demonstrating capability in relation to the scope of work to be procured. Summary vi April 2014

هيي ة الا شغال العامة PUBLIC WORKS AUTHORITY Assets Affairs Roads Operations and Maintenance Department FOR PROCUREMENT OF COMPANIES/CONTRACTOR FOR QATAR PEDESTRIAN BRIDGE DESIGN AND BUILD PROGRAMME PROCEDURES AND WORK REQUIREMENTS PART 1 - PREQUALIFICATION PROCEDURES Public Works Authority PO Box 22188 Doha State of Qatar April 2014

Section I. Instructions to Applicants (ITA) Table of Contents - Part 1 A. General... 1. Scope of Application... 3 2. Source of Funds... 3 3. Corrupt & Fraudulent Practices... 3 4. Eligible Applicants... 3 5. Eligible Goods and Related Services... 4 B. Contents of the Prequalification Document... 6. Sections of Prequalification Document... 4 7. Clarification of Prequalification Document... 5 8. Amendment of Prequalification Document... 5 C. Preparation of Applications... 9. Cost of Applications... 5 10. Language of Application... 5 11. Documents Comprising the Application... 5 12 Application Submission Sheet... 5 13. Documents Establishing the Eligibility of the Applicant... 6 14. Documents Establishing the Qualifications of the Applicant... 6 15. Signing of the Application and Number of Copies... 6 D. Submission of Applications... 16. Sealing and Identification of Applications... 6 17. Deadline for Submission of Applications... 6 18. Late Applications... 7 19. Opening of Applications... 7 E. Procedures for Evaluation of Applications... 20. Confidentiality... 7 21. Clarification of Applications... 7 22. Responsiveness of Applications... 7 23. Domestic Tenderer s Price Preference... 7 24. Specialist Subcontractors... 8 F. Evaluation of Applications and Prequalification of Applicants... 25. Evaluation of Applications... 8 26. Authority s Right to Accept or Reject Applications... 8 27. Prequalification of Applicants... 8 28. Notification of Prequalification... 9 29. Invitation to Tender... 9 30. Changes in Qualifications of Applicants... 9 31. Submissions... 9 Part 1: Prequalification Procedures Page 1 April 2014

Section II. Application Data Sheet (ADS) 1. Application Data... 12 Section III. Qualification Criteria A. General... 13 B. Compliance Summary Table... 13 C. Qualification Criteria... 21 1. Eligibility... 21 2. Licenses & Registrations... 22 3. Declaration... 22 4. Historical Contract Non-Performance... 22 5. Financial Situation... 23 6. General Experience... 23 7. Personnel Capabilities... 24 8. Project Assurances... 25 9. Resources, Plant and Equipment... 26 10. Management Approach Questions... 26 Section IV. Prequalification Application Submission Sheet and Forms 1. Checklist for Prequalification Application Submission... 27 2. Application Submission Sheet... 29 3. Applicant Information Sheet ELI 1.1... 32 4. Applicant Information Sheet as per ITA 24.1 ELI 1.2... 34 5. Company Registrations REG 2.1... 35 6. Pre-Tendering agreement for Joint Venture DC 3.1... 37 7. Historical Contract Non Performance CON 4.1... 42 8. Financial Situation FIN 5.1... 44 9. Average Annual Sales Turnover FIN 5.2... 46 10. Financial Resources and Commitments FIN 5.3... 48 11. General Experience EXP 6.1... 50 12. Specific Local Experience EXP 6.2... 52 13. Organisational Structure EXP 7.1... 53 14. Personnel Capabilities EXP 7.2... 54 15. Candidate CVs EXP 7.3... 55 16. Health, Safety and Environment HSE 8.1... 57 17. Quality Management QM 8.2... 59 18. Resources, Plant and Equipment RS 9.1... 60 19. Management Approach Questions MAQ 10.1... 62 Part 1: Prequalification Procedures Page 2 April 2014

Section I. Instructions to Applicants (ITA) A. General 1. Scope of Application 2. Source of Funds 3. Corrupt & Fraudulent Practices 4. Eligible Applicants 1.1 This Prequalification Invitation document as indicated in Section II, Application Data Sheet (ADS), is issued by the Authority (Ashghal Public Works Authority), to Applicants interested in tendering for the scope of works as described in Part 2 Work Requirements. 2.1 The scope of works is funded directly by the Government of the State of Qatar. 3.1 The Authority requires that Applicants observe the highest standard of ethics during the procurement and execution of the scope of works. In pursuit of this policy, the Authority: (a) (b) defines, for the purposes of this provision, the terms set forth below as follows: i. Corrupt Practice shall mean the offering, giving, receiving, or soliciting of anything of value to influence the action of a Public Official in the procurement process or in contract execution; and ii. Fraudulent Practice shall mean a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Authority, and includes collusive practices among Applicants (prior to or after tender submission) designed to establish tender prices at artificial, non-competitive levels and to deprive the Authority of the benefits of free and open competition; may, at its sole discretion, reject a proposal for prequalification if it determines that the Applicant recommended for prequalification has engaged in Corrupt Practices or Fraudulent Practices in competing in the tendering processes for the these works. 4.1 An Applicant may be a private, public or government owned legal entity or any combination of them, with the formal intent to enter into a joint venture agreement, or under an existing joint venture agreement (refer to Section III.C.1 for further s). 4.2 Prequalification will be based on a combination of pass-fail criteria along with a scoring system of the Applicant s qualifications as demonstrated by the Applicant s responses in the attached Prequalification Application Submission Sheets and other requested documentation. Specific s for joint ventures are also set forth in Section III, Qualification Criteria. The Authority reserves the right to waive minor deviations from the criteria, if they do not materially affect the capability of an Applicant to perform the work. 4.3 The Applicant that is under a declaration of ineligibility by the Authority in accordance with ITA 3.1, as at the date of submission of the Prequalification Application or thereafter, shall Part 1: Prequalification Procedures Page 3 April 2014

be disqualified. 4.4 Government-owned entities in Qatar 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 dependent agencies of the Authority. 4.5 Applicants shall provide such evidence of their continued eligibility satisfactory to the Authority, as the Authority shall reasonably request. 4.6 If any conflict of interest or potential conflict of interest between Applicants, their subcontractors or advisers and those of the Authority becomes apparent, Applicants shall immediately inform the Authority, when the Authority shall, at its absolute discretion, decide on the appropriate course of action. If the Authority becomes aware of any conflict of interest or potential interest that the Applicant has not declared to the Authority, the Authority may at its absolute discretion disqualify the Applicant from consideration. 5. Eligible Goods and Related Services 5.1 Not Used B. Contents of the Prequalification Document 6. Sections of Prequalification Document 7. Clarification of Prequalification 6.1 The document for the prequalification of Applicants (hereinafter Prequalification Document ) consists of Parts 1 and 2 which comprise all the sections indicated below, and should be read in conjunction with any Addenda issued in accordance with ITA 8. PART 1 - Prequalification Procedures Section I. Instructions to Applicants (ITA) Section II. Application Data Sheet (ADS) Section III. Qualification criteria Section IV. Application Submission Sheet and Forms PART 2 - Work Requirements Appendix A: Details of Scope of Works are included in this section as well as details of the contractor s key personnel that are required. Appendix B: This section will detail the Framework and Works Order Terms and Conditions to be utilised 6.2 The Authority accepts no responsibility for the completeness of the Prequalification Document and its addenda, unless they were obtained directly from the Authority. 6.3 The Applicant is expected to examine all instructions, forms, and terms in the Prequalification Document and to furnish all information or documentation required by the Prequalification Document. 7.1 Applicants requiring clarification of the Prequalification Document shall contact the Authority in writing at the address Part 1: Prequalification Procedures Page 4 April 2014

Document 8. Amendment of Prequalification Document indicated in the ADS. The Authority shall respond in writing to any request for clarification provided that such request is received no later than one (1) week before the deadline for submission of Applications. The Authority shall communicate to all Applicants full details of the clarification but without identifying its source. Should the Authority deem it necessary to amend the Prequalification Document as a result of a clarification, it shall do so following the procedure outlined in ITA 8 and in accordance with the provisions of ITA 17.2. 8.1 At any time prior to the deadline for submission of Applications, the Authority may amend the Prequalification Document by issuing Addenda. 8.2 Any Addendum issued shall form part of the Prequalification Document and shall be communicated in writing to all Applicants. 8.3 To give prospective Applicants reasonable time to take an Addendum into account in preparing their applications, the Authority may, at its discretion, extend the deadline for the submission of Applications. C. Preparation of Applications 9. Cost of Applications 10. Language of Application 9.1 The Applicant shall bear all costs associated with the preparation and submission of its Application. The Authority shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Prequalification process. 10.1 The Application as well as all correspondence and documents relating to the Prequalification exchanged by the Applicant and the Authority, shall be written in the language specified in the ADS. Supporting documents and printed literature that are part of the Application may be in another language, provided they are accompanied by an accurate translation of the relevant passages in the language specified in the ADS, in which case, for the purposes of interpretation of the Application, the translation shall govern. 11. Documents Comprising the Application 12. Application Submission Sheet 13. Documents Establishing 11.1 The application shall comprise the following: a) Application Submission Sheet, in accordance with ITA 12; b) Documentary evidence establishing the Applicant s eligibility to prequalify, in accordance with ITA 13; c) Documentary evidence establishing the Applicant s qualifications, in accordance with ITA 14; and d) Any other document required as specified in the ADS. 12.1 The Applicant shall prepare the Application Submission Sheet using the form furnished in Section IV, Application Submission Sheet and Forms. This form must be completed without any alteration to its format. 13.1 To establish its eligibility in accordance with ITA 4, the Applicant shall complete the eligibility declarations in the Prequalification Part 1: Prequalification Procedures Page 5 April 2014

