Expression of Interest (EOI) for Prequalification

Date: April 22, 2011

Subject: EOI for Prequalification for Construction of Irrigation Systems in select villages of and

The UNDP invites experienced companies and joint ventures to express interest for prequalification for Construction of Irrigation Systems in select villages Sivas and Erzincan, within the Scope of Sivas-Erzincan Development Project.

Irrigation System Construction Works 1. Construction works includes primarily construction of 7 irrigation schemes (approximately 105 km), and relevant infrastructures (e.g. water intake structures, hydrants, energy breakers, valves etc.) in Sivas and Erzincan Provinces. Prequalification application process 2. Interested Companies must fill in the UNDP Prequalification Application Document and submit relevant documentation/information as to demonstrate that they are qualified to perform construction services/works in rural areas.

3. Completed applications should be submitted in a sealed envelope in two sets (One marked “Original” and one marked “Copy”) by 18:00 hrs on 25 May 2011 to the following address:

United National Development Programme Turkey Country Office Birlik Mah. 2. Cad. No: 11, Cankaya, , Turkey REF: UNDP-TUR-EOI-PROJ (SEDP)-2011/03 Fax: + 90 312 454 1463

Applications to be received after the above deadline will not be considered. Documents sent by e-mail or facsimile will not be accepted 4. At any time prior to the deadline for submission of Prequalification Application Document, UNDP may, for any reason, whether at its own initiative or in response to a clarification requested by Applicants, modify the Prequalification Application Document and its attachments by amendment, including through provision of supplementary information. Contractors who have received the Prequalification Application Document and confirmed it in writing to UNDP of their “expression of interest for submission of EOI for Prequalification” will be informed/ communicated on the amendments.

5. Any requests for clarification about the contents of the Prequalification Application Document shall be sent via fax (indicated above). Such request for clarification should be sent no later than 16 May 2011. No

Page 1

Annex I - Instructions to Applicants

Annex I - Instructions to Applicants (ITA)

In addition to the essential guidance/instruction (provided through the cover letter) vis-à-vis application for the Prequalification, the followings are also to be considered during the submission.

A. General 1. Scope of Application: Procuring UNDP entity issues this EOI for Prequalification to applicants interested in bidding for “Construction of Irrigation Systems in select villages of Sivas and Erzincan”, within the Scope of Sivas Erzincan Development Project” 2. Eligible Applicants: (a) An applicant shall be a Joint Venture or a legally established single entity. Real persons are not eligible to apply in their individual capacities; however they can be partners in a Joint Venture. A Joint Venture may have a maximum of three members. One of the members of the JV firm shall be the lead member of the JV who shall have a majority (at least 50%) share of interest in the JV. The other members shall have a share of not less than 20%. In case of a Joint Venture, the lead partner cannot be a real person. (b) Applicants should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by the Employer to provide consulting services for the preparation of the design specifications, and other documents to be used for the construction services to be procured. (c) Applicants, as of the date of submission of the bid, should not be in the circumstances of disqualification or restriction set forth in the last paragraph of Article 10 of Public Procurement Law No. 4734 (or as per the relevant laws of the country in which they operate) and should not be in the circumstances of those that cannot participate in the procurement as per Article 11 of the same Law (or as per the relevant laws of the country in which they operate). 3. Contents of Prequalification Document: The document for the prequalification of Applicants (hereinafter - “prequalification document”) consists the annexes indicated below, and should be read in conjunction with any Addendum that may be issued by the Procuring UNDP entity. (a) Annex 1: Instructions to Applicants (b) Annex 2: Prequalification Data Sheet (PDS) (c) Annex 3: Qualification Criteria and Requirements (d) Annex 4: Application Forms (e) Annex 5: Scope of Works 4. Clarification of Prequalification Document: A prospective Applicant requiring any clarification of the Prequalification Document shall contact the UNDP in writing at the UNDP’s address indicated in the PDS. The UNDP will respond in writing to any request for clarification provided that such request is received no later than seven (7) days prior to the deadline for submission of applications. The UNDP shall posts responses to the web page(s) on which the prequalification document is hosted. The responses will include a description of the inquiry but will not identify its source. Should the UNDP deem it necessary to amend the prequalification document as a result of a clarification, it shall do so following the procedure under the ITA (Clause 5) and in accordance with the relevant provisions of the ITA. 5. Amendment of Prequalification Document: (a) At any time prior to the deadline for submission of applications, the Employer may amend the Prequalification Document by issuing addenda.

Page 1

Annex I - Instructions to Applicants

(b) Any addendum issued shall be part of the Prequalification Document and shall be communicated in writing by posting the addendum to the web page(s) on which the prequalification document is posted. (c) To give prospective Applicants reasonable time to take an addendum into account in preparing their applications, the Employer may, at its discretion, extend the deadline for the submission of applications.

B. Preparation of Applications 6. Cost of Applications: The Applicant shall bear all costs associated with the preparation and submission of its application. The Employer will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the prequalification process. 7. Language of Application: The Application prepared by the Applicant and all correspondence and documents relating to the Application exchanged by the Application and the procuring UNDP entity shall be in the English Language. 8. Documents Comprising the Application: The Application shall comprise the following: (a) Application Submission Form; (b) Documentary evidence establishing the Applicant’s eligibility to prequalify; (c) Documentary evidence establishing the Applicant’s qualifications to prequalify; (d) Any other document required as specified in the Prequalification Data Sheet, 9. Signing of the Application and Number of Copies (a) The Applicant shall prepare one original of the documents comprising the application 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 duly authorized to sign on behalf of the Applicant. (b) The Applicant shall submit copies of the signed original application, in the number specified in the PDS, and clearly mark them “COPY”. In the event of any discrepancy between the original and the copies, the original shall prevail.

