KINGDOM OF CAMBODIA MINISTRY OF PUBLIC WORKS AND TRANSPORT PROJECT MANAGEMENT UNIT 3 GREATER MEKONG SUBREGION - SOUTHERN COASTAL CORRIDOR PROJECT (SCCP) ADB LOAN NO. 2373-CAM (SF) and Government of Australia Grant 0096-CAM PROCUREMENT OF CIVIL WORKS Contract Name: Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Contract No. : SCCP – CW3 BID EVALUATION REPORT First Version April 2012
78
Embed
BID EVALUATION REPORT - Ministry of Public Works and … 2012/CW3 Bid... · Bid Evaluation Report MAINTENANCE OF NATIONAL ROAD NO. 3 ... Bid Evaluation Report Keurt Construction Enterprise
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
KINGDOM OF CAMBODIA
MINISTRY OF PUBLIC WORKS AND TRANSPORT PROJECT MANAGEMENT UNIT 3
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Bid Evaluation Report
Greater Mekong Subregion Southern Coastal Corridor Project ADB Loan No. 2373-CAM (SF) and Government of Australia Grant 0096-CAM
MAINTAINENCE OF NATIONAL ROAD NO. 3 (FROM KAMPOT TO VEAL RINH)
BID EVALUATION REPORT
CONTENTS
Page I. INTRODUCTION
A. Background 1 B. Bid Opening 1
II. BID EVALUATION
A. Bid Completeness 2 B. Bidders’ Qualification 3 C. Bidders’ Responsiveness 3 D. Evaluated Bid Prices – Bidders’ Ranking 4
III. CONCLUSIONS AND RECOMMENDATION 5
ATTACHMENTS 1. Procurement Notice 2. Minutes of the Public Opening of Bids 3. Status of Completeness of Bids 4. Detailed Bid Evaluation 5. Corrected evaluated Bid Prices 6. Clarifications provided by Bidder No. 4 7. Standard evaluation forms (Responsiveness Check/Method Statement)
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) 1 Bid Evaluation Report
MAINTENANCE OF NATIONAL ROAD NO. 3 (FROM KAMPOT TO VEAL RINH)
BID EVALUATION REPORT
I. INTRODUCTION
A. Background 1. The maintenance of the National Road No. 3 from Kampot to Veal Rinh is a component of the ADB-AusAID-financed GMS-Southern Coastal Corridor Project. The scope of the proposed work includes quantity and unit-priced maintenance works on road section from Km 12+300 to Km 32+850, and performance/output based routine maintenance for two years on two sections: Km 0+000 to Km 12+300, and Km 32+850 to Km 54+300 covering the indicative quantities as given in the Bill of Quantities. The cost of the NR3 maintenance work was estimated at $1.91 million. 2. The work also includes compliance with the Project’s Environmental Management Plan (EMP), which is included in the Specifications.
3. The bidding document was prepared in accordance with ADB guidelines for Procurement of Works (small contract) using the post-qualification option. The ADB-approved bidding document was issued to prospective bidders on 25 January 2011. The ADB-approved procurement notice was published in the Cambodia Daily, an English-published newspaper widely distributed in Cambodia, on 25 January 2012 (Attachment 1). 4. By the pre-bid meeting date of 8 February 2012, 7 contractors had purchased the bidding document and five attended the pre-bid meeting. Three questions were raised by contractors during the meeting: the first related to the exact project period, the second regarding the last 3 years of financial performance and the third regarding financial resources. One amendment to the bidding document was issued on 12th March 2012. The amendment was to revise the deadline for bid submission and bid opening from 13 March 2012 to 16 March 2012. 6 more contractors purchased the bidding document after pre-bid meeting.
B. Bid Opening 5. By the bid submission date of 16 March 2012, five bids were received all submitted prior to 3:00 pm, the bid closing time. No bids were received after the submission deadline. All bidders were from Cambodia which is a ADB member country. 6. The public opening of bids was held on 16 March 2012 at 3:30 pm. Bids were opened by order of submission, i.e., the first submitted bid was opened first. Prior to opening the bid envelope, each bidder was requested to confirm that their bid envelope remained sealed. 7. The bid price was read and recorded and the completeness of the bid was checked with regard to bid security and authorization to sign (power of attorney) (Attachment 2). Bidder’s name, country of origin and as-read bid prices are summarized in Table 1.
Table 1: Bidders’ As-read Bid Prices Bidder’s Name Country of Origin As-read Bid
Price $
Bidders’ No.
Diamond Construction & Import Export Co. Ltd.
Cambodia 1,493,051.79 No. 1
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) 2 Bid Evaluation Report Keurt Construction Enterprise Co. Ltd. Cambodia 1,522,149.90 No. 2 Banteay SREI Engineering & Construction Co. Ltd.
Cambodia 1,688,702.89 No. 3
Kuy Leang KY Construction Trading Group Co. Ltd.
Cambodia
1,976,101.82a
No. 4
Kry Huy Construction & Import Export Co. Ltd.
Cambodia
2,195,410.70
No. 5
a 5% discounted price, original bid price $2,080,107.18
II. BID EVALUATION
8. The three-step evaluation consisted in reviewing the bid completeness and evaluating bidder’s qualification and bid responsiveness. Detailed evaluation sheets are provided in Attachment 4. A. Bid Completeness 9. The completeness of the five bids was checked as a first step of the evaluation process. The status of bid completeness based on bidding requirements (Instruction to Bidders [ITB] Clause 11 and Bid Data Sheet [BDS]) is summarized in Attachment 3 and detailed evaluation is shown in Attachment 4. The five bids were found substantially complete, i.e., in terms of completeness as submitted by bidders. 10. However, of the five received bids, bidder No. 5 did not provide power of attorney and bidders Nos. 1, 2, 4 and 5 did not nominate the proposed specialist sub-contractor for Social Development, Gender and HIV/AIDS Awareness and Prevention Program and Human Trafficking Prevention Program. In the first instance the bid signatory is the owner of the company. In the second case the lack of subcontractor’s name and technical proposal for specialist subcontractors is considered a relatively minor deviation as it does not fundamentally affect the bidder’s qualification and responsiveness with regard to the building and civil works, nor does it impact on the bid price. B. Bidders’ Qualification 11. A comprehensive review of the five bids was carried out to evaluate bidders’ technical and financial capacities based on the qualification criteria listed in Section 3 of the bidding document (paras 2.1 to 2.7). 12. Bidder No.1 was disqualified for not meeting the requirements on a) average annual
construction turnover and b) specific construction experience.