the Eligibility of the Applicant 14. Documents Establishing the Qualifications of the Applicant 15. Signing of the Application and Number of Copies Application Submission Sheet and Forms ELI 1.1 and ELI 1.2, included in Section IV. 14.1 To establish its qualifications to perform the scope of works in accordance with Section III, Qualification Criteria, the Applicant shall provide the information requested in Section IV, Prequalification Application Submission Sheet and Forms. 15.1 The Applicant shall prepare one (1) original of the documents comprising the Application as described in ITA 11 and clearly mark it ORIGINAL. The original of the Application shall be typed or written in indelible ink and shall be signed by a person, or persons, duly authorised to sign on behalf of the Applicant. In the case of JV, all Parties must sign the documents. 15.2 The Applicant shall submit one (1) copy of the signed original Application, and clearly mark it COPY. In the event of any discrepancy between the original and the copy, the original shall prevail. 15.3 The two (2) hard copies of the Application should consist of loose sheets of paper filed in hard cover ring binders and shall not exceed 250 type written pages, as defined in ITA 31. Ring binders or plastic comb binding should not be used for Applications. 15.4 A separate Application need not be submitted for each Zone and the Applicant is referred to Clause 1.1 of the Summary Description at Page iii for an explanation of the process intended. D. Submission of Applications 16. Sealing and Identification of Applications 16.1 The Applicant shall enclose the original and the copy of the Application in a sealed envelope or container that shall: (a) Bear the name and address of the Applicant; (b) Be addressed to the Authority, in accordance with ITA 17.1; and (c) Bear the specific identification of this Prequalification i.e. Package Number and Programme title as indicated in the ADS (ITA1.1). 16.2 In addition to the hardcopies, the Applicant shall submit two (2) softcopies on labelled CDs enclosed with the Original document indicated in the ADS. The label should show the package number and Project title and the Applicant s name. No boxes or notebooks are to be submitted. 16.3 The Authority shall accept no responsibility for not processing any envelope/container that was delivered unsealed or not identified in full accordance with the s of the Prequalification Document. 17. Deadline for Submission of Applications 17.1 Applications shall be received by the Authority at the address, and no later than the submission closing date as indicated, in Section II - ADS (ITA 17.1). 17.2 The Authority may, at its discretion, extend the deadline for the Part 1: Prequalification Procedures Page 6 April 2014

submission of Applications by amending the Prequalification Document in accordance with ITA 8, in which case all rights and obligations of the Authority and the Applicants subject to the previous deadline shall thereafter be subject to the deadline as extended. 18. Late Applications 19. Opening of Applications 18.1 Any Application received by the Authority after the deadline for submission of Applications prescribed in ITA 17 may, at the sole discretion of the Authority, be rejected as non-compliant and remain unopened. 19.1 The Authority shall prepare a record of the opening of Applications for each Package, and this shall include, as a minimum, the name of the Applicant. A copy of the record shall be kept by the Authority. E. Procedures for Evaluation of Applications 20. Confidentiality 20.1 Information relating to the evaluation of Applications, and recommendation for prequalification, shall not be disclosed to Applicants or any other persons not officially concerned with the prequalification process until the notification of the outcome of the prequalification process is made to all Applicants. 20.2 From the deadline for submission of Applications to the time of notification of the results of the Prequalification in accordance with ITA 28, any Applicant that wishes to contact the Authority on any matter related to the Prequalification Process, may do so, but only in writing. 21. Clarification of Applications 22. Responsiveness of Applications 23. Domestic Applicant Price Preference 21.1 After the Application submission closing date, the Authority may ask any Applicant for a clarification. The Applicant shall submit, to the address indicated in the ADS (ITA 17.1), its reply within three (3) business days from receipt of the clarification request, or by the date and time set in the Authority s request for clarification. Any request for clarification and all replies shall be in writing. 21.2 If an Applicant s business does not provide the clarification as requested within three (3) days after the clarification date or by the date and time set in the Authority s request for clarification, its Application may, at the sole discretion of the Authority, be rejected as non-compliant. 22.1 The Authority may reject any Application which does not address the s of the Prequalification Document. 23.1 Unless otherwise specified in the ADS, a margin of preference for domestic Applicants shall apply in the tendering process resulting from this prequalification. Part 1: Prequalification Procedures Page 7 April 2014

24. Specialist Sub-contractors 24.1 Applicants planning to sub-contract any of the key activities indicated in Section III, Qualification Criteria, shall specify the activity or parts of the scope of works to be sub-contracted in the Application Submission Sheet and clearly identify such activities and the proposed specialist sub-contractor(s) in Form ELI-1.2 in Section IV. Such proposed specialist subcontractor(s) shall meet the corresponding qualification s specified in Section III, Qualification Criteria. 24.2 The Authority does not intend to let contracts for certain specific parts of the scope of works with contractors selected in advance by the Authority. That is, there will be no Nominated Contractors, unless otherwise stated in the ADS. F. Evaluation of Applications and Prequalification of Applicants 25. Evaluation of Applications 26. Authority s Right to Accept or Reject Applications 27. Prequalification of Applicants 25.1 The Authority shall use all the factors, methods and criteria defined in Section III, Qualification Criteria to evaluate the qualifications of the Applicants and any specialist subcontractors. The Authority reserves the right to consider other factors or waive minor deviations in the qualification criteria if they do not materially affect the capability of an Applicant to perform the scope of works. 25.2 Only the qualifications of specialist sub-contractors that have been identified in the Application may be considered in the evaluation of an Applicant. However, the general experience and financial resources of sub-contractors may not be added to those of the Applicant for purposes of prequalification of the Applicant. 25.3 Unless otherwise indicated in the ADS, this Prequalification shall be for these Zonal Framework Contracts for Highways Operations and Maintenance only. 26.1 The Authority reserves the right to accept or reject any Application, and to annul the Prequalification Process and reject all Applications at any time, without thereby incurring any liability to the Applicants. 27.1 Applicants whose applications have met or exceeded the specified threshold criteria shall, to the exclusion of all others, be prequalified by the Authority. The Authority reserves the right to invite a short-list of qualified Applicants to Tender. Part 1: Prequalification Procedures Page 8 April 2014

28. Notification of Prequalification 29. Invitation to Tender 30. Changes in Qualifications of Applicants 28.1 Once the Authority has completed the evaluation of the Applications, it shall notify Applicants in writing if they have been prequalified for invitation to Tender or not. 29.1 After the notification of the results of the prequalification, the Authority shall invite Tenders from the short-listed Applicants that have been prequalified for the assigned packages. 29.2 Tenderers shall be required to provide tender security acceptable to the Authority in the form and in the amount specified in any subsequent tender documents. Also, the successful tenderers shall be required to provide a performance security in the form and in the amount specified in any subsequent tender documents. 30.1 Any change in the structure or formation of an Applicant after being prequalified in accordance with ITA 27, and invited to tender for a package or packages, shall be subject to the written approval of the Authority. Such approval shall be denied if, as a consequence of the change, the Applicant no longer substantially meets the qualification criteria set forth in Section III, Qualification Criteria, or, if in the opinion of the Authority, a substantial reduction in competition may result. Any such changes shall be submitted to the Authority no later than fourteen (14) days after the date of the Invitation to Tender. 31. Submissions 31.1 Applicants must not exceed two hundred and fifty (250) type written pages in their Applications. This page limit does not apply to attachments specifically requested in the Application Submission Forms, such as Articles of Incorporation or independently audited financial statements. For this purpose, page means one (1) side of A4 paper. Applicants should print on both sides of each sheet of paper and use only A4 sheets. Text must be only typed in "Arial" font and be no smaller than 11 point, single-spaced with the margins set at 2.5 cm. Page header or footer information may be placed in the margin space. Where provisions are made for the answers, they must be typed in the relevant boxes/space provided in this document. No additional attachments are permitted other than any specific information requested (for example the audit financial information, etc.). Part 1: Prequalification Procedures Page 9 April 2014

31.2 All written Applications, submissions, questions, queries, communications and the like between Applicants and the Authority must be in English. Applicants must answer all questions as accurately and concisely as possible, and monetary values must be stated in Qatari Riyals (QAR). Failure to furnish the required information, make a satisfactory response to any question or supply required documentation will have an impact on the Applicant s score or the Applicant may not be invited to participate further. Note: The Applicant s attention is drawn to the following mandatory s: (a) Two (2) ring bound hard copies (one (1) Original & one (1) Copy) and two (2) soft copies on Compact Disks (CD) must be included as part of the submission. (b) The page limit for the Applications is strictly two hundred and fifty (250) pages. The page limit does not apply to attachments specifically requested in the Application Submission Forms. No other documentation, including company brochures or any other additional information etc should be included in the Application. Only include the specific information requested. No boxes, notebooks or lever arch files are to be submitted. Part 1: Prequalification Procedures Page 10 April 2014

SECTION II APPLICATION DATA SHEET (ADS) A. Introduction ITA 1.1 ITA 4.1 The identification of the Invitation for Prequalification is: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge Design and Build Programme Multiple Partnership of Local Commercially Registered Qatari Companies and in a JV are allowed. However the specific joint venture s set out in Part 1: Prequalification Procedures and Section III Qualification Criteria must be complied with. B. Prequalification Document ITA 7.1 For clarification purposes only, the Authority's address is: As per the Advertisement C. Preparation of Applications ITA 10.1 ITA 15.1 & 15.2 The language of the Application, as well as of all correspondence, is: English Applicants shall be automatically entered as applying for each zone and no separate application will be required. In addition to the Original, the number of copies to be submitted with the Application is: One (1) hardcopy and two (2) softcopies (on CDs). D. Submission and Opening of Applications ITA 17.1 For application submission purposes only, the Authority's address is: As per the Advertisement The Application submission closing date is: As per the Advertisement E. Evaluation of Applications ITA 23.1 ITA 24.2 A margin of preference for domestic tenderers shall be applied. The Authority does NOT intend to execute certain specific parts of the scope of work by a Contractor selected in advance (Nominated Sub- Contractor). The specific parts of the scope of work and the respective contractors are: None Part 1: Prequalification Procedures Page 11 April 2014

Section III - Qualification Criteria A. General Section III identifies the qualification criteria and compliance s that the Authority shall use to evaluate the Prequalification Applications. The associated application forms are contained in Section IV of this Prequalification Document. To be prequalified, an Applicant must demonstrate to the Authority that it substantially satisfies the s regarding experience, personnel, financial position and litigation history, specified herein. The following terminology and definitions shall apply when used in conjunction with these qualification criteria: (a) Main Contractor defined as the chief contractor who will enter into a direct contract with the Authority for a project and who will have full responsibility for project completion. A main contractor undertakes to perform a complete contract, and may employ (and manage) one (1) or more subcontractors to carry out specific parts of the contract. (b) (c) (d) Lead Partner the party nominated by the Joint Venture as the lead entity of the partnership. Minimum value is either the total contract value, when the Applicant was acting as a sole contractor, or the share of the total contract corresponding to its share of the Joint Venture participation when the Applicant was a member of a Joint Venture team. The last ten (10) years this shall be understood as the period commencing on 1 January of the year ten (10) years prior to the current year up to the deadline for submission of the Applications. B. Compliance Summary Table The following table summarises the information that Authority will use to evaluate the Prequalification Applications: Qualification criteria; Compliance s; and Associated prequalification forms Further details regarding the qualification criteria are presented in the following Subsection C. Part 1: Prequalification Procedures Page 12 April 2014