C. Submission of Applications 10. Sealing and Identification of Applications: The Applicant shall enclose the original and the copies of the application in a sealed envelope that shall. (a) bear the name and address of the Applicant; (b) be addressed to the Employer; and (c) bear the specific identification of this prequalification process indicated in the Prequalification Data Sheet The Employer will accept no responsibility for not processing any envelope that was not identified as required. The preferred method for sealing and identifying the outer envelope is provided below.

FROM: Applicant’s Name and Address

TO: United Nations Development Programme Birlik Mah. 2. Cad. No: 11, 06610, Cankaya, Ankara, Turkey

REF: UNDP-TUR-EOI-PROJ(SEDP)-2011/03

Page 2

Annex I - Instructions to Applicants

SUB: EOI for Prequalification for Construction of Irrigation Systems in select villages of Sivas and Erzincan, within the Scope of Sivas-Erzincan Development Project

Deadline for Submission of Bids: 25 May 2011, 18:00 hrs

DO NOT OPEN BEFORE OPENING DATE AND TIME!

11. Deadline for Submission of Applications: 25 May 2011, 18:00 hrs. 12. Late Applications: Late applications shall be rejected.

D. Procedures for Evaluation of Applications 13. Confidentiality: 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 such process until the notification of prequalification is made to all Applicants. 14. Clarification of Applications (a) To assist in the evaluation of applications, the Employer may, at its discretion, ask any Applicant for a clarification of its application which shall be submitted within a stated reasonable period of time. Any request for clarification and all clarifications shall be in writing. (b) If an Applicant does not provide clarifications of the information requested by the date and time set in the Employer’s request for clarification, its application may be rejected. 15. Responsiveness of the Application: The Employer may reject any application which is not responsive to the requirements of the prequalification document.

E. Evaluation of Applications and Prequalification of Applicants 16. Evaluation of Applications: The Employer shall use the factors, methods, criteria, and requirements defined in Annex III, Qualification Criteria and Requirements, to evaluate the qualifications of the Applicants. The use of other methods, criteria, or requirements shall not be permitted. 17. Employer’s Right to Accept or Reject Applications: All Applicants whose applications have met or exceeded (“passed”) the specified threshold requirements will, to the exclusion of all others, be prequalified by the Employer. 18. Notification of Prequalification: Once the Employer has completed the evaluation of the applications it shall notify all Applicants in writing. 19. Invitation to Bid (a) Promptly after the notification of the results of the prequalification the Employer shall invite bids from all the Applicants that have been prequalified. (b) Bidders may be required to provide a Bid Security or a Bank Guarantee acceptable to the Employer in the form and an amount to be specified in the Bidding Documents, and the successful Bidder shall be required to provide a Performance Security to be specified in the Bidding Documents. 14. Changes in Qualifications of Applicants: Any change in the structure or formation of an Applicant after being prequalified and invited to bid shall be subject to a written approval of the Employer prior to the deadline for submission of bids. Such approval shall be denied if as a consequence of the change the Applicant no longer substantially meets any of the qualification criteria set forth in the Qualification

Page 3

Annex I - Instructions to Applicants

Criteria and Requirements, or if in the opinion of the Employer, a substantial reduction in competition may result. Any such changes shall be submitted to the Employer not later than 14 days after the date of the Invitation for Bids.

F. Other 15. The procuring entity also reserves the right to secure/request independent Financial Rating/Statements such as D&B rating as needed/required from the prequalified applicants (that will be invited to bid). 16. Definitions: (a) Similar works: Similar work experience is the infrastructure-related construction works on potable water systems, sewerage systems, irrigation systems, canals, dams, ponds, HEPPs, pipelines, and other water structures. Note: Design and supervision services are not considered similar work experience. (b) Work Completion Certificate (contractors/sub-contractors): Certificate for the works with provisional acceptance concluded. For the sub-contractor’s work completion certificate to be valid, all the works defined in the main contract between the employer and the contractor should have been provisionally accepted.

Page 4

Annex II – Prequalification Data Sheet (PDS)

Annex II: Prequalification Data Sheet

Introduction

1 Employer: United Nations Development Programme

2 Application Process: EOI for Prequalification of Construction of Irrigation Systems in select villages of Sivas and Erzincan

3 Identification No: UNDP-TUR-EOI-PROJ(SEDP)-2011/03

4 Title of the Project Sivas-Erzincan Development Project

5 Employer’s Address Address: United Nations Development Programme Birlik Mah. 2. Cad. No: 11, 06610, Cankaya, Ankara, Country: Turkey Fax: + 90 312 496 1463

6 Clarification Requests Requests for clarification should be received by the Employer no later than 16 May 2011. Requests for clarifications should be faxed to the number given above.

Preparation of Applications

1 Language: The language of the bid is English

2 Schedules and Forms: The following schedules and forms shall be submitted with the application:  Application Submission Form  Form 1: Application Information Sheet (plus Form 1.a: Joint Venture Declaration, if JV)  Form 2: History of Non-performing Contracts  Form 3: Financial Situation  Form 4: Financial Resources  Form 5: Average Annual Construction Turnover  Form 6: Single Similar Construction Experience  Form 7: Similar Construction Experience

Page 1

Annex III – Prequalification Criteria and Requirements

Annex III – Prequalification Criteria and Requirements

No Subject Single Entity Joint Venture (JV) Documents to be submitted All combined Lead Partner Other Partner(s)

1 Conflict of Must meet the requirements Must meet the requirements Must meet the requirements Must meet the requirements Application Interest/ as articulated in the ITA as articulated in the ITA as articulated in the ITA as articulated in the ITA Submission Restriction to bid Clause 2(b) and 2(c). Clause 2(b) and 2(c). Clause 2(b) and 2(c). Clause 2(b) and 2(c). Form

2 Legal Status Legally established single Joint Venture Declaration Legally established single Legally established single Form 1 entity as per ITA Clause (Form 1.a) entity as per ITA Clause entity or real person as per Applicant 2(a). 2(a). ITA Clause 2(a). Information Sheet and attachments (brochures, etc.) and Form 1.a for JVs.

