DCT GDAŃSK T3 PROJECT Invitation for Pre-Qualification
Transcript of DCT GDAŃSK T3 PROJECT Invitation for Pre-Qualification
DCT GDAŃSK T3 PROJECT
Invitation for Pre-Qualification
Client: DCT Gdańsk S.A.
Reference: PC1063-RHD-ZZ-XX-RP-Z-0002
Status: S4/P06
Date: 06 May 2021
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 i
HASKONINGDHV
Dzielna 60
01-029 Warszawa
Poland
Water
+48 22 53 13 400
+48 22 635 00 20
royalhaskoningdhv.com
T
F
E
W
Document title: Invitation for Pre-Qualification
Document short title:
Reference: PC1063-RHD-ZZ-XX-RP-Z-0002
Status: P06/S4
Date: 06 May 2021
Project name: Terminal T3 DCT Gdańsk
Project number: PC1063/HP2322
Author(s): Artur Marchlewicz/Bartłomiej Stachurski
Drafted by: Bartłomiej Stachurski
Checked by: Artur Marchlewicz
Date: 06.05.2021
Approved by: Alex To
Date: 06.05.2021
Classification
Restricted
Unless otherwise agreed with the Client, no part of this document may be reproduced or made public or used for any
purpose other than that for which the document was produced. HaskoningDHV accepts no responsibility or liability
whatsoever for this document other than towards the Client.Please note: this document contains personal data of
employees of HaskoningDHV. Before publication or any other way of disclosing, this report needs to be anonymized.
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 ii
Table of Contents
1 INTRODUCTION 1
2 INSTRUCTIONS TO APPLICANTS 2
2.1 General 2
2.2 Eligibility and Prequalification criteria 2
2.3 Preparation and submission of applications 3
2.4 Prequalification and tendering 3
3 PREQUALIFICATION DATA 5
4 LETTER OF APPLICATION 11
5 APPLICATION FORMS 14
5.1 General Information 14
5.1.1 Applicant Details 14
5.1.2 Joint Venture Summary 15
5.1.3 Current Contract Commitments / Work in progress 16
5.2 Experience Record 17
5.2.1 Summary Sheet: Contracts of similar Nature and Complexity 18
5.2.2 Details of Contracts of Similar Nature and Complexity 19
5.3 Personnel Capabilities 20
5.3.1 Candidate Summary 22
5.4 Financial Position 23
5.5 Permitting / Liaison Capabilities 24
5.6 QHSE Management System, Environmental and Social Policy 25
5.7 Litigation History 26
5.8 Any Other Information 27
Table of Figures
Figure 1 – Terminal T3 expansion with respect to the existing Terminal T1 and T2 1
Appendices
Appendix A – Project Related Drawings
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 1
1 INTRODUCTION
DCT Gdańsk SA (DCT) was the first terminal with direct calls from Asia to the Baltic Sea and today is the
destination of the largest vessels in the world from China, Korea and other Asian countries. The process
contributed to the division of the world's most important shipping trade route - the Asia-Europe route into
the Asia-North-Eastern Europe and Asia-Baltic Sea routes.
The existing terminal handles Polish imports, exports and maritime transit. Thanks to good sea access via
a 17m-deep approach channel, no ice accretion and excellent operational capabilities, DCT is a natural
gateway for containerised trade in Central and Eastern Europe. Thanks to the investments in
infrastructure made by the Polish government and the City of Gdansk, DCT is very well connected to
inland locations and is a true gateway to Central Europe and Russia.
DCT has now decided to further expand the port by commencing development of the third terminal,
Terminal T3. The T3 development project involves further dredging and land reclamation to the south-east
of the existing Terminal T1 by approximately 550 metres, and to the north-east by approximately 717
metres. The new T3 development will increase the overall container stacking yard area by approximately
36 hectares and will be operated using C-ARMG (cantilever automated rail mounted gantry) cranes.
The proposed Terminal T3 expansion with respect to the existing Terminal T1 is shown below and in more
detail in the drawings attached in the appendices of this document. The works described above shall be
known as the “Project” from this point on in the document.
Figure 1 – Terminal T3 expansion with respect to the existing Terminal T1 and T2
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 2
2 INSTRUCTIONS TO APPLICANTS
2.1 General
DCT (the Employer) intends to commence the construction of the Project, for which this Invitation for Pre-
qualification is issued. DCT intends to prequalify firms and joint ventures to tender for the Project outlined
in the Prequalification Data.
The tendering schedule is outlined in the Prequalification Data, as is the subject and the type of contract to
be used.
Further information on the Terminal T3 expansion project (the Project) is shown on the drawings attached
in the appendices of this document, comprising the design, execution and completion of the Works
including:
• Site establishment and demolition of existing disused Terminal T1 marine structures;
• Construction of the T3 quay together with all ancillary works and edge protection structures;
• Dredging associated with the T3 reclamation and vessel access, reclamation and earthworks;
• Construction of the T3 container stacking yard, including all paving, drainage and necessary
infrastructure to supply power for C-ARMG and STS (ship-to-shore) cranes;
• Provision of communication routes suitable for heavy terminal equipment traffic from the existing port
estate;
• Provision of stacking yard space for reefer containers together with infrastructure necessary to supply
power for the reefer containers;
• Provision of all necessary services, in particular electrical, telecoms, potable, fire and sanitary water
networks and modification of existing supply / connection points where necessary;
• Provision of substations and other terminal buildings;
• Provision of all other infrastructure necessary for the safe and secure operation of the terminal
including fencing, lighting and CCTV.
2.2 Eligibility and Prequalification criteria
Prequalification is open to firms and joint ventures from any country or countries.
Prequalification will be based on the applicant meeting the following minimum pass/fail criteria as
described in the Prequalification Data.
1. General information
2. Experience record
3. Personnel capabilities
4. Financial position
5. Permitting / liaison capabilities
6. QHSE management system, E&S and H&S policy
7. Litigation history
When the applicant intends obtaining inputs from named subcontractors for critical components of the
Works, or for work contents expected to be in excess of 10 percent of the value of the whole Works,
application forms shall be completed for such subcontractor and their inputs.