Compliance Summary Table Series No. 1. Eligibility Qualification Criteria 1.1 Conflict of Interest 1.2 1.3 Authority Ineligibility Subject Requirement Single Entity Government Owned Entity 2. Licenses and Registrations 2.1 3. Declaration Local Commercial Registrations No conflicts of interest, as described in ITA Sub- Clause 4.6 Not having been declared ineligible by the Authority, as described in ITA Sub-Clause 4.5 Applicant required to meet conditions of ITA Sub-Clause 4.6 Company must have commercial registration with the State of Qatar. In the case of a Joint Venture, a completed Declaration to Commit to Registration process Compliance Requirements All Parties Combined Existing or intended JV must meet Existing JV must meet Joint Ventures Each Party One Party N/A N/A N/A Submission Requirements Application Submission Sheet Question (b) Application Submission Sheet Question (c) Application Submission Sheet Question (d) N/A Form REG 2.1 3.1 Pre-Tendering Agreement for Joint Venture Joint Venture Agreement N/A N/A Form DC -.3.1 Part 1: Prequalification Procedures Page 13 April 2014

Compliance Summary Table Qualification Criteria Compliance Requirements Series No. Subject Requirement Single Entity All Parties Combined Joint Ventures Each Party One Party Submission Requirements 4. Historical Contract Non-Performance 4.1 History of Non- Performing Contracts Non-performance of a contract did not occur within the last two (2) years prior to the deadline for application submission based on all information on fully settled disputes or litigation N/A N/A Form CON 4.1 4.2 Failure to Sign a Contract Failure to sign a contract after submitting a Tender security has not occurred in the past five (5) years. Any deviation should be explained in the enclosed Contract Non-Performance form N / A Form CON 4.1 4.3 Pending Litigation All pending litigation, arbitration, mediation or adjudication shall not represent in total more than 25% of the Applicant s net worth and must be treated as resolved against the Applicant N/A N/A Form CON 4.1 Part 1: Prequalification Procedures Page 14 April 2014

Compliance Summary Table Series No. 5. Financial Situation 5.1 5.2 5.3 5.4 Qualification Criteria Subject Requirement Single Entity Financial Performance Financial Performance Financial Performance Financial Performance Submission of independently audited financial statements (in English) for the last three (3) years indicating the breakdown of local and international turnover Current soundness of the Applicant s financial position and its prospective long term profitability as measured by average coefficient of current ratio (Current Assets/Current Liabilities) Current soundness of the Applicant s financial position & its prospective long term profitability as measured by average coefficient of debt ratio (Total Debt / Total Assets) Minimum annual turnover (in accordance with s of Section III.C.5) Compliance Requirements All Parties Combined N/A N/A N/A Joint Ventures Each Party N/A One Party Submission Requirements N/A Form FIN 5.1 N/A Form FIN 5.1 N/A Form FIN 5.1 55% of the Form FIN 5.2 Part 1: Prequalification Procedures Page 15 April 2014

Compliance Summary Table Series No. 6. Experience 6.1 (a) 6.1 (b) Qualification Criteria Subject Requirement Single Entity General Experience Variation Order / Claims History The Applicant shall demonstrate its technical expertise and its successful track record in completing projects similar in scope of work as delineated in Part 2, Appendix A (Scope of Works) of this invitation, within the last ten (10) years from the date of submission of this Application for which the Applicant had overall delivery responsibility and in accordance with the s stated under Section III.C.6 of this document The Applicant s initial contract value was not varied by more than 20% through Applicant initiated variations and all variations, whether Employer or Applicant initiated were negotiated and agreed prior to contract Completion, i.e. Compliance Requirements All Parties Combined N/A N/A Joint Ventures Each Party One Party Submission Requirements Form EXP 6.1 N/A Form EXP 6.1 Part 1: Prequalification Procedures Page 16 April 2014

Compliance Summary Table Series No. 6.2 Qualification Criteria Subject Requirement Single Entity Specific Regional Experience 7. Personnel Capabilities 7.1 7.2 Organisational Structure Personnel Capabilities prior to the start of the Defects Liability Period. Applicant shall demonstrate experience in the GCC (Authority experience preferred) completing projects similar in scope of work as delineated in Part 2, Appendix A (Scope of Works) of this invitation, within the last ten (10) years from the date of submission of this Application Provide Organisational Structure for delivering project, including defining role, responsibilities and description of roles Provision of suitably qualified personnel to fill the key positions as per Section III.c.7 and Form EXP-7.2. Compliance Requirements All Parties Combined Joint Ventures Each Party N/A One Party Submission Requirements Form EXP 6.2 N/A N/A Form EXP 7.1 N/A N/A Form EXP 7.2 Part 1: Prequalification Procedures Page 17 April 2014

Compliance Summary Table Series No. 7.3 Qualification Criteria Subject Requirement Single Entity Proposed Staff CVs Provide CVs for all Key Personnel as identified under Section III.C.7 of this document Compliance Requirements All Parties Combined Joint Ventures Each Party One Party Submission Requirements N/A N/A Form EXP 7.3 8. Project Assurances 8.1 Health, Safety & Environment Plan Evidence of Health, Safety & Environment Qualification N/A Form HSE 8.1 8.2 Quality Management Plan Evidence of a Quality Management System related to the Scope of Work N/A Form QM 8.2 9. Resources, Plant & Equipment 9.1 Resources, Plant & Equipment Provide details of Resources and Plant & Equipment in the Company s ownership N/A N/A Form RS 9.1 10. Management Approach 10.1 Management Approach Questions Provide sufficiently detailed responses to the management approach questions included on Form MAQ-10.1 N/A N/A Form MAQ 10.1 Part 1: Prequalification Procedures Page 18 April 2014

C. Qualification Criteria The Applicant shall meet the following criteria which supplement the compliance s listed in the Compliance Summary Table in Section III, Subsection B. 1. Eligibility (Series No. 1) (a) Companies eligible to tender shall meet either of the criteria in the following table: Qatari Company (1) only Qatari Company or Joint Venture (JV), which includes a Qatari Company having a minimum of 51% shareholding of the JV (1) Qatari Company means a company that holds a valid Commercial Registration at the Ministry of Business and Trade and where the company includes a 51% Qatari ownership. (b) A nominal total value of Works Orders of QAR 100m over the Contract Period is suggested for each Framework Contract but no guarantee is given or implied as to the correctness of this value by the Authority. Part 1: Prequalification Procedures Page 19 April 2014

2. Licences and Registrations (Series No. 2) (a) (b) Applicants should also be registered in one of the professional or trade registers in the country of their principal place of business and relevant to the nature of this prequalification. Applicants should note that in addition to successful prequalification they will be required to meet Qatari Registration s in order to tender. 3. Declaration (Series No. 3) (a) (b) Where an Applicant represents an existing Joint Venture or has formed a new Joint Venture for a project, evidence of a pre-tendering agreement for the Joint Venture will be required in the format required by Form DC 3.1. The points noted below summarise the s for Joint Ventures and the parties within Joint Venture agreements, with reference to the other subsections of Section III. For Joint Ventures, the Lead Partner, Qatari partners undertaking more than 40% of the contract value and other non Qatari partners must each satisfy the respective minimum qualification s, indicated under Section III, Subsections B and C. The Joint Venture must satisfy collectively the criteria for personnel capability and financial position stated. Individual partners must each satisfy the s for audited balance sheets and litigation. The full physical s for comparable nature and complexity shall be met collectively by the Joint Venture. 4. Historical Contract Non-Performance (Series No. 4) 4.1 History of Non-Performing Contracts: The Applicant shall provide accurate information that non-performance of a contract did not occur within the last two (2) years prior to the deadline for Application submission based on all information on fully settled disputes or litigation. A fully settled dispute or litigation is one that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances available to the Applicant have been exhausted. 4.2 Failure to Sign Contract: The Applicant shall provide accurate information regarding its failure to sign a contract after submitting a tender security and certify that this has not occurred in the past five (5) years. Any deviation should be explained in the referenced application form. 4.3 Litigation History: The Applicant shall provide accurate information on any current or past litigation, arbitration, mediation or adjudication resulting from contracts completed or under execution by him over the last two (2) years. A consistent history of settlement awards against the applicant or any partner of a joint venture may result in failure of the application. Part 1: Prequalification Procedures Page 20 April 2014

5. Financial Situation (Series No. 5) (a) (b) (c) (d) The audited balance sheets for the last three (3) years shall be submitted and must demonstrate the soundness of the Applicant's financial position, showing their long-term profitability. Where necessary, the Authority will make inquiries with the Applicant's bankers. Based on its audited balance sheets, the Applicant shall demonstrate the current soundness of the Applicant s financial position and its prospective long term profitability as measured by their average coefficient of Current Ratio (Current Assets/Current Liabilities). The Current Assets/Current Liabilities ratio shall be 1.5. Based on its audited balance sheets, the Applicant shall demonstrate the current soundness of the Applicant s financial position and its prospective long term profitability as measured by their average coefficient of Debt Ratio (Total Debt/Total Assets). The Total Debt/Total Assets ratio shall be 0.66. The Main Contractor or the combined parties comprising the Joint Venture shall have a minimum average annual turnover (defined as billing for works in progress and completed) over the last three (3) years of QAR 100million 6. General Experience (Series No. 6) (a) (b) The Applicant shall demonstrate its technical expertise and its successful track record in completing projects similar in scope of work as delineated in Part 2, Appendix A, Section 2.0 of this Prequalification Invitation, within the last ten (10) years, for which the Applicant had overall delivery responsibility. The last ten (10) years shall be understood as the period commencing on 1 January 2003 up to the deadline for submission of the Applications. The Applicant shall submit full details of a minimum of three (3) projects that the Applicant considers to be similar in nature to the required scope using Form EXP 6.1. (c) Variation Order/Claim History: For each project described on Form EXP 6.1, the Applicant shall provide accurate information on the as awarded value and the contract value at completion. The Applicant shall provide a complete explanation of the difference in values, including details of the party initiating any variations, the average length of time taken to agree any time or cost variations, the number of successful variation claims and the number of unsuccessful variation claims. (d) (e) (f) Applicants shall demonstrate any regional experience in completing projects with relevant similarities to the scope of work as delineated in Appendix A, Section 2.0 of Part 2, Work Requirements. This experience shall be within the last ten (10) years, this being the period commencing on 1 January 2003 up to the deadline for submission of the Applications. The Applicant is to provide the examples on Form EXP-6.2 demonstrating this local experience. The Applicant may also wish to submit declarations prepared by the senior officer of any client s organisation attesting to the Applicant s performance record on the project. Such documents shall bear the original signature of the client s representative and the company seal or letterhead of the client s organisation. Information such as adherence to programme, cost control, demonstrated quality and good safety performance of the Applicant will be considered. Note that Authority may contact the Client for each reference project submitted by the Applicant. Failure of either the Client to respond to the Authority s request for reference information in a timely manner Part 1: Prequalification Procedures Page 21 April 2014