3 Quality The Applicant shall possess Not Applicable The Applicant shall possess Not Applicable Notarized copy Assurance/Control at least one internationally at least one internationally of the certificate Mechanism in renowned and valid1 quality renowned and valid1 quality (should be place assurance or control assurance or control attached to certification, applicable to certification, applicable to Form 1) the construction businesses. the construction businesses.

1 The certificates should be valid at the date of submission of the Application.

Page 1

Annex III – Prequalification Criteria and Requirements

No Subject Single Entity Joint Venture (JV) Documents to be submitted All combined Lead Partner Other Partner(s)

4 History of Non- Non-performance of a Not Applicable Non-performance of a Non-performance of a Form 2 and Performing contract did not occur within contract did not occur within contract did not occur within attachments Contracts the last 5 years (2006 and the last 5 years (2006 and the last 5 years (2006 and thereto onwards) prior to the onwards) prior to the onwards) prior to the deadline for submission of deadline for submission of deadline for submission of bid, based on all information bid, based on all information bid, based on all information on fully settled disputes2 or on fully settled disputes2 or on fully settled disputes2 or litigation. litigation. litigation.

5 Financial An average current ratio Not Applicable An average current ratio An average current ratio Form 3 and Situation (current assets/current (current assets/current (current assets/current attachments liabilities) equal to or higher liabilities) equal to or higher liabilities) equal to or higher thereto (certified than 1 (one) in the period of than 1 (one) in the period of than 1 (one) in the period of financial review (i.e. 2008, 2009 and review (i.e. 2008, 2009 and review (i.e. 2008, 2009 and statements for 2010) or current ratio 2010) or current ratio 2010) or current ratio 2008, 2009 and (current assets/current (current assets/current (current assets/current 2010) 3 liabilities) equal to or higher liabilities) equal to or higher liabilities) equal to or higher than 1 (one) in 2010. than 1 (one) in 2010. than 1 (one) in 2010.

2 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. 3 Submission of audited balance sheets or if not required by the law of the applicant’s country, other certified financial statements acceptable to the Employer, for the last 3 full years (2008, 2009 and 2010)

Page 2

Annex III – Prequalification Criteria and Requirements

No Subject Single Entity Joint Venture (JV) Documents to be submitted All combined Lead Partner Other Partner(s)

6 Financial The Applicant shall The total value (sum of The Lead Partner of a JV The Other Partner(s) of a JV Form 4 and Resources demonstrate, by bank available cash, unused cash shall demonstrate, by bank shall demonstrate, by bank attachments statement(s) from its credit and unused credit statement(s) from its statement(s) from its thereto bank(s), that the Applicant letter as per Form 4) of the bank(s), that the Applicant bank(s), that the Applicant has available or has access to bank statement(s) to be has available or has access to has available or has access to liquid assets, lines of credit submitted by the JV liquid assets, lines of credit liquid assets, lines of credit or other financial means Partner(s) should or other financial means or other financial means sufficient to meet the demonstrate that JV has sufficient to meet the sufficient to meet the construction cash flow for an available or has access to construction cash flow for an construction cash flow for an amount not less than liquid assets, lines of credit amount not less than amount not less than US$3.000.000 (Three- or other financial means US$1.500.000 (One-million- US$600.000 (Six-hundred- million US Dollars) as sufficient to meet the five-hundred-thousand US thousand US Dollars) as demonstrated by the sum of construction cash flow for an Dollars) as demonstrated by demonstrated by the sum of available cash, unused cash amount not less than the sum of available cash, available cash, unused cash credit and unused credit US$3.000.000 (Three- unused cash credit and credit and unused credit letter as per Form 4. million US Dollars) unused credit letter as per letter as per Form 4. Form 4.

Page 3

Annex III – Prequalification Criteria and Requirements

No Subject Single Entity Joint Venture (JV) Documents to be submitted All combined Lead Partner Other Partner(s)

7 Average Annual The average construction The combined average The average construction The average construction Form 5 and Construction turnover of a single entity, construction turnovers of JV turnover of JV lead partner, turnover of JV partners, attachments Turnover within the last 5 years (2006 partners, within the last 5 within the last 5 years (2006 within the last 5 years (2006 thereto and onwards) should be years (2006 and onwards) and onwards) should be and onwards) should be equal to or more than should be equal to or more equal to or more than equal to or more than US$3.000.000 (three- than US$3.000.000 (Three- US$1.500.000 (One-million- US$600.000 (Six -hundred- million- US Dollars), million US Dollars), five-hundred-thousand US thousand US Dollars), calculated as total of calculated as total of Dollars), calculated as total calculated as total of certified payments received certified payments received of certified payments certified payments received for contracts in progress or for contracts in progress or received for contracts in for contracts in progress or completed, demonstrating completed. progress or completed, completed. construction activity or demonstrating construction turnover resulting from activity or turnover resulting construction activity, each from construction activity, and every year within the each and every year within same period (2006 onwards) the same period (2006 onwards)

Page 4

Annex III – Prequalification Criteria and Requirements

No Subject Single Entity Joint Venture (JV) Documents to be submitted All combined Lead Partner Other Partner(s)

