Guide on Bid Evaluation - Asian Development Bank · v. Preface. The principles and procedures...
Transcript of Guide on Bid Evaluation - Asian Development Bank · v. Preface. The principles and procedures...
ASIAN DEVELOPMENT BANK
GUIDE ON BID EVALUATIONJune 2018
ASIAN DEVELOPMENT BANK6 ADB Avenue, Mandaluyong City1550 Metro Manila, Philippineswww.adb.org
Guide on Bid Evaluation
This guide is intended to provide guidance to borrowers on bid evaluation procedures and how to prepare a bid evaluation report to be submitted to ADB, in connection with the procurement of contracts financed in whole or in part by an ADB loan or grant, or by ADB-administered funds.
About the Asian Development Bank
ADB’s vision is an Asia and Pacific region free of poverty. Its mission is to help its developing member countries reduce poverty and improve the quality of life of their people. Despite the region’s many successes, it remains home to a large share of the world’s poor. ADB is committed to reducing poverty through inclusive economic growth, environmentally sustainable growth, and regional integration.
Based in Manila, ADB is owned by 67 members, including 48 from the region. Its main instruments for helping its developing member countries are policy dialogue, loans, equity investments, guarantees, grants, and technical assistance.
ASIAN DEVELOPMENT BANK
GUIDE ON BID EVALUATIONJune 2018
Printed on recycled paper
Creative Commons Creative Commons Attribution-NonCommercial-NoDerivs 3.0 IGO license (CC BY-NC-ND 3.0 IGO)
© 2018 Asian Development Bank6 ADB Avenue, Mandaluyong City, 1550 Metro Manila, PhilippinesTel +63 2 632 4444; Fax +63 2 636 2444www.adb.org
Some rights reserved. Published in 2018.
ISBN 978-92-9261-266-5 (print), 978-92-9261-267-2 (electronic)Publication Stock No. TIM189440-2DOI: http://dx.doi.org/10.22617/TIM189440-2
The views expressed in this publication are those of the authors and do not necessarily reflect the views and policies of the Asian Development Bank (ADB) or its Board of Governors or the governments they represent.
ADB does not guarantee the accuracy of the data included in this publication and accepts no responsibility for any consequence of their use. The mention of specific companies or products of manufacturers does not imply that they are endorsed or recommended by ADB in preference to others of a similar nature that are not mentioned.
By making any designation of or reference to a particular territory or geographic area, or by using the term “country” in this document, ADB does not intend to make any judgments as to the legal or other status of any territory or area.
This work is available under the Creative Commons Attribution-NonCommercial-NoDerivs 3.0 IGO license (CC BY-NC-ND 3.0 IGO) http://creativecommons.org/licenses/by-nc-nd/3.0/igo/. By using the content of this publication, you agree to be bound by the terms of this license. For attribution and permissions, please read the provisions and terms of use at https://www.adb.org/terms-use#openaccess.
This CC license does not apply to non-ADB copyright materials in this publication. If the material is attributed to another source, please contact the copyright owner or publisher of that source for permission to reproduce it. ADB cannot be held liable for any claims that arise as a result of your use of the material.
Please contact [email protected] if you have questions or comments with respect to content, or if you wish to obtain copyright permission for your intended use that does not fall within these terms, or for permission to use the ADB logo.
Notes: In this publication, “$” refers to United States dollars. Corrigenda to ADB publications may be found at http://www.adb.org/publications/corrigenda.
iii
Contents
Preface ��������������������������������������������������������������������������������������������������������������������������������������������������������������������� v
Part 1 Bid Evaluation Procedure and Reporting ��������������������������������������������������������������������������������������������� 1
Section 1: General ������������������������������������������������������������������������������������������������������������������������������������������������� 2
A. Introduction ........................................................................................................................................................................................2
B. Purpose of Bid Evaluation ..............................................................................................................................................................3
C. Principles in Bid Evaluation ...........................................................................................................................................................3
D. ADB’s Bidding Procedures under Competitive Bidding .....................................................................................................5
Section 2: Bid Evaluation Procedure ������������������������������������������������������������������������������������������������������������������ 7
A. Step 1: Opening and Preliminary Examination of Bids .......................................................................................................7
1. Basic Data .....................................................................................................................................................................................72. Record of Bid Opening ............................................................................................................................................................73. Preliminary Examination of Bids ..........................................................................................................................................84. Clarifications, Deviations, Reservations, and Omissions ...........................................................................................8
B. Step 2: Determination of Substantial Responsiveness of Bids ........................................................................................9
1. Substantial Responsiveness to Commercial Terms and Conditions .....................................................................92. Substantial Responsiveness to Technical Requirements in Procurement of Goods and
Procurement of Plant (Supply Component) ...............................................................................................................103. Substantial Responsiveness to Technical Requirements in Procurement of Works and
Procurement of Plant (Adequacy of Technical Proposal) .....................................................................................114. Preparation of Table of Substantive Responsiveness of Bids.................................................................................115. Substantial Responsiveness of Bidders under a Two-Envelope Bidding Procedure .....................................126. Substantial Responsiveness of Bidders under a Two-Stage Bidding Procedure .............................................12
C. Step 3: Detailed Evaluation of Price Bids ..............................................................................................................................13
1. Preparation of Table of Bid Prices ....................................................................................................................................132. Determination of Number of Bids for Detailed Evaluation ...................................................................................143. Detailed Evaluation of Price Bids ......................................................................................................................................144. Financial Adjustment of Bid Prices (Commercial Aspects) ...................................................................................155. Financial Adjustment of Bid Prices (Technical Aspects) ........................................................................................166. Detailed Evaluation of Bids for a Civil Works Contract ............................................................................................187. Application of Domestic Preference Scheme .............................................................................................................208. The Lowest Evaluated Substantially Responsive Bid ................................................................................................219. Abnormally Low Bids ............................................................................................................................................................21
CONTENTSiv
D. Step 4: Confirmation of Qualifications and Recommendation for Contract Award ...........................................22
1. Evaluation of Qualifications ...............................................................................................................................................222. Multiple Contract Evaluation .............................................................................................................................................223. Award of Contract ..................................................................................................................................................................22
Section 3: Preparation of Bid Evaluation Report ��������������������������������������������������������������������������������������������24
A. Single-Stage: One-Envelope Bidding Procedure ...............................................................................................................24
B. Single-Stage: Two-Envelope Bidding Procedure ................................................................................................................26
C. Two-Stage and Two-Stage: Two-Envelope Bidding Procedures .................................................................................26
Appendixes �����������������������������������������������������������������������������������������������������������������������������������������������������������27
1 Basic Data Sheet ..................................................................................................................................................................... 28
2 Record of Bid Opening ......................................................................................................................................................... 30
3(A) Table of Substantial Responsiveness of Bids (Commercial Terms)—Supply Contract .............................. 33
3(B) Table of Substantial Responsiveness of Bids (Commercial Terms)—Civil Works ........................................ 35
3(C) Table of Substantial Responsiveness of Bids (Commercial Terms)—Plant Design– Supply–Installation .................................................................................................................................................................37
4 Table of Substantial Responsiveness of Bids (Technical Requirements)—Supply Contract ................... 39
5(A) Table of Salient Features of Bids (Commercial Terms and Conditions)—Supply Contract ...................... 40
5(B) Table of Salient Features of Bids (Commercial Terms and Conditions)—Civil Works................................ 42
5(C) Table of Salient Features of Bids (Commercial Terms and Conditions)—Plant Design– Supply–Installation .................................................................................................................................................................43
5A-1 Table of Salient Features of Bids (Technical Requirements)—Supply Contract ............................................44
6(A) Table of Bid Prices (Supply Contract) ....................................................................................................................................... 45
6(B) Table of Bid Prices (Civil Works Contract) .............................................................................................................................. 46
6(C) Table of Bid Prices (Plant Contract) ..........................................................................................................................................47
7(A) Table of Bid Price Adjustment (Supply Contract) ......................................................................................................48
7(B) Table of Bid Price Adjustment (Civil Works Contract) .............................................................................................49
7(C) Table of Bid Price Adjustment (Plant Design–Supply–Installation) ....................................................................51
8 Evaluation of Bidders’ Qualifications .............................................................................................................................. 54
Part 2 Examples of Bid Evaluation ������������������������������������������������������������������������������������������������������������������55
Example 1: Supply Contract ............................................................................................................................................................56
Example 2: Civil Works Contract .................................................................................................................................................. 86
Example 3: Design, Supply, and Installation Contract .......................................................................................................119
v
Preface
The principles and procedures outlined in this Guide on Bid Evaluation (hereinafter referred to as “the Guide”) are as prescribed by the Procurement Guidelines (2015, as amended from time to time) (“Guidelines”) and the Procurement Regulations for ADB Borrowers: Goods, Works, Nonconsulting and Consulting Services (2017, as amended from time to time) (“Regulations”); 1 and are applicable to the procurement of goods (“Goods” which includes related services2); works (“Works”) and plant design, supply, and installation (”Plant”) that are financed in whole or in part by an Asian Development Bank (ADB) loan or grant or by ADB-administered funds. In accordance with the Guidelines/Regulations, ADB requires its borrowers or recipients of grants (hereinafter referred to as “Borrowers”) or their Project Executing Agencies (“Executing Agencies”) to submit a “Bid Evaluation Report” for ADB’s approval prior to award of contract in case the contract is subject to ADB prior review.3
Bid Evaluation Reports prepared by Borrowers, Executing Agencies, and their consultants (“Consultants”) in response to ADB’s requirements have often been inadequate in form and substance; in many cases, ADB principles and procedures for procurement have not been fully met or, in some instances, violated. In such cases, it becomes necessary for ADB to obtain additional information or to request clarifications and additional analyses after the receipt and initial review of the report.
Such delays have frequently necessitated requests to bidders for extension of the bid validity period; however, if the bidder that has submitted the lowest evaluated bid price does not wish to comply with that request, it would lead to the award of the contract to another bidder. This consequence is highly undesirable, not only for the Executing Agency which has to pay a higher price than necessary for the implementation of a project, but also for bidders who are forced to maintain their bid validity for an unreasonable period of time or, after incurring the expenses of bidding, to withdraw from the competition. Finally, such developments are undesirable from an operational point of view since ADB is responsible, under the terms of its Charter, to ensure that projects which it finances are carried out with due regard to “economy and efficiency.” Losing the opportunity to award a contract on time to the lowest evaluated substantially responsive bidder is neither economical nor efficient.
Given the difficulties inherent in the evaluation process and in the preparation of complete, accurate, and concise Bid Evaluation Reports, the Guide has been written to provide Borrowers, Executing Agencies, and their Consultants with guidance on bid evaluation procedures and on the format of the report to be submitted to ADB.
Part 1 of the Guide sets out a systematic step-by-step bid evaluation procedure covering all relevant factors which must be taken into account in determining the lowest evaluated substantially responsive bid in accordance with the terms and conditions of the bidding document. It also illustrates how the report to ADB should be put together using the tables of analysis prepared during the evaluation process.
Part 2 of the Guide consists of three examples of bid evaluation reports: one for a supply contract involving the procurement of goods; one for a civil works contract; and one for a design, supply, and installation contract involving the procurement of plant, or equipment, and installation works under a single responsibility or turnkey contract.
1 The relevant project financing agreement indicates whether the Guidelines or Regulations apply.2 The term “Services” does not include consulting services which are of an intellectual and advisory nature requiring evaluation of
technical proposals that offer tailored approaches, methodologies, and specially qualified experts.3 The project procurement plan specifies which contracts are subject to ADB prior review.
PREFACEvi
Use of the procedures proposed in the Guide are recommended. It is recognized that in some procurement cases it may be necessary to modify the procedures, including the tables of analysis, to suit the nature of the particular procurement being undertaken.
ADB hopes that the information provided in the Guide will be useful and will help to reduce or eliminate the problems which have been encountered in the past. However, it should be noted that the purpose of the Guide is to provide assistance to Executing Agencies on bid evaluation reflecting the procurement principles and practices embodied in the Guidelines/Regulations.
In case of ambiguities or discrepancies between this Guide and the provisions of the financing agreement or the provisions of the bidding document, the provisions of the bidding documents or financing agreement (in order of priority in the event of inconsistency) prevail over the Guide.
Any additional information on procurement under projects financed in whole or in part by an ADB loan or grant or by ADB administered funds can be obtained from
Procurement, Portfolio and Financial Management Department (PPFD)Asian Development Bank6 ADB Avenue, Mandaluyong City 1550 Metro Manila, PhilippinesE-mail: [email protected]: +63 2 632 4444Fax: +63 2 636 2444 [Attn: Director General, PPFD]www.adb.org
1
PART 1
Bid Evaluation Procedure and Reporting
2
Section 1: General
A. Introduction
1.1 Procurement under investment lending projects financed in whole or in part by an Asian Development Bank (ADB) loan or grant or by ADB-administered funds must be carried out in accordance with the policy, principles, practices, and procedures laid down in the Procurement Guidelines (2015, as amended from time to time) or the Procurement Regulations for ADB Borrowers: Goods, Works, Nonconsulting and Consulting Services (2017, as amended from time to time),1 hereinafter referred to as “the Guidelines/Regulations.” The policies applicable to procurement that have been incorporated in the Guidelines/Regulations are derived from the provisions of The Agreement Establishing the Asian Development Bank (“the Charter”). The Articles relating to procurement that are stipulated in the Charter are:
(i) the proceeds of any loan shall be used only for procurement in member countries of goods and services produced in member countries;2 and
(ii) ADB shall ensure that the proceeds of any loan made by ADB are used only for the purpose for which it was approved, with due attention given to considerations of economy and efficiency.3
The Guidelines/Regulations built upon these Articles to define six core principles to guide ADB’s procurement procedures and requirements: economy, efficiency, fairness, transparency, quality, and value for money.4
1.2 All procurements financed or administered by ADB must conform to the above core principles set forth in the Charter and the Guidelines/Regulations. Further, ADB, being a public international, multilateral development finance institution, has an obligation to provide adequate, fair, and equal opportunity to supply goods, works, and services under ADB-financed or administered projects to interested and eligible bidders. If any of these core principles are not followed in the procurement process, including bid evaluation and contract award, ADB may refuse to finance that particular procurement and cancel the corresponding portion of the loan.
1.3 Bidding documents approved for ADB-financed or administered procurements should include the provisions necessary to satisfy ADB’s principles, practices and procedures. Evaluation of bids must be consistent with the terms and conditions stipulated in the bidding document. Fair, accurate, and transparent evaluation of bids is one of the most important aspects of procurement. Also, ADB must be satisfied that its objectives of economy, efficiency, transparency, and fairness among bidders have been met.
1 This does not apply to alternative procurement arrangements allowed under the Regulations.2 Article 14 (ix) of the Charter.3 Article 14 (xi) of the Charter.4 Quality and value for money are two new principles in the Regulations.
3GENERAL
B. Purpose of Bid Evaluation
1.4 The main purpose of bid evaluation is to determine the lowest evaluated substantially responsive bid among the bids submitted on or before the bid closing date and time specified in the bidding document. The lowest evaluated substantially responsive bid may or may not necessarily be the lowest priced bid. In order to determine accurately the lowest evaluated substantially responsive bid in accordance with the terms and conditions of the bidding document, a logical systematic evaluation procedure designed to cover all aspects of the evaluation process as described in the bidding document should be followed.
There may be contracts requiring complex solutions with a combination of goods, works, or services, where value for money may not be achieved by using “lowest evaluated bid” as the contract award criterion; rather, striking a balance between cost and quality may be necessary to meet intended development targets. Bid evaluation for this type of contract may require different methods (e.g., using merit point or scoring systems), which are not covered in this Guide.5
C. Principles in Bid Evaluation6
1.5 There are certain principles and practices of ADB in a bid evaluation that must be clearly understood and observed in the bid evaluation process.
1. Prompt Public Bid Opening
The time for bid opening shall be the same as for the deadline for bid submission or promptly thereafter. Preserving the integrity of bid submission is essential, which also promotes transparency at the very start of the bid evaluation process.
2. Confidentiality of Procedures
After the public opening of bids, no information relating to the examination, clarification, and evaluation of bids, and recommendations concerning awards, shall be communicated to any person not officially concerned with these procedures until the notification of the contract award has been made to the successful bidder.
3. Priority of Documents
The Guidelines/Regulations provide that the rights and obligations of the Executing Agency and the bidders offering to supply goods and perform the works for a particular procurement activity under a project are governed by the bidding document, and not by the Guidelines/ Regulations or the financing agreement. After the issuance of the bidding document for a particular contract, the procurement process is directed by the provisions of that bidding document. Should any inconsistency arise for any specific procurement between the bidding document and this Guide, the bidding document shall prevail.
5 Executing Agencies may refer to appropriate Guidance Notes or User’s Guides issued by ADB for different bid evaluation methods.
6 This generally applies for the default bidding procedure of “Single-Stage: One-Envelope” following postqualification, unless otherwise specified. See Part D for other bidding procedures.
GUIDE ON BID EVALUATION4
4. Clarification and Modification of Bids
No bidder will be permitted to modify its bid after the bids have been opened.7 Only clarifications, which do not change the substance or price of the bid may be requested or accepted by the Executing Agency. The request for clarifications and the response by the bidder shall be in writing or by acceptable electronic means (such as facsimile or scanned documents sent through e-mail). Any response to an inquiry of the Executing Agency which leads to a change in the bid price or in the substance of the bid shall be treated as a modification and shall not be considered in the bid evaluation. The records of all clarifications sought and received must be kept by the Executing Agency and attached to the bid evaluation report.
5. Rejection of Bids
All valid bids received shall be evaluated in accordance with the criteria, methods, and procedures provided in the bidding document, and only those bids which do not substantially meet the specifications, bidder qualifications and other requirements of the bidding document may be rejected.
6. Currency of Bid Evaluation
Bid prices expressed in different currencies shall be converted into a single currency for evaluation and comparison purposes, using the selling exchange rates prescribed for similar transactions on the date and from an official source (such as the central bank) specified in the bidding document.
7. Qualifications and Track Record of the Bidder
Only the qualifications and track record of the Bidder itself are considered in the evaluation, and not those of the Bidder’s subsidiaries, parent entities, affiliates, or subcontractors, unless specifically permitted in the bidding document. For certain key elements or activities of required experience the bidding document may allow the required experience to be met by specialist subcontractors/ manufacturers.
8. Extension of Bid Validity Period
The Executing Agency shall make every effort to complete bid evaluation and contract award before the expiration of bid validity. The validity of bids may only be extended in exceptional circumstances. If during the evaluation process an extension of bid validity is considered necessary, all those who submitted bids that have not otherwise been withdrawn shall be asked to extend the validity of their bids. Bidders who are willing to extend the validity of their bids shall not be permitted to modify the substance or price of their bids. They must, however, be required to extend the validity of their bid securities or bid securing declaration. The bid securities of bidders who do not extend the validity of their bids shall be returned to them promptly.
9. Rejection of All Bids
The rejection of all bids is justified when the bids submitted are not substantially responsive or where none of the bids received meet the specifications, bidder qualifications, and other requirements, or where there is evidence of lack of competition. The rejection of all bids and calls for new bids solely for the reason of high prices are not accepted by ADB. Where all bid prices have substantially exceeded the cost estimate, the Borrower may, instead of calling for new bids, and after consultation with ADB, negotiate with the lowest evaluated bidder for a reduction of the bid price. If no satisfactory contract can be concluded, rebidding should be initiated with appropriate modification of the scope of the contract.
7 This is true for the Single-Stage: One-Envelope and Single-Stage: Two-Envelope bidding procedures. In the Two-Stage and Two-Stage: Two-Envelope bidding procedures, modifications may be requested by the Executing Agency for the second stage.
5GENERAL
D. ADB’s Bidding Procedures under Competitive Bidding
1.6 ADB has adopted four competitive bidding procedures which may be selected by the Executing Agency to suit the nature of the particular procurement: (i) Single-Stage: One-Envelope, (ii) Single-Stage: Two-Envelope, (iii) Two-Stage, and (iv) Two-Stage: Two-Envelope. The procurement plan agreed by ADB shall specify the bidding procedure to be followed for each contract financed in whole or in part by an ADB loan or grant or by ADB-administered funds.
1. Single-Stage: One-Envelope Bidding Procedure
In the Single-Stage: One-Envelope bidding procedure, bidders submit bids in one envelope containing both the technical proposal and the price proposal, which are opened in public at the date and time advised in the bidding document. The bids are evaluated and the contract is awarded to the bidder who meets eligibility and qualifications requirements and whose bid has been determined to be the lowest evaluated substantially responsive bid.
2. Single-Stage: Two-Envelope Bidding Procedure
In the Single-Stage: Two-Envelope bidding procedure, the bidders submit simultaneously two separately sealed envelopes, one containing the technical bid and the other the price bid enclosed together in an outer single envelope. Initially, only the technical bids are opened at the date and time advised in the bidding document. The price bids remain sealed and are held in custody by the Executing Agency. The technical bids are evaluated by the Executing Agency. No amendments or changes to the technical bids are permitted. The objective of the exercise is to allow the Executing Agency to evaluate the technical bids without reference to price. Bidders must also meet eligibility and qualifications requirements. Bids of bidders who do not conform to the specified requirements may be rejected as deficient or nonresponsive bids.
Following the technical evaluation, the price bids of bidders that submitted substantially responsive technical bids are opened in public at a date and time advised by the Executing Agency. The price bids of the technically responsive bidders are evaluated and the award of contract is made to the bidder whose bid has been determined to be the lowest evaluated substantially responsive bid.
3. Two-Stage Bidding Procedure
In the Two-Stage bidding procedure, the bidders initially submit their first stage bids that include the technical proposals often in accordance with conceptual designs or performance specifications provided in the bidding document, but without prices. The technical proposals are opened at the date and time advised in the bidding document. The first stage bids with technical proposals are evaluated by the Executing Agency and clarified or discussed with the bidders. Any deficiencies, extraneous provisions, and unsatisfactory technical features are pointed out to the bidders whose clarifications and/or comments are carefully evaluated. The bidders who meet the eligibility and qualifications requirements are allowed to revise or adjust their technical proposals in the second stage to meet the final requirements of the Executing Agency. The objective of the exercise is to ensure that all technical proposals to be considered in the second stage conform to the same acceptable technical standard and meet the final technical requirements of the Executing Agency. Bids of bidders who are unable or not prepared to amend their technical proposals so as to conform to the final technical standard required by the Executing Agency may be rejected as deficient or nonresponsive bids.
After the evaluation of first stage bids, the second stage starts with the invitation to bidders who have been declared substantially responsive and meeting the minimum qualification requirements to submit financial or price proposals together with the revised technical proposals in compliance with the acceptable technical
GUIDE ON BID EVALUATION6
standards. The second stage invitation documents shall include required changes to the technical bids of each bidder to comply with the final requirements, together with amendments to the bidding document, if any. The price proposals and revised technical proposals are opened in public at a date and time advised by the Executing Agency. In setting this date, the Executing Agency should allow sufficient time for bidders to incorporate the changes required in their technical proposals and prepare price proposals. The price proposals and revised technical proposals are evaluated and the award of contract is made to the bidder whose bid has been determined to be the lowest evaluated substantially responsive bid.
4. Two-Stage: Two-Envelope Bidding Procedure
In the Two-Stage: Two-Envelope bidding procedure, the bidders submit simultaneously two sealed envelopes, one containing the technical bid and the other the price bid, enclosed together in an outer single envelope comprising the first stage bid. Initially, only the technical bids are opened at the date and time indicated in the bidding document. The price bids remain sealed and are held in custody by the Executing Agency. The technical bids are evaluated, and if the Executing Agency requires amendments or changes to the technical proposals such amendments and changes are discussed with the bidders. The objective of the exercise is to ensure that all technical proposals of bidders who meet the eligibility and qualifications requirements, and to be considered in the second stage, conform to the same acceptable technical standard and meet the final technical requirements of the Executing Agency. First stage bids of bidders who are unable or unwilling to amend their technical proposals so as to conform to the final technical standards may be rejected as deficient bids.
Following the evaluation of the first stage technical proposals, including the required amendments or changes to the technical proposals if applicable, the bidders are invited in the second stage to submit modified bid proposals consisting of revised technical bids and supplementary price proposals based on the revised technical standards agreed. The supplementary price proposals should only contain the changes in price resulting from the required changes in the technical proposals. Supplementary price proposals which contain changes other than those discussed during technical evaluation may result in rejection of the bids. The original price proposals, the supplementary price proposals, and the revised technical proposals are all opened in public at a date and time advised by the Executing Agency. In setting this date, the Executing Agency should allow sufficient time for bidders to incorporate the changes required in their technical proposals and prepare the supplementary price proposals that reflect the changes. The price proposals and the supplementary price proposals are evaluated and the award of contract is made to the bidder whose bid has been determined to be the lowest evaluated substantially responsive bidder.
1.7 The Single-Stage: One-Envelope bidding procedure is the default or main bidding procedure and is used in most of the procurements financed or administered by ADB. The Single-Stage: Two-Envelope bidding procedure has been increasingly used in certain regions as it allows bids at the first part of evaluation, to be evaluated on purely technical and commercial grounds without reference to price. The Two-Stage and Two-Stage: Two-Envelope bidding procedures may be adopted in large and complex contracts where technically unequal proposals are likely to be encountered or where, for a given set of performance specifications, there are two or more equally acceptable technical solutions available to the Executing Agency.
1.8. In addition, a bidding procedure may be used together with prequalification or postqualification procedures. Generally, postqualification is applied. Prequalification may be necessary for large or complex contracts, or when the high costs of preparing detailed bids could discourage participation. If prequalification is applied, qualifications of bidders are examined separately in advance of the bidding process.
1.9 ADB issues Standard Bidding Documents (SBDs) for different bidding procedures and for different types of procurement (Goods, Works, or Plant). This Guide assumes that the actual bidding document issued by an Executing Agency has closely followed the SBD issued by ADB for the particular type of procurement and bidding procedure.
7
Section 2: Bid Evaluation Procedure
The evaluation procedure described herein has been demonstrated in ADB procurement experience to be generally adequate for the expeditious evaluation of bids to determine the lowest evaluated substantially responsive bid in accordance with the terms, conditions, and specifications of the bidding documents. Further, the evaluation procedure, when strictly followed, provides a fair and transparent competitive environment to all bidders leading to an efficient and accurate outcome.
There are four distinct steps in the bid evaluation process which should be followed in a logical sequence. This section basically describes the procedure under a Single-Stage: One-Envelope bidding procedure following postqualification, unless otherwise specified. The evaluation procedures can be modified to meet the requirements of the various types of contracts and bidding procedures.8
A. Step 1: Opening and Preliminary Examination of Bids
1. Basic Data
2.1 Before starting the actual evaluation, it is necessary to collect all the key information pertaining to the bidding so that it is readily available and the evaluation process is kept in proper perspective. A sample of the Basic Data Sheet is shown in Appendix 1.
2. Record of Bid Opening
2.2 All bids received prior to the deadline set for bid submission shall be opened at the time, date, and place specified in the bidding document. All bidders that have submitted bids and their representatives are invited to be present at the opening of bids, and all those present at the bid opening shall be required to sign the attendance sheet.
A Record of Bid Opening, identifying all the bids received, including bidder name, address, and nationality, the presence or absence of the bid security or bid securing declaration, if either one is required, and the bid prices read out publicly, including alternative bids if any, should be formally prepared. All withdrawals, substitutions, modifications, and discounts offered should also be recorded, as well as any observations of deficiencies in signatures, authorizations, format, and other elements of the bid security or bid securing declaration, and the bid submission sheet or letter of bid.
The Record of Bid Opening should be signed by all members of the bid opening committee or persons responsible for bid opening. All bidders present are requested to sign the record in order to provide confirmation that data have been read out and recorded correctly. A sample format of the Record of Bid Opening is shown in Appendix 2. For a contract subject to ADB prior review, a copy of the completed record should be sent to ADB for information immediately after the public opening of bids.
8 Refer to the Standard Bidding Documents (SBDs) prepared by ADB for different bidding procedures for the procurement of goods, works and plant.
GUIDE ON BID EVALUATION8
3. Preliminary Examination of Bids
2.3 The purpose of this step is to examine what the actual contents of the bids received are, and whether they are basically complete as required by the bidding document, before the Executing Agency can proceed to the next step in bid evaluation.
2.4 First, it is necessary to confirm the substantial compliance of the following aspects, as recorded in the Record of Bid Opening in terms of form and content, and determine whether any deficiencies9 recorded may or may not be clarified or rectified:
(i) bid securities or bid securing declaration, if either one is required;
(ii) signatures on the bidding documents; and
(iii) the form of authorization for the authorized signatory of the bid.
2.5 Second, the contents of the envelope needs to be checked against the requirements of the bidding document to determine:
(i) whether the documents submitted are intended for the advertised procurement;
(ii) whether or not documents establishing the eligibility of bidders and goods have been furnished;
(iii) whether or not documents required to assess the qualification of a bidder with respect to its financial and technical capability to undertake the contract have been provided;10 and
(iv) whether bids are generally in order for further detailed evaluation.
2.6 Third, the identity of the bidder needs to be checked, whether it is a single entity or a joint venture (JV). In case of JVs, the examination shall determine whether joint venture agreements, or letters of intent to enter into an agreement, if required, are submitted .
4. Clarifications, Deviations, Reservations, and Omissions
2.7 Examination of each of the above areas may require clarifications from bidders. In addition, in the course of the examination, deviations, reservations, or omissions in the form and contents of the documents submitted are identified and recorded for further clarification and/or detailed evaluation.
2.8 In the Two-Stage and Two-Stage: Two-Envelope bidding procedures, clarifications may be requested and responded in a formal meeting between the Executing Agency and each bidder. The results of these clarification meetings shall be considered in the first stage evaluation report and the recommendations of the Executing Agency for the second stage.
9 Ensure that only the provisions of the bidding document are applied in the assessment. Rectification of minor deficiencies in the required documents is generally acceptable.
10 As the Executing Agency examines the documents substantiating eligibility and qualifications of bidders, it is acceptable practice, particularly under two-envelope and two-stage procedures, to extend the examination to the full-scale Evaluation of Qualifications, which is discussed in Part D of this section under Step 4.
9BID EVALUATION PROCEDURE
B. Step 2: Determination of Substantial Responsiveness of Bids
2.9 The scrutiny of details of bids for substantial responsiveness to the provisions of the bidding document is the most critical aspect of the evaluation of bids and normally takes the longest time. At this stage, grounds for rejection of bids indicated in the bidding document are applied to the observations and conclusions of the examination of bids. After confirming from the details of the documents and considering clarifications requested and obtained, the Executing Agency determines whether the deviations, reservations, and omissions observed are material or major, or if they are not, in which case they are nonmaterial or minor. Bids (or Technical Proposals in the Single-Stage: Two-Envelope, Two-Stage, or Two-Stage: Two-Envelope bidding procedure) without any deviations from the requirements of the bidding document are declared responsive, while those with deviations that are confirmed to be material or major are declared nonresponsive. Those bids (or Technical Proposals) with nonmaterial or minor deviations, which are acceptable or rectifiable, are declared substantially responsive. A bid is also considered non-responsive if any deviation on critical requirements of the bidding document or any condition stated in the submitted bid cannot be reasonably translated into monetary values for financial adjustment. A major or material deviation is one which (a) has an effect on the validity of the bid; or (b) has been specified in the bidding document as grounds for rejection of the bid; or (c) is a deviation from the commercial terms or the technical specifications in the bidding document whose effect on the bid price is substantial but cannot be given a monetary value. The purpose of the exercise is to reject bids which are not substantially responsive to the commercial and technical requirements and advance only the substantially responsive submissions to the next step, which is the detailed evaluation of price bids.
1. Substantial Responsiveness to Commercial Terms and Conditions
2.10 All bids must be checked for substantial responsiveness to the commercial terms and conditions of the bidding document. Examples of nonconformance to commercial terms and conditions, which are justifiable grounds for rejection of a bid, are:
(a) failure to sign the Bid Form and Price Schedules by the authorized person or persons;
(b) failure of a bidder to satisfy eligibility requirements, which include being from an eligible source country of ADB, not being in a situation of conflict of interest, not being under suspension from bidding by the Purchaser or Employer as a result of the execution of a Bid–Securing Declaration, etc. Eligibility requirements must also be satisfied by the goods and plant equipment/materials offered;
(c) failure to submit a bid security or bid securing declaration as specified in the bidding document;
(d) failure to satisfy the bid validity period (i.e., the bid validity period is shorter than specified in the bidding document;
(e) inability to meet the critical delivery schedule or work schedule clearly specified in the bidding document, where such schedule is a crucial condition with which bidders must comply;
(f) conditional bids, i.e., conditions in a bid which limit the bidder’s responsibility to accept an award (e.g., acceptance of the award is subject to government’s approval for export, prior sale or availability of critical material available in the market, or a bid submitted with a price escalation condition when a fixed price bid is specified, or qualifications to the Conditions of Contract);
(g) inability to accept the price adjustment formula of the bidding document; and/or
(h) failure to submit major supporting documents required by the bidding document to determine substantial responsiveness of a bid.
GUIDE ON BID EVALUATION10
2. Substantial Responsiveness to Technical Requirements in Procurement of Goods and Procurement of Plant (Supply Component)
2.11 All bids must be checked for substantial responsiveness to the technical requirements of the bidding document normally found in sections Scope of Supply or Employer’s Requirements of the bidding document. Examples of nonconformance to technical requirements, which are justifiable grounds for rejection of a bid, are as follows:
(a) failure to bid for the required scope of work (e.g., for the entire works or a complete package or a complete schedule) as instructed in the bidding document and where failure to do so has been indicated as unacceptable;
(b) failure to quote for a major item in the package;11 and/or
(c) failure to meet major technical requirements (e.g., offering completely different types specified, plant capacity well below the minimum specified, equipment not able to perform the basic functions for which it is intended);
(d) failure to submit type-test reports for critical equipment, as clearly specified in the bidding document.
In respect of type-test reports, the provisions below are to be followed:
• Equipment which has never been tested for critical performance by an independent and well known testing laboratory shall not be accepted. In such cases, a promise or agreement by a bidder to have the equipment tested after award of a contract is not acceptable. However, major equipment suppliers normally conduct the type tests in their own laboratories. The purchaser may accept such test certificates if (a) the testing laboratory has ISO9000 (or its equivalent) series certification, or (b) the tests have been witnessed by technically qualified representatives of earlier clients or purchasers.
• Test reports to be acceptable must be related directly to the equipment offered. Test reports for a higher class of equipment are acceptable with a commitment to perform the type test on the particular equipment after the contract is awarded. Reports of critical tests conducted earlier than the date specified in the specifications should not be accepted.
• Failure to submit some type-test reports with a bid need not be considered as a major deviation rendering the bid nonresponsive. A valid test report could be accepted subsequent to the bid closing date unless the bidding document specified otherwise. For complex turnkey contracts, involving the supply of a large quantity of equipment, the critical type-test certificates, if any, should be specified in the bidding document. For critical equipment, all required test reports must be submitted for assessing the technical acceptance of the bid. For “less than critical” equipment, some flexibility should be allowed, provided it is possible to assess the acceptability of the equipment based on available test reports.
• Type-test reports of the same or similar equipment manufactured by a licensor or associated companies are only acceptable if they are jointly and severally bound under the contract.
2.12 If alternative bids are permitted, the bidding document shall specify the conditions governing such bids. The methodology to be applied to bid evaluation and comparison for alternative bids should be specified clearly in the bidding document and these alternative bids should be included in the bid evaluation and evaluated in the manner specified in the bidding document. Where the bidding document is silent in respect of alternative bids, bidders may submit alternative bids in addition to their main bids. In such a
11 A major item is approximately 10 percent or more of the total bid price or is an item that, if omitted, makes the bid substantially incomplete.
11BID EVALUATION PROCEDURE
case, bid evaluation should be among main bids only to determine the lowest evaluated bidder. If the alternative bid of the lowest evaluated bidder is considered more advantageous than its main bid, such an alternative bid may be accepted. Where bidders have submitted a main bid and one or more alternative bids, each with its own bid security, the bids should be considered as main bids.
3. Substantial Responsiveness to Technical Requirements in Procurement of Works and Procurement of Plant (Adequacy of Technical Proposal)
2.13 In works and plant contracts, the evaluation of the technical proposal and technical alternatives is intended to confirm to the Executing Agency that a bidder demonstrates sufficient understanding of the requirements of the contract, and possesses an acceptable plan or strategy to complete the works within the required time. An adequate technical proposal should exhibit internal consistency among the required elements of the technical proposal covering the entire scope of work as described in Employer’s Requirements of the bidding document. These are the statement of work methods, including sourcing of materials, site organization, personnel and equipment mobilization schedule, and the construction and completion schedule. While inconsistencies among them may be clarified or rectified, omissions of certain key elements as required by the bidding document may lead to a non-responsive assessment under the Single-Stage: One-Envelope or Single-Stage: Two-Envelope bidding procedures. The assessment of the technical proposal may also confirm or raise doubts on the technical experience and qualifications claimed by a bidder.
4. Preparation of Tables of Substantial Responsiveness of Bids
2.14 In order to ensure that a thorough check of the responsiveness of all bids is carried out, a Table of Substantial Responsiveness to Commercial Terms and a Table of Substantial Responsiveness to Technical Requirements should be prepared.
2.15 The Table of Substantial Responsiveness to Commercial Terms should list all the important commercial conditions specified in the bidding document such as the bid security amount and validity period, terms of payment, liquidated damages, etc. The Table of Substantial Responsiveness to Technical Requirements should list the scope of supply (or scope of work for works contracts), delivery or work schedule, the important technical specifications of all major items of equipment and material (e.g., plant rating, capacity, speed, voltage and pressure, operating temperature, etc.), their performance characteristics (e.g., plant efficiency, fuel consumption, losses, etc.), and warranty period.
2.16 Every bid being evaluated should then be scrutinized in detail and the responsiveness of each should be checked against the lists in the two tables, and the bid’s conformity, partial conformity, or nonconformity to each item should be entered in the tables against the listed requirements. The bids that fail to conform to any of the major conditions should be considered non-responsive and should be rejected. The sample formats for the Tables of Substantial Responsiveness to Commercial Terms and to Technical Requirements are attached as Appendix 3 (3A for Supply, 3B for Works and 3C for Plant) and Appendix 4 (Sample for Supply only), respectively. Depending on the size and complexity of the contracts undergoing bidding, supplementary tables may need to be prepared. Ideally, the same Tables of Substantial Responsiveness should indicate conformity, partial conformity, or nonconformity, and present in summary form the salient features of the individual bids that formed the basis for declaring conformity or nonconformity. If the tables become unwieldy, or if discussion is extended to justify the assessment for conformity of many items, a separate Table of Salient Features of Bids may be prepared (See Appendix 5A to 5C for samples). In such a case, the Tables of Substantial Responsiveness provide the list of requirements of the bidding document with the summary conformity assessment, while the Table of Salient Features summarizes the bidder’s submissions and the basis of the assessment.
GUIDE ON BID EVALUATION12
2.17 In the process of evaluation of commercial or technical details, bidders may again be requested to provide clarifications of their bids where such clarifications are deemed necessary. Bidders are not permitted, however, to change the substance or price of their bids under the Single-Stage: One-Envelope and Single-Stage: Two-Envelope procedures. Such clarifications and responses must be in writing. The records of all clarifications sought and received must be kept by the Executing Agency responsible for bid evaluation.
5. Substantial Responsiveness of Bidders under Single-Stage: Two-Envelope Bidding Procedure
2.18 Under the Single-Stage: Two-Envelope bidding procedure, determination of substantial responsiveness of bids also includes evaluation of qualifications of bidders. The next step of detailed evaluation of bids involving prices does not proceed immediately. The bid evaluation procedure pauses for the preparation of a technical bid evaluation report that consolidates the observations and conclusions of the examination of bids, the evaluation of qualifications, and the detailed determination of substantial responsiveness to the requirements of the bidding document. These conclusions with specific recommendations, particularly on the rejection of unqualified and nonresponsive bids, and whether minor deviations require financial adjustments during the bid price evaluation, need to undergo review and approval prior to the opening of financial proposals in the second envelopes of the responsive bids.12 The evaluation of bid prices is covered by the next evaluation step.
6. Substantial Responsiveness of Bidders under Two-Stage and Two-Stage: Two-Envelope Bidding Procedures
2.19 Under the Two-Stage and Two-Stage: Two-Envelope bidding procedures, determination of substantial responsiveness of bids also includes evaluation of qualifications of bidders. The next stage involving submission of prices does not proceed immediately. The first-stage bidding procedure ends with the preparation of a technical bid evaluation report that consolidates the observations and conclusions of the preliminary examination, the evaluation of bidders’ qualifications, clarification meetings with bidders, and the detailed determination of substantial responsiveness of bids to the requirements of the bidding document. These conclusions with specific recommendations will be incorporated in the following documents to be prepared by the Executing Agency:
(i) First, any amendments to the bidding document13 found necessary by the Executing Agency after undertaking detailed evaluation of the bids and conducting clarification meetings up to that stage.
(ii) Second, for each of the substantially responsive bidders, draft invitations to submit second-stage bids with individual memoranda are prepared with an appendix indicating any major deviations requiring rectification in the second stage submission, or other deviations that may either be acceptable or subject to replacement. The invitations will also indicate any amendments to the bidding document.
12 For prior review of procurement decisions, approvals of both the Executing Agency’s authorities and ADB are required. If the procurement is under post review arrangement, the Executing Agency may proceed to the next step without ADB’s approval.
13 The amendments to the bidding document must be issued to bidders invited to the second stage in accordance with the bidding document.
13BID EVALUATION PROCEDURE
(iii) Third, a first-stage bid evaluation report that consolidates the observations and conclusions of the first-stage examination and detailed determination of substantial responsiveness to the requirements of the bidding document. The report shall explain in substantial detail the basis for either the rejection of nonresponsive technical proposals or the declaration of responsive technical proposals. Clarification requests and responses shall also be included. The first two documents are also included in the report. The recommendations of the first-stage report need to be decided upon prior to issuance of the invitations to submit the second-stage bids comprising of final technical proposals with corresponding bid prices.
2.20 The second stage of the Two-Stage and Two-Stage: Two-Envelope bidding procedures is price competition and therefore may not proceed without competing bids. In such a case, the bidding process shall be declared a failure due to lack of price competition, and technical proposals received shall be returned to bidders. The first stage bid evaluation report shall recommend how to proceed with the procurement of the subject contract.
C. Step 3: Detailed Evaluation of Price Bids
1. Preparation of Table of Bid Prices
2.21 The cost to the executing agency of each bid offering as described by the evaluated technical proposal and validated commercial terms and conditions shall be determined in order to allow for a price comparison among the bids. The information contained in the Record of Bid Opening and supplemented by the Tables of Substantial Responsiveness to Commercial Terms and to Technical Requirements (and Tables of Salient Features, if utilized) need to be further supplemented by the actual bid price evaluation of each bid, and subsequently the comparison of evaluated bid prices. Therefore, it will be necessary to prepare the Table of Bid Prices setting out details such as the different items in the scope of supply or works, sections, schedules, and packages for detailed comparison. Arithmetic corrections, valid discounts, currency conversion and, to enable final bid comparison, the price adjustments due to the nonmaterial deviations, shall be indicated in this table.
