Top Banner
i ADB ASSISTED GREATER COLOMBO WATER & WASTEWATER MANAGEMENT IMPROVEMENT INVESTMENT PROGRAMME PROJECT 1, SRI LANKA ADB LOAN NO: 2947 - SRI FINANCIAL EVALUATION REPORT FOR SYSTEM REHABILITATION FOR NRW REDUCTION IN EAST PART OF THE COLOMBO CITY CONTRACT NO: CWSSIP/ADB/CIVIL/ICB/02 GOVERNMENT OF THE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA MINISTRY OF WATER SUPPLY AND DRAINAGE NATIONAL WATER SUPPLY AND DRAINAGE BOARD Technical Evaluation Committee, System rehabilitation for NRW reduction in EAST part of the Colombo City, October- 2014
19

Financial Report final.pdf

Jan 31, 2016

Download

Documents

Aqeel

This one is a reference guide for financial report format in tender evaluation
Welcome message from author
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
Page 1: Financial Report final.pdf

i

ADB ASSISTED GREATER COLOMBO WATER & WASTEWATER MANAGEMENT IMPROVEMENT INVESTMENT

PROGRAMME – PROJECT 1, SRI LANKA

ADB LOAN NO: 2947 - SRI

FINANCIAL EVALUATION REPORT FOR

SYSTEM REHABILITATION FOR NRW REDUCTION IN EAST PART OF THE COLOMBO CITY

CONTRACT NO: CWSSIP/ADB/CIVIL/ICB/02

GOVERNMENT OF THE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA

MINISTRY OF WATER SUPPLY AND DRAINAGE

NATIONAL WATER SUPPLY AND DRAINAGE BOARD

Technical Evaluation Committee,

System rehabilitation for NRW reduction in EAST part of the Colombo City,

October- 2014

June 2013

Page 2: Financial Report final.pdf

i

ABBREVIATIONS

ADB - Asian Development Bank

AE - Area Engineer

AGM (T&C) - Assistant General Manager (Tenders & Contract)

EA - Executing Agency

MWS&D - Ministry of Water Supply & Drainage

NRW - Non Revenue Water

NWS&DB - National Water Supply & Drainage Board

PMU - Project Management Unit

SCAPC - Standing Cabinet Appointed Procurement Committee

TEC - Technical Evaluation Committee

Page 3: Financial Report final.pdf

ii

TABLE OF CONTENTS

CONTENTS Page No.

1. INTRODUCTION .........................................................................................................1

1.1 General ...........................................................................................................................1

1.2 Opening of Financial Bids .............................................................................................2

1.3 Basic Data & Exchange Rates .......................................................................................3

1.4 Bid Evaluation Committee .............................................................................................3

2. EXAMINATION FOR COMPLETENESS OF BIDS ..................................................3

2.1 Bid Documents...............................................................................................................4

2.2 Propriety of Signature and Power of Attorney ..............................................................4

3. DETERMINATION OF SUBSTANTIVE RESPONSIVENESS OF BIDS .....................4

3.1 Eligibility of Bidders and Goods ...................................................................................4

3.2 Arithmetic Check and Corrections and Conversion to Local Currency ........................4

3.3 Compliance with Commercial Terms and Conditions ...................................................6

3.3.1 Bid Validity and Bid Security ........................................................................... 6

3.3.2 Time for Completion/Contract Execution Schedule ......................................... 6

3.3.3 Terms of Payments ........................................................................................... 6

3.4 Compliance with Technical Requirements ....................................................................7

4. Detailed Evaluation Of Bids ...............................................................................................7

4.1 Selection of Bids for Detailed Evaluation .....................................................................7

4.2 Commercial Terms and Conditions ...............................................................................7

4.3 Evaluation for Technical Requirements .........................................................................8

4.3.1 Technical Specification ..................................................................................... 8

4.3.2 Construction Schedule and Method Statement ..................................................... 8

4.3.3 Construction Equipment ....................................................................................... 8

4.3.4 Site Organized and Key Personnel ....................................................................... 8

5. Comparison Of Bids & Determination Of The Lowest Evaluated Bid .........................9

5.1 Lowest Evaluated Bid ....................................................................................................9