8 Single Similar Participation as contractor or The total value of the single Participation as contractor or Participation as contractor or Form 6 and Construction subcontractor, in at least 1 similar construction subcontractor, in at least 1 subcontractor, in at least 1 attachments Experience single contract in at least experiences, within the last 5 single contract in within the (one) single contract within thereto within the last 5 years (2006 years (2006 and onwards), of last 5 years (2006 and the last 5 years (2006 and and onwards), with a value the JV partners should be at onwards), with a value of at onwards), with a value of at of at least US$3.000.000 least US$3.000.000 (Three- least US$1.500.000 (One- least US$600.000 (Six- (Three-million US Dollars), million US Dollars). million-five-hundred- hundred-thousand US carried out by the Applicant, thousand US Dollars), Dollars), carried out by the that has been successfully carried out by the Applicant, Applicant, that has been and substantially4 completed, that has been successfully successfully and and That is similar to the and substantially4 completed, substantially4 completed, and proposed works as defined in and That is similar to the That is similar to the ITA 16(a). proposed works as defined in proposed works as defined in ITA 16(a). ITA 16(a).

9 Similar Participation as contractor or The total value of the similar Participation as contractor or Participation as contractor or Form 7 and Construction subcontractor, to contracts construction experiences of subcontractor, to contracts subcontractor, to contracts attachments Experience within the last 5 years (2006 the JV partners within the within the last 5 years (2006 within the last 5 years (2006 thereto and onwards), with a value last 5 years (2006 and and onwards), with a value and onwards), with a value of at least US$8.000.000 onwards) should be equal to of at least US$4.000.000 of at least US$1.600.000 (Eight-million US Dollars), or more than US$8.000.000 (Four-million US Dollars), (One-million-six-hundred carried out by the Applicant, (Eight-million US Dollars). carried out by the Applicant, US Dollars), carried out by that has been successfully that has been successfully the Applicant, that has been and substantially4 completed, and substantially4 completed, successfully and and that is similar to the and that is similar to the substantially4 completed, and proposed works as defined in proposed works as defined in that is similar to the ITA 16(a). ITA 16(a). proposed works as defined in ITA 16(a).

A successful applicant shall comply with all of the requirements (pass/fail criteria) listed above.

4 The term “substantially completed” refers to civil works, provisional acceptance of which has been made by the Employer.

Page 5

Annex III – Prequalification Criteria and Requirements

Note for the Joint Ventures: Note that the minimum requirements for the Lead Partner of the JV and Other Partners of the JV are different. Note that even if the lead partner and the other partners of the JV meet the minimum requirements, individually, the JV may still not be considered qualified, if the combined qualifications of the JV do not meet the minimum requirements, stipulated under “All combined” column in the above tables. For instance, if a JV has two members, and if the similar construction experience of the JV lead partner is US$4.000.000 and the similar construction experience other partner is US$1.600.000, the combined similar construction of the JV would be US$5.600.00, in which case the JV would not meet the minimum requirement of US$8.000.000.

Page 6

Annex IV – Application Forms

Annex IV – Application Forms

The forms herein shall be submitted by the Applicants. All the forms must be printed on company letterhead, signed, stamped and dated. The corresponding attachments should be attached, the attachments if already certified by notary public or certified accountant shall not be signed, dated, stamped by the Applicant. In case of Joint Ventures, all forms shall be signed, dated and stamped by each member of the JV. The forms herein include:  Application Submission Form (ASF)  Form 1: Application Information Sheet (plus Form 1.a: Joint Venture Declaration, if JV)  Form 2: History of Non-performing Contracts  Form 3: Financial Situation  Form 4: Financial Resources  Form 5: Average Annual Construction Turnover  Form 6: Single Similar Construction Experience  Form 7: Similar Construction Experience

Forms Single Entity Joint Venture

ASF To be printed on company letterhead of the To be prepared, signed, dated, stamped and single entity, and signed, dated and stamped. submitted by all JV partners. UNDP will use the address, indicated in the ASF of the Lead Partner of the JV for communication.

Form 1 To be printed on company letterhead of the To be prepared, signed, dated, stamped and single entity, and signed, dated and stamped. submitted by all JV partners. Form 1.a should Form 1.a is not applicable for Single Entity also be co-signed and submitted. Applicants.

Form 2 To be printed on company letterhead of the To be prepared, signed, dated, stamped and single entity, and signed, dated and stamped. submitted by all JV partners.

Form 3 To be printed on company letterhead of the To be prepared, signed, dated, stamped and single entity, and signed, dated and stamped. submitted by all JV partners.

Form 4 To be printed on company letterhead of the To be prepared, signed, dated, stamped and single entity, and signed, dated and stamped. submitted by all JV partners.

Form 5 To be printed on company letterhead of the To be prepared, signed, dated, stamped and single entity, and signed, dated and stamped. submitted by all JV partners.

Form 6 To be printed on company letterhead of the To be prepared, signed, dated, stamped and single entity, and signed, dated and stamped. submitted by all JV partners.

Form 7 To be printed on company letterhead of the To be prepared, signed, dated, stamped and single entity, and signed, dated and stamped. submitted by all JV partners.

Form 8 To be printed on company letterhead of the To be prepared, signed, dated, stamped and single entity, and signed, dated and stamped. submitted by all JV partners.