(a) Arithmetic Correction
2.22 The bids should be examined for arithmetical errors and, if found, should be corrected as specified in the bidding document. The bidders must accept the corrections of arithmetical errors. If a bidder refuses to accept the corrections of errors calculated in accordance with the provisions of the bidding document, its bid shall be rejected and its bid security shall be forfeited, or its bid securing declaration executed.
(b) Discounts
2.23 When provided in the bidding document, discounts shall be considered but only those read out during the bid opening proceedings and properly recorded in the Record of Bid Opening. When multiple contracts are invited under the same bidding process, bidders may bid for more than one contract and may offer discounts if they are awarded multiple contracts. Such discounts shall be examined separately (See evaluation of multiple contracts in Step 4).
GUIDE ON BID EVALUATION14
(c) Currency Conversion
2.24 Since bids may have been received from bidders from different countries and involve different currencies, it is necessary to convert all bid prices to the specified currency for bid comparison. The rates of exchange used should be in accordance with the provisions of the bidding document. Preferably, the bids should be arranged in the order of ascending price. A sample format for the Table of Bid Prices is shown in Appendix 5.
2. Determination of Number of Bids for Detailed Evaluation
2.25 All bids that have been determined to be substantially responsive shall normally be subject to detailed evaluation. However, when the number of substantially responsive bids is large, a decision should be made as to how many of them should be further evaluated in detail to determine the lowest evaluated bid. The spread of bid prices may help determine the course of action. Where, for example, the bid prices are clustered around the lowest, all the lower priced bids in the cluster, irrespective of the number, should be further evaluated. Where there is no cluster of lower priced bids, experience shows that detailed evaluation of the three lowest priced substantially responsive bids is generally adequate. The governing principle is that no bid should be excluded from further detailed evaluation if there exists a possibility that, as a result of various financial adjustments, it could become the lowest evaluated bid. Therefore, detailed evaluation should include all substantially responsive bids which have a reasonable chance of becoming the lowest evaluated bid.
3. Detailed Evaluation of Price Bids
2.26 Having determined the number of substantially responsive bids which should be further evaluated in detail, the next step is to scrutinize the selected bids systematically in order to compare and evaluate the bids on a common basis.
2.27 The Table of Substantial Responsiveness to Commercial Terms that lists all the important commercial conditions specified in the bidding document and any deviations from requirements of the bidding document, and should also state whether a financial adjustment14 to the bid is considered necessary as a consequence of any minor deviation or non-material nonconformity.
2.28 Similarly, the Table of Substantial Responsiveness to Technical Requirements that lists its salient features against the requirements of the bidding document should indicate whether a financial adjustment to the bid is necessary as a consequence of any minor deviation or non-material nonconformity.
2.29 If deviations to both commercial terms and technical requirements of the bidding document are numerous or the necessary discussion of a deviation lengthy, it may be preferable to prepare a separate table or sheet for each bidder.
2.30 It is through this systematic scrutiny that differences in bids, under detailed evaluation, are demonstrated. In this way, the ground is prepared for the application in the next step of price adjustments necessary to bring all bids to a common basis for price comparison and to determine the lowest evaluated bid.
14 Depending on the complexity of the contract undergoing bidding, the information may be shown in a separate table of salient features of bids.
15BID EVALUATION PROCEDURE
4. Financial Adjustment of Bid Prices (Commercial Aspects)
2.31 Bid price comparison is usually the final and the most critical step in the bid evaluation process. To do this properly, a clear understanding of the basic principles for comparison is vital:
(i) The bid prices should be adjusted for the purpose of bid comparison for those deviations which are permissible and which can be “translated” fairly into monetary values. The calculation of financial adjustment should be in the manner specified in the bidding document.
(ii) All the adjustment factors and the basis of price comparison specified in the bidding document must be taken into account.15 Factors or other criteria not listed in the bidding document shall not be introduced during the bid evaluation.
2.32 Depending on the items in the scope of supply or bill of quantities, the Table of Bid Prices may be expanded to include the itemized price adjustments. For more complicated contracts, particularly for plant contracts, the Table of Bid Prices may need to be split into the summary of the Table of Bid Prices and the Table of Bid Price Adjustments (see Appendix 6 and 7 for samples). The price adjustments need to correspond to the items requiring price adjustment as identified in the Tables of Substantial Responsiveness.
(a) Adjustment for Deviation from the Terms of Payment
2.33 Deviation from the terms of payment is one of the very common deviations encountered in bids received. Unless specifically stipulated as a basis for rejection in the bidding document, bids offering different terms of payment should not necessarily be rejected as the monetary value of such deviation can be determined fairly. Instead of rejecting the bid, the proposed terms of payment should be analyzed and an amount added to the bid price to compensate for the earlier or larger payment requested. The amount to be added should be calculated using the commercial rate of interest relevant to the situation.16
(b) Adjustment for Deviation from the Delivery Schedule or Completion
2.34 This issue has two possible cases: first, for delivery or completion later than the time specified in the bidding document and, secondly, for delivery or completion earlier than specified in the bidding document. In principle, unless specifically stipulated as a basis for rejection in the bidding document, bids offering marginally different delivery or completion schedules should not be rejected. However, the bidding document should specify the time limits which are acceptable to the Executing Agency and the manner in which any price adjustment will be applied.
2.35 The price adjustment for later delivery or completion is calculated using the liquidated damages provision in the Conditions of Contract. The maximum limit for the price adjustment should normally be 10% of the bid price. Where bidders offer an earlier delivery or completion schedule that results in the Executing Agency incurring additional costs for storage, double handling, interest for early payments, early take-over, etc., the price adjustment should be calculated on the basis of such costs. Any bid which requires a price adjustment in excess of 10% for late or early delivery should be considered nonresponsive and the bid rejected.
15 It is of importance that relevant provisions in the bidding document are complete, specific and unambiguous. Any shortcomings in the bidding document are likely to create uncertainties leading to arbitrary decisions.
16 Deviation from payment terms which involve risks to the Executing Agency, such as elimination of retention monies, should not be considered unless protected by an unconditional Bank guarantee.
GUIDE ON BID EVALUATION16
2.36 In the case where the Executing Agency has offered a bonus for early completion, price adjustment for such bonus should not be considered in bid evaluation. Such a bonus will be considered only during contract implementation if the contractor indeed manages to complete the works early.
(c) Adjustment for Deviation from Provisions for Payment of Duties and Taxes
2.37 In supply contracts and in supply and installation contracts involving importation of goods, the cost of duties and taxes in the borrowing country shall not be included in the comparison of bid prices. The exclusion from bid comparison of the import tax element levied in the borrowing country in respect of imported goods in a supply contract is to avoid any distortion of bid competitiveness for various reasons such as the imposition of high differential tax rates, etc. ADB regards taxes on finished imported goods as an internal transfer of funds within the country and therefore they should not be taken into account in determining the economy and competitiveness of bids in a supply contract.
2.38 However, for evaluation purposes ADB permits taxes to be included in the bid price in civil works contracts.17 ADB considers that in civil works contracts both local contractors and foreign contractors have the equal right to choose locally produced or imported goods and services. Thus, both local and foreign contractors have fair and equal opportunities to quote their best prices. If the bidder fails to quote the cost of duties and taxes as specified in the bidding document, the cost of such duties and taxes should be estimated and added to its bid price for bid comparison, rather than the bid being rejected.
5. Financial Adjustment of Bid Prices (Technical Aspects)
2.39 Major deviations from the technical requirements which will result in the rejection of bids are discussed in Step 2 of this section on evaluation procedure. Other deviations, classified as minor or nonmaterial, may relate to a great number of requirements included in the technical specifications of the bidding document. They vary from contract to contract and depend on the nature of the requirements, materials, or works. Some deviations, which will not have any effect on price or quality of the goods and services offered, can be accepted for evaluation purposes without a price adjustment. Other deviations which may affect the direct and/or indirect cost to the Executing Agency if it accepted the bid should be expressed in monetary terms and added to the bid price for purposes of evaluation. All price adjustments should be made by the Executing Agency and its consultants without any consultations with the bidder regarding the justification for the amount of the adjustment.
(a) Adjustment for Completeness in Scope of Supply
2.40 The cost of minor omissions or missing items in the scope of supply, services, etc. should be added to the bid price to allow for bid comparison on an equal basis. The price adjustment should be based on a reasonable estimate of the cost by the Executing Agency, consultant, or bid evaluation committee, taking into consideration the corresponding quoted prices from other conforming bids. The price adjustment should be based on the fair price of the omitted item. However, use of the highest quoted price for the same items by the other responsive bidders is the option most frequently taken by executing agencies, and is acceptable.
17 ADB usually finances direct and indirect foreign currency, and sometimes part of the local expenditure components of the civil works contract by applying estimated percentages. The taxes are usually not included in the portion financed by ADB.
17BID EVALUATION PROCEDURE
(b) Adjustment for Technical Compliance
2.41 Similarly, a minor deficiency in technical compliance should not be a cause for rejection of the bid. An example of a minor deficiency would be a bid to supply vehicles that offers cross-ply tires instead of the specified radial-ply tires. An item in a supply schedule or bill of materials that is ineligible because it is produced in a nonmember country of ADB, and which is considered a minor deviation, is similarly not cause for rejection of the bid.18 The cost of making good any deficiency, including replacing ineligible items with eligible ones, should be added to the bid price concerned. The price adjustment should be estimated as stated in Clause 2.40 above. Rectification in the awarded contract of minor deficiencies, including replacement of non-compliant, missing, or ineligible items is explained in Section 2, para. 3.4.
(c) Adjustment for Specified Technical Evaluation Factors
2.42 For energy consuming equipment and facilities, adjustment for efficiency over and above the minimum functional guarantees specified (e.g., generators, pumps), losses (e.g., transformers), and future operating costs of the equipment may be taken into account in determining the evaluated bid price. The financial cost of these adjustments (added to or deducted from the bid price as the case may be) shall be made only when it is specified in the bidding document that these functional guarantees and projected operating costs are factors in bid evaluation. The methods of calculation of these evaluation factors shall be clearly specified in the bidding document. No deviation from the specified manner of cost calculation should be introduced.
(d) Adjustment for Spare Parts
2.43 Only those spare parts and tools which are specified by the executing agency on an itemwise basis in the scope of supply shall be taken into account in the bid evaluation. Suppliers’ recommended spare parts for a specified operating requirement should not be considered in bid evaluation.
(e) Adjustment for Cost of Inland Transportation to the Project Site
2.44 If bidders are required to include the cost for local handling and inland transportation from the port-of-entry or warehouse/EXW to the project site and fail to include such cost in their bids, the cost for local handling and inland transportation may be estimated, based on prevailing rates, and added to the bid price.
2.45 If the bid calls for the supply of goods on CIF or EXW basis only; but the cost of local handling and inland transportation is going to be considered for bid comparison purposes, then the cost of local handling and inland transportation should be calculated in the manner specified in the bidding documents and added to all the bid prices for comparison purposes only.
18 Except as otherwise determined by ADB as specified in the financing agreement, all goods and related services supplied under ADB-financed and administered contracts shall have as their country of origin an eligible country of ADB, irrespective of their value. Country of Origin is the country where the goods have been mined, grown, cultivated, produced, manufactured, or processed; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its imported components. It is the country of origin that determines eligibility, not the nationality of the firm that produces, assembles, distributes, or sells the goods. In determining if the inclusion of ineligible item(s) in a bid constitutes a minor or major deviation, the value of the item(s) would normally be the determining factor (refer to para 2.10 (b)).
GUIDE ON BID EVALUATION18
(f) Maximum Amount of Adjustment for Deviations
2.46 In some cases, bids contain so many deviations requiring adjustments to the bid price such that the total value of all adjustments constitutes a large percentage of the bid price. In such cases, each deviation by itself may be considered minor but both the number of deviations and their total value make it necessary to consider the bid nonresponsive as a whole. In other instances, adjustments for only one or a few deviations have a relatively high monetary value, as would be the case with deviations regarding retention money or liquidated damages. It is, therefore, useful to adopt a percentage of the bid price as the maximum amount of adjustments which can be made without considering the bid nonresponsive. Fifteen percent of the bid price is considered an appropriate limit for the total monetary value of all adjustments to the bid price; if the total exceeds 15% of the bid price, the bid may be rejected as nonresponsive.
2.47 If such a limit on adjustments is adopted, an adjustment for more than one commercial deviation, such as the provisions for retention money and liquidated damages, may be large enough to require rejection of the bid. If the bid contains several deviations, it is useful to review what major adjustments will be necessary before calculating all other adjustments. Such review may show that the total adjustments would exceed the limit, in which event, the bid can be rejected before carrying out a more detailed price evaluation.
6. Detailed Evaluation of Bids for a Civil Works Contract
2.48 Detailed evaluation of bids for a civil works contract is similar in substance, procedure, and format to those for supply contracts. The major difference is that the detailed evaluation includes, in the case of civil works contracts, analysis of unit rates, and proposed equipment and staffing, which are normally not needed in the evaluation of bids for supply contracts.
(a) Analysis of Bill of Quantities and Unit Rates
2.49 The analysis of prices for components of the bill of quantities and for unit rates of a bid is carried out for the following purposes:
(i) To verify whether the bill of quantities is complete. The ADB standard bidding documents for the procurement of works provide that the cost of items against which the bidder has failed to enter a rate or price shall be deemed to be covered by other rates and prices entered in the bill of quantities. Accordingly, there should be no adjustments for missing items in the bill of quantities unless the bidding document specify otherwise. If, however, a bidder does not quote a price for one entire bill, price adjustment should be made for the missing bill for bid evaluation purposes, unless the missing bill is for a major component of the works, in which case, the bid should be rejected.
(ii) To verify whether the bid price is reasonable. An unreasonably low bid price may reflect the bidder’s misunderstanding of the specifications and, accordingly, this bidder may incur substantial financial losses and fail to complete the work satisfactorily if awarded the contract. To determine the reasonableness of a bid price, it is necessary to consider all circumstances affecting the bid. A bid should not be rejected, however, solely because the bid price exceeds or is lower by a certain percentage of the estimate.
(iii) To examine whether the unit rates of the bid are balanced. A bid is considered unbalanced if the unit rates in relation to the estimate and the rates quoted by other bidders are substantially higher for certain items of work, and lower for others. This becomes an issue when the items with substantially higher rates are those to be performed early in the contract or for possibly underestimated quantities. Details of unbalanced bids are further discussed in (b) below.
19BID EVALUATION PROCEDURE
(iv) To examine the completeness of unit rates. Where bidding documents require the bidder to provide drawings and/or a breakdown of the price of any bid item in support of its unit rate or price for that item, any component that is missing from the drawings and/or the breakdown of the price of a bid item shall be loaded during evaluation for the price of the missing component. This adjustment, however, needs to be specifically provided in the bidding document.
(b) Unbalanced Bids
2.50 An unbalanced bid can be identified when a Table of Comparison of Major Items of Work is prepared, which compares unit prices quoted by bidders with the Executing Agency’s estimate. Unbalanced bids can usually be classified into two main cases as follows.
(i) Higher unit prices for earlier works
In this case, a bidder may purposely quote high unit prices for those work elements to be performed early in the contract period so as to increase the early payments. The same situation can arise in some supply, delivery, and installation contracts. This results in a higher cost for the Executing Agency (i.e., interest on early payment) and more importantly, the incentives for the contractor to complete the works are considerably reduced since the payments the contractor will receive during later phases of the contract may be smaller than the actual costs. Generally, the bid should not be rejected unless extremely unbalanced. Instead, if a bid is substantially unbalanced, i.e., where unit prices quoted for the items involved are, say, 50% higher than the average quoted by other bidders for the same items, and where the total amount involved exceeds between 1% and 5 % of the total bid depending on the size of the contract, a higher performance security19 for the contractor could be required to protect the Executing Agency against financial loss in the event of default of the successful bidder.
(ii) Higher unit rates for underestimated work items
In this second case, a bidder who has reason to believe that the quantities given in the Bill of Quantities for one or more work items are underestimated will quote unduly high prices for those items. In most civil works contracts, both the contractor and the Executing Agency are protected from such technical errors by incorporating the provision that a new unit price will be negotiated if
• the actual measured quantity of work executed for the item exceeds or falls short of the quantity set out in the Bill of Quantities by more than 25%; or
• the change in quantity results in the increase of the total amount for any item by more than 2%20 of the contract price.
If such provision is not included in the bidding document,21 then at the time of contract finalization, agreement should be reached to include the above provision as part of the particular conditions of contract, rather than rejecting the bid. The FIDIC-recommended 0.25% level as provided in GCC 12.3 may be negotiated to the 2% level, depending on the Executing Agency’s assessment of the winning bidder’s price deviation from the average price of other bidders as a reflection of the market price for the item.
19 As provided in instructions to bidders of standard bidding documents for procurement of works and plant.20 FIDIC Conditions of Contract for Construction (MDB Harmonized Ed. 2010) GCC 12.3 (a) (ii) provides that a 0.25% change
may already trigger a price negotiation.21 FIDIC Conditions of Contract for Construction GCC 12.3.
GUIDE ON BID EVALUATION20
(c) Provisional Sums for Contingencies
2.51 Provisional Sums for Contingencies are budgetary items only, and are not bid competitively. They may be a fixed amount, or a percentage of the bid price as a whole or of the bid price of specific bills of the bill of quantities as specified in the bidding document. As contingencies are not bid competitively, they must be excluded for evaluation purposes.
(d) Provisional Sums for Dayworks
2.52 These are commonly found in contracts where the likely incidence of unforeseen works cannot be covered by definitive descriptions and estimated quantities in the bill of quantities. Dayworks are works carried out as directed by the appropriate authority stipulated in the bidding document. They are paid for on the basis of the time spent and the resources employed by the contractor comprising workers, materials, and equipment at unit rates quoted in the bid. Dayworks shall be included for bid evaluation purposes only if priced competitively. To be priced competitively, the Executing Agency must provide nominal quantities for each item in the daywork schedule and bidders shall quote both unit rates and the products of the nominal quantities and unit rates for each item. The total of the daywork schedule is then included in the bid price for evaluation purposes. If nominal quantities are not specified by the Executing Agency or the unit rates are not priced competitively, dayworks shall be excluded for evaluation purposes.
(e) Other Provisional Sums
2.53 Other Provisional Sums are sometimes included by the Executing Agency in schedules of the bill of quantities to cover services to be provided by the bidder that cannot be accurately described or quantified in the bill of quantities. Payment to the bidder is usually made by the Executing Agency against receipts supplied by the bidder for the services supplied, normally with an additional specified percentage for use of the bidder’s funds. As the provisional sums are stipulated in the bill of quantities by the Executing Agency, they are not priced competitively and shall be excluded for evaluation purposes.
(f) Clarifications, Correspondence, and Meetings
2.54 In many large civil works contracts, the Executing Agency may decide to meet with all, or the lowest, bidders who are selected for detailed evaluation, in order to clarify their bids. Details of pricing, work methods, scheduling, and sourcing of materials are usually the principal subjects of such bid clarification meetings that provide additional information for consideration in bid evaluation. Since the information provided by bidders in such meetings often form the basis of conclusions of the Executing Agency, the minutes of the meetings should be recorded and attached to the bid evaluation report for the consideration of ADB and any other approving authority of the Borrower in reviewing the findings and recommendations of the Executing Agency.
7. Application of Domestic Preference Scheme22
2.55 Preference for domestic goods will be offered to all borrowing ADB countries. The scheme provides that domestically manufactured goods will be eligible for preference in comparison with imported goods. This eligibility is determined, not with reference to the nationality of the bidder but with reference to domestic
22 If domestic preference is allowed in the procurement plan and the bidding document, the scheme grants a margin of preference, subject to conditions, in favor of domestically manufactured goods and domestic contractors and may be applied in the evaluation of bids under International Competitive Bidding as provided in the Guidelines or under Open Competitive Bidding as provided in the Regulations.
21BID EVALUATION PROCEDURE
goods. Therefore, the preference is given not to the domestic bidder but to the locally manufactured goods. The nationality of the bidder or manufacturer is irrelevant. Bidders are required to certify, as part of their bid, the existence of the manufacturing facilities where local value is to be added. The margin of preference for domestic goods is specified in the bidding document and limited to 15% of the CIF or CIP price of the imported goods.
2.56 Preference for domestic contractors for civil works is limited to civil works in certain borrowing countries. Domestic contractors and joint ventures must meet certain minimum criteria for eligibility under the domestic preference scheme. The margin of preference is specified in the bidding document and limited to 7.5% of the bid price.
2.57 Domestic preference for both supply of goods, civil works, and plant will be applied only if it is specified in the procurement plan approved by ADB. The bidding document provides and specifies the manner in which the preference scheme will be applied in bid comparison.
2.58 The specific methods of application of domestic preference are provided in the User’s Guides of each standard bidding document issued by ADB.
8. The Lowest Evaluated Substantially Responsive Bid
2.59 The result of the detailed evaluation of price bids shall be summarized in the expanded Table of Bid Prices and, if used, the Table of Bid Price Adjustments. The tables shall indicate the bid currencies and components of price schedules, arithmetic corrections, currency conversions for comparison, and price adjustments, all determined in accordance with the bidding documents. The table should provide a clear basis for declaring the lowest evaluated bid. After going through the above three steps, the lowest evaluated substantially responsive bid is determined in accordance with the provisions of the bidding documents. If, however, bids were invited for multiple contracts, then the determination of the lowest evaluated substantially responsive bidder for each contract shall have to undergo multiple contract evaluation as provided in the bidding document (see para. 2.64 below).
9. Abnormally Low Bids
2.60 For procurements under projects covered by the Procurement Regulations for ADB Borrowers: Goods, Works, Nonconsulting and Consulting Services (2017, as amended from time to time) or utilizing bidding documents based on 2018 SBDs issued by ADB, a final step after comparison of bid prices but before making award recommendations is to determine whether the lowest evaluated bid may be considered an abnormally low bid (ALB), which is one where the bid price, in combination with other elements of the bid, appears to be so low that it raises concerns as to the capability of the bidder to perform the contract for the offered bid price. The Purchaser or Employer shall be guided by the procedures and courses of action described in the issued bidding document after establishing ALB. For detailed guidance on how to determine if a bid is abnormally low, Executing Agencies should refer to the Abnormally Low Bids: Guidance Note on Procurement (2018) published by ADB.
GUIDE ON BID EVALUATION22
D. Step 4: Confirmation of Qualifications and Recommendation for Contract Award
2.61 As a final step prior to award, the Executing Agency should always ensure that the bidder whose bid has been evaluated as the lowest evaluated substantially responsive bid has the financial and technical capability or qualifications to execute the contract satisfactorily. If this is established, the contract shall be awarded to the bidder who submitted the lowest evaluated substantially responsive bid.
1. Evaluation of Qualifications23
2.62 In order to determine the capability of Bidders to implement the contract satisfactorily, critical aspects of their financial and technical capabilities necessary to perform the contract need to be examined. All these criteria and their specific requirements stipulated in the bidding document shall be evaluated on a pass/fail basis against the documentation and other evidences provided by Bidders together with their technical bids. If a separate prequalification procedure has been undertaken previously for the same contract, this step may be waived. However, if more than a year has lapsed since the prequalification results were approved, the Executing Agency has the right to review bidder qualifications, including the right to require submission of the latest financial records and completion certificates.
2.63 The Table of Evaluation of Bidder’s Qualifications (see Appendix 8 for a sample) should list all the qualifications requirements for both financial and technical criteria specified in the bidding document against which the evidences or documents submitted by bidders are compared to determine whether each bidder meets the requirements and passes, or does not meet and, therefore, fails. Failure in any of the financial and technical experience criteria leads to rejection of a bid.
2. Multiple Contract Evaluation
2.65 If bids were invited for a number of contracts (or lots), and bidders were allowed to quote prices for different contracts and be eligible for award of multiple contracts, the final bid price comparison to determine the bidders to be recommended for contract award shall be based on the methodology described in the bidding document. The objective is to arrive at the least cost combination of contract prices for executing agencies by taking into account discounts offered for multiple awards, if any, as well the capacity of bidders to undertake multiple contracts. The key assumption is that the different contracts are intended to be implemented simultaneously, thus requiring re-assessment of qualifications in terms of average annual turnover, financial resources, personnel and equipment aggregated from requirements of individual contracts. Flexibility in assessment of aggregation may be applied where personnel and equipment can be shared between individual contracts such that they can still be implemented simultaneously and on time.
2.66 In order to present the evaluation details, , the Table of Bid Prices or Table of Bid Price Adjustments may not be adequate. In such case, additional tables may be needed for the multiple contract evaluation.
3. Award of Contract
2.67 If the lowest evaluated Bidder is determined to have passed the qualification criteria, the contract shall be awarded to this Bidder or bidders in case of multiple contract bidding. Such bidder or bidders must
23 Under the Single-Stage: Two Envelope, Two-Stage, and Two-Stage: Two-Envelope bidding procedures, the evaluation of qualifications of bidders are normally conducted after the examination of technical bids.
23BID EVALUATION PROCEDURE
not be required, as a condition of contract award, to undertake responsibilities or works not stipulated in the bidding document or to modify the bid. However, even as the lowest evaluated bidder has been determined, there may still be a need for the Executing Agency to have a contract finalization meeting particularly for works or plant contracts—not to change anything in the bidder’s proposal as required by the bidding document and as evaluated—but to agree on some other additional conditions. These may include a higher performance security for unbalanced bids, the substantiation of undertakings for provision of personnel and certain equipment if Letters of Undertaking were allowed by the Executing Agency in place of actual names or specific items of equipment at the time of bid submission, and adjustments to certain contract conditions not considered during bid evaluation, e.g., factors and weights for price adjustment, and the percentage cited in paragraph 2.50(ii) above for GCC 12.3.
2.68 For procurements under projects covered by the Regulations and utilizing bidding documents based on 2018 SBDs, after notification of award of contract by the Purchaser or Employer, a Standstill Period may apply if provided in the bidding document. The standstill period is a certain duration before making the actual contract award within which any unsuccessful bidder can challenge the proposed award. The Purchaser or Employer shall be prepared to promptly respond in writing and/or in a debriefing meeting to any unsuccessful Bidder who requests a debriefing as provided in the bidding document.
24
Section 3: Preparation of Bid Evaluation Report
A. Single-Stage: Single-Envelope Bidding Procedure
3.1 The Bid Evaluation Report should include such information and documentation to establish to the satisfaction of ADB that the results of the evaluation are consistent with the procurement arrangements provided in the financing agreement, and the methods and procedures indicated in the procurement plan. When so established, it may be concluded that the bidding, the bid evaluation process, and the proposed award of contract abide by the principles embodied in the Guidelines or the Regulations. These principles are as follows:
(i) goods, works, and services are sourced from eligible member countries of ADB;
(ii) the transparency of the bidding process has provided adequate, fair, and equal opportunity to manufacturers, suppliers, and contractors from all the eligible member countries of ADB;
(iii) the principle of “economy and efficiency” has been applied in the bidding and in the bid evaluation process by establishing the lowest evaluated substantially responsive bid.
3.2 The Guidelines/Regulations requires that an Executing Agency shall prepare a detailed report on the evaluation and comparison of bids providing the specific reasons and circumstances upon which the recommendation is based for the award of the contract. The information and documentation to be submitted as part of, or with, the Evaluation Report for the procurement of a goods contract, for example, should include the following:
(a) Basic Data Sheet and summary of the procurement;
(b) a photocopy of the Invitation for Bids advertised in an English language local newspaper of wide circulation;24
(c) the Record of Bid Opening including the attendance sheet with signatures of the representatives of bidders;
(d) Table of Bid Prices including arithmetic error corrections and discounts offered as submitted—if arithmetic error corrections are involved, evidence that corrections for arithmetic errors have been accepted by the bidders concerned should be attached. For simple contracts and those with limited scope, this table should suffice but may include the financial adjustments for both commercial terms and conditions and for technical requirements, to show the total evaluated prices for all bids concerned;
(e) Table of Substantial Responsiveness to major commercial terms and conditions, and corresponding Table of Salient Features, if utilized;
24 For international competitive bidding or open competitive bidding with international advertisement procedures. Otherwise, whatever advertising medium was utilized.
25PREPARATION OF BID EVALUATION REPORT
(f) Table of Substantial Responsiveness to key provisions of the technical requirements and specifications, and corresponding Table of Salient Features, if utilized;
(h) Table of Bid Price Adjustments, if utilized, with respect to salient features of the bids requiring price adjustments. The table will show for each bid the adjustments made to the bid prices for deviations with references to the clauses in the bidding documents on which they are based, and indicating the methods used in computing the adjustments;
(g) Table of Evaluation of Bidder’s Qualifications;
(i) Table of Bid Price Comparison, if utilized for more complex or larger scope contracts, showing all bids selected for detailed evaluation, the financial adjustments for commercial terms and conditions, the financial adjustments for technical requirements to obtain the total evaluated prices for all bids concerned, the adjustments due to the application of domestic preference, and the results of multiple contract evaluation;
(j) copies of correspondence with bidders relating to clarifications of their bids;
(k) recommendation for award of contract;
(l) draft contract or a draft letter of acceptance if such draft differs substantially from the draft previously submitted to, and approved by ADB; and
(m) certificate of eligibility if required by ADB (pursuant to its Asian Development Fund requirements).
For other bidding procedures, the Evaluation Report shall include their equivalent documents as presented in the Appendixes and the examples in Part II of this Guide.
3.3 The evaluation report should include a narrative section in which information not suitable for presentation in the form of tables is presented, together with any supplementary explanations and information necessary for a complete understanding of all the factors considered during bid evaluation. In particular, the reasons for rejection of bids which are considered nonresponsive to the bidding document should be fully explained and justified in the narrative section. Similarly, the basis for adjustments in the bid prices should be adequately explained and, where appropriate, cross references made to the relevant provisions in the bidding documents. Ultimately, the report must demonstrate and fully substantiate a clear understanding of the rationale for the recommendation for contract award.
3.4 The recommended amount for award of contract should be the bid price submitted by the bidder as corrected for arithmetic errors, with discounts applied if offered, and the additional amount to make good any minor deviations in the scope of supply or technical compliance. This recommended additional amount may be based on the evaluated price adjustments or the agency estimates for the items with minor deviations.25 In proposing the additional amount, the Executing Agency should note the following:
(i) the cost of making good the minor deviations should be included in the contract amount, provided that this cost does not involve new items that would constitute a violation of Clause 2.59 of the Guidelines or Para. 90 of the Regulations, i.e., that “a bidder shall not be required, as a condition of award, to undertake responsibilities for work not stipulated in the bidding documents or otherwise to modify the bid as originally submitted;” and
25 Note that deviations are declared “minor” because their costs “to be made good” can be estimated and are less than 10% of the bid price.
SECTION 3: PREPARATION OF BID EVALUATION REPORT
GUIDE ON BID EVALUATION26
(ii) the final contract amount agreed between the Executing Agency and the successful bidder should not exceed the bid price (as corrected for arithmetical errors, with discounts applied if offered, and the amount to make good any minor deviations in the scope of supply and technical compliance) of the second lowest evaluated substantially responsive bidder.
The final additional amount to be included in the contract shall be agreed between the Executing Agency and the successful bidder during contract finalization.
The Executing Agency’s strategy to address any minor deviations should take into account the possibility of the bidder’s refusal to rectify its bid as originally submitted, and should therefore also propose any additional measures.
3.5 Any report and recommendation of the consultant (if such consultant is funded under an ADB technical assistance or loan and engaged for the implementation of the project) should also be sent to ADB. If the Executing Agency and its consultants reach different conclusions and views regarding any matter affecting the selection of the lowest evaluated substantially responsive bid, such differences should be fully explained in the body of the report.
3.6 Complaints and representations received shall also be included in the report, including the actions taken by the Executing Agency in resolving them.
3.7 The bid evaluation report and recommendation for contract award should be sent to ADB as early as possible. For contracts subject to ADB’s prior review, the Executing Agency should furnish to ADB, at least 4 weeks prior to expiration of bid validity, three copies of the complete bid evaluation report together with a covering letter. This is necessary to enable ADB to review thoroughly the report and recommendation in order to obtain the necessary formal approval within ADB for transmission to the Executing Agency.
3.8 For contracts under post review (sampling), the executing agency should furnish to ADB, three copies of the complete bid evaluation report together with a covering letter upon award of contract or as otherwise specified in the financing agreement.
B. Single-Stage: Two-Envelope Bidding Procedure
3.9 Two bid evaluation reports are prepared for the Single-Stage: Two-Envelope bidding procedure: the Technical Bid Evaluation Report and the Financial (or Price) Bid Evaluation Report, and the list of information items above are separated into technical evaluation documents and price evaluation documents. When technical deviations and omissions require price adjustments, these need to be covered in both reports and checked for consistency between the reports.
3.10 The contents of these reports may be derived from the Appendixes and the sample reports in Part II of this Guide.
C. Two-Stage and Two-Stage: Two-Envelope Bidding Procedures
3.11 For these procedures, the first stage report is of mainly technical nature while also covering qualifications evaluation where no prequalification has been conducted. The second stage report, however, is similar in format to the Single-Stage: One-Envelope procedure report as it covers the evaluation of both the final technical bid and the price bid.
3.12 The contents of these reports may be derived from the Appendixes and the sample reports in Part II of this Guide.
27
Appendixes
28
Appendix 1
Basic Data Sheet1. Project Name:
2. Project Financing
Approval/Loan Number:
Approval Date:
Closing Date:
3. Bid Package or Contract Name:
Bid Package or Contract Number:
Bid Package with Lots (Yes or No):
4. Procurement Plan Date:
Prequalification (Yes or No):
Estimated Value or Engineer’s Estimate:
Estimated Contact Duration (mos.):
5. ADB Approval of Bidding Documents:
6. Dates Invitation for Bids Issued:
Newspaper of General Circulation:
ADB website:
7. Procurement Details
Method:1
Contract Type:2
Bidding Document:
Bidding Procedure:3
Application of Domestic Preference (Yes or No):
Pre-Bid Meeting:
Site Visit:
8. Bid Submission Date and Time:
Extension:
Bidding Document Addendum Issued:
9. Bid Opening Date and Time:
Number of Bids Received:
29APPENDIX 1
10. EA Submission of BER to ADB:
11. Bid Validity Expiration Date:
No. of Extensions:
Final Expiration Date:4
No. of Bidders Extended Validity:
12. Bid Securing Declaration:
13. Bid Security Requirement:
Original Expiration Date:
Final Expiration Date:4
14. Bid Evaluation Currency:
Date for Determining Applicable Exchange Rates:5
Exchange Rates for Evaluation:6
1 Procurement Guidelines methods (International Competitive Bidding (ICB). National Competitive Bidding (NCB), Limited International Bidding (LIB), Shopping (S) or methods under Procurement Regulations for ADB Borrowers (Open Competitive Bidding-International Advertisement, Open Competitive Bidding-National Advertisement) as appropriate.
2 Goods, Works or Plant.3 1S1E, 1S2E, 2S, 2S2E.4 Show the final date to which bidders were requested to extend the validity.5 The date as specified in the bidding documents shall be used.6 The official selling rates of all foreign currencies involved in the bid evaluation and their official sources as provided in the bidding
documents shall be noted.
30
Appendix 2Page 1 of 3
Record of Bid Opening
LOAN NO ......................... PROJECT NAME .................................................................................................................................
BID NO ............................... BID/CONTRACT NAME .................................................................................................................
1. The following bids were received by the bid submission deadline set on ……………....(Date) .……. at ………….. (Time)………….hrs and were publicly opened and read at (Time)..….hrs on the same date.
No.
Name of Bidder and
Address
Bid Security Amount
Bid Amount1
Remarks3
Signature of Bidder
RepresentativesContract
No. 1Contract
No. 2 Etc.2 Total1.2.3.4.5.6.
Etc.
1 Any discounts offered should be recorded. Any alternative bids submitted should be opened.2 Number of columns depends on the number of contracts/lots under a package.3 Indicate deficiencies in the letter of bid (no signature or no price) and bid security (smaller amount or shorter validity period),
if applicable.
31APPENDIX 2
Page 2 of 3
2. The following bidders’ representatives attended the public opening of bids and a copy of the attendance sheet is attached as an annexure of this record.
No. Name Designation Bidder Represented
1.2.3.4.5.6.
Etc.
3. Matters transpiring during the opening of bids. (Any modifications, bid withdrawals, complaints received, and clarifications mode or announced by the bid opening committee should be recorded).
4. Reading and signing of bids ended at ................ hrs.
(Name, Signature, and Designation (Name, Signature, and Designation
(Name, Signature, and Designation)
GUIDE ON BID EVALUATION32
Page 3 of 3
Attendance Sheet for Opening of Bids
LOAN NO ............ PROJECT NAME ...........................................................................................................................
BID NO ................... BID/CONTRACT NAME ..........................................................................................................
Place: ......................................................... Date: .............................................. Time ..........................................
The following bidders’ representatives attended the public opening of bids.
No. Bidder (Firm/JV/Agent)Representative (Printed Name) Designation Signature
1.2.3.4.5.6.
Etc.
33
Appendix 3(A)
Table of Substantial Responsiveness of Bids (Commercial Terms)—Supply Contract
No. Requirements
Bidding Documents Reference
Bidder No. 1
Bidder No. 2
Bidder No. 3
(List here all conditions stipulated in the bidding documents with which bidders must comply for their bids to be considered responsive)
(Section and Clause No. of bidding documents)
1.
2.
3.
4.
5.
Signature on Bid Form by the Authorized Person
Power of Attorney
Eligibility:
Bidders
Goods
Bid Validity–60 days(Indicate here the date/month/year)
Bid Security(i) Amount >2% of the Bid
Price
(ii) Validity–90 days(Indicate here the date/
month/year)
Section 1, Clause xx and Section 2, ITB yy
Section 1, Clause xx, Section 2, ITB yy
Section 1, Clause 4
Section 1, Clause 5
Section 1, Clause yy, Section 2, ITB xx
Section 1, Clause 21.1, Section 2, ITB 21.1
Section 1, Clause xxSection 1, ITB yy
C
C
C (see details in Attachment 1 to this Appendix)
C
C (valid until indicate here the
date/month/year)
C [indicate here the bid security
amount]
C (valid until indicate here the
date/month/year)
C
C
C (see details in Attachment 1 to this Appendix)
NC1
C (valid until indicate here the date/month/yr.
C [indicate here the bid security
amount]
C (valid until indicate here the date/month/yr)
C
C
C (see details in Attachment 1 to this Appendix)
C
C (valid until indicate here the
date/month/yr)
C [indicate here the bid security
amount]
C (valid until indicate here the date/mo/yr.)
Remarks No major deviation
1 Goods are from non-member
country of ADB
No major deviation
Findings Responsive Nonresponsive Responsive
Bid No. .................................... for ............................................... (Bid/Contract/Title) ...............................................
C = CompliedNC = Not Complied
GUIDE ON BID EVALUATION34
Appendix 3(A) Attachment 1
Details on Eligibility of Bidders
No. Requirements
Bidding Documents Reference Bidder No. 1 Bidder No. 2 Bidder No. 3
1. Single Entity or Joint Venture
If Joint Venture, all partners must be jointly and severally liable.
Section 1, Clause 4.1
Single Entity Joint Venture
Partners are Jointly and severally liable
Single Entity
2. Bidder must be a national of an eligible ADB member country.
Proposed subcontractors or suppliers must be nationals of an eligible ADB member country.
Section 1, Clause 4.2
X
XX(member countries)
X and XX
XXX(member
(countries)
X
X(member countries)
3. Conflict of Interest Section 1, Clause 4.3
None Yes, (indicate why) None
4. Declared ineligible by ADB Section 1, Clause 4.4
No No No
5. Government-owned enterprise in Purchaser’s country to be legally and financially autonomous, operate under commercial law, and not dependent agency of the Purchaser
Section 1, Clause 4.5
Not a government
owned enterprise
Not a government
owned enterprise
Not a government
owned enterprise.
6. Not having been declared ineligible based on a United Nations resolution
Section 1, Clause 4.7
Not declared ineligible
Not declared ineligible.
Not declared ineligible.
35APPENDIX 3(B)
Appendix 3(B)
Table of Substantial Responsiveness of Bids (Commercial Terms)—Civil Works
Bid No. ............................... for .............................................. (Bid/Contract/Title) ......................................................................
No. Requirements Bidding Documents Reference
Bidder No. 1
Bidder No. 2
Bidder No. 3
(List here all conditions stipulated in the bidding documents with which bidders must comply for their bids to be considered responsive)
(Section and Clause No. of bidding documents
issued)
1.
2.
3.
4.
5.
Signature on Bid Form by the Authorized Person
Power of Attorney
Eligibility:
Bidders
Materials, Equipment and Services Origin
Bid Validity–90 days(Indicate here the date/month/year)
Bid Security(i) Amount : $200,000.00(ii) Validity–118 days(iii) (Indicate here the date/
month/year)
Section 1, Clause 20.2, Section 2, ITB 20.2
Section 1, Clause 20.2Section 2, ITB 20.2
Section 1, Clause 4
Section 1, Clause 5
Section 1, Clause 18.1, Section 2, ITB 18.1
Section 1, Clause 19.1,Section 2, ITB 19.1
Section 1, Clause 19.3Section 2, ITB 19.3
C
C
C (see details in Attachment
1 to this Appendix)
C
C (valid until indicate here
the date/month/year)
C [indicate here the
bid security amount]
C (valid until indicate here
the date/month/year)
C
C
C (see details in Attachment 1 to this Appendix)
C
C (valid until indicate here the date/month/yr.
C [indicate here the bid security
amount]
NC (Bid Security is valid
for only 100 days)
C
C
C (see details in Attachment
1 to this Appendix)
C
C (valid until indicate here
the date/month/yr)
C [indicate here the
bid security amount]
C (valid until indicate here
the date/month/yr.)
Remarks No major deviation
Major Deviation on Bid Security
No major deviation
Findings Responsive Nonresponsive Responsive
C = CompliedNC = Not Complied
GUIDE ON BID EVALUATION36
Appendix 3(B) Attachment 1
Details on Eligibility of Bidders
No. Requirements
Bidding Documents Reference Bidder No. 1 Bidder No. 2 Bidder No. 3
1. Single Entity or Joint Venture
If Joint Venture, all partners must be jointly and severally liable.
Section 1, Clause 4.1
Single Entity Joint Venture
Partners are jointly and
severally liable
Single Entity
2. Bidder must be a national of an eligible ADB member country.
Proposed subcontractors or suppliers must be nationals of an eligible ADB member country.