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 3
An applicant shall not be eligible to participate where it has been determined to have engaged in corrupt,
fraudulent, coercive or collusive practices.
2.3 Preparation and submission of applications
All applications for prequalification shall be provided in English. Where information is provided in another
language it shall be accompanied by a translation into English. This translation will govern and be used for
interpreting the information. Information shall be submitted by email in accordance with the
Prequalification Data and in the formats specified in the application forms provided in Section 5.
The application for prequalification shall consist of the following:
(a) the Letter of Interest
(b) the forms and documentation specified in the Prequalification Data.
Failure to provide information which is essential to evaluate the applicant's qualifications or to provide
timely clarification or substantiation of the information supplied may result in disqualification of the
applicant.
Applications shall be submitted no later than the date specified in the Prequalification Data and shall bear
the identification specified in the Prequalification Data. DCT reserves the right to prolong the deadline for
submission.
2.4 Prequalification and tendering
DCT reserves the right to:
(a) amend the scope and value of any contract to be tendered, in which event only those prequalified
applicants who meet the amended requirements will be invited to tender for the contract;
(b) request clarification and or further information from applicants, where appropriate and deemed
necessary;
(c) reject or accept any application;
(d) cancel the prequalification process and reject all applications.
DCT shall neither be liable nor be under any obligation to inform the applicant of the grounds for such
action.
Applicants will be advised in writing via email, within the period specified in the Prequalification Data, of
the result of their application and of the names of the prequalified applicants, without giving any reason for
DCT’s decision.
Only firms and joint ventures that have been prequalified under this procedure will be invited to tender. A
firm may apply for prequalification both individually and as part of a single joint venture. However, a
prequalified firm or a member of a prequalified joint venture may participate as a tenderer in only one
tender, either individually or as a partner in a joint venture, for the contract. Submission or participation by
a tenderer in more than one tender for a contract (other than alternatives which have been permitted or
requested) will result in the disqualification of all tenders for that contract in which the party is involved.
However, this does not limit the inclusion of the same subcontractor in more than one tender.
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 4
At the time of submitting their tenders, prequalified tenderers shall update the relevant information used
for prequalification to confirm that they continue to comply with the qualification criteria and verify that the
information previously provided is still valid and correct. A tenderer shall be disqualified if it no longer
meets the qualification requirements at the time of contract award.
Joint ventures must comply with the following requirements: The formation of a joint venture by a firm
prequalified as an individual entity after prequalification, and any change in a prequalified joint venture, will
be subject to the written approval of the Employer prior to the deadline for submission of tenders. Such
approval may be denied if (i) partners withdraw from a prequalified joint venture and the remaining
partners do not meet the qualifying requirements; (ii) the level of participation by partners or the structure
of the joint venture is changed; (iii) the new joint venture is not qualified; or (iv) a reduction in competition
may result.
Any tender shall be signed so as to legally bind all joint venture partners, jointly and severally, and any
tender shall be submitted with a copy of the joint venture agreement providing for joint and several
liabilities with respect to the contract.
The prequalification of a joint venture does not necessarily prequalify any of its partners individually or as
a partner in any other joint venture or association. In case of dissolution of a joint venture, or a change in
the makeup of the joint venture, each of the constituent firms may prequalify separately or as a different
joint venture (with or without new partners) if they meet all the prequalification requirements, subject to the
written approval of the client prior to the deadline for submission of tenders.
Prequalified tenderers may be required to provide a tender security. The successful tenderer will be
required to provide a performance security. Details of these securities will be specified in the tender
documents.
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 5
3 PREQUALIFICATION DATA
Item Category Criteria
1 Name of Employer
DCT Gdansk S.A.
2 Tender Schedule a) Invitation to prequalify – 07.05.2021 b) Application for prequalification submission – a) + 4 weeks c) Results of prequalification – b) + 4 weeks d) Invitation to Tender – summer 2021 (approximately) e) Submission of Tenders – autumn 2021 (approximately) f) Potential Contract Award – December 2021 (approximately)
3 Type of Contract FIDIC Plant and Design-Build Contract 1st Edition (1999 Yellow Book) with amendments
4 Eligibility The prequalification is open to firms and joint ventures from any country or countries. A firm may apply for prequalification both individually and as part of a single joint venture. However, a successfully prequalified firm or a member of a prequalified joint venture may participate as a tenderer in only one tender.
5 Qualification Criteria
To be prequalified, an applicant must provide the general information requested and demonstrate to DCT that it substantially satisfies the requirements regarding experience record, personnel capabilities, financial position, permitting and liaison capabilities, QHSE management system and litigation history as specified below and to be provided on the Application Forms included in Section 5 of this
document:
1) General Information The applicant shall provide the information requested in the General Information Application Form (5.1.1 to 5.1.3) including applicant details, joint venture summary (if applicable) and details of current contract commitments. Where the applicant proposes to use named subcontractors for critical components of the Works, or for Works in excess of [10 percent] of the value of the whole Works, the General Information should also be supplied for the specialist subcontractor(s).
2) Experience Record The applicant shall have a solid track record and experience as the prime contractor in undertaking container terminal contracts of similar nature and complexity to this Project. The applicant shall provide examples of similar contracts completed within the last 10 years that they have undertaken as main contractor, and which meet the following minimum criteria. a) Container terminal b) Contract value above EUR 100 million c) Delivered over a period of between one and five years
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 6
Item Category Criteria
d) Undertaken using FIDIC construction form of contract (either 1999 or 2017 Editions acceptable)
e) Construction experience in Poland The same project may be used to meet a number of the criteria, however:
• A project reference shall be provided for all criteria;
• A minimum of three project references shall be provided overall;
• At least one project shall be from the last five years. Where applying as a joint venture the following minimum project references shall be provided as lead partner and by other partners.