13. Bidder No. 2 was disqualified for the a) incorrect validity period of the bid security and not meeting the requirements on b) average annual construction turnover, c) Financial resources d) Specific construction experience and e) personnel.
14. Bidder No. 5 was disqualified for the a) incorrect validity period of the submitted bid security (The correct bid security validity date is 28 days past the expiration of the Bidder’s bid) and not meeting the requirements on b) average annual construction turnover, c) General construction experienced) Specific Construction experience and e) personnel.
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) 3 Bid Evaluation Report
15. Bidder No. 3 is partially disqualified due to not meeting the criteria of specific
construction experience. Against the requirement of 2 projects of at least $1.6M, the bidder submitted the details of 3 projects of values $2.586M, $1.295M & $0.87M. It is recommended to the Employer and the Bank to give some relaxation on this account.
16. Bidder No. 4 shall stand qualified on all parameters provided this Bidder No. 4 was able to substantiate the credential on Personnel, Equipment and submitted the details of Specialist Sub-contractor as required according to the letter written to this bidder (dated 4th April 2012) on the above. The initial submitted list of personnel and machineries lacks clarity.
C. Bidder Responsiveness 17. The third evaluation step consisted in evaluating the two (one partially) qualified bidder’s responsiveness based on the criteria specified in the bidding document (Section 3). Of the 2 qualified bidders (one partially disqualified), both were found responsive. 18. Based on their general and specific road experience, the proposed two responsive bidders have the capacity to meet the technical project requirements and perform the contract within the contractual 104-weeks implementation period (BDS, ITB 13.2 and PCC, GCC 1.1 (u)). Likewise, the financial situation of the two responsive bidders in terms of balance sheet and income statement for the last three years, average annual construction turnover, financial resources and current contract commitments confirms their capacities to meet the project financial requirements.
19. The two responsive bidders have provided a technical proposal including preliminary schedule of works, equipment and personnel schedule, and resume’s of proposed personnel (ITB 16 and Section 4). The review of the bidders’ technical proposal confirms adequacy of the bidders’ proposed implementation arrangements with the works requirements and the contractual completion time.
20. With regard to the contractual provisions as specified in the draft General Conditions of Contract and the Particular Conditions of Contract attached to the bidding document, in particular those related to completion time, and conditions and terms of payment, none of the proposed two responsive bidders have raised either written comments or reservations. Accordingly, by signing the Letter of Bid the bidders have accepted the proposed contractual terms and conditions (Letter of Bid, paras. (a) and (n).
Table 2: Bidders’ Qualification and Responsiveness Bidder’s No. & Name Qualified Responsiveness Comments 1. Diamond Construction & Import Export Co. Ltd.
No Requirements for Average Annual construction Turnover & Specific Construction experience were not met. Sub- contractors detail not submitted.
2. Keurt Construction Enterprise Co. Ltd.
No Requirements for Average Annual construction Turnover, Financial resources, Specific Construction experience, and Personnel experience were not met. Sub- contractor details not submitted.
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) 4 Bid Evaluation Report
Bid security validity period was non-compliant
3. Banteay SREI Engineering & Construction Co. Ltd.
Partially Yes Requirements for Specific Construction Experience were partly met. Against the requirements of 2 projects of at least $1.6M, the bidder has submitted the credentials for 3 projects of values $2.586M, $1.295M and $0.87M
4. Kuy Leang KY Construction Trading Group Co. Ltd.
Partially Yes This bidder has been asked through separate letter to submit the detailed CV’s, equipment details and the Specialist Sub-Contractor details. If they are able to substantiate the credentials, this bidder shall stand qualified on all parameters.
5. Kry Huy Construction & Import Export Co. Ltd.
No Requirements for Average Annual construction Turnover, General & Specific Construction experience & Personnel experience were not met. Sub- contractor detail not submitted. Bid security validity period was non-compliant
D. Evaluated Bid Prices – Bidders’ Ranking 21. In compliance with ITB 15.1 and BDS ITB 15.1, all bid prices were expressed in US dollars. The bid price of each bidder has been recomputed based on the bidder’s unit prices. Some errors were found but all bidders have priced all bill items. The evaluated bid prices after correction of arithmetical errors and ranking of responsive bidders are summarized in Table 3. The lowest evaluated bid price of $1,600,052.16 is about 16% below the Engineer’s estimate of $1,908,582.13. A detailed analysis and comparison of the unit rates of the lowest evaluated bid versus Engineer’s estimate has been carried out.
Table 3: Evaluated Bid Prices Bidder’s Name As-read Bid
Price $
Evaluated Bid Price *
$
Bidders’ Ranking
Diamond Construction & Import Export Co. Ltd.
1,493,051.79 1,600,052.16 No.1
Keurt Construction Enterprise Co. Ltd.
1,522,149.90 1,632,000.22 No.2
Banteay SREI Engineering & Construction Co. Ltd.
1,688,702.89 1,688,703.85 No.3
Kuy Leang KY Construction Trading Group Co. Ltd.
1,976,101.82
1,976,102.13 No.4
Kry Huy Construction & Import Export Co. Ltd.