5.3 Acceptable Materials ...................................................................................................11

6. Recommendation .........................................................................................................12

Page 4: Financial Report final.pdf

iii

LIST OF ANNEXES

Appendix 1: ADB Concurrence

Appendix 2: Record of Bid Opening

Appendix 3 : Basic Data Sheet

Appendix 4 : Power of Attorney

Appendix 5 : Substantive Responsiveness of Bids

Appendix 6 : Bid Price Comparison & prices for sections of the work as percentages

of the total bid prices

LIST OF TABLES

Table 1: Exchange Rates

Table 2: Summary of Bid Prices

Table 3: Corrected bid price

Table 4: Details of Bid Securities

Table 5: Comparison of Corrected Bid Prices

Table 6: Comparison of Corrected Bid Prices with Engineers Estimate

Table 7: Breakdown of the lowest evaluated Bid

Table 8: Acceptable Materials

Page 5: Financial Report final.pdf

1

GOVERNMENT OF THE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA

MINISTRY OF WATER SUPPLY & DRAINAGE

NATIONAL WATER SUPPLY & DRAINAGE BOARD

ADB ASSISTED GREATER COLOMBO WATER AND WASTEWATER MANAGEMENT

IMPROVEMENT INVESTMENT PROGRAMME- PROJECT 1

ADB LOAN N0: 2947-SRI

FINANCIAL EVALUATION REPORT

CONTRACT NO: CWSSIP/ADB/CIVIL/ICB/02

1. INTRODUCTION

1.1 General

The Democratic Socialist Republic of Sri Lanka has received a loan from the Asian

Development Bank (ADB) to finance the cost of implementing Greater Colombo Water and

Wastewater management Improvement Investment Program.

As per the bidding procedure following bidders had submitted their bids

Firm No 1: Kolon

Kolon Global Corporation – Korea - Single Entity Seong Rim Industry Co Ltd – Korea – Sub Contractor Seoyong Engineering Co Ltd – Korea – Sub Contractor

Firm No 2: Salcon

Salcon Engineering Berhad, Malaysia - Single Entity Resilient Substance Sdn Bhd – Malaysia - Sub contractor

Firm No 3:VINCI

VCGP – CML-MTD JV - Joint Venture VINCI Construction Grands Projects – France – Lead Partner CML-MTD Construction Ltd - Sri Lanka– Associate partner

Firm No 4: TODA

TODA Corporation – Japan SAFAGE Consulting Engineers - France – Sub contractor Krita Engineering Pvt Ltd - India – Sub Contractor PMPS LINER TECHNOLOGY (SINGAPORE) PTE LTD – Singapore – Sub Contractor YU TAI FENG TECHNOLOGY – Taiwan – Sub Contractor

Firm No 5: Ludwig Pfieffer

Ludwig Pfieffer Hoch – und Tiefbau GmbH & Co.KG - Germany - Single Entity

Firm No 6: Sinohydro

Sinohydro Corporation Limited, China - Single Entity

Page 6: Financial Report final.pdf

2

Technical proposal Evaluation Report on this bid had been submitted in June 2014,

recommending following bidders having qualified for consideration under Financial

Evaluation;

1. M/s Kolon Global Corporation – Korea

2. M/s VCGP – CML-MTD JV - Joint Venture

3. M/s TODA Corporation – Japan

4. M/S Ludwig Pfieffer Hoch – und Tiefbau GmbH & Co.KG - Germany

This list of qualified bidders were approved by Standing Cabinet Appointed Procurement

Committee (SCAPC) at the meeting held on 26.06.2014 and ADB had granted concurrence

for same on 29th August 2014 (please refer Appendix 1). Based on this decision, financial

bids were opened on 4th of September 2014 accordingly.