Criteria Lead Partner Other Partners
a) Container terminal
Min. one project reference
-
b) Contract value Min. one project reference with a value over EUR 100 million
Min. one project reference with a value over EUR 25 million
c) Delivered over a period of between one and five years
Min. one project reference
Min. one project reference
d) Undertaken using FIDIC construction form of contract (either 1999 or 2017 Editions acceptable)
Min. one project reference
-
e) Construction experience in Poland
Min. one project reference to be provided either by lead partner or other partners
Although not a minimum qualification criteria, it will be considered desirable for container terminal project references provided to have been undertaken in Europe and be of a similar nature to the proposed Project (i.e. including quay walls, dredging, reclamation and ground improvement works, marine and land-based piling, slope protection, paving, and mechanical and electrical installation/networks).
3) Personnel Capabilities and Governance
The applicant shall provide a team organisation chart for the project, reflecting suitably competent construction personnel for the implementation of the Project. For each position the applicant will supply personnel that meet the experience requirements specified below. As a minimum the Project Director and Head of Design Team should be fluent in spoken and written English. The Employer shall have the right to replace any key personnel of the Contractor if they are deemed unable to perform their duties.
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 7
Position Total experience
(years)*
In similar works (years)
As manager
of similar works (years)
1 Project Director 20 15 10
2 Site Manager 20 15 10
3 Safety Manager 15 10 10
4 Environmental Manager 15 10 10
5 Construction Manager/Inspector
15 10 10
6 Hydrotechnical (Marine) Works Manager/Inspector
15 10 10
7 Road (Pavements) Manager/inspector
15 10 10
8 Electrical Manager/Inspector 15 10 10
9 Sanitary Manager/Inspector 15 10 10
10 IT Manager/Inspector 15 10 10
11 Head of Design Team 20 15 10
12 Lead Hydrotechnical Designer 15 10 10
13 Lead Road (Pavements) Designer
15 10 10
14 Lead Civils Infrastructure Designer
15 10 10
15 Lead Electrical Designer 15 10 10
16 Lead Sanitary Designer 15 10 10
17 Lead IT Designer 15 10 10
* for positions from 2-17 – proposed personnel shall have licences in accordance with Polish law to undertake these roles. The applicant shall also provide the following information relating to personnel governance:
• HR policies
• Code of conduct
• Grievance mechanism
• Total number of Environment, Health and Safety (EHS) personnel employed by the applicant with their associated qualifications
Where applying as a joint venture as a minimum the Project Director shall be provided by the lead partner and both the lead partner and other partners shall provide the information requested above.
4) Financial Position The applicant shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit or other financial means sufficient to meet the construction cash flow for the contract for a period of 6 months, estimated as not less than EUR 30 million equivalent, taking into account the applicant's commitments for other contracts. The audited balance sheets for the last 3 years shall be submitted and must demonstrate the soundness of the applicant's financial position,
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 8
showing long-term profitability. Where necessary, DCT will make inquiries with the applicant's bankers. Where applying as a joint venture the lead partner shall meet not less than 60 percent of all the qualifying criteria for financial position. The other partners shall meet not less than 25 percent of the qualifying criteria for financial position.
5) Permitting / Liaison Capabilities
The applicant must be familiar in dealing with national and local government offices to obtain all necessary permits for construction works of this nature; particular knowledge and experience with the following generic entities is required to be demonstrated; a) Port Authority, b) Coast Guard, c) Department of Labour and Employment, d) Department of Public Works (electricity, water, sewer, telecom), e) Department of Environment f) City Government, amongst others Experience is essential in securing the required work permits for personnel (if needed), operating permits and clearances to operate dredging and marine equipment and other related permits and licenses to undertake the project. Where applying as a joint venture the experience can be provided by either the lead partner or other partners. A minimum of five project references shall be provided overall to demonstrate the applicants permitting and liaison capabilities. Project references shall be from within the last 10 years.
6) QHSE Management System, E&S and H&S Policy
QHSE Management System
The applicant shall have an established Quality, Health, Safety and Environment Management System(s), accredited by a recognised global accreditation body. The applicant shall provide an overview of the systems, which are proposed to be implemented on the Project. Environmental and Social Policy (E&S) The applicant shall have an established Environmental and Social Policy (E&S), and shall provide the provide the following information:
• E&S policy
• Experience in managing environmental impacts in marine coastal environments (a minimum of three project references shall be provided from within the last 10 years)
• Fines and litigation history relating to environmental damage in the last five years
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 9
Item Category Criteria
• Supply chain management policy for key materials including concrete, steel and imported fill.
Health and Safety Policy (H&S) The applicant shall have an established Health and Safety Policy (H&S), and shall provide the provide the following information:
• H&S policy
• H&S track record over the last five years including number of fatalities, accidents resulting in permanent disability, near misses and lost time injury frequency rate (LTIFR).
Where applying as a joint venture both the lead partner and other partners shall meet the QHSE Management System criteria and shall provide the requested information under E&S and H&S policy.
7) Litigation History The applicant shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed or under execution by him over the last five years.
6 Clarification Meeting or Site Visit
No clarification meetings or site visits are planned during the prequalification stage. Applicants may request a clarification of any of the Prequalification Data up to 7 days prior to the submission date of the prequalification documents. All requests shall be submitted via email and should be directed to Mr Bartłomiej Stachurski, HaskoningDHV Polska, via email: [email protected] Contact is restricted to the person(s) listed above.
7 Language The ruling language of the application for prequalification shall be English.
8 Prequalification Application
The applicant must submit: (a) The Letter of Interest
• A scanned copy of the signed letter of Interest (b) the forms and documentation specified in the Prequalification Data
• A scanned copy of each signed standard form
• A native version (Microsoft Word) of each standard form.
9 Deadline for submission
Applications for prequalification must be received no later than 04.06.2021 at 15:00 local time.