2,195,410.70
2,195,409.25 No.5
1,976,101.82a
2,195,410.70
* For detailed calculation of evaluated Bid Prices (after correction of arithmetical errors), kindly refer to Attachment 5
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) 5 Bid Evaluation Report
III. CONCLUSIONS AND RECOMMENDATION 22. Of the five bids received on 16 March 2012 (the deadline for submission), Bidders Nos. 1, 2 and 5 were disqualified under Evaluation and Qualification Criteria 2.1 to 2.7, and/or failing to provide a compliant bid security. The lowest evaluated Bidder No. 3 Banteay SREI Engineering & Construction Co. Ltd. has submitted a price of $1.688 million which is about 12% below the Engineer’s Estimate. This Bidder qualifies on all parameters, except for the specific Construction experience. Against the requirement of at least 2 projects of $1.6M, the bidder has submitted the credentials for 3 projects of value $2.586M (more than 60% of requirement), $1.295M (20% below the requirement) & $0.87 M.USD (almost 50% below the requirement). Thus, the Bidder has submitted credentials for three projects of value $4.75 M against the requirements of two projects of $3.2M as per Clause 2.4.2 of Evaluation and Qualification Criteria. Bidder No. 4, Kuy Leang Ky Construction Trading Group Co. Ltd. has submitted a bid price of $1,976,102.13 (after discount) which is about 4% above the Engineer’s estimate. However, a separate letter has been written to this bidder for further clarification on Personnel & Equipment and Specialist Sub-contractor. Bidder No. 4, Kuy Leang Ky Construction Trading Group Co. Ltd. has provided all requested clarifications/documents on 10 April 2012 (see Attachment 6) and stands now qualified on all Bidding parameters. 23. A relative study of all the bids reveals that Bidder No. 3 has complied with all the requirements except for one parameter discussed above (partially qualified). Incidentally, the bid price of Bidder No. 3 is 12% lower than the Engineer’s Estimate, while the bid price of Bidder No.4 is 4% above the Engineer’s Estimate. Based on the above analysis, Bidder No. 3 is recommended for approval, after partially relaxing the Specific Construction Experience of minimum 2 contracts of at least 1.60 Million USD.
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 1-1 Bid Evaluation Report
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 1-2 Bid Evaluation Report
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-1 Bid Evaluation Report
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-2 Bid Evaluation Report
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-3 Bid Evaluation Report
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-4 Bid Evaluation Report
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-5 Bid Evaluation Report
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-6 Bid Evaluation Report
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-7 Bid Evaluation Report
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-8 Bid Evaluation Report
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-9 Bid Evaluation Report
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-10 Bid Evaluation Report
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-11 Bid Evaluation Report
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 2-12 Bid Evaluation Report
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 3-1 Bid Evaluation Report Status of Completeness of Bids1 Diamond
Construction & Import Export Co.
Ltd.
Keurt Construction
Enterprise Co. Ltd.
Banteay SREI Engg.&
Construction Co. Ltd.
Kuy Leang KY Construction Trading
Group Co. Ltd.
Kry Huy Construction &
Import Export Co. Ltd.
Letter of Bid Yes Complied
Yes Complied
Yes Complied
Yes Complied
Yes Complied
Completed Schedules Yes Complied
Yes Complied
Yes Complied
Yes complied
Yes Complied
Bid Security Yes Complied
Yes Validity not compliant
Yes Complied
Yes Complied
Yes Validity not compliant
Alternative Bids Alternative bids shall not be permitted (ITB 13.1, BDS-ITB13.1) Written confirmation for the signatory of the Bid to commit the Bidder
Yes
Yes Yes Yes
No
Documentary evidence for the Bidder to perform the contract
Yes Yes Yes Yes
Yes
Technical Proposal Yes Yes Yes Yes Yes JV agreement or letter of intent
NA NA NA NA NA
Subcontractor HIV/AIDS-Trafficking3
NO NO Yes NO NO
1. For further details refer to Attachment 4, Detailed Evaluation sheets. NA = Not Applicable
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 1 Bid Evaluation Report
Detailed Bid Evaluation The following sheets detail the evaluation of the five received bids in accordance with
the evaluation and qualification criteria attached to the bidding documents.
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 2 Bid Evaluation Report Bidder No.1
BIDDER No.1 Bid completeness: Yes. Bidder’s qualification: No Bid’s responsiveness: No 1. BID COMPLETENESS Document Compliance Comments Yes No Letter of Bid X Bid Validity X 120 days Bid Security X $40,000 bank guarantee issued by ACLEDA
Bank Plc. valid until -------(11 August 2012) Power of Attorney X Financial Data/Information X Experience X Personnel X Equipment X Subcontractor HIV/AIDS-Trafficking
2.1.1 Nationality Nationality in accordance with ITB Sub-Clause 4.2.
Cambodia not applicable
not applicable
not applicable
X
2.1.2 Conflict of Interest No conflicts of interest in accordance with ITB Sub-Clause 4.3.
No conflicts of
interest
not applicable
not applicable
not applicable
X
2.1.3 ADB Eligibility Not having been declared ineligible by ADB, as described in ITB Sub-Clause 4.4.
Eligible not applicable
not applicable
not applicable
X
2.1.4 Government-owned Entity Bidder required to meet conditions of ITB Sub-Clause 4.5.
Private company
as per registration documents
not applicable
not applicable
not applicable
X
2.1.5 UN Eligibility Not having been declared ineligible based on a United Nations resolution or Employer’s country law, as described in ITB Sub-Clause 4.8.
Eligible not applicable
not applicable
not applicable
X
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 3 Bid Evaluation Report Bidder No.1
2.2 Pending Litigation
Criteria Compliance Requirements Compliance
Requirement Single Entity Joint Venture Meet the
Requirements All Partners Combined
Each Partner
One Partner Yes No
All pending litigation shall be treated as resolved against the Bidder and so shall in total not represent more than seventy five (75) percent of the Bidder’s net worth.
None. Requirements
met.
not applicable
not applicable
not applicable
X
2.3 Financial Situation
Criteria Compliance Requirements Compliance
Requirement Single Entity
Joint Venture Meet the Requirements
All Partners Combined
Each Partner
One Partner Yes No
2.3.1 Historical Financial Performance
Submission of audited balance sheets or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3) years to demonstrate the current soundness of the Bidders financial position and its prospective long-term profitability. As a minimum, a Bidder's net worth calculated as the difference between total assets and total liabilities should be positive.
Minimum average annual construction turnover of US$ 4.0 million calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.
Av. $2.89 million for
2009, 2010 &2011.
Requirements not met.
not applicable
not applicable
not applicable
X
2.3.3 Financial Resources [5 x Working Capital + lines of credit] – [40% of current contract commitments] 5 x 0.854 + 0.673 - 2.198 = $2.745 mill > $1.60 mill Requirements met.
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 4 Bid Evaluation Report Bidder No.1
2.4 Experience
Criteria Compliance Requirements Compliance
Requirement Single Entity
Joint Venture Meet the
Requirements
All Partners Combined
Each Partner
One Partner Yes No
2.4.1 General Construction Experience
Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the applications submission deadline.