1.2 Opening of Financial Bids

Four technically acceptable bidders were notified by letter No. dated 02.09.2014 to be

present for the financial bid opening.

Financial Bids were opened at the Ministry of Water Supply & Drainage on 4th of

September 2014 with presence of representatives of bidders and members of Bid Opening

Committee (BOC).

The Bid Opening Committee examined the original envelopes containing price bids of the

four (4) technically responsive bidders. The representatives of respective bidders were also

requested to check the condition of the envelopes of their respective price bids and

requested if they had any objections. There were no objections from bidder’s

representatives. The four (4) envelopes were opened. The bidder’s names, the amount of bid

prices and any discounts were announced and recorded.

Opening records and details are annexed as Appendix 2.

Page 7: Financial Report final.pdf

3

1.3 Basic Data & Exchange Rates

The exchange rates used for the evaluation were the selling rates, which officially

prescribed for similar transactions by the Central Bank of Sri Lanka on 28.03.2014, which

date is 28 days before the Bid closing date.

Table 1: Exchange Rates

Daily exchange rates 28.03.2014

Currency Buying Rate (Rs.) Selling Rate (Rs.)

Dollar (USA) 129.23 132.11

Pound (UK) 214.06 220.17

Euro (EU) 176.61 182.39

Franc (Switzerland) 144.75 150.05

Dollar (Canada) 116.70 120.64

Dollar (Australia) 119.15 123.63

Dollar (Singapore) 101.94 105.28

Yen (Japan) 1.25 1.30

Basic data relating to this tender are provided in Appendix 3.

1.4 Bid Evaluation Committee

The following Technical Evaluation Committee (TEC) has been appointed to assist the

Standing Cabinet Appointment Procurement Committee (SCAPC) for this tender.

1. Mr. R. H. Ruvinis, DGM(P&D), NWSDB -Chairman

2. Mr. K. W. Premasiri, DGM(N), NWSDB -Member

3. Mr. A. G. S. Kumara , AGM(Finance), NWSDB -Member

4. Mrs. W.M.T.D. Wickramasinghe, Director (Development), MWSD - Member

5. Mr TADD Premarathne, Director, Depat of National Planning - Member

6. Eng.S A Rasheed, Project Director, GCWWMIIP, NWSDB -Secretary

2. EXAMINATION FOR COMPLETENESS OF BIDS

The price bids submitted were first examined to ensure that the bidders had submitted the

Form of Bid and the priced Bill of Quantities 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 initiated by

the authorized person.

Page 8: Financial Report final.pdf

4

2.1 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 materials;

The record of checking for completeness of bid documents is attached as Appendix 5.

2.2 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 4.

3. DETERMINATION OF SUBSTANTIVE RESPONSIVENESS OF BIDS

3.1 Eligibility of Bidders and Goods

The bidding documents required, in Clause 3 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. (See

Appendix 5: Table of Substantive Responsiveness.)

3.2 Arithmetic Check and Corrections and Conversion to Local Currency

Each priced Bill of Quantities of the bidders was checked for arithmetic errors. Errors were

corrected in accordance with the stipulations in the bidding documents. These corrections

were tabulated and are shown in Table 2: Summary of Bid Prices (Arithmetic Corrections

and Corrected Bid Prices).

Page 9: Financial Report final.pdf

5

Table 2: Summary of Bid Prices

Sr.

No.