Section 1, Clause 4.2
X
XX(member country)
X and XX
XXX(member country)
X
X(member country)
3. Conflict of Interest Section 1, Clause 4.3
None None None
4. Declared ineligible by ADB Section 1, Clause 4.4
No No No
5. Government-owned enterprise in Purchaser’s country to be legally and financially autonomous, operate under commercial law, and not dependent agency of the Purchaser
Section 1, Clause 4.5
Not a government
owned enterprise
Not a government
owned enterprise
Not a government
owned enterprise
6. Not having been declared ineligible based on a United Nations resolution
Section 1, Clause 4.7
Not declared ineligible
Not declared ineligible
Not declared ineligible
37 APPENDIX 3(C)
Appendix 3(C)
Table of Substantial Responsiveness of Bids (Commercial Terms)—Plant Design–Supply–
InstallationBid No. ............................... for .............................................. (Bid/Contract/Title) ......................................................................
No. Requirements Bidding Documents Reference
Bidder No. 1
Bidder No. 2
Bidder No. 3
(List here all conditions stipulated in the bidding documents with which bidders must comply for their bids to be considered responsive)
(Section and Clause No. of bidding documents)
1.
2.
3.
4.
5.
Signature on Bid Form by the Authorized Person
Power of Attorney
Eligibility:
Bidders
Plant and Services Origin
Bid Validity–90 days(Indicate here the date/month/year)
Bid Security(i) Amount : $300,000.00
(ii) Validity–118 days(Indicate here the date/month/year)
Section 1, Clause xx,Section 2, ITB yy
Section 1, Clause xxSection 2, ITB yy
Section 1, Clause 4
Section 1, Clause 5
Section 1, Clause xxSection 2, ITB yy
Section 1, Clause xxSection 2, ITB yy
Section 1, Clause xxSection 2, ITB yy
C
C
C (see details in Attachment
1 to this Appendix)
C
C (valid until indicate here the
date/month/year)
C [indicate here the bid security
amount]
C (valid until indicate here the
date/month/year)
C
C
C (see details in Attachment
1 to this Appendix)
C
C (valid until indicate here the date/month/yr.
NC (Bid Security
amount is $250,000.00)
C (valid until indicate here the
date/month/year)
C
C
C (see details in Attachment
1 to this Appendix)
C
C (valid until indicate here the
date/month/yr)
C [indicate here the bid security
amount]
C (valid until indicate here the
date/month/yr.)
Remarks No major deviation
Major Deviation on Bid Security
No major deviation
Findings Responsive Nonresponsive Responsive
C = CompliedNC = Not Complied
GUIDE ON BID EVALUATION38
Appendix 3(C) Attachment 1
Details on Eligibility of Bidders
No. Requirements
Bidding Documents Reference Bidder No. 1 Bidder No. 2 Bidder No. 3
1. Single Entity or Joint Venture
If Joint Venture, all partners must be jointly and severally liable.
Section 1, Clause 4.1
Single Entity Joint Venture
Partners are Jointly and
severally liable
Single Entity
2. Bidder must be a national of an eligible ADB member country.
Proposed subcontractors or suppliers must be nationals of an eligible ADB member country.
Section 1, Clause 4.2
X
XX(member country)
X and XX
XXX(member country)
X
X(member country)
3. Conflict of Interest Section 1, Clause 4.3
None None None
4. Declared ineligible by ADB Section 1, Clause 4.4
No No No
5. Government-owned enterprise in Purchaser’s country to be legally and financially autonomous, operate under commercial law, and not dependent agency of the Purchaser
Section 1, Clause 4.5
Not a government
owned enterprise
Not a government
owned enterprise
Not a government
owned enterprise
6. Not having been declared ineligible based on a United Nations resolution
Section 1, Clause 4.7
Not declared ineligible
Not declared ineligible
Not declared ineligible
39APPENDIX 4
Appendix 4
Table of Substantial Responsiveness of Bids (Technical Requirements)—Supply Contract
Bid No. ............................... for .............................................. (Bid/Contract/Title) ......................................................................
No. RequirementsBidding Documents
ReferenceBidder
No. lBidder No. 2
Bidder No. 3
(List here the scope of supply and all key technical and performance requirements of major equipment and materials: e.g. plant, capacity, horsepower, pressure, voltage, efficiency, operating temperature etc.)
(Section and Clause No. of bidding document
issued)
1. Scope of Supply Section 6 and Schedules C C2. Item 1. Grader 85 kW C C
3. Item 2. 8.5 m3 capacity dump truck.left-hand drive
C NC*
4. Item 3. Bulldozer.Min. 225 kW
C(230 kW)
C(225 kW)
5. Etc.
Remarks No major deviation.
*Right-hand drive and 7 m3
capacity
Findings Responsive Nonresponsive
C = CompliedNC = Not Compiled
GUIDE ON BID EVALUATION40
Appendix 5(A)
Table of Salient Features of Bids (Commercial Terms and Conditions)—
Supply ContractBid No. ............................... for .............................................. (Bid/Contract/Title) ......................................................................
No.Specified Terms and
ConditionsBidding Documents
ReferenceBidder No. 1
Bidder No. 2
Bidder No. 3
(List here all major commercial terms and conditions specified in the bidding document; e.g., performance security, terms of payment, Delivery and Completion Period)
(Section and Clause No. of bidding documents)
1.
2.
3.
Performance Security
(i) Amount: 10% of the Contract Price
(ii) Valid up to the date of completion of the Supplier’s performance obligations, including any warranty obligations.
Delivery/Contract Completion Period: 10 months
Terms of Payment
Section 7, Clause 18.1;Section 8, GCC 18.1
Section 7, Clause 18.4Section 8, GCC 18.4
Section 6, Item 2
Section 8, GCC 16.1
C
C
C
C
C
C
NC1
C
C
C
C
NC2
continued on next page
41APPENDIX 5(A)
No.Specified Terms and
ConditionsBidding Documents
ReferenceBidder No. 1
Bidder No. 2
Bidder No. 3
Remarks 1 For purposes of bid
evaluation, Bid Price shall
be adjusted upwards
pursuant to the provision in Criterion 4.2, Section 3: Evaluation
and Qualification
Criteria of the Bidding Document.
2 For purposes of bid
evaluation, Bid Price shall
be adjusted upwards
pursuant to the provision in Criterion 4.1, Section 3: Evaluation
and Qualification
Criteria of the Bidding Document.
C = CompliedNC = Not Complied
Table continued
GUIDE ON BID EVALUATION42
Appendix 5(B)
Table of Salient Feature of Bids (Commercial Terms and Conditions)—
Civil WorksBid No. ............................... for .............................................. (Bid/Contract/Title) ......................................................................
No.Specified Terms and
ConditionsBidding Documents
ReferenceBidder No. 1
Bidder No. 2
BidderNo. 3
(List here all major commercial terms and conditions specified in the bidding document; e.g., performance security, terms of payment, Delivery and Completion Period)
(Section and Clause No. of bidding documents)
1. Performance Security
(i) Amount: 10% of the Contract Price
(ii) Valid up to the issue of the Performance Certificate
Section 8: Particular Conditions of Contract,
Part A: Ref. GCC 4.2
Section 7: General Conditions of Contract,
Sub-Clause 4.2
C
C
C
C
C
C
2. Contract Completion Time (24 months)
Section 8: Particular Conditions of Contract,
Part A, Ref: GCC 1.1.3.3
C NC1
(30 months)C
Remarks 1 Bid declared nonresponsive
as ITB 13.2 in Section 2
stipulates that alternative time
for completion is not permitted.
C = CompliedNC = Not Complied
43APPENDIX 5(C)
Appendix 5(C)
Table of Salient Feature of Bids (Commercial Terms and Conditions—
Plant Design–Supply–Installation)Bid No. ............................... for .............................................. (Bid/Contract/Title) ......................................................................
No.Specified Terms and
ConditionsBidding Documents
ReferenceBidderNo. 1
BidderNo. 2
BidderNo. 3
(List here all major commercial terms and conditions specified in the bidding document; e.g., performance security, terms of payment, Delivery and Completion Period)
(Section and Clause No. of bidding
documents)
1. Performance Security
(i) Amount: 10% of the Contract Price
(ii) Valid up to the date of Operational Acceptance of the Facilities
Section 8, Clause 13.3.1
Section 7, Clause 13.3.3
C
C
C
C
C
C
2. Contract Completion Time: 36 months
Section 8, Clause 8.2 NC1
(40 months)C C
Remarks 1 For purposes of bid evaluation,
the Bid Price shall be adjusted
upwards pursuant to the provision
in Criterion 1.3.2 of Section 3:
Evaluation and Qualification
Criteria of the Bidding Document.
.
C = CompliedNC = Not Complied
GUIDE ON BID EVALUATION44
Appendix 5(A)-1
Table of Salient Features of Bids (Technical Requirements)—Supply Contract
Bid No. ............................... for .............................................. (Bid/Contract/Title) ......................................................................
No.Specified Termsand Conditions
Bidding DocumentsReference
BidderNo. 1
BidderNo. 2 Etc.
[List here the scope of supply and all technical and performance features of equipment and materials in the scope]
[Section and Clause No.of Bidding documents]
1. Scope of Supply Section 6 andSupply Schedule
C PCFailure to
quote item 5,inland
transportation2. Pumps and Motors
(a) Pumps (centrifugal) (i) Capacity -lps (ii) Rating-kW (iii) Head-meter (iv) Efficiency, (v) Materials- Body Shaft Impeller (vi) Rpm etc.
(b) Prime mover (i) Electric Motor (ii) Rating-kW (iii) Voltage (iv) Efficiency (v) Cooling system, etc. [EA to indicate the detailed
requirements indicated in the attached Bidding Document.]
Section 6,
Item 3: Technical Specifications
C
[EA to give details from the
Bidder’s BidProposal]
C[EA to give
details from theBidder’s Bid
Proposal]
C
C
Remarks No financial adjustment is
required.
Financial adjustment is
required.C = CompliedPC = Partially CompliedNC = Not Complied
45APPENDIX 6(A)
App
endi
x 6(A
)
Tabl
e of B
id P
rices
(Sup
ply C
ontr
act)
Bid
No.
......
........
........
........
. fo
r .....
........
........
........
........
........
. (B
id/C
ontra
ct/T
itle)
......
........
........
........
........
........
........
........
........
........
........
........
........
........
........
........
........
........
........
.
Sche
dule
Item
s in
Sche
dule
Bidd
er N
o. 1
Bid
der N
o. 2
Bid
der N
o. 3
Quo
ted
Bid
Pric
eCI
F/CI
P/EX
W(1
)
Arit
hmet
ic
Corr
ectio
nCI
F/CI
P/EX
W(2
)
Disc
ount
s O
ffer
edCI
F/CI
P/EX
W(3
)
Corr
ecte
d Bi
d Pr
ice
CIF/
CIP/
EXW
(4) =
(1) ±
(2
) - (3
)
Quo
ted
Bid
Pric
eCI
F/CI
P/EX
W(1
)
Arit
hmet
ic
Corr
ectio
nCI
F/CI
P/EX
W(2
)
Disc
ount
s O
ffer
edCI
F/CI
P/EX
W(3
)
Corr
ecte
d Bi
d Pr
ice
CIF/
CIP/
EXW
(4) =
(1) ±
(2
) - (3
)
Quo
ted
Bid
Pric
eCI
F/CI
P/EX
W(1
)
Arit
hmet
ic
Corr
ectio
nCI
F/CI
P/EX
W(2
)
Disc
ount
s O
ffer
edCI
F/CI
P/EX
W(3
)
Corr
ecte
d Bi
d Pr
ice
CIF/
CIP/
EXW
(4) =
(1) ±
(2
) - (3
)I
1 2 3 Sub-
Tota
l fo
r I¹
II1 2 3 Su
b-To
tal
for I
I¹III
1 2 3 Sub-
Tota
l fo
r III¹
Tota
l for
All
Item
s 1
If th
e co
ntra
ct is
for s
uppl
y, de
liver
y, an
d in
stal
latio
n, th
e bi
d pr
ice
for l
ocal
han
dlin
g, tra
nspo
rtatio
n, a
nd in
stal
latio
n m
ust b
e sh
own
for e
ach
pack
age
and
adde
d to
the
sub-
tota
l for
eac
h pa
ckag
e.
GUIDE ON BID EVALUATION46
App
endi
x 6(B
)
Tabl
e of B
id P
rices
(Civ
il W
orks
Con
trac
t)Bi
d N
o. ..
........
........
........
.....
for .
........
........
........
........
........
.....
(Bid
/Con
tract
/Titl
e) ..
........
........
........
........
........
........
........
........
........
........
........
........
........
........
........
........
........
........
.....
Bill
(or
Item
) N
o.Ti
tle o
f Bill
(o
r Ite
m)
Bidd
er N
o. 1
Bidd
er N
o. 2
B
idde
r No.
3
Quo
ted
Bid
Pric
e(1
)
Arit
hmet
ic
Corr
ectio
n (2
)
Disc
ount
s O
ffer
ed
(3)
Corr
ecte
dBi
d Pr
ice
(4) =
(1) ±
(2
) - (3
)
Quo
ted
Bid
Pric
e(1
)
Arit
hmet
ic
Corr
ectio
n (2
)
Disc
ount
s O
ffer
ed
(3)
Corr
ecte
dBi
d Pr
ice
(4) =
(1) ±
(2
) - (3
)
Quo
ted
Bid
Pric
e(1
)
Arit
hmet
ic
Corr
ectio
n (2
)
Disc
ount
s O
ffer
ed
(3)
Corr
ecte
dBi
d Pr
ice
(4) =
(1) ±
(2
) - (3
)
1M
obiliz
atio
n
2Se
curit
ies
and
Insu
ranc
e
3Ea
rthwo
rks
4Pi
ling a
nd
Foun
datio
n
5Co
ncre
te
Wor
ks
6M
etal
work
s
7D
rain
age
Stru
ctur
es
Tota
l
47APPENDIX 6(C)
App
endi
x 6(C
)
Tabl
e of B
id P
rices
(Pla
nt C
ontr
acts
)Bi
d N
o. ..
........
........
........
.....
for .
........
........
........
........
........
.....
(Bid
/Con
tract
/Titl
e) ..
........
........
........
........
........
........
........
........
........
........
........
........
........
........
........
........
........
........
.....
Bidd
er N
o. 1
Bidd
er N
o. 2
Bidd
er N
o. 3
Sche
dule
N
o.Ti
tle o
f Sc
hedu
le
Quo
ted
Bid
Pric
e(1
)
Arit
hmet
icCo
rrec
tion
(2)
Disc
ount
sO
ffer
ed(3
)
Corr
ecte
dBi
d Pr
ice
(4) =
(1) ±
(2
) - (3
)
Quo
ted
Bid
Pric
e(1
)
Arit
hmet
icCo
rrec
tion
(2)
Disc
ount
sO
ffer
ed(3
)
±Bi
d Pr
ice
(4) =
(1) ±
(2
) - (3
)
Quo
ted
Bid
Pric
e(1
)
Arit
hmet
icCo
rrec
tion
(2)
Disc
ount
sO
ffer
ed(3
)
Corr
ecte
dBi
d Pr
ice
(4) =
(1) ±
(2
) - (3
)1
Plan
t (In
clud
ing
Man
dato
rySp
are
Parts
) Su
pplie
dfro
m A
broa
d2
Plan
t (In
clud
ing
Man
dato
rySp
are
Parts
) Su
pplie
dfro
m W
ithin
th
e Em
ploy
er’s
Coun
try
3D
esign
Ser
vices
4In
stal
latio
n an
d O
ther
Se
rvice
s5
Gra
nd
Sum
mar
y(S
ched
ule
Nos
. 1
to 4
)6
Bidd
er
Reco
mm
ende
dSp
are
Parts
GUIDE ON BID EVALUATION48
Appendix 7(A)
Table of Bid Price Adjustment (Supply Contract)(Refer to Table of Bid Prices)
Bid No. ............................... for .............................................. (Bid/Contract/Title) ......................................................................
(Currency of Bid Comparison)
PackageNo. Particular
BidderNo. l
BidderNo. 2
BidderNo. 3 Etc.
I Part A. (Supply and Installation of Pump Station No. 1)
1. Pumps2. Motors3. Pipes, Valves, and Fittings4. Etc.CIF/EXWInland TransportationInstallation
Sub-Total Part APart B. Adjustments.(a) Scope of Supply(b) Technical Compliance(c) Specified technical Evaluation Factors(d) Terms of Payment(e) Delivery or Work Schedule(f) Etc.Sub-Total Part BTOTAL EVALUATED BID PRICE Application of Domestic Preference(See attachment to this Appendix)
1 Use a table for each package if necessary.
49APPENDIX 7(B)
Appendix 7(B)
Table of Bid Price Adjustment (Civil Works Contract)(Refer to Table of Bid Prices)
Bid No. ............................... for .............................................. (Bid/Contract/Title) ......................................................................
(Currency of Bid Comparison)
Section Title of SectionsAgency’sEstimate
BidderNo. 1
BidderNo. 2
BidderNo. 3 Etc.
1. Mobilization2. Securities and Insurance3. Earthworks4. Piling and Foundation5. Concrete Works6. Metal Work7. Electromechanical Work8 Drainage Structures9. Etc.
Sub-Total Part AAdjustments(a) Payment Terms(b) Construction Period(c) Liquidated Damages(d) Etc.Sub-Total Part BTOTAL EVALUATED BID PRICEApplication of Domestic Preference(See attachment to this Appendix)
GUIDE ON BID EVALUATION50
Appendix 7(A and B)Attachment 1
Application of Domestic Preference (Sample for Goods)
Bidder No. 1 (Group A Bid) Bidder No. 3 (Group C Bid)Evaluated Bid Price $111,000,000.00 $10,500,000.0015% of the Imported Goods (CIF/CIP Price) Offered
– $ 1,575,000.00
Total Evaluated Bid Price (With Domestic Preference)
$111,000,000.00 $12,075,000.00
Application of Domestic Preference (Sample for Civil Works)
Bidder No. 1 (Group A Bid)Domestic Contractor Eligible for the
PreferenceBidder No. 2 (Group B Bid)
Other ContractorEvaluated Bid Price $12,575,000.00 $11,105,000.007.5% of the Bid Price1 – $ 832,875.00 Total Evaluated Bid Price (with Domestic Preference) $12,575,000.00 $11,937,875.00
1 Bid Price of Bidder No. 2 is $11,000,000.00.
51APPENDIX 7(C)
Appendix 7(C)
Table of Bid Price Adjustment (Plant – Design, Supply, and Installation)
(Refer to Table of Bid Prices)
Bid No. ............................... for .............................................. (Bid/Contract/Title) ......................................................................
Schedule No. Title of Schedule
Executing Agency’s Estimate Bidder No. 1 Bidder No. 2 Bidder No. 3
1
2
3
4
Part A: Bid Price
Plant Supplied from Abroad
Spare Parts Supplied from Abroad
Plant Supplied from Within the Employer’s Country
Spare Parts Supplied from Within the Employer’s Country
Design Services
Installation and Other Services
Sub-Total ( 1-4)
continued on next page
GUIDE ON BID EVALUATION52
Schedule No. Title of Schedule
Executing Agency’s Estimate Bidder No. 1 Bidder No. 2 Bidder No. 3
Part B: Adjustments
(a) Contract Completion Time
(b) Quantifiable Deviations and Omissions
(c) Operating and Maintenance Costs
(d) Functional Guarantees of the Facilities
(e) Work, Services to be Provided by the Employer
Sub-Total (a to e)
Total Evaluated Bid Price (Part A + Part B)Application of Domestic Preference (see Attachment 1 to this Appendix)
Table continued
53APPENDIX 7(C)
Appendix 7(C) Attachment 1
Application of Domestic Preference (Sample for Plant – Design, Supply,
and Installation)No. Item
Bidder No. 1(CIF/CIP)
Bidder No. 2(CIF/CIP)
Bidder No. 3(CIF/CIP)
1 Plant Supplied from Abroad2 Spare Parts Supplied from Abroad3 Total Price (1 + 2)4 15% of the Total Price
Final Evaluated Bid Price (With Domestic Preference)
Bidder No. 1 Bidder No. 2 Bidder No. 31 Evaluated Bid Price1
2 15% of the Total Price for Plant and Spare Parts Supplied from Abroad
3 Final Evaluated Bid Price (1 + 2)1 Inclusive of Bid Prices (Plant and Spare Parts Supplied from Abroad, Plant and Spare Parts Supplied from Within the Employer’s Country,
Design Services, Installation and Other Charges), and Adjustments on the Bid Prices based on the evaluation factors stipulated in the Section on Evaluation and Qualification Criteria of the bidding document.
GUIDE ON BID EVALUATION54
App
endi
x 8
Eval
uatio
n of
Bid
ders
’ Qua
lifica
tions
Bidd
er
No.
Qua
lifica
tion
Crite
ria1
Oth
ers
(if a
ny)
Resu
ltsRe
mar
ks
Elig
ibili
tyCo
ntra
ct N
on-P
erfo
rman
ceFi
nanc
ial S
ituat
ion
Expe
rienc
e
Nat
iona
lity
Confl
ict o
f In
tere
stA
DB
Elig
ibi-
lity
Gov
’t-O
wne
d En
terp
.U
N E
ligib
ility
Cont
ract
N
on-
Perf
orm
ance
Pend
.Li
tigat
ion
Hist
oric
al
Fina
ncia
l Pe
rfor
man
ceAv
e. A
nnua
lTu
rnov
erFi
nanc
ial
Reso
ur-c
esSi
mila
r Siz
e an
d N
atur
e Ke
y A
ctiv
ities
Requ
irem
ent
Requ
irem
ent
Requ
irem
ent
Requ
irem
ent
Requ
irem
ent
Requ
irem
ent
Requ
irem
ent
Requ
irem
ent
Requ
irem
ent
Requ
irem
ent
Requ
irem
ent
Requ
irem
ent
1 2 3
..n ..n1 7
1 Qua
ntita
tive
info
rmat
ion
on b
idde
r sub
miss
ion
to m
eet r
equi
rem
ents
shal
l be
pres
ente
d un
der e
ach
colu
mn
for e
asy c
ompa
rison
with
eac
h qu
alifi
catio
n cr
iterio
n an
d re
quire
men
t.
55
PART 2
Examples of Bid Evaluation
56
Example 1: Supply Contract
In order to maintain the confidentiality of the procurement proceedings, references to the name of the borrower, the borrower’s country and currency, the executing agency, the name and address of the executing agency and the project site, the names of the bidders and bidders’ representatives, the number and title of the ADB loan have been deleted.
The borrower, the borrower’s country, the executing agency, the name and address of the executing agency and the project site, the names of bidders’ representatives, and the number and title, of the ADB loan have been replaced with combinations of the letter “x,” the name of the borrower’s currency has been referred to as “Local Currency (LC),” and the bidders have been identified by number and referred to as “Bidder No. 1,” “Bidder No. 2,” etc.
[The Appendixes in this example may not have adopted those provisions recommended in the main text of this Guide, as they were based on those of the Guide version available at the time the evaluation reports were prepared.]
SUPPLY CONTRACT 57
Letterhead of the Executing Agency
Our Reference; xxxx/xxxx/xxx (07) 7 April 2007
DirectorEnergy Division, Regional DepartmentAsian Development Bank6 ADB Avenue, Mandaluyong City 1550, Philippines
Subject: Loan No. xxxxxxx: xxxxxx Award of Contract for The Supply of Ammonia Distillation and Absorption Unit Bid No. 05/06 (ICB)
Dear Sir,
In compliance with the requirements of the Loan Agreement and the project procurement plan, we are submitting herewith three copies (3) of the Bid Evaluation Report for The Supply of Ammonia Distillation and Absorption Unit, Bid No. 05/06 (ICB) for ADB’s review and approval.
We would like to mention that the award of the Contract as recommended in the Report has been approved by the Chairman of xxxxxx on 3 April 20xx. As you will note, the validity of the bids expires on 20 May 2007. We would therefore, appreciate receiving your approval of the recommendations made in the Report in time to advise the successful bidder before the expiration of the bids.
Sincerely yours,
Signed General Manager xxxxxxxxxxxxxx
Attachment: Three copies of Report
58 GUIDE ON BID EVALUATION
XXXXXX
BID EVALUATION REPORT
FOR
SUPPLY OF AMMONIA DISTILLATION AND ABSORPTION
UNIT
ID No. 05/06 (ICB)
ADB LOAN No. XXXXXXX
30 MARCH 20xx
SUPPLY CONTRACT 59
Contents(Supply Contract)
1. Introduction ���������������������������������������������������������������������������������������������������������������������������������������������������59
1.1 General .........................................................................................................................................................................................59
1.2 Submission of Bids .................................................................................................................................................................. 59
1.3 Bid Opening ................................................................................................................................................................................59
1.4 Basic Data and Exchange Rates ..........................................................................................................................................59
1.5 Bid Evaluation Committee ................................................................................................................................................... 60
2. Examination of Bids ���������������������������������������������������������������������������������������������������������������������������������������62
2.1 List of Bidders ............................................................................................................................................................................62
2.2 Bid Documents .........................................................................................................................................................................62
2.3 Bid Validity and Bid Security ................................................................................................................................................63
2.4 Propriety of Signature and Power of Attorney...............................................................................................................63
3. Determination of Substantial Responsiveness of Bids ����������������������������������������������������������������������������63
3.1 Eligibility of Bidders and Goods ......................................................................................................................................... 63
3.2 Bidders’ Qualifications ...........................................................................................................................................................63
3.3 Compliance with Commercial Terms and Conditions ...............................................................................................64
3.3.1 Bid Validity and Bid Security ...............................................................................................................................643.3.2 Time for Completion/ Contract Execution Schedule ..............................................................................643.3.3 Terms of Payments .................................................................................................................................................643.3.4 Deviations or Reservations to Commercial Conditions ...........................................................................64
3.4 Technical Requirements ........................................................................................................................................................65
3.4.1 Technology ................................................................................................................................................................653.4.2 Compliance with Technical Specifications ....................................................................................................65
3.5 Clarifications ..............................................................................................................................................................................65
4. Detailed Evaluation of Price Bids ����������������������������������������������������������������������������������������������������������������65
4.1 Selection of Bids for Detailed Evaluation ........................................................................................................................65
4.2 Arithmetic Check and Corrections....................................................................................................................................66
4.3 Price Adjustment for Commercial Terms and Conditions .......................................................................................66
4.4 Price Adjustment for Technical Requirements .............................................................................................................66
60 GUIDE ON BID EVALUATION
5. Determination of the Lowest Evaluated Bid ����������������������������������������������������������������������������������������������68
5.1 Lowest Evaluated Bid ..............................................................................................................................................................68
5.2 Domestic Preference Scheme .............................................................................................................................................68
5.3 Reasonableness of the Lowest Evaluated Bid Price ................................................................................................... 69
6. Conclusions and Recommendations ����������������������������������������������������������������������������������������������������������69
Appendixes
1 Record of Bid Opening .......................................................................................................................................................... 70
2 Basic Data Sheet .......................................................................................................................................................................73
3 Examination of Bids .................................................................................................................................................................74
4 Details on Eligibility of Bidders ............................................................................................................................................75
5 Evaluation of Bidders’ Qualifications ................................................................................................................................76
6 Substantial Responsiveness of Bids (Commercial Terms) .......................................................................................77
7 Salient Features of Bids (Commercial Terms) ...............................................................................................................78
8 Substantial Responsiveness of Bids (Major Technical Requirements)................................................................79
9 Salient Features of Bids (Major Technical Requirements) .......................................................................................80
10 Summary of Bid Prices (Arithmetic Corrections and Corrected Bid Prices) .....................................................83
11 Comparison of Bid Prices with Price Adjustments ......................................................................................................84
12 Required Minor Changes .......................................................................................................................................................85
SUPPLY CONTRACT 61
1. Introduction 1.1 General
The xxxxxx has received a loan from the Asian Development Bank (ADB) to finance the cost of implementing the Project. It is intended that part of the proceeds of this loan will be applied to payment for the supply of equipment and services for the renovation and upgrading of the Ammonia Distillation and Absorption Unit of xxxxxx for which these bids were invited.
The Invitation for Bids was advertised in the 19 and 23 November 20xx issues of two local English language newspapers, xxxxx and xxxxxx and in the ADB website on 23 November 20xx. The brief report on the advertising, which includes the names of the newspapers, the dates of the advertisement was forwarded to ADB under cover of xxxxxx’s letter, dated 26 November 20xx. The site visit and pre-bid meeting were held on 17 December 20xx at xxxxxx as stipulated in the bidding documents. Nine potential bidders out of twelve firms which purchased the bidding documents attended the pre-bid meeting. The minutes of the pre-bid meeting were prepared and sent to the firms who purchased the bidding documents. An addendum to the bidding documents was issued to all firms which purchased the bidding documents on 20 December 20xx, to clarify certain aspects of the Technical requirements of the bidding documents.
1.2 Submission of Bids
The deadline for the submission of bids was not extended and the receipt of bids by the xxxxx at the Administrative Division of xxxxxx was closed at 10:30 a.m. local time on 21 January 2007 as scheduled. Out of twelve firms which purchased the bidding documents, six bidders submitted bids.
1.3 Bid Opening
Bids were opened as scheduled in the bidding documents, at 11 a.m. on 21 January 20xx at the meeting room, second floor of the Administration Building by the Bid Opening Committee in the presence of representatives of bidders. Each bidder’s name, bid price, discount or alternative offer, if any, and the presence or absence of the requisite bid security and its amount were announced and recorded. The Record of Bid Opening was prepared soon after the bids were announced and a copy of the Record of Bid Opening was furnished to ADB under cover of xxx’s letter, dated 24 January 20xx. A copy is attached as Appendix 1.
1.4 Basic Data and Exchange Rates
The exchange rates used for the evaluation were the selling rates officially prescribed for similar transactions by the National Bank on 21 January 20xx (i.e. the date of bid opening). Basic information pertaining to the bidding was summarized and presented in the Appendix 2.
62 GUIDE ON BID EVALUATION
1.5 Bid Evaluation Committee
A Bid Evaluation Committee comprising four senior officers of xxxxxx was established by the Chairman of xxxxxx. Assistance was provided by the staff of the Administrative Division of the xxxxxx. The Bid Evaluation Committee members were:
(1) Chairman General Manager; xxxxxx(2) Member Manager, Operations, xxxxxx(3) Member Director, Planning Department, xxxxxx.(4) Member/Secretary Manager, Finance and Marketing, xxxxxx
The Committee’s decisions were made on the basis of unanimous views and whenever a unanimous decision could not be reached on certain issues, these issues were brought to the attention of the Chairman of xxxxxx for n decision.
2. Examination of Bids
2.1 List of Bidders
The names of the bidders, their nationalities, the capacity in which they submitted their bids, the source of the goods and the domestic preference category claimed are shown in the following table.
Bidders Domestic PreferenceNo. Name Nationality Capacity Source of Goods Category
1. Bidder No. 1 xxxxxx Importer Domestic and xxxxxx
Category II
2. Bidder No. 2 xxxxxx Manufacturer xxxxxx Category III3. Bidder No. 3 xxxxxx Manufacturer xxxxxx Category III4. Bidder No. 4 xxxxxx Exporter xxxxxx Category III5. Bidder No. 5 xxxxxx Manufacturer xxxxxx Category III6. Bidder No. 6 xxxxxx Manufacturer xxxxxx Category III
2.2 Bid Documents
The bids submitted were examined to verify that the bidders had submitted all the documents and information required by the bidding document. The following documents, were examined:
(i) Form of Bid and Price Schedules;
(ii) Bid Security;
(iii) Joint Venture Agreement or Letter of Intent to Enter into an Agreement, if required;
(iv) Propriety of Signature and Power of Attorney;
SUPPLY CONTRACT 63
(v) Documents establishing the eligibility of bidders and goods;
(vi) Documents required to assess the qualification of bidders and their manufacturers; and
(vii) Documents required to establish the goods’ conformity with the bidding documents.
The results of checking for completeness of bid documents are presented in Appendix 3 Examination of Bids.
2.3 Bid Validity and Bid Security
A bid validity period of at least 120 days from the date of bid opening was specified in the bidding documents. All bidders except Bidder No.2 offered a bid validity period as required. All bidders submitted bid securities in the form of bank guarantees, and fulfilled the requirements in the amount, terms and period of validity except Bidder No.2.
2.4 Propriety of Signature and Power of Attorney
All bid documents were signed in accordance with the Instructions to Bidders and corrections were also initialed by the authorized person. The power of attorney for the. signatories of all bids were acceptable The results of these examinations are included in Appendix 3.
3. Determination of Substantial Responsiveness of Bids
3.1 Eligibility of Bidders and Goods
In Clauses 4 and 5 of the Instructions to Bidders of the bidding documents it was specified that the bidder, and the goods and the services to be supplied shall be from an eligible source country of ADB. All bidders submitted certifications and necessary documentation which indicated that they are nationals of an eligible member country of ADB, and offered goods and services originating in an eligible member country of ADB (See Appendix 4 Details on Eligibility of Bidders).
3.2 Bidders’ Qualifications
The bidding documents in Clause 19 of the Instructions to Bidders, required that each bidder submits with its bid such evidence of its technical capacity and financial capability by completing properly the forms provided with the bidding documents. All bidders submitted the forms with their bids. The detailed review of the bidders’ information provided in these forms and further clarifications requested from the bidders showed that all bidders are qualified financially and Technically to perform the Contract. The results of the detailed review are summarized in Appendix 5 Evaluation of Bidders’ Qualifications.
64 GUIDE ON BID EVALUATION
3.3 Compliance with Commercial Terms and Conditions
3.3.1 Bid Validity and Bid Security
Bidder No.2 offered a bid validity period of only 60 days and stated in the covering letter that further extension may be considered upon request. Moreover, the amount of the bid security of Bidder No.2 was equivalent to 1.29% of its total bid price and did not satisfy the specified requirements of a minimum of 2% of the bid price.
After due consideration of all relevant factors, in particular fairness to all other bidders who complied with the requirements, it was concluded that the bid of Bidder No.2 should be rejected as such deviations in bid validity and bid security are considered as major.
3.3.2 Time for Completion/Contract Execution Schedule
The contract execution schedules and sequence of delivery of major units of plant to be supplied were evaluated in detail and compared with the requirements of the bidding documents. The contract execution schedules submitted by the bidders were generally in order and complied with the execution schedule of the bidding documents. A number of minor changes will be necessary (see Appendix 12). Such changes were considered minor and should be finalized at contract negotiations with the successful bidder.
3.3.3 Terms of Payments
All bidders accepted the terms and conditions of the bidding documents with respect to payment and they also accepted the fixed sum without price adjustment provision. The bidding documents specified that all payments will be made through an irrevocable letter of credit following the ADB commitment procedure. All accepted these arrangements, except that Bidder No.3 requested a “confirmed” irrevocable letter of credit. upon clarification, the bidder replied that the additional cost for confirmation of the letter of credit will be borne by the bidder. The request was considered reasonable and, therefore, acceptable if the bidder is the successful bidder.
3.3.4 Deviations or Reservations to Commercial Conditions
None of the bids contained substantial reservations to the major commercial conditions of the bidding documents. All bidders accepted the provisions for liquidated damages, functional guarantees and corresponding adjustments, performance security, warranty requirements and after sales service. See Appendix 6 for a summary of the Substantial Responsiveness of Bids (Commercial Terms) and Appendix 7 Salient Features of Bids (Commercial Terms).
SUPPLY CONTRACT 65
3.4 Technical Requirements
3.4.1 Technology
The Ammonia Distillation Columns and Absorption Towers, being high steel structures, were considered as the two main important items of equipment for the project, and special attention has been given in the evaluation with respect to design, quality, reliability and safety. The evaluation showed that the manufacturers of all bidders fulfilled the required standards satisfactorily.
3.4.2 Compliance with Technical Specifications
All the remaining five bidders satisfactorily complied with the total scope of the contract and generally met the major requirements of the specifications. Bidder No. 6 did not mention clearly the continuous operating period of the Ammonia Absorption Tower. Clarification was requested and the bidder submitted a guarantee for a continuous period of 1714 months which satisfied the specified period of a minimum of 12 months. See Appendix 8 Substantial Responsiveness to the Major Technical Requirements of the bidding documents and Appendix 9 Salient Features of Bids (Technical Requirements).
3.5 Clarifications
Throughout the evaluation, bidders were requested to provide clarifications in order to establish that the equipment and services to be supplied were in accordance with the provisions of the bidding documents. Clarifications which may have led to a change in the substance of a bid were not requested. The requests for clarifications and the replies from the bidders were in writing. All correspondence was properly recorded and filed together with the respective original bid.
4. Detailed Evaluation of Bids
4.1 Selection of Bids for Detailed Evaluation
As discussed in Section 3 above, all bids, except the bid of Bidder No.2, have been determined as substantially responsive to the bidding documents. Their ranking in order of price is summarized as follows:
Bidder No Name of Bidder Corrected Bid Price (LC) Ranking Variation3 Bidder No. 3 12,337,197.0 (1) -1 Bidder No. 1 12,689,200.0 (2) 2.85%5 Bidder No. 5 13,200,000.0 (3) 6.99%6 Bidder No. 6 13,704,803.0 (4) 11.08%4 Bidder No. 4 15,656,234.0 (5) 26.90%
As the variation in price between the first four bidders is only 11.08% and there is a large variation between the fourth and fifth bidder, it was decided to evaluate only the four lowest bids. It was considered unlikely that the bid of Bidder No. 4 would become the lowest evaluated substantially responsive bidder due to the price difference and, as the highest Category III bidder, had no advantage
66 GUIDE ON BID EVALUATION
in the application of domestic preference. The bid of Bidder No. 4 would only be evaluated if the adjustments made to the four lowest bids resulted in their evaluated prices being higher than the price of Bidder No. 4.
4.2 Arithmetic Correction
Each bid was checked for arithmetic errors in accordance with the provisions of the bidding documents. Corrections were necessary only in the bid of Bidder No.6. The total bid price was increased by S$21,5888.00. See Appendix 10 Summary of Bid Prices (Arithmetic Corrections and Corrected Bid Prices). The arithmetic check of Bidder No.2 was not carried out as the bid was disqualified because of reasons discussed in the following paragraph 3.4.1.
4.3 Price Adjustments for Commercial Terms and Conditions
All four bidders selected for detailed evaluation accepted the commercial terms and conditions of the bidding documents. Thus, no price adjustments were required in this respect.
4.4 Price Adjustments for Technical Requirements
The scope of supply, Technical information and Technical data submitted by the bidders were scrutinized in detail and a comparison was carried out with the Technical requirements of the bidding documents. All four bidders submitted substantially completed information and generally satisfied the Technical requirements of the bidding documents. The Table of Salient Features of Bids to the Technical Requirements was prepared and presented as Appendix 9. The findings of the scrutiny are briefly explained below.
(a) Bidder No. 1.
The bidder did not clearly indicate in its bid that allowance had been made for the Technical services to be provided for design and Technical documentation of the plant, and clarification was requested from the bidder. The bidder explained at the clarification meeting that the cost of detailed design and preparation of Technical documents was included in the bid price. The explanation at the clarification meeting was confirmed in writing.
It was considered that the bidder’s clarification that the cost of the design and Technical documentation was included in the price is acceptable for the following reasons.
• although the bidding documents required that the bidder shall include the cost of design and Technical documentation in the bid, the price schedule did not include a separate bid item; and
• all other bidders also stated that the cost for this Technical service was included in the bid price of equipment.
SUPPLY CONTRACT 67
It was, therefore, concluded that this should not be considered as a missing item and no price adjustment was made.
(b) Bidder No. 3.
The bidder stated clearly in the bid that the costs of design and Technical documentation were included in the unit bid prices of the respective equipment. However, the costs for (i) the specified spare parts, (ii) the special tools, and (iii) Technical services for installation etc., were not included in the bid price but the bidder had submitted detailed lists and detailed costing of these items with its bid.
(i) Spare Parts as specified in the bidding documents.
The bidder submitted the list of spare parts with itemized rates together with its bid. The cost of spare parts quoted was $25,650.00 (LC42,322.50 equivalent) and this amount was added to the bid price for comparison.
(ii) Special Tools
The bidder submitted a detailed list of special tools that were considered necessary for the operations & maintenance of the plant. The itemized unit rates were also provided and it was stated in the covering letter that increase, decrease or deletion to the recommended list should be made according to the Purchaser’s requirements. The list was reviewed and it was concluded that the proposed special tools will be required for proper operations & maintenance of the plant. The bidder’s quoted price for the special tools was $59,550.00 (LC15,758.50 equivalent); this amount was added to the bid price for comparison.
(iii) Technical Services for Installation, Testing, and Commissioning and Training
As discussed above, the bidder submitted a separate proposal for these Technical services. The information provided by the bidder was quite adequate for evaluation. It was considered that the level of proposed Technical services to be provided was in line with the requirements specified in the bidding documents. The experience and Technical background of the proposed personnel were acceptable. Therefore, the quoted price of $56,490.00 (LC93,208.50) was considered reasonable and the amount was added to the bid price.
68 GUIDE ON BID EVALUATION
(c) Bidder No. 6
The bidder did not indicate nor provide the list of special tools required for the offered plant. During the bid clarification meeting, the bidder admitted its failure to submit the list of special tools. The bidder confirmed this matter in writing and later submitted a list of special tools. The bidder also stated in the letter that although the list was not included in the bid documents, the review of their records showed that the approximate cost for the special tools was already included in the bid price of equipment and the special tools will be supplied without increasing the bid price.
The failure of the bidder to submit a list of special tools with the bid was considered as an omission. Therefore, the cost of LC18,500.00 estimated by the consultant was added to the bid price for bid comparison only.
5. Determination of the Lowest Evaluated Bid
5.1 Lowest Evaluated Bid
The arithmetically corrected bid prices and adjusted prices for compliance with the Technical requirements as discussed in paragraph 4.3 above were shown in Appendix 11 Bid Prices Comparison with Price Adjustments. As the comparison shows, the lowest evaluated substantially responsive bid is that submitted by Bidder No. 3, in the contract amount as shown below:
(i) Supply of Main Equipment and Materials $ 7,477,089.00
(ii) Spare Parts as Specified $ 25,650.00
(iii) Special Tools $ 9,550.00
(iv) Technical Services for Installation etc $ 56.490.00
Total $ 7,568,779.00
(or LC 12,488,48500 equivalent)
5.2 Domestic Preference Scheme
Bidder No.1 was classified as a Group B bidder as some of the goods to be provided under the contract were domestic goods but the total domestic value added to the total schedule of goods did not equal al least 30%. Bidders Nos. 3, 5, and 6 offered totally imported goods and were, therefore, classified as Category Ill bidders.
The domestic preference scheme is applied as follows:
(i) if the lowest evaluated bid is from Group A or Group B, it will be selected for award of contract; and
(ii) if the lowest evaluated bid is from Group C, it will be further compared with the lowest evaluated bid from Group A by adding 15% of the CIF or
SUPPLY CONTRACT 69
CIP bid price of such goods If the lowest evaluated bid from Group A is then determined to be the lower, it will be selected for award of contract; if not, the lowest evaluated bid front Group C will be selected for award.