Page 7

Annex IV – Application Forms

Application Submission Form (to be printed on company letterhead, signed, dated and stamped)

Date: [insert day, month, year] EOI No. UNDP-TUR-EOI-PROJ(SEDP)-2011/03

To: UNDP Birlik Mah. 2. Cad. No:11 Çankaya, Ankara, 06610, Turkey We, the undersigned, apply to be prequalified for the referenced EOI and declare that: (a) We have examined and have no reservations to the Prequalification Documents, including any Addendum (or Addenda to same effect), issued by the procuring UNDP entity in accordance with Instructions to Applicants (Clause 5). (b) 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 bid for the contract subject of this prequalification, without incurring any liability to the Applicants. (c) We are not associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by the Employer to provide consulting services for the preparation of the design specifications, and other documents to be used for the construction services to be procured. (d) As of the date of this statement of declaration, we are not in the circumstances of disqualification or restriction set forth in the last paragraph of Article 10 of Law No. 4734 (or as per the relevant laws of the country in which we operate) and we are not in the circumstances of those that cannot participate in the procurement as per Article 11 of the same Law (or as per the relevant laws of the country in which we operate). If any change occurs in this case declared, we undertake to notify the UNDP the Contracting Entity promptly. (e) The following information shall be used by UNDP to notify us:

Name

Title

Address:

Tel: Fax:

Best regards, Signed [insert signature(s) of an authorized representative(s) of the Applicant ]

Name [insert full name of person signing the application] In the Capacity of [insert capacity of person signing the application] Duly authorized to sign the application for and on behalf of: Applicant’s Name [insert full name of Applicant] Address [insert street number/town or city/country address] Dated on [insert day number] day of [insert month], [insert year]

Page 8

Annex IV – Application Forms

Form 1: Applicant Information Sheet (to be printed on company letterhead, signed, dated and stamped)

No Subject Explanation

1 Legal Name

2 Country of Registration

3 Year of Registration

4 Role (if applicant is a JV) Lead Partner with a share of ...% Partner with a share of …%

Legal address in the country Address: 5 of registration

Tel:

Fax:

Authorized Representative Name: 6 Information Title:

Address:

Tel:

Fax:

Email:

7 Certificates demonstrating Quality Assurance/Control Mechanism/System in place owned by the Applicant

8 Attachment(s) (i) Notarized copy of the document(s) (e.g. trade registration gazette or equivalent etc.) that prove(s) the constitution of the Company named as the Applicant, above.

(ii) Notarized copy of the document(s) (e.g. trade registration gazette or equivalent etc.) that demonstrate(s) change(s) (i.e. title, address, shareholding structure) and current status of the Company, named as the Applicant, above.

(iii) Signature Circular and/or Power of Attorney, demonstrating authority to sign on behalf of the Applicant, certified by the notary public.

(iv) Notarized copy of a relevant and internationally recognized quality control/assurance certification

(v) In case of joint venture Form 1.a shall be co-signed by all the JV members.

Name

Title

Date

Signature

Page 9

Annex IV – Application Forms

JOINT VENTURE DECLARATION

EOI No: UNDP-TUR-EOI-PROJ(SEDP)-2011/03

We have entered into a private joint venture in order to submit joint tender to EOI for Prequalification for Construction of Irrigation Systems in Sivas and Erzincan Provinces, within the Scope of Sivas-Erzincan Development Project tendered by United Nations Development Programme (UNDP) and perform and prosecute the work after concluding the contract if we are awarded the contract. If we are awarded the contract, the joint venture agreement shall be notarized and submitted to the Contracting Entity before the contract is concluded. Lead (pilot) partner of our joint venture shall be ……………[indicate name of the lead partner]…………………… until the completion of work.

If we are awarded the contract as a result of the joint tender that we submit, we hereby declare, accept and guarantee that the contract shall be signed by all partners and our partner indicated as the lead (pilot) partner shall have the full power to act for and on behalf of our joint venture in respect of all issues concerning the contract, and that each of us shall be jointly and successively liable for performing the works and commitments within the subject and scope of the contract that will be concluded as well as fulfilling the obligations arising from the contract and undertaken by our joint venture, and that we shall not leave the private joint venture that we have established, otherwise UNDP shall be authorized to terminate the contract and register the performance bond as revenue, and that all communications and notifications to the lead (pilot) company shall be deemed to be made to our joint venture, the lead (pilot) partner and the remaining partners of the joint venture shall undertake all obligations and liabilities of the work including the performance bond in the events of death, bankruptcy, heavy disease, detention or imprisonment to the extent to limit the freedom or dissolution of any of the partners in the joint venture except for the lead (pilot) partner before the subject work is completed.

No Name of the Partner in the JV Percentage Share* 1 2 3

Lead Partner Partner Partner Name Date Signature Stamp

* Lead partner’s share cannot be less than 50% Share of the remaining partner(s) shall not be less than 20%

Page 10

Annex IV – Application Forms

Form 2: History of Non-performing Contracts (to be printed on company letterhead, signed, dated and stamped)

Applicant’s Legal Name ______Date __/__/2011

______Page __ of __

Non-performing Contracts:

Contract non-performance did not occur during the last 5 years (2006 and onwards)

Contract non-performance occurred during the last 5 years (2006 and onwards)

Year Outcome as % of Total Contract Identification Total Contract Value Assets (USD, Equivalent)

Contract Identification: Name of Employer: Address of Employer: Matter in dispute:

Litigation History

No litigation history

Litigation history

Year Outcome as % of Total Contract Identification Total Contract Value Assets (USD, Equivalent)

Contract Identification: Name of Employer: Address of Employer: Matter in dispute:

Contract Identification: Name of Employer: Address of Employer: Matter in dispute:

Name

Title

Date

Signature

Page 11

Annex IV – Application Forms

Form 3: Financial Situation (to be printed on company letterhead, signed, dated and stamped)

Applicant’s Legal Name ______Date __/__/2011

______Page __ of __

Financial information in US$ equivalent Information from Balance Sheet 2008 2009 2010 Average Total Assets (TA) Total Liabilities (TL) TA/TL Ratio Net Worth (NW)

Current Assets (CA) Current Liabilities (CL) CA/CL Ratio Information from Income Statement Total Revenue (TR) Profits Before Taxes (PBT)

Attached are copies of financial statements (balance sheets, including all related notes, and income statements) for the years required above complying with the following conditions: * Must reflect the financial situation of the Applicant * Historical financial statements must be audited by a certified accountant * Historical financial statements must be complete, including all notes to the financial statements * Historical financial statements must correspond to accounting periods already completed and audited

In order to arrive to the USD values, the following conversion rates need to be used. If the subject matter currency (i.e. the currency of the work completion certificate, income statement etc.) is other than Turkish Lira (TRL) or Euro (EUR), the conversion (selling prices) or cross rates for the reference dates given in below table and available at the web page of Central Bank of Republic of Turkey (www.tcmb.gov.tr) are to be used. The following table provides the reference dates for each eligible year. The conversion rates or cross rates to be used by Offeror should be the conversion rates or cross rates stated for the reference dates in the following table.