Name of Bidder As per opened quoted

currency

Arithmetically corrected

quoted currency

Variation

1 M/s Kolon Global

Corporation,

Korea

USD 20,470,109.66 +

LKR 5,446,451,638.80

USD 20,470,112.96 +

LKR 5,446,449,460.80

USD 3.30 + LKR

(2,178.00)

2 M/s VCGP –

CML-MTD JV -

Joint

USD 27,444,066.01 +

LKR 4,702,589,028.51

USD 27,444,066.01 +

LKR 4,702,589,028.51 -

3 M/s TODA

Corporation –

Japan

USD 32,245,125.94 +

LKR 5,603,698,852.88

USD 32,242,947.29 +

LKR 5,774,833,038.00

USD (2,178.65) + LKR

171,134,185.12

4 M/S Ludwig

Pfieffer Hoch –

und Tiefbau

GmbH & Co.KG

- Germany

USD 22,026,378.84 +

LKR 6,586,562,551.58

USD 22,035,729.17 +

LKR 7,130,877,683.36

USD 9,350.33 + LKR

544,315,131.78

Furthermore, to facilitate evaluation and comparison of bids, the bid prices expressed in US

Dollars into local currency (LKR) at the selling exchange rates established by the Central

Bank on 28th of March 2014.

Table 3: Corrected bid price

Sr.

No.

Name of Bidder Arithmetically corrected

quoted currency

Arithmetically corrected

amount (in LKR)

1 M/s Kolon Global

Corporation, Korea

USD 20,470,112.96 + LKR

5,446,449,460.80 8,150,756,083.95

2 M/s VCGP – CML-MTD

JV - Joint

USD 27,444,066.01 + LKR

4,702,589,028.51 8,328,224,589.70

3 M/s TODA Corporation –

Japan

USD 32,242,947.29 + LKR

5,774,833,038.00 10,034,448,804.41

4 M/S Ludwig Pfieffer Hoch

– und Tiefbau GmbH &

Co.KG - Germany

USD 22,035,729.17 + LKR

7,130,877,683.36 10,042,017,864.41

Errors-

M/S TODA Corporation – Japan not rated for the following items, Item no 7A2.168, 7FI.63

to 7FI.69.

M/S Ludwig Pfieffer Hoch – und Tiefbau GmbH & Co.KG - Germany not rated for the

following items 7A2.168, 7F2.5, 7F2.7 and all the items of Bill no 4 but mentioned the total

amount of the Bill no 4 in the Summary Sheet.

The above errors were corrected accordance with the stipulations in the bidding documents.

Page 10: Financial Report final.pdf

6

3.3 Compliance with Commercial Terms and Conditions

3.3.1 Bid Validity and Bid Security

All four (4) bidders submitted bid securities as per the attached format and fulfilled the

requirements for the amount, terms, and also the period of validity as stated in Table 4.

Table 4 – Details of Bid Securities

No. Bidder Bank Bid Bond No Amount Validity

Up to

Responsi

veness

1

Kolon Global

Corporation

Korea Exchange Bank

Through Bank of Ceylon

0140GBD1404000

02

USD

670,000

19th Dec

2014

Yes

2

TODA Corporation Standard Chartered 711-02-0218202 LKR 86 Mn 20th Jan

2015

Yes

3 VINCI – CML-MTD

JV

Deutsche Bank AG 785 BG 01400186 LKR 86 Mn Accepta

ble

Yes

4 Ludwig Pfeiffer Hoch

und Tiefbau Gmbh&

Co. KG -Germany

State Bank of India 25114 FG 000118 LKR 86 Mn 23rd Dec

2014

Yes

Bid validity period - 210 days from the date of opening of bids (i.e. 21st Nov 2014)

published

3.3.2 Time for Completion/Contract Execution Schedule

The submitted construction schedules were examined to check the proposed completion

time of each bid.

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 8

shows the times for completion of the major work components of the Project. The schedule

is generally satisfactory.

3.3.3 Terms of Payments

Compliance with the provisions for payment terms was checked during the evaluation of

technical proposals and it was noted that all bidders accepted the terms and conditions of the

bidding documents with respect to payments.