10 Submission of Applications
Applications should be addressed to Mr Bartłomiej Stachurski and delivered to the following email address, no later than the date and time shown above: [email protected]
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 10
Item Category Criteria
11 Identification of Application
The Applicant shall name their submission with the applicant’s name.
12 Results of prequalification
Applicants shall be notified by DCT of the results of the prequalification via email.
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 11
4 LETTER OF APPLICATION
[Letterhead of the Applicant, or lead partner of a joint venture, including full postal address, telephone no.,
fax no., telex no., and cable address]
Date: ................................
To: DCT Gdańsk SA
ul. Kontenerowa 7
80-601 Gdańsk, Polska
Sirs,
Being duly authorised to represent and act on behalf of ................................... (hereinafter “the Applicant”),
and having reviewed and fully understood all the prequalification information provided, the undersigned
hereby apply to be prequalified by yourselves as a tenderer for the;
1. Rozbudowa morskiego terminalu kontenerowego DCT Gdańsk S.A. o nowoprojektowany terminal T3
2. Attached to this letter are copies of original documents defining:
(a) the Applicant's legal status;
(b) its principal place of business; and
(c) its place of incorporation (for Applicants which are corporations); or its place of registration (for
applicants which are partnerships or individually owned firms).
For applications by joint ventures, all information requested in the prequalification documents is to
be provided for the joint venture, if it already exists, and for each party to the joint venture separately.
The lead partner should be clearly identified. Each partner in the joint venture shall sign the letter.
3. You and your authorised representatives are hereby authorised to conduct any inquiries or
investigations to verify the statements, documents and information submitted in connection with this
application, and to seek clarification from our bankers and Employers regarding any financial and
technical aspects. This Letter of Application will also serve as authorisation for any individual or
authorised representative of any institution referred to in the supporting information, to provide such
information deemed necessary and as requested by yourselves to verify statements and information
provided in this application, such as the resources, experience, and competence of the Applicant.
4. You and your authorised representatives may contact the following persons for further information:
General and managerial inquiries
Contact 1
Telephone 1
Contact 2
Telephone 2
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 12
Personnel inquiries
Contact 1
Telephone 1
Contact 2
Telephone 2
Technical inquiries
Contact 1
Telephone 1
Contact 2
Telephone 2
Financial inquiries
Contact 1
Telephone 1
Contact 2
Telephone 2
Applications by joint ventures should provide on a separate sheet the requested information for
each party to the application.
5. This application is made in the full understanding that:
(a) tenders by prequalified applicants will be subject to verification of all information submitted for
prequalification at the time of tendering;
(b) you reserve the right to:
amend the scope and value of any contracts tendered under this project; in such an
event, tenders will only be invited from prequalified applicants who meet the amended
requirements; and
request clarification and or further information from applicants, where appropriate and
deemed necessary; and
cancel the prequalification process and reject all applications; and
(c) you shall not be liable for any such actions and shall be under no obligation to inform the
Applicant of the grounds for such actions.
Applicants who are not joint ventures should delete paragraphs 6 and 7 and initial the deletions.
6. Appended to this application, we give details of the participation of each party, including capital
contribution and profit/loss agreements, in the joint venture or association. We also specify the financial
commitment in terms of the percentage of the value of the (each) contract, and the responsibilities for
execution of the (each) contract.
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 13
7. We confirm that in the event that we tender, that tender, as well as any resulting contract, will be:
(a) signed so as to legally bind all partners, jointly and severally; and
(b) submitted with a conformed joint venture agreement substantially in accordance with the joint
venture details outlined in the submission under paragraph 6 above and providing joint and
several liability of all partners in the event the contract is awarded to us.
8. The undersigned declare that the statements made, and the information provided in the duly completed
application are complete, true, and correct in every detail.
Signed
Signed
Name
Name
For and on behalf of (name of Applicant or lead
partner of a joint venture)
For and on behalf of (name of partner)
Signed
Signed
Name
Name
For and on behalf of (name of partner)
For and on behalf of (name of partner)
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 14
5 APPLICATION FORMS
5.1 General Information
5.1.1 Applicant Details
All individual firms and each partner of a joint venture applying for prequalification are requested to complete
the information in this form.
Where the Applicant proposes to use named subcontractors for critical components of the Works, or for
Works in excess of [10 percent] of the value of the whole Works, the following information should also be
supplied for the specialist subcontractor(s), including a description of the Works scope proposed to be
undertaken by the subcontractor.
1. Name of firm
2. Head office address
3 Registered office address
3. Contact Name and Position
4. Email
Telephone
5. Place of incorporation / registration
Year of incorporation / registration
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 15
5.1.2 Joint Venture Summary
Names of all partners of a joint venture
1. Lead partner / Individual firm
2. Partner
3. Partner
4. Partner
5. Partner
6. Partner
Total value of annual construction turnover, in terms of work billed to Employers, in EUR equivalent,
converted at the rate of exchange at the end of the period reported:
Annual turnover data (construction only; EUR equivalent)
Partner
Form 3-
page no.
Year 1 Year 2
Year 3 Year 4 Year 5
1.Lead Partner
/ individual
firm
2.Partner
3.Partner
4.Partner
5.Partner
6.Partner
Totals
All individual firms and partners of a joint venture applying for prequalification shall provide information on
their proposed responsibilities for execution of the Works, including the approximate percentage of the
value of the whole Works and whether they intend to self-perform or to sub-contract these Works.
Names of all partners of a joint venture Responsibilities for execution of the Works
(Scope) – including intention to self-perform
or subcontract
Approximate % of the value
of the whole of the Works
1. Lead partner / individual firm
2. Partner
3. Partner
4. Partner
5. Partner
6. Partner
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 16
All individual firms and partners of a joint venture intending to self-perform the Works shall provide a list of
the Major Items of Contractor’s equipment they own that would be available for use on the Project. The
following shall be considered Major Items of Contractor’s equipment:
• Dredgers
• Jack-up and floating barges
• Cranes and piling equipment
• Major earthworks plant and ground improvement equipment
• Concrete batching plant
• Pavement laying plant
5.1.3 Current Contract Commitments / Work in progress
Name of Applicant or partner of a joint venture
Applicants and each partner to an application should provide information on their current commitments
under all contracts that have been awarded, or for which a letter of intent or acceptance has been
received, or for contracts approaching completion, but for which an unqualified, full completion certificate
has yet to be issued.