will be considered as an unsatisfactory record of performance, which will constitute a fail score for this criterion. 7. Personnel Capabilities (Series No. 7) (a) (b) (c) (d) (e) (f) Key Personnel Table The Applicant must clearly demonstrate its ability to assign competent personnel to the contract and that they possess relevant experience on past projects similar in scope and size to the Framework Contract for which they are seeking to be prequalified, as delineated in Part 2, Appendix A, Section 2.0 of this invitation. To demonstrate its understanding of the staffing s of the project, the Applicant shall submit a project organisational structure in the form of a diagram with explanatory notes as required in Form EXP 7.1. The organisation structure should: Identify key positions Identify specific roles and a brief list of responsibilities of each position Show lines of authority and reporting relationships, Identify key positions to be held by each Joint Venture partner (if applicable) Identify key skills, qualifications, experience for each position To demonstrate the Applicant s compliance with these criteria, the Applicant shall submit professional Curricula Vitae (CVs) for staff who meet the stated s for the key positions presented in the following Key Personnel Table. For specific positions essential to implementation of the Framework Contract Applicants shall provide the names of at least two (2) candidates qualified to meet the specific s stated for the positions included on Form EXP 7.2. For each key position presented in the above table, the Applicant shall supply information (in Form EXP 7.3) on a first choice candidate and if so designated in Form EXP- 7.2 on a suitable alternate each of whom should meet the experience s specified in the key personnel table. Successful Applicants will be obliged to offer these personnel or equivalent in their tender. Position Total Years of Experience In Similar Works As Manager or Technical Lead (as appropriate) of Similar Works Experience in the Gulf Principal / Project Director 20 5 5 Preferred Project Manager 15 5 5 3 Senior Design Engineer 15 5 5 Preferred Senior Structural Engineer 15 5 5 Preferred Traffic Engineer 10 5 3 Preferred Road Safety Engineer 10 5 3 Preferred Health Welfare Safety Environment Manager 15 5 5 Preferred Part 1: Prequalification Procedures Page 22 April 2014

Key Personnel Table Position Total Years of Experience In Similar Works As Manager or Technical Lead (as appropriate) of Similar Works Experience in the Gulf Traffic Management / Traffic Safety 10 5 3 Preferred and Control Manager Quality Control Engineer 15 5 5 Preferred Operations / Construction Manager 15 5 5 Preferred Field Construction Superintendent 15 5 5 Preferred Lead Electrical and Lighting Engineer 15 5 3 Preferred 8. Project Assurances (Series No. 8) (a) (b) (c) The Authority requires that all work undertaken on its behalf is carried out safely for all parties and with particular regard to the welfare and wellbeing of its employees and workers when operating on sites and other areas under the management of the Contractor. The Tenderer shall state how it will allocate adequate resources to enable it to fulfil its statutory obligations for Health, Welfare and Safety. In this regard, the Tenderer shall provide evidence in the form of an existing written Health, Welfare & Safety Policy focused on the safe execution of operations and maintenance related activities on live highways and shall provide the information requested on Form HSE 8.1. Additionally, the Tenderer shall provide details of their s for internal welfare arrangements or external welfare arrangements where it draws on significant labour from labour agencies within the State of Qatar. The Authority additionally is committed to ensure a high quality of life for the State of Qatar s citizens by protecting the environment and by delivering its services in a way that respects the earth s natural ecosystems. The Authority aims to work with its contractors and suppliers to help them improve their environmental performance and ensure that, when working for the Authority, they adopt equivalent environmental standards. The Authority therefore expects its contractors to show evidence of their commitment to the environment by having an environmental policy, which has been endorsed, at the highest level in the company. As a minimum, the Applicant must successfully demonstrate that it has an established and written Environmental Management Policy and provide the information requested on Form HSE 8.1. The Authority expects its contractors to demonstrate their commitment to maintaining a rigorous Quality Management System, which is endorsed at the highest level in the company. As a minimum, the Applicant must provide evidence of any quality certifications that it possess and to provide the information requested on Form QM 8.2. 9. Resources, Plant & Equipment (Series No. 9) (a) The Applicant is to provide evidence that it possesses, or has access to, sufficient resources, plant and equipment to deliver the project for which seeks prequalification. In this regards, as a minimum the Applicant must provide the information requested on Form RS 9.1. Part 1: Prequalification Procedures Page 23 April 2014

10. Management Approach (Series No. 10) (a) This series examines the Applicant s approach to the management of similar contracts. The Applicant is therefore required to answer the management approach questions included on Form MAQ 10.1. Part 1: Prequalification Procedures Page 24 April 2014

Section IV. Prequalification Application Submission Sheet and Forms Checklist for Prequalification Application Submission The Applicant should include this Checklist at the front of their Prequalification Submission Applicant Name: Applicant Reference No Date & Time Submitted Documents Submitted Please use the following symbols to indicate whether forms and documents have been included in your submission : Symbol Symbol Form is present Form is not present Series No. Category Form Present 1 Eligibility Requirements 1.1 Conflict of Interest - Application Submission Sheet 1.2 Authority Ineligibility - Application Submission Sheet 1.3 Government Owned Entity - Forms ELI - 1.1 & 1.2 2 Licenses and Registrations 2.1 Company Registration in Qatar - Form REG 2.1 3 Declaration 3.1 Pre-Tendering Agreement for JV formation - Form DC-3.1 4 Historical Contract Non-Performance 4.1 History of Non Performance - Form CON 4.1 4.2 Failure to Sign a Contract - Form CON 4.1 4.3 Pending Litigation - Form CON 4.1 Part 1: Prequalification Procedures Page 25 April 2014

Series No Category Form Present 5 Financial Situation 5.1 Audited Financial Statements - Form FIN 5.1 5.2 5.3 Current soundness of the Applicant s financial position and its prospective long term profitability as measured by average coefficient of current ratio (Current Assets/Current Liabilities) - Form FIN 5.1 Current soundness of the Applicant s financial position and its prospective long term profitability as measured by average coefficient of debt ratio (Total Debt / Total Assets) - Form FIN 5.1 5.4 Annual Turnover - Form FIN 5.2 6 Experience 6.1 General Experience - Form EXP- 6.1 6.2 Specific Local Experience - Form EXP- 6.2 7 Personnel Capabilities 7.1 Organisational Structure - Form EXP- 7.1 7.2 Personnel Capabilities - Form EXP- 7.2 7.3 Proposed Staff CVs - Form EXP- 7.3 8 Project Assurances 8.1 Health Safety & Environment Plan - Form HSE 8.1 8.2 Quality Management Plan - Form QM 8.2 9 Resources, Plant & Equipment 9.1 Resources, Plant & Equipment - Form RS 9.1 10 Management Approach 10.1 Management Approach Questions Form MAQ 10.1 Part 1: Prequalification Procedures Page 26 April 2014

Application Submission Sheet (to be completed by Individual Company or by all parties of the JV) Date: To: Public Works Authority We, the undersigned, apply to be prequalified for the following project: Project: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge We, the undersigned declare that: (a) (b) (c) We have examined and have no reservations to the Prequalification Document, and all other documents issued in accordance with ITA Clause 8: We, including any Sub-contractors for any part of the scope of supplies subject to this Prequalification do not have any conflict of interest, in accordance with ITA Sub- Clause 4.3; We, including any Sub-contractors for any part of the scope of supplies subject to this Prequalification, have not been declared ineligible by the Authority s nor State of Qatar s laws or official regulations; (d) We are not a government owned entity. We are a government owned entity and we meet the s of ITA Sub- Clause 4.6. (e) Activities We, in accordance with ITA Sub-Clause 24.1, plan to subcontract the following key activities and/or parts of the Works: Sub-contractor Part 1: Prequalification Procedures Page 27 April 2014

(g) We understand that you may cancel the prequalification process at any time and that you are neither bound to accept any Application that you may receive nor to invite the prequalified Applicants to Tender for the Contract subject of this Prequalification, without incurring any liability to the Applicants, in accordance with ITA Clause 26. Main Contractor or Lead Partner Signed: Name: in the capacity of Who is duly authorised to sign the Application for, and on behalf of: Applicant s Legal Name Address Dated on day of 2013 Joint Venture Partner (2) Signed: Name: in the capacity of Who is duly authorised to sign the Application for, and on behalf of: Applicant s Legal Name Address Dated on day of 2013 Part 1: Prequalification Procedures Page 28 April 2014

Joint Venture Partner (3) Signed: Name: in the capacity of Who is duly authorised to sign the Application for, and on behalf of: Applicant s Legal Name Address Dated on day of 2013 Part 1: Prequalification Procedures Page 29 April 2014

Form ELI 1.1 Applicant Information Sheet (to be completed by Main Contractor or by all JV parties) Date: Project: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge Page of pages Applicant s Legal Name In case of JV, legal name of JV Applicant s actual or intended country of constitution Applicant s actual or intended year of constitution Legal status of Applicant Parent Company (if the Applicant is a subsidiary company, give the name and address of the parent company or companies together with the details of affiliation status - % of shareholding) Number of Years of experience of the Applicant In the State of Qatar In countries other than the State of Qatar Number of Years of experience of the Parent Company In the State of Qatar In countries other than the State of Qatar Market area covered: National / Regional / International. If Regional or International, list countries of operation Part 1: Prequalification Procedures Page 30 April 2014

Applicant s authorised representative information Name: Address: Telephone/Fax numbers Email address Attached are copies of the following documents: 1. In case of a single entity, Articles of Incorporation or documents of Constitution of the legal entity named above (One (1) A4 sheet only) 2. In the case of a JV, the Pre Tender Agreement in accordance with ITA 4.2. 3. In the case of a government-owned entity, any additional documents not covered under 1 above required to comply with ITA 4.5 (One (1) A4 sheet only) Part 1: Prequalification Procedures Page 31 April 2014