Page 11: Financial Report final.pdf

7

3.4 Compliance with Technical Requirements

The 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, proposed construction equipment, a detailed description of proposed

site organization; and a schedule for the mobilization of management, engineering and

administrative personnel. All bidders submitted the formal requirements as stipulated in the

bidding documents.

4. Detailed Evaluation Of Bids

4.1 Selection of Bids for Detailed Evaluation

As discussed in Section 3 of the Report, all bids submitted by the four bidders were

determined as substantially responsive to the bidding documents. The ranking order of

prices is as follows;

Table 5: Comparison of Corrected Bid Prices

Sr.

No.

Name of Bidder Arithmetically

Corrected (LKR)

Rank

1 Kolon Global Corporation 8,155,354,630.95 01

2 VINCI – CML-MTD JV 8,332,141,968.20 02

3 TODA Corporation 10,039,532,229.41 03

4 Ludwig Pfeiffer Hoch und Tiefbau Gmbh& Co. KG

Kassel 10,050,241,373.96 04

4.2 Commercial Terms and Conditions

All bidders accepted the commercial provisions of the bidding documents. Therefore, no

price adjustments for commercial terms and conditions were necessary (Please refer

Appendix 6, Bid Price Comparison).

Page 12: Financial Report final.pdf

8

4.3 Evaluation for Technical Requirements

4.3.1 Technical Specification

The scope of supply, technical information, technical data and manufacturers were

scrutinized in detail and compared with the requirements of the bidding documents during

the evaluation of technical proposals. All additional information and technical data, unclear

scope of supply, unacceptable technical performances, revisions and modifications of

offered equipment and materials were resolved during the evaluation of technical proposals.

Therefore, all bids are now technically acceptable and the scope of supply and standards are

at an acceptable level in accordance with the bidding documents. Table 9 provides the

summary of acceptable materials offered by the lowest bidder.

4.3.2 Construction Schedule and Method Statement

Construction Schedule and Method Statements are generally satisfactory.

4.3.3 Construction Equipment

These details are acceptable. (Please refer Appendix 12 of the Technical Proposal

Evaluation report, June 2014).

4.3.4 Site Organized and Key Personnel

These details are acceptable. (Please refer Appendix 13 of the Technical Proposal

Evaluation report, June 2014).

Page 13: Financial Report final.pdf

9

5. Comparison Of Bids & Determination Of The Lowest Evaluated Bid

5.1 Lowest Evaluated Bid

The arithmetically corrected bid prices including discounts, adjusted prices for compliance

with the Engineer’s Estimate are shown in Table 6. As comparison shows, the lowest

evaluated substantially responsive bid is that submitted by Bidder M/s Kolon Global

Corporation – Korea. The evaluated bid price is LKR 8,150,756,083.95 and VAT.

The Engineering estimate for the above tender is LKR 6,943,314,784.38 and VAT.

Table 6: Comparison of Corrected Bid Prices with Engineers Estimate

Sr.

No.

Name of Bidder Corrected Bid

Amount

%

1 Kolon Global Corporation 8,150,756,083.95 17%

2 VINCI – CML-MTD JV 8,328,224,589.70 20%

3 TODA Corporation 10,034,448,804.41 45%

4 Ludwig Pfeiffer Hoch und

Tiefbau Gmbh& Co. KG

Kassel

10,042,017,864.41 45%

Note: Day works rate were not considered for Contract amount comparison.

Page 14: Financial Report final.pdf

10

Table 7: Breakdown of the lowest evaluated Bid

Bill No. Description

TOTAL AMOUNT

Foreign (CIF)

USD Local SLRs.