Information provided on Buildings and Civil Works Contract. Requirements met.
not applicable
not applicable
not applicable
X
2.4.2 Specific Construction Experience, Contracts of Similar Size and Nature
Participation as contractor, management contractor, or subcontractor, in at least two (2) contracts within the last six (6) years, each with a value of at least US$ one point six (1.6) million that have been successfully or are substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics as described in Section 6 (Works Requirements)
Info provided for Contract of $3.766 million & $1.4 million. Requirements not met.
not applicable
not applicable
not applicable
X
2.5 Personnel
No. Position
Minimum Requirements Bidder’s Resources Total Work Experience
[years]
Experience In Similar
Work [years]
Total Work Experience
[years]
Experience In Similar Work
[years] 1 Project Manager
(currently employed by the bidder)
15 5 (similar size & type)
6 2
2 Routine Maintenance Unit Manager
10 3 (similar size)
11
6
3 Quality Control Engineer 10 3 (similar type)
12 3
4.1 Site Supervisor 1 10 3 (similar size & type)
12 4
4.2 Site Supervisor 2 10 3 (similar size & type)
16 3
5.1 Routine Maintenance Supervisor 1
10 3 (similar type)
10 4
5.2 Routine Maintenance Supervisor 2
10 3 (similar type)
14 8
5.3 Routine Maintenance Supervisor 3
10 3 (similar type)
17 4
5.4 Routine Maintenance Supervisor 4
10 3 (similar type)
14 3
6 Measurement Engineer 5 3 (similar type)
16 3
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 5 Bid Evaluation Report Bidder No.1
Requirements partly met
2.6 Equipment
No. Equipment Type and Characteristics Min. Number Required
Bidder’s Resources
1 Bulldozer D8 type 1 1
2 Excavator 0.7m3 bucket 3 3
3 Dump Truck 14m3 10 10
4 Vibrating Roller 15 tonne 2 2
5 Tyre Roller 15 tonne 2 2
6 Motor Grader (150 hp) 2 2
7 Water Bowser (8000 liter) 2 2
8 Bitumen Distributor/Boiler (6000 liter) 2 2
Requirements met.
2.7 Specialist Subcontractors
Social Development, Gender and HIV/AIDS Awareness and Prevention Program and Human Trafficking Prevention Program – Not submitted
7.1 Laboratory Technician 1 5 3 (similar type)
10 3
7.2 Laboratory Technician 2 5 3 (similar type)
16 8
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 6 Bid Evaluation Report Bidder No. 2
BIDDER No.2 Bid completeness: Yes. Bidder’s qualification: No Bid’s responsiveness: No 1. BID COMPLETENESS Document Compliance Comments Yes No Letter of Bid X Bid Validity X 120 days Bid Security X $40,000 bank guarantee issued by Canadia
Bank Phnom Penh. valid until 14 June 2012 Power of Attorney X Financial Data/Information X Experience X Personnel X Equipment X Subcontractor Unexploded Ordnance NA Subcontractor HIV/AIDS-Trafficking X 2. QUALIFICATION – BID RESPONSIVENESS 2.1 Eligibility
Criteria Compliance Requirements Compliance
Requirement Single Entity
Joint Venture Meet the Requirements
All Partners Combined
Each Partner
One Partner Yes No
2.1.1 Nationality Nationality in accordance with ITB Sub-Clause 4.2.
Cambodia not applicable
not applicable
not applicable
X
2.1.2 Conflict of Interest No conflicts of interest in accordance with ITB Sub-Clause 4.3.
No conflicts of
interest
not applicable
not applicable
not applicable
X
2.1.3 ADB Eligibility Not having been declared ineligible by ADB, as described in ITB Sub-Clause 4.4.
Eligible not applicable
not applicable
not applicable
X
2.1.4 Government-owned Entity Bidder required to meet conditions of ITB Sub-Clause 4.5.
Private Construction
Company
not applicable
not applicable
not applicable
X
2.1.5 UN Eligibility Not having been declared ineligible based on a United Nations resolution or Employer’s country law, as described in ITB Sub-Clause 4.8.
Eligible not applicable
not applicable
not applicable
X
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 7 Bid Evaluation Report Bidder No. 2
2.2 Pending Litigation
Criteria Compliance Requirements Compliance
Requirement Single Entity Joint Venture Meet the
Requirements All Partners Combined
Each Partner
One Partner Yes No
All pending litigation shall be treated as resolved against the Bidder and so shall in total not represent more than seventy five (75) percent of the Bidder’s net worth.
None. Requirements
met.
not applicable
not applicable
not applicable
X
2.3 Financial Situation
Criteria Compliance Requirements Compliance
Requirement Single Entity
Joint Venture Meet the Requirements
All Partners Combined
Each Partner
One Partner Yes No
2.3.1 Historical Financial Performance
Submission of audited balance sheets or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3) years to demonstrate the current soundness of the Bidders financial position and its prospective long-term profitability. As a minimum, a Bidder's net worth calculated as the difference between total assets and total liabilities should be positive.
Minimum average annual construction turnover of US$ 4.0 million calculated as total certified payments received for contracts in progress or completed, within the last three (3) years
Av. $2.17 million for
2009, 2010 &2011.
Requirements not met.
not applicable
not applicable
not applicable
X
2.3.3 Financial Resources [5 x Working Capital + lines of credit] – [40% of current contract commitments] 5 x 0.553 + 1.616 - 3.81 = $0.57 mill < $1.632 Requirements not met.
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 8 Bid Evaluation Report Bidder No. 2
2.4 Experience
Criteria Compliance Requirements Compliance
Requirement Single Entity
Joint Venture Meet the
Requirements
All Partners Combined
Each Partner
One Partner Yes No
2.4.1 General Construction Experience
Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the applications submission deadline.
Information provided on Buildings and Civil Works Contract. Requirements met.
not applicable
not applicable
not applicable
X
2.4.2 Specific Construction Experience, Contracts of Similar Size and Nature
Participation as contractor, management contractor, or subcontractor, in at least two (2) contracts within the last six (6) years, each with a value of at least US$ one point six (1.6) million that have been successfully or are substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics as described in Section 6 (Works Requirements)
None of the projects shown meets the minimum criteria of $1.6 million. Requirements not met.
not applicable
not applicable
not applicable
X
2.5 Personnel
No. Position
Minimum Requirements
Bidder’s Resources
Total Work
Experience [years]
Experience In Similar
Work [years]
Total Work Experience
[years]
Experience In Similar
Work [years]
1 Project Manager (currently employed by the bidder)
15 5 (similar size & type)
13
2 Routine Maintenance Unit Manager 10 3 (similar size)
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 9 Bid Evaluation Report Bidder No. 2
None of the candidates have experience in Road projects. Requirements not met.