As none of the bidders were classified as Group A, the domestic preference scheme allows the award of contract to be made to the lowest evaluated bidder from either Group B or Group C.
5.3 Reasonableness of the Lowest Evaluated Bid Price
The estimate of the contract price prepared by the consultant as part of the improvement program, based on the prices prevailing in 20xx, was LC12,136,000.00 including Technical services and spare parts for operations & maintenance for 2 years. The lowest evaluated bid exceeds that estimate by less than 3%, a difference roughly equivalent to the price increase in titanium in the world market. Also, considering the stringent requirements of functional guarantees of the plant specified in the bidding documents, it was considered that the price quoted by the Bidder No.3, the lowest evaluated bid, was reasonable.
6. Conclusions and Recommendations
Based on the detailed evaluation and findings presented in this report, it was concluded that Bidder No.3, had submitted the lowest evaluated substantially responsive bid and the Contract should be awarded at the bid price of $7,568,779.00, equivalent at the rate of exchange used for the comparison of bids to LC12,488,485.00. It is recommended that the Asian Development Bank approve the award and notify us of its approval in time to issue the Notice of Award to the successful bidder before expiration of the bid validity on 20 May 20xx.
70
Appendix 1Page 1 of 3
Record of Bid OpeningLoan No. xxxxxxx Project Title : xxxxxx
Bid No. 05/06 Bid Title : Supply of Ammonia Distillation and Absorption Unit
1. The following bids were received by the closing deadline fixed on 21 January 2007 at 10:30 a.m. and were publicly opened and read at 11 a.m. on the same date.
BidNo.
Name of BidderNationality
Bid SecurityAmount
Bid PriceDiscounts
Offered SignatureForeign CurrencyLocal Currency
(LC)1 Bidder No. 1 LC 295,000.00
(2.32%)$6,152,339.00 2,537,840.00 - Signed
2 Bidder No.2 LC195,000.00 (1.29%)
$7,785,297.00 2,266,860.00 - Signed
3 Bidder No. 3 US $175,000.00 (2.34%)
$7,477,089.001 - - Signed
4 Bidder No. 4 Y21,500.000.00 (2.16%)
Y997,212,350.00 - - Signed
5 Bidder No. 5 Y 18,200,000.00 (2.16%)
Y840,764,330.00 - - Signed
6 Bidder No.6 S$255,000M (2.12%)
S$12,000,257.00 - - Signed
1 The bidders submitted the costs for (i) the specified spare parts, (ii) the special tools and (iii) Technical services for installation, testing and commissioning and training, separately as follows:
(i) specified spare parts $25,650.00 (ii) special tools $ 9,550.00 (iii) Technical services for installation $56,490.00
SUPPLY CONTRACT 7171
Page 2 of 3
2. The following bidders’ representatives attended the public opening of bids and a copy of the attendance sheet is attached as an annexure of this record.
Serial No. Name DesignationBidding Company
Represented1. Mr. xxxxxx Manager Bidder No. 4
Domestic Branch2. Mr. xxxxxx Deputy Director Bidder No. 1
International Marketing3. Mr. xxxxxx Local Representative Bidder No. 54. Mr. xxxxxx Chief Mechanical Engineer Bidder No. 25. Mr. xxxxxx Deputy Director Bidder No. 3
South East Asia Region6. Mr. xxxxxx Assistant Director Bidder No. 6
Export Division
3. Matters transpiring during the opening of bids.
The representative of Bidder No. 3, requested the Bid Opening Committee (i) to announce that there was no discount offered by any bidder and (ii) to confirm the amount of bid security and the bid price of Bidder No. 2 because the bid security amount seemed to be less than 2% of the bid price as specified in the bidding documents. The chairman of the Committee confirmed that (i) there was no discount offered by any bidder and (ii) the announced amount of the bid security and the bid price of Bidder No. 2 were correct.
4. Reading and signing of documents ended at 12 p.m.
SignedMember
Manager, Operations
SignedChairman
General Manager
SignedMember
Director, Planning Dept.
72
Appendix 1 Page 3 of 3
Attendance Sheet at Opening of Bids
Loan No. xxxxx Project Title : xxxxxx
Bid No. 05/06 Bid Title : Supply of Ammonia Distillation and Absorption Unit
Place : Meeting Room Date : 21 January 2007 Time 11 a.m. Second Floor, Administration Building, xxxxxx
The following bidders’ representatives attended the public opening of bids.
Sr. No. BiddersRepresentative
Name Designation Signature1. Bidder No.4 Mr. xxxxxx Manager, Domestic Branch Signed2. Bidder No.1 Mr. xxxxxx Deputy Director Signed3. Ridder No 5 Mr. xxxxxx Local Representative Signed4. Bidder No.2 Mr. xxxxxx Chief Mechanical Engineer Signed5. Bidder No.3 Mr .xxxxxx Deputy Director South East Asia Region Signed6. Bidder No. 6 Mr. xxxxxx Asst. Director Signed
73
Appendix 2
Basic Data Sheet
1 Project Title xxxxxx
2 Loan Number xxxxxxx
3 Bid Title Supply of Ammonia Distillation and Absorption Unit, xxxxxx
4 Bid Number 05/06
5 Estimated Value Local Currency 12,136,000.00
6 Date Invitation for Bids issued 19 November 2006
7 Method of Procurement International Competitive Bidding Bidding Procedure Single-Stage: One-Envelope
8 Bid Closing Date and Time 10:30 a.m. on 21 January 2007
9 Bid Opening Date and Time 11 a.m. on 21 January 2007
10 Number of Bids Received Six (6) Bids
11 Bid Validity Expires 20 May 2007
12 Bid Security Amount Not less than 2% of the Bid Price
13 Bid Security Validity Expires on 17 June 2007
14 Date for Determining Applicable 21 January 2007 (Date of Bid Exchange Rates Opening)
15 Exchange Rates for Evaluation US Dollar I = LC 1.65 Japanese Yen 100 = LC 1.57 Singapore Dollar 1 = LC 1.14
Source: The Selling exchange rates of the National Bank of xxxxxx.
74
Appendix 3
Examination of Bids Bidder No.
Item Description 1 2 3 4 5 61 Bid Documents 1.1 One Original and Two Copies Y Y Y Y Y Y 1.2 Form of Bid Y Y Y Y Y Y 1.3 Price Schedules Y Y Y Y Y Y 1.4 Bid Validity and Bid Security Y Y Y Y Y Y 1.5 Schedules of Particular Information
(1) Contract Execution Schedule Y P Y P Y Y(2) Financial Data Y P Y Y Y Y(3) Technical Data Y Y y P Y Y(4) Manufacturer’s Organization(5) References from Previous Employers Y Y Y Y Y Y
1.6 Drawings and Documents to beSubmitted with Bid P P Y P Y Y
1.7 Joint Venture Agreement or Formal Intent to Enter into an Agreement
NA Y NA NA NA NA
2 Propriety of Signature and Completeness Y Y Y Y Y Y 2.1 Power of Attorney Y Y Y Y Y Y 2.2 Bid Form and Price Schedules,
properly signed or not Y Y Y Y Y Y 2.3 Completeness of Bids Y Y Y Y Y Y
Y = YES N = NOP = PARTIAL NA = NOT APPLICABLE
Provide details if “P,” “N,” or “NA”
75
App
endi
x 4
Det
ails
on E
ligib
ility
of B
idde
rs
No.
Requ
irem
ents
Bidd
ing
Doc
umen
ts
Refe
renc
eBi
dder
N
o. 1
Bidd
er
No.
2Bi
dder
N
o. 3
Bidd
er
No.
4Bi
dder
N
o. 5
Bidd
er
No.
61
Sing
le E
ntity
or J
oint
Ven
ture
If Jo
int V
entu
re, a
ll par
tner
s mus
t be
join
tly an
d se
vera
lly lia
ble.
Sect
ion
1,
Clau
se 4
.1Si
ngle
Ent
ityJo
int V
entu
rePa
rtner
s are
join
tly an
d se
vera
lly
liabl
e.
Sing
le E
ntity
Sing
le E
ntity
Sing
le E
ntity
Join
t Ven
ture
Partn
ers a
rejo
intly
and
seve
rally
lia
ble.
2Bi
dder
mus
t be
a nat
iona
l of
an e
ligib
le A
DB
mem
ber c
ount
ry.
Prop
osed
subc
ontra
ctor
s or
Supp
liers
mus
t be
natio
nals
of an
el
igibl
e AD
B m
embe
r co
untry
.
Sect
ion
1,
Clau
se 4
.2X
(Cou
ntry
N
ame)
X(a
ll fro
m
eligi
ble
ADB
mem
ber
coun
tries
)
XX an
d XX
X
XXX
(all f
rom
el
igibl
eAD
B m
embe
rco
untri
es)
XX XX(a
ll fro
m
eligi
ble
ADB
mem
ber
coun
tries
)
XX XX(a
ll fro
m
eligi
ble
ADB
mem
ber
coun
tries
)
XXXX XX
(all f
rom
el
igibl
eAD
B m
embe
rco
untri
es)
XXX
and
XX
XX(a
ll fro
m
eligi
ble
ADB
mem
ber
coun
tries
)3
Confl
ict o
f Int
eres
tSe
ctio
n 1,
Cl
ause
4.3
Non
eN
one
Non
eN
one
Non
eN
one
4D
ecla
red
Inel
igibl
e by
AD
BSe
ctio
n 1,
Cl
ause
4.4
No
No
No
No
No
No
5G
over
nmen
t-ow
ned
ente
rpris
e in
Pu
rcha
ser’s
coun
try to
be
lega
lly
and
finan
cial
ly au
tono
mou
s,ope
rate
un
der c
omm
erci
al la
w, an
d no
t de
pend
ent a
genc
y of t
he P
urch
aser
.
Sect
ion
1,
Clau
se 4
.5N
ot a
govt
.ow
ned
ente
rpris
e
Not
a go
vt.
owne
den
terp
rise
Not
a go
vt.
owne
den
terp
rise
Not
a go
vt.
owne
den
terp
rise
Not
a go
vt.
owne
den
terp
rise
Not
a go
vt.
owne
den
terp
rise.
6N
ot h
avin
g bee
n de
clar
ed in
eligi
ble
base
d on
a U
nite
d N
atio
ns
reso
lutio
n.
Sect
ion
1,
Clau
se 4
.7N
ot d
ecla
red
inel
igibl
eN
ot d
ecla
red
inel
igibl
eN
ot d
ecla
red
inel
igibl
eN
ot d
ecla
red
inel
igibl
eN
ot d
ecla
red
inel
igibl
eN
ot d
ecla
red
inel
igibl
e
76
App
endi
x 5
Eval
uatio
n of
Bid
ders
’ Qua
lifica
tions
Bidd
er
No.
Qua
lifica
tion
Crite
ria
Rem
arks
Pend
ing
Litig
atio
n:Tu
rnov
erN
et
Wor
thCa
sh F
low
Ca
paci
tyPr
oduc
tion
Capa
city
Tech
nica
l Ex
perie
nce
Mus
t not
repr
esen
t mor
e th
an 5
0% o
fBi
dder
’s N
et W
orth
$2.0
m
illion
Mus
t be
Posit
ive
for
the
Last
3
Year
s
$3.0
milli
on20
0 un
its/
mon
thG
oods
offe
red
been
in
Prod
uctio
n fo
r at
leas
t 3 Y
ears
1N
o Pe
ndin
g Li
tigat
ion
Pass
$2.3
m
illion
Pass
+5.0
m
illion
Pa
ss$4
.0 m
illion
Pass
300
units
/m
onth
Pass
4 Ye
ars
Pass
Qua
lified
2N
o Pe
ndin
g Li
tigat
ion
Pass
$2.2
m
illion
Pass
+3.8
m
illion
Pass
$3.5
milli
onPa
ss25
0 un
its/
mon
thPa
ss3
Year
sPa
ssQ
ualifi
ed
3N
o Pe
ndin
g Li
tigat
ion
Pass
$3.0
m
illion
Pass
+2.9
m
illion
Pass
$4.5
milli
onPa
ss35
0 un
its/
mon
thPa
ss5
Year
sPa
ssQ
ualifi
ed
4Pe
ndin
g Liti
gatio
n is
equi
vale
nt to
10%
of
Net
Wor
th
Pass
$4.0
m
illion
Pass
+8.8
m
illion
Pass
$6.0
milli
onPa
ss35
5 un
its/
mon
thPa
ss5
Year
sPa
ssQ
ualifi
ed
5Pe
ndin
g Liti
gatio
n is
equi
vale
nt to
15%
of
Net
Wor
th
Pass
$3.5
m
illion
Pass
+7.5
m
illion
Pass
$5.0
milli
onPa
ss35
0 un
its/
mon
thPa
ss4
Year
sPa
ssQ
ualifi
ed
6N
o Pe
ndin
g Li
tigat
ion
Pass
$3.0
m
illion
Pass
+3.2
m
illion
Pass
$4.0
milli
onPa
ss30
0 un
its/
mon
thPa
ss4
Year
sPa
ssQ
ualifi
ed
77
App
endi
x 5
Eval
uatio
n of
Bid
ders
’ Qua
lifica
tions
Bidd
er
No.
Qua
lifica
tion
Crite
ria
Rem
arks
Pend
ing
Litig
atio
n:Tu
rnov
erN
et
Wor
thCa
sh F
low
Ca
paci
tyPr
oduc
tion
Capa
city
Tech
nica
l Ex
perie
nce
Mus
t not
repr
esen
t mor
e th
an 5
0% o
fBi
dder
’s N
et W
orth
$2.0
m
illion
Mus
t be
Posit
ive
for
the
Last
3
Year
s
$3.0
milli
on20
0 un
its/
mon
thG
oods
offe
red
been
in
Prod
uctio
n fo
r at
leas
t 3 Y
ears
1N
o Pe
ndin
g Li
tigat
ion
Pass
$2.3
m
illion
Pass
+5.0
m
illion
Pa
ss$4
.0 m
illion
Pass
300
units
/m
onth
Pass
4 Ye
ars
Pass
Qua
lified
2N
o Pe
ndin
g Li
tigat
ion
Pass
$2.2
m
illion
Pass
+3.8
m
illion
Pass
$3.5
milli
onPa
ss25
0 un
its/
mon
thPa
ss3
Year
sPa
ssQ
ualifi
ed
3N
o Pe
ndin
g Li
tigat
ion
Pass
$3.0
m
illion
Pass
+2.9
m
illion
Pass
$4.5
milli
onPa
ss35
0 un
its/
mon
thPa
ss5
Year
sPa
ssQ
ualifi
ed
4Pe
ndin
g Liti
gatio
n is
equi
vale
nt to
10%
of
Net
Wor
th
Pass
$4.0
m
illion
Pass
+8.8
m
illion
Pass
$6.0
milli
onPa
ss35
5 un
its/
mon
thPa
ss5
Year
sPa
ssQ
ualifi
ed
5Pe
ndin
g Liti
gatio
n is
equi
vale
nt to
15%
of
Net
Wor
th
Pass
$3.5
m
illion
Pass
+7.5
m
illion
Pass
$5.0
milli
onPa
ss35
0 un
its/
mon
thPa
ss4
Year
sPa
ssQ
ualifi
ed
6N
o Pe
ndin
g Li
tigat
ion
Pass
$3.0
m
illion
Pass
+3.2
m
illion
Pass
$4.0
milli
onPa
ss30
0 un
its/
mon
thPa
ss4
Year
sPa
ssQ
ualifi
ed Appendix 6
Substantial Responsiveness of Bids (Commercial Terms)
SerialNo. Requirements
Bidding Doc. Reference
Bidder No.1 2 3 4 5 6
1. Power of Attorney Section 1 Clause 22
Section 2, ITB. 22.1
C C C C C C
2. Signature on Bid Form and Price Schedule
“ C C C C C C
3 Joint Venture Agreement or Letter of Intent to Enter into an Agreement
Section 1, GC 4.1 NA C NA NA NA NA
4. Eligibility
(a) Bidder Section 1, Clause 44 C C C C C C
(b) Goods and Services Section 1, Clause 5 C C C C C C
5. Bid Validity 120 days Section 1, Clause 20 C NC1 C C C CSection 2, ITB 20.1
6. Bid Security Section 1, Clause 21 (a) Amount Section 2, ITB 21.1 C NC2 C C C C
(b) Validity C NC3 C C C C
(c) Format and Terms C C C C C C
7. Fixed Price Section 1, Clause 14
Section 2, ITB 14.7
C C C C C C
8. Terms of Payment Section 8, Clause 16.1 C C C C C C9. Functional Guarantees Section 6 C C C C C C
CONCLUSION R NR R R R R
C = Complied NC = Not Complied NA = ApplicableR = Responsive NR = Not Responsive
1 Bid Validity Period is 60 days instead of the 120 days specified in bidding documents.2 Bid Security Amount is only 1.29% instead of the minimum 2% specified.3 Bid Security Validity is for 90 days instead of the 150 days specified.4 See details in Attachment 1 to this Appendix.
78
Appendix 7
Salient Features of Bids (Commercial Terms)
SerialNo. Requirements
Bidding DocumentReference
Bidder No.
1 3 5 6
1 Power of Attorney Section 1, Clause 22 C C C CSection 2, ITB 22.1
2 Signature of Documents Section 1, Clause 22 C C C C3 Eligibility Section 1.
(a) Bidder Clauses 4, 5 C C C C (b) Manufacturer C C C C (c) Goods and Services C C C C
4 Bid Validity (120 days) Section 1, Clause 20 C C C CSection 2, ITB 20.1
5 Bid Security Section 1, Clause 21 (a) Amount and Validity Section 2, ITB 21.1 C C C C (b) Format and Terms C C C C
6 Terms of Payment Section 8, Clause 16.1 (a) Irrevocable 1.c C C*1 C C (b) 10% Advance (c) 45% Upon Shipment C C C C (d) 25%Upon Arrival at Project Site C C C C (e) 10% Upon Completion of Installation C C C C (f) 10% Upon Completion of Warranty
PeriodC C C C
7 Liquidated Damage, and Performance Security
C C C C
8 Fixed Price Section 1, Clause 14 C C C CSection 2, ITB 14.7
9 Functional Guarantees Section 6 C C C C FINDINGS ND ND ND ND
C = Complied NC = Not CompliedND = No Deviation
*1 Requested “Confirmed Irrevocable L/C” and the cost for confirmation„ will be borne by the bidder.
79
Appendix 8
Substantial Responsiveness of Bids (Major Technical Requirements)
SerialNo.
Requirements of Bidding Documents Bidder No.Work Item and Requirements Ref: Section 1 3 4 5 6
1 Ammonia Distillation Column Section 4, Part 1 (i) Production Capacity R R R R R Min. 700 t Soda Ash/d. Set (ii) Continuous Operating Period R R R R R Min. 4 months
2 Ammonia, Absorption Tower Section 4, Part 1 (i) Production Capacity R R R R R Min. 700 t Soda Ash/d Set (ii) Continuous Operating Time R R R R NC1
Min. 12 months3 Prelimer (incl. First Stage Flash Evaporator) Drawing 96J4- l R R R R R4 Tail Ammonia Scrubber Drawing 46J5 1 R R R R R5 Refined Salting Liquor Exchanger
(titanium plate)Section 4, Part 1 R R R R R
6 Hot Ammoniated Brine Exchanger (titanium plate)
Section 4, Part 1 R R R R R
7 Ammoniated Brine Exchanger (titanium plate)
Section 4, Part 1 R R R R R
8 Ammoniated Brine Tank Drawing 96J7 R R R R R9 Waste liquor Carbonating Tower Plant
Capacity Min. 300 m’/h. SetSection 4, Part 1 R R R R R
10 Lime biln Gas Wash Tower dusting efficiency: 9.2%
Drawing 96J2 R R R R R
11 Flash Evaporator Drawing 96J9 R R R R R12 Carbonated Liquor Settling Tank Drawing 96J10 R R R R R
R = Responsive NC = Not Complied
FINDINGS: All five bids are substantially responsive.
1 Continuous Operation Time is not mentioned clearly.
80
Appendix 9
Salient Features of Bids (Technical Requirements)
Sr. No.
Specified Terms and Conditions
Bidding Document Reference
Bidder No.1
Bidder No. 3
Bidder No. 5
Bidder No.6
1 Scope of Supply Price Schedules
and Section 4
CThe Technical
service, fordesign andinstallation
werenot clearlymentioned
CCost of spare
parts,special tools,
andTechnical services
were shownseparately
C CCost of special
tools was not
mentioned
2 Materials and Equipment Section 4, Part 1
2.1 Ammonia Distillation Column
(a) Production Capacity: 700-800t soda
700-800t 700-800t 700-800t 700-800t
ash/day per set (b) Steam Consumption
1.4per t of soda ash (steam pressure 0.2 MPA)
<l.4t <1.4t <1.4t <1.4t
(c) Continuous Operating Period Min. 4 months.
(d) Construction Materials
4-5 months 4-5.5 months 4-6 months 4-5 months
No deviation No deviation No deviation No deviation
2.2 Ammonia Absorption To, (a) Production Capacity: 700-800t soda ash/
d set
700-800t 700-800t 700-800T 700-800t
(b) Absorption Efficiency at 99%
at 99% at 99% at 99% Clarificationwill be
required.
continued on next page
SUPPLY CONTRACT 81
Sr. No. Specified Terms and Conditions
Bidding Document Reference
Bidder No.1
Bidder No. 3
Bidder No. 5
Bidder No.6
(c) Outlet Ammoniated Brine Composition TNH3 : 100-104 tt
Complied Complied Complied Complied
TCI 88.5-90.5tt Complied Complied Complied Complied (d) Temperature: 65↓ - 70↓C Complied Complied Complied Complied (e) Continuous Operating
Period. Min 12 months.12-14
months.12-13 months. 12-13
months.12-14
months. (f) Continuous Materials As specified As specified As specified As specified
2.3 Prelimer (including First Stage Flash
No deviation
No deviation
No deviation
No deviation
Evaporator)2.4 Tail Ammonia Scrubber No
deviationNo deviation No
deviationNo
deviation2.5 Refined Salting Liquor Exchanger
(i) Design Pressure : 0.5 MPa Complied Complied Complied Complied (ii) Heat Exchanging Area : 120
m2/setComplied Complied Complied Complied
2.6 Hot Ammoniated Brine Exchanger (i) Design Pressure : 0.5 MPa Complied Complied Complied Complied (ii) Heat ExchangingArea:120
m2/setComplied Complied Complied Complied
2.7 Ammoniated Brine Exchanger (i) Design Pressure : 0.5 MPa Complied Complied Complied Complied (ii) Heat Exchanging Area :
120m2/setComplied Complied Complied Complied
2.8 Ammoniated Brine Exchanger No deviation
No deviation No deviation
No deviation
2.9 Waste Liquor Carbonating Tower
(i) Capacity: 300-350 m3/h set 300-350m3 300-350m3 300- 350m3 300-350m3
(ii) Waste Liquor: PH 8.5-9.0 Complied Complied Complied Complied
(iii) Outlet Tail CO2 : 8-10% Complied Complied Complied Complied
(iv) Construction Materials No deviation No deviation No deviation No deviation
2.10 Limebiln Gas Wash Tower - - - -
(i) Deducting Efficiency: Min 92% 93% 92% 92% 93%
(ii) Outlet Gas Dust Content: Max 250 mg/m3
Max.250 mg/m3
No deviation
Max. 250 mg/m3
No deviation
Max. 250 mg/m3
No deviation
Max. 250 mg/m3
No deviation (iii) Construction Materials
2.11 Flash Evaporator Complied Complied Complied Complied
2.12 Carbonated Settling Tank No deviation No deviation No deviation No deviation
continued on next page
Table continued
82 GUIDE ON BID EVALUATION
Sr. No. Specified Terms and Conditions
Bidding Document Reference
Bidder No.1
Bidder No. 3
Bidder No. 5
Bidder No.6
3 Special Tools Section 6 Complied CompliedList and Price
shown separately
Complied Not clearlymentioned
4 Technical Services
FINDINGS
Section 6 Not clearlymentioned
Responsive.
Price Adjustment
for TechnicalServices will be required
Complied
Responsive.
The Costs of(i) Spare Parts(ii) Special
Tools,(iii) Technical
Services, shown separately should be to the bid price.
Complied
Responsive.
Some minorclarification
will be required; no price
adjustmentis needed.
Complied
Responsive.
Price Adjustment for Special
Tools should be made.
83
Appendix 10
Summary of Bid Prices(Arithmetic Corrections
and Corrected Bid Prices)
BidderNo.
Bid Price at Opening
Arithmetic Correction Discounts Corrected Bid Price
Total Corrected
RankingForeign
CurrencyLocal
CurrencyForeign
CurrencyLocal
CurrencyForeign
CurrencyLocal
CurrencyForeign
CurrencyLocal
Currency
Bid PriceIn US Dollar
Equivalent¹(1) (1) (2) (2) (3) (3) (4) = 1 ±
2 - 3(4) = 1 ±
2 - 31
2
3
4
5
6
¹ Based on the Selling Exchange Rate: …………………………………..
84
Appendix 11
Comparison of Bid Prices with Price Adjustments (Bid Price in Local Currency)
Serial.No. Particulars Bidder No. 3 Bidder No. 1 Bidder No. 5 Bidder No. 61 Material and Equipment1.1 Ammonia Distillation Column 6,183.150.0 4,550,000.0 4,596,012.0 4,576,732.01.2 Absorption Tower 4,206,228.0 5,922,000.0 6,587,940.0 6,547,260.01.3 Prelimer 770.856.0 677,400.0 574,968.0 829,560.01.4 Tail Ammonia Scrubber 66,880.0 54,400.0 76,664.0 67,823.01.5 Refined Salting Liquor Exchanger 170,160.0 253,600.0 273,776.0 293,336.01.6 Hot Ammoniated Brine Exchanger 110,160.0 253,6000 273.776.0 293,336.01.7 Ammoniated Brine Exchanger 170,160.0 253,600.0 273,776.0 293,336.01.8 Ammoniated Brine Tank 90,160.0 144,400.0 153,328.0 128, 872.01.9 Waste Liquor Carbonating Tower 236,024.0 223,200.0 291,320.0 276,468.01.10 Limebiln Gas Wash Tower 16,050.0 27,200.0 20,444.0 13,480.01.11 Flash Evaporator 68,156.0 73,600.0 71,552.0 73,040.01.12 Carbonated Liquor Settling Tank. 189,213.0 256,200.0 6,444.0 311,660.0
Total Corrected Bid Price 12,337,197.0 12,689,200.0 13,200,000.0 13,704,903.0
2 Amount to be Adjusted (a) Commercial − − − − (b) Technical − − − − (i) Spare Parts as Specified 42,322.0 − − − (ii) Special Tools 15,758.0 − − 18,500.0 (iii) Technical Services for − Installation, Commissioning − − and Training 93,208.0 84,900.0 −- −
3 Total Evaluated Bid Price 12,488,485.0 12,774,100.0 13,200,000.0 13,723,403.0
85
Appendix 12
Required Minor Changes1
BidderRequirement in the Bidding
Document Bidder’s Proposal Changes Required1356
1 To be finalized at contract negotiations with the successful bidder.
86
Example 2: Civil Works Contract
Single-Stage: One-Envelope Bidding Procedure
In order to maintain the confidentiality of the procurement proceedings, references to the name of the borrower, the borrower’s country and currency, the executing agency, the name and address of the executing agency and the project site, the names of the bidders and bidders’ representatives, the number and title of the ADB loan have been deleted.
The borrower, the borrower’s country, the executing agency, the name and address of the executing agency and the project site, the names of bidders’ representatives, and the number and title of the ADB loan have been replaced with combinations of the letter “x’, the name of the borrower’s currency has been referred to as “Local Currency (LC),” and the bidders have been identified by number and referred to as “Bidder No. 1,” “Bidder No. 2,” etc.
[The Appendixes in this example may not have adopted those provisions recommended in the main text of this Guide, as they were based on those of the Guide version available at the time the evaluation reports were prepared.]
BID DATA SHEETCIVIL WORKS CONTRACT 87
Letterhead of the Executing Agency
Our Reference; xxxx/xxxx/xxx (06) 9 October 2006
DirectorEnergy Division, Regional Department6 ADB Avenue, Mandaluyong City 1550, Philippines
Subject : Loan No. xxxxxxx: xxxxxx LOT 1 Civil Works Bid No. 20/xxx/06 (ICB)
Dear Sir,
In compliance with the requirements of the Loan Agreement, we are submitting herewith three copies (3 ) of the Bid Evaluation Report for Lot I Civil Works, Bid No. 20/xxx006 (ICB) for ADB’s review and approval.
We would like to mention that the award of the Contract as recommended in the Report has been approved by the President of the xxxxxx on 5 October 20xx. As you will note, the validity of the bids expires on 28 November 20xx. We would, therefore, appreciate receiving your approval of the recommendations made in the Report in time to advise the successful bidder before the expiration of the bids.
Sincerely yours,
Signed Project Director
Attachment: Three copies of Report
GUIDE ON BID EVALUATION88
XXXXXX
BID EVALUATION REPORT
FOR
LOT 1 CIVIL WORKS
BID No. 20/XXX/xx (ICB)
ADB LOAN No. XXXXXXX
30 SEPTEMBER 20xx
BID DATA SHEETCIVIL WORKS CONTRACT 89
Contents(Civil Works Contract)
1. Introduction ���������������������������������������������������������������������������������������������������������������������������������������������������91
1.1 General ........................................................................................................................................................................................ 91
1.2 Submission of Bids ...................................................................................................................................................................91
1.3 Bid Opening ................................................................................................................................................................................91
1.4 Basic Data and Exchange Rates ..........................................................................................................................................91
1.5 Bid Evaluation Committee ....................................................................................................................................................91
2. Examination of Bids ������������������������������������������������������������������������������������������������������������������������������������� 92
2.1 Bid Documents ..........................................................................................................................................................................92
2.2 Submission of Bid Validity and Bid Security ...................................................................................................................92
2.3 Propriety of Signature and Power of Attorney ...............................................................................................................92
3. Determination of Substantial Responsiveness of Bids ����������������������������������������������������������������������������93
3.1 Eligibility of Bidders and Goods ...........................................................................................................................................93
3.2 Bidders’ Qualifications ............................................................................................................................................................93
3.3 Compliance with Commercial Terms and Conditions ................................................................................................93
3.3.1 Bid Security ................................................................................................................................................................933.3.2 Time for Completion ..............................................................................................................................................943.3.3 Terms of Payment ....................................................................................................................................................94
3.4 Compliance with Technical Requirements .....................................................................................................................94
3.4.1 Technical Deviations ..............................................................................................................................................943.4.2 Construction Schedule and Sequence of Construction Activities .......................................................953.4.3 Construction Methods ..........................................................................................................................................963.4.4 Construction Equipment ......................................................................................................................................963.4.5 Site Organization and Key Field Personnel ....................................................................................................973.4.6 Subcontracting .........................................................................................................................................................973.4.7 Labor, Materials, and Cash Flow .......................................................................................................................973.4.8 Construction Facilities ...........................................................................................................................................97
3.5 Clarifications ...............................................................................................................................................................................98
GUIDE ON BID EVALUATION90
4. Detailed Evaluation of Price Bids ����������������������������������������������������������������������������������������������������������������98
4.1 Selection of Bids for Detailed Evaluation ........................................................................................................................98
4.2 Arithmetic Check and Corrections ....................................................................................................................................99
4.3 Adjustments for Commercial Terms and Conditions ................................................................................................ 99
4.4 Adjustments for Technical Requirements.......................................................................................................................99
4.5 Analysis of Prices.................................................................................................................................................................... 100
5. Determination of Lowest Evaluated Bid ��������������������������������������������������������������������������������������������������100
5.1 Lowest Evaluated Bid ........................................................................................................................................................... 100
5.2 Examination of Unbalanced Prices for Lowest Evaluated Bid .............................................................................. 100
5.3 Reasonableness of Lowest Evaluated Bid Price ......................................................................................................... 101
6. Conclusions and Recommendations ��������������������������������������������������������������������������������������������������������101
Appendixes
1 Record of Bid Opening ..........................................................................................................................................................102
2 Basic Data Sheet ...................................................................................................................................................................... 105
3 Examination of Bids ................................................................................................................................................................ 106
4 Time for Completion of Major Work Items and Assessment of Construction Methods ............................. 107
5 Substantial Responsiveness of Bids (Commercial) .................................................................................................... 108
6 Comparison of Construction Equipment ....................................................................................................................... 111
7 Subcontracting ......................................................................................................................................................................... 113
8 Payment Schedule (Bidder No. 6) .................................................................................................................................... 114
9 Construction Facilities (Bidder No. 6) ............................................................................................................................ 115
10 Summary of Bid Prices (Arithmetic Corrections and Corrected Bid Prices) .................................................... 116
11 Prices for Sections of the Work and as Percentages of the Total Bid Prices (in LC) .................................... 117
12 Bid Price Comparison with Price Adjustments (Engineer’s Estimate vs Proposal of Bidder No.6) .........118
BID DATA SHEETCIVIL WORKS CONTRACT 91
1. Introduction 1.1 General
The prequalification of contractors for this Project was carried out in accordance with the Asian Development Bank (ADB) procedures in October xxxx.Twenty contractors and joint ventures were prequalified with approval of ADB. The invitation for Bids was issued to all prequalified contractors/ joint ventures on 30 April 20xx. The site visit and pre-bid meeting were held on 2 and 3 June 20xx at xxxxxx and the Project site. Fifteen contractors, out of the twenty prequalified contractors, purchased the bidding documents and attended the pre-bid meeting. The minutes of the pre-bid meeting were prepared and sent to all the contractors who purchased the bidding documents. No addendum to the bidding documents was necessary as the result of pre-bid meeting.
1.2 Submission of Bids
The date and time for the submission of bids were not extended and the reception of bids by xxxxxx was closed at 10 a.m. local time on 1 August 20xx as scheduled in the Invitation for Bids. Out of fifteen prequalified contractors who purchased the bidding documents, nine contractors submitted bids.
1.3 Bid Opening
Bids were opened as specified in the bidding documents at 10.30 am on 1 August 20xx at the meeting room, fourth floor of xxxxxx head office by the Bid Opening Committee in the presence of representatives of bidders. The bidders’ names, the amount of bid prices, the presence or absence of bid security and its amount were announced and recorded. The Record of Bid Opening was prepared soon after the bids were announced and a copy of the Record of Bid Opening was forwarded to ADB under cover of xxxxxx’s letter dated 6 August 2006. A copy is attached as Appendix 1.
1.4 Basic Data and Exchange Rates
The exchange rates used for the evaluation were the selling rates officially prescribed for similar transactions by the Central Bank on 1 August 20xx (i.e. date of bid opening). Basic information pertaining to the bidding is summarized and attached as Appendix 2.
1.5 Bid Evaluation Committee
A Bid Evaluation Committee comprising four senior officers of xxxxxx was established by the Director General. Assistance was provided by the staff of the Planning Department of xxxxxx and the project consultants. The Bid Evaluation Committee members were
(1) Chairman Project Director(2) Member Director, Engineering Department(3) Member Legal Adviser(4) Member/Secretary Director, Planning Department
92 GUIDE ON BID EVALUATION
The Committee’s decisions were made on the basis of unanimous views and in case a unanimous decision could not be reached on certain issues, the issues were referred to the Director General for decision.
2. Examination of Bids
Bid Documents.
The bids submitted were first examined to check whether the bidders had submitted all the documents and information required by the bidding documents. The areas covered by the examination were:
(i) Form of Bid and Bill of Quantities;
(ii) Bid Security;
(iii) Schedules of Particular Information;
(iv) Joint Venture Agreement, if required;
(v) Propriety of Signature and Power of Attorney;
(vi) Completeness;
(vii) Documents establishing the eligibility of bidders and goods; and
(viii) Documents required to assess the postqualification of bidders.
The record of checking for completeness of bid documents is attached as Appendix 3.
Only four bidders (No.1, No.4. No.6, and No.9) had submitted all documents and information required by the bidding documents. The remaining bidders did not submit complete information on construction methods and sequence of major structures; however, the deficiency is considered to be minor. Bidder No.5 did not attach important information in respect to cash flow tabulation and the breakdown of lump sum price items. However, no further action was taken on this matter as the bid price of Bidder No.5 was ranked seventh.
2.2 Bid Validity and Bid Security
A bid validity period of at least 120 days from the date of bid opening was specified in the bidding documents. All bidders offered a bid validity period as required. All bidders submitted bid securities in the form of a Bank guarantee and fulfilled the requirements in the amount, terms and period of validity except Bidder No. 8.
2.3 Propriety of Signature and Power of Attorney
Bid documents of all bidders were satisfactory in this aspect as all bid documents were signed properly as per the instructions to Bidders and all corrections were initialed by the authorized person. The power of attorney for each signatory was acceptable. The results of these examinations are shown in Appendix 3.
BID DATA SHEETCIVIL WORKS CONTRACT 93
3. Determination of Substantial Responsiveness of Bids
3.1 Eligibility of Bidders and Goods
The bidding documents required, in Clause 4 of the Instructions to Bidders, that each bidder submits with its bid evidence of its eligibility concerning its nationality. All bidders submitted certifications, which indicated that they were nationals of an eligible member country, and offered goods originating in an eligible member country of ADB. Further, all bidders certified that they were not involved in the consulting services for the works (See Appendix 5, Attachment 1 Details on Eligibility of Bidders).
3.2 Bidders’ Qualifications
The updated information regarding financial capacity and Technical capability of all bidders was examined. All bidders submitted the completed forms provided with the bidding documents, such as listings of current workload, changes in financial capacity, and availability of construction equipment and key professional personnel.
(a) Bidder No.1 had obtained two relatively small contracts recently with a total value equivalent to about $25 million. The bidder’s bid capacity has slightly decreased, but was still found to be satisfactory. Overall, the financial position of the firm remained satisfactory.
(b) Because of the short period between prequalification and bidding, only minor changes in the submissions of the other bidders had occurred. None of those changes were, however, of such importance that they would inhibit the bidders’ ability to satisfactorily execute the contract, if awarded. Using the criteria and minimum requirements established during prequalification, all bidders continued to exceed the minimum point scores used in the original evaluation.
3.3 Compliance with Commercial Terms and Conditions
3.3.1 Bid Security1
The amount of the bid security of Bidder No.8 was equivalent to 1.95% of their bid price and did not satisfy fully the specified requirement of a minimum of 2% of the bid price. After due consideration of all relevant factors, in particular fairness to the bidder and all other bidders, it was concluded that the failure to submit a bid security in the required amount should be considered a minor deviation because the security furnished provided sufficient protection against default. However, the bidder was asked to furnish an additional security to cover the difference. The bidder was requested to do so on 10 August 20xx and the additional security was received on 15 August 20xx.
1 The assessment of deviations on bid security shall be in accordance with the provisions of the bidding document issued specifically for the contract.
94 GUIDE ON BID EVALUATION
3.3.2 Time for Completion
A check on the times for completion was carried out on the construction schedule submitted by each of the bidders. The times for completion of the various major work components were analyzed to check (i) whether they are logical and (ii) whether completion times comply with the schedules and are interlinked to satisfy other supply and installation contracts for the Project. Appendix 5 shows the times for completion of the major work components of the Project. In several major work components, some bidders did not meet the requirements. However, these differences were not considered substantial.
3.3.3 Terms of Payment
Most of the bidders accepted the commercial provisions of the bidding documents, except that Bidders Nos. 3, 5, and 7 proposed substitution of the retention money to be held during the defects liability period with a Bank guarantee. The deviation from the terms of the bidding documents was not considered to be substantive, and an adjustment of the bid price was not required.
Appendix 5 shows a summary of the evaluation of Substantial Responsiveness of Bids (Commercial Terms and Conditions).
3.4 Compliance with Technical Requirements
The Bid Evaluation Committee reviewed compliance with the requirements for the submission of bids, which included: completion of the Bill of Quantities; the construction schedule; construction methods and sequence; proposed construction equipment and a schedule for delivery to the works site; a detailed description of proposed site organization; and a schedule for the mobilization of management, engineering and administrative personnel, and of skilled and unskilled labor. All bidders submitted the formal requirements as stipulated in the bidding documents.
3.4.1 Technical Deviations
(a) None of the bids contained substantial Technical deviations. Bidder No. 1 proposed to carry out the tunnel excavation by tunnel boring machine (TBM). In the Technical specifications the excavation for tunneling is specified to be carried out by drilling and blasting. If the supporting systems installed after excavation by TBM are constructed similar to that specified for the drilling and blasting method, the excavation by TBM Is considered to be acceptable. Bidder No. 6 proposed to use precast prestressed concrete roof girders instead of cast in situ reinforced concrete girders as specified for the powerhouse.
(b) Bidder No.6 deviated from the specifications for the powerhouse. The bidder proposed to use precast prestressed concrete roof girders instead of cast in situ reinforced concrete girders as specified. During the bid clarification meetings, it was established that the bidder’s proposal
BID DATA SHEETCIVIL WORKS CONTRACT 95
was unacceptable because precast girders could not be put into place without subjecting the walls to horizontal stresses for which they were not designed and which they might not withstand. The bidder agreed to comply with the specifications but indicated that a reasonable additional cost would need to be negotiated at the time of contract award. The bid was not rejected as this deviation from the specifications was considered as minor.
3.4.2 Construction Schedule and Sequence of Construction Activities
The construction schedules and sequences of construction activities proposed by the three lowest bidders were evaluated in detail. The construction schedules submitted were generally consistent with the schedule in the bidding documents. A number of minor inconsistencies were discussed and the necessary changes agreed in the event that a contract were to be awarded. However, finalization was left to contract negotiations with the successful bidder. The findings were as follows
(a) Bidder No. 6
In the bidder’s construction schedule:
(i) concrete lining periods for the headrace tunnel, cable tunnel and tailrace tunnel were deemed to be short; and
(ii) concrete work for the tailrace outlet could be constructed only after excavation of the tailrace tunnel.
These could be adjusted easily when the construction CPM is prepared for the contract agreement.
(b) Bidder No. 3
In the bidder’s construction schedule, the hollowing work activities were not clearly shown:
(i) drilling for drainage holes in the work for tunnel No.1; and(ii) excavation and concrete work for the drainage tunnel.
However, these are not substantial deficiencies.
(c) Bidder No. 4
In the bidder’s construction schedule, the following works were not clearly shown:
(i) river diversion works for the intake daam and right bank of the river; and
(iii) invert concrete of the access tunnel to be constructed after completion of the installation of generating equipment.
These can be adjusted easily in the overall construction schedule.
96 GUIDE ON BID EVALUATION
3.4.3 Construction Methods
The construction methods proposed by the three bidders were reviewed and evaluated in detail. Overall, the bidders’ proposed construction methods were acceptable. The following were the findings of the review.