Year Reference Institution Reference Date 1 USD = 1 EUR= 2008 Central Bank of the Republic of Turkey 31.12.2008 1.5291 TRL 1.4018 USD 2009 Central Bank of the Republic of Turkey 31.12.2009 1.4945 TRL 1.4406 USD 2010 Central Bank of the Republic of Turkey 31.12.2010 1.5450 TRL 1.3366 USD

Name

Title

Date

Signature

Page 12

Annex IV – Application Forms

Form 4: Financial Resources (to be printed on company letterhead, signed, dated and stamped)

Cash and Credit position as of submission date

Bank Available Cash Unused

Cash Credit Credit Letter

Total

A B C A+B+C

All Bank reference letters in Turkish Lira (TRL) should be converted into the US$ using April 2011 UN Exchange rate (1 US$ = 1.5570 TRL).

All Bank reference letters in Euro (EUR) should be converted into the US$ using April 2011 UN Exchange rate (1 US$ = 0.7100 EUR).

For conversion of other currencies into the US$ please visit http://www.un.org/Depts/treasury/ or download http://www.un.org/Depts/treasury/01apr11.xls

Page 13

Annex IV – Application Forms

Form 5: Average Annual Construction Turnover (to be printed on company letterhead, signed, dated and stamped)

Applicant’s Legal Name ______Date __/__/2011

______Page __ of __

Annual Construction Turnover Amount* Currency Conversion Rate** USD Equivalent 2006 2007 2008 2009 2010 Average

The information above complies with the following conditions: * Annual Construction Turnover is calculated as total certified payments received for work in progress or completed.

Attach copies of relevant invoices for 2006 and onwards. The annual construction turnovers to be reported by the applicants should correspond to the sum of invoices per annum to be provided as supplementary materials.

Attach also copy of the progress payments or notarized copies of work completion certificates. ** In order to arrive to the USD values, the following conversion rates need to be used. If the subject matter currency (i.e. the currency of the work completion certificate, income statement etc.) is other than Turkish Lira (TRL) or Euro (EUR), the conversion (selling prices) or cross rates for the reference dates given in below table and available at the web page of Central Bank of Republic of Turkey (www.tcmb.gov.tr) are to be used. The following table provides the reference dates for each eligible year. The conversion rates or cross rates to be used by Offeror should be the conversion rates or cross rates stated for the reference dates in the following table.

Year Reference Institution Reference Date 1 USD = 1 EUR= 2006 Central Bank of the Republic of Turkey 29.12.2006 1.4124 TRL 1.3172 USD 2007 Central Bank of the Republic of Turkey 31.12.2007 1.1649 TRL 1.4715 USD 2008 Central Bank of the Republic of Turkey 31.12.2008 1.5291 TRL 1.4018 USD 2009 Central Bank of the Republic of Turkey 31.12.2009 1.4945 TRL 1.4406 USD 2010 Central Bank of the Republic of Turkey 31.12.2010 1.5450 TRL 1.3366 USD

Name

Title

Date

Signature

Page 14

Annex IV – Application Forms

Form 6: Single Similar Work Experience (to be printed on company letterhead, signed, dated and stamped)

Applicant’s Legal Name ______Date __/__/2011

______Page __ of __ Ref No: … Project title Award Date Completion Date Role in Contract Total Contract Amount Proportion of the total Employer (MM/YYYY) (MM/YYYY) (contractor OR sub- (USD) contract amount carried contractor) out by the Applicant (%)

Detailed description of project Type of services provided

The information above complies with the following conditions:

* Reference construction work, completed in 2006 and onwards * Substantiated by the attached copies of progress payments and notarized copies of work completion certificates. * Role as “contractor” or “sub-contractor”. * Similar work experience is the infrastructure-related construction works on potable water systems, sewerage systems, irrigation systems, canals, dams, ponds, HEPPs, pipelines, and other water structures. Note: Design and supervision services are not considered similar work experience.

Name

Title

Date

Signature

Page 15

Annex IV – Application Forms

Form 7: Similar Construction Experience (to be printed on company letterhead, signed, dated and stamped)

Applicant’s Legal Name ______Date __/__/2011

______Page __ of __ Replicate the following table and enumerate accordingly for each similar construction work experience.

Ref No: … Project title Award Date Completion Date Role in Contract Total Contract Amount Proportion of the total Employer (MM/YYYY) (MM/YYYY) (contractor OR sub- (USD) contract amount carried contractor) out by the Applicant (%)

Detailed description of project Type of services provided

The information above complies with the following conditions: * References include works completed in 2006 and onwards * Substantiated by the attached copies of progress payments and notarized copies of work completion certificates. * Role as “contractor” or “sub-contractor”. * Similar work experience is the infrastructure-related construction works on potable water systems, sewerage systems, irrigation systems, canals, dams, ponds, HEPPs, pipelines, and other water structures. Note: Design and supervision services are not considered similar work experience..