2.6 Equipment
No. Equipment Type and Characteristics Min. Number Required
Bidder’s Resources
1 Bulldozer D8 type 1 1 (D2 type)
2 Excavator 0.7m3 bucket 3 1
3 Dump Truck 14m3 10 2
4 Vibrating Roller 15 tonne 2 2
5 Tyre Roller 15 tonne 2 1
6 Motor Grader (150 hp) 2 2
7 Water Bowser (8000 liter) 2 2
8 Bitumen Distributor/Boiler (6000 liter) 2 2
Requirements partly met.
2.7 Specialist Subcontractors
Social Development, Gender and HIV/AIDS Awareness and Prevention Program and Human Trafficking Prevention Program – Not submitted
type) 6 Measurement Engineer 5 3 (similar
type) 6
7.1 Laboratory Technician 1 5 3 (similar type)
7
7.2 Laboratory Technician 2 5 3 (similar type)
7
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 10 Bid Evaluation Report Bidder No. 3
BIDDER No.3 Bid completeness: Yes. Bidder’s qualification: Partially Qualified Bid’s responsiveness: Yes. 1. BID COMPLETENESS Document Compliance Comments Yes No Letter of Bid X Bid Validity X 120 days Bid Security X $40,000 bank guarantee issued by Phnom Penn
Commercial Bank, Phnom Penh. valid until 13 August 2012
Power of Attorney X Joint Venture Agreement X Financial Data/Information X Experience X Personnel X Equipment X Subcontractor Unexploded Ordnance NA Subcontractor HIV/AIDS-Trafficking
2.1.1 Nationality Nationality in accordance with ITB Sub-Clause 4.2.
not applicable
Cambodia not applicable
not applicable
X
2.1.2 Conflict of Interest No conflicts of interest in accordance with ITB Sub-Clause 4.3.
not applicable
No conflicts of
interest
No conflicts of
interest
not applicable
X
2.1.3 ADB Eligibility Not having been declared ineligible by ADB, as described in ITB Sub-Clause 4.4.
not applicable
Eligible Eligible not applicable
X
2.1.4 Government-owned Entity Bidder required to meet conditions of ITB Sub-Clause 4.5.
not applicable
Private construction
firm
Private construction
firm
not applicable
X
2.1.5 UN Eligibility Not having been declared ineligible based on a United Nations resolution or Employer’s country law, as described in ITB Sub-Clause 4.8.
not applicable
Eligible Eligible not applicable
X
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 11 Bid Evaluation Report Bidder No. 3
2.2 Pending Litigation
Criteria Compliance Requirements Compliance
Requirement Single Entity Joint Venture Meet the
Requirements All Partners Combined
Each Partner
One Partner Yes No
All pending litigation shall be treated as resolved against the Bidder and so shall in total not represent more than seventy five (75) percent of the Bidder’s net worth.
None. Requirements
met.
not applicable
No info. provided.
Requirements not met.
X
2.3 Financial Situation
Criteria Compliance Requirements Compliance
Requirement Single Entity
Joint Venture Meet the Requirements
All Partners Combined
Each Partner
One Partner Yes No
2.3.1 Historical Financial Performance
Submission of audited balance sheets or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3) years to demonstrate the current soundness of the Bidders financial position and its prospective long-term profitability. As a minimum, a Bidder's net worth calculated as the difference between total assets and total liabilities should be positive.
Minimum average annual construction turnover of US$ 4.0 million calculated as total certified payments received for contracts in progress or completed, within the last three (3) years
Av. $5.34 million for
2008, 2009 &2010.
Requirements met.
not applicable
not applicable
not applicable
X
2.3.3 Financial Resources [5 x Working Capital + lines of credit] – [40% of current contract commitments] 5 x 0.824 + 24.59 - 3.956 = $24.75 mill > $1.69 Requirements met.
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 12 Bid Evaluation Report Bidder No. 3
2.4 Experience
Criteria Compliance Requirements Compliance
Requirement Single Entity
Joint Venture Meet the
Requirements
All Partners Combined
Each Partner
One Partner Yes No
2.4.1 General Construction Experience
Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the applications submission deadline.
Information provided on Buildings and Civil Works Contract. Requirements met.
not applicable
not applicable
not applicable
X
2.4.2 Specific Construction Experience, Contracts of Similar Size and Nature
Participation as contractor, management contractor, or subcontractor, in at least two (2) contracts within the last six (6) years, each with a value of at least US$ one point six (1.6) million that have been successfully or are substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics as described in Section 6 (Works Requirements)
Info provided for Contract of $2.586 million, $1.295 million & $0.87 for three road projects. Requirements partly met.
not applicable not applicable
not applicable
X
2.5 Personnel
No. Position
Minimum Requirements Bidder’s Resources Total Work Experience
[years]
Experience In Similar
Work [years]
Total Work Experience
[years]
Experience In Similar Work
[years] 1 Project Manager
(currently employed by the bidder)
15 5 (similar size & type)
19 6
2 Routine Maintenance Unit Manager
10 3 (similar size)
16 8
3 Quality Control Engineer 10 3 (similar type)
24 4
4.1 Site Supervisor 1 10 3 (similar size & type)
14 10
4.2 Site Supervisor 2 10 3 (similar size & type)
12 6
5.1 Routine Maintenance Supervisor 1
10 3 (similar type)
8 7
5.2 Routine Maintenance Supervisor 2
10 3 (similar type)
8 4
5.3 Routine Maintenance Supervisor 3
10 3 (similar type)
19 14
5.4 Routine Maintenance Supervisor 4
10 3 (similar type)
19 17
6 Measurement Engineer 5 3 (similar 18 7
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 13 Bid Evaluation Report Bidder No. 3
Requirements met.
2.6 Equipment
No. Equipment Type and Characteristics Min. Number Required
Bidder’s Resources
1 Bulldozer D8 type 1 4
2 Excavator 0.7m3 bucket 3 10
3 Dump Truck 14m3 10 10
4 Vibrating Roller 15 tonne 2 4
5 Tyre Roller 15 tonne 2 2
6 Motor Grader (150 hp) 2 2
7 Water Bowser (8000 liter) 2 2
8 Bitumen Distributor/Boiler (6000 liter) 2 2
Requirements met.