(a) Bidder No. 6
The bidder proposed the following construction methods, which were considered acceptable:
(i) mucking transport on rail for excavation of the main part of the headrace tunnel and of the section from the tailrace outlet to the Work Adit No.3; and
(ii) the traditional method of excavation and the use of suitable equipment for personnel and construction material movements, and the lifting of excavated material for the construction of the cable tunnel.
(b) Bidder No. 3
In the bidder’s construction methods, activities for the following works were not clearly mentioned:
(i) care of water or river diversion at check dam site during construction of the intake dam and check dam;
(ii) consolidation grouting in surge tank; and(iii) location of the temporary overhead crane for concreting works in
the powerhouse.
Clarifications were requested from the bidder. Its replies were satisfactory.
(c) Bidder No. 4
The presentation of the construction methods provided by this bidder was considered relatively poor compared with the other two bidders. The following were discussed:
(i) the location of the temporary overhead crane for concreting works in the powerhouse was not in suitable place and should be relocated.
(ii) care of water or river diversion at the check dam site during construction of the intake dam and check dam were not shown; and
(iii) consolidation grouting around the surge tank was not clearly mentioned.
However, additional information provided by the bidder was clear and acceptable.
3.4.4 Construction Equipment
Mobilization of construction equipment, particularly construction equipment for underground works, is important for the successful completion of this Project. While there were a great number of differences between the equipment schedules submitted by the three bidders, all of them were consistent and
BID DATA SHEETCIVIL WORKS CONTRACT 97
compatible with the proposed construction methods and construction schedules. Proposals for construction equipment by all three bidders were considered to be complete and acceptable. The Executing Agency’s estimated construction equipment required for the works and the list of equipment proposed by Bidder No.6 are presented as Appendix 8.
3.4.5 Site Organization and Key Field Personnel
Site organization and key field personnel proposed by the three bidders were evaluated in detail with respect to their proposed positions in the site organization, their age, education attained, and experience. The site organization and key personnel proposed by all three bidders were generally acceptable. No serious deficiency was noted in the scrutiny. However, in the proposal of Bidder No.6. the number of foreign engineers for underground works was considered to be less than necessary and, therefore, additional input of foreign engineers in the early state of construction works would be required. Some modifications in detail were discussed and these matters would be finalized during contract negotiations with the bidder, if successful.
3.4.6 Subcontracting
The scope of the subcontracts proposed by each bidder was reviewed and was found to be within the limits established in the bidding documents. The experience of each individual subcontractor was determined by reference to the bid submissions, in part in the bid documents, and partly during the bid clarification meetings. Details of the subcontractors proposed by the three bidders are shown in Appendix 9.
3.4.7 Labor, Materials and Cash Flow
All three bidders submitted their proposed schedules for labor, major materials (such as cement, reinforcing steel, structural steel, explosives, diesel fuel, etc.) and cash flow. The proposals were reviewed with their construction methods and construction program. The proposals have minor inconsistencies but generally were considered satisfactory. The payment schedule (cash flow) of Bidder No. 6 is attached as Appendix 10.
3.4.8 Construction Facilities
The construction facilities proposed by the three bidders were evaluated and the results of Bidder No. 6 are shown in Appendix 11. Overall, all three bidders’ proposals are satisfactory. The following are the findings of the detailed scrutiny:
(a) Bidder No. 6
In the bidder’s proposal of construction facilities, the following matters needed clarification:
(i) General location map of construction facilities was not submitted;
98 GUIDE ON BID EVALUATION
(ii) Water supply system for the camp area was not clearly mentioned; and
(iii) Telecommunication system was not mentioned.
Clarifications were requested and the replies were satisfactory.
(b) Bidder No. 3
In the bidder’s proposal of construction facilities, the following matters were not clearly addressed:
(i) Location and details of explosive storage;(ii) Estimation of quantity of available aggregate from underground
excavated materials; and(iii) Production program of concrete for two sets of concrete batching
plants at the intake dam area and the Work Adit No. 5 area, on a monthly basis so as to determine each plant’s capacity.
Clarifications were sought and the information furnished by the bidder was satisfactory.
(c) Bidder No. 4
In the bidder’s proposal of construction facilities, the following matters were not clearly mentioned:
(i) Water supply system and electrical power supply system for offices, camps and construction sites;
(ii) Appropriateness of proposed location of aggregate plant in case available quantities of SG 7 – sand and gravel borrow areas are not adequate; and
(iii) Production schedule of aggregate on a monthly basis to determine the plant capacity.
Clarifications were requested and the bidder’s replies were satisfactory.
3.5 Clarifications
As mentioned previously, bidders were requested for clarifications to obtain further information in order to establish their capability to carry out the Work. The Committee did not ask for clarifications which may have led to a change in the substance of a bid. Clarifications requested by the Committee and the replies by bidders were made in writing and these documents were properly recorded and held with the respective original bid documents of the bidder.
4. Detailed Evaluation of Price Bids
4.1 Selection of Bids for Detailed Evaluation
As discussed in Section 3 of this Report, all bids submitted by the nine bidders were determined as substantially responsive to the bidding documents. The ranking in order of the lowest bid price is as follows.
BID DATA SHEETCIVIL WORKS CONTRACT 99
Sr. No. Name of BidderAs Opened
(LC)ArithmeticallyCorrected (LC) Ranking Variation
1 Bidder No. 6 120,801,821 120,804,798 1 -
2 Bidder No. 3 133,049,215 133,087,644 2 10.17%
3 Bidder No. 4 140,260,769 140,267,692 3 16.10%
4 Bidder No. 8 154,064,446 154,064,446 4 27.53%
5 Bidder No. 1 161,190,283 161,191,644 5 33.43%
6 Bidder No. 9 161,388,798 161,388,797 6 33.77%
7 Bidder No. 5 168,443,268 168,467,180 7 39.46%
8 Bidder No. 7 172,807,355 172,807,355 8 43.05%
9 Bidder No. 2 196,915,693 196,958,318 9 63.30%
In order to reduce the volume of work involved in the detailed evaluation, it was decided to evaluate initially only the three lowest bids. Other bids would be evaluated only if adjustments, if any, to be made to the three lowest bids would bring their adjusted price above the unadjusted price of any of the other bids.
Accordingly, only bids Nos. 6, 3, and 4 were initially evaluated and, since the adjusted prices of all three bids were lower than the unadjusted price of any of the other bids, detailed evaluation of the higher bids was not necessary.
4.2 Arithmetic Check and Corrections
Each bid was checked for arithmetic errors in accordance with the provisions of the bidding documents and such errors were corrected. These corrections, none of which were substantial, were tabulated and are shown in Appendix 6: Table of Summary of Bid Prices (Arithmetic Corrections and Corrected Bid Prices). The results of the arithmetic check on the three lowest bids were also confirmed by the bidders.
4.3 Adjustments for Commercial Terms and Conditions
All three lowest bidders accepted the commercial provisions of the bidding documents. Therefore, no price adjustments for commercial terms and conditions were necessary (see Appendix 7, Bid Price Comparison).
4.4 Adjustments for Technical Requirements
(a) Bidder No.6 deviated from the specifications for the powerhouse. While the deviation from the specifications was considered as minor, the project consultants estimated that the cost of precast prestressed concrete roof girders is LC286,500.00 cheaper than the cost of cast in situ reinforced concrete as specified. To be fair to other bidders it was decided to load the bid price of Bidder No. 6 by LC286,500.00 for bid evaluation purposes (see Appendix 7, Bid Price Comparison). In the event of award of contract to Bidder No.6 an appropriate amount would be negotiated.
100 GUIDE ON BID EVALUATION
(b) Bidders Nos. 3 and 4 appeared to have deviated from the specifications on some minor details but were found to be in compliance after reviewing these details during the bid clarification meetings. As a result, adjustments to the bid prices were not required.
4.5 Analysis of Prices
As a guide to the examination of prices quoted in the bids, prices quoted for each Section of the Work were computed, as defined in the Bill of Quantities, as a percentage of the total bid price and compared with the percentages of each bid and also with the corresponding percentages of the Executing Agency’s estimate.
The comparison is shown in Appendix 12. On the basis of this review, thorough discussions were held with the bidders, particularly the lowest bidder (Bidder No. 6 ). After these discussions with the bidders, the Committee was satisfied that the bidders had fully understood the requirements for the Work and the specifications governing materials and construction processes, and that they were prepared to carry out the Work as specified in the bidding documents. Despite the differences in pricing of the various sections of the Work, the Committee did not find any instances of intentionally unbalancing the bill.
5. Determination of Lowest Evaluated Bid
5.1 Lowest Evaluated Bid
The corrected and adjusted prices for the three bids which were evaluated in detail are shown in Appendix 13. As that comparison shows, the lowest evaluated substantially responsive bid is that submitted by Bidder No. 6 for a total evaluated bid price of LC121,091,298 equivalent. The JV’s proposal of Japanese Yen 1,477,007,901 in foreign currency, which represents about 32% of the total bid price, was considered reasonable.
5.2 Examination of Unbalanced Prices for Lowest Evaluated Bid
Comparison of unit rates and prices, particularly early work items, of the lowest evaluated bid with average rates of the other two lowest bids and the Executing Agency’s estimate were carried out.
5.2.1 High Unit Rates and Prices
A unit rate or price is considered high if it is 50%, higher than the average of two bids and the Executing Agency’s estimate. There are high unit rates and prices in the lowest bid, however, none of these items exceeds an amount of more than 1% of the total bid price. In addition, the total amount of items with high unit rates and prices of the lowest bidder is only 3.4% of its total bid price.
(a) High Unit Rates and Prices in Early Work Items.
Those work items which were to be carried out in the first eight months are considered as early work items. Several items, mainly diversion and coffering works for the intake dam and tailrace outlet were evaluated as
BID DATA SHEETCIVIL WORKS CONTRACT 101
high unit rates and prices, but the total value of these items is about 09 % of the total bid price.
From the above results of the review, the lowest bid should not be considered as an unbalanced bid in respect of early work items.
(b) High Unit Rates and Prices for Other Items
The total amount of high unit rates and prices in other work items is about 2.5% of the bid price. However, none of the items exceed 1% of the total bid price. The corresponding work quantities stated in the Bill of Quantities of key items were checked and found to be calculated correctly. Detailed checking showed that the items involved are minor work items and the quantities of these items were unlikely to be increased significantly thus the lowest bid should also be considered as a balanced bid.
5.3 Reasonableness of Lowest Evaluated Bid Price
The lowest evaluated bid, submitted by Bidder No. 6, is about 19% lower than the Executing Agency’s estimate. The unit prices of open works were rather low compared with other works of a similar nature in the country but the underground works were almost of a similar price as in other projects. Thus, it was considered that the bid of the lowest evaluated bidder is not substantially low and the Committee was confident that the lowest evaluated bidder would be able to complete the Work in accordance with the specifications and the construction schedule.
6. Conclusions and Recommendations
On the basis of the systematic evaluation of bids as presented in this report, it was concluded that the bid of Bidder No. 6 was the lowest evaluated substantially responsive bid. Therefore, it was recommended that the Contract for Lot 1 Civil Works, xxxxxx be awarded to Bidder No. 6 for the contract amount of LC81.991.984.40 and Japanese Yen 1,477,007,901.00 (LC 120,804,798.00 equivalent) plus an additional cost for the change from the proposed precast prestressed concrete girders to cast in situ R.C. girders as specified for the powerhouse. This additional cost would be negotiated with the bidder, however, the cost would not be more than LC286,500.00 as discussed in paragraph 4.3.1 of this Report.
102
Appendix 1 Page 1 of 3
Record of Bid Opening Loan No. xxxx-xxx Project Title: xxxxxx
Bid No. 20/xxx/06 (ICB) Contract Title: LOT 1 Civil Works.
1. The following bids were received by the close of bidding on 1 August 2006 at 10 a.m. (local time) and were publicly opened and read at 10:30 a.m. on the same date.
No.
Name of Bidder
and NationalityBid Security
Amount
ForeignCurrency
(FC)
LocalCurrency
(LC)Discounts
Offered
Signature ofBidders’
Rep.1 Bidder No. I $1,650,000.00 $29,755,563.00 93,377,354.90 Signed
2 Bidder No.2 $1,950,000.00 FF239.793.677.40 82,150,439.50 Signed
3 Bidder No. 3 Y126,000,000.00 Y1,904,999,010.00 82,989,651.40 Signed
4 Bidder No. 4 MK3.150,000.00 $27,041,671.80 78,632,798.60 Signed
5 Bidder No. 5 Y145.000,000.00 Y2,984,560,000.00 90,015,000.00 Signed
6 Bidder No. 6 Y125.000,000.00 Y1,477,007,041.00 81,989,030.40 Signed
7 Bidder No. 7 $1,950,000.010 $36,354,010.00 89,956,566.50 Signed
8 Bidder No. 8 MK3,010,000.00 $40,168,801.00 62,519,748.80 Signed
9 Bidder No. 9 $1,800,000.00 FF160,632,595.10 84,510,037.50 Signed
103
Page 2 of 3
2. The following bidders’ representatives attended the public opening of bids and a copy of the attendance sheet is attached as an annexure of this record.
No. Name DesignationBidding Company
Represented1 Mr. xxxxx Area Manager
S.E. Asia Office Bidder No. 32 Mr. xxxxx Chief Engineer Bidder No. 13 Mr. xxxxx Vice President Bidder No. 64 Mr. xxxxx Manager
International Marketing Bidder No. 45 Mr. xxxxx Vice President
Asia Pacific Operation Bidder No. 56 Mr. xxxxx General Manager
xxx Branch Bidder No. 2
7 Mr. xxxxx Chief Engineer Construction Bidder No.9
8 Mr. xxxxx Manager Regional Office Bidder No. 7
9 Mr. xxxxx Deputy Director Operations Bidder No. 8
3. Reading and Signing of document, ended at 13:15 hrs.
SignedMember
Director, Planning Department
SignedChairman
Project Director
SignedMember
Legal Adviser
GUIDE ON BID EVALUATION104
Page 3 of 3
Attendance Sheet for Opening of Bids Loan No. xxx-xxx Project title : xxxxxx Bid No. 20/xxx/06 (ICB) Contract Title: LOT1 Civil Works. Place: Meeting Room. Date: 1 August 2006; Time 10:30hrs. Fourth Floor, xxxxxx
The following bidders’ representatives attended the public opening of bids.
No. Bidder Representative Designation Signature1 Bidder No. 3 Mr. xxxxxx Area Manager Signed
S.E. Asia Office2 Bidder No. 1 Mr. xxxxxx Chief Engineer Signed3 Bidder No. 6 Mr. xxxxxx Vice President Signed4 Bidder No. 4 Mr. xxxxxx Manager Signed
International Marketing5 Bidder No. 5 Mr. xxxxxx Vice President Signed
Asia Pacific Operations6 Bidder No. 2 Mr. xxxxxx General Manager Signed
xxx Branch7 Bidder No. 9 Mr. xxxxxx Chief Engineer Signed
Construction8 Bidder No. 7 Mr. xxxxxx Manager Signed
Regional Office9 Bidder No. 8 Mr. xxxxxx Deputy Director Signed
Operations
105
Appendix 2
Basic Data Sheet 1 Project Title XXXXXX
2 Loan Number xxxx-xxx
3 Bid/Contract Title LOT 1Civil Works
4 Bid/Contract Number 20/xxx/06 (ICB)
5 Estimated Value/Engineer’s Estimate LC 152,917,466.00
6 Date Invitation For Bids Issued 30 April 20xx
7 Method of Procurement International Competitive Bidding
Bidding Procedure Single-Stage: One-Envelope
8 Bid Closing Date and Time 10 a.m.. on 1 August 20xx
9 Bid Opening Date and Time 10:30 a.m. on 1 August 20xx
10 Number of Bids Received Nine (9) bids
11 Bid Validity Expires on 28 November 20xx
12 Bid Security Amount Not less than 2% of the Bid Price
13 Bid Security Validity Expires On 26 December 20xx
14 Date for Determining Applicable
Exchange Rates 1 August 20xx (Date of Bid Opening)
15 Exchange Rates for Evaluation US Dollar 1 LC 2.2790
Japanese Yen 100 = LC 2.6278
French Franc I LC 0.4786
Source: The selling exchange rates of
Central Bank of xxxxxxx.
106
Appendix 3
Examination of Bids
Item DescriptionBidder No.
1 2 3 4 5 6 7 8 9 1 Bid Documents 1 l One original and two copies Y Y Y Y Y Y Y Y Y 1.2 Form of Bid Y Y Y Y Y Y Y Y Y 1.3 Appendix to Bid Y Y Y Y Y Y Y Y Y 1.4 Priced Bill of Quantities Y Y Y Y Y Y Y Y Y 1.5 Bid Security (amount and validity period) Y Y Y Y Y Y Y Y Y 1.6 Schedule of Particular Information
1) Construction Time Schedule Y Y Y Y Y Y Y Y Y 2) Construction Method Y P Y Y Y Y P P Y 3) List of Construction Equipment Y Y Y Y Y Y Y Y Y 4) Organization and Field Personnel Y N Y Y P Y P Y P 5) Subcontracting Y Y Y Y N Y Y N N 6) Mobilization and Temporary/ Y Y Y Y Y Y P Y P Construction Facilities 7) Cash Flow Y Y Y Y Y Y N N Y
1.7 Drawings and Documents (to be submitted with bid).
Y Y Y Y P Y P Y P
1.8 Joint Venture Agreement or Formal Intent to Enter into an Agreement
(if Bidder is a joint venture) NA Y Y Y Y Y NA NA Y 2 Propriety of Signature and
Completeness 2.1 Power of Attorney submitted or not Y Y Y Y Y Y Y Y Y 2.2 Bid Form properly signed or not Y Y Y Y Y Y Y Y Y 2.3 Completeness of Bids Y Y Y Y Y Y Y Y Y
Y = Yes; N = No; P = Partial; NA = Not ApplicableNote: Provide details if “P,” “N,” or “NA”
107
Appendix 4
Time for Completion of Major Work Items and Assessment of Construction Methods
Item No. Particulars
Periods for Completion (months)Employer Program
Bidder No.3
Bidder No.4
Bidder No.6
1 Intake Dam 37 37 Y 27 Y 30 Y2 Intake Facilities 47 47 Y 32 Y 38 Y3 Headrace Drain Tunnel 55 55 Y 45 Y 55 Y4 Penstock Tunnel 45 45 Y 45 Y 43 Y5 Tailrace Chamber and Outlet 56 56 Y 53 Y 56 Y6 Deregulation Dam 38 38 Y 31 Y 28 Y7 Powerhouse O.H. Crane Installation 45 45 Y 45 Y 39 Y8 Powerhouse for Turbine/Generator
Installation51 NC - 47 Y NC -
9 Powerhouse for Transformer Installation 51 NC - 51 Y 45 Y
10 Control Room for Control Equipment Installation
50 50 Y NC 45 Y
11 Cable Tunnel 51 51 Y 51 Y 51 Y12 Outdoor Switchyard 48 48 Y 48 Y 38 Y13 Main Control House 50 50 Y 50 Y 50 Y14 Intake Dam Control House 51 50 Y 51 Y 40 Y15 Regulating Darn Control House 55 54 Y 54 Y 54 Y16 Completion of Whole Works 60 60 Y 60 Y 60 Y
Item No. Construction Methods Findings
1 Logic of Construction Schedule A A A2 Feasibility of Achieving Schedule A AA AA3 Assessment of Construction Method A A A
Note: Y = Within Specified months A = Acceptable NC = Not Shown Clearly AA = Marginally Acceptable
108
Appendix 5
Substantial Responsiveness of Bids (Commercial)
Sr. No. Requirements
Bidding Doc. Reference
Bidder No.1 2 3 4 5 6 7 8 9
1 Power of Attorney Section 1, Clause 20.2
Section 2, ITB 20.2 C C C C C C C C C2 Signature on Documents Section 1,
Clause 20.2C C C C C C C C C
3 Joint Venture Agreement or Letter of Intent to Enter into an Agreement
Section 1, Clause 4.1
NA C C C C C NA NA C
4 Eligibility Section 1, C C C C C C C C C(a) Bidder and Sub contractor Clause 4 (See (b) Bidder Affiliated with
ConsultantAttachment to this
Appendix)C C C C C C C C C
(c) Material and Equipment Clause 5 C C C C C C C C C5 Bid Validity(120 days) Section 1, Clause 18 C C C C C C C C C
Section 2, ITB 18.16 Bid Security Section 1, Clause 19
(a) Amount and Validity Section 2, ITB 19.1 C C C C C C PC1 C C(b) Format and Terms
7 Time for Competition Section 8,Clause 1.1.3.3
8 Terms of Payment Section 7,(a) Advance Payment (15%) Clause 14, Section
8, Ref. GCC 14.2C C C C C C C C C
(b) Retention Money (10%) C C PC1 C PC1 C PC1 C C(c) Price Adjustment Section 8, C C C C C C C C C
Ref. GCC 13.8 9 Liquidated Damages Section 8, C C C C C C C C C
(a) Rate (0 5% per week) Ref. GCC 8.7 and 14.15 (b)
(b) Maximum Limit (10%) C C C C C C C C C10 Defects Liability Period Section 7, Clause 4
(12 months) Section 8, Clause 1.1.3.7
C C C C C C C C C
11 Performance Security (10%) Section 8, Ref. GCC 4.2
C C C C C C C C C
FINDINGS R R R R R R R R RC = Complied NA = Not Applicable NC = Not CompliedPC = Partially Complied R = Substantially Responsive1 State reason
BID DATA SHEETCIVIL WORKS CONTRACT 109
Atta
chm
ent 1
Det
ails
on E
ligib
ility
of B
idde
rs
No.
Requ
irem
ents
Bidd
ing
Doc
umen
tsRe
fere
nce
Bidd
er
No.
1Bi
dder
N
o. 2
Bidd
er N
o.
3Bi
dder
No.
4
Bidd
er
No.
5Bi
dder
No.
6
Bidd
er
No.
7Bi
dder
N
o. 8
Bidd
er
No.
91
Sing
le E
ntity
or J
oint
Ve
ntur
eSe
ctio
n 1,
Cl
ause
4.1
Sing
le
Entit
yJo
int
Vent
ure
Sing
le
Entit
ySi
ngle
En
tity
Sing
le
Entit
yJo
int
Vent
ure
Sing
le E
ntity
Sing
le
Entit
ySi
ngle
En
tity
If Jo
int V
entu
re, a
ll pa
rtner
s mus
t be
join
tly an
d se
vera
lly
liabl
e.
Partn
ers
are
join
tly
and
seve
rally
lia
ble
Partn
ers
are
join
tly
and
seve
rally
lia
ble
2Bi
dder
mus
t be
a na
tiona
l of a
n el
igibl
e AD
B m
embe
r cou
ntry
.
Sect
ion
1,
Clau
se 4
.2X
(Cou
ntry
N
ame)
XX an
d XX
XXX
XXXX
XXXX
XXX
/XXX
XXXX
XXX
XXXX
X
Prop
osed
su
bcon
tract
ors o
r X
XXX
XXXX
XXX
XXX
XXXX
XXXX
X
Supp
liers
mus
t be
natio
nals
of an
elig
ible
AD
B m
embe
r cou
ntry
.
(all f
rom
el
igibl
e AD
B m
embe
r co
untri
es)
(all f
rom
el
igibl
e AD
B m
embe
r co
untri
es)
(all f
rom
el
igibl
e AD
B m
embe
r co
untri
es)
(all f
rom
el
igibl
e AD
B m
embe
r co
untri
es)
(all f
rom
el
igibl
e AD
B m
embe
r co
untri
es)
(all f
rom
el
igibl
e AD
B m
embe
r co
untri
es)
(all f
rom
elig
ible
AD
B m
embe
r co
untri
es)
(all f
rom
el
igibl
e AD
B m
embe
r co
untri
es)
(all f
rom
el
igibl
e AD
B m
embe
r co
untri
es)
3Co
nflic
t of I
nter
est
Sect
ion
1,
Clau
se 4
.3N
one
Non
eN
one
Non
eN
one
Non
eN
one
Non
eN
one
4D
ecla
red
Inel
igibl
e by
AD
BSe
ctio
n 1,
Cl
ause
4.4
No
No
No
No
No
No
No
No
No
cont
inue
d on
next
page
GUIDE ON BID EVALUATION110
No.
Requ
irem
ents
Bidd
ing
Doc
umen
tsRe
fere
nce
Bidd
er
No.
1Bi
dder
N
o. 2
Bidd
er N
o.
3Bi
dder
No.
4
Bidd
er
No.
5Bi
dder
No.
6
Bidd
er
No.
7Bi
dder
N
o. 8
Bidd
er
No.
95
Gov
ernm
ent-
owne
d en
terp
rise
in E
mpl
oyer
’s co
untry
to b
e le
gally
an
d fin
anci
ally
auto
nom
ous,
oper
ate
unde
r com
mer
cial
law,
an
d no
t dep
ende
nt
agen
cy o
f the
Em
ploy
er.
Sect
ion
1,
Clau
se 4
.5N
ot a
govt
. ow
ned
ente
rpris
e
Not
a go
vt.
owne
d en
terp
rise
Not
a go
vt.
owne
d en
terp
rise
Not
a go
vt.
owne
d en
terp
rise
Not
a go
vt.
owne
d en
terp
rise
Not
a go
vt.
owne
d en
terp
rise
Gov
t. ow
ned
ente
rpris
ele
gally
and
finan
cial
ly au
tono
mou
s, an
d no
ta d
epen
dent
agen
cy o
f the
Empl
oyer
Not
a go
vt.
Not
a go
vt.
6N
ot h
avin
g bee
n de
clar
ed in
eligi
ble
base
d on
a U
nite
d N
atio
ns re
solu
tion.
Sect
ion
1,
Clau
se 4
.7N
ot
decl
ared
in
eligi
ble
Not
de
clar
ed
inel
igibl
e
Not
de
clar
ed
inel
igibl
e
Not
de
clar
ed
inel
igibl
e
Not
de
clar
ed
inel
igibl
e
Not
de
clar
ed
inel
igibl
e
Not
dec
lare
d in
eligi
ble
Not
de
clar
ed
inel
igibl
e
Not
de
clar
ed
inel
igibl
e
Tabl
e con
tinue
d
111
Appendix 6Page 1 of 2
Comparison of Construction Equipment (Engineer’s Estimate vs Proposal of Bidder No. 6)
Item ParticularsEngineer’s Estimate Bidder No. 6
Capacity Nos. Capacity Nos.1 Earth Moving
1.1 Bulldozer 32t 2 32 t 1
1.2 Bulldozer 15/25t 5 15/25 t 4
1.3 Backhoe 1. 2 m3 2 1.5 m3 I
1.4 Backhoe 0.7 m3 2 0.7/1.2 m3 4
1.5 Wheel Loader 2.3 m3 4 2.5 m3 2
1.6 Dump Truck 11t 24 11t 20
1.7 Pneumatic Crawler Drill 100kg 2 150kg 21.8 Portable Air Compressor 10.5m3/min 2 5 m3/min 3
2 Transportation
2.1 Low Bed Semi-trailer 30t 1 20t 1
2.2 Cargo Truck 8t 4 4.8t 3
2.3 Water Sprinkler Truck 6kl 2 6kl 2
2.4 Hydraulic Crane 20 t 1 20t 12.5 Motor Grader 150 kW 2 150 kW 1
3 Tunnel Work
3.1 Drill Jumbo - 2 - boom 5 55 kW 2
3.2 Conveyor Type Loader 40m3 /h 4 4.5t 3
3.3 Side Dump Wheel Loader 2.3m3 2 1.9 m3 2
3.4 Side Dump Wheel Loader 1.6m3 1 -3.5 Loader Haul Dump 3.8 m3 2 3.2 m3 1
3.6 Shotcrete Machine 6 m3/h 6 5.12 m3/h 4
3.7 Hydraulic Crawler Drill 180kg 8 110 kW 2
3.8 Air Compressor 17 m3/min 6 18.26 m3/min 83.9 Dump Truck - - 11t 6
112
Appendix 6Page 2 of 2
Item ParticularsEngineers Estimate Bidder No.6Capacity Nos. Capacity Nos.
4 Drilling and Grouting Work
4.1 Boring Machine 7.5 kW 3 5.5 kW 4
4 2 Grout Pump 11 kW 6 18.5 kW 2
4.3 Grout Pump 7.5 kW 2 7.5 kW 44.4 Grout Mixer 200 L 8 200 L 4
5 Aggregate Production
5.1 Crushing Plant 105 ton/h 1 Set 40 t/h 2
6 Concrete Production and Handling
6.1 Concrete Mixing Plant 36/48 m3/hr 2 Sets 30/50 m3/hr 2 Sets
6.2 Truck Mixer 4.5 m3/hr 16 6 m3/hr 8
6.3 Concrete Pump Truck 80 m3/hr 6 - -
6.4 Concrete Bucket 1.5 m3 2 -
6.5 Truck Crane 30 t 1 - -
6.6 Concrete Pump 60-70 m3/hr 4
7 Other Plant and Equipment
7.1 Engine Generator - 100 450 kVA 15
Comment: Satisfactory, however, Drill Jumbo is not adequate for Tunnel Work.
113
Appendix 7
Subcontracting
Bidder No.
Work to be Subcontracted Subcontractor
Work ItemEstimated
Value Name Experience Evaluation3 4.1 - 4.7
5.1 – 5.5
1.2.3 / 001
Architectural and Utility
Works
Electrical Works
Piles
LC 3,125,000
LC 2,250,000
LC 205,000
Subcontractor No. l
(a) Sport Shoe Factory Architectural, Mechanical and Electrical Works
(b) International Trade Center Architectural and Electrical
30 projects of drilling works
Acceptable
6 1.1.4 / 001
1.2.3 / 001
Drilling forConcrete
Piles
Y 45,508,500LC 121,200
SubcontractorNo. 2
Several Contracts for concrete piling works submitted
Acceptable
4 5.1 - 5 .5 Electrical Works
LC 2,400,000 Subcontractor No. 3
(a) xxxxx Power Plant- Piping works and Mechanical and Electrical works
(b) xxxxxxx Hydro electric Power - Electrical works
Acceptable
114
Appendix 8
Payment Schedule (Bidder No. 6)
Period in MonthsForeign Currency
(1000 Yen)Local Currency
(1000 LC)Total in
(1000 LC)
1-3 First Year 177,840 10,308 14,982
4-6 81,652 5,141 7,287 7-9 83.651 5,475 7,673 10-12 76,307 5,515 7,520 13-15 Second Year 78,960 6,572 8,647 16-18 70,310 5,693 7,541 19-21 73,233 5,976 7,901 22-24 89,160 5,000 7,343 25-27 Third Year 81,674 4,038 6,184 28-30 78,949 3,918 5,993 31-33 74,636 3,300 5,261 34-36 80,948 3,261 5,388 37-39 Fourth Year 78,562 3,064 5,129 40-42 96,041 3,803 6,327 43-45 101,630 4,111 6,782 46-48 89,403 3,361 5,711 49-51 Fifth Year 43,501 2,068 3,211 52-54 16,215 1,082 1,509 55-57 3,240 254 338 .58-60 822 37 59 61-63 Sixth Year 274 12 19 64-66 0 0 0 67-69 0 0 0 69-72 0 0 0 Total 1,477,008 81,990 120,805
Comment: Satisfactory: Consistent with Construction Schedule.
115
Appendix 9
Construction Facilities (Bidder No. 6)
1. Aggregate Plant (i) Location: between tailrace outlet and re-regulating dam 40t/h capacity(ii) Intake dam area 40t/h capacity
2. Common Plant (i) Intake dam area 50 m3/h capacity(ii) Inlet of Work Adit No. 5 area 30 m3/h capacity
3. Water Supply System Water supply systems for offices, camps and open air construction are notmentioned; other areas acceptable
4. Power Supply System 15 generators of 100-450 kVA at the different 1nratims of main utilizationincluding for offices, camps etc.4570 kVA in total
5. Telecommunications System Using VHF radio communication system from the main office to work sites 6. Testing Laboratory Main office, intake dam area and inlet of Work Adit No.5 area with
150,150and 300m2 respectively
7. Medical Clinic At main office area with 150m2 floor area
8. Offices (i) Main office – near base camp : 900 m2
(ii) Site office – near inlet of access tunnel: 100 m2
(iii) Engineer’s Offices – locations of main construction sites with 50m2 each
9. Camp (i) Staff camp – near base camp : 2080 m2 (ii) Worker’s camp - near tailrace outlet: 3650 m2
10 Workshop Main office area : 210 m2
11. Warehouse Near main office .375 m2
Comment: Acceptable
116
App
endi
x 10
Sum
mar
y of B
id P
rices
(A
rithm
etic
Cor
rect
ions
and
Corr
ecte
d Bi
d Pr
ices
)
Bidd
erN
o.
Bid
Pric
e at
Ope
ning
Arit
hmet
ic
Corr
ectio
n D
iscou
nts
Cor
rect
ed B
id P
rice
Tota
l Cor
rect
ed B
id P
rice
In [C
urre
ncy
of
Empl
oyer
’s Co
untr
y]Eq
uiva
lent
1Ra
nkin
gFo
reig
nCu
rren
cyLo
cal
Curr
ency
Fore
ign
Curr
ency
Loca
lCu
rren
cyFo
reig
nCu
rren
cyLo
cal
Curr
ency
Fore
ign
Curr
ency
Loca
lCu
rren
cy(1
)(1
)(2
)(2
)(3
)(3
)(4
) = 1
± 2
- 3 (4
) = 1
± 2
- 3
1 2 3 4 5 6 7 8 9
¹ Ba
sed
on th
e Se
lling E
xcha
nge
Rate
: ………
…………
…………
……..
117
Appendix 11
Prices for Sections of the Work as Percentages of the Total Bid Prices (in Local Currency)
Section No. Description
Engineers Estimate Bidder No. 3 Bidder No. 4 Bidder No. 6
Value
% of Total Est. Value
% of Bid
Price Value
% ofBid
Price Value
% of Bid
Price0 General 9,209,130 6.0 12,316,101 9.2 13,513,615 9.6 7,973,646 16.61 Intake Dam 18,333,401 12.0 17,983,937 13.5 22,600,249 16.1 16.068,377 13.31.1 Intake Dam 9,809,193 6.4 9.497,751 7.1 12,260,671 8.7 8,548,845 7.11.2 Intake Facilities 7,553.862 4.9 7,621,343 5.7 9.420,896 6.7 6,784,408 5.61.3 Check Dam and
Drainage 970,346 0.7 864,843 0.7 918,682 0.7 735,124 0.6
2 Waterway 75,957,706 50.4 60,439,350 45.5 60,312,394 43.1 59,690,421 49.42.1 Headrace
Tunnel 21,559,538 14.1 16.497,668 12.4 16,867,186 12.0 16,271,529 13.5
2.2 Work Adit No. 838,812 0.5 652,234 0.5 677,142 0.5 714,353 0.62.3 Headrace Drain
Tunnel 1,866,197 1.2 1.417.677 1.1 1,375 ,131 1.0 1,569.841 1.3
2.4 Penstock Tunnel 7,021,007 4.6 7,407,554 5.6 6,359,329 4.6 5,497,266 4.52.5 Work Adit No. 3 4,535,495 3.0 3,559,082 2.7 3,601,876 2.6 3,558,086 2.92.6 Tailrace
Chamber 2,770,884 1.8 2,643,825 2.0 2,526,599 1.8 2,139,076 1.8
2.7 Tailrace Tunnel 28,376,299 18.6 20,913.339 15.8 20,226,765 14.4 21,623,286 17.92.8 Work Adit No. 4
and 5 3,948,435 2.6 2,716,744 2.0 2,816,024 2.0 3,310,349 2.7
2.9 Tailrace Outlet 1,614,839 1.1 981,769 0.7 1,210,571 0.9 1,407.1656 1.22.10 Deregulating
Dam 4,426,200 2.9 3,644,458 2.7 4,651,771 3.3 3,598.999 3.0
3 Power Station 37,821,071 24.7 30,793,505 23.1 3,587,834 23.9 28,507,341 23.63.1 Powerhouse 20,264,298 13.3 16,414,159 12.3 19,758,437 14.1 15,538,506 12.93.2 Access Tunnel 8,445,012 5.5 6,198.076 4.7 6,150,387 4.4 6,139,315 5.13.3 Drain Tunnel 1,002,915 0.7 813,393 0.6 840,007 0.6 6,647,457 0.53.4 Cable Tunnel 2,569,843 1.7 3,389,238 2.5 2,630,7 33 1.9 2,089,904 l.73.5 Work Tunnels 1
and 2 2,648,020 1.7 1,874,008 1.4 2,127,978 1.5 1,947,299 1.6
3.6 Outdoor Switch yard and Measuring Apparatus
2,890,983 1.8 2,104,629 1.6 2,080,292 1.4 2,194,860 1.8
4 Architectural and Utility Work
7,299,148 4.8 8,364,182 6.3 6,490,238 4.6 5,684,203 4.7
5 Electrical Work 2,328,949
1.5 2,467,616 1.9 2,527,930 1.8 1,699,743 1.4
6 Daywork 968,061 0.6 722,953 0.5 1,235,432 0.9 1,181,067 1.0 Total 152,917,466 100.0 133,087,644 100.0 140,267,692 100.0 120,804.80 100.0
118
App
endi
x 12
Bid
Pric
e Com
paris
on w
ith P
rice A
djus
tmen
ts
Sr.
No.
Part
icul
ars
Bidd
er N
o. 3
Bidd
er N
o. 4
Bidd
er N
o. 6
Fore
ign
(Y)
Loca
l (LC
)Fo
reig
n (U
S$)
Loca
l(LC)
Fore
ign
(Y)
Loca
l (LC
)1
Bid
Price
1,90
4,99
9,01
0.00
82,9
89,6
51.4
027
,041
,671
.80
78,6
32,7
98.6
01,
477.
007,
041.
0081
,989
,030
.40
(As S
ubm
itted
) In
clud
ing D
iscou
nts
2Bi
d Pr
ice1,
906,
166,
590.
0083
,023
,676
.90
27,0
43,7
46.8
078
,634
,993
.10
1,47
7,00
7,90
1.00
81,9
91,9
84.4
0(A
s Cor
rect
ed)
3Am
ount
to b
e Ad
just
edfo
r Dev
iatio
ns(a
) Co
mm
erci
al-
--
--
-(b
) Te
chni
cal
--
--
-28
6,50
0.00
4Su
b -T
otal
(2) t
o (3
)1,
905,
166,
590.
0083
,023
,676
.90
27,0
43,7
46.8
078
,634
,993
.10
1,
477,
007,
901.
0082
,278
,484
.40
5Co
nver
ted
to L
C13
3,08
7,64
4.60
140,
267,
692.
0012
1,09
1,29
8.00
for C
ompa
rison
1
6Ra
nkin
g(2
)(3
)(1
)
1 Ba
sed
on se
lling e
xcha
nge
rate
s: ....
........
........
........
........
..
119
Example 3: Design, Supply, and Installation Contract
Two-Stage Bidding Procedure
In order to protect the autonomy of the borrowers, executing agencies, and bidders concerned, references to the name of the borrower, the borrower’s country and currency, the executing agency, the name and address of the executing agency and the project site, the names of the bidders and bidder’s representative, the number and title of the ADB loan have been deleted.
The borrower, the borrower’s country, the executing agency, the name and address of the executing agency and the project site, the names of bidder’s representatives, and the number and title of the ADB loan have been replaced with combinations of the letter “x” the name of the borrower’s currency has been referred to as “Local Currency (LC),” and the bidders have been identified by number and referred to as “Bidder No. 1,” “Bidder No. 2,” etc.
[The Appendixes in this example may not have adopted those recommended in the main text of this Guide as they were based on those of the Guide version available at the time the evaluation reports were prepared.]
120 GUIDE ON BID EVALUATION
LETTERHEAD OF THE EXECUTING AGENCY
Our Reference: 01/ICB/Works/03/20xx 9 April 20xx
Director__UW, __RD6 ADB Avenue, Mandaluyong City 1550, Philippines
Subject : Loan No. xxxxxxx: xxxxxx Wastewater Management Project – First Stage Bid Evaluation Report for Designing, Construction, Installation, Rehabilitation and Maintenance of Wastewater Pumping Stations of xxxxxx (XXXX/ADB/PS/01/ICB/Works/03/20xx)
Dear Sir,
In accordance with the provisions of the loan Agreement, we have invited bids for the above contract following the Two Stage bidding procedure of ADB. We are submitting herewith three (3) copies of the First Stage Bid Evaluation Report (Technical Proposals) for xxxxxx Wastewater Management Project –Designing, Construction, Installation, Rehabilitation and Maintenance of Wastewater Pumping Stations of xxxxxx for ADB’s review and approval.
Your early reply to this matter will be appreciated.
Sincerely yours,
Signed Project Director xxxxxx
Attachment: Three copies of Report
EVALUATION AND QUALIFICATION CRITERIABID DATA SHEETDESIGN, SUPPLY, AND INSTALLATION CONTRACT 121
XXXXXX
FIRST STAGE BID EVALUATION REPORT(TECHNICAL PROPOSALS)
FOR
WASTEWATER MANAGEMENT PROJECT—DESIGNING, CONSTRUCTION, INSTALLATION,
REHABILITATION AND MAINTENANCE OF WASTEWATER PUMPING STATIONS OF XXXXXX
BID No. 01/ICB/Works/03/20xx
ADB LOAN No. XXXXXXX
XXXXXX WASTEWATER MANAGEMENT PROJECT
APRIL 20xx
122 GUIDE ON BID EVALUATION
Contents2
Design, Supply, and Installation Contract
1. Introduction ������������������������������������������������������������������������������������������������������������������������������������������������ 124
1.1 General ...................................................................................................................................................................................... 124
1.2 Submission of Bids ................................................................................................................................................................ 124
1.3 Bid Opening ............................................................................................................................................................................. 124
1.4 Basic Data ................................................................................................................................................................................ 124
1.5 Bid Evaluation Committee ................................................................................................................................................. 125
2. Examination for Completeness of Bids ����������������������������������������������������������������������������������������������������125
2.1 List of Bidders ......................................................................................................................................................................... 125
2.2 Bid Documents (Technical Proposal) ........................................................................................................................... 125
2.3 Propriety of Signature and Power of Attorney............................................................................................................ 126
3. Determination of Substantive Responsiveness of Bids ������������������������������������������������������������������������ 126
3.1 Eligibility of Bidders and Goods ....................................................................................................................................... 126
3.2 Bidders’ Qualifications ........................................................................................................................................................ 126
3.3 Compliance with Commercial Terms and Conditions ............................................................................................ 1303.3.1 Terms of Payment and Reservations to Commercial Conditions .................................................1303.3.2 Time for Completion/ Contract Execution Schedule ........................................................................130
4. Detailed Evaluation for Technical Requirements ���������������������������������������������������������������������������������� 131
4.1 Nonresponsive Bids and Responsive Bids ................................................................................................................... 131
4.2 Evaluation for Technical Requirements of Responsive Bids ................................................................................. 1314.2.1 Bidder No. 3 ........................................................................................................................................................1314.2.2 Bidder No. 5 .......................................................................................................................................................1364.2.3 Bidder No. 7 .......................................................................................................................................................1394.2.4 Bidder No. 8 .......................................................................................................................................................1424.2.5 Bidder No. 9 .......................................................................................................................................................146
4.3 Clarifications and Discussions .......................................................................................................................................... 151
5. Conclusions and Recommendations ������������������������������������������������������������������������������������������������������� 151
2 Based on October 2010 Edition, Guide on Bid Evaluation.
FIRST STAGE BID EVALUATION REPORT 123
Appendixes
1 Record of Bid Opening ........................................................................................................................................................ 152
2 Basic Data Sheet .................................................................................................................................................................... 155
3 Table 1: Examination of Completeness of Bid Documents ..................................................................................156
4 Table 2: Evaluation of Bidders’ Qualifications ...........................................................................................................157
5 Table 3: Substantive Responsiveness of Bids (Commercial Terms) ..................................................................161
6 Table 4: Salient Technical Features of Bids (Technical Proposals) ....................................................................163
Attachment Changes Required Pursuant to First Stage Evaluation
Bidder No. 3
Bidder No. 5
124 GUIDE ON BID EVALUATION
1. Introduction 1.1 General
The xxxxxxxx has received a loan from the Asian Development Bank (ADB) to finance the cost of implementing the xxxxxxx Wastewater Management Project. It is intended that part of the proceeds of this loan be used for eligible payments for designing, construction installation and rehabilitation of wastewater pumping stations of xxxxxxx Municipal Council for which these bids have been invited. The ADB Two-Stage bidding procedure has been adopted for this procurement.