Name of contract Value of outstanding work
(current EUR equivalent)
Estimated completion date
1.
2.
3.
4.
5.
Expand list as necessary
R e s t r i c t e d
06 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 17
5.2 Experience Record
Name of Applicant or partner of a joint venture
To prequalify, the Applicant shall be required to pass the specified requirements set out in the
Prequalification Data.
On a separate page, using the format of Form (5.4.1) and Form (5.4.2), the Applicant is requested to list
all contracts which meet the criteria set out in the Prequalification Data. The partners of a proposed joint
venture should provide details of similar contracts proportionate to their share in the joint venture. The
value should be based on the currencies of the contracts converted into EUR, at the date of substantial
completion, or for current contracts at the time of award.
An overall summary of the contracts completed shall be made using Form (5.4.1). The information per
contract is to be summarised, using Form (5.4.2), for each contract completed or under execution by the
Applicant or by each partner of a joint venture.
Where the Applicant proposes to use named subcontractors for critical components of the works, or for
work contents in excess of 10 percent of the value of the whole works, the information in the following
forms should also be supplied for each specialist subcontractor.
R e s t r i c t e d
04 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 18
5.2.1 Summary Sheet: Contracts of similar Nature and Complexity
Name of Applicant or partner of a joint venture
Applicants and each partner to an application should provide summary information on contracts of a similar nature and complexity. Further detail is
to be provided in Form (5.4.2).
Item
No.
Name of contract Date of
award
Date of
completion
Contract
Value EUR
Employer Name Contract role *Experience Criteria Met
(a) (b) (c) (d) (e)
1
2
3
4
6
7
8
9
10
Expand list as necessary
*Tick boxes which apply in relation to the experience topics listed in Item 5 of the Prequalification Data. References should be substantiated by
completion certificates, where possible.
R e s t r i c t e d
04 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 19
5.2.2 Details of Contracts of Similar Nature and Complexity
Name of Applicant or partner of a joint venture
Use a separate sheet for each contract.
1. Number of contract
Name of contract
Country
2. Name of Employer
3. Address of Employer
4. Nature of works and special features relevant to the contract for which the Applicant wishes to prequalify
5. Contract role (check one)
Sole Contractor Subcontractor Management Contractor
Partner in a joint venture
6. Value of the total contract/subcontract/partner share (in specified currencies at completion, or at date of award
for current contracts).
Currency Currency Currency
7. Equivalent value in EUR
8. Date of award
9. Date of completion
10. Contract/subcontract duration (years and months)
years months
11. Specified requirements
12. For sole/prime contractors, indicate the approximate euro amount and nature of substantial work (more than
20 percent in contract value) undertaken by subcontract, if any.
The Applicant should insert any specific contractual criteria required for particular operations, such as annual volume of
earthmoving, underground excavation, or placing concrete.
R e s t r i c t e d
04 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 20
5.3 Personnel Capabilities
Name of Applicant
Applicant’s shall provide a team organisation chart showing the overall structure. For the specific positions
stated in the Prequalification Data essential to contract implementation, the applicants shall provide the
names of at least two candidates qualified to meet the specified requirements stated for each position. The
data on their experience should be supplied in separate sheets using one Form (5.5.1) for each candidate.
Position Name of Prime candidate
Total experience (years)
In similar works (years)
As manager of similar works
(years)
Project Director
Site Manager
Safety Manager
Environment Manager
Construction Manager / Inspector
Hydrotechnical (Marine) Works Manager / Inspector
Road (Pavements) Manager / Inspector
Electrical Manager / Inspector
Sanitary Manager / Inspector
IT Manager / Inspectors
Head of Design Team
Lead Hydrotechnical Designer
Lead Road (Pavements) Designer
Lead Civils Infrastructure Designer
Lead Electrical Designer
Lead Sanitary Designer
Lead IT Designer
R e s t r i c t e d
04 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 21
Position Name of Alternate candidate
Total experience (years)
In similar works (years)
As manager of similar works
(years)
Project Director
Site Manager
Safety Manager
Environment Manager
Construction Manager / Inspector
Hydrotechnical (Marine) Works Manager / Inspector
Road (Pavements) Manager / Inspector
Electrical Manager / Inspector
Sanitary Manager / Inspector
IT Manager / Inspectors
Head of Design Team
Lead Hydrotechnical Designer
Lead Road (Pavements) Designer
Lead Civils Infrastructure Designer
Lead Electrical Designer
Lead Sanitary Designer
Lead IT Designer
The applicant, including each of the partners of a joint venture, shall also provide the following information relating to personnel governance:
• HR policies
• Code of conduct
• Grievance mechanism
• Total number of Environment, Health and Safety (EHS) personnel employed by the applicant with
their associated qualifications
R e s t r i c t e d
04 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 22
5.3.1 Candidate Summary
Name of Applicant
Position
Candidate
Prime Alternate
Candidate
information
1. Name of candidate
2. Date of birth
3. Professional qualifications
Present
employment
4. Name of Employer
Address of Employer
Telephone
Contact (manager / personnel officer)
Fax
Telex
Job title of candidate
Years with present Employer
Summarise professional experience over the last 20 years, in reverse chronological order. Indicate particular technical
and managerial experience relevant to the Project.
From To Company / Project / Position / Relevant technical and management experience
R e s t r i c t e d
04 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 23
5.4 Financial Position
Name of Applicant or partner of a joint venture
Applicants, including each partner of a joint venture, should provide financial information to demonstrate
that they meet the requirements stated in the Prequalification Data. Each applicant or partner of a joint
venture must complete this form. If necessary, use separate sheets to provide complete banker
information. A copy of the audited balance sheets should be attached.