Name

Title

Date

Signature

Page 16

Annex V –Scope of Works

Annex V – Scope of Works

Location The construction works will be carried out in selected Districts/villages of Sivas and Erzincan.

Items Province District Village Location

1 Sivas Yıldızeli Approximately 46 km NW of Sivas

2 Sivas Altınyayla Approximately 85 km SW of Sivas

3 Erzincan İliç Altıntaş Approximately 136 km SW of Erzincan and 20 km W of İliç

4 Erzincan Kemah Doğanbeyli Approximately 70 km SW of Erzincan and 20 km N of Kemah

5 Erzincan Kemah Kardere Approximately 80 km SW of Erzincan and 30 km NW of Kemah

6 Erzincan Kemah Koçkar Approximately 66 km SW of Erzincan and 16 km NW of Kemah

7 Erzincan Üzümlü Approximately 23 km N of Erzincan

Description of Works The scope of the construction services include, but are not limited to the following works, designs and drawings of which has already been produced. Construction of Irrigation System for Yıldızeli District of Sivas Province;  Approximately 2586 m of HDPE 100 (in 4, 5, 6 and 8 Atm) pipes with 110 mm diameter, 1417 m of HDPE 100 (in 4, 5, 6 and 8 Atm) pipes with 125 mm diameter, 2938 m of HDPE 100 (in 4, 5, 6 and 8 Atm) pipes with 140 mm diameter, 1342 m of HDPE 100 (in 5, 6 and 8 Atm) pipes with 160 mm diameter, 400 m of HDPE 100 (in 4, 5, 6 and 8 Atm) pipes with 180 mm diameter, 2315 m of HDPE 100 (in 4, 5, 6 and 8 Atm) pipes with 200 mm diameter, 504 m of HDPE 100 (in 5 and 6 Atm) pipes with 225 mm diameter, 1359 m of HDPE 100 (in 4, 6 and 8 Atm) pipes with 250 mm diameter, 1408 m of HDPE 100 (in 4, 5, 6 and 8 Atm) pipes with 280 mm diameter, 313 m of HDPE 100 (in 5 and 8 Atm) pipes with 315 mm diameter, 189 m of HDPE 100 (in 46 and 8 Atm) pipes with 355 mm diameter, 363 m of HDPE 100 (in 5 and 8 Atm) pipes with 400 mm diameter, 1120 m of HDPE 100 (in 4 and 6 Atm) pipes with 450 mm diameter, 2095 m of HDPE 100 (in 4, 5, 6 and 8 Atm) pipes with 500 mm diameter, 2492 m of HDPE 100 (in 4, 5 and 8 Atm) pipes with 560 mm diameter, 3008 m of HDPE 100 (in 4, 6 and 8 Atm) pipes with 630 mm diameter, 6086 m of HDPE 100 (in 4, 5 and 6 Atm) pipes with 710 mm diameter and 163 m CTP (in 6 Atm) pipes with 800 mm diameter,  111 Hydrants  67 Ball valve in diameter of Ø 150 mm

Page 17

Annex V –Scope of Works

 33 Tail escape (tail water outlet)

 51 air relief valves  1 Water Intake Structure

 As-built Drawings

Construction of Irrigation System for Altınyayla District of Sivas Province;  Approximately 1673 m of HDPE 100 (in 4, 5, 6 and 8 Atm) pipes with 110 mm diameter , 1472 m of HDPE 100 (in 4, 5 and 8 Atm) pipes with 125 mm diameter, 1738 m of HDPE 100 (in 4, 5 and 8 Atm) pipes with 140 mm diameter, 541 m of HDPE 100 (in 8 Atm) pipes with 160 mm diameter, 872 m of HDPE 100 (in 4, 5 and 8 Atm) pipes with 180 mm diameter, 1495 m of HDPE 100 (in 4,5 and 8 Atm) pipes with 200 mm diameter, 1442 m of HDPE 100 (in 4, 5 and 8 Atm) pipes with 225 mm diameter, 1332 m of HDPE 100 (in 4 and 8 Atm) pipes with 250 mm diameter, 815 m of HDPE 100 (in 4 and 8 Atm) pipes with 280 mm diameter, 398 m of HDPE 100 (in 4 Atm) pipes with 315 mm diameter, 1041 m of HDPE 100 (in 4 and 8 Atm) pipes with 355 mm diameter, 2938 m of HDPE 100 (in 4, 6 and 8 Atm) pipes with 400 mm diameter, 464 m of HDPE 100 (in 4 Atm) pipes with 450 mm diameter, 888 m of HDPE 100 (in 4 Atm) pipes with 500 mm diameter, 28 m of HDPE 100 (in 4 Atm) pipes with 560 mm diameter, 982 m of HDPE 100 (in 4 and Atm) pipes with 630 mm diameter and 3068 m of HDPE 100 (in 4 Atm) pipes with 710 mm diameter.  86 Hydrants  46 Ball valve in diameter of Ø 150 mm

 30 Tail escape (tail water outlet)  40 Air relief valves

 1 Water Intake Structure  As-built Drawings Construction of Irrigation System for Altıntaş village at İliç District of ;  Approximately 2093 m of HDPE 100 (4, 6, 8, 12,5 and 16 Atm) pipes with 110 mm diameter, 344 m of HDPE 100 (in 6 and 12,5 Atm) pipes with 125 mm diameter, 877 m of HDPE 100 (in 4, 5, 6 and 12,5 Atm) pipes with 140 mm diameter, 504 m of HDPE 100 (in 4, 6 and 10 Atm) pipes with 180 mm diameter, 2284 m of HDPE 100 (in 4, 5, 8 and 10 Atm) pipes with 200 mm diameter, 280 m of HDPE 100 (in 8 Atm) pipes with 205 mm diameter and 1480 m of HDPE 100 (in 4, 5 and 6 and Atm) pipes with 355 mm diameter,