01 General Items 452,324,919.00

02 Provisional Sums 511,841,200.00

03 Supply and Delivery Of HDPE Pipes &

Fittings 49,360,239.00

04 Supply and Delivery Of DI Pipes & Fittings 50,768,856.00

05 Supply and Delivery of Valves, Fire

Hydrants, Water Meters and Specials 11,880,989.00

06 Supply And Delivery of U Pvc Pipes And

Fittings 15,492,097.00

07

Laying And Fixing Of PE ,DI, & Upvc

Pipes, Valves & Fittings In Day & Night

Time

2,671,940,582.00

08 Trenchless Pipe Laying 7,604,183.00 130,002,410.00

09 NRW Management 620,109,451.00

10 Road Reinstatement 482,780,585.00

Sub Total ( 1 thro' 11 ) 18,609,193.60 4,996,501,328.00

Provisional Sum 497,020,000.00

Total without Provisional Sum 18,609,193.60 4,499,481,328.00

Physical Contingency 10% 1,860,919.36 449,948,132.80

Page 15: Financial Report final.pdf

11

5.3 Acceptable Materials

A schedule of acceptable materials are given in Table 8.

Table 9: Acceptable Materials Type of Materials Name of Suppliers

1 PE pipes and Fittings

M/s Jain irrigation System Ltd

M/s Georg fisher Piping System (Only for fittings)

2 DI pipes and Fittings M/s Saint Gobain PAM

3 PVC pipes and fittings

M/s St.Anthony's Industries Group (Pvt) Ltd.

M/s. Central Industries PLC.

M/s S-LON Lanka Pvt Ltd

4 Flange adapter & Couplings M/s Atlantic Plastic Ltd

M/s Shanxi Yuansheng Industrial Co, Ltd.

M/s Hegawa B.V.

5 Volumetric Water Meters

M/s Ningbo Bestway M&E Co.,Ltd

M/s Itron France SAS (Only for DN 50 to 500 Mm)

M/s Wenling Younio Water Meter Co Ltd

6 Gunmetal Ferrules M/s Atlantic Plastic Ltd

M/s Ningbo Changhua Copper Products Co Ltd

7 DI Air Valves M/s Shanghai karon valve manufacturing co Ltd

M/s Shinvy Valve Co. Ltd

8 Gate/Sluice Valves M/s Shinvy Valve Co. Ltd

M/s Shanghai karon valve manufacturing co Ltd

9 Butterfly Valve M/s Shinvy Valve Co. Ltd

10 Fire Hydrants M/s AVK UK Limited

11 Surface Boxes and Manhole

covers

M/s Shanxi Yuansheng Industrial Co, Ltd.

M/s RBA Ferro Industries Pvt Ltd

M/s Perniangaan Logam Xing Fasdnbhd (Only for Manhole)

Page 16: Financial Report final.pdf

12

6. Recommendation

On the basis of the systematic evaluation of Technical & Financial proposals, which had

been carried out in accordance with the provisions of the bidding documents, it was

concluded that Bidder M/s Kolon Global Corporation – Korea had submitted the lowest

evaluated substantially responsive bid. The Technical Evaluation Committee recommended

to award the contract to M/s Kolon Global Corporation – Korea for the amount of USD

18,609,193.60 + LKR 4,499,481,328.00 plus 10% of contingencies amounting to USD

1,860,919.36 + LKR 449,948,132.80 plus provisional sum of LKR 497,020,000.00 plus

VAT.