Banker Name of banker
Address of banker
Telephone
Contact name and title
Fax
Summarise assets and liabilities in EUR equivalent (at the rates of exchange current at the end of each
year) for the previous five years. Based upon known commitments, summarise projected assets and
liabilities in EUR equivalent for the next two years, unless the withholding of such information is justified by
the Applicant to the satisfaction of the Employer.
Financial information in
euro equivalent
Actual: Previous three years Projected: next two years
1. 2. 3. 4. 5.
1.Total assets
2.Current assets
3.Total liabilities
4.Current liabilities
5.Profitsbefore taxes
6.Profits after taxes
Specify proposed sources of financing to meet the cash flow demands of the Project, net of current
commitments specified in the Prequalification Data.
Source of financing Amount (EUR equivalent)
1.
2.
3.
4.
Attach audited financial statements for the last five years (for the individual Applicant or each partner of a
joint venture). Firms owned by individuals, and partnerships, may submit their balance sheets certified by
an accountant, and supported by copies of tax returns, if audits are not required by the laws of their
countries of origin.
R e s t r i c t e d
04 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 24
5.5 Permitting / Liaison Capabilities
Name of Applicant or partner of a joint venture
Applicants and each partner to an application should provide information on their permitting/liaison
capacities by listing contract examples and permits obtained.
Name of contract Government authorities
issuing permit/liaised with
Party/agent supporting in
the permitting/liaison
Permit type/purpose of
liaison
1.
2.
3.
4.
5.
Expand list as necessary
R e s t r i c t e d
04 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 25
5.6 QHSE Management System, E&S and H&S Policy
Name of Applicant or partner of a joint venture
Quality, Health, Safety and Environment (QHSE) Management System
Applicants, including each of the partners of a joint venture, should provide an overview of their Quality,
Health, Safety and Environment Management System(s) and attach evidence of accreditation.
Environmental and Social Policy (E&S)
Applicants, including each of the partners of a joint venture, should attach the following information to their
application:
• E&S policy
• Experience in managing environmental impacts in marine coastal environments (a minimum of
three project references shall be provided from within the last 10 years)
• Fines and litigation history relating to environmental damage in the last five years
• Supply chain management policy for key materials including concrete, steel and imported fill.
Health and Safety Policy (H&S)
Applicants, including each of the partners of a joint venture, should attach the following information to their
application:
• H&S policy
• H&S track record over the last five years including number of fatalities, accidents resulting in
permanent disability, near misses and lost time injury frequency rate (LTIFR).
R e s t r i c t e d
04 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 26
5.7 Litigation History
Name of Applicant or partner of a joint venture
Applicants, including each of the partners of a joint venture, should provide information on any history of
litigation or arbitration resulting from contracts executed in the last five years or currently under execution
(refer to Prequalification Data). A separate sheet should be completed for each partner of a joint venture.
Year
Award FOR
or AGAINST
Applicant
Name of Employer, cause of litigation, and matter in
dispute
Disputed amount (current value,
dollar equivalent
R e s t r i c t e d
04 May 2021 PC1063-RHD-ZZ-XX-RP-Z-0002 27
5.8 Any Other Information
Name of Applicant or partner of a joint venture
Applicants, including each of the partners of a joint venture, should provide any other information which they
believe is relevant to their application.
Ø
40.2
677
A1
T3 RECLAMATION
-5.0
-6.5
-3.5
-7.5
-4.5-4.0 -5.5
-4.0 -4.5-4.5
-6.5
-9.0
-6.5
-9.5
-9.0
-10.0-9.0
-8.5
-9.0
-10.5
-5.0
-8.5
-9.0
-7.5 -10.0
-9.5
-9.5-10.0
-10.0
-9.5
-7.0
-7.5
-8.5
-8.5
-5.0
-8.5
-6.5
-7.5
-7.5
-8.5
-6.0
-6.5
-9.5
-10.0
-7.0
-5.5
-9.0
-7.0
-8.0
-9.0
-3.0
-9.0
-10.5
-10.0
-8.0
-10.0
-9.0
-9.5
-9.5
-8.0
-10.0-7.0
-8.5
-8.0
-9.5
-10.0
-10.0
-9.5
-6.5
-10.0
-7.0
-9.0
-6.5
-8.5
-7.0
-10.0
-6.5
-8.0
-8.5
-8.5
-7.0
-6.0
-9.5
-10.5
-7.0
-8.0
-8.0
-7.0
-8.5-7.5
-9.0
-3.0
-7.0
-9.0
-9.5
-8.0
-8.0
-10.0
-9.5
-10.0
-9.0
-9.5
-8.5
-9.5
-9.0
-9.0
-10.0
-9.5
-10.0-9.5
-7.0
-8.0
-7.0
-10.0
-7.5
-9.5
-16.0
-10.0
-9.5
-7.0
-9.0
-7.5
-7.0
-7.0
-9.5
-8.0
-7.5
-8.5
-7.0
-7.0
-4.0
-7.0
-6.5
-7.0
-7.0
-5.0-6.5
-9.5
-3.5-4.0
-7.0
-4.5
-7.5
-16.0
-7.0
-6.5
-8.0-9.5
-7.0
-7.0
-7.0
-7.0
-4.5
-5.5
-6.5
-6.0-8.5
-3.0
-7.5
-7.0
-3.0
-15.5
-3.5
-8.0
-4.0
-15.0-14.5
-13.0-12.5-13.5
-12.0 -11.5
-14.0
-11.0-10.5
-9.5-10.0
-4.5
-5.0
-5.5
-6.0
-6.5
-7.0
-7.5
-10.0
-8.0
-8.5
-9.0
D1
D2
D3
T3 QUAY WALL
A2 A3
A4 A5
A6 A7
A8A9
A10
A11
100m OFFSET FROMQUAY EDGE
100
100
100
100
100
C1
C2
C3C4
C5C6
C7C8
717 (T3 QUAY WALL)
550
28/04/21 1:5000
P01
RHD-T3-ZZ-DR-PQ-0001
PC1063-RHD-T3-ZZ-DR-PQ-0001
T3 SITE LAYOUT PLAN
S4
NOTES
DRAWING No.