 29 Hydrants  20 Ball valve in diameter of Ø 150 mm

 9 Tail escape (tail water outlet)  12 Air relief valves  1 Water Intake Structure  As-built Drawings

Construction of Irrigation System for Doğanbeyli village at Kemah District of Erzincan Province;  Approximately 1941 m of HDPE 100 (6, 8,10, 12,5 and 16 Atm ) pipes with 110 mm diameter, 387 m of HDPE 100 (6, 8,10 and 12,5 Atm ) pipes with 125 mm diameter, 1245 m of of HDPE 100 (4, 8,10

Page 18

Annex V –Scope of Works

and 16 Atm ) pipes with 140 mm diameter, 243 m of of HDPE 100 (6, 8 and 10 Atm ) pipes with 160 mm diameter, 873 m of HDPE 100 (6, 8,10 and 16 Atm ) pipes with 180 mm diameter, 1089 m of HDPE 100 (4,5, 10, 12,5 and 16 Atm ) pipes with 200 mm diameter, 749 m of HDPE 100 (8,10 and 16 Atm ) pipes with 225 mm diameter, 426 m of HDPE 100 (4,10 and 16 Atm ) pipes with 250 mm diameter, 889 m of HDPE 100 (4, 8, 12,5 and 16 Atm ) pipes with 280 mm diameter, 354 m of HDPE 100 (10 and 12,5) pipes with 315 mm diameter, 1735 m of HDPE 100 (4,5, 6, 8 and 10 Atm ) pipes with 450 mm diameter,  51 Hydrants  14 Ball valve in diameter of Ø 150 mm

 10 Tail escape (tail water outlet)

 4 Air relief valves

 1 Water Intake Structure (Repairing of the existing water reservoir)  As-built Drawings Construction of Irrigation System for Kardere village at Kemah District of Erzincan Province;  Approximately 2223 m of HDPE 100 (4, 5, 6,8 and 10 Atm) with 110 mm diameter, 854 m of HDPE 100 (4, 5, 6,8 and 10 Atm) with 125 mm diameter, 188 m of HDPE 100 (5, 8, 10 and 16 Atm) with 140 mm diameter, 232 m of HDPE 100 ( 6,8 and 10 Atm) with 160 mm diameter, 31 m of HDPE 100 (4, 6,8, 10 and 16 Atm) with 180 mm diameter, 632 m of HDPE 100 (4, 5,8, 10 and Atm) with 200 mm diameter, 323 m of HDPE 100 (4, 10 and 16 Atm) with 250 mm diameter, 306 m of HDPE 100 ( 10 Atm) with 280 mm diameter, 161 m of HDPE 100 (4 Atm) with 315 mm diameter and 1355 m of HDPE 100 (4, 5, 6,8 and 10 Atm) with 355 mm diameter.  22 Hydrants

 11 Tail escape (tail water outlet)  11 Air relief valves  1 Water Intake Structure (Repairing of the existing water reservoir)  As-built Drawings Construction of Irrigation System for Koçkar village at Kemah District of Erzincan Province;  Approximately 1453 m of HDPE (6, 8 and 10 Atm) pipes with 110 mm diameter, 243 m of HDPE 100 ( 8 Atm ) with 125 mm diameter, 177 m of HDPE (10 Atm) pipes with 140 mm diameter, 63 m of HDPE 100 ( 8 Atm ) with 160 mm diameter , 213 m of HDPE 100 ( 8 Atm ) with 180 mm diameter and 2955 m of HDPE 100 ( 4, 5, 8, 10 and 16 Atm ) with 225 mm diameter,

 18 Hydrants  17 Ball valve in diameter of Ø 150 mm

 8 Tail escape (tail water outlet)  12 Air relief valves  1 Water Intake Structure  As-built Drawings Construction of Irrigation System for Üzümlü District of Erzincan Province;  Approximately 4477 m of HDPE (8, 10, 12,5 and 16 Atm) pipes with 110 mm diameter , 227 m of HDPE (6,8, 10 and 12,5 Atm) pipes with 125 mm diameter, 2818 m of HDPE (6,8, 10 and 12,5 Atm) pipes with 140 mm diameter, 1658 m HDPE (4, 8, 10 and 12,5 Atm) pipes with 160 mm

Page 19

Annex V –Scope of Works

diameter, 2113 m HDPE (8, 10 and 12,5 Atm) pipes with 180 mm diameter , 2184 m HDPE (6, 8 and 10 Atm) pipes with 200 mm diameter, 2012 m HDPE (4, 5, 6 and 8 Atm) pipes with 225 mm diameter, 1356 m HDPE (4, 6and 8 Atm) pipes with 250 mm diameter, 1314 m HDPE (4, 6,8 and 10 Atm) pipes with 280 mm diameter, 802 m HDPE (4, 6 and 8 Atm) pipes with 315 mm diameter, 19 m HDPE (4 Atm) pipes with 355 mm diameter, 677 m HDPE (8 Atm) pipes with 400 mm diameter, 468 m HDPE (4 and 6 Atm) pipes with 450 mm diameter, 768 m HDPE (4, 6 Atm) pipes with 500 mm diameter, 288 m HDPE (4 Atm) pipes with 560 mm diameter and 3464 m HDPE (4,5, 6,8 and 10 Atm) pipes with 630 mm diameter.

 97 Hydrants  32 Ball valve in diameter of Ø 150 mm

 21 Tail escape (tail water outlet)  22 Air relief valves

 1 Water Intake Structure  As-built Drawings

Duration of the Works The duration of the Construction of Irrigation System works is 12 months.

Page 20