Form ELI 1.2 Applicant Information Sheet as per ITA 24.1 (to be completed by all JV Partners/Sub-contractors) Date: Project: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge Page of pages Note that in the case of a JV the evaluation committee will take into consideration, the percentage of the joint venture individual JV Partners shall be undertaking. Applicant s Legal Name JV s party/sub-contractor legal name JV s party/sub-contractor country of constitution JV s party/sub-contractor year of constitution JV s party/sub-contractor legal address in country of constitution JV s party/sub-contractor authorised representative information Name: Address: Telephone/Fax numbers Email address Attached are copies of the following documents: 1. Articles of Incorporation or documents of Constitution of the legal entity named above (One (1) A4 sheet only) 2. In the case of a government-owned entity, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITA 4.5 (One (1) A4 sheet only) 3. In the case of a Joint Venture, the Pre Tender Agreement in accordance with ITA 4.2. Part 1: Prequalification Procedures Page 32 April 2014

1 Form REG 2.1 Company Registrations For items 1 to 3, See ITA 4.1 To be completed by Main Contractor or by all JV Partners Registration in home country (evidence to be provided as supporting information in the submission One A4 sheet only) Year established Country/Area where registered Registration/License No. 2 Registration in the State of Qatar, if it already exists (evidence to be provided as supporting information in the hard copy submission One (1) A4 sheet only) Year established Discipline of Registration Registration/License No. 3 If not registered in the State of Qatar, please provide details of working arrangement for delivering services in the State of Qatar (One A4 sheet only): Prospective sponsor s name Address and Contact Numbers Type of Business 4 Sub-contractors, Overseas Representatives: (If applicable, please list out these other firms in regular participation with you for delivering works). Name Specialisation Base Location Years in association 5 If the Company/Firm is already in, or intends to form, a Joint Venture with one or more other companies/firms for the provision of works, please provide the following information: Name of JV partner(s) Specialisation Current Address Contact Person Contact Details Part 1: Prequalification Procedures Page 33 April 2014

6 Fields of Specialisation of the Company/Firm/JV Major sector List specific fields(s) a. b. c. d. 7 Company or JV Structure: Detailed organization chart(s) to be provided as supporting information in the hard copy submission (One (1) A4 sheet only): (a) For the Company/JV submitting for pre-qualification showing the relationships with partners/sub-contractors. (b) For the parent company showing the relationship with the Company (if applicable). 8 Working Language(s) Arabic English Other (Specify) Other (Specify) Other (Specify) Yes No 9 Firm s Membership of Professional Associations (if applicable): Professional Association Acronym Type of Membership Member Since (year) Part 1: Prequalification Procedures Page 34 April 2014

Form DC 3.1 PRE TENDERING AGREEMENT FOR JOINT VENTURE THIS AGREEMENT is entered into this day of 20 BETWEEN: (1) [NAME] of [Address]; (2) [NAME] of [Address]; and (3) [NAME] of [Address]. Each singly a Party and together the Parties. RECITALS: A. The Parties wish to co-operate in a joint venture (hereinafter the Joint Venture ) for the exclusive purpose of tendering for, and performing a contract (hereinafter the Contract ) in connection with the FRAMEWORK CONTRACTS FOR PEDESTRIAN BRIDGE DESIGN AND BUILD PROGRAMME (hereinafter the Project ), to be appointed by the Authority (Ashghal/PWA) (hereinafter the Authority ) in accordance with the following terms and conditions. It is hereby agreed as follows: Clause 1 The Parties hereby associate in Joint Venture exclusively for the purpose of jointly preparing a submission and tendering in the name of...joint Venture or in the sole name of...( as will be acceptable to the Authority) and to jointly perform the Contract in the event that the Tender is successful. Clause 2 The Parties engage themselves to pursue the object of this Agreement on the basis of mutual exclusivity and undertake that they or their affiliated companies will not participate with any third parties in tenders for the execution of the Project. This clause shall survive the expiry or termination of this Agreement. Clause 3 The Joint Venture will be backed by the full resources of the Parties who will be jointly and severally responsible for the proper fulfilment of the Contract, regardless of their respective shares in the Joint Venture. Notwithstanding the Parties joint and several liabilities towards the Authority under the Contract, the Parties liabilities as between themselves shall be in accordance with the participation percentage stated in Clause 8 hereto. Clause 4 It is expressly agreed that the relationship constituted by this Agreement is that of a Joint Venture limited as herein stated, and not that of a partnership. Part 1: Prequalification Procedures Page 35 April 2014

Clause 5 All decisions regarding the Tender, amendments thereof and execution of the Contract shall be taken by unanimity and recorded in writing between the Parties. Clause 6 The governing principles of the Joint Venture referred to in Recitals A of this Agreement, which shall be reflected in the Joint Venture Agreement are: All rights, interests, liabilities, obligations and risks and all profits or net losses arising out of the Contract and Work Order(s) shall be shared or borne by the Parties in such proportion as is set out in the Joint Venture Agreement. The participation of the Parties will be as follows: Clause 7 percent ( %) (Joint Venture Member (1)) percent ( %) (Joint Venture Member (2)) percent ( %) (Joint Venture Member (3)) The Joint Venture Agreement may create a contractual, Non-Incorporated Joint Venture, or an Incorporated Joint Venture company. In the case of a contractual, non-incorporated Joint Venture, the Parties shall be jointly and severally liable to the Authority for the Joint Venture s performance of its obligations. In the case of a Joint Venture company, the Parties shall be obliged to provide the Authority with acceptable guarantees of the Joint Venture s performance of its obligations. Immediately upon being awarded the Contract, the Parties shall enter into and sign a final Joint Venture Agreement in order to determine in detail the contractual stipulations governing their co-operation as joint ventures. The Authority reserves the right to audit how the Joint Venture is operating at any stage. Clause 8 This Agreement shall terminate on any of the following occurrences: (a) Failure of the Parties to submit a bid to the Authority, or (b) The Tender is unsuccessful, or (c) Upon expiry of the validity period of the Tender unless extended by mutual agreement of the Parties, or (d) The conclusion of the Joint Venture Agreement as per Clause 9 hereof, or (e) The Contract is terminated by the Authority. The termination of this Agreement in case of occurrence of any of items (a) to (e) of this Clause 8 will not become effective until all securities provided by the Parties for the Tender, if any have been paid to the Authority. Clause 9 The Parties shall not be entitled to sell, assign, or in any manner encumber their interests or any part thereof in this Joint Venture, without obtaining the prior consent of the Authority. Clause 10 Part 1: Prequalification Procedures Page 36 April 2014

Each of the Parties agrees to place at the disposal of the Joint Venture the benefit of its individual experience, technical knowledge and skill and shall in all respects bear its share of the responsibility and burden of performing the Joint Venture s obligations under the Contract including the provision of information, advice, personnel and any other required resources. Clause 11 Each Joint Venture Member shall participate fully in the performance of the Joint Venture s obligations, whether as a Party to the Joint Venture Agreement in the case of a contractual, non-incorporated joint venture or as a shareholder in the case of a joint venture company. Clause 12 Any bonds, guarantees or indemnities required by or arising out of the Contract or otherwise required for the business of the Joint Venture shall be procured by the Joint Venture and the cost of such bonds, guarantees or indemnities shall be borne by the Joint Venture. Clause 13 Notwithstanding anything to the contrary, this Agreement shall not be considered as establishing an agency or partnership between the Parties or limiting the power or rights of the Parties each to carry on its separate business for its sole benefit. However, the Parties shall at all times act in good faith and to use their best endeavours to safeguard and further their common interests in relation to the Tender and the Contract. Clause 14 This Agreement shall be governed by and construed in accordance with the Laws of the State of Qatar and shall be subject to the jurisdiction of the courts thereof. This clause shall survive the termination or expiry of this Agreement. Part 1: Prequalification Procedures Page 37 April 2014

AS WITNESS WHEREOF the parties have entered into this Agreement on the date first written above. Authorised signature(s) of the Joint Venture Member (1) Name: Title: In the presence of: Name: Title: Address: Authorised signature(s) of the Joint Venture Member (2) Name: Title: In the presence of: Name: Title: Address: Part 1: Prequalification Procedures Page 38 April 2014

Authorised signature(s) of the Joint Venture Member (3) Name: Title: In the presence of: Name: Title: Address: Appendix A Definitions Joint Venture Company :- A company incorporated under Qatari law, formed for the purpose of entering into the Contract, in which the Joint Venture Members are shareholders. A Contractual non-incorporated Joint Venture :- Two (2) or more companies acting in collaboration for profit without incorporation for the purpose of entering into the Contract. Parties :- The Parties to this Agreement. Part 1: Prequalification Procedures Page 39 April 2014

Form CON 4.1 Historical Contract Non Performance (to be completed by Main Contractor, or by each JV Partner, and by Sub-contractors) Applicant s Legal Name: Project: Date: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge Design and Build Programme Page of Pages Non-Performing Contracts in accordance with Item 4.1 of Compliance Table in Section III, Subsection B of Qualification Criteria OR Year [insert year] Contract non-performance did not occur during the two (2) years prior to the deadline for Application submission Contract(s) not performed during the two (2) years prior to the deadline for Application submission Non performed portion of contract [insert amount and percentage] Contract Identification Contract identification: [indicate complete contract name, number, and any other identification] Name of institution: [insert full name] Address of institution: [insert street/city/country] Reason(s) for non-performance: [indicate main reason(s)] Total Contract Amount (current value, QAR equivalent) [insert amount] Failure to Sign a Contract, in accordance with Item 4.2 of Compliance Table in Section III, Subsection B of Qualification OR No failure to sign a contract Failure to sign a contract In the event of failure to sign a contract, clarify/explain your situation according to Item 4.2 of Compliance Table in Section III, Subsection B of Qualification Criteria. Part 1: Prequalification Procedures Page 40 April 2014

Pending Litigation, in accordance with Item 4.3 of Compliance Table in Section III, Subsection 4.3 of Qualification Criteria OR Year No pending litigation exists Pending litigation exists Outcome as % of Total Assets Contract Identification: Name of Employer: Address of Employer: Contract Identification: Total Contract Amount (current value, QAR equivalent) Matter in dispute: Contract Identification: Name of Employer: Address of Employer: Matter in dispute: Part 1: Prequalification Procedures Page 41 April 2014

Form FIN 5.1 Financial Situation (to be completed by Main Contractor or by each JV Partner) Applicant s Legal Name: Project: Date: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge Design and Build Programme Page of Pages Use a separate sheet for each partner Total Assets (TA) Total Liabilities (TL) Net Worth (NW) Accounts Receivable (AR) Current Assets (CA) Current Liabilities (CL) Total Revenue (TR) Operating Profit (EBIT) Net Revenue (NR) Current Assets/Current Liabilities(Current Ratio) Operating Profit/Total Revenue (Profit Margin) Total Revenue/Total Assets (Return on Assets) Total Liabilities/Total Assets (Debt Ratio) Financial Information in QAR Year 2010 Year 2011 Year 2012 Average Part 1: Prequalification Procedures Page 42 April 2014