DRAWN CHECKED APPROVED
DATE
TITLE
REVISIONS
REV DATE DESCRIPTION CHK APP
REVISION
BY
HaskoningDHV UK Limited
PROJECT
c
CLIENT
DO NOT SCALEDRAWING No.
REF.SCALEAT A1
2 Abbey Gardens, Great College StreetLondon, SW1P 3NL
Tel +44(0) 20 7227 2115Email: [email protected]
Website: www.royalhaskoningdhv.com
DCT GDANSK T3 PROJECT
1.ALL DIMENSIONS ARE IN METERS UNLESS NOTEDOTHERWISE.
2.ALL LEVELS REDUCED TO MEAN SEA LEVEL.
3.ANY ELEMENTS OR OBJECTS THAT ARE NOTDIMENSIONED SHALL NOT BE SCALED.
4.COORDINATE SYSTEM USED ON THIS DRAWING ISETRS89 POLAND CS2000 ZONE 6
T3 RECLAMATION EXTENTSSCALE 1:5000
NOT FOR CONSTRUCTION
POINT Długośćgeograficzna
Szerokośćgeograficzna
A1 E18° 43' 09.75" N54° 22' 57.95"A2 E18° 43' 11.48'' N54° 23' 00.81''A3 E18° 43' 35.64'' N54° 23' 16.80''A4 E18° 43' 55.27'' N54° 23' 06.74''A5 E18° 43' 57.44'' N54° 23' 08.19''A6 E18° 44' 00.46'' N54° 23' 06.64''A7 E18° 44' 00.77'' N54° 23' 06.85''A8 E18° 44' 01.04'' N54° 23' 06.71''A9 E18° 43' 34.75'' N54° 22' 49.32''A10 E18° 43' 14.20'' N54° 22' 59.91''A11 E18° 43' 12.63'' N54° 22' 59.85''
D1 E18°44´20.06" N54°23´19.29"
D2 E18°44´56.00" N54°23´04.00"
D3 E18°43´50.00" N54°22´41.00"
C1 E18°43´8.76" N54°22´56.64"
C2 E18°43´13.80" N54°23´55.92"
C3 E18°43´35.04" N54°22´44.76"
C4 E18°44´08.52" N54°23´06.72"
C5 E18°43´56.64" N54°23´12.84"
C6 E18°43´54.48" N54°23´11.40"
C7 E18°43´35.04" N54°23´21.48"
C8 E18°43´25.68" N54°23´15.00"
LEGEND:
-RECLAMATION
- POINTS
- EXISTING SEA BED CONTOURS
- DREDGE POCKET
- MARINE CONSTRUCTION AREA
-3
-3.5
-4
-4.5-5 -5.5
-6 -6.5-7 -7.5
-8 -8.5-9 -9.5
-10
MAXIMUM DREDGE DEPTH-25mKR TO BE CONFIRMED
5. RECLAMATION FILL LEVELS VARY ACROSS THESITE. MAXIMUM LEVEL ASSUMED TO BE +3m MSL.
6. NAUTICAL MAP BACKGROUND SHOWN IS MAPNUMBER INT 12902 TITLED PLAN PORTU GDANSK.
7. ALL CO-ORDINATES SHOWN ARE INDICATIVE ATPRESENT AND ARE SUBJECT TO VARIATIONDURING THE PROJECT DESIGN PROGRESSIONAND FINAL LAND SURVEY MAP PRODUCTION FORTHE SITE.
8. ALL POINTS SHOWN ARE BASED ON CONCEPTDESIGN DATA AND THE FINAL CO-ORDINATES ARESUBJECT TO CHANGE AFTER DETAILED DESIGN
4. CO-ORDINATE SYSTEM USED ON THIS DRAWINGIS WGS 84.
MARINE CONSTRUCTION AREA
DREDGING BOUNDARY
EXISTING T1 TERMINAL
3.002.95
2.60
2.382.62
2.322.622.62
2.622.792.79
2.492.792.79
2.793.023.02
2.713.023.02
3.022.862.86
2.562.862.86
2.862.692.69
2.392.692.69
2.692.512.51
2.212.512.51
2.522.712.71
2.412.712.71
2.71
2.512.98
2.582.73
2.86
2.77
2.77
2.932.75
2.93
2.57
2.57
2.732.73
2.75
2.75
2.912.91
2.92
2.92
3.083.08
3.08
3.08
3.243.24
2.85
2.85
3.013.01
2.68
2.69
2.842.84
2.58
2.51
2.60
2.84
2.84
2.501.69%1:59
2.84
2.76
2.84
2.84
2.84
2.84
2.84
2.84
2.84
2.84
3.01
3.01
3.01
3.01
3.01
3.24
3.24
3.24
3.24
3.24
3.24
3.08
3.08
3.08
3.08
3.08
3.08
2.91
2.91
2.91
2.91
2.91
2.74
2.74
2.74
2.74
2.74
2.74
2.93
2.93
2.93
2.93
2.93
2.93
3.013.01
3.013.01
2.842.84
3.013.01
3.24
3.24
3.243.01
3.012.84
2.84
2.492.32
3.002.95
2.60
2.382.62
2.322.622.62
2.622.792.79
2.492.792.79
2.793.023.02
2.713.023.02
3.022.862.86
2.562.862.86
2.862.692.69
2.392.692.69
2.692.512.51
2.212.512.51
2.522.712.71
2.412.712.71
2.71
2.51
2.982.58
2.732.86
2.77
2.77
2.93
2.75
2.93
2.57
2.57
2.732.73
2.75
2.75
2.912.91
2.92
2.92
3.083.08
3.08
3.08
3.243.24
2.58
2.512.60
2.84
2.84
2.84
3.01
3.01
3.24
3.24
3.24
3.08
3.08
3.08
2.91
2.91
2.91
2.74
2.74
2.74
2.93
2.93
2.93
3.013.01
3.013.01
2.842.84
3.24
3.24
3.243.01
3.012.84
2.84
2.492.32
3.01
2.85
2.85
3.013.01
2.68
2.69
2.842.84
2.84
2.501.69%1:59
2.76
2.843.01