The invitation of bids was advertised on 25 July 20xx in the local newspapers in three languages and in the ADB website on 24 July 20xx. The site visit and pre-bid meeting were held on 27 August 20xx and 28 August 20xx respectively as stipulated in the bidding documents. Fifteen potential bidders which purchased the bidding documents attended the site visit and pre-bid meeting. The minutes of the pre-bid meeting were prepared and sent to the firms which purchased the bidding documents. As a result of the pre-bid meeting 2 addendums to the bidding documents were issued on 6 September 20xx and on 23 September 20xx respectively to clarify certain aspects of the Technical requirements of the bidding documents. Copies of the addendums were forwarded to ADB when issuing to bidders.
1.2 Submission of Bids
The closing time of bid submission was extended till 22 October 20xx at 2 p.m through an addendum. Accordingly the receipt of bids was closed at 2 p.m. local time on 22 October 20xx. Out of fifteen firms which purchased the bidding documents, nine bidders submitted bids..
1.3 Bid Opening
Bids were opened as scheduled in the addendum, at 2 p.m. on 22 October 20xx at the Chief Accountant’s Office of the Ministry of xxxxxxxxxxxxx by the Bid Opening Committee in the presence of representatives of bidders. The bidders’ names were announced and recorded. The Bid Opening Committee opened the envelopes of the Technical proposals and examined the documents. All the necessary papers, forms and schedules were signed by the members of Committee on each of the envelopes. The Record of Bid Opening was prepared soon after the bids were announced. A copy of the record is attached as Appendix 1.
1.4 Basic Data
The key information of the bidding process was collected so that it would be readily available. The basic information pertaining to the bidding was summarized and is presented in Appendix 2.
FIRST STAGE BID EVALUATION REPORT 125
1.5 Bid Evaluation Committee
A Bid Evaluation Committee (BEC) comprising five senior officers was established by the Executing Agency. The BEC members were:
(1) Chairman Additional Secretary
(2) Member Chief Accountant
(3) Member Mechanical Engineer
(4) Member Director (Engineering)
(5) Member/Secretary Project Director
The Committee decisions have been made on the basis of detailed discussions, and views and the final decision was unanimous.
2. Examination 2.1 List of Bidders of Bids
The names of the bidders and their nationalities are shown in the following table.
Bidder No. Nationality 1 JV: Australia 2 JV: People’s Republic of China- 3 India 4 People’s Republic of China 5 JV: People’s Republic of China–Malaysia 6 Singapore 7 Republic of Korea 8 Republic of Korea 9 India
2.2 Bid Documents (Technical Proposal)
The Technical proposals submitted were examined to verify that the bidders had submitted all the documents and information required by the bidding documents. The following were verified:
(i) Form of Bid for Technical proposal;
(ii) Joint Venture Agreement or Letter of Intent to Enter into an Agreement;
(iii) Presence of Power of Attorney and Propriety of Signature;
(iv) Documents establishing the eligibility of bidders and goods;
126 GUIDE ON BID EVALUATION
(v) Documents required to assess the qualification of bidders, its manufacturers and subcontractors; and
(vi) Schedules of particular information and documents required to establish that the plant and services conform to the bidding documents.
The results of checking for completeness of bid documents are presented in Table 1: Examination of Completeness of Bid Documents, and attached as Appendix 3.
2.3 Propriety of Signature and Power of Attorney
All documents were signed in accordance with the Instructions to Bidders and corrections were also initialed by the authorized person. The power of attorney for signatory of Bidder no. 3 has been issued to bid in XXX. BEC requested the bidder for clarification on this as per provisions of ITB 24.2 of bid documents considering it is a non-material omission. Accordingly the bidder submitted power of attorney giving authority for the signatory to bid for this project. BEC accepted the power of attorney for the signatory. The power of attorney for the signatory of all other bidders was acceptable. The information is included in Table 1, Appendix 3.
3. Determination of Substantial Responsiveness of Bids
3.1 Eligibility of Bidders, Plant and Services
In Clauses 4 and 5 of the Instructions to Bidders of the bidding documents it was specified that the bidder, and the plant and the services to be supplied shall be from an eligible source country of ADB. All bidders submitted certifications and necessary documentation which indicated that they are nationals of an eligible member country of ADB. Further, all bidders submitted certification that they were not involved in the consulting services associated with this contract (See Appendix 5, Table 3 of Substantial Responsiveness of Bids to Commercial Terms).
3.2 Bidders’ Qualifications
The bidding documents required, in Clause 15 of the Instructions to Bidders, that each bidder submit with the bid evidence of its Technical capability, financial capacity and previous experience in similar works by completing the forms and schedules provided in the bidding document. All bidders submitted required forms and schedules satisfactorily. The detailed review of the information to determine whether the bidder was qualified to perform the requirements of the contract was carried out in accordance with the provisions of the bidding documents. Requests for additional information and clarifications were required for Bidder Nos. 4, 5, 7, and 9 regarding their qualifications/experiences. The results of the review are summarized in Table 2: Evaluation of Bidders’ Qualifications, and are attached as Appendix 4. The findings of the review are briefly presented below.
FIRST STAGE BID EVALUATION REPORT 127
(a) Bidder No. 1
The financial capacity of the bidder was sound. The lead partner of the JV is a building construction contractor and does not possess similar works experience required in the scope of work. The partner of the JV also does not have similar works experience. Therefore, Bidder No. 1 was not qualified to undertake this contract.
(b) Bidder No. 2
The financial capacity of the bidder was sound. The lead partner is an irrigation and flood drainage contractor. The lead partner has carried out one project of storm water pumping project at a value of $26.79m which has similar scope. The partner of the JV has carried out one wastewater treatment plant project of $36.43 million including head work pumping. Clause 2.4.2 of section 3 of the bidding documents requires two numbers of projects of similar nature where the bidder’s participation exceeds $30 million. In case of JV, either partner can meet this requirement but each partner must have one project of similar nature of value at least $20 million. The JV has carried out only one similar project of required value of $30 million. hence the JV does not fulfill the requirement of similar works. Therefore, the Bidder no. 2 was not qualified to undertake this contract.
(c) Bidder No. 3
The financial capacity of the bidder was quite strong. The bidder has carried out two similar projects as required in the bidding documents. The bidder’s key activity experience submitted for “working in live sewerage system” has been awarded in 2013. BEC decided that this project cannot be considered as substantially completed project and hence requested for clarification on this as per provisions of ITB 24.2 of bid documents considering these are nonmaterial omissions. The bidder submitted experience certificate for this key activity of a previous project. BEC reviewed the clarifications and accepted as adequate. Therefore, the Bidder no. 3 was considered to have satisfactory experience to undertake this contract.
(d) Bidder No. 4
The financial capacity of the bidder was sound. As stated in the “Reorganization Declaration” of the bidder the xxxxxx Machinery Complete Equipment (Group) Co. Ltd. has become a subsidiary of the bidder. The two projects submitted for similar experience have been carried out by xxxxxx Machinery Complete Equipment (Group) Co. Ltd. However, these two projects are water supply projects which do not include similar scope of work.
The bidder has submitted key activity experience of some other firms for key activities of;1) designing, construction, installation and commissioning of wastewater pumping stations, 2) design, supply and installation of SCADA systems and 3) no-dig technology for pipe laying. The experience records of these key activities submitted using Form Exp -2(b) have been carried out by
128 GUIDE ON BID EVALUATION
contractors namely; yyyyy Urban Construction Design & Research Institute, yyyyy Electrical Automation Design Institute Co. Ltd, and yyyyy zz Construction Co. Ltd.
Clarifications was requested form the bidder by a letter dated 10 January 2014 advising to submit the bidder’s relationship with the different firms who had carried out key activities discussed above. It was also advised the bidder to submit translated scope of work of projects submitted for Similar Works experience and for Key Activity experience. The bidder did not submit the clarifications by the date stipulated in the request letter. Therefore, the Bidder no. 4 was not qualified to undertake this contract.
(e) Bidder No. 5
The financial capacity of the bidder was sound. The leader of the JV of the bidder has carried out water supply projects and one wastewater project. The water supply project does not have similar scope. The bidder has indicated in the Form Exp 2(a) of the wastewater project that the value of wastewater project as $21.98 million whereas the translated certification shows the value of the project as $10.8 million. Hence BEC considered that the bidder does not qualify for the similar project experience. BEC requested for clarification on the correctness of the value of the project. It was also not clear whether the scope of the work of this project included design and construction of wastewater pumping stations. In addition, the JV does not have experience of the key activity of “training in Operation and Maintenance of wastewater pumping station including developing training manuals and conducting training courses”.
BEC also requested clarifications from the bidder on the 1) value of the wastewater project of the lead partner, 2) scope of work of the wastewater project and 3) experience on training in operations & maintenance including developing training manuals and conducting training courses for operations & maintenance staff. The bidder submitted the clarifications.
With respect to the value of the wastewater project, the bidder stated that the contract value given in the Form Exp 2(a) is correct as the value given in the translated certificate is given in two different currencies ($10.8 million plus FC810,000,000.00) and is approximately 21.8 million after converting FC to United States dollar. The conversion rate is provided by the bidder with the clarification. BEC accepted the clarification on the value of the wastewater project.
With respect to the scope of the wastewater project, the bidder stated that the scope included the design, construction of wastewater pumping stations.
With respect to the experience on training in operations & maintenance including developing training manuals and conducting training courses for operations & maintenance staff, the bidder submitted a project carried out by the partner of JV with documentary evidence (copy of the BOQ of the particular project carried out by the partner of the JV). BEC accepted the clarifications submitted by the bidder as adequate.
FIRST STAGE BID EVALUATION REPORT 129
The partner of the JV has carried out two similar projects. Therefore the Bidder no. 5 was also considered to have satisfactory experience to undertake this contract.
(f) Bidder No. 6
The financial capacity of the bidder was adequate. Bidder has carried out one water supply project of required value. The scope of water supply project is not similar. The other four projects submitted for wastewater are small in value as against the value of the project specified in the bidding documents. The bidder also does not have experience in key activities in working in live sewerage systems, design, supply and installation of standalone and central SCADA systems and training in operations & maintenance of wastewater pumping stations. Hence the bidder does not comply with the requirements of Clause 2.4 of Section 3 of the bidding documents. Therefore, the Bidder no. 6 was not qualified to undertake this contract.
(g) Bidder No. 7
The financial capacity of the bidder was quite strong. Bidder has submitted five projects for similar works. The two similar projects which considered for evaluation do not clearly indicate whether the design and construction of wastewater pumping stations. The bidder has proposed subcontractors for working in live sewerage systems, design, supply and installation of SCADA systems, and design and construction of force mains through subcontracting agreements. The translation of subcontractor’s experience in working in live sewerage system has not been certified. Also the experience of proposed subcontractor for the SCADA system was unclear whether the subcontractor has experience as required in the scope of work under this contract. BEC requested for clarification on this as per provisions of ITB 24.2 of bid documents considering these are nonmaterial omissions. Accordingly, the bidder submitted clarifications on the similar works and with the translations of the completion certificates of subcontractors. BEC reviewed the clarifications and accepted as adequate.
Clarification was also requested on whether the key activity experience for carrying out micro tunneling work of 2km length has been fulfilled in one contract or not. The bidder submitted two projects carried out by the proposed subcontractor of the bidder satisfying this requirement further. BEC accepted the clarifications submitted by the bidder as adequate. Therefore, Bidder no. 7 was considered to have satisfactory experience to undertake this contract.
(h) Bidder No. 8
The financial capacity of the bidder was strong. The bidder has submitted audited financial statements for last 5 years and FIN -1 for 3 years. Clarification was requested on this. Accordingly the bidder submitted FIN – 1 for 5 years. Bidder has submitted two projects for similar works experience. The SCADA experience submitted by the bidder was not within last 5 years as against the requirement. Clarification was also requested on this as per provisions of ITB
130 GUIDE ON BID EVALUATION
24.2 of bid documents considering this is nonmaterial omission. Accordingly the bidder submitted clarification stating that the scope of the first similar experience project included SCADA and provided Bill of Quantities of said project as documentary evidence. BEC accepted this experience as adequate. Therefore, Bidder no. 8 was considered to have satisfactory experience to undertake this contract.
(i) Bidder No. 9
The financial capacity of the bidder was sound. The bidder has submitted two projects for similar project criteria. One of the similar projects has been carried out by the xxxxx in Country A. The XXXX Group has been re-formed by reunification of xxxxx City C and xxxxx City V. Hence the BEC accepted the bidder’s claim on the experience of this similar project.
The scope of the project submitted as the proof for key activity experience of working in live sewerage system was not clear. Also the documentary proof submitted for SCADA works was unsigned. Clarifications were requested from the bidder on these two issues. Accordingly, the bidder submitted clarifications with documentary evidence. BEC accepted this experience as adequate. Therefore, Bidder No. 9 was considered to have satisfactory experience to undertake this contract.
3.3 Compliance with Commercial Terms and Conditions
3.3.1 Terms of Payment and Reservations to Commercial Conditions
All bidders accepted the terms and conditions of the bidding documents with respect to payments and also accepted the price adjustment provisions and specified mechanism for the determination of price adjustments. None of the proposals contained serious reservations to the major commercial conditions of the bidding documents. All bidders accepted the provisions for liquidated damages, functional guarantees and the corresponding adjustments, performance security, insurance and other stipulations for the transportation of goods, warranty conditions, and after sales service.
3.3.2 Time for Completion/Contract Execution Schedule
The contract execution schedules and sequence of delivery of major units of plant were evaluated in detail and compared with the requirements of the bidding documents. The contract execution schedules submitted by the bidders were generally in order. All the bidders’ proposed contract execution schedules that met the completion requirement of 36 months for the total scope of work. The results of the review were summarized in Table 3: Substantive Responsiveness of Bids and are attached as Appendix 5.
FIRST STAGE BID EVALUATION REPORT 131
4. Detailed Evaluation for Technical Requirements
4.1 Nonresponsive Bids and Responsive Bids
As discussed in Section 3, in particular subsection 3.2, Bidders’ Qualifications, out of the nine bidders who submitted bids, the bids of five bidders were determined as substantially responsive to the requirements of the bidding documents. The other four bidders were determined as nonresponsive as they did not have the minimum experience requirements stipulated in the bidding documents. Their bids were rejected and thus excluded from further evaluation. The list of responsive and nonresponsive bidders is as follows:
A. Responsive Bidders
1) Bidder No. 3
2) Bidder No. 5
3) Bidder No. 7
4) Bidder No. 8
5) Bidder No. 9
B. Nonresponsive Bidders
1) Bidder No. 1
2) Bidder No. 2
3) Bidder No. 4
4) Bidder No. 6
4.2 Evaluation of Technical Requirements of Responsive Bids
The scope of work, Technical information, and data submitted by the bidders were scrutinized in detail and comparisons were carried out with the Technical requirements of the bidding documents. All five bidders submitted substantially complete information and generally satisfied the Technical requirements of the bidding documents. Because of the nature of the rehabilitation works and the size of the plant and equipment involved, many clarifications and additional information were required to assess the Technical acceptability and standards of the goods, equipment and services offered, and also to assess the completeness of the scope of renovation works. The results of the scrutiny are summarized in Table 4: Salient Technical Features of Bids (Technical proposals) and attached as Appendix 6. The minor adjustments required in the bidder’s Technical proposals were as follows:
4.2.1. Bidder No. 3
(a) CVs of Experts/Personnel
Proposed key experts/personnel are acceptable. Alternative personnel proposed were not considered for evaluation. Previous experience of proposed Civil/Structural Engineer is not detailed enough and the CV of the person who will
132 GUIDE ON BID EVALUATION
be in-charge of commissioning has not been submitted. Proposed organization chart of the bidder for the different stages in the contract was not given.
Hence, CVs of Civil/Structural Engineer and person in-charge of commissioning with detailed previous experiences are required. Organization chart showing different stages of the project implementation with names of the persons are required.
(b) Exceptions and deviations
The bidder has proposed impeller free passage as 75-100mm whereas the bid requires 100mm free passage. As it was understood that 100mm free passage reduces the pump efficiency Addendum no. 3 was issued and the bidder has to fulfill the requirement given in the addendum.
Bidder has proposed new performance testing standards. The bid specifies the previous version. Bidder needs to confirm that whether he agrees for the standards specified in the bid.
(c) Layouts
Bidder has submitted layout plans to demonstrate concept for pumping stations identified for complete new construction. Bidder needs to understand that it requires optimizing the operations & maintenance friendliness in pumping stations and hence needs to confirm that he understands this. No changes are done to the concept drawings of pumping stations identified for rehabilitation. Bidder has to provide changes if any for these pumping stations as well for evaluation. In both cases; pumping stations identified for complete new construction and pumping stations identified for rehabilitation bidder has to provide details by consider revised flows given in Addendum no. 3.
(d) Local Agent and Capability for Repair
Bidder has proposed a local agent but this cannot be accepted for all equipment. In the absence of an accredited agent appointed by the manufacturer, the bidder’s proposed agent can be accepted. In the Second-Stage Bid submission bidder has to comply with the requirements given in Addendum no. 3.
(e) Subcontractors
Bidder has not stated whether he intends to subcontract parts of civil construction and mechanical installations. If bidder wishes to engage subcontractors, the details of subcontractors are required to provide for evaluation.
(f) Design Subcontractors
Bidder has indicated that all designs to be carried out in-house. However this needs to be confirmed by the bidder.
FIRST STAGE BID EVALUATION REPORT 133
The bidder has shown 756 days for designs. The bidder has to ensure that with 756 days of design period that he can complete the work as per the scheduled time period of the bid. The SCADA system design proposed is a reproduction of what is given in the bidding document. Bidder needs to submit his assessment on what is given in the bidding document or his own proposal for reviewing and acceptance.
(g) Operations of Pumping Stations during Construction
The work will be carried out in live pumping stations and the bidder has to operate the pumping stations during the construction stage while meeting the national environmental regulations. Bidder needs to confirm that his proposed diversion arrangement can meet this requirement.
(h) Precommissioning, Commissioning, and Functional Guarantee Tests
Bidder has not submitted commissioning testing plan and the functional guarantee testing plan for evaluation. Addendum no. 3 has been issued for precommissioning, commissioning and functional guarantee test plans. The bidder has to submit test plans accordingly.
(i) Civil Works
Bidder has not provided demolition plan and debris removal for pumping stations. Proposed layout plans of pumping stations have been provided. Bidder has to confirm that proposed layout plans assures the operational issues, health and safety of workers and hydraulic requirements.
Septage disposal at xxxxxxx pumping station has not been identified in the bidder’s proposal. Bidder has to provide this. The structural investigations that the bidder intends to carryout to assess the structural stability of pumping stations to be rehabilitated are not provided. In the bidder’s proposal the flood frequency against which the pumping stations are planned to be designed is not given.
The bidder has been provided the layout of the proposed force mains. Based on this, the bidder has to determine the locations of valves and accordingly what environmental safeguards against odour and pollution are considered. The method of construction proposed needs confirmation from the bidder that he understands construction issues.
(j) Construction and Construction Management
Proposed organization structure indicates that civil works to be managed by electrical/mechanical engineers. The scope of work involves large scale civil works. Hence the proposed management arrangement is not acceptable and there need to be a senior manager for civil works. Bidder needs to confirm this. Construction schedule does not show the laying of pumping mains. In the proposed organization structure, QA/QC organization arrangement is not clear enough.
134 GUIDE ON BID EVALUATION
Details of flow diversion and operation of pumping stations during the construction stage are not detailed enough. Bidder has not shown that he understood the work involved with the overflow arrangement. A confirmation is required from the bidder he has the understanding on the issue. Bidder needs to operate the pumping station during construction. However the bidder has not stated how he plans to do this. With respect to the pumping stations identified for rehabilitation, the bidder needs to investigate and strengthen existing sumps where necessary. Bidder has to confirm that he will carry out this.
(k) Method Statement
The method statements for mechanical is submitted and adequately addressed.
(l) Grit Removal system
The layouts proposed show screened wastewater turns 900 bend to the grit removal system. This is not appropriate as silt tends to deposit. The clarification submitted by the bidder is not adequate enough to justify siltation can be prevented. Hence the bidder needs to confirm this at detail design stage and if it founds as inappropriate to provide a suitable arrangement. The guaranteed grit removal rate of the proposed mechanism to be confirmed for the pumping stations identified for rehabilitation.
The proposed manufacturer for grit pump is a grit process equipment manufacturer. Bidder has to submit a grit pump manufacturer for evaluation. The type of grit pump proposed for existing pumping stations is not clear. Bidder has to clearly state this. The site layouts of the bidder show that the proposed grit removal mechanism as vortex type.
Bidder needs to confirm at the Second-Stage Bid that the hydraulic solution of the grit removal system shall satisfy the flows in 2015 and 2030 as per the revised flows provided in Addendum no. 3.
(m) Coarse Screens, Screw Conveyor, and Compactor
Bidder has not submitted process solution for screen removal. Bidder needs to confirm manufacturer(s) for screens, screw conveyor and screened compactor in the second stage bid. Bidder needs to confirm at the second stage bid that the hydraulic solution of the coarse screen shall satisfy the flows in 2015 and 2030 as per the revised flows provided in Addendum no. 3.
(n) Pumps, Booster Pumps, and Sump pumps
Bidder has not demonstrated the pump selection criteria. Pump capacities proposed by the bidder shall satisfy the flows in 2015 and 2030 as given in Addendum no. 3.
FIRST STAGE BID EVALUATION REPORT 135
(o) Piping within Pumping Station
Bidder has not given the details of the proposed pipe manufacturer. Hence the bidder has to provide details for evaluation.
(p) Penstocks, Gate Valves, Check Valves, and Cranes
The bidder shall confirm his manufacturer(s) for penstocks, gate valves, check valves and cranes.
(q) Ventilation System, Extract Fans, and Filters
The bidder shall confirm his manufacturer(s) for activated carbon filter.
(r) Electrical
Bidder has proposed acceptable brands for all electrical equipment except for actuators. Past experience of diesel generator manufacturer has not been provided. Hence the bidder has to provide the details of manufacturer and local agent of actuators and the past experience of manufacturer of diesel generator for review and acceptance.
(s) Instrumentation and SCADA system
Bidder proposes number of manufacturer’s for field measuring equipment. The bidder needs to confirm the manufacturer at the Second-Stage Bid. The proposed local support for field measuring equipment is not acceptable as per the requirements in the bid.
The details of the developer of the software and the agreement with the local agent for the central SCADA system have not been submitted. Bidder needs to provide this for evaluation purposes.
Bidder proposed the manufacturer and local agent for ICA panels. However bidder has failed to provide details of responsibilities of design and production of drawings, fabrication and factory testing of panels, initial and site programming of ICA panel and SCADA system and after sales support. Bidder needs to provide them at Second-Stage Bid.
Bidder’s proposal of “Integration of the SCADA system of the existing three pumping stations” is a reproduction of what is given in the bidding document. Bidder needs to submit his assessment on what is given in the bidding document or his own proposal for reviewing and acceptance.
136 GUIDE ON BID EVALUATION
4.2.2 Bidder No. 5
(a) CVs of Experts/Personnel
The CVs of proposed key experts/personnel, Civil/Structural Engineer and person in charge of commissioning show that the team capacity is not adequate. Bidder has to provide full descriptive CVs with relevant experience for review. Bidder also needs to submit commissioning and testing organization chart with the Second-Stage Bid.
(b) Exceptions and Deviations
No exceptions or deviations to the bidding documents given in the submission. However it was noted in the bid, the bidder has stated less removal efficiency. Bidder needs to refer Addendum no. 3 and confirm the removal efficiency with the Second-Stage Bid.
(c) Layouts
Bidder has submitted layout drawings showing process equipment. Bidder needs to submit site layout drawings to demonstrate actual size of proposed structures. The layout submitted for fort pumping station is not practicable as the available land is not adequate.
(d) Local Agent and Capability for Repair
Bidder has proposed local agents only for PLC and SCADA system. Bidder needs to propose local agent(s) for all other imported equipment as specified in the bidding documents and Addendum no. 3.
(e) Spares
The list of spare parts has not been provided. The bidder has to submit the list of spare parts for 5 years operation based on manufacturer’s recommendation. Additionally the bidder has to propose spare parts which are not readily available with the local agent for employer to determine to procure in price schedules 1 and 2 provided in the bid.
(f) Subcontractors
Bidder has not stated whether he intends to sub-contract parts of mechanical installations. If bidder wishes to engage subcontractors, the details of subcontractors are required to be provided for evaluation. If the bidder intends to carry out no-dig pipe laying by himself, bidder has to provide proof of previous work.
(g) Design Subcontractors
Bidder has not provided the details of how he is going to do the designs. If this to be subcontracted the bidder needs to provide the details of subcontractor for evaluation and their willingness.
FIRST STAGE BID EVALUATION REPORT 137
(h) Operations of Pumping Stations during Construction
The work will be carried out live pumping stations and the bidder has to operate the pumping stations during the construction stage while meeting the national environmental regulations. Bidder needs to confirm that his proposed diversion arrangement can meet this requirement.
(i) Precommissioning, Commissioning, and Functional Guarantee Tests
Bidder has not submitted commissioning testing plan and the functional guarantee testing plan for evaluation. Addendum no. 3 has been issued for precommissioning, commissioning and functional guarantee test plans. The bidder has to submit test plans accordingly.
(j) Civil Works
Bidder has not provided demolition plan and removal of debris from pumping stations. Proposed layout plans of pumping stations have not been provided. Bidder has reproduced the layout plans given in the bidding documents without any value addition. The bidder has to ensure operational issues and hydraulic requirements have been taken into account when submitting his proposed layout plans. Septage disposal at xxxxxxx pumping station has not been identified. The structural investigations that the bidder intends to carryout to assess the structural stability of pumping stations to be rehabilitated are not provided.
Details of proposed force mains such as locations of valves, addressing environmental issues and construction issues are not given.
(k) Construction and Construction Management
Construction method statement submitted does not include the details of bypass arrangement during construction, compliance with environmental safeguard requirements, quality control and health and safety aspects. The mobilization schedule does not cover the equipment and human resource mobilization required for the entire contract period. In the proposed organization structure, specialist required for underground work is not identified and QA/QC organization arrangement is not clear enough. The EMP submitted is not specific to this project and a general approach. Details of flow diversion and operation of pumping stations during the construction stage are not provided.
Bidder has reproduced the section in the bidding documents on structural improvement of pumping stations identified for rehabilitation without any value addition. Bidder needs to confirm whether this solution is acceptable or needs any modification at the Second-Stage Bidding and provide details discussed on the above paragraph.
(l) Method Statement
The method statement for mechanical, electrical and instrumentation are too generic and bidder needs to provide them in detail.
138 GUIDE ON BID EVALUATION
(m) Grit Removal system
The drawings of proposed grit removal system have not been provided. Bidder needs to provide this to assess the geometry and arrangement. Proposed manufacturer of grit pump is not given. Bidder has proposed vacuum pump as the grit pump and it is not acceptable. The proposed grit removal mechanism for the pumping stations identified for rehabilitation is not clear. Bidder needs to submit the mechanism clearly for evaluation.
Bidder needs to confirm at the Second-Stage Bid that the hydraulic solution of the grit removal system shall satisfy the flows in 2015 and 2030 as per the revised flows provided in Addendum no. 3.
(n) Coarse Screens, Screw Conveyor and Compactor
Bidder has not submitted process solution for screen removal. Bidder has proposed number of manufacturers for coarse screens, screw conveyor and compactor. Bidder needs to be firm about manufacturers for each at the Second-Stage Bid. Bidder needs to confirm at the Second-Stage Bid that the hydraulic solution of the grit removal system shall satisfy the flows in 2015 and 2030 as per the revised flows provided in Addendum no. 3.
(o) Pumps, Booster Pumps and Sump pumps
Bidder has proposed number of manufacturers for main pumps, booster pumps and sump pumps. Bidder needs to be firm about manufacturers for each at Second-Stage Bid. There are discrepancies in the flows in Technical schedules submitted by the bidder and needs to be clarified. The bidder has not demonstrated the pump selection criteria to meet design flow conditions in 2015 and 2030.
Pump capacities proposed by the bidder shall satisfy the flows in 2015 and 2030 as given in Addendum no. 3.
(p) Piping within Pumping Station
Bidder needs to comply with the specifications of pipe material. This needs to be confirmed with the Second-Stage Bid.
(q) Penstocks, Gate Valves, Check Valves, and Cranes
The information provided about the penstock manufacturer is not adequate to evaluate. Bidder shall be firm about his manufacturer(s) for gate valves, check valves and cranes.
(r) Ventilation System, Extract Fans, and Filters
Proposed manufacturer for the ventilation system does not comply with specifications. The bidder shall confirm his manufacturer for activated carbon filter. The proposed activated carbon filter does not meet the requirement of removal of H2S and organic sulphur compounds. The bidder has to provide these details to evaluate the acceptability.
FIRST STAGE BID EVALUATION REPORT 139
(s) Electrical
Bidder has proposed number of manufacturers for electrical panels, diesel generator and motors. Bidder needs to be firm about manufacturer of each and submit accordingly for evaluation at the Second-Stage Bid.
(t) Instrumentation and SCADA system
Bidder has to submit the copy of agreement with local agent for support of the software and programming of the proposed SCADA system. Clarification given by the bidder regarding the proposed manufacturer of ICA panels is vague and not acceptable. Bidder has failed to provide details of responsibilities of design and production of drawings, fabrication and factory testing of panels, initial and site programming of ICA panel and SCADA system and after sales support.
Bidder has not submitted an acceptable mechanism for integration of the SCADA system of the existing three pumping stations based on the details given in the bidding document. Bidder needs to submit his assessment with the Second-Stage Bid based on the information provided at this stage.
4.2.3 Bidder No.7
(a) CVs of Experts/Personnel
The details given in CVs of proposed key experts/personnel are inadequate. Bidder requires providing relevant experience, size, capacity, project value of previous projects for evaluation. The CV of the person who will be in-charge of commissioning has not been submitted. The team responsible for structural strengthening of pumping stations identified for rehabilitation is not detailed enough. Hence, CVs with detailed previous experiences is required to be submitted at the Second-Stage Bid.
(b) Exceptions and Deviations
Grit removal efficiency does not comply with the specification. A clear explanation is required to be submitted about this deviation for review. Bidder proposed to use existing grit chambers of the pumping stations identified for rehabilitation for grit removing. Grit is a serious issue and hence this would not be feasible due to the capacity issue. The clarification submitted by the bidder is not acceptable as it does not promote separation of grit particles. The bidder needs to submit a proper solution with the Second-Stage Bid.
(c) Layouts
Bidder has submitted layout plans to demonstrate concept for all the pumping stations. For some of the pumping stations the bidder has proposed two separate sumps. Bidder has to provide reasons for this suggestion for evaluation and also confirm his proposal for grit removal based on the revised flows given in Addendum no. 3.
140 GUIDE ON BID EVALUATION
(d) Local Agent and Capability for Repair
Bidder has provided a list of the local agents but has to provide the documentary evidence to confirm the capability of the local agent. The requirement of the local agent for mechanical items were amended through the Addendum no. 3 issued to the bidders and the bidder has to provide the details of local agent and its capacities accordingly.
(e) Spares
Bidder has provided a list of spare parts. Bidder will have to confirm the requirements given in the bid documents by submitting the list of spare parts for 5 years operation based on manufacturer’s recommendation. Additionally the bidder has to propose spare parts which were not readily available with the local agent for employer to determine to procure in price schedules 1 and 2 provided in the bid.
(f) Subcontractors
Bidder has provided the details of proposed subcontractors for parts of civil construction and mechanical installations.
(g) Design Subcontractors
Bidder has not provided the details of how he is going to do the designs. If this to be subcontracted the bidder needs to provide the details of subcontractor and their willingness.
(h) Operations of Pumping Stations during Construction
The work will be carried out live pumping stations and the bidder has to operate the pumping stations during the construction stage while meeting the environmental regulations. Bidder needs to confirm that his proposed diversion arrangement can meet this requirement.
(i) Precommissioning, Commissioning and Functional Guarantee Tests
Bidder has submitted precommissioning, commissioning testing plan and the functional guarantee testing plan for evaluation. Addendum no. 3 has been issued for precommissioning, commissioning, and functional guarantee test plans. The bidder has to submit test plans accordingly.
(j) Civil Works
Bidder has not provided demolition plan and debris removal for pumping stations. Proposed layout plans of pumping stations have been provided. Bidder has to confirm that proposed layout plans assures the operational issues and hydraulic requirements. Septage disposal at xxxxxx pumping station has been provided. The bidder has to confirm that separate screening and grit removal system will be provided for septage management. The structural investigations
FIRST STAGE BID EVALUATION REPORT 141
that the bidder intends to carryout to assess the structural stability of pumping stations identified for rehabilitation are not provided. Details of proposed force mains such as locations of valves are given and the bidder has to confirm the adequacy of them. Addressing environmental safeguards against odor of the force mains has to be provided.
(k) Construction and Construction Management
Bidder’s work plan, construction schedule, and the organization chart are acceptable. The mobilization schedule has to be revised to include the equipment required for entire contract period. Details of flow diversion and operation of pumping stations during the construction stage are detailed adequately.
Bidder’s proposal does not confirm that the bidder is ready to investigate and strengthen the existing structures of pumping station identified for rehabilitation. Hence structural strengthening of sumps of pumping stations identified for rehabilitation is not adequately addressed.
(l) Method Statement
The method statements are provided and adequately detailed.
(m) Grit Removal System
The proposed grit removal system of some of the pumping stations has not taken into account how to optimize the present mechanism. The bidder needs to provide this. Grit containers and classifiers have been proposed in pretreatment area close to the screening containers. However this has not shown in the proposed pumping station layouts. The guaranteed grit removal rate of the proposed mechanism needs to be confirmed.
Bidder has proposed manufacturers for grit pump and grit classifier but needs to be firm about the proposed manufacturers. Bidder has not confirmed that the proposed grit removal systems of some of the pumping stations are capable to meet the requirements in 2015 and 2030 as required in the bidding documents.
Bidder needs to confirm at the Second-Stage Bid that the hydraulic solution of the grit removal system shall satisfy the flows in 2015 and 2030 as per the revised flows provided in Addendum no. 3.
(n) Coarse Screens, Screw Conveyor, and Compactor
Bidder has submitted manufacturers and process solution for screening and screen removal. However the bidder needs to be firm about his manufacturers for screens, screw conveyor and screened compactor.
Bidder needs to confirm at the Second-Stage Bid that the hydraulic solution of the grit removal system shall satisfy the flows in 2015 and 2030 as per the revised flows provided in Addendum no. 3.
142 GUIDE ON BID EVALUATION
(o) Pumps, Booster Pumps, and Sump pumps
Bidder has demonstrated the pump selection criteria. The pump curves required to match for 2015 and 2030 flows. Bidder needs to provide manufacturer details of sump pump and be firm about the manufacturers of main pumps and booster pumps. Pump capacities proposed by the bidder shall satisfy the flows in 2015 and 2030 as given in Addendum no. 3.
(p) Piping within Pumping Station
The details of the proposed pipe manufacturer of the bidder are not adequately given.
(q) Penstocks, Gate Valves, Check Valves, and Cranes
The bidder shall be firm about his manufacturer for penstocks, gate valves, check valves and cranes. The manufacturer’s authorization provided does not comply with the list make selected under “Make and Country of Manufacturer.” Bidder needs to clarify this.
(r) Ventilation System, Extract Fans, and Filters
Extract air duct ventilation system proposed by the bidder doses not comply with the specifications. Hence the bidder needs to confirm to the specifications. The proposed activated carbon filter does not meet the requirement of removal of H2S and organic sulphur compounds. The bidder has to provide these details to evaluate the acceptability.
(s) Electrical
Bidder has to be firm about the manufacturer of the diesel generator and the capacities or capacity calculations of generators are required to be provided.
(t) Instrumentation and SCADA system
Bidder proposed the manufacturer and local agent for ICA panels. However bidder has failed to provide details of responsibilities of design and production of drawings, fabrication and factory testing of panels, initial and site programming of ICA panel and SCADA system and after sales support. Proposal of how integrating the SCADA system of the existing three pumping stations is submitted but needs to be elaborated.
4.2.4 Bidder No.8
(a) CVs of Experts/Personnel
The CVs of proposed key experts/personnel are incomplete as those are not descriptive with relevant experience, size and capacity of pumping stations handled. The rehabilitation of pumping stations requires strengthening of existing sumps of pumping stations. The CV of the person who will be in-charge
FIRST STAGE BID EVALUATION REPORT 143
of commissioning has not been submitted. Hence CVs with detailed previous experiences is required with the Second-Stage Bid.
(b) Exceptions and Deviations
Bidder has not deviated from the reference standards and from reference specifications. Bidder proposed to use existing grit chambers of the pumping stations identified for rehabilitation for grit removing. Grit is a serious issue and hence this would not be feasible due to the capacity issue. The proposal submitted by the bidder is not acceptable. The bidder needs to submit a proper solution with the Second-Stage Bid.
(c) Layouts
Bidder has submitted same layout plans given in the bidding documents. The bidder needs to propose his own layouts based on his proposal while confirming the operator and maintenance friendliness.
(d) Local Agent and Capability for Repair
Bidder has proposed a local agent but this cannot be accepted for all equipment. In the absence of an accredited agent appointed by the manufacturer, the bidder’s proposed agent can be considered provided that bidder submits proofs to confirm the local agent is fully capable of providing after sales service as per the requirements of the bidding documents. In the Second-Stage Bid submission bidder has to comply with the requirements given in the Addendum no. 3.
(e) Spares
The list of spare parts has not been provided. The bidder has to submit the list of spare parts for 5 years operation based on the manufacturer’s recommendation.
(f) Subcontractors
Bidder has provided a list of subcontractors. No documentary evidence of statement of engagement or willingness of proposed subcontractors to work in the project. Bidder needs to provide this information with the Second-Stage Bid.
(g) Design Subcontractors
Bidder has not provided the details of how he is going to do the designs. If this to be subcontracted the bidder needs to provide the details of subcontractor and their willingness.
Design criteria for civil, mechanical, electrical and instrumentation are not comprehensive enough. Proposed surge analysis system is not acceptable.
The SCADA system design proposed is generally acceptable.
144 GUIDE ON BID EVALUATION
(h) Operations of Pumping Stations during Construction
The work will be carried out live in pumping stations and the bidder has to operate the pumping stations during the construction stage while meeting the environmental regulations. Bidder needs to confirm that his proposed diversion arrangement can meet this requirement.
(i) Precommissioning, Commissioning, and Functional Guarantee Tests
Bidder has not submitted detail plans of above. Addendum no. 3 has been issued for precommissioning, commissioning, and functional guarantee test plans. The bidder has to submit test plans accordingly.
(j) Civil Works
Bidder has provided demolition plan, proposed layout plans of pumping stations. However the bidder has to provide internal layout and architecture of the pumping stations with due consideration of operation of pumping stations, health and safety aspect etc. The structural investigations that the bidder intends to carryout to assess the structural stability of pumping stations identified for rehabilitation are not provided. Details of proposed force mains such as locations and sizes of valves, addressing environmental issues and method of construction are not given. Bidder needs to provide these details with the Second-Stage Bid.
(k) Construction and Construction Management
Method statement submitted by the bidder is not detailed enough and do not address how the bidder is going to tackle the sub surface conditions such as high ground water, adverse geological conditions etc at pumping station sites. The method of constructing pumping mains is not described. The mobilization schedule submitted has to be detailed to show the resource requirement for the entire construction period. The QA/QC plan, EMP and Health and Safety plan shall be specific to the work under this contract. Bidder’s proposal for overflows seems that the bidder has no understanding of providing overflows for pumping stations identified for new construction. Bidder requires reviewing the scope given and submitting his proposal with the Second-Stage Bid. Bidder has not submitted the operational plan of the pumping stations during construction and how the existing structures of pumping stations identified for rehabilitation will be strengthen. Bidder needs to submit these details with the Second-Stage Bid.
(l) Method Statement
The method statement for mechanical, electrical and instrumentation is not detailed enough. Bidder has to submit the detailed method statement at the Second-Stage Bid.
FIRST STAGE BID EVALUATION REPORT 145
(m) Grit Removal system
Bidder proposes to use existing grit traps of pumping stations identified for rehabilitation. Due to insufficient capacity of the grit traps this solution will not be satisfactory. The bidder needs to submit satisfactory solution for this. The capacities of grit removal systems for each pumping station for 2015 and 2030 flows have not been evaluated by the bidder.
Bidder needs to confirm at the Second-Stage Bid that the hydraulic solution of the grit removal system shall satisfy the flows in 2015 and 2030 as per the revised flows provided in Addendum no. 3.
(n) Coarse Screens, Screw Conveyor, and Compactor
Bidder has submitted manufacturers for coarse screens, screw conveyor and compactor. Bidder needs to confirm at the Second-Stage Bid that the hydraulic solution of the screen removal system shall satisfy the flows in 2015 and 2030 as per the revised flows provided in Addendum no. 3.
(o) Pumps, Booster Pumps, and Sump pumps
Bidder has not demonstrated the pump selection criteria adequately. Proposed manufacturer for booster pump is not acceptable with the requirements in the bidding document.