Attached are copies of independently audited financial statements (balance sheets, including all related notes, and income statements) for the years required above complying with the following conditions: a) Must reflect the financial situation of the Applicant or party to a JV, and not sister or parent companies; b) Historic financial statements must be audited by a certified accountant; c) Historic financial statements must be complete, including all notes to the independently audited financial statements; d) Historic financial statements must correspond to accounting periods already completed and independently audited (no statements for partial periods shall be requested or accepted); e) Note that in the case of a JV, the evaluation committee will take into consideration the individual financial standing of all JV Partners and the potential percentage of the joint venture they shall be undertaking. Attached Additional Information: Auditor s name, address and fax number Financing agency s (if any) name, address and fax number. Backlog of works, similar to that being proposed, at the end of the last three (3) years and status to date. Bank guarantees issued and credit limits in the last three (3) years and status to date * Based on the following exchange rates Currency Sum Equivalent in Qatari Riyals British Pound 1 Euro 1 US Dollar $1 Part 1: Prequalification Procedures Page 43 April 2014

Form FIN 5.2 Average Annual Turnover (to be completed by Main Contractor or by all JV Partners) Applicant s Legal Name: Project: Date: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge Design and Build Programme Page of Pages Average Annual Turnover Data in the State of Qatar (to be completed by individual companies or Qatar JV Partner) Year Amount and Currency QAR equivalent 2009 2010 2011 2012 Average Annual Turnover Data International (To be completed by Non Qatari JV Partner) Year Amount and Currency QAR equivalent 2009 2010 2011 2012 Part 1: Prequalification Procedures Page 44 April 2014

*Average annual turnover calculated as total certified payments received for work in progress or completed, divided by the number of years specified in Item 5.1 of Compliance Table in Section III, Subsection B of Qualification Criteria. Both International Turnover and Local Qatar Turnover should be provided if applicable. International Turnover should be based on the exchange rates in the following table. Currency Sum Equivalent in Qatari Riyals British Pound 1 Euro 1 US Dollar $1 Part 1: Prequalification Procedures Page 45 April 2014

Form FIN 5.3 Current Contract Commitments / Works in Progress (to be completed by Main Contractor or by all JV Partners) The Applicant, and each member of a joint venture or other consortium, must fill in this form, providing information on their current contract commitments, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued. Name of Contract 1. 2. 3. 4. 5. etc. Employer, contact address/tel/fax 1 Value of outstanding work (current QAR equivalent) Estimated completion date Average monthly invoicing over last six (6) months (QAR/month) 1 The Authority reserves the right to contact this person or any other person for a reference check Part 1: Prequalification Procedures Page 46 April 2014

Form EXP 6.1 General Experience (to be completed by Main Contractor or by JV Partners) Applicant s Legal Name: Project: Date: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge Design and Build Programme Page of Pages On a separate page, and using the following format, the Applicant is requested to present his project experience intended to address the s set out in Section III, Subsection 6. The partners of a proposed Joint Venture should provide details of similar contracts undertaken by any of the Joint Venture partners. The value should be based on the currencies of the contracts converted into Qatar Riyals, at the rates given in Form FIN 5.1. The information is to be summarised for each project being submitted by the Applicant to fulfil the s of this criterion. 1. Name & Number (if applicable of Contract) 2. Location (Country, State, Region, etc.) 3. Name of Employer 4. Employer Representative (provide full contact information) 5. Employer s Design Engineer (provide full contact information) Nature of works and special features 6. relevant to the package for which the Applicant wishes to prequalify 7. Contract Role (check one) Sole Contractor Management Contractor Partner in a Joint Venture Sub Contract 8. Type of Contract (check one) 9. 10. Design-bid-build Design-build-operate Design-build Other (a) Total contract value (b) your subcontract value (c) your partner share in JV value (in Qatari Riyals at the rates given on Application Form DC 3.1 (a) (b) (c) For sole/main contractors, indicate the approximate Qatari Riyal amount and nature of substantial work (more than 20 percent in contract value) undertaken by subcontract, if any. 11. Final Contract Cost 12. Date of Award Contract Duration Part 1: Prequalification Procedures Page 47 April 2014

13. Actual Date of Completion 14. Completed on Schedule (if not, explain) 15. Number & Category of Staff Engaged on Project Number Category 16. Project Description (to include relevant information to the scope of the project being applied for) 17. Explanation of any difference between the as awarded contract value and the contract value at completion, including details of the party initiating any variations, the average length of time taken to agree any time or cost variations, the number of successful variation claims and the number of unsuccessful variation claims. Part 1: Prequalification Procedures Page 48 April 2014

Form EXP 6.2 Specific Local Experience (to be completed by Main Contractor or by JV Partners) Applicant s Legal Name: Project: Date: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge Design and Build Programme Page of Pages On a separate page, using the format of the following form, the Applicant is requested to present his local experience (Authority experience preferred) in accordance with the s set out in Section III, Subsection 6. The partners of a proposed joint venture should provide details of similar contracts undertaken by any of the Joint Venture partners. The value should be based on the currencies of the contracts converted into Qatar Riyals, at the rates given on Application Form FIN 5.1. The information is to be summarised for each project being submitted by the Applicant to fulfil the s of this criterion. Project Title Date of Project: Information Contract Amount If an Authority Project, provide an Authority Contract Representative (name and full contact information) Name: Contact Information Project description noting similarity of Authority s in Section III.C.5 of the Qualification criteria. (maximum of 200 words) Part 1: Prequalification Procedures Page 49 April 2014

Form EXP 7.1 Organisational Structure (to be completed by Main Contractor or by Lead JV Partner) Applicant s Legal Name: Project: Date: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge Design and Build Programme Page of Pages The organisational structure (chart) should be presented in the form of diagrams with explanatory notes and should: Identify key positions Identify specific roles and a brief list of responsibilities of each position Show lines of authority and reporting relationships Identify key positions to be held by each JV partner (if applicable) Identify key skills, qualifications, experience for each position Note: Organisational Structure (Chart) and the above required information/details should be limited to two (2) A4 sheets. Part 1: Prequalification Procedures Page 50 April 2014

Form EXP 7.2 Personnel Capabilities (to be completed by Main Contractor or by Lead JV Partner) Applicant s Legal Name: Project: Date: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge Design and Build Programme Page of Pages The following positions are deemed essential to project implementation, Applicants should provide the names of at least two (2) candidates qualified to meet the specified s stated for each position applicable to the construction package covered by the Application. The data on their experience should be supplied in separate sheets using one Form EXP 7.3 per person. Position Principal / Project Director Prime Candidate Alternate Candidate Project Manager Prime Candidate Alternate Candidate Senior Design Engineer Prime Candidate Alternate Candidate Senior Structural Engineer Prime Candidate Alternate Candidate Traffic Engineer Prime Candidate Alternate Candidate Road Safety Engineer Prime Candidate Alternate Candidate HWSE Manager Prime Candidate Alternate Candidate Traffic management / Traffic safety and Control Manager Prime Candidate Alternate Candidate Quality Control Engineer Prime Candidate Alternate Candidate Construction Manager Prime Candidate Total Years of Experience In Similar Works As Manager or Technical Lead (as appropriate) of Similar Works Experience in the Gulf Part 1: Prequalification Procedures Page 51 April 2014

Position Alternate Candidate Field Construction Superintendent Prime Candidate Alternate Candidate Lead Electrical and Lighting Engineer Prime Candidate Alternate Candidate Total Years of Experience In Similar Works As Manager or Technical Lead (as appropriate) of Similar Works Experience in the Gulf Part 1: Prequalification Procedures Page 52 April 2014

Form EXP 7.3 Candidate CVs Maximum 3 pages per person (to be completed for each candidate listed under Form EXP 7.2) Applicant s Legal Name: Project: Date: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge Design and Build Programme Page of Pages Position Candidate Candidate Information Name of Candidate Prime Date of Birth Alternate Education Nationality Total Years of Experience Languages Membership in Recognised International Organisations/Institutions Professional Key Qualifications & Experience (Included detailed relevant project experience to include name & location of project, client and representative contact information, type of contract, contract value, role in project, period of project, date of completion, and relevant technical details to demonstrate similar nature of experience to scope of package in accordance with the s of Part 2 Section Present Employment Name of Employer Address of Employer Telephone Fax Email Job Title of Candidate Years with Present Employer Contact (manager / personnel officer) Part 1: Prequalification Procedures Page 53 April 2014

Employment Record Summarise professional experience over the last 10 year in reverse chronological order. Indicate particular technical and managerial experience relevant to the relevant construction package. Information to include: From/To Company & Position Project Name Relevant Experience Certification I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me, my qualifications and my experience. (Signature of staff member and authorized Representative of the firm) Staff Member Name: Signature: Representative of Firm: Signature: Date: Part 1: Prequalification Procedures Page 54 April 2014

Form HSE 8.1 Health, Safety and Environment (to be completed by Main Contractor or by all JV Partners) Applicant s Legal Name: Project: Date: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge Design and Build Programme Page of Pages 1 2 3 4 5 6 7 8 9 10 Health Safety & Environment Criteria (Please Tick Each Box as Appropriate) Is your company Safety Management System (SMS) certified to OHSAS 18001:2007? If yes provide a copy of your current certificate. If the answer to Question 1 is no, describe on a separate sheet your current safety management system and plan including any future plans to achieve certification. (Maximum 200 words). Is your company Environment Management System certified to ISO 14001:2004? If yes provide a copy of your current certificate. If the answer to Question 3 is no, describe on a separate sheet your current Environment management system including any future plans to achieve certification. (Maximum 200 words). Does your company have personnel assigned the responsibility of HSE at the corporate level? Does your company have personnel assigned the responsibility of HSE at the project/site level? Does your company provide adequate personal protective equipment, induction training for new starters, tool-box talks, inspection, maintenance and replacement? Do you always have trained First-aiders on construction sites and keep documented medical records? Does your company have a process for identifying hazards and assessing/managing risks associated with identified hazards? Describe on a separate sheet detailed descriptions of site welfare facilities you would expect to provide on the project being applied for? (Maximum 200 words). Yes No Part 1: Prequalification Procedures Page 55 April 2014

11 Please provide the following safety performance data: Fatalities Lost Time Injuries (LTI) (>3 days) Total hours worked Accident Frequency Rate (AFR) * Medical Treatment Injuries Prosecuted for any HSE related offences Prohibition or improvement notices by an enforcement authority 2012 2011 2010 *Accident Frequency Rate (AFR) = (Total of LTI >3 days) divided by (the total hours worked) divided by (100,000). Part 1: Prequalification Procedures Page 56 April 2014