2.7 Specialist Subcontractors
Social Development, Gender and HIV/AIDS Awareness and Prevention Program and Human
Trafficking Prevention Program – Submitted (Community Development Organization of Humanitarian).
type) 7.1 Laboratory Technician 1 5 3 (similar
type) 19 14
7.2 Laboratory Technician 2 5 3 (similar type)
7 7
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 14 Bid Evaluation Report Bidder No. 4
BIDDER No.4 Bid completeness: Yes. Bidder’s qualification: Yes Bid’s responsiveness: Yes 1. BID COMPLETENESS Document Compliance Comments Yes No Letter of Bid X Bid Validity X 120 days Bid Security X $40,000 bank guarantee issued by Acleda Bank
Plc., Tuol Kork Branch. valid until 16 August 2012
Power of Attorney X Financial Data/Information X Experience X Personnel X Equipment X Subcontractor Unexploded Ordnance NA Subcontractor HIV/AIDS-Trafficking X 2. QUALIFICATION – BID RESPONSIVENESS 2.1 Eligibility
Criteria Compliance Requirements Compliance
Requirement Single Entity
Joint Venture Meet the Requirements
All Partners Combined
Each Partner
One Partner Yes No
2.1.1 Nationality Nationality in accordance with ITB Sub-Clause 4.2.
Cambodia not applicable
not applicable
not applicable
X
2.1.2 Conflict of Interest No conflicts of interest in accordance with ITB Sub-Clause 4.3.
No conflicts of
interest
not applicable
not applicable
not applicable
X
2.1.3 ADB Eligibility Not having been declared ineligible by ADB, as described in ITB Sub-Clause 4.4.
Eligible not applicable
not applicable
not applicable
X
2.1.4 Government-owned Entity Bidder required to meet conditions of ITB Sub-Clause 4.5.
Private company
as per registration documents
not applicable
not applicable
not applicable
X
2.1.5 UN Eligibility
Not having been declared ineligible based on a United Nations resolution or Employer’s country law, as described in ITB Sub-Clause 4.8.
not applicable
Eligible Eligible not applicable
X
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 15 Bid Evaluation Report Bidder No. 4
2.2 Pending Litigation
Criteria Compliance Requirements Compliance
Requirement Single Entity Joint Venture Meet the
Requirements All Partners Combined
Each Partner
One Partner Yes No
All pending litigation shall be treated as resolved against the Bidder and so shall in total not represent more than seventy five (75) percent of the Bidder’s net worth.
None. Requirements
met.
not applicable
not applicable
not applicable
X
2.3 Financial Situation
Criteria Compliance Requirements Compliance
Requirement Single Entity
Joint Venture Meet the Requirements
All Partners Combined
Each Partner
One Partner Yes No
2.3.1 Historical Financial Performance
Submission of audited balance sheets or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3) years to demonstrate the current soundness of the Bidders financial position and its prospective long-term profitability. As a minimum, a Bidder's net worth calculated as the difference between total assets and total liabilities should be positive.
Minimum average annual construction turnover of US$ 4.0 million calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.
Av. $14.0million
for 2009, 2010 &2011.
Requirements met.
not applicable
not applicable
not applicable
X
2.3.3 Financial Resources [5 x Working Capital + lines of credit] – [40% of current contract commitments] 5 x 0.60 + 2.02 - 2.6 = $2.42 mill > $1.98 Requirements met.
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 16 Bid Evaluation Report Bidder No. 4
2.4 Experience
Criteria Compliance Requirements Compliance
Requirement Single Entity
Joint Venture Meet the
Requirements
All Partners Combined
Each Partner
One Partner Yes No
2.4.1 General Construction Experience
Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the applications submission deadline.
Information provided on Road and Civil Works Contract. Requirements met.
not applicable
not applicable
not applicable
X
2.4.2 Specific Construction Experience, Contracts of Similar Size and Nature
Participation as contractor, management contractor, or subcontractor, in at least two (2) contracts within the last six (6) years, each with a value of at least US$ one point six (1.6) million that have been successfully or are substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics as described in Section 6 (Works Requirements)
Info provided for Contract of $5.61M,5.889M ,$4.905M, $5.042M for four road/bridge and building projects. Requirements met.
not applicable
not applicable
not applicable
X
2.5 Personnel
No. Position
Minimum Requirements Bidder’s Resources Total Work Experience
[years]
Experience In Similar
Work [years]
Total Work Experience
[years]
Experience In Similar Work
[years] 1 Project Manager
(currently employed by the bidder)
15 5 (similar size & type)
16 11 The above data are taken from
abstract sheet. CV not submitted. 2 Routine Maintenance Unit
Manager 10 3 (similar
size) 21 8
3 Quality Control Engineer 10 3 (similar type)
20 15
4.1 Site Supervisor 1 10 3 (similar size & type)
13 10
4.2 Site Supervisor 2 10 3 (similar size & type)
20 14
5.1 Routine Maintenance Supervisor 1
10 3 (similar type)
15 12
5.2 Routine Maintenance Supervisor 2
10 3 (similar type)
15 10
5.3 Routine Maintenance Supervisor 3
10 3 (similar type)
CV not submitted
5.4 Routine Maintenance Supervisor 4
10 3 (similar type)
15 10
Maintenance of National Road No. 3 (From Kampot to Veal Rinh) Attachment 4- 17 Bid Evaluation Report Bidder No. 4
Requirements partly met
2.6 Equipment
No. Equipment Type and Characteristics Min. Number Required
Bidder’s Resources
1 Bulldozer D8 type 1 Form not available
2 Excavator 0.7m3 bucket 3 2 (0.5 cum capacity)
3 Dump Truck 14m3 10 6(of lesser capacity 6 to
15T)
4 Vibrating Roller 15 tonne 2 2
5 Tyre Roller 15 tonne 2 1
6 Motor Grader (150 hp) 2 2
7 Water Bowser (8000 liter) 2 2
8 Bitumen Distributor/Boiler (6000 liter) 2 2
Requirements partly met.
2.7 Specialist Subcontractors
Social Development, Gender and HIV/AIDS Awareness and Prevention Program and Human Trafficking Prevention Program – Not Submitted.