Pump capacities proposed by the bidder shall satisfy the flows in 2015 and 2030 as given in Addendum no. 3.
(p) Piping within Pumping Station
The bidder has to provide the proposed pipe system and manufacturer of the pipes. Bidder needs to provide these details with the Second-Stage Bid.
(q) Penstocks, Gate Valves, Check Valves, and Cranes
The bidder has not proposed manufacturers and process solutions for gate valves and check valves. Proposed manufacturer for the crane is not acceptable as it does not fulfill the specifications. Bidder needs to provide these details with the Second-Stage Bid.
(r) Ventilation System, Extract Fans, and Filters
The bidder has not provided the process solutions of the ventilation system. The proposed activated carbon filter does not meet the requirement of removal of H2S and organic sulphur compounds. The bidder has to provide these details with the Second-Stage Bid.
146 GUIDE ON BID EVALUATION
(s) Electrical
Bidder has indicated that capacity requirement of the diesel generator. However the bidder has to submit capacity calculation based on the manufacturer’s software which will be chosen by the bidder as per the specifications. To comply with the environmental requirements the noise level reduction of the generator to the acceptable level is required. This cannot be achieved with open type generators. Bidder shall provide confirmation on these requirements with the Second-Stage Bid.
(t) Instrumentation and SCADA system
Bidder has proposed local agent for ICA panels. However no records of past experience submitted as required in the b id and hence not acceptable. Bidder has failed to provide details of responsibilities of design and production of drawings, fabrication and factory testing of panels, initial and site programming of ICA panel and SCADA system and after sales support. Integration of the SCADA system of the existing three pumping stations is provided. But more information is required. Bidder needs to provide these information with the Second-Stage Bid.
4.2.5 Bidder No.9
(a) CVs of Experts/Personnel
The CVs of proposed key experts/personnel are incomplete as those do not contain the details of previous experience. The rehabilitation of pumping stations requires strengthening of existing sumps of pumping stations. The Civil/Structural expert shall have experience on such work. The organization plan detailing with person in charge of commissioning during commissioning period is required to evaluate the bidder’s preparedness. The bidder will have to provide detail CVs to assess the capacity with the Second-Stage Bid. It is observed that some of the experts in the list of experts proposed are different from the CVs submitted.
(b) Exceptions and Deviations
The bidder has proposed impeller free passage as 50-75mm whereas the bid requires 100mm free passage. As it was understood that 100mm free passage reduces the pump efficiency Addendum no. 3 was issued and the bidder has to fulfill the requirement given in the addendum.
Bidder has made exceptions and assumptions in mechanical, electrical, and general requirements. The mechanical and electrical deviations from the specifications are not acceptable and the bidder needs to confirm to the specifications. The assumptions made in terms of general requirements such as local taxes, providing spares and tools for operation during construction are deviations to the bidding documents. The bidder will require confirming to the above requirements in the bidding documents at the Second-Stage Bid.
FIRST STAGE BID EVALUATION REPORT 147
The work is to be carried out in fenced boundaries of pumping station premises which have already established with other utilities such as electrical substations. Hence the proposed space requirement for electrical rooms in the drawings is not matching. The bidder has to rearrange the location and space requirements accordingly and submit with Second-Stage Bid.
(c) Layouts
Bidder has submitted layout plans for new pumping stations. The layouts were not submitted for pumping stations scheduled for rehabilitation. The bidder needs to understand that proposal for grit removal in these pumping stations is required as grit is a serious issue. Bidder needs to submit his proposals by taking into account the geometry of the existing pumping station with the Second-Stage Bid for evaluation.
(d) Local Agent and Capability for Repair
Bidder has not stated the details of proposed local agents for electromechanical and instrumentation equipment. The requirement of the local agent for mechanical items were amended through the Addendum no. 3 issued to the bidders and the bidder has to provide the details of local agent and its capacities.
(e) Spares
The bidder has to submit the list of spare parts for 5 years operation based on manufacturer’s recommendation. Additionally the bidder has to propose spare parts which are not readily available with the local agent for employer to determine to procure in price schedules 1 and 2 provided in the bid.
(f) Subcontractors
Bidder stated that it is a EPC company and the civil agency will nominate to execute the civil works. This is not acceptable and the bidder has to propose his subcontractors for evaluation. Bidder intends to subcontract Mechanical installations as well. However the list of subcontractors and the willingness of subcontractors to work with the bidder are not submitted.
Under Design Criteria–Technical Schedule-Mechanical, the bidder has proposed two names whereas under subcontractor bidder has proposed several names as subcontractors for supplying equipment. Bidder needs to provide more specifically the choice of subcontractors confirming to the requirements given in the bidding documents at the Second-Stage Bid.
(g) Design Subcontractors
Bidder has not provided the details of how he is going to do the designs. If this to be subcontracted the bidder needs to provide the details of subcontractor and their willingness at the Second-Stage Bid.
148 GUIDE ON BID EVALUATION
The work program of the bidder indicates short period for investigations and designs. Due consideration has not been given for completion of designs and drawings before the commencement of construction.
Bidder has not given how he proposes to improve the structural stability of the pumping stations of the ones identified for rehabilitation. Bidder has neither stated that he is going to adopt the methods suggested in the bidding document nor his own method.
The SCADA system design proposed is a reproduction of what is given in the bidding document. Bidder needs to submit his assessment on what is given in the bidding document or his own proposal with the Second-Stage Bid.
(h) Operations of Pumping Stations during Construction
The work will be carried out in live pumping stations and the bidder has to operate the pumping stations during the construction stage while meeting the environmental regulations. Bidder needs to confirm that his proposed diversion arrangement can meet this requirement.
(i) Precommissioning, Commissioning, and Functional Guarantee Tests
Bidder has not submitted detail plans of above. Addendum no. 3 has been issued for precommissioning, commissioning, and functional guarantee test plans. The bidder has to submit test plans accordingly.
(j) Civil Works
Bidder has not provided demolition plan of pumping stations identified for rehabilitation. Bidder has reproduced layout plans given in the bidding document. Bidder is required to review the layout plans by taking into account operational issues, hydraulic requirements, health and safety and accessibility to repair etc. The structural investigations that the bidder intends to carryout to assess the structural stability of pumping stations identified for rehabilitation are not provided. Details of proposed force mains such as locations and sizes of valves, addressing environmental issues and method of construction are not given. Bidder has not considered septage management requirement at xxxxxxx pumping station. Bidder is required to provide these details with the second-stage bid.
(k) Construction and Construction Management
Method statement submitted by the bidder is not detailed enough and do not address how the bidder is going to tackle the subsurface conditions such as high ground water, adverse geological conditions etc at pumping station sites. The method of constructing pumping mains is not described. The equipment required for such activities are not listed.
Bidder has not submitted the method statement for mechanical installations.
Flow diversion during construction has been discussed but details are inadequate. The bidder’s understanding on the work involvement of the existing
FIRST STAGE BID EVALUATION REPORT 149
overflow arrangement is inadequate. Bidder needs to provide above details with the Second-Stage Bid.
(l) Method Statement
The method statement for mechanical has not been submitted. Hence the bidder needs to submit this with the Second-Stage Bid.
(m) Grit Removal system
Proposed grit removal system of the bidder consists of grit chamber, lift pumps, conveying system to disposal trolley and washing facility with a dewatering capacity. The size of the proposed grit chamber does not match with the existing pumping station structures. This appears that operation and maintainability aspects have not been taken into account. Bidder needs e to explain how he is going to accommodate the chamber. Grit removal efficiency does not comply with the specifications. Bidder needs to comply or submit explanations from the manufacturer as to why the requirement can not be achieved. Grit containers and classifiers have been proposed in pretreatment area close to the screening containers. However, this has not shown in the proposed pumping station layouts.
Bidder has proposed vacuum primed pump as grit pump. This is not acceptable to the Employer. Wear of internal surface of pump and grit classifier needs to be eliminated by selecting proper material or with lining. Bidder needs to confirm at the Second-Stage Bid that the hydraulic solution of the grit removal system shall satisfy the flows in 2015 and 2030 as per the revised flows provided in Addendum no. 3.
(n) Coarse Screens, Screw Conveyor, and Compactor
Bidder needs to confirm that he proposes coarse screens, screw conveyor and compactor complying with the design standards given in the Employer’s requirement and all the pumping stations are to be provided with screens, screw conveyor, and compactor from same manufacture.
The process solution proposed by the bidder for handling screen material shall be capable of screening, solid separation, screen cleaning, conveying to washing facility, compacting and discharging with no manual handling. Bidder needs to confirm at the Second-Stage Bid that the hydraulic solution of the screen removal system shall satisfy the flows in 2015 and 2030 as per the revised flows provided in Addendum no. 3.
(o) Pumps, Booster Pumps, and Sump pumps
Bidder has not demonstrated the pump selection criteria. Pump capacities proposed by the bidder for xxxxxx and yyyyyyy are under capacity and incorrect.
The bidder has proposed a standard pump as the booster pump for all the pumping stations without studying the requirements of each pumping station separately. This would result over estimation or under estimation
150 GUIDE ON BID EVALUATION
of the requirement and hence required the bidder to reevaluate as per the requirement. The motors proposed by the bidder do not compatible with the pumps. The VFDs manufacturer proposed is not acceptable as it is not popular make in xxxxx resulting no after sales facilities can be guaranteed.
Pump capacities proposed by the bidder shall satisfy the flows in 2015 and 2030 as given in Addendum no. 3.
(p) Piping within Pumping Station
The manufacturer or the country of origin of the piping work has not been provided. In P and ID diagrams, the bidder has not provided schedule showing the details of pipes that he is going to use. The bidder has to provide these details at the Second-Stage Bid.
(q) Penstocks, Gate Valves, Check Valves, and Cranes
The proposed penstocks do not meet the requirements given in the bidding documents. The bidder needs to submit reference list of penstock installations in similar projects and after sales service details with the Second-Stage Bid.
(r) Ventilation System, Extract Fans, and Filters
The bidder has not provided the layout of proposed ventilation system. The proposed activated carbon filter does not meet the requirement of removal of H2S and organic sulphur compounds. The bidder has to provide these details at the Second-Stage Bid.
Bidder has proposed several manufacturers for LV+MCC panels, diesel generators. The bidder needs to be firm about his offer without proposing several manufactures. Manufacture and local agent for actuators have not been indicated.
(s) Instrumentation and SCADA system
Bidder has not provided documentary evidence of the agreement with local agent for field measuring equipment and central SCADA equipment and software. The bidder needs to be firm about his manufacturer(s) in the proposal. Bidder proposed the manufacturer and local agent for ICA panels. However, bidder has failed to provide details of responsibilities of design and production of drawings, fabrication and factory testing of panels, initial and site programming of ICA panel and SCADA system and after sales support. Integration of the SCADA system of the existing three pumping stations is a reproduction of what is given in the bidding document. Bidder needs to submit his assessment on what is given in the bidding document or his own proposal for reviewing and accepting. Bidder requires providing the above details at Second-Stage Bid
FIRST STAGE BID EVALUATION REPORT 151
4.3 Clarifications and Discussions
The findings of the detailed evaluation of the Technical documents submitted by the responsive bidders as summarized in paragraph 4.2.1 to 4.2.5 were sent on 7 February 20xx to the responsive bidders with the request to study and to prepare for clarification meetings. The clarification meetings were held on 4 March 20xx. In the meantime, the bidders were advised to inquire Technical issues identified in their proposals if they require. All five qualified bidders attended the clarification meetings. They were given time to make a presentation on the clarifications requested followed by a discussion.
Following the clarification meetings the bidders were advised to submit clarifications in writing. All five qualified bidders submitted their clarifications by 11 March 20xx.
5. Conclusions and Recommendations
On the basis of the analysis of the Technical proposals presented in this Report, it is concluded that:
(a) Bidder No. 1, Bidder No. 2, Bidder No. 4, and Bidder No. 6 did not have the minimum experience requirements stipulated in the bidding documents. Therefore, it was recommended that their bids should be rejected.
(b) The original Technical proposals supplemented by clarifications, additional information, changes and modifications, where necessary, of the following bidders were considered responsive to the requirements of the bidding documents:
1. Bidder No. 3
2. Bidder No. 5
3. Bidder No. 7
4. Bidder No. 8
5. Bidder No. 9
(c) It was recommended that the above five bidders be informed that their Technical proposals, supplemented by additional information submitted during evaluation of the Technical proposals were considered responsive to the bidding documents and to issue the “Changes Required Pursuant to First Stage Evaluation” to submit the final updated Technical proposal with the commercial proposal.
152
Appendix 1Page 1 of 3
Record of Bid Opening
Loan No.xxxxxxx Project Title : xxxxx Wastewater Management Project
Bid No. xxxxx (ICB) Bid Title : xxxxx Designing, Construction, Installation and Rehabilitation of Wastewater Pumping Stations of xxxxxx
1. The following bids were received by the closing deadline on 22 October 20xx at 02.00 pm and were publicly opened and announced at 02.00 pm on the same date. The following nine (09) bidders submitted “Technical Proposal” as per instructions of the bidding documents.
Bid No.Name of Bidder/
Nationality
Technical Proposal
SignatureOriginal Alternative Copy1 Bidder No. l/AUS Yes/CD No Yes Signed2 Bidder No. 2/PRC Yes No Yes/CD Signed3 Bidder No. 3/IND Yes/CD No Yes Signed4 Bidder No. 4/PRC Yes/CD No Yes Signed5 Bidder No. 5/PRC and MAL Yes/CD No Yes Signed6 Bidder No. 6/SIN Yes/CD No Yes Signed7 Bidder No. 7/KOR Yes/CD No Yes Signed8 Bidder No. 8 KOR Yes/CD No Yes Signed9 Bidder No. 9/IND Yes/CD No Yes Signed
EVALUATION AND QUALIFICATION CRITERIABID DATA SHEETRECORD OF BID OPENING 153
Page 2 of 3
2. The following bidders’ representatives attended the public opening of bids and a copy of the attendance sheet is attached as an annexure of this record.
Bidding CompanyBidder No. Name Designation Represented
1. Mr. xxxxxx Project Manager Bidder No. 12. Mr. xxxxxx Country Representative Bidder No. 23. Mr. xxxxxx Chief Operations Officer Bidder No. 34. Mr. xxxxxx Business Manager Bidder No. 45. Mr. xxxxxx Deputy General Manager Bidder No. 56. Mr. xxxxxx Sales Executive Bidder No. 67. Mr. xxxxxx General Manager Bidder No. 78 Mr. xxxxxx General Manager Bidder No. 89 Mr. xxxxxx Sales Engineer Bidder No. 9
3. Matters transpiring during the opening of bids.
The Bid Opening Committee members and the respective representative of the bidders examined the marking of each of the Technical Proposal envelopes and, after opening, initialed on the first page of the bid. The Bidder no. 2 has stated the CD copy of the bid is in duplicate copy of the bid.
4. Following Bid Opening Committee members attended the public opening of bids.
Name of Member Ministry/Department Designation Signature
Eng. xxxxxxx GCWMP, PMU DPD (Eng.) Signed xxxxxxx GCWMP Project Eng. (Procurement) Signed xxxxxxx MLGPC Assistant Secretary Signed xxxxxxx GCWMP Accountant SignedVenue: Account Division, Ministry of XXXXXX, No. xxx, yyyyy, zzzzzz
Date: 22.10.2013 Time: 2.00pm
154 GUIDE ON BID EVALUATION
Page 3 of 3
Attendance Sheet at Opening of BidsLoan No. xxxxxxx
Project title: xxxxxx Wastewater Management Project
Bid No. xxxxxx (ICB)
Bid title: xxxxxx Designing, Construction, Installation and Rehabilitation of Wastewater Pumping Stations
Place: Chief Accountant’s Office, Ministry of xxrxxxxx
Date: 25 July 20xx; Time: 11 a.m.
The following bidders representatives attended the public opening of bids.
BidderNo. Bidders
RepresentativeName Designation Signature
1. Bidder No. I Mr. xxxxxx Project Manager Signed2. Bidder No. 2 Mr. xxxxxx Country Representative Signed3. Bidder No. 3 Mr. xxxxxx Chief Operations Officer Signed4. Bidder No. 4 Mr. xxxxxx Business Manager Signed5. Bidder No. 5 Mr. xxxxxx Deputy General Manager Signed6. Bidder No. 6 Mr. xxxxxx Sales Executive Signed7. Bidder No. 7 Mr. xxxxxx General Manager Signed8. Bidder No. 8 Mr. xxxxxx General Manager Signed9. Bidder No. 9 Mr. xxxxxx Sales Engineer Signed
155
Appendix 2
Basic Data Sheet
1 Project Title xxxxxx Wastewater Management Project
2 Loan Number xxxxxxx
3 Bid Title xxxxxx Designing, Construction, Installation and Rehabilitation of Wastewater Pumping Stations
4 Bid Number xxxxxx (ICB)
5 Estimated Value $47.5 million (including taxes)
6 Dale Invitation for Bids Issued 25 July 20xx
7 Method of Procurement International Competitive Bidding Bidding Procedure Two Stage
8 Bid Closing Date and Time 22 October 20xx
9 Bid Opening Date and time 22 October 20xx at 2 p.m.
10 Number of Bids Received Nine Bids
11 Bid Validity Expires (Not Applicable)
12 Date for Determining Applicable (Not Applicable) Exchange Rates
156
Appendix 3
Table 1: Examination of Bids for Completeness and Compliance
Item DescriptionBidder No.
1 2 3 4 5 6 7 8 91
1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.8
1.9
Bid Documents (First-Stage Bid)
One original, 1 copy and 1 copy in CD
Letter of First Stage Bid
Alternative bids (If any)
Evidence of eligibility of Plant and Services
Evidence of eligibility to perform the Contract
Technical Proposal
Evidence of conformity of plant and services offered to Bidding Doc
List of Subcontractors
Completed Technical Schedules
Y
Y
N
Y
Y
Y
Y
Y
Y
Y
Y
Y
N
Y
Y
Y
Y
N1
Y
Y
Y
Y
N
Y
Y
Y
Y
Y
Y
Y
Y
N
Y
Y
Y
Y
P2
Y
Y
Y
N
Y
Y
Y
Y
Y
Y
Y
Y
N
Y
Y
Y
Y
Y
Y
Y
Y
N
Y
Y
Y
Y
Y
Y
Y
Y
N
Y
Y
Y
Y
Y
Y
Y
Y
N
Y
Y
Y
Y
Y
Y
2
2.1
2.2
2.3
Propriety of Signature and Completeness
Power of Attorney
Letter of First Stage Bids, properly signed or not
Completeness of Bids
Y
Y
P4
Y
Y
Y
Y
Y
Y
P3
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y = Yes N = NoP = Partial NA = Not Applicable
1/ names of the countries not given2/only list of manufactures given 3/ the person authorization letter issued is not given 4/ manufacture’s authorization not given
157
App
endi
x 4
Tabl
e 2: E
valu
atio
n of
Bid
ders
’ Qua
lifica
tions
Bidd
er
No.
Qua
lifica
tion
Crite
ria
Rem
arks
Pend
ing
Litig
atio
nN
et W
orth
Turn
over
Cash
Flo
w
Capa
city
Expe
rienc
eSh
all in
tota
l not
re
pres
ent m
ore
than
50%
of
the
Bidd
er’s
net
worth
.
Subm
issio
n of
au
dite
d ba
lanc
e sh
eets
for t
he
last
5 ye
ars
and
Bidd
er’s
net
worth
shou
ld b
e po
sitive
.
Min
imum
av
erag
e an
nual
co
nstru
ctio
n tu
rnov
er o
f $2
5 m
illio
n wi
thin
last
3
year
s (in
a JV
ea
ch p
artn
er
mus
t mee
t 25%
of
requ
irem
ent
and
one
partn
er
mus
t mee
t 40%
of
requ
irem
ent)
Mus
t dem
onst
rate
ac
cess
to, o
r av
aila
bilit
y of,
liqui
d as
sets
’, lin
es o
f cre
dit,
or
othe
r fina
ncia
l re
sour
ces.
Expe
rienc
e as
a c
ontr
acto
r, su
bcon
trac
tor
or m
anag
emen
t co
ntra
ctor
for a
t le
ast t
he la
st te
n (1
0) ye
ars
Parti
cipa
tion
in a
t le
ast 2
cont
ract
s (in
JV e
ither
by
one
part
ner o
r an
y tw
o pa
rtne
rs
01 e
ach)
with
in
the
last
5 ye
ars,
sim
ilar t
o th
e pr
opos
ed w
orks
, wh
ere
the
valu
e of
the
Bidd
er’s
parti
cipa
tion
exce
eds
$30
mill
ion.
And
each
pa
rtne
r sha
ll hav
e on
e co
ntra
ct o
f sim
ilar n
atur
e of
at
leas
t $20
m
Des
ignin
g,
cons
truct
ion,
in
stal
latio
n,
com
miss
ioni
ng
of W
W P
S ca
paci
ties n
ot
less
than
800
L/se
c
Reha
bilit
atio
n of
W
W P
S in
clud
ing
bypa
ssin
g and
w
orki
ng in
live
sy
stem
Des
ign, s
uppl
y an
d in
stal
latio
n of
st
anda
lone
and
cent
ral S
CADA
fo
r not
less
than
5
PS
Des
ign an
d co
nstru
ctio
n of
fo
rce
mai
n of
at
leas
t 400
mm
di
a. 2
km
leng
th
usin
g no-
dig
BECh
nolo
gy
Trai
ning
in
O&
M o
f WW
PS
, inc
ludi
ng
deve
lopi
ng
train
ing m
anua
ls an
d co
nduc
ting
train
ing c
ours
es
1Pa
rtne
r1–
No
pend
ing l
itiga
tion
Part
ner2
– N
o pe
ndin
g liti
gatio
n
Part
ner1
– po
sitive
Part
ner2
– po
sitive
Part
ner1
– $3
46.7
4 m
illion
Part
ner2
– $2
1 m
illion
Part
ner1
– As
sets
an
d lin
e of
cred
it –
$14.
5milli
on
Part
ner2
– A
sset
s an
d lin
e of
cred
it -
$2.9
milli
on
Requ
ire. –
$1
.724
milli
on
Part
ner1
– Ye
s
Part
ner2
– Ye
s
Part
ner1
– 02
pr
ojec
ts b
uild
ing
cons
truct
ion
01 p
roje
ct
$230
m b
ut th
e co
mpo
nent
on
WW
is $
16m
Part
ner2
– 01
pr
ojec
t $24
.6m
01
pro
ject
WW
tre
atm
ent v
alue
no
t give
n03
oth
er p
roje
cts
in th
e ra
nge
of
USD
5m to
9m
Part
ner1
– no
ne
Part
ner2
– Ca
paci
ty
231L
/sec
and
360L
/sec
Part
ner1
– no
ne
Part
ner2
– Ye
s
Part
ner1
– no
ne
Part
ner2
– SC
ADA
4 PS
Part
ner1
– no
ne
Part
ner2
– D
ai. n
ot gi
ven
3km
leng
th
tech
nolo
gy n
ot
given
Part
ner1
– no
ne
Part
ner2
– Ye
s
Fail1
cont
inue
d on
nex
t pag
e
158 APPENDIX 4
Bidd
er
No.
Qua
lifica
tion
Crite
ria
Rem
arks
Pend
ing
Litig
atio
nN
et W
orth
Turn
over
Cash
Flo
w
Capa
city
Expe
rienc
e2
PART
NER
1 –
No
pend
ing l
itiga
tion
PART
NER
2 –
No
pend
ing l
itiga
tion
PART
NER
1 –
posit
ive
PART
NER
2 –
posit
ive
PART
NER
1 –
$714
milli
on
PART
NER
2 –
$337
milli
on
PART
NER
1 –
Asse
ts an
d lin
e of
cr
edit
– $2
,398
m
illion
and
$53
milli
on
Requ
ire. –
$84
.85
milli
on
PART
NER
2 –
Asse
ts an
d lin
e of
cred
it –
$50
milli
on
Requ
ire. –
$4
2.88
milli
on
PART
NER
1 –
yes
PART
NER
2– ye
s
QM
EG –
02
nos.
ww tr
eatm
ent
plan
t pro
ject
s wh
ich
incl
uded
he
adwo
rk
pum
ping
$3
6.43
milli
on
(www
w Ri
ver
Sewe
rage
Pro
ject
) an
d $3
0.98
milli
on
(xxx
x Rive
r Se
wage
Pro
ject
)
PART
NER
2 –
02 p
roje
cts
subm
itted
are
flood
cont
rol
and
irriga
tion.
01
pro
ject
stor
m
wate
r pum
ping
co
nsid
ered
as
sim
ilar
$26.
79m
illion
PART
NER
1 –
none
PART
NER
2 –
01 p
roje
ct w
ith
capa
city
231
4L/
sec (
wwww
)
PART
NER
1 –
none
PART
NER
2 –
none
PART
NER
1 –
none
PART
NER
2 –
SCAD
A of
16
PSs
and
inte
grat
ion
to
cent
ral S
CAD
A (w
wwww
)
PART
NER
1 –
none
PART
NER
2 –
450m
m d
ia.
HD
PE p
ipe
for
2.7k
m u
sing
no-d
ig te
chni
que
(www
w)
PART
NER
1 –n
one
PART
NER
2 –
02
proj
ects
for 1
year
O
& M
trai
ning
, tra
inin
g man
ual
and
cond
uctin
g tra
inin
g (Lo
usha
n
Fail1
3Bi
dder
3 –
No
pend
ing l
itiga
tion
Posit
ive$8
,959
milli
onA
sset
s –
$8,6
18m
illion
Requ
ire. –
$3
,785
.68
milli
on
Yes
2 co
ntra
cts
of si
mila
r $4
3.76
milli
on
(xxx
xxxx
)
$50.
1 m
illion
(5
8MLD
capa
city
SP
T pl
ant,
xxxx
)
01 p
roje
ct
capa
city
113
0L/
sec (
xxxx
x)
01 p
roje
ct o
f re
habi
litat
ion
of
WW
trea
tmen
t pl
ant i
nclu
ding
PS
(xxx
x)
01 p
roje
ct
SCAD
A an
d in
stru
men
tatio
n wo
rk fo
r WS
and
WW
in (x
xxx
proj
ect)
01 p
roje
ct
PLC,
SCA
DA
and
wire
less
co
mm
unic
atio
n in
WS
(xxx
xx
proj
ect)
150m
m to
10
00m
m d
ia.
Sewe
r 9.5
km
leng
th u
sing
trenc
hles
s (xx
xxx)
Trai
ning
in
oper
atio
ns &
m
aint
enan
ce
(xxx
x Pro
ject
)
4Bi
dder
4 –
No
pend
ing l
itiga
tion
Posit
ive (o
nly 3
ye
ars g
iven)
$2
40 m
illion
Ass
ets a
nd
line
of cr
edit
– $4
69 m
illion
and
$302
milli
on
Requ
ire. –
$5
3.56
milli
on
Yes
02 p
roje
cts
$31.
49m
illion
and
$31.
84m
illion
Less
than
requ
ired
capa
city
(zzz
zz
proj
ect n
ot b
y the
bi
dder
)
Not
give
n 2
proj
ects
give
n wi
thou
t det
ails
(not
by t
he
bidd
er)
2 pr
ojec
ts gi
ven
with
out d
etai
ls (n
ot b
y the
bi
dder
)
1 pr
ojec
t give
n wi
thou
t det
ails
Tabl
e co
ntin
ued
cont
inue
d on
nex
t pag
e
EVALUATION AND QUALIFICATION CRITERIABID DATA SHEETEVALUATION OF BIDDERS’S QUALIFICATION 159
cont
inue
d on
nex
t pag
e
Bidd
er
No.
Qua
lifica
tion
Crite
ria
Rem
arks
Pend
ing
Litig
atio
nN
et W
orth
Turn
over
Cash
Flo
w
Capa
city
Expe
rienc
e5
Part
ner1
– N
o pe
ndin
g liti
gatio
n
Part
ner2
– N
o pe
ndin
g liti
gatio
n
Part
ner1
– po
sitive
Part
ner2
–
posit
ive
(onl
y 3 ye
ars
given
)
Part
ner1
– $9
11 m
illion
Part
ner2
–
$86
milli
on
Part
ner1
– A
sset
s and
line
of
cred
it –
$514
milli
on an
d $4
milli
on
Part
ner2
– A
sset
s and
lin
e of
cred
it –
$46m
illion
and
$10m
illion
Part
ner1
– Ye
s
Part
ner2
– Y
es
Part
ner1
– 03
pr
ojec
ts w
ater
tre
atm
ent a
nd
supp
ly. 0
1 pr
ojec
t wa
stew
ater
tre
atm
ent w
ith
cont
ract
valu
e of
$1
0.8m
. Out
of 4
pr
ojec
ts 2
pro
ject
s ar
e no
t with
in la
st
5 ye
ars.
Part
ner2
– 0
1 pr
ojec
t WW
tre
atm
ent
with
pum
ping
$3
4.71
milli
on
(vvv
vv)
01 p
roje
ct W
W
colle
ctio
n,
pum
ping
, tre
atm
ent
$30.
04m
illion
(v
vvvv
)
Part
ner1
– 01
pr
ojec
t with
ca
paci
ty 1
03L/
sec
Part
ner2
– 0
1 pr
ojec
t with
ca
paci
ty 1
,302
L/se
c
Part
ner1
– no
ne
Part
ner2
– 0
1 pr
ojec
t of
reha
bilit
atio
n of
6
pum
ping
stat
ions
ca
paci
ty fr
om
3L/s
to 5
20L/
s
Part
ner1
– SC
ADA
for x
yz
Part
ner2
–
SCAD
A ha
s bee
n ca
rried
out
at a
treat
men
t pla
nt
proj
ect w
ith n
o ce
ntra
l mon
itorin
g sy
stem
Part
ner1
– xy
z
Part
ner2
–
600m
m to
12
00m
m
diam
eter
sewe
r pi
pes u
sing p
ipe
jack
ing m
etho
d.
Leng
th o
f pip
e ja
ckin
g not
give
n an
d no
certi
ficat
e fo
r the
scop
e is
given
Part
ner1
– no
ne
Part
ner2
–
no tr
aini
ng
expe
rienc
e
Pass
6Bi
dder
6–
04 n
os.
of lit
igatio
ns (l
ess
than
50%
of n
et
worth
)
Posit
ive
$57
milli
onA
sset
s and
lin
e of
cred
it –
$72m
illion
and
$56.
5milli
on
Requ
ire. –
$1
4.06
milli
on
Yes
01 p
roje
ct W
S $5
4.26
milli
on,
01 p
roje
ct W
W
PS im
prov
emen
t $2
.15m
illion
01
proj
ect W
W
TP e
xpan
sion
$21.
48m
illion
, 01
pro
ject
re
loca
tion
of S
W
and
FH p
ump
hous
es $
19.4
4 m
illion
,
01pr
ojec
t WW
co
llect
ion
and
pum
ping
$21
.26
milli
on (j
oint
ly $4
2.52
milli
on)
01 p
roje
ct w
ith
capa
city
118
6L/s
none
none
2200
mm
dia
. St
eel p
ipe
usin
g pi
pe ja
ckin
g for
12
00m
leng
th
none
Fail4
Tabl
e co
ntin
ued
160 APPENDIX 4
Bidd
er
No.
Qua
lifica
tion
Crite
ria
Rem
arks
Pend
ing
Litig
atio
nN
et W
orth
Turn
over
Cash
Flo
w
Capa
city
Expe
rienc
e7
Bidd
er 7
– N
o pe
ndin
g liti
gatio
n Po
sitive
$2
,599
milli
onA
sset
s – A
sset
s an
d lin
e of
cred
it - $
1030
milli
on
Requ
ire. –
$3
7.7m
illion
Yes
02 p
roje
cts
WW
trea
tmen
t $6
5.79
milli
on
and
$230
milli
on
(vvv
v) W
W
treat
men
t
Env.
sani
tatio
n pr
ojec
t cap
acity
17
,361
L/s
(yyy
y city
)
Subc
ontra
ctor
1 –
03
pro
ject
s Su
bcon
tract
or
2 –
5 pr
ojec
ts w
ith
mor
e th
an 6
PS
in W
S
Subc
ontra
ctor
3
01 p
roje
ct
1000
mm
dia.
, 12
00m
m d
ia. &
15
00m
m d
ia.
and
2300
m to
tal
leng
th
01 p
roje
ct
600m
m d
ia.
3000
0m le
ngth
En v.
sani
tatio
n pr
ojec
t tra
inin
g on
O &
M (y
yyy c
ity)
Pass
5
8Bi
dder
8 –
No
pend
ing l
itiga
tion
Posit
ive
$1,2
23 m
illion
(o
nly 3
year
s giv
en)
Ass
ets –
Ass
ets
and
line
of cr
edit
– $1
,757
.84m
&
$20m
Requ
ire. –
$1
13.9
m
Yes
01 p
roje
ct W
W
treat
men
t with
PS
$61
.
01 p
roje
ct W
W
treat
men
t with
PS
reno
vatio
n $4
5.84
milli
on
zzzz
WW
tre
atm
ent
proj
ect c
apac
ity
12,7
31.4
8L/s
ec
zzzz
WW
tre
atm
ent p
roje
ct
reno
vatio
n an
d re
habi
litat
ion
of
inflo
w PS
01 p
roje
ct w
ith
SCAD
A de
signi
ng
and
inst
alla
tion
02 p
roje
cts w
ith
no d
ig te
chno
logy
- 3
00m
mdi
a.
3.90
16km
leng
th- 8
00m
m to
1,
100m
m d
ia.
2.19
9km
leng
th
and
400m
m d
ia.
55m
leng
th
xxxx
WW
tre
atm
ent p
roje
ct
educ
atio
n an
d op
erat
ing
BECh
niqu
e
Fail6
9Bi
dder
9 –
No
pend
ing l
itiga
tion
Posit
ive
$291
.32
milli
on
Ass
ets –
$1
92.4
milli
on7
Requ
ire. –
$4
4.91
milli
on
Yes
one
proj
ect b
y $5
8.09
milli
on
(Bar
aki
Purifi
catio
n pl
ant)
01 p
roje
ct W
W
treat
men
t pla
nt
$44.
87 m
illion
(w
www)
capa
city
from
689
to
230
2L/s
ec
01 p
roje
ct
capa
city
197
1L/
sec
01 p
roje
ct (t
tttt)
SC
ADA
by su
b co
ntra
ctor
s
01 p
roje
ct W
S (u
uuu)
400m
m to
18
00m
m d
ia.
trenc
hles
s pip
e by
su
bcon
tract
or01
pro
ject
nat
ural
ga
s pip
e no
t co
nsid
ered
one
proj
ect D
BO
with
trai
ning
(K
odun
gaiyu
r)
Pass
7
Pass
8
Pass
9
1.
Lead
Par
tner
’s (P
artn
er1)
sim
ilar p
roje
cts s
ubm
itted
are
build
ing c
onst
ruct
ion
and
henc
e th
e Le
ad P
artn
er d
oes n
ot fu
lfill s
elec
tion
crite
ria. A
dditi
onal
ly th
e pa
rtner
’s (P
artn
er2)
$24
.8 m
illion
pro
ject
is
uncl
ear w
heth
er W
ater
Sup
ply o
r Was
tewa
ter a
nd th
e co
st gi
ven
in F
C or
US
dolla
rs.
2.
Lead
Par
tner
’s (C
AMEC
) sim
ilar p
roje
cts s
ubm
itted
are
flood
cont
rol a
nd ir
rigat
ion
and
01 st
orm
wat
er p
roje
ct. T
he sc
ope
of w
ork o
f Xxx
x Rive
r Sew
age
Proj
ect o
f par
tner
(Par
tner
2) d
oes n
ot co
ver
cons
truct
ion
of p
umpi
ng st
atio
ns. I
t is o
nly b
uild
ing r
enov
atio
n wo
rk. H
ence
not
sim
ilar.
3.
Si
mila
r pro
ject
s sub
mitt
ed ar
e wa
ter s
uppl
y and
hen
ce d
oes n
ot si
mila
r in
scop
e. E
xper
ienc
e on
key a
ctivi
ties i
s not
give
n.
4.
Both
sim
ilar p
roje
cts a
re w
ater
supp
ly pr
ojec
ts. K
ey ac
tiviti
es su
bmitt
ed ar
e no
t by t
he b
idde
r and
also
with
inad
equa
te d
etai
ls.
5.
Bidd
er su
bmitt
ed cl
arifi
catio
ns o
n th
e co
st o
f the
sim
ilar p
roje
ct b
y Lea
d Pa
rtner
and
key a
ctivi
ty e
xper
ienc
e.6.
O
ne p
roje
ct su
bmitt
ed fo
r sim
ilar p
roje
ct re
quire
men
t by t
he b
idde
r is a
wat
er su
pply
proj
ect a
nd o
ther
four
pro
ject
s are
was
tewa
ter p
roje
cts b
ut th
e co
ntra
ct va
lues
are
lowe
r tha
n th
e re
quire
men
t spe
cifie
d.
Also
bid
der d
oes n
ot co
mpl
y with
som
e of
the
key a
ctivi
ty e
xper
ienc
e.
7.
Sim
ilar p
roje
cts e
xper
ienc
e on
cons
truct
ion
of p
umpi
ng st
atio
ns w
as n
ot cl
ear.
Tran
slatio
n of
sub
cont
ract
or’s
expe
rienc
e on
wor
king i
n liv
e sy
stem
s was
not
certi
fied.
Sub
cont
ract
or’s
expe
rienc
e on
SCA
DA
was n
ot cl
ear.
Sub
cont
ract
or’s
expe
rienc
e on
mic
ro tu
nnel
ing w
as n
ot cl
ear.
Clar
ifica
tions
wer
e so
ught
from
the
bidd
er.
8.
Bidd
er h
as su
bmitt
ed F
IN -
1 fo
r 3 ye
ars.
Expe
rienc
e of
SCA
DA
work
was
not
with
in la
st 5
year
s. Cl
arifi
catio
ns w
ere
soug
ht fr
om th
e bi
dder
. 9.
Bi
dder
has
not
subm
itted
doc
umen
tary
evid
ence
for t
he ke
y act
ivity
wor
king i
n liv
e se
wera
ge sy
stem
and
the
docu
men
tary
pro
of fo
r SCA
DA
work
s is u
nsign
ed. C
larifi
catio
ns w
ere
soug
ht fr
om th
e bi
dder
. Ta
ble
cont
inue
d
161
Appendix 5
Table 3: Substantial Responsiveness of Bids (Commercial Terms)
Sr.No. Requirements
BiddingDoc.
Reference
Bidder No.
1 2 3 4 5 6 71. Power of Attorney Section 1 – 18.2
Section 2 – 18.2 PC1 C PC2 C C PC3 C
2. Signature on Bid Formand Schedule Section 2 – 18.2 C C C C C C C
3. Joint Venture Agreement or Formal Intent to Enter into an Agreement
Section 1 – 11.1(h) C C NA NA C NA NA
4. Eligibility
(a) Bidder Section 1 – Clause 4
C C C C C C C
(b) Goods and Services
Section 1 – Clause 5
C C C C C C C
5. Major Equipment Maker C C C C C C C
6. Contract Execution Schedule
Section 6 C C C C C C C
Completion 1,092 daysCONCLUSION NC R R R R R R
C = Complied, PC = Partially Complied NC = Not Complied NA = Not ApplicableR = Responsive NR = Not Responsive NI = Not Indicated; clarification will be required
162
Appendix 5Attachment 1
Details on Eligibility of Bidders
No. Requirements
Bidding DocumentsReference
Bidder No.1
Bidder No. 2
Bidder No. 3
Bidder No. 4
Bidder No. 5
Bidder No. 6
Bidder No. 7
1 Single Entity or Joint Venture
Section 1, Clause 4.1 Y Y NA NA Y NA NA
If Joint Venture, all partners must be jointly and severally laible.
2 Bidder must be a national of an eligible ADB member country.
Section 1, Clause 4.2
Proposed subcontractors or Suppliers must be nationals of an eligible ADB member country country.
Y Y Y Y Y Y Y
3 Conflict of Interest Section 1, Clause 4.3
None None None None None None None
4 Declared Ineligible by ADB
Section 1, Clause 4.4
No No No No No No No
5 Government-owned enterprise in Employer’s country to be legally and financially autonomous, operate under commercial law, and not dependent agency of the
Section 1, Clause 4.5
NA NA NA NA NA NA NA
6 Not having been declared ineligible based on a United Nations resolution.
Section 1, Clause 4.7
No No No No No No No
163
Appendix 6
Table 4: Salient Technical Features of Bids (Technical Proposals)
Attached
Legend Description
Yes Fulfilled Scope of Works and/or Meets Required Specifications
FC As above but the matter requires Further Clarification or Confirmation
NI No Information provided in the bid.
No Not Fulfilled Scope of Work or Did Not Comply with Specifications
164 GUIDE ON BID EVALUATION
XXXXXX
SECOND STAGE BID EVALUATION REPORT(PRICE PROPOSALS)
FOR
WASTEWATER MANAGEMENT PROJECT—Designing, Construction, Installation,
Rehabilitation and Maintenance of Wastewater Pumping Stations of XXXXXX
TWO STAGE BIDDING PROCEDURE
BID No. 01/ICB/Works/03/20xx
ADB LOAN No. XXXXXXX
XXXXXX WASTEWATER MANAGEMENT PROJECT
9 September 20xx
165SECOND STAGE BID EVALUATION REPORT
Contents1. Introduction ������������������������������������������������������������������������������������������������������������������������������������������������ 167
1.1 General .....................................................................................................................................................................................167
1.2 Submission of Bids ...............................................................................................................................................................167
1.3 Bid Opening ............................................................................................................................................................................167
1.4 Basic Data and Exchange Rates ......................................................................................................................................167
1.5 Bid Evaluation Committee ................................................................................................................................................168
2. Examination of Bids ����������������������������������������������������������������������������������������������������������������������������������� 168
2.1 List of Bidders ........................................................................................................................................................................168
2.2 Bid Documents (Technical Proposal) ..........................................................................................................................168
2.3 Propriety of Signature and Power of Attorney...........................................................................................................169
3. Determination of Substantial Responsiveness of Bids ������������������������������������������������������������������������� 169
3.1 Eligibility of Bidders and Goods ......................................................................................................................................169
3.2 Bidder’s Qualifications .......................................................................................................................................................169
3.3 Compliance with Commercial Terms and Conditions ...........................................................................................169
4. Detailed Evaluation of Technical Requirements ................................................................................................. 170
4.1 Selection of Bids for Detailed Evaluation ....................................................................................................................170
4.2 Time for Completion/Contract Execution Schedule .............................................................................................170
4.3 Terms of Payment and Commercial Terms and Conditions ................................................................................170
4.4 Evaluation of Technical Requirements.........................................................................................................................171
4.5 Technical Responsiveness of Bids ..................................................................................................................................176
5. Examination of Price Proposals ........................................................................................................177
5.1 Arithmetic Check, Corrections and Conversions to Local Currency ...............................................................177
6. Evaluation/Comparison of Price Proposals ....................................................................................177
6.1 Evaluation of Price Proposals ...........................................................................................................................................177
6.2 Comparison of Price Proposals and Determination of the Lowest Evaluated Bid ......................................178
6.3 Reasonableness of Price of the Lowest Evaluated Bid ...........................................................................................178
7. Conclusions and Recommendations ................................................................................................178
GUIDE ON BID EVALUATION166
Appendixes
l Record of Bid Opening ...........................................................................................................................................................179
2 Basic Data Sheet .......................................................................................................................................................................181
3 Table 1: Summary of Bid Prices (Arithmetic Corrections and Corrected Bid Prices) .................................... 182
4 Table 2: Salient Features of Technical Requirements ................................................................................................183
5 Table 3: Bid Price Comparison with Price Adjustments ............................................................................................184
6 Table 4.1: Bid Price of Bidder No. 1 (Arithmetic Corrections and Corrected Bid Prices) ........................... 185
7 Table 5: Bid Price Comparison ............................................................................................................................................ 189
167SECOND STAGE BID EVALUATION REPORT
1. Introduction 1.1 General
The xxxxxx has received a loan from the Asian Development Bank (ADB) to finance the cost of implementing the xxxxxx Wastewater Management Project. It is intended that part of the funds be used for eligible payments under the contract for “Designing, Construction, Installation, and Rehabilitation of Wastewater Pumping Stations of xxxxx xxxxxx” for which these bids have been invited. ADB Two Stage bidding procedure has been adopted for this procurement.