Form QM 8.2 Quality Management (to be completed by Main Contractor or by all JV Partners) Applicant s Legal Name: Project: Date: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge Design and Build Programme Page of Pages Question 1 2 Quality Management Criteria (Please Tick Each Box as Appropriate) Is your company Quality Management System (QMS) certified to BS EN ISO 9001:2008? If yes provide a copy of your certificate. If the answer to Question 1 is no, describe on a separate sheet your current Quality Management System and plan including any future plans to achieve certification. (Maximum 200 words). 3 Does your company comply with ISO 9001;2008 4 5 6 7 8 9 10 Does your company provide technical training and or certification for your work force? Does your company provide job specific Quality training to your employees? Does your company have a process to control and monitor the quality of your workmanship? Does your company have a process to control and monitor the quality of your construction materials? Does your company have a process to control and monitor the quality of your equipment and plant? Does your company have a process to control and monitor the quality of your subcontractor s performance? Does your company have a system where knowledge, skills and experience gained by individuals is disseminated, shared and redeployed? Yes No Part 1: Prequalification Procedures Page 57 April 2014

Form RS 9.1 Resources, Plant & Equipment (to be completed by Main Contractor or by all JV Partners) Applicant s Legal Name: Project: Date: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge Design and Build Programme Page of Pages 1. How many employees do you directly employ currently who are located in the State of Qatar? 2. How many employees do you directly employ currently who are located in GCC countries? 3. How many employees do you directly employ currently who are located internationally? 4. How many staff do you employ in Qatar at each grade, relevant to the work that is the subject of this application? Management Administrative / Clerical Skilled Trade Operatives General Labour Professional Construction Supervisors Plant Operators Others Total 1. Briefly describe your company s material procurement process and explain how you will manage your supply chain to ensure security of supply both in terms of price and quantity. (Maximum of 200 words) Part 1: Prequalification Procedures Page 58 April 2014

2. Please indicate the major construction plant and equipment (both fixed and mobile) currently in the company s ownership (no more than 20 entries) Plant & Equipment Type Total Number of Units Owned No. currently located in Qatar No. currently located in GCC No. currently located internationally 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Part 1: Prequalification Procedures Page 59 April 2014

Form MAQ 10.1 Management Approach Questions (to be completed by Main Contractor or by all JV Partners) Applicant s Legal Name: Project: Date: Prequalification Document for Procurement of Companies/Contractor for Qatar Pedestrian Bridge Design and Build Programme Page of Pages This section will examine the Applicant s management approach associated with delivering projects of similar nature to the Framework Contract being applied for. This section must be answered having given due consideration to the details of package scope of work(s). 1. The Authority intends to establish and implement industry best practices for health, safety and welfare on all operations and maintenance under this Framework Contract to better protect both the workers on site and the public as a whole. Please summarise your organisational approach and explain how your Health, Safety policies, systems, and procedures will align with and contribute to the achievement of the Authority objectives for the Framework Contract for which the Applicant is applying. (Minimum of 200 words) 2. How does the Applicant intend to manage the health, safety and welfare of its domestic subcontractors and supply chain for this Framework Contract. (Minimum of 200 words) Part 1: Prequalification Procedures Page 60 April 2014

3. Please describe how Applicant s approach to undertaking initiatives to improve workforce safety culture and provide examples of the outcomes achieved where similar initiatives have been implemented. (Minimum of 200 words) 4. The Authority intends to establish and implement industry best practices for quality on all projects under this Framework Contract that minimise defects and create a right first time culture. Please summarise your organisational approach and describe how your quality policies, systems, and procedures will align with Authority objectives and assure that a quality product is being delivered under this Framework Contract. (Minimum of 200 words) 5. Please describe your organisational approach to achieving sustainability in construction. What specific measures would you employ to embed best environmental management practices for this Framework Contract. (Minimum of 200 words) Part 1: Prequalification Procedures Page 61 April 2014

6. Please describe your organisational approach to stakeholder liaison. How will you ensure that that all those affected by your construction work are consulted and informed? Describe the key measures you will take to minimise disruption to residents and the travelling public and address any public complaints. (Minimum of 200 words) 7. Please describe how you will manage the physical and organisational logistics for providing the necessary resources (labour, plant, equipment, and materials) for this Framework Contract for which the Applicant is applying. Given the number of projects and programmes planned in Qatar during the timeframe of this Programme, describe how your logistics program will be mobilised and implemented. (Minimum of 200 words) 8. Please identify the top five (5) key risks in relation to this Framework Contract for which the Applicant is applying and describe how you will manage and mitigate those risks. (Minimum of 200 words) 9. Please describe the legacy the Applicant intends to leave upon completion of this Framework Contract. (Minimum of 200 words) Part 1: Prequalification Procedures Page 62 April 2014

10. Describe the management processes and reports for document management, contract management, scheduling, cost management, etc. that the Applicant plans to use on this Framework Contract. (Minimum of 200 words) 11. The Authority intends to establish and implement international best practices for pedestrian bridge infrastructure under this Framework Contract that maximises road user safety and provides an aesthetic solution. Please summarise your organisational approach and describe how your methodology will align with Authority objectives and assure that a quality product is being delivered under this Framework Contract. (Minimum of 200 words) Part 1: Prequalification Procedures Page 63 April 2014

This page is intentionally left blank Part 1: Prequalification Procedures Page 64 April 2014

هيي ة الا شغال العامة PUBLIC WORKS AUTHORITY FOR PROCUREMENT OF COMPANIES/CONTRACTOR FOR QATAR PEDESTRIAN BRIDGE DESIGN AND BUILD PROGRAMME PROCEDURES AND WORK REQUIREMENTS PART 2 - WORK REQUIREMENTS Public Works Authority PO Box 22188 Doha State of Qatar April 2014

PART 2: WORK REQUIREMENTS Table of Contents Part 2 1. Appendix A Scope of Works... 68 2. Appendix B Conditions of Contract... 73 3. Appendix C The Defined Area... 74 Note: The above documents are not final. The Authority reserves the right to make any changes to the documents that do not change the document philosophy, without incurring any liability to Applicants. The final documents will be part of the Tender Documents. Part 2: Work Requirements Page 66 April 2014

APPENDIX A: SCOPE OF WORKS SPECIFIC REQUIREMENTS OF THE PROJECT 1.0 GENERAL CONTRACT REQUIREMENTS 1.1 SCOPE OF WORKS TO BE CARRIED OUT 1.1.1 The Works comprise the design and build of pedestrian bridges across Qatar, but primarily in Doha. This will include identifying the exact location of each bridge from existing concept locations. There will be three categories of bridge; basic (1), intermediate (2a and 2b) or superior (3) in design depending on the prestige of the location. The design will include the bridge structure and the footway accommodation works, this may include footways, ramps, crash barriers, pedestrian barriers, traffic signs, drainage, protection of utility services, road markings kerb realignments and connections to other facilities such as shopping centres and carparks. The accommodation works should be generally be designed to meet the s of QHDM. However, specific elements of the design may require use of alternative international best-practice standards to achieve a more robust and safer overall solution as stipulated or accepted for use by the Authority. 1.1.2 Type 1 bridges are the most basic type of bridge. They are to be covered and accessible by stairs. This type of bridge will be most suited to rural and semi urban locations. However, they may also be used, particularly as a temporary solution, where there are proposals to change the highway layout but where the risk to pedestrians and the desire line warrant the installation of a bridge. 1.13 Type 2a bridges are to be covered and accessible by stairs. They are to have an additional architectural finish to reflect the location of the bridge. 1.14 Type 2b bridges are to be covered and accessed by stairs and elevators and have lighting. They will have an architectural finish that to reflect the location of the bridge. 1.1.5 Type 3 bridges will be covered and accessed by stairs, elevators and escalators. They will also have lighting, air-conditioning and an architectural finish that will reflect and enhance the location of the bridge. Type 1 Bridge Example Type 2a Bridge Example Part 2: Work Requirements Page 67 April 2014

Type 2b Bridge Example Type 3 Bridge Example 1.2 METHOD OF CONSTRUCTION 1.2.1 The method and time line for the construction for each bridge must be approved by Ashghal at the detailed design stage. The method of construction should be such that it causes the least disruption possible to the travelling public. The on-site construction time should be kept to a practical minimum. 1.3 TECHNICAL, AESTHETIC AND SAFETY REQUIREMENTS 1.3.1 Structures shall comply with QCS 2010 and with the technical s of Volumes 1 and 2 of the Highways Agency (UK) Design Manual for Roads and Bridges (DMRB), BS5400 as implemented by the DMRB and Ashghal Interim Advice Note (IAN) 009 or EN 1999, Eurocode9: Design of Aluminium Structures. Besides the issue of construction design, aesthetic and safety issues (such as access and maintenance) are also important considerations in developing the design of a pedestrian bridge. 1.3.2 Consideration should be given to the Susceptibility to Aerodynamic Excitation in accordance with BD 49/01. 1.3.3 The structure should be enclosed or covered with a shade structure. The design of an enclosure shall be such that unauthorized access to the sides or the roof is prevented. 1.3.4 The safety and security of pedestrians will need to be considered. When solid panels are specified as cladding to the enclosure frame, they should be transparent with provision made for cleaning. 1.3.5 The bridge width shall be determined and shall satisfy pedestrian needs and technical s. The clear width of the bridge, ramps and stairs shall not be less than 2.0m and shall be derived on the following basis to meet the peak pedestrian flows: On the level or up to 1 in 20 gradient: 300mm of width per 20 persons per minute. On steps or ramps steeper than 1 in 20 gradient: 300mm of width per 14 persons per minute. 1.3.6 The bridges are to be designed exclusively for pedestrian use. Cyclists are to be directed to dismount (and equestrians banned). 1.3.7 All of the walkways must be finished with anti-slip surfacing. Part 2: Work Requirements Page 68 April 2014