6 Measurement Engineer 5 3 (similar type)
15 10
7.1 Laboratory Technician 1 5 3 (similar type)
14 10
7.2 Laboratory Technician 2 5 3 (similar type)
14 10
Development of Cross Border Facilities at Lork-Kampot Attachment 4- 18 Bid Evaluation Report Bidder No. 5
BIDDER No.5 Bid completeness: Yes. Bidder’s qualification: NO Bid’s responsiveness: NO 1. BID COMPLETENESS Document Compliance Comments Yes No Letter of Bid X Bid Validity X 120 days Bid Security X $40,000 bank guarantee issued by Acleda Bank,
Daun Penh Branch valid until 16 July 2012 Power of Attorney X Financial Data/Information X Experience X Personnel X Equipment X Subcontractor Unexploded Ordnance NA Subcontractor HIV/AIDS-Trafficking X 2. QUALIFICATION – BID RESPONSIVENESS 2.1 Eligibility
Criteria Compliance Requirements Compliance
Requirement Single Entity
Joint Venture Meet the Requirements
All Partners Combined
Each Partner
One Partner Yes No
2.1.1 Nationality Nationality in accordance with ITB Sub-Clause 4.2.
Cambodia not applicable
not applicable
not applicable
X
2.1.2 Conflict of Interest No conflicts of interest in accordance with ITB Sub-Clause 4.3.
No conflicts of
interest
not applicable
not applicable
not applicable
X
2.1.3 ADB Eligibility Not having been declared ineligible by ADB, as described in ITB Sub-Clause 4.4.
Eligible not applicable
not applicable
not applicable
X
2.1.4 Government-owned Entity Bidder required to meet conditions of ITB Sub-Clause 4.5.
Private company
as per registration documents
not applicable
not applicable
not applicable
X
2.1.5 UN Eligibility Not having been declared ineligible based on a United Nations resolution or Employer’s country law, as described in ITB Sub-Clause 4.8.
Eligible not applicable
not applicable
not applicable
X
Development of Cross Border Facilities at Lork-Kampot Attachment 4- 19 Bid Evaluation Report Bidder No. 5
2.2 Pending Litigation
Criteria Compliance Requirements Compliance
Requirement Single Entity Joint Venture Meet the
Requirements All Partners Combined
Each Partner
One Partner Yes No
All pending litigation shall be treated as resolved against the Bidder and so shall in total not represent more than seventy five (75) percent of the Bidder’s net worth.
None. Requirements
met.
not applicable
not applicable
not applicable
X
2.3 Financial Situation
Criteria Compliance Requirements Compliance
Requirement Single Entity
Joint Venture Meet the Requirements
All Partners Combined
Each Partner
One Partner Yes No
2.3.1 Historical Financial Performance
Submission of audited balance sheets or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3) years to demonstrate the current soundness of the Bidders financial position and its prospective long-term profitability. As a minimum, a Bidder's net worth calculated as the difference between total assets and total liabilities should be positive.
Minimum average annual construction turnover of US$ 4.0 million calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.
Av. $0.928 million for
2009, 2010 &2011.
Requirements not met.
not applicable
not applicable
not applicable
X
2.3.3 Financial Resources [5 x Working Capital + lines of credit] – [40% of current contract commitments] 5 x 0 + 2.62 - 0 = $2.62 mill > $2.195 Requirements met.
Development of Cross Border Facilities at Lork-Kampot Attachment 4- 20 Bid Evaluation Report Bidder No. 5
2.4 Experience
Criteria Compliance Requirements Compliance
Requirement Single Entity
Joint Venture Meet the
Requirements
All Partners Combined
Each Partner
One Partner Yes No
2.4.1 General Construction Experience
Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the applications submission deadline.
Information provided on Buildings and Civil Works Contract for the last 3 years only. Requirements not met.
not applicable
not applicable
not applicable
X
2.4.2 Specific Construction Experience, Contracts of Similar Size and Nature
Participation as contractor, management contractor, or subcontractor, in at least two (2) contracts within the last six (6) years, each with a value of at least US$ one point six (1.6) million that have been successfully or are substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics as described in Section 6 (Works Requirements)
Info provided for Contract of 0.227 million for one project Requirements not met.
not applicable
not applicable
not applicable
X
2.5 Personnel
No. Position
Minimum Requirements Bidder’s Resources Total Work Experience
[years]
Experience In Similar
Work [years]
Total Work Experience
[years]
Experience In Similar Work
[years] 1 Project Manager
(currently employed by the bidder)
15 5 (similar size & type)
24 15
2 Routine Maintenance Unit Manager
10 3 (similar size)
16 5
3 Quality Control Engineer 10 3 (similar type)
8 -
4.1 Site Supervisor 1 10 3 (similar size & type)
7 -
4.2 Site Supervisor 2 10 3 (similar size & type)
CV not submitted
5.1 Routine Maintenance Supervisor 1
10 3 (similar type)
9 3
5.2 Routine Maintenance Supervisor 2
10 3 (similar type)
CV not submitted
5.3 Routine Maintenance Supervisor 3
10 3 (similar type)
CV not submitted
5.4 Routine Maintenance Supervisor 4
10 3 (similar type)
CV not submitted
Development of Cross Border Facilities at Lork-Kampot Attachment 4- 21 Bid Evaluation Report Bidder No. 5
Requirements not met
2.6 Equipment
No. Equipment Type and Characteristics Min. Number Required
Bidder’s Resources
1 Bulldozer D8 type 1 2 (T-130)
2 Excavator 0.7m3 bucket 3 2
3 Dump Truck 14m3 10 5 (3 no.-7 cum & 2 no.-14 cum
capacity)
4 Vibrating Roller 15 tonne 2 2 (10T)
5 Tyre Roller 15 tonne 2 2 (10T)
6 Motor Grader (150 hp) 2 2
7 Water Bowser (8000 liter) 2 2 (5000 Liter)
8 Bitumen Distributor/Boiler (6000 liter) 2 2
Requirements partly met.
2.7 Specialist Subcontractors
Social Development, Gender and HIV/AIDS Awareness and Prevention Program and Human Trafficking Prevention Program – Information not provided.