3.01
3.002.95
2.60
2.382.62
2.322.622.62
2.622.792.79
2.492.792.79
2.793.023.02
2.713.023.02
3.022.862.86
2.562.862.86
2.862.692.69
2.392.692.69
2.692.512.51
2.212.512.51
2.522.712.71
2.412.712.71
2.71
2.51
2.982.58
2.732.86
2.77
2.77
2.93
2.75
2.93
2.57
2.57
2.732.73
2.75
2.75
2.912.91
2.92
2.92
3.083.08
3.08
3.08
3.243.24
2.58
2.51
2.60
2.84
2.84
2.84
3.01
3.01
3.24
3.24
3.24
3.08
3.08
3.08
2.91
2.91
2.91
2.74
2.74
2.74
2.93
2.93
2.93
3.013.01
3.013.01
2.842.84
3.24
3.24
3.243.01
3.012.84
2.84
2.492.32
3.01
2.85
2.85
3.013.01
2.68
2.69
2.842.84
2.84
2.501.69%1:59
2.76
2.843.01
3.01
III±0,00=+2,98 m
NR
B1
NP
SM
SL BD
III±0,00=+3,08m
NR
B2
NP
SMSLBD
I
±0,00=+2,70m
NR
B3
Nr rysunku/Drawing number:Numer archiwalny: Strona / Page:
Stadium / Phase: Branża / Discipline: Skala / Scale:
Jednostka projektowa / Designing company
Tytuł / Title:
Tom / Part:
Etap / Phase:
Nazwa i adres obiektu budowlanego / building name and address
Projektował/Designed
Imię i nazwisko / Name and surname:
Opracował/Drawn
Sprawdził/Checked
Podpis/ Sign. Spec. / Branch Nr uprawnień/License No.: Data / Date:
Adres:
Inwestor /Investor
HaskoningDHV Polska Sp. z o.o.ul. Dzielna 6001-029 Warszawa Rozmiar / Size:
Rozbudowa morskiego terminalu kontenerowego DCT Gdańsk S.A. o nowoprojektowanyterminal T3.
25 536-HS/21
DCT Gdańsk S.A.ul. Kontenerowa 7, 80-601 Gdańsk
Projekt Budowlany
TOM I Projekt zagospodarowania terenu
Miasto: Gdańsk, ul. Kontenerowa 7; Nazwa i numer obrębu ewidencyjnego: 0086; Numery działekewidencyjnych: 70, 45, 75/2, 104; akwen morski wód wewnętrznych
PC1063-RHD-T3-ZZ-DR-PQ-0002
Plan Sytuacyjno-wysokościowy - ark 1
PV - DROGI 1:1000A0 - 594x1260PB
Situational and altitude plan - sheet 1Drogi i nawierzchnie Roads and Pavements
N
NOTES
1. TERMINAL PAVING TO BE STEEL FIBRE REINFORCED PAVEMENT. LADEN CONTAINERS ARE TO BE SUPPORTED BY CONCRETE CONTAINER PLINTHS. ASPHALT PAVING BETWEEN PLINTHS.
ELECTRICAL BUILDING 1
ELECTRICAL AND TECHNICAL BUILDING 2
T3 NORTHERN RETURN WALL
T1 INTERFACE
EMPTY CONTAINER STACKS
CRMG LADEN CONTAINER STACKS
T3 SOUTHERN REVETMENT RETURN WALL
REEFER CONTAINER RACKS
T3 QUAY WALL
A-A0003
A-A0003
NAWIERZCHNIAW POZIOMIE SZYN
2.0
35.0
5.035.020.52.8
41.8
81.8
1.5
2.51:100 1:100 1:100 1:100 1:100 1:1001:1001:100
3.02
1:130 1:1001:100
3.00
2.95
2.382.842.843.013.013.243.243.083.082.912.912.732.732.932.933.00
2.65
2.87
32.018.032.018.032.018.032.018.032.018.032.018.032.0138.5
2.60
1:100
T1 T3
0,00% 0,00% 0,00% 0,00% 0,00% 0,00% 0,00%
Nr rysunku/Drawing number:Numer archiwalny: Strona / Page:
Stadium / Phase: Branża / Discipline: Skala / Scale:
Jednostka projektowa / Designing company
Tytuł / Title:
Tom / Part:
Etap / Phase:
Nazwa i adres obiektu budowlanego / building name and address
Projektował/Designed
Imię i nazwisko / Name and surname:
Opracował/Drawn
Sprawdził/Checked
Podpis/ Sign. Spec. / Branch Nr uprawnień/License No.: Data / Date:
Adres:
Inwestor /Investor
HaskoningDHV Polska Sp. z o.o.ul. Dzielna 6001-029 Warszawa Rozmiar / Size:
Rozbudowa morskiego terminalu kontenerowego DCT Gdańsk S.A. o nowoprojektowanyterminal T3.
25 536-HS/21
DCT Gdańsk S.A.ul. Kontenerowa 7, 80-601 Gdańsk
Projekt Budowlany
TOM I Projekt zagospodarowania terenu
Miasto: Gdańsk, ul. Kontenerowa 7; Nazwa i numer obrębu ewidencyjnego: 0086; Numery działekewidencyjnych: 70, 45, 75/2, 104; akwen morski wód wewnętrznych
PC1063-RHD-T3-ZZ-DR-PQ-0003
PV 1:500A4+ (297x1260)PB
TYPICAL T3 CROSS SECTION
SECTION A-A