1.3.8 Horizontal clearance from the edge of the carriageway to the bridge supports shall meet minimum safety clearances in accordance with international best-practice. Where a suitable clearance cannot be achieved, the bridge supports and foundations shall be protected by crash barrier. The minimum vertical clearance of the bridge should be a minimum of 6.5m above the carriageway level. 1.3.9 The pedestrian bridge should be able to integrate into the adjacent commercial buildings or metro stations and to allow for further expansion/alteration if required at a later stage. 1.3.10 There shall be no advertisements. 1.4 LIGHTING / ILLUMINATION 1.4.1 Where lighting is included in the design of the bridge the design must meet the QHDM and applicable sections of the current BSEN13201 Street Lighting design standard. All lighting material must be pre-approved by Ashghal O&M. The designer shall use energy efficient technologies that have a positive impact on the environment and preserves existing natural resources. Lighting on the exterior of the bridge should be positioned to avoid glare to motorist and facilitate safe and easy maintenance. 1.5 ACCESS 1.5.1 Access shall generally be as short and direct as practicable and follow the desire line of the main pedestrian flow wherever possible, avoiding long detours and unnecessary climbing. Pedestrians can be encouraged to use a pedestrian bridge, rather than crossing at-grade, by the provision of suitable pedestrian guiderails or appropriate planting which prevent them from crossing the carriageway at road level. To further encourage pedestrians to use the bridge, all escalators shall be covered and protected from environmental hazards (wind and sand/dust). The escalators (lifts) shall be placed in easily accessible locations and must be proven to be reliable, and be comfortable for waiting. Provisions shall be provided for safe and convenient exit of pedestrians in the event of an emergency. Provisions shall be provided for convenient and easily used access for persons with disabilities. 1.6 AIR CONDITIONING 1.6.1 Where air conditioning is included in the design it should be designed to meet ASHRAE Standard 62-2007. The design should satisfy the needs of the Qatar summer conditions and be consistent and reliable. 1.7 DRAINAGE 1.7.1 Provision for drainage of water shall be made and all surfaces shall have adequate falls and suitable detailing to allow water run-off. Water shall not be allowed to discharge or spill from the structure on to the carriageway or footpaths or to stain exposed surfaces, but shall be carried away either to a drainage system or to a soakaway. Part 2: Work Requirements Page 69 April 2014

1.8 ROAD SAFETY AUDIT 1.8.1 In accordance with the Road Safety Audit Guidelines and Procedures a Road Safety Audit (RSA) should be carried out at the key stages of the development, design, construction and lifecycle of each bridge. 1.9 SECURITY 1.9.1 Each bridge should meet the s of the British Regulatory Reform (Fire Safety) Order 2005. The MOI needs to be consulted in regards to the relationship of the proposed location and design to public safety. 1.10 CONSIDERATION OF EXISTING UTILITIES AND ROAD SIGNS 1.10.1 The proposed site needs to be surveyed, checked and existing utilities and road signs to be affected should be relocated or made provision for in the design. 1.11 OPERATION AND MAINTENANCE 1.11.1The planning and design of the pedestrian bridge shall be such that all components/elements meet the s of the design and maintenance standards that are currently considered to be best practice. 1.12 STRUCTURAL 1.12.1The supports and foundations of the pedestrian bridge shall be designed in accordance with the current s, in particular BD 37 (DMRB 1.3.14) for loading and BD 60 (DMRB 1.3.5) for collision loading. Likewise, the foundations shall be designed to cause minimum delay to traffic during construction. 1.12.2 All pedestrian bridges shall satisfy vibration serviceability s set out in BD 37 (DMRB 1.3.14). The handrail and its fixings shall be designed to resist a uniformly distributed load of 700 N/m applied separately in the horizontal and vertical directions in such a way that the system is designed for the most severe effects (this loading is not additional to the loading for parapets). Where there are bridge enclosures, aerodynamic effects shall be considered. Wind tunnel testing may be required and guidance is given in BD 49 (DMRB 1.3.3). 1.13 INTELLIGENT TRANSPORTATION SYSTEMS (ITS) 1.13.1The planning and design of the pedestrian bridge shall accommodate present and future Intelligent Transportation Systems (ITS) s. The consultant is required to consult with MoI and Ashghal departments managing the development of ITS deployment. Part 2: Work Requirements Page 70 April 2014

1.14 THE SITE AND LOCATION OF THE WORKS 1.14.1 The Works will be on or within the boundaries of the defined road network of the State of Qatar and the contract shall be part of a Framework Form of Contract between the Authority and other contractors. Accordingly the Contractor will not be given sole possession of the defined road network and shall provide facilities for other contractors as stated in, or necessarily implied, from the s of each Works Order. 1.14.2 This Project includes provision for approximately 20 to 30 pedestrian bridges at various locations in Qatar. However, these details are indicative only and further locations may be added when a pedestrian safety concern is identified that can be resolved by the installation of a pedestrian bridge. The Authority reserves the right to distribute the Works as packages to different shortlisted Contractors. A package may, for example, include design and construction of five (5) Type 1 Bridges or two (2) Type 3 Bridges. 1.14.3 Approximate locations for pedestrian bridges will be provided by the Authority. The Contractor will be required to assess the eligibility of each location and to determine detailed location s. Consideration shall be given to existing pedestrian infrastructure, pedestrian demand and desire lines, adjacent land use and the safety of all road users. Confirmation of scope for each location shall be obtained from the Authority. 1.14.4 The appearance of each pedestrian bridge shall be appropriate for its site. It shall be aesthetically pleasing, enhance the environment and encourage people to use the bridge. 1.14.5 The Works Order for each bridge shall define the individual site and its boundaries, and where such site boundaries are so described the Contractor shall be fully and solely responsible for the safe control and movement of all vehicular and pedestrian traffic at all times from commencement until completion of the Works Order. At every stage of construction the disruption to the travelling public should be kept to a minimum. The Contractor s attention is drawn to the s of the Work Zone Traffic Management Guide which is a mandatory obligation upon the Contractor. 1.14.6 Individual bridges and associated footway accommodation work may be bundled together where more than one similar pedestrian bridge is required at different locations to make a package of work under one Works Order. 1.15 WORKS ORDER PRICE 1.15.1 The Authority may instruct work either directly with the contractor (direct award) or on the basis of the outcome of a submission by two (2) or more contractors within the Framework Form of Contract (mini-competition). If a mini-competition is used the Authority will select the most advantageous offer which may be based on price or any other factor as decided by the Authority. Such factors may include but not be limited to current performance (KPI s) within the contract, specialist ability (if any) or availability of resource. 1.15.2 During the first twenty six (26) weeks from the Commencement of Works the Authority shall instruct Works Orders on the basis of direct award. Thereafter the instructed Works Orders will be either by direct award or by mini-competition, which form of instructed works shall be at the sole discretion of the Authority. Part 2: Work Requirements Page 71 April 2014

1.15.3 The Works Order Price will be ascertained by reference to the Schedule of Rates. The rates included therein are the contractual basis upon which the value of all Works Orders will be determined. 1.15.4 The contract value of each Works Order will be pre-determined on award of the Works Order. No alteration to the work so instructed will be permitted or paid for unless such alteration or variation is so instructed by the Authority on a prior basis. On completion of each Works Order the contractor shall be reimbursed on a remeasurement basis using the quantities of work actually carried out and the rates in the Schedule of Rates. 1.15.5 The Works Order Price and the Schedule of Rates shall not be adjusted or altered in any way whatsoever except in accordance with the express provisions hereof and the Conditions of Contract. 1.16 PROGRAMMES FOR THE DESIGN, WORKS AND WORKS ORDERS 1.16.1 The Proposed Anticipated Time for the completion of the whole of the Framework Contract is one thousand and ninety five days (1095) days and shall commence from the date of the Authority s written order for Commencement of Works and shall have a maintenance period of four hundred (400) days from the issue of the Completion Certificate. 1.16.2 In accordance with the Conditions of Contract the Contractor shall provide his programmes for the Design and Works showing completion by the due date for completion of each bridge and associated footway works and regular updates at intervals agreed upon with the Authority. 1.16.3 The programme for design will include key dates for the completion of the concept design and detailed design and all stages of the RSA. The concept design and detailed design will be put before Ashghal in a presentation. 1.16.4 The Contractor shall note and comply with all s of the Qatar Construction Specification (QCS) 2013 in relation to grades of providers of services and goods and sub contractor work. Details of the Contractor s management and quality and safety systems shall be provided in the form of quarterly plans which shall include proposed target key performance indicators and proposals for their achievement specific to this Contract. These plans shall be subject to non-objection by the Authority which shall not be unreasonably withheld and shall form part of the basis of a key measurement of performance of the Contractor on a quarterly basis. 1.16.5 Failure to comply with such targets for two (2) consecutive quarters shall be referred to the Authority for consideration in relation to remedies available to the Authority under the Contract which may include but not be limited to forfeiture of the Performance Guarantee or a reduction of the work instructed under the Works Orders. 1.16.6 Programmes to be provided by the Contractor for Works Orders shall be subject to non-objection by the Authority and shall show specific methods of construction or operation of maintenance regimes which shall include all labour, essential materials, plant and temporary works (including traffic safety management). 1.16.7 Details of the management of these operations, methods of communication and resilience of operations in the face of adverse weather and traffic conditions shall be provided by the Contractor and shall be subject to non-objection by the Authority. Programmes shall be provided by the Contractor and shall have particular targets for completion in relation to time and safety performance and shall be subject to nonobjection by the Authority which shall not be unreasonably withheld. Part 2: Work Requirements Page 72 April 2014

1.16.8 Any consequent failures to achieve completion within the non-objected time or safety targets shall be subject to penalties as set out in the Conditions of Contract. Such penalties shall not be the sole remedy of the Authority and persistent failures to achieve targets shall be referred for consideration in conjunction with any failures of performance a set out in the programmes above. 1.18 PREFABRICATION FACILITIES 1.18.1 The Contractor shall within his programmes provide information as to his intended methods of construction which shall include information on the provision of offsite pre fabrication facilities. Details of transport arrangements from the offsite prefabrication facilities to each bridge location are required and should be pre-agreed by Ashghal. Part 2: Work Requirements Page 73 April 2014

2.0 PROGRAMME OVERVIEW The Anticipated Authority s high level target procurement programme is as follows: Issue Restricted Contract Notice and PQQ May 2014 Return of Completed Pre-Qualification Questionnaires May 2014 Invitation To Tender Sent Out to Short listed Companies Tender Return and commencement of evaluation Tender Evaluation and Agreement of Successful Suppliers Contractors Appointed Contract Commencement Date To be advised To be advised To be advised To be advised To be advised However, it is stressed that this target procurement programme is subject to change, including change to the dates and the stages involved in the process. Part 2: Work Requirements Page 74 April 2014

APPENDIX B: CONDITIONS OF CONTRACT 1.0 TYPE OF CONTRACT 1.1 The proposed type of contract used will be as follows: The Authority s Framework General Conditions of Contract (2012 Edition) supplemented as required by the Authority using general and particular (Building and Engineering Works Conditions of Contract for Construction Framework Works Orders (2012 Edition)) contract specific clauses. However, the type of contract is subject to change if it is deemed necessary by Ashghal. Part 2: Work Requirements Page 75 April 2014