As per the procedure given in the Instructions to Bidders, the invitations to submit second stage bids were issued on 10 June 20xx, to four responsive and qualified bidders from the First-Stage Bid evaluation. Along with this invitation, the bidders have been issued with “Changes Pursuant to First Stage Bid Evaluation” as per Sub-Clause 27.5, and Addendum No. 3 as per Sub-Clause 28.1(a) of Section 1 of the bidding document. Copies of the invitations together with above documents were forwarded to ADB when issuing to bidders.
1.2 Submission of Bids
The closing time of bid submission was extended till 2 p.m. on 14 August 20xx. Accordingly the receipt of bids was closed at 2 p.m. local time on 14 August 20xx. All four qualified and invited bidders submitted the second stage bids.
1.3 Bid Opening
Bids were opened as scheduled, at 2 p.m. on 14 August 20xx at the Chief Accountant’s Office of the Ministry of XXXXXXXX, by the Bid Opening Committee, in the presence of representatives of bidders. The bidders’ names were announced and recorded. The Bid Opening Committee opened the envelopes of the Technical proposals and price proposal and examined the documents. All the necessary papers, forms and schedules were signed by the members of Committee on each of the envelopes. The Record of Bid Opening was prepared soon after the bids were announced. A copy of the record is attached as Appendix 1.
1.4 Basic Data and Exchange Rates
The key information of the bidding process was collected so that it would be readily available. The basic information pertaining to the bidding was summarized and is presented in Appendix 2.
The currency for bid comparison is local currency. The exchange rates used for the evaluation were the selling rates 28 days prior to the deadline for submission of bids published by the Central Bank of XXXXXXX. Accordingly the selling rates of US dollar and euro were obtained from the official source of the Central Bank of XXXXXXX. As the Central Bank does not calculate the selling rates for currency FC3, BEC decided to use the Central Bank’s web based exchange rate for converting currency yyy to xxx.
GUIDE ON BID EVALUATION168
1.5 Bid Evaluation Committee
A Bid Evaluation Committee (BEC) comprising the following four senior officers of xxxxxx had been formed by the Executive Director:
(1) Chairman Additional Secretary
(2) Member Chief Accountant (Expenditure and Monitoring)
(3) Member Deputy Director Engineering.
(4) Member Mechanical Engineer –Pumping Stations
(5) Member/
Secretary Project Director
The Committee decisions have been made on the basis of detailed discussions and views and the final decision was unanimous.
2. Examination of Bids
2.1 List of Bidders
The names of the bidders and their nationalities are shown in the following table.
Bidder No. Name Nationality
1 Bidder No. 1 JV: PRC–Malaysia
2 Bidder No. 2 Republic of Korea
3 Bidder No. 3 Republic of Korea
4 Bidder No. 4 India
2.2 Bid Documents (Technical Proposal)
The Technical proposals submitted were examined to verify that the bidders had submitted all the documents and information required by the bidding documents. The following were verified:
i. Letter of Second Stage Bid
ii. Completed schedules as required, including Price Schedules
iii. Bid Security
iv. Written confirmation authorizing the signatory of the bid
v. Updated First-Stage Bid, comprising any modifications required to the First-Stage Bid as recorded in the “Changes Required Pursuant to First-Stage Evaluation”
vi. Documentary evidence establishing any additional or varied plant and services and not included in the First-Stage Bid
vii. Documentary evidence regarding any changes between the time of submitting the First-Stage and the Second-Stage Bids
169SECOND STAGE BID EVALUATION REPORT
viii. Documentary evidence establishing any additional or varied facilities in accordance with the requirements of “Changes Required Pursuant to First Stage Evaluation” are Technically acceptable
ix. Subcontractors additional to or different from those named in the First-Stage Bid for major items of supply or services
The results of checking for completeness of bid documents are presented in Table 1: Examination of Completeness of Bid Documents, and attached as Appendix 3.
2.3 Propriety of Signature and Power of Attorney
All documents had been signed in accordance with Instructions to Bidders and corrections had been also initialed by the authorized person. The powers of attorney for the signatory of all the bidders were acceptable. The information is included in Table 1, Appendix 3.
3. Determination of Substantial Responsiveness of Bids
3.1 Eligibility of Bidders and Goods
In Clauses 4 and 5 of the Instructions to Bidders of the bidding documents it was specified that the bidder, and the goods and the services to be supplied shall be an eligible source country of ADB. Bidder No. 3 has not stated clearly the origin of the items comprising the Plant. All other bidders submitted certifications and necessary documentation which indicated that they are nationals of an eligible member country of ADB. Further all bidders submitted certification that they were not involved in the consulting services associated with this contract. The results of checking are presented in Table 2: Substantive Responsiveness of Second-Stage Bids, and attached as Appendix 4.
3.2 Bidder’s Qualifications
The bidding documents required, in Clause 15 of Instructions to Bidders, that each bidder submit with the bid, evidence of its Technical capability, financial capacity and previous experience in similar works by completing the forms and schedules provided in the bidding documents. All bidders have submitted updated information by completing due forms and schedules satisfactorily. The results of the review were summarized in Table 3: Evaluation of Changes of Bidders’ Qualifications and are attached as Appendix 5.
3.3 Compliance with Commercial Terms and Conditions
3.3.1 Bid Validity and Bid Security
The bid validity period of at least 119 days from the date of Second-Stage Bid submission was specified in ITB 33.1 of Section 2 of the bidding documents. All the bidders offered the bid validity period as required.
A bid security amounting to $800,000 or LC 100,000,000.00 valid for a period of 147 days from the date of Second-Stage Bid submission was specified in ITB 34.1 of Section 2 of the bidding documents. All the bidders offered the bid security as required.
GUIDE ON BID EVALUATION170
4. Detailed Evaluation for Technical Requirements
4.1 Selection of Bids for Detailed Evaluation
As discussed in Section 3 of this report, all bids submitted by the four bidders were determined as substantially responsive to the bidding documents. The ranking in order of the lowest bid price is as follows. Arithmetically corrected bid price in the table excludes the taxes and duties of Price Schedules 1 and 2 and includes provisional sum under Price Schedule 4. In order to check Price Schedules all four bidders were advised to submit the soft copies of the Price Schedules by the EA. Accordingly, all four bidders submitted the soft copies of the Price Schedules. Examination of Price proposals is dealt with in Paragraph 5 of this report.
No.Name of
BidderAs Opened Bid Price
in LCArithmetically Corrected Bid
Price in LC Ranking1 Bidder No. 1 11,466,773,500.50 10,681,472,747.00 42 Bidder No. 2 10,218,482,093.54 10,218,482,092.00 33 Bidder No. 3 6,859,522,661.88 6,859,522,661.88 14 Bidder No. 4 8,219,545,951.89 7,531,446,148.00 2
In order to reduce the volume of work involved in the detailed Technical evaluation, it was decided to evaluate initially only the two lowest bids. Other bids would be evaluated only if adjustments, if any, to be made to the two lowest bids would bring their adjusted price above the adjusted price of any of the other bids.
Accordingly, only bids Nos. 3 and 4 were initially evaluated and, since the adjusted prices of these two bids were lower than the adjusted price of any of the other two bids, detailed evaluation of the higher bids were not necessary.
The detail comments of the Technical proposals of these two bidders are given in Appendix 8. This gives the examination of changes submitted by Bidders, under the memorandum “Changes Required Pursuant to First Stage Evaluation”.
4.2 Time for Completion/Contract Execution Schedule
The contract execution schedules and sequence of delivery of major units of Plant were evaluated in detail and compared with the requirements of the bidding documents. The contract execution schedules submitted by bidders were generally in order. All the bidders proposed execution schedules met completion requirement of 36 months for the total scope of work. The results of the review were summarized in Table 2: Substantive Responsiveness of Second-Stage Bids and are attached as Appendix 4.
4.3 Terms of Payments and Commercial Terms and Conditions
Two lowest bidders accepted the terms and conditions of the bidding documents with respect to payments and also accepted the price adjustment provisions and specified mechanism for the determination of price adjustments. Bidder
171SECOND STAGE BID EVALUATION REPORT
No. 3 has not firmly stated the origin of the Plant as discussed under Para 4.4: Evaluation of Technical Requirements. The two bidders accepted the provisions for liquidated damages, functional guarantees and the corresponding adjustments and other stipulations for the supply and delivery of goods, warranty conditions and after sales services. The results of the review were summarized in Table 2: Substantive Responsiveness of Second-Stage Bids and are attached as Appendix 4.
4.4 Evaluation of Technical Requirements
The contract execution schedules and sequence of delivery of major units of Plant were evaluated in detail and compared with the requirements of the bidding documents. The contract execution schedules submitted by bidders were generally in order. All the bidders proposed execution schedules met completion requirement of 36 months for the total scope of work. The results of the review were summarized in Table 2: Substantive Responsiveness of Second-Stage Bids and are attached as Appendix 4. [Note: Some items in the Bid Evaluation Report were omitted for brevity.]
4.4.1 Technical Specifications
(a) Bidder No. 3
The Technical Proposal of the bidder was not clear enough to understand the updated sections of the proposal as no reference has been given to the Changes Required Pursuant to First Stage Evaluation issued to the bidder. Hence BEC advised the PE to request the bidder to clarify and submit the changes made as per the memorandum entitled “Changes Required Pursuant to First Stage Bid Evaluation” and Addendum 3. Accordingly the bidder submitted the details. BEC examined the Second-Stage Bid based on this submission.
The bidder has proposed to use existing grit chambers with a grit removal efficiency of 45% for pumping stations identified for rehabilitation without optimizing as expected by the Employer. 45% efficiency for grit removal is not acceptable. In the Changes Required Pursuant to First-Stage Bid Evaluation the bidder has been advised to provide a Technical solution for addressing the serious grit problem. However the bidder has failed to provide an acceptable solution with the Second-Stage Bid. This is a major technical requirement, and bidder’s indicated removal efficiency is not acceptable as it will adversely affect the pump, performance. Hence, the BEC considers this bid as technically nonresponsive under Sub-Clause 43.2 of Section 1 of the bidding documents.
The bidder has mentioned under the country of manufacturer the name of an eligible country along with a statement “or an available country.” Hence, the eligibility of the plants offered cannot be evaluated as per ITB14. If the bidder is the successful bidder, the bidder must comply with the requirements of the ADB eligible country.
The bidder has offered several alternative makes for the items of plant; such as main pumps, grit pumps, grit classifier, coarse screen, screw conveyor, screen
GUIDE ON BID EVALUATION172
compactor and booster pumps from different manufacturers, but giving only one Technical Schedule for all makes. Therefore out of the range of the equipment, which make of equipment meets the required specification cannot be assessed. Hence, the BEC is not in a position to determine whether the offered items are available with the bidder’s proposed manufacturers and conforming to the Employer’s Requirements. This will adversely affect the detailed design. BEC considers this as a serious non conformity as clear instructions had been issued to submit separate schedules for each make and model offered. Hence, this bid is a nonresponsive bid under Subclause 43.2 of Section 1 of the bidding document.
(b) Bidder No. 4
Bidder has proposed vortex type grit removal mechanism with the grit removal efficiency of 97% of girt larger than 0.212 mm for all the pumping stations. This complies with the Employer’s Requirement.
The bidder has offered manufacturers and local agents for all major plant and equipment except for instrumentation, SCADA software and ICA panels for instrumentations. The manufacturers and local agents proposed for major plant and equipment are acceptable and comply with the Employer’s Requirement. BEC recommends the bidder to rectify the arrangement proposed for instrumentation, SCADA software, ICA panels and any other equipment that he has offered without naming the agent, by proposing an acceptable manufacturer and local agent before awarding the contract if the bidder is the successful bidder.
Bidder’s proposal for pumping station layouts is acceptable and is subject to changes during the review of the designs during implementation stage. This is acceptable. Bidder’s external layout plans of each pumping stations do not show the drainage plans, which can be carried out at the design review stage during implementation. The proposal by the bidder for designing and construction of force mains does not include odor control arrangement. Bidder needs to study and provide this arrangement during detailed design stage.
4.4.2 Construction Schedules and Sequence of Construction
(a) Bidder No. 3
Bidder has submitted the Resource Schedule for manpower and Construction Schedule. The Construction Schedule proposes to have a design period of first 9 months continuously. The delay in commencing the construction period of first group to the beginning of eight month would result in delays in completion of the subsequent work under the bid. The Construction Programme also shows that the bidder has not considered the amended grouping given in the Annex 1 to Addendum No. 3. Training of Employer’s personnel has been limited only to a period of 1 month whereas the bidding document requires training period of 6 months simultaneously with the Commissioning Period. BEC noted that this does not comply with the requirement. The program tallies with the overall contract period.
173SECOND STAGE BID EVALUATION REPORT
Program does not include the resource mobilization plan for Plant. Bidder refers to the bid of Stage 1 for items of Plant, which is not acceptable. This omission is not a major issue for this evaluation.
(b) Bidder No. 4
Bidder has developed a work plan covering each work group as proposed in the bidding document covering all key activities. Proposed work plan is acceptable at this stage. However, the Construction Programme shows that the bidder has not considered the amended grouping given in the Annex 1 to Addendum No. 3.BEC did not consider this as a major deviation. The program tallies with the overall contract period.
Program includes resource (equipment and manpower) mobilization plans. Proposed equipment (type and size) is adequate and is commensurate with the construction method mostly. Only key item of equipment which was not included in the list is microtunnelling machine(s). BEC did not consider this as a major deviation. Bidder also includes labor deployment plan which is acceptable.
4.4.3 Contractor’s Organization and Personnel
(a) Bidder No. 3
Bidder has provided information on contract management organization. The proposed organization covers for design and construction. The commissioning period is not covered. This is considered as a minor deviation. Bidder shall submit a detailed and complete organization arrangement upon award of the contract, if the bidder is the selected bidder.
Bidder proposed personnel for only limited number of positions. However, except for the positions of: Contractor’s Representative; for the other positions the Bidder could be allowed to proposed suitable candidates before awarding the Contract, if the bidder is the selected bidder. The bidder’s candidate for Lead Design Engineer is not acceptable as the candidate does not have experience of managing multidisciplinary design team as required in the work under this bid.
The proposed candidate for the Construction Manager position does not possess experience in managing rehabilitation projects. This position shall also be replaced with a suitable candidate if the bidder is the selected bidder.
Proposed Training Expert does not have adequate relevant experience.
For most of the positions the bidder has proposed non-professionally qualified personnel and most of them are in-house staff of the bidder working in number of projects of the bidder in XXXXX. BEC has the doubt whether the proposed personnel are available in full-time basis for the project. If the bidder is the selected bidder, the bidder shall be required to propose suitably qualified and experienced personnel fully available for the contract.
GUIDE ON BID EVALUATION174
(b) Bidder No. 4
Bidder has provided information on contract management organization separately for design and construction and commissioning periods. It is acceptable.
Bidder has proposed personnel for key positions. However, except for the positions of: Contractor’s Representative; Lead Design Engineer; and Construction Manager, for the other positions, the Bidder could be allowed to propose suitable candidates before awarding the Contract, if the bidder is the selected bidder, pursuant to Para 2.5 of Section 3 of the Bidding Document. Bidder’s candidate for Construction Manager has adequate experience.
Bidder’s proposal for Environmental Manager and H&S manager are nonlocals. Past experience indicates that locals are better suited for these two positions which need fluency in local language(s). Therefore BEC of the view that the bidder shall be requested to appoint locals for these two positions, if the bidder is the selected bidder.
4.4.4 Subcontractors
(a) Bidder No. 3
Bidder has provided a list of subcontractors, only for items of Plant and electrical items supplies and subcontracting. The list shows numbers of subcontractors for plant and electrical items. If the bidder is the successful bidder the approved list of manufacturers/subcontractors will be finalized before signing the contract as per ITB 29.1(i) of the bidding documents. Accordingly it is assumed that designs and civil works will be carried out by the bidder himself, if the bidder is the selected bidder. However, as per his proposals his design team seems entirely consisting of locals. BEC is of the view that design capability of the proposed arrangement with multidisciplinary approach is limited when the complicated scope of the work under this contract is considered. Bidder has proposed to submit detailed CVs of proposed design personnel after awarding the Contract and this is not acceptable. Therefore BEC recommends that the bidder to submit his arrangement for carrying out the design in detail prior to award of the contract, if he is the selected bidder.
The bidder has provided manufacturer’s authorization for major items of Plant. However the bidder’s proposal for the Country of Origin is not acceptable as the bidder has stated it will be supplied from manufacturer’s country or available country. This is not acceptable.
(b) Bidder No. 4
Bidder has provided list of subcontractors, which included plant suppliers. The bidder has clearly stated the subcontractors for items of plant. Suitability of plant suppliers under Process/Mechanical/Electrical and Instrumentation had been given under 4.4.1(b).
175SECOND STAGE BID EVALUATION REPORT
Civil and Electromechanical subcontractors proposed are:
(i) Subcontractor 1 - Acceptable
(ii) Subcontractor 2 - Acceptable
(iii) Subcontractor 3 - Accepted subject to scope of work to be allocated.
(iv) Subcontractor 4 - Acceptable for E&M work but not for civil work (only Grade 6)
(v) Subcontractor 5 - Acceptable
(vi) Subcontractor 6 - Acceptable
All subcontractors have provided letters on intent to work as subcontractors. Works assigned to each subcontractor are to be agreed at the contract execution stage if the bidder is the successful bidder.
4.4.5 Civil and Structural Approach
(a) Bidder No. 3
Design will be primarily based on British Standards and proposed standards are acceptable. Bidder has not provided the details of design software that he might use. If selected, bidder shall provide the details of the design software that he will use before the commencement of design work and obtain the Project Manager’s (PM) approval. Bidder has provided information on design criteria, which were not required at this stage.
(b) Bidder No. 4
Design will be based entirely on British Standards and is acceptable. Bidder has not provided the details of design software that he might use. If selected, bidder shall provide the details of the design software that he will use before the commencement of design work and obtain the PM’s approval.
4.4.6 Construction Method Statement
(a) Bidder No. 3
Bidder has covered all the major areas of construction activities. However descriptive statements are not provided as to how for health and safety of workmen, acceptability of repair/maintenance work, cleaning work and natural lighting and ventilation etc. are maintained in pumping station planning. Method statement has discussed by-pass arrangement for each pump station. However overflow arrangement has not been dealt in the proposal. The method statement submitted is adequate at this stage. Following areas are covered in the method statement:
• Demolition work
• Renewal of existing equipment
GUIDE ON BID EVALUATION176
• Installation and erection of mechanical/electrical equipment
• Sewer by passing
• Work involved with pump station construction including structural investigations
• Force main construction
(b) Bidder No. 4
Bidder has well covered all the major areas of construction activities, and presented in a form of a checklist covering different aspects that he will be looked into during construction. Bidder’s method statement clearly demonstrates that he has understood the scope of work and activities entailed in the scope. Method statement is organized addressing each site separately and the issues specific to site were reasonably captured. No significant discrepancy between the scope of work and bidders method. Hence the method statement submitted is adequate at this stage. Following areas are covered in the method statement:
• Overflow
• Demolition work
• Renewal of existing equipment
• Installation and erection of mechanical/electrical equipment
• Sewer by passing
• Inverted siphon
• Force man construction
• All pump Stations
• Workshops
4.5 Technical Responsiveness of Bids
On the basis of analysis of Technical proposals of these two bidders, that the bid of Bidder No. 3 does not meet the requirements of the Bidding Document and the Memorandum entitled “Changes Required Pursuant to First Stage Evaluation.” Hence the BEC is not in a position to evaluate the bid to assess whether the bid meets the Employer’s Requirements or not and hence is considered as Technically non-responsive pursuant to ITB 43.2. If such nonconformities are rectified would unfairly affect the competitive position of other Bidders presenting substantially responsive bids as per ITB 43.2 (b).
The Technical proposal of Bidder No. 4 is considered as substantially responsive to the Employer’s Requirements. However there are some deficiencies as described in paragraph 4.4.1 (b). BEC considers that these deficiencies are not of categories coming under material deviation, reservation or omission as pursuant ITB 43.2. Hence BEC considers that the contract can be awarded to the bidder with condition to rectify the stipulated deficiencies coming under Section 1- ITB 29.1(i) and Para 2.5 of Section 3 of the Bidding Document.
177SECOND STAGE BID EVALUATION REPORT
5. Examination of Price Proposals
The price proposals submitted were first examined to ensure that the bidders had submitted the Letter of Second Stage bid and the Price Schedules with Sub Schedules as given in Section 4 of the bidding documents and whether these documents had been prepared properly and signed as stipulated in the Instructions to Bidders. Documents of all bidders were satisfactory as all bid documents were signed and corrections were initialed by the authorized person.
5.1 Arithmetic Check, Corrections and Conversion to Local Currency
Each Subschedules and Schedules of the bidders were checked for arithmetic errors. Errors were corrected in accordance with the stipulations in the bidding documents. These corrections, none of which are substantial, were tabulated and are shown in Appendix 6: Tables 4.1, 4.2, 4.3, and 4.4 Arithmetic Corrections and Corrected Bid Prices. Furthermore, to facilitate evaluation and comparison of bids, the bid prices expressed in US dollars, euro, and Indian rupees were converted into local currency at the selling exchange rates established by the Central Bank of XXXXX on 17 July 20xx.
(a) Bidder No. 3
No arithmetic corrections were found in the Price Schedules and also in the Letter of Second Stage Bid.
However, the Price Schedules did not appear to include the Mandatory Spare parts, which the Contractor is obliged to supply under the Contract, and no list of such spares that would be supplied, had been provided in the Bid. As this implies that the bidder would not provide the mandatory spares, this is another reason to consider this bid as nonresponsive.
(b) Bidder No. 4
Bidder has added sub schedules for XX, xxxxxxx and yyyyyyy pumping stations under Price Schedules 1,2, and 4. The scope of work in these three pumping stations under this bid is limited to revamping the existing SCADA systems, the cost of which is provided under a Provisional Sum. Hence the cost of subschedules for these three pumping stations under Price Schedules 1,2, and 4 were not taken to the corrected bid price.
6. Evaluation/ Comparison of Price Proposals
6.1 Evaluation of Price Proposals
The scope of work and supply, Technical information, Technical data, manufacturers and subcontractors were scrutinized in detail and compared with the requirements of the bidding documents. As stated in Para 4.1 above, only the bids of Bidder No. 3 and 4 were evaluated as the adjusted prices of these two bids were lower than the adjusted price of any of the other two bids. The salient requirements of these two bids affecting the prices were summarized and attached as Appendix 8. Therefore no price adjustments would be required for missing items or unacceptable items.
GUIDE ON BID EVALUATION178
6.2 Comparison of Price Proposals and Determination of the Lowest Evaluated Bid
The arithmetically corrected bid prices including discounts were summarized in Table 5: Bid Price Comparison and attached to this report as Appendix 7. As that comparison shows, the lowest evaluated substantially responsive bid is that submitted by Bidder No. 4. The evaluated bid price is LC 7,531,446,148.00 excluding taxes and duties in Schedules 1 and 2 and excludes Provisional Sum under Subschedule 4.17.
6.3 Reasonable Price of the Lowest Evaluated Bid
Reasonable care has been taken in the bidding document to prevent front loading through the Terms of Payment. Hence there is no risk to the Employer. The rates in the Subschedule No. 4.17–General, are reasonable. The corrected bid price of bidder No. 4 is 7.13% higher than the Executing Agency’s estimate of LC 7,029,824,200.00.
7. Conclusions and Recommendations
On the basis of the systematic evaluation of bids, which had been carried out in accordance with the provisions of the bidding documents, it was concluded that Bidder No. 4 had submitted the lowest evaluated substantially responsive bid. It is recommended that the contract for the Designing, Construction, Installation, and Rehabilitation of Wastewater Pumping Stations of xxxxxx be awarded to Bidder No. 4 at the corrected bid price of FC1 5,672,980, FC2 10,942,198, FC3 268,292,593 and LC 4,576,155,239.00 (excluding taxes and duties from Schedules 1 and 2).
Changes to be agreed by the Bidder prior to award of the contract are given in a separate appendix.
179
Appendix 1Page 1 of 2
Record of Bid Opening
ADB Loan No.xxxxxxx Project Title : xxxxxx Wastewater Management Project
Bid No. ICB/Works/03/2013 Bid Title : Designing, Construction, Installation, Rehabilitation, Operation and Maintenance of Wastewater Pumping Stations
1. The following bids were received by the deadline fixed, 14 August 20xx at 2 p.m. and were publicly opened and read at 2 p.m. on the same date
Name of BiddersBid Price Bid Security
Amount DiscountSignature of
RepresentativeForeign LocalBidder, No. 1 FX LC LC - Price Proposal 45,229,925 5,513,610,772 FX 100 million 50,000,000 SignedBidder No. 2 FX LC Price Proposal 19,611,817.01 7,637,174,740 $800,000 5.5% SignedBidder, No. 3 Price Proposal
FX 31,129,824
LC2,762,215,227 $800,000 - Signed
Bidder No. 4 FX1 5,672,980 LC Price Proposal FX210,942,199 5,176,497,445 $800,000 - Signed
FX3271,154,891
2. The bidders’ representatives who attended the public opening of price proposals are listed in the copy of the attendance sheet attached as an annex of this record.
3. The following Bid Opening Committee members attended the public opening of bids
Bid Opening Committee Name of Member Ministry/Department Designation Signature
Member 1 PMU DPD (Eng.)Member 2 PMU Proj. Eng. (Proc.)Member 3 PMU Accountant
4. Reading and signing of documents ended at 2 .45 pm.
Signed Signed SignedDPD (Eng.) Proj. Eng. (Proc.) Accountant
PMU PMU PMU
GUIDE ON BID EVALUATION180
Page 2 of 2
Attendance Sheet at Opening of BidsLoan No. xxxxxx Project Title : xxxxx Wastewater Management ProjectBid No. ICB/Works/03/20xx Date: 14 August 20xx
Place : The office of the Chief Accountant, Ministry of yyyyyy, Block “C”, No. 330, Union Place, zzzzz, XXXX
Time: 2 p.m.
The following bidders’ representatives attended the public opening of bids.
Ser. No. Bidder
RepresentativeSignatureName Designation
1 Bidder No. 1 aaaaa DGM2 Bidder No. 2 bbbbb Manager 3 Bidder No. 3 cccccc Manager 4 Bidder No. 4 ddddd DGM
181
Appendix 2
Basic Data Sheet 1. Project Title : XXXXXXX Wastewater Management Project
2. Loan Number : xxxx
3. Bid Title : Procurement of Designing, Construction, Installation, Rehabilitation, Operation and Maintenance of Wastewater Pumping Stations of XXXXXX
4. Bid Number : ICB/Works/03/20xx
5. Estimated Value : FX 53.41million
6. Date for Invitation for : 10.06.2014 Second Stage bids
7. Mode of Procurement : International Competitive Bidding Two Stage Bidding Procedure
8. Bid Closing Date and Time : 14.08.20xx at 2.00pm
9. Bid Opening Date and Time : 14.08.20xx at 2.00pm
10. Number of Bids Received : 4
11. Bid Validity Period :119 Days from Second Stage bid submission date
12. Bid Security Amount : $800,000 or LC100,000,000.00
13. Date of Determining : 17.07.2014 Applicable Exchange Rate
14. Exchange Rates for Evaluation : 1FX1 = LC 131.62, 1FX2 = LC 178.88, FX3 = LC 2.1687
182
Appendix 3
Table 1: Examination of Completeness of Bid Documents
Item Description
Bidder No./Name 1 2 3 4
Bidder No. 1
Bidder No. 2
Bidder No. 3
Bidder No. 4
1
1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.8
1.9
1.10
2
2.1
2.2
2.3
Bid Documents (Second-Stage Bid)
One original, 1 copy
Letter of Second Stage Bid
Completed Schedules – Price Schedules and Technical Schedules
Bid Security
Authorization of signatory of Bid to commit
Updated First Stage Bid
Evidence of eligibility of additional or varied Plant and Services
Evidence of any changes occurred between submitting First-Stage bids and Second-Stage Bids, having an effect on Bidder’s eligibility and qualification
Evidence of any additional or varied facilities done accordance with “Changes Required Pursuant to First-Stage Evaluation”
List of Subcontractors
Propriety of Signature and Completeness
Power of Attorney
Letter of Second Stage Bids, properly signed or not
Completeness of Bids
Y
Y
Y
Y
Y
Y
Y
Y
NE4
NE
Y
Y
NE
Y Y Y
Y1
Y
Y Y
Y
NE
NE
Y Y
NE
YY Y
Y Y
YP3
Y
Y
P3
Y Y
P3
Y Y Y
Y2
Y
YY
Y
Y
Y
Y Y
Y
Y = Yes N = NoP = Partial NA = Not Applicable
1/ format has modifications – no risk 2/ format has modifications – no risk 3/ eligibility of additional or varied plant cannot be evaluated 4/ bidders are not taken for detailed evaluation
183
Appendix 4
Table 2: Substantive Responsiveness of Second-Stage Bids
Sr.No. Requirements
BiddingDoc. Reference
Bidder No./Name1 2 3 4
Bidder No. 1
Bidder No. 2
Bidder No. 3
Bidder No. 4
1. Letter of Second Stage Bid and Schedules ITB 30.1 C C C C
2. Signature on Bid Forms and Schedules ITB 35 C C C C
3. Joint Venture Agreement ITB 35.3 C NA NA NA
4.EligibilityBidderGoods and Services
ITB 14 NE2 NE CNC1
CC
5. Bid Validity 119 days ITB 33 C C C C
6.Terms of Payment, Price Adjustment Method and Provisions
Section 7 Clause 11 and 12 and Section 9
Appendix 1 NE NE C C
7. Functional Guarantees and Liquidated Damages Section 9 Appendix 8 NE NE C C
8. Contract Execution Schedule Section 4 NE NE C C CONCLUSION NC1 C
C = Complied NC = Not Complied NA = Not Applicable R = Responsive NR = Not Responsive NI = Not Indicated: clarification will be requiredNE = Not Evaluated
1/ The country of origin of plant and equipment has not been firmly given2/ Bidders not considered for detailed evaluation
184
Appendix 5
Table 3: Evaluation of Changes in Bidders’ Qualifications
Bidder No.
Qualification
Remarks
Pending Litigation
Net worth Turnover Cash flow Capacity
General Experience
Specific Experience
Specific Experience
in Key Activity
Not more than 50%
of net worth
Should be
positive
Not less than $25 million in
last 3 years
Current Contract commitments +
$5 million1 No change No
change Partner1– $985 mPartner2 – $86m
Partner1– Assets and line of credit – $5889 million and $3 million
Partner2 – Assets and line of credit – $46m and $10m
No change No change No change No change
2 No change No change
$2,599,339,745 Assets and line of credit – USDRequire. – $37.7 m
No change No change No change No change
3 No change No change
$1,329.13 million
Assets and line of credit – $1,237.57 million and $10 million
Require. – $241.74 million
No change No change No change No change
4 No change No change
$8,300 million Assets – $8,171 million Require. – $2,621 million
No change No change No change No change
No new projects awarded after submitting this bid have been submitted by any of the bidders.
185
App
endi
x 6
Tabl
e 4.1
: Bid
Pric
e of
Bid
der N
o. 1
(A
rithm
etic
Cor
rect
ions
and
Corr
ecte
d Bi
d Pr
ices
*)
Bid
Pric
e at
Ope
ning
Corr
ecte
d Bi
d Pr
ice
FC 1
Am
ount
FC
2A
mou
nt
FC 3
Am
ount
LC
Am
ount
U
SD-
-LC
Sche
dule
1FC
125
,105
,723
--
LKR
800,
947,
690
25,1
38,4
35-
--
Sche
dule
2-
--
LKR
735,
206,
268
--
-74
6,54
7,65
1
Sche
dule
31,
316,
250
--
LKR
22,6
60,0
001,
316,
250
--
22,6
60,0
00
Sche
dule
418
,807
,952
--
LKR
3,95
4,79
6,81
418
,807
,952
--
3,95
4,79
6,81
4
TOTA
L FC
145
,229
,925
--
LC5,
513,
610,
772
45,2
62,6
37-
-4,
724,
004,
465
Corre
cted
Bid
Pric
e in
Equ
ivale
nt L
KR b
ased
on
Sellin
g Exc
hang
e Ra
te as
at 1
7 Ju
ly 20
14 (2
8 da
ys
prio
r to
dead
line)
USD
= 1
31.6
2 5,
957,
468,
282
--
4,72
4,00
4,46
5
TO
TAL
BID
PRI
CE E
QU
IVAL
ENT
IN L
OCA
L CU
RREN
CYLC
10,6
81,4
72,7
47
TOTA
L BI
D P
RICE
EQ
UIV
ALEN
T IN
FO
REIG
N C
URR
ENCY
1FC
1 81
,153
,872
* Ex
clud
ing t
axes
and
dutie
s fro
m S
ched
ules
1 an
d 2
and
incl
udin
g pro
visio
nal s
um.
186
Tabl
e 4.2
: Bid
Pric
e of
Bid
der N
o. 2
(A
rithm
etic
Cor
rect
ions
and
Corre
cted
Bid
Pric
es*)
Bid
Pric
e at
Ope
ning
Corr
ecte
d Bi
d Pr
ice
FC 1
Am
ount
FC
2A
mou
nt
FC 3
Am
ount
LC
Am
ount
FC
1-
-LC
Sche
dule
1FC
114
,754
,229
--
-14
,754
,230
--
-
Sche
dule
2-
--
LC37
5,09
9,43
9-
--
375,
099,
439
Sche
dule
32,
137,
355
--
LC-
2,13
7,35
5-
--
Sche
dule
42,
720,
232
--
LC7,
262,
075,
300
2,72
0,23
2-
-7,
262,
075,
300
TOTA
L FC
119
,611
,817
--
LC7,
637,
174,
740
19,6
11,8
17-
-7,
637,
174,
739
Corre
cted
Bid
Pric
e in
Equ
ivale
nt L
C ba
sed
on S
ellin
g Exc
hang
e Ra
te as
at 1
7 Ju
ly 20
14 (2
8 da
ys p
rior t
o de
adlin
e)
U
SD =
131
.62
2,58
1,30
7,35
3-
-7,
637,
174,
739
TO
TAL
BID
PRI
CE E
QU
IVAL
ENT
IN L
OCA
L CU
RREN
CY
LC10
,218
,482
,092
TOTA
L BI
D P
RICE
EQ
UIV
ALEN
T IN
FO
REIG
N C
URR
ENCY
1FC
1 77
,636
,241
* Ex
clud
ing t
axes
and
dutie
s fro
m S
ched
ules
1 an
d 2
and
incl
udin
g pro
visio
nal s
um.
187
Tabl
e 4.3
: Bid
Pric
e of
Bid
der N
o. 3
(A
rithm
etic
Cor
rect
ions
and
Corre
cted
Bid
Pric
es*)
Bid
Pric
e at
Ope
ning
Corr
ecte
d Bi
d Pr
ice
FC 1
Am
ount
FC
2A
mou
nt
FC 3
Am
ount
LC
Am
ount
FC
1-
-LC
Sche
dule
1FC
119
,188
,778
--
-19
,188
,778
-
Sche
dule
2-
--
LC13
3,17
3,28
413
3,17
3,28
4
Sche
dule
3-
--
LC85
,288
,205
85,2
88,2
05
Sche
dule
411
,941
,046
--
LC2,
543,
753,
738
11,9
41,0
462,
543,
753,
738
TOTA
L FC
131
,129
,824
--
LC2,
762,
215,
227
31,1
29,8
242,
762,
215,
227
Corre
cted
Bid
Pric
e in
Equ
ivale
nt L
C ba
sed
on S
ellin
g Exc
hang
e Ra
te as
at 1
7 Ju
ly 20
14
(28
days
prio
r to
dead
line)
USD
= 1
31.6
24,
097,
307,
434
2,76
2,21
5,22
7
TO
TAL
BID
PRI
CE E
QU
IVAL
ENT
IN L
OCA
L CU
RREN
CYLC
6,8
59,5
22,6
61
TOTA
L BI
D P
RICE
EQ
UIV
ALEN
T IN
FO
REIG
N C
URR
ENCY
1FC
1 52
,116
,112
*Exc
ludi
ng ta
xes a
nd d
utie
s fro
m S
ched
ule
1 and
2 a
nd in
clud
ing p
rovi
siona
l sum
.
188
Tabl
e 4.4
: Bid
Pric
e of
Bid
der N
o. 4
(A
rithm
etic
Cor
rect
ions
and
Corre
cted
Bid
Pric
es*)
Bid
Pric
e at
Ope
ning
Corr
ecte
d Bi
d Pr
ice
FC 1
Am
ount
FC
2A
mou
nt
FC 3
Am
ount
LC
Am
ount
FC
1FC
2 FC
3LC
Sche
dule
1FC
15,
672,
980
FC2
10,9
42,1
99FC
326
9,22
8,16
0LC
487,
259,
677
5,67
2,98
010
,942
,198
266,
731,
862
-
Sche
dule
2LC
1,00
3,48
8,73
089
5,68
7,56
6
Sche
dule
3LC
88,8
95,4
0889
,465
,307
Sche
dule
4FC
31,
926,
731
LC3,
596,
853,
631
1,56
0,73
13,
591,
002,
366
TOTA
L FC
15,
672,
980
FC2
10,9
42,1
99FC
327
1,15
4,89
1LC
5,17
6,49
7,44
55,
672,
980
10,9
42,1
9826
8,29
2,59
34,
576,
155,
239
Corre
cted
Bid
Pric
e in
Equ
ivale
nt L
C ba
sed
on S
ellin
g Exc
hang
e Ra
te as
at 1
7 Ju
ly 20
14 (2
8 da
ys p
rior
to d
eadl
ine)
F
C1 =
178
.88,
FC2
= 1
31.6
2, IN
R =
2.16
871,
014,
782,
662
1,44
0,21
2,10
158
1,84
6,14
64,
576,
155,
239
TO
TAL
BID
PRI
CE E
QU
IVAL
ENT
IN L
OCA
L CU
RREN
CYLC
7,6
12,9
96,1
48
TOTA
L BI
D P
RICE
EQ
UIV
ALEN
T IN
FO
REIG
N C
URR
ENCY
2FC
2 57
,840
,724
* Ex
clud
ing t
axes
and
dutie
s fro
m S
ched
ule
1 an
d 2
and
incl
udin
g pro
visio
nal s
um.
189
Appendix 7
Table 5: Bid Price Comparison(In Local Currency)
Bids for Designing, Construction, Installation, and Rehabilitation of Wastewater Pumping Stations of XXXXXXXXX
ICB Contract No: ICB/Works/03/2013
ScheduleNo. Title of Schedule
ExecutingAgency’sEstimate
Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4
Part A: Bid Price
1Plant and mandatory spare parts supplied from abroad
2,460,438,470 3,308,720,814 1,835,144,228 2,525,626,960 3,038,870,005
2Plant and mandatory spare parts from within XXXXX
351,491,210 746,547,651 354,468,970 133,173,284 1,003,488,730
3 Design Services 105,447,363 195,904,825 265,846,076 85,288,205 88,895,408
4 Installation and otherservices 4,112,447,157 6,380,299,456 7,201,006,030 4,115,434,212 3,601,032,132
Sub-Total (1 to 4)Bid Price 7,029,824,200 10,631,472,746 9,656,465,304 6,859,522,661 7,732,286,275
Arithmetically corrected Bid Price 10,681,472,747 10,218,482,092 6,859,522,661 7,612,996,148
Corrected Bid Price excluding Prov: Sum (LC81,550,000)
10,599,922,747 10,136,932,092 6,777,972,661 7,531,446,148
Discounts LC 50 million from Schedule 4
5.5% from Foreign and Local currency Nil Nil
Discounted Price 10,549,922,747 9,579,400,827 6,777,972,661 7,531,446,148Part B: Adjustments(a) Quantifiable
Deviations and Omissions
Nil *816,594,083 Nil Nil
(b) Work,Services to be provided by the Employer
Nil Nil Nil Nil
Sub-Total (a + b) Nil 816,594,083 Nil NilTotal Evaluated Bid Price (Part A plus Part B)
7,029,824,200 10,549,922,747 10,395,994,910 6,777,972,661 7,531,446,148
Ranking 4 3 1 2* Due to non-addition of VAT for Schedule 4, subschedules 4.1 to 4.16.
ASIAN DEVELOPMENT BANK
GUIDE ON BID EVALUATIONJune 2018
ASIAN DEVELOPMENT BANK6 ADB Avenue, Mandaluyong City1550 Metro Manila, Philippineswww.adb.org
Guide on Bid Evaluation
This guide is intended to provide guidance to borrowers on bid evaluation procedures and how to prepare a bid evaluation report to be submitted to ADB, in connection with the procurement of contracts financed in whole or in part by an ADB loan or grant, or by ADB-administered funds.
About the Asian Development Bank
ADB’s vision is an Asia and Pacific region free of poverty. Its mission is to help its developing member countries reduce poverty and improve the quality of life of their people. Despite the region’s many successes, it remains home to a large share of the world’s poor. ADB is committed to reducing poverty through inclusive economic growth, environmentally sustainable growth, and regional integration.
Based in Manila, ADB is owned by 67 members, including 48 from the region. Its main instruments for helping its developing member countries are policy dialogue, loans, equity investments, guarantees, grants, and technical assistance.