6 Measurement Engineer 5 3 (similar type)
CV not submitted
7.1 Laboratory Technician 1 5 3 (similar type)
CV not submitted
7.2 Laboratory Technician 2 5 3 (similar type)
CV not submitted
Maintenace of National Road No. 3 Cost estimate
SUMMARY of Bill of Quantities Contract No. CW3Maintenance of National Road No.3 PK 0+000 to PK 54+300
Bill Number 2 - Earthworks 60,755.43 55,865.85 124,249.75 67,627.90 60,640.91
Bill Number 3 - Sub-Base and Base Course 221,279.39 269,350.00 409,104.00 304,500.00 245,014.00
Bill Number 4 - Bituminous Works 467,456.90 464,068.00 602,018.30 370,140.00 428,756.00
Bill Number 6 - Drainage and Protection Works 56,695.90 55,172.00 126,946.80 92,830.00 73,315.00
Bill Number 9 - Miscellaneous 877,534.00 550,920.00 162,915.00 643,130.00 1,036,299.80
Bill Number 10 - Day Work Schedule 100,000.00 100,000.00 100,000.00 100,000.00 100,000.00Total 1,783,721.62 1,495,375.85 1,525,233.85 1,578,227.90 1,944,025.71
Add 7% for Contingencies 124,860.51 104,676.31 106,766.37 110,475.95 136,081.80Total Bid Price after discount 1,908,582.13 1,600,052.16 1,632,000.22 1,688,703.85 1,976,102.13
6.7(2) Topsoil for embankment slopes and side drains sqm 20,000 $0.75 15,000.00 0.9 18000 1.8 36000 1 20000 1.1 22000 3 60000
6.10(1) Cleaning of existing drainage systems by hand method, for pipes less than 1m dia m 744 $2.50 1,860.00 2.5 1860 10 7440 15 11160 2.2 1636.8 2 1488
6.10(2) Cleaning of existing drainage systems by hand method, for pipes 1m dia or greater m 1,014 $2.00 2,028.00 2 2028 9 9126 15 15210 3.3 3346.2 2.3 2332.2
6.10(5) Cleaning Existing channel through bridges m 1,164 $10.60 12,338.40 6 6984 7.2 8380.8 15 17460 5.5 6402 5.5 6402
Total For Bill No. 6 (carried forward to summary) 56,695.90 55,172.00 126,946.80 92,830.00 73,315.00 139,222.20
Keurt Construction Enterprise Co. Ltd.
Estimate
Banteay SREI Engineering &
Construction Co. Ltd. Estimate
Kuy Leang KY Construction
Trading Group Co. Ltd. Estimate
Kry Huy Construction & Import Export Co.
Ltd. EstimateSpec. Clause
NoDescription Unit Quantity
Engineer's Estimate
Diamond Construction &
Import Export Co. Ltd.Estimate
Egis International Page6
Maintenace of National Road No. 3 Cost estimate
9 - Miscellaneous
Unit Price (US$) Amount (US$) Unit Price
(US$)Amount
(US$)
Unit Price (US$)
Amount (US$)
Unit Price (US$)
Amount (US$)
Unit Price (US$)
Amount (US$)Unit Price (US$)
Amount (US$)
9.1(1) Provide, furnish & maintain on site offices for the Engineer
9.9.(2) Out of pocket expense (Logistics, Office Expenses, field allowances)
0 0 0 0
(a) Per Diem P-day 100 $30.00 3,000.00 10 1000 34.5 3450 200 20000 99 9900 25 2500
(b)
Office expenses (office support staff, office rental, depreciation of office equipment and utilities, office consumable and maintenance, office communication and operating cost)
Lump Sum per month 12 $500.00 6,000.00 1000 12000 414 4968 1500 18000 1650 19800 2000 24000
9.9.(4) Provision and Distribution of IEC 0 0 0(a) IEC Materials on HIV & STI prevention Set 2 $1,200.00 2,400.00 200 400 540 1080 900 1800 1155 2310 2000 4000
Bidder Qualification Forms ITB 17ELI-1 Bidder Information Sheet completed? Yes Yes Yes Yes YesNationality? ITB 4.2; Sec 3, Qual 2.1.1 Cambodia Cambodia Cambodia Cambodia CambodiaArticles of Incorporation attached ? Yes Yes Yes Yes YesELI-2: JV Information Sheet completed? ITB 4.2 Yes Yes Yes Yes YesConflict of Interest? ITB 4.3; Sec 3, Qual 2.1.2 Not, according to Letter of Bid Not, according to Letter of
BidNot, according to Letter of Bid Not, according to Letter of Bid Not, according to Letter of Bid
Declared Ineligible by ADB? ITB 4.4; Sec 3, Qual 2.1.3 Not, according to Letter of Bid Not, according to Letter of Bid
Not, according to Letter of Bid Not, according to Letter of Bid Not, according to Letter of Bid
Government Owned Entity? ITB 4.5; Sec 3, Qual 2.1.4 No No No No NoEligibilty for Domestic Preference? ITB 33, Section 3, Item 1.5 All bidders were domestic.
Hence no consequencesAll bidders were domestic. Hence no consequences
All bidders were domestic. Hence no consequences
All bidders were domestic. Hence no consequences
All bidders were domestic. Hence no consequences
LIT: Pending Litigation Sec 3, Qual 2.2.1 No No No No NoFIN-1: Financial Situation Sec 3, Qual 2.3.1 Assets > Liabilities.
Profitability.(For each Party in case of JV)
Yes Yes Yes Yes Yes
FIN-2: Average Annual Construction Turnover Sec 3, Qual 2.3.2 AACT > $4.0 million.(For all Parties combined in case of JV. Also
each Party 25%, one Party 40%)
$2.89 million
$2.17 million
$5.34 million $14.0 Million $0.928 million
FIN-3: Financial ResourcesFIN-4: Current Commitments/ Work in Progress
EXP-1: General Construction Experience Sec 3, Qual 2.4.1 >5 years experience.(For each Party in case of JV)
Yes Yes Yes Yes No
EXP-2a: Specific Construction Experience Sec 3, Qual 2.4.2(a) 2 similar contracts each of >$1.6 million within last 6 years.
(For all Parties combined in case of JV)
Not Adequate.
None of the projects meets the minimum criteria
Info provided for Contract of $2.586 million, $1.295 million & $0.87 for three road projects. Thus the bidder has submitted the credential for 3 projects of value $4.75M against the requirements of 2 projects of $3.2M