EVALUATION COMMITTEE

1. Mr. R.H. Ruvinis., DGM (P&D), NWSDB - Chairman ……………………

2. Mr. K.W. Premasiri, DGM (North), NWSDB - Member ……………………

3. Mr. A.G.S. Kumara, AGM (Finance) NWSDB - Member ……………………

4. Mrs. W.M.D.T. Wickramasinghe, Director (Dev) MWS&D - Member ……………………

5. Ms. D. L. U. Peries, Director, Dept. of External Resources - Member …………………

Page 17: Financial Report final.pdf

Appendix 3

BASIC DATA SHEET

1. Project Title : ADB Assisted Greater Colombo Water and

Wastewater management Improvement Investment

Programme Project 01, Sri Lanka

2. Loan Number : 2947-SRI

3. Bid Title : System Rehabilitation for NRW Reduction in

East of the Colombo City

4. Bid Number : CWSSIP/ADB/CIVIL/ICB/02

5. Original Estimated Value : US$ 7,653,934.98 and

SLRs. 6,024,077,193.06

6. Date Invitation for Bids issued : 2nd of January, 2014

7. Mode of Procurement : International Competitive Bidding single Stage,

Two Envelope Bidding Procedure

A. TECHNICAL PROPOSALS

8. Bid Closing Date and Time : 10.00 A.M. on 25th April, 2014

9. Bid Opening Date and Time : 10:30 AM 25th April, 2014

10. Number of Bids received : Six (6) Bids

11. Date of Bid Evaluation Report : June 2014

(Technical Proposals) submitted to ADB 27th June 2014

12. Date of Approval by ADB : 29th August 2014

13. Number of Responsive Bidders : Four (4) Bids

14. Number of Non-Responsive Bidders : Two (2) Bids

B. PRICE PROPOSALS

15. Date Invitation Letters sent to four : 3rd September 2014

Bidders to attend the opening of

Price Proposals

16. Number of Supplementary Price : None

Proposals Received

17. Opening Date and Time of Price Proposals 10.30 A.M. on 9th September 2014

18. Bid Validity Period : 210 days from the date of opening of bids

i.e. 21st November 2014

19. Bid Bond Expires on : 19th December, 2014

20. Date for Determining : 28th March 2014

Applicable Exchange Rates

21. Exchange Rates for Evaluation ; 1 US$ = 132.11

Page 18: Financial Report final.pdf

Appendix 4

DETAILS OF POWER OF ATTORNEY

Name of Bidder Power of Attorney by

1 M/s Kolon Global Corporation,

Korea

Mr. Jong-Woo Yun,

Mr. Min-Ju Kim

2 VCGP/CML-MTD JV Firm 1 - Mr. Julien Rayssiguier,

Mr. Jean-Luc Brial

Firm 2 – Mr. Dian N. Jayasuriya

3 M/s TODA Corporation, Japan Mr. Tadashi Nishimura,

Mr. Junichi Kimura

4 Ludwig – Pfeiffer Mr. Olaf Rochotzki

Mr. Gasper Janezic

Page 19: Financial Report final.pdf

Appendix 5

SUBSTANTIVE RESPONSIVENESS OF BIDS

Sr.

No.

Requirements Bidding Doc.

Reference

Kolon VINCI TODA Ludwig

1 Power of Attorney Section 1, Clause 11.2 C C C C

2 Signature on Documents Section 1, Clause 11.3 C C C C

3 Joint Venture Agreement Section 1, Clause 4 NA NA C C

4 Eligibility

(a) Bidder and Sub Contractor

(b) Bidder Affiliated with

Consultant

(c) Material & Equipment

Section 1, Clause 4

C

C

C

C

C

C

C

C

C

C

C

C

5 Bid Validity (238 days) Section 2, Clause 19.1 C C C C

6 Bid Security

(a) Amount and Validity

(b) Format and Terms

Section 8, Clause 18.1 C C C C

7 Time for Completion Section 8, Clause

1.1.3.3

C C C C

8 Terms of Payment

(a) Advance Payment (20%)

(b) Retention Money (10%)

(c) Price Adjustment

Section 8, Clause 14

Section 8, Clause 14

C

C

C

C

C

C

C

C

C

C

C

C

9 Liquidated Damages

(a) Rate (05% per week)

(b) Maximum Limit (10%)

Section , Clause

C

C

C

C

C

C

C

C

10 Defects Liability Period (365 days) Section 8, Clause

1.1.3.7

C C C C

11 Performance Security (10%) Section 8, Cla

use 4.2

C C C C

FINDINGS R R R R

C = Complied NA = Not Applicable

PC = Partially Complied R = Substantially Responsive

NC = Not Complied