Evaluation Guide (Works and Goods) May 2014
Evaluation Guide (Works and Goods) May 2014
Ref: WG/EG38/05-14
Foreword
This Guide has been prepared pursuant to section 7(b) of the Public Procurement Act 2006. It
is meant to assist in the evaluation of bids for procurement of goods and works, and
prequalification of contractors.
The Director
Procurement Policy Office
Ministry of Finance and Economic Development
Level 8, Emmanuel Anquetil Building, Port Louis, Mauritius
Tel: No. (230)201-3760 & Fax: No. (230)201-3758
Email: mof-pposecretariat@mail.gov.mu
This work is copyright. Apart from any use permitted under the Copyright Act 1997, no part may be
reproduced without prior written permission from the Procurement Policy Office (PPO) of Mauritius.
Requests and inquiries concerning reproduction and rights should be addressed to the Director of the
PPO, level 8, Emmanuel Anquetil Building, Port Louis, Mauritius.
2. Bidding is conducted using the Standard Bidding Documents (SBDs) issued by the
Procurement Policy Office (PPO) or other Bidding Documents customized with the approval of
the PPO where the available SBDs are not appropriate for certain type of procurement.
The SBDs currently available cover the procurement of:
a) Goods(SBDG);
b) Works contract for amounts up to Rs 400M (SBDW) without prequalification;
c) Works contract for amounts up to Rs 100M(SBDMW) ;
d) Large or Complex Works (SBDLW) with or without prequalification;
e) Design-Build and Turnkey (Single and Two Stage);
f) Non-consultancy services;
g) Supply and Installation of Information Systems;
h) Security services; and
i) Cleaning services;
New SBDs are issued when needed subject to an initial trial period.
3. Although each of the SBD is different, the ITBs are very similar, particularly for the
SBDG, SBDLW, SBDW and SBDMW, the most widely used documents for goods and works.
The standard forms and the guidance described in this document are based on those ITBs, as well
as on the respective Bid Data Sheets (BDSs), that also provides contract specific information.
4. For the purpose of this Guide, Procuring Entity refers to Public Body as defined in the
Public Procurement Act.
5. Readers should note that evaluation and the resulting report need not necessarily be
lengthy. Procurement of off-the-shelf goods can usually be quickly and easily evaluated. In
general, the complexity of evaluation lies with larger works, specialized goods items and with
Design-Build and Turnkey projects. The forms should invariably accompany the evaluation
report, but they may be adapted to suit specific requirements of the bidding documents. The
report should include a number of attachments to explain details of bid evaluation or to show
specific controversial wording or numbers in a bid. Cross-referencing should be used
extensively, as well as references to pertinent clauses in the bidding documents.
5
6. The Bid Evaluation Reports contained in the annexes to Section II and III are samples for
procurement of works and goods and prequalification of contractors that may be adapted to suit
specific situations. Readers will appreciate that they are structured in such a manner so as not to
miss any step of the evaluation process as defined in the Guide and to provide all relevant
information that are essential for decision making in the award of contract.
7. Special mention should be made of contracts that group together (“package”) smaller
contracts (“lots”—also called “slices” or “items”), which may be awarded as a package to one
bidder, or as sub-packages of one or more lots to several bidders. In such instances the bid
evaluation is to be done separately, including any allowances for domestic preference, for each
lot, subject to any cross-discounting.
8. Public Officers should study the evaluation forms and the Guide during project
preparation, as a supporting document in order to assess the managerial and administrative
conditions needed for prequalification and bid evaluation.
9. The Appendices attached to this guide are samples of additional forms that may be useful
for preparing records during Bid Opening, Tables for Price Comparison, Salient Features in
Technical and Commercial substantive compliances, Eligibility criteria etc..
6
Table of Contents
Page
Appendices 96
7
Contents
Appendices ..............................................................................................................................97
9
The personal details of the members of the Evaluation Team should be provided in the
evaluation report, i.e., each member’s name, position in the Team, the name of company/
institution they are associated to, and so forth.
In the case of difference of opinion between the Evaluation Team and the Consultant on any
important matters concerning the evaluation results, the final evaluation report must clearly state
those differences.
The scheduled award date should also be indicated in the Bidding Documents, and any extension
of bid validity should be avoided. The Procuring Entity should complete the evaluation of bids
within the bid validity period stipulated in the Bidding Documents. The recommended validity
period should normally not be longer than one hundred and twenty (180) days in case of major
procurement contracts.
11
Applicants who are otherwise substantially responsive in their applications may be allowed to
promptly rectify minor omissions related to submission of data, information of a factual or
historical nature, to confirm their status. The information required shall be related to the
following:
(b) Completeness of documentation: Are the applications offering all of the items and
essential information requested? Deviations to the requirements such as no presentation of
financial statements or balance sheets, or failure to present sufficient information on
financial means to meet the specified financial situation criteria may be a basis for a “fail”
mark.
(c) Verification: Attention should be directed toward deficiencies related to the validity of
the application itself. For example: Is the letter properly signed? Are the applications of
Joint Ventures signed by each partner in the joint venture? Has a copy of the JV
Agreement or Letter of Intent been signed by all JV partners and submitted with the
application?
(d) Eligibility: Is the applicant from an eligible source country stipulated in the
Prequalification Document? (See ITA 5.5). Is the applicant free from conflict of interest?
(See ITA 5.6). Has the applicant not been determined to be ineligible by the Procurement
12
Policy Office (PPO) or otherwise defined in the Prequalification Document? (See ITA 5.7
and 5.8)
(e) JV requirements: Is the lead partner of the JV clearly identified and properly
authorized? Are all partners in the JV legally liable, jointly and severally, during bidding
and execution of the contract?
If the application fails in preliminary acceptance the reasons shall be clearly explained.
The evaluation work must be carried out by following the criteria set up beforehand in the PQD,
and the method must be based on absolute evaluation, not on comparative evaluation. The
following items are to be noted in setting up criteria and conducting evaluation.
(1) Eligibility
Nationality
The Applicant shall be from an eligible source country as stipulated in the
Prequalification document.
Conflict of Interest
The Applicant should not be undertaking assignments that would conflict with its
participation as bidder in the procurement process.
Ineligibility
(a) The applicant, that has been determined to be ineligible by PPO or as per other
criteria contained in the prequalification document shall not be awarded a
contract.
(b) Applicants appearing in the debarred and cross-debarment lists issued by
African Development Bank, the Asian Development Bank, the European Bank
for Reconstruction and Development, the Inter-American Development Bank
Group and the World Bank Group shall be ineligible for prequalification.
Pending Litigation
An analysis of pending litigation for the period specified in the prequalification
document may highlight any risk in its financial situation assuming that all pending
litigation will be resolved against the Applicant.
Litigation History
An analysis of litigation history of the Applicant, for the number of years specified
in the prequalification document, may indicate the Applicant’s unacceptable
behavior in execution of contracts.
1. The execution of any construction contract will normally result in the payment by
the Procuring Entity of a number of reasonable claims from the Contractor, e.g., for
defaults of the Project Manager, delays, unforeseeable ground and climatic conditions,
etc. However, some Contractors have an established business practice of bidding low to obtain
award of contract; and then flooding the Procuring Entity with excessive or frivolous
claims to increase their income. Procuring entities should be on guard against any
Contractor who habitually resorts to excessive claims, arbitration, and litigation in the
execution of contracts.
3. The criterion for rejection should be that of numerous arbitral awards or court
decisions against the Applicant in relation to awards for the Applicant, taking the
number and amount of contracts executed. As an indicative example, the occurrence of
one or two adverse cases over five years for a Contractor handling, on average, ten
construction jobs simultaneously, should not be a cause for rejection. If dispute resolution
is found to be relatively frequent in the business of the Applicant, it may indicate an
attitude of the management of the firm that could be dangerous for the Procuring Entity if
the Applicant were awarded the contract, and further investigation with previous Public
Bodies may be warranted.
Financial Performance
The Applicant shall submit audited balance sheets1 or if not required by law in
Applicant’s country, other financial statements as defined in the Prequalification
1
In case of an applicant that is a parent company/corporation having capital ties with its sister companies, the
submission of its consolidated balance sheets should be required.
14
General Information
3 In any case, the Employer should require Applicants to provide the following
background information to support the presentation in the Information Forms:
audited or certified financial statements for the last five years or for the
period stated in the Section III-3.2, supported respectively by audit statements or
tax returns; and
names and addresses of the Applicant’s banker(s), as well as the names
and addresses of clients or organizations familiar with its financial standing.
EXAMPLE
Actual:
previous five years
5 4 3 2 1 0
1. Total assets 18.5 19.0 20.0 23.0 0
25.0
2. Current assets 12.0 13.0 14.5 14.0 15.0
3. Total liabilities 9.0 10.5 10.0 11.0 11.5
4. Current liabilities 7.0 6.5 7.0 7.5 7.8
5. Profits before taxes 1.4 1.3 1.3 1.4 1.8
6. Profits after taxes 1.0 0.9 0.9 1.0 1.3
7. Net worth (1) - (3) 9.5 8.5 10.0 12.0 13.5
8. Current ratio (2)/(4) 1.7 2.0 2.1 1.9 1.9
9. Return on equity % 13.7 15.3 14.0 15.0
(5)/(7 of prior year)
5 Working capital is the difference between current assets and current liabilities,
and measures the firm’s ability to generate cash in the short term. Current assets are cash
and other assets suitable for conversion into cash within one year. Current liabilities are
monetary obligations that must be paid out within the current year. To help in the
interpretation of the adequacy of working capital, the current ratio, which compares the
current assets with the current liabilities, is more helpful than a figure for working capital.
In the example, the current ratio of the firm varies from 1.7 to 2.1 over the previous five
years and the projected ratios for the next two years are also within this range. This
indicates that the firm has had a consistent record of its working capital with at least $1.7
in current assets to back each dollar of its current liabilities. Construction firms normally
have small inventories and accounts receivable are easy to collect; they can therefore
operate safely with a low current ratio. The example firm appears healthy from its
working capital point of view.
6 Net worth or net equity is the difference between total assets and total liabilities.
The net worth measures a firm’s ability to produce profits over the long run as well as its
ability to sustain losses. Although the yearly figures for the net worth indicate the growth of
the firm, the return on equity gives a better indication of the efficiency with which equity is
employed within the firm. This is obtained by dividing the annual profit before taxes by
the net worth of the previous year and expressed as a percentage. In the example, for every dollar
of equity, the firm made 13.7 to 15.3 cents during the five-year period. The example firm
shows a rather consistent net worth record.
7 Any discontinuities or abnormal features in the above indicators or ratios should alert
the Procuring Entity to potential financial problems and the need to seek expert
professional advice for further review and interpretation.
16
The minimum percentage requirement given to this criterion for Joint Ventures is
detailed in section 2.4 below.
The Applicant’s general capabilities in managing construction contracts should be related to its
record of the Applicant’s recent experience and the value of work undertaken. Experience
requirements should be stipulated as a minimum annual value of general construction work
carried out over a stated period (normally five years), calculated by applying an appropriate
multiplier to the projected annual construction rate on the subject contract. The recommended
multiplier is 1.0 for a one off contract.
Subject Contract
Description : Port Facility
Estimated Cost (Including contingencies): US $ 120m
Duration: 4 years
Contract: SBDW Unit Rate
The principle of a multiplier shall apply for the award of a one-off contract but not for
the cumulative value of contracts based on rates or under Framework Agreement where
works are allocated on as and when required basis at agreed fixed rates or following mini
competitions.
(4) Experience
2
A management contractor is a firm which takes on the role of contract management as a “general” contractor of
sort could do. It does not normally perform directly the construction work(s) associated with the contract. Rather, it
manages the work of other (sub) contractors while bearing full responsibility and risk for price, quality, and timely
performance of the work contract.
17
(b) For the above or other contracts executed during the period stipulated in (4)
above, a minimum construction experience, as prime contractor, management
contractor, or subcontractor, in the key activities specified in the Prequalification
Documents.
(a) The Applicant should have carried out similar works of a size comparable to that of
the package of Works for which prequalification is sought. Depending on the nature of the
Works to be bid, the requirement should be for the Applicant to have completed or
substantially completed one or more contracts each of an amount (not less than about 80
per cent) close to that of the proposed contract, over the last five to ten years.
(b) The Applicant (or a subcontractor designated in Forms ELI-1.2 and EXP4.2b)
should have performed operations of a volume, quality, and rate of execution similar to
those required for the timely completion of the subject contract. For example, where large-
volume earthmoving, tunnelling, or concrete placing is involved, the Applicant should
demonstrate experience in those operations, having performed them at the rates necessary
to meet a percentage (e.g., 80 per cent) of the estimated monthly peak and/or annual rates
required for the subject contract.
Applicants should not be required to have had direct experience in Mauritius or the region,
but only under similar climatic, geological, and other general conditions.
The Employer shall decide if the experience of the Applicant shall be accepted under only one
contract or under different contracts. The prequalification criteria shall be set accordingly. For
example, for highway construction, which includes structures such as bridges, the Applicant may
be required to have experience in construction of highways and bridges. It is possible that the
experience for these be required under a single contract (highways and bridge construction
together in a same contract) or under different contracts (a separate contract for highway
construction and separate for bridge construction) . In certain other cases, it may be necessary
to have separate contracts awarded for highways and bridges in which case the
prequalification shall be carried out separately.
(ii) At least one member of the JV is required to meet a particular percentage (usually
not less than 40%) of the qualification requirements.
(a) the prequalified applicant, after the change, no longer substantially meets the
qualification criteria set forth in Annex I, Table 4, or
(b) in the opinion of the Procuring Entity, a substantial reduction in competition may
result.
(a) The average annual amount of the Applicant’s past turnover on general
construction stated by the Applicants in FIN-3.2 should be equal to or greater than
that stated in Section III-3.2. If there has been a downward trend in turnover in
more recent years over the specified period, a clarification should be sought by the
evaluator with a view to a possible weighting of the more recent years in
determining the annual average (see example below).
Example:
Year Turnover US$ equivalent
($m)
1. 2003 (to end of (completed in different currencies) 20
June)
2. 2002 “ 40
3. 2001 “ 80
4. 2000 “ 120
5. 1999 “ 100
Note: Although appearing to pass the qualifying criterion, the Applicant has only averaged
$56m/p.a. (140÷2.5) in the last two and one-half years, with decreasing turnover. In such
cases, the Procuring Entity should make a thorough investigation of the financial soundness
of the Applicant (from data submitted with FIN-3.1) and, failing a satisfactory resolution,
the Applicant could be disqualified.
20
The particular experience on similar contracts, and minimum key production rates (number
of contracts) as stated in Section III-4.2, should be compared with information provided in
EXP-4.2a and 4.2b. The contribution of named specialist subcontractors may be a factor in
satisfying these criteria.
Alternative I
If Applicants have applied for prequalification on more than one particular contract, the
procedure in “(1.1) Single Contract Evaluation (slice)” above may be used for evaluation by
aggregating the specific requirements for each contract, and comparing the totals of different
combinations with the information provided in relevant forms.
Alternative II3
The procedure uses the basic information supplied by Applicants to assess the threshold
limits (ceilings) for the aggregated total of contract value (or bidding capacity) for which
Applicants are considered pre-qualified by the Employer.
The information provided by the Applicant in FIN-3.2 gives the average annual turnover; this
amount is then divided by the multiplier of 1 (the multiplier may from time to time be defined by
PPO) as used by the Procuring Entity in Section III-3.2, and gives the limit of annual
capacity of the Applicant for construction on the subject contracts.
The information provided in EXP-4.2a and 4.2b regarding similar contracts and the
annual/monthly key production rates (number of contracts) may lead to a reduction of the
ceiling or condition the prequalification.
After refining the initial maximum annual contract amount in the manner stated above, it
should be extended over the duration of individual contracts, or over the average durations
for multiple contract construction, to provide an indicator of the Applicant's maximum
bidding capacity on individual or a group of contracts.
3
A similar, simpler, procedure can be used that consists of compiling registers of contractors for different
categories of works under National Competitive Bidding procedures
21
Minimum requirements for combined contract(s) shall be the aggregate requirements for each
contract for which the Applicant has applied for as follows, and N1,N2,N3, etc. shall be different
contracts:
Option 1: (i) Minimum requirements for combined contract(s) shall be the aggregate
requirements for each contract for which the applicant has applied for as
follows, and N1,N2,N3, etc. shall be different contracts:
Lot 1: N1 contracts, each of minimum value V1;
Lot 2: N2 contracts, each of minimum value V2;
Lot 3: N3 contracts, each of minimum value V3;
----etc.
Or
Option 2: (i) Minimum requirements for combined contract(s) shall be the aggregate
requirements for each contract for which the applicant has applied for as
follows, and N1, N2, N3, etc. shall be different contracts:
Lot 1: N1 contracts, each of minimum value V1;
Lot 2: N2 contracts, each of minimum value V2;
Lot 3: N3 contracts, each of minimum value V3;
---- etc.., Or
(ii) Lot 1: N1 contracts, each of minimum value V1; or number of contracts less
than or equal to N1, each of minimum value V1, but with total value of all
contracts equal or more than N1 x V1
Lot 2: N2 contracts, each of minimum value V2; or number of contracts less
than or equal to N2, each of minimum value V2, but with total value of all
contracts equal or more than N2 x V2
Lot 3: N3 contracts, each of minimum value V3; or number of contracts less
than or equal to N3, each of minimum value V3, but with total value of all
contracts equal or more than N3 x V3
----etc.
Or
Option 3: (i) Minimum requirements for combined contract(s) shall be the aggregate
requirements for each contract for which the applicant has applied for as
follows, and N1, N2, N3, etc. shall be different contracts:
22
(ii) Lot 1: N1 contracts, each of minimum value V1; or number of contracts less
than or equal to N1, each of minimum value V1, but with total value of all
contracts equal or more than N1 x V1
Lot 2: N2 contracts, each of minimum value V2; or number of contracts less
than or equal to N2, each of minimum value V2, but with total value of all
contracts equal or more than N2 x V2
Lot 3: N3 contracts, each of minimum value V3; or number of contracts less
than or equal to N3, each of minimum value V3, but with total value of all
contracts equal or more than N3 x V3
----etc, Or
(iii) Subject to compliance as per (ii) above with respect to minimum value of single
contract for each lot, total number of contracts is equal or less than N1 + N2 +
N3 +--but the total value of all such contracts is equal or more than N1 x V1 +
N2 x V2 + N3 x V3 +---.
Example 2:
Lot 1: 1 contract (N1) of minimum value of $120 million (V1) each;
Lot 2: 2 contracts (N2) of minimum value of $70 million (V2) each;
Lot 3: 3 contracts (N3) of minimum value of $30 million (V3) each;
The Applicants may be deemed qualified if any one of the following conditions have been
met:
Lot 1: 1 contract of equal or more than $120 million
Lot 2: 2 contracts of equal or more than $70 million each
Lot 3: 3 contracts of equal or more than $30 million each
Or
Lot 1, 2 and 3:
6 contracts of which 1 contract equal or more than $120 million, 2 contracts equal or more than
$70 million each, and 3 contracts equal or more than $30 million each, or
5 or less contracts of which 1 contract equal or more than $120 million, 2 contracts equal or
more than $70 million each, and total of all contracts is equal or more than $350 million, or
4 contracts of which 1 contract equal or more than $120 million, 2 contracts equal or more than
$70 million each, and total of all contracts is equal or more than $350 million, or
23
3 contracts of which 1 contract equal or more than $120 million, 2 contracts equal or more than
$70 million each, and total of all contracts is equal or more than $350 million, or
2 contracts of which 1 contract equal or more than $120 million, and total of all contracts is
equal or more than $350 million,
or
Example 3:
Alternately, Applicants may be deemed qualified if any of the following conditions have
been met:
Contract 1: 1 contract of a minimum of $40 million.
Contract 2: 1 contract of a minimum of $ 100 million.
Contract 3: 1 contract of a minimum of $84 million.(for combination of contracts
applicant shall be required to meet aggregate of the respective requirement for each
contract as above) Or
Subject to completion of :
2 contracts each of minimum for $20 million or 1 contract of minimum $40 million for
Contract 1
2 contracts each of minimum $50 million or 1 contract of minimum $100 million for
Contract 2; and
2 contracts each of minimum $42 million or 1 contract of minimum $84 million for
Contract 3, the total number of contracts completed is 6 or less for combined qualification
of all 3 contracts and total number of contracts completed is 4 or less for combined
qualification of any 2 contracts such that the total value of all such contracts is equal or
more than $ 140 million (20x2+50x2) for Contracts 1+2, $124 million (20x2+42x2) for
Contracts 1+3, $184 million (50x2+42x2) for Contracts 2+3, and $224 million
(20x2+50x2+42x2) for Contracts 1+2+3.
In all the examples above, each substantially completed contract shall be different from the
other.
Typical circumstances for which conditional prequalification of applicants may be appropriate are,
inter alia:
the provision of additional critical information such as cash flow which, in any case, needs
to be updated at the time the bids are submitted;
the revision of a preliminary JV Agreement;
proposals for subcontracting specialized elements of the Works (unless subcontractors’
qualification are to be considered for the purpose of evaluation and determination of
qualification of the Applicant); and
questionable ability to undertake the subject contract, together with other pending
contract awards.
The prequalification process should not restrict competition at the time of bidding. Therefore, it is
in the interest of the Employer to qualify larger number of applicants. The Employer shall not
reject any Applicant, without giving an opportunity to clarify or furnish a document, when
information is lacking in the Application unless the Application has major deficiencies or most of
the critical information is lacking.
2.10 Prequalification Evaluation Summary
(1) The summary report shall address each of the pass-fail criteria set forth in the
prequalification documents and shall include attachments and additional tables to
explain details of the individual evaluation of applicants.
(2) The summary report shall address joint venture applicants in regard to the
completeness of their documentation, domestic bidder price preference, sharing
provisions and liability of the joint venture partners.
(3) In case the prequalification evaluation includes “slice and package” requirements,
the summary shall mention the procedure used in the evaluation and show the
aggregate total of contract value for which applicants are considered pre-qualified
by the Procuring Entity.
All Applicants, whatever their classification, should be provided with a list of names and addresses
of Applicants in the qualified category and those of conditionally qualified one (without disclosing
details of the conditions). Generally, conditionally qualified Applicants should be invited to submit
a bid upon satisfactory compliance with the related conditions. However, in certain circumstances,
they may be invited to bid and provide required information or documents as per the details of
conditions along with the bid.
Bid documents should be issued only to pre-qualified Applicants.
Verification of the information provided in the submission for prequalification shall be confirmed
at the time of award of contract, and award may be denied to a bidder that is judged to no longer
have the capability or resources to successfully perform the contract.
After prequalification, all Applicants are deemed to have the necessary capabilities to carry out the
subject contract or contracts. During the bidding period, however, the Employer may be
approached for approval to changes in the formation or composition of Applicants prior to bid
submission. The provisions of ITA 31.1 should be followed by the Procuring Entity in deciding
whether to accept such changes.
26
Submission of Applications
Preliminary Examination:
Completeness of documentation Request clarification and/or
• Eligibility substantiation of information from
• Joint. Venture requirements Applicant
NO
examination ?
YES
Qualification Assessment
Does NO
the Applicant meet all
the qualification NO
criteria ?
YES
Request clarification and/or
substantiation of Information from
Applicant
Annex I.
Name of Project:
Procurement Reference No:
29
Introduction
2. Tables 1-5 should invariably accompany the summary, but they may be adapted to
suit specific requirements of the Prequalification Documents. The summary should
include a number of attachments and additional tables to explain details of the
individual evaluation of applicants who were not prequalified. References to
pertinent clauses in the Prequalification Documents should be used as necessary.
3. The summary should make special mention of Joint Venture applicants with regard
to the completeness of their documentation, eligibility requirements including
sharing provision and liability of the JV partners.
1. INTRODUCTION
1.1 Prequalification Identification and Prequalification Evaluation
Committee
1.2 Prequalification Process
2. PRELIMINARY EXAMINATION
2.1 Prequalification Documents
2.2 Verification
2.2.1 Authorized Sign
2.2.2 Power of Attorney for Authorized Person
2.2.3 Joint Venture Agreements
2.3 Completeness of Application
2.4 Eligibility
3. QUALIFICATION EVALUATION
3.1 Eligibility
3.1.1 Nationality
3.1.2 Conflict of Interest
3.1.3 Ineligibility
5. CONCLUSIONS
31
APPENDICES
Table 1 Identification
SAMPLE FORMS
Table 1. Identification
(a) original
(b) revised
(a) name
(b) address
Single-Stage: Two-Envelope
Two-Stage
33
1.5 United Not having been excluded as a result Must meet Must meet Must meet N/A
Nations of Mauritian laws or official requirement requirement requirement
resolution or regulations, or by an act of compliance
Mauritian with UN Security Council resolution,
in accordance with ITA 6.1
law
36
4
Non-performance, as decided by the Employer, shall include all contracts where (a) non performance was not challenged by the contractor, including through referral to the
dispute resolution mechanism under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Non performance shall not
include contracts where Employers decision was overruled by the dispute resolution mechanism. Non performance must be based on all information on fully settled disputes
or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances
available to the Applicant have been exhausted.
37
5
The Applicant shall provide accurate information on the related Application Form about any litigation or arbitration resulting from contracts completed or ongoing under its
execution over the last five years. A consistent history of awards against the Applicant or any member of a joint venture may result in failure of the application.
38
6
The similarity shall be based on the physical size, complexity, methods/technology and/or other characteristics described in Section V, Scope of Works. Summation of
number of small value contracts (less than the value specified under requirement) to meet the overall requirement will not be accepted.
7
Substantial completion shall be based on 80% or more works completed under the contract.
8
For contracts under which the Applicant participated as a joint venture member or sub-contractor, only the Applicant’s share, by value, shall be considered to meet this
requirement.
41
4.2 For the above and any other Must meet Must meet N/A Must meet the
(b) contracts completed and under requirements requirements following
implementation as prime requirements
contractor, joint venture member, for the key
management contractor or sub- activities listed
contractor between 1st January below (can be a
[insert year] and application specialist
submission deadline, a minimum subcontractor)
construction experience in the [list key
following key activities activities for
successfully completed9: [list this partner
activities indicating volume, and the
number or rate of production as corresponding
applicable]10 minimum
requirements]
1. If the applicant fails a specific criterion or if “pass” has been given, accepting a minor deviation (ITA 24.1), the reasons shall be clearly explained in the Explanation
column or in a separate attachment, as necessary.
9
Volume, number or rate of production of any key activity can be demonstrated in one or more contracts combined if executed during same time period. The rate of
production shall be the annual production rate for the key construction activity (or activities). For the rate of production, either the average during the entire period or in any
one or more years during the period should be specified.
10
The minimum experience requirement for multiple contracts will be the sum of the minimum requirements for respective individual contracts.
43
1. Prequalified Applicants
i)
ii)
iii)
etc.
2. Rejected Applicants
Applicant’s name
Reasons for rejection
i)
ii)
iii)
etc.
44
1.1 Purpose
The purpose of bid evaluation is to determine, among the bids submitted on or before
the bid closing date and time specified in the bidding documents, the lowest evaluated
substantially responsive bid where the bidder satisfies the qualification criteria. 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 documents,
a logical systematic evaluation procedure designed to cover all aspects of the
evaluation process should be followed.
For procurement that requires a Bid Evaluation Committee (BEC), it is mandatory to set
up such a Committee consisting of a minimum of three qualified evaluators. The BEC
should work in a secure office where all bidding documents can be kept. It may include
the person who has prepared the bidding document if this is beneficial for the purpose
of the evaluation depending on the complexity and specialization required for the
procurement under reference.
(a) Confidentiality of Procedures
After 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
publication of award for contract above the prescribed threshold or announcement of
the award of the contract to the successful bidder for amount less than the prescribed
threshold.
Bidders some time attempt to contact the Procuring Entity during bid evaluation,
directly or indirectly, to query progress of evaluation, to offer unsolicited clarifications,
or to express criticisms on their competitors. Receipt of such information should be
acknowledged as to receipt only. Public Bodies must evaluate bids on the basis of the
information provided in the respective bids. However, additional information provided
may be useful in improving the accuracy, speed, or fairness of the evaluation.
Nonetheless, no changes in the bid price or substance are allowed.
Notwithstanding the above, Bidders may, in specific type of procurement, be required
to make presentation of their proposal in the presence of a panel. Bidders would be
advised through the Bidding documents for such requirements, its purpose and the
scope of the presentation in respect of matters that could be better assessed through a
presentation than otherwise. In so doing, Bidders shall not make any change in any
manner to their initial proposals. A soft copy of the presentation may in such cases be
required to be submitted with their original bid.
Any effort by a bidder or its agents to influence the Procuring Entity’s evaluation of
bids or award decisions, including the offering or giving of bribes, gifts or other
inducement will result in the invalidation of its bid and the bidder being subject to
debarment from bidding for future public contract.
next lowest evaluated bidder). It should not in any case be higher than 15 % of the
updated estimate for works contract.
There are two different currency options for bidding/payment, each requiring a different
conversion methodology:
(i) The Standard Bidding Documents for Goods (SBDG) and Option B of Standard
Bidding Documents for Large Works (SBDLW) use the multiple currency
option, in which the bid price is expressed in a number of currencies. For this
procurement, use Table 5 of Annex I-2.
(ii) The Standard Bidding Documents for works for amount up to Rs 400m (SBDW),
and Option A of SBDLW use the single currency option, in which the bid price is
expressed entirely in Mauritian Rupees, with other foreign currency requirements
stated as percentages of the bid price, together with the exchange rates used by
the bidder to determine the percentages. For Option A of SBDLW single
currency bids, sections of the Works may require payment in different currencies
and proportions. In such instances, the impact of any corrections found will
require a lengthier analysis for each bid, based on the submitted Appendix to Bid.
Annex I–2, Table 6 is to be used for these calculations.
As contingencies are not bid competitively, they must be excluded for evaluation
purposes. These adjustments are shown in column (e) of Table 3–Annex I-2.
the 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 Procuring Entity or the unit rates are not priced competitively,
Daywork shall be excluded for evaluation purposes. They are accounted for in column
(e), Table 3 of Annex 1-2.
The Single-Stage, One-Envelope bidding procedure is the default and most common
bidding procedure. The Single-Stage, Two-Envelope bidding procedure allows bids at
the first stage of evaluation, to be evaluated on purely technical and commercial
grounds without reference to price.
The Two-Stage bidding procedure may be adopted in large and complex contracts
where:
(a) it is not feasible to fully define the technical or contractual aspects of the
procurement to elicit competitive bids; or
(b) because of the complex nature of the goods, other services or works to be
procured, the Procuring Entity wishes to consider various technical or
contractual solutions, and to discuss with bidders the relative merits of those
variants before deciding on the final technical specifications and contractual
conditions.
50
A Record of Bid Opening, identifying all the bids received, the bid prices including
alternative bids and discount if any, and the presence or absence of the requisite bid
security or bid securing declaration, if either one is required, read out at the public
opening of bids, should be formally prepared. Copies of the record should be sent to all
bidders upon request. To assist in carrying out the opening and preparing of the
record, a checklist is provided in Appendices. All discounts offered, modifications,
substitutions and withdrawals should also be recorded. The record of the bid opening
should be signed by all members of the bid opening committee or persons responsible
for bid opening. The Bidders’ representatives who are present shall be requested to
sign the record. The omission of a Bidder’s signature on the record shall not invalidate
the contents and effect of the record. A sample format of the prices as read out at Bid
Opening should be prepared for the Evaluation Report as shown in Annex I-2 Table 1.
2.4 Completeness
Attention should be directed toward deficiencies that, if accepted, would provide unfair
advantages to the bidder. Sound judgment must be used: for example, simple
omissions or mistakes arguably occasioned by human error should not be grounds for
rejection of the bid. Rarely is a bid perfect in all respects. However, the validity of the
bid itself, for example, its signatures, must not be in question.
51
(a) Eligibility
The bidder must be a national or a juridical entity from an eligible source country. All
partners to a joint venture shall be from an eligible source country, and the joint
venture shall be registered in an eligible source country. All goods and services shall
originate from eligible source countries. In the case of plant and equipment, this
eligibility test is applied only to the finished product offered in the bid and to its major
and clearly identifiable components. Bidders that have been declared ineligible by the
Republic of Mauritius following UN resolution or disqualified/debarred by PPO shall
not be eligible. Bidders appearing on the ineligibility lists of African Development
Bank, Asian Development Bank, European Bank for Reconstruction and Development,
Inter-American Development Bank Group and World Bank Group shall be ineligible.
If prequalification has taken place, only bids from prequalified bidders can be
considered. The bidder (including all members of a joint venture and subcontractors)
may be disqualified if affiliated with a firm that has provided related consulting
services on the project, or if the bidder is a government owned company lacking legal
and financial autonomy. (See the ITB for details.)
(a) failure to submit substantially responsive Bid Forms and Price Schedules
signed by the authorized person or persons;
(b) failure of bidder to satisfy eligibility requirements, (i.e., bidder is not from
an eligible source country or has been debarred or disqualified by the
Procurement Policy Office for award of any public procurement contract);
(c) failure to submit an original bid;
(d) failure to submit an original bid security as specified in the bidding
documents (i.e the bid security is valid for a shorter period or lower amount) or
to subscribe to a bid securing declaration as specified in the bidding documents;
(e) failure to satisfy the bid validity period (i.e., the bid validity period is
shorter than specified in the bidding documents;
(f) inability to meet the critical delivery schedule or work schedule clearly
specified in the bidding documents, where such schedule is a crucial condition
with which bidders must comply;
(g) failure by manufacturer or supplier, or both, to comply with minimum
experience criteria as specified in the bidding documents;
(h) 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
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);
(i) Stipulating price adjustment when fixed price bids were called for;
(j) refusing to bear important responsibilities and liabilities allocated in the
bidding documents, such as performance guarantees and insurance coverage;
53
(a) failure to bid for the required scope of work (e.g., for the entire works or a
complete package or a complete schedule etc..) as instructed in the bidding
documents and where failure to do so has been indicated as unacceptable;
(b) failure to quote for a major item in the package;
(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) subcontracting in a substantially different amount or manner than that
permitted;
(e) phasing of contract start-up, delivery, installation, or construction not
conforming to required critical dates or progress markers; or
(f) presentation of absolutely unrealistic and inadequate implementation plans
and schedules regarding performance, technical or service factors;
However, major equipment suppliers normally conduct the type tests in their
own laboratories. The purchaser may accept such test certificates (a) if the
testing laboratory, has ISO 9000 (or its equivalent) series certification, or (b)
the tests have been witnessed by technically qualified representatives of earlier
clients or purchasers.
54
• 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 documents. 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.
However, those provisional sums set aside for Daywork,1 where priced competitively,
should not be included in the deductions.
1
Refers to unforeseen work. For details, see SBDLW or SBDW.
56
the bids should be arranged in the order of ascending price. A sample format for the
Table of Bidders and Bid Prices is shown in Annex I–2, Table 5 and Table 6 as
attachments to the sample Bid Evaluation Report.
The Table for Commercial Terms should list all the important commercial conditions
specified in the bidding documents such as the bid security amount and validity period,
terms of payment, liquidated damages etc., and list any deviations from requirements
of the bidding documents. Further, it should be stated whether a financial adjustment to
the bid is considered necessary as a consequence of any minor deviation.
The Table of Technical Requirements should set out the scope of supply, 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. Every bid being evaluated should then
be scrutinized in detail and its salient features entered into the table against the listed
items of the bidding documents. As in the detailed evaluation of commercial terms, any
substantial deviations from the technical requirements of the bidding documents should
be listed and it should be determined whether a financial adjustment to the bid is
necessary or the bid should be rejected as nonresponsive.
It is through this systematic scrutiny that differences in bids, under detailed evaluation,
are demonstrated. In this way the ground is prepared for the next phase (i.e. the
determination of price adjustments necessary to bring all bids to a common basis for
price comparison and to determine subsequently the lowest evaluated bid).
(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 documents.
(ii) All the adjustment factors and the basis of price comparison specified in the
bidding documents must be taken into account. Factors or other criteria not
listed in the bidding documents shall not be introduced during the bid
evaluation.
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 be normally ten percent of the bid price. Where bidders offer an
earlier delivery or completion schedule that results in the Procuring Entity 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 ten percent for late or early delivery
should be considered nonresponsive and the bid rejected.
58
In cases where the Procuring Entity has offered a bonus for early completion, credit
price adjustments should not be given 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 (in Civil
Works Contract)
In supply contracts and in supply and installation contracts involving importation of
goods, the duties shall be included in the comparison of bid prices unless otherwise
stated in the bidding document.
However, for evaluation purposes the duties are systematically included in the bid
price in civil works contracts as both local contractors and foreign contractors have the
equal right to choose the locally produced goods and services 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 as specified in the
bidding documents, the cost of such duties should be estimated and added to its bid
price for bid comparison, rather than the bid rejected.
Alternatively, external sources, such as published price lists, freight tariff schedules,
etc., may be appropriate. The cost determined should be expressed in the evaluation
currency and shown in Table 10, column c of attachments to the sample Bid Evaluation
Report.
(b) Adjustment for priced deviation in Technical Compliance
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 non-
59
eligible country, and which is considered a minor deviation, is similarly not cause for
rejection of the bid. 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 2.12 (a) above. Rectification
in the awarded contract of minor deficiencies, including replacement of noncompliant,
missing, or ineligible items is accounted for in section 9 of the Bid Evaluation Report
Bonuses or additional credits that reduce the evaluated bid price will not be given in the
bid evaluation for features that exceed the requirements stated in the bidding
documents, unless specifically provided for in the ITB. The value of adjustments will
be expressed in terms of cost, for all works and most goods contracts, and should be
shown in Table 10, column d of the attachments to the sample bid Evaluation Report,
and expressed in the evaluation currency.
The methods of calculation of these evaluation factors shall be clearly specified in the
bidding documents. No deviation from the specified manner of cost calculation should
be introduced.
(d) Adjustment for Spare Parts
Only those spare parts and tools which are specified on an item-wise 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.
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.
(f) Maximum Amount of Adjustment for Deviations
In some cases, bids contain so many deviations requiring adjustments to the bid price
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 as a whole
nonresponsive. In other instances, adjustments for only one or a few deviations have a
60
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 about 15 percent of the bid price, the bid may be rejected as
nonresponsive.
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
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 detailed evaluation.
(d) Clarifications
In many civil work contracts, the Procuring Entity may wish to correspond with the
bidders for clarifications of their bids. Details of pricing, work methods, scheduling
and sourcing of materials are usually the principal subjects of such bid clarifications.
After going through the above three stages, the lowest evaluated substantially
responsive bid shall be determined in accordance with the provisions of the bidding
documents. As a final step prior to award, the Procuring Entity 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 determined as positive, the contract shall be awarded to
the bidder which submitted the lowest evaluated substantially responsive bid. Such
bidder must not be required, as a condition of contract award, to undertake
responsibilities or works not stipulated in the bidding documents or to modify the bid.
If Margin of Preference is allowed in bid evaluation, the ITB will so state and provide
detailed procedures to be used in determining the eligibility for preference and the
amounts
Where prequalification has not occurred, the prospective awardee should be subjected
to post-qualification, the procedures for which are described in the ITB.
If the lowest evaluated bidder fails in post-qualification examination, its bid should be
rejected, and the next ranked bidder should then be subject to post-qualification
examination. If successful, this bidder should receive the award, otherwise the process
continues.
Annex I
Name of Project:
Procurement Reference Number:
Date of Submission:
65
Include a brief description, context, scope, and objectives of the Procurement. Use about
a quarter of a page.
Describe major events that may have affected the timing (delays, complaints from bidders,
Preparation of Bid Document, extension of deadline for submission of bids, and so on).
Describe briefly the composition of the Bid Evaluation Committee, profile of the members,
meetings and actions taken by the Committee; outside assistance, role of consultants where
applicable, evaluation guidelines, justification of sub-criteria as indicated in the bid
documents; and compliance of evaluation with the Bid document.
2. Identification
3. Bidding Process
(a) General Procurement Notice:
(i) In case of Open Advertised Bidding
First date of issue and latest update if any, prequalification if required and list
of firms prequalified, Advertisement method for IOAB and NOAB-media used,
issue dates, number of firms targeted/notified.
(ii) In case of Restricted Bidding:
Reasons for choosing this procurement method, basis for identifying the list of
bidders, communication method for inviting bids and date of issue.
(b) Bidding Document: Standard Bidding Documents used or bidding documents
specifically customized by PPO, date approval received from CPB, where
applicable, number of companies to whom documents issued.
(d) Site visit/Pre-bid Conference -Date of site visit/pre-bid conference, if any; date
minutes of site visit/pre-bid conference sent to bidders and CPB, where applicable.
Note: Contracts under two-stage bidding will require the information requested for each
stage to be filled out.
All bids received have to be checked for completeness with respect to the document mentioned
in the Bid Documents namely:
(a) Eligibility
(b) Responsiveness to Commercial terms and Conditions,
(c) Responsiveness to Technical Requirements:
(b) Non-material nonconformities that may be rectified such as arithmetic error, minor
omission in the scope of supply that can be priced, minor deviation in terms of
payment and delivery when those defined in bidding document were not critical, non-
submission of documents related to data and information that are of a factual nature
or public knowledge etc….
67
The preliminary examination as defined under Preliminary Examination sections 2.4, 2.5
and 2.6 of the Guide deal with these issues.
All the substantially responsive bids are then adjusted in respect of arithmetical errors,
any price modifications submitted by the bidder separately prior to the closing date for
submission of bids, any unconditional discount that cut across part or the full bid price
etc..
All the corrected prices are to be converted into the evaluation currency as provided for in
the bidding document as per the format of Table 5 hereunder.
(c) Selection of Bids for detailed evaluation (refer section …. of the Guide)
(In order to reduce the volume of work involved in the detailed evaluation, the Bid Evaluation
Committee may, after establishing responsiveness of bids, proceed with the detailed evaluation
of a shortlisted number of lowest priced bids from Table 3. Other bids would be evaluated
only if adjustments, if any, to be made to the shortlisted bids would bring their adjusted price
above the unadjusted price of any of the other bids.)
The table hereunder shows the relative difference in the prices and the reasons for the detailed
evaluation of the first …………. (insert number) bids.
Bids that have survived and been selected for detailed evaluations might contain minor
omission and deviation which require to be adjusted as far as possible in monetary terms
68
except for those that are nonmaterial nonconformities that may not be given a monetary
value and which may be waived.
The additions and priced variations may relate to the following as highlighted in the
Guide:
(c) Alternatives
Where the bidding document allow for alternatives to be considered
irrespectively of whether or not a bidder has submitted a base bid these will be
considered concurrently with the other bids for the sake of comparison but
evaluated according to the criteria mentioned for the alternatives in the bidding
document.
8. Clarifications
The Bid Evaluation Committee shall finally confirm that all clarifications have been made in
writing and that the original of all replies received have been inserted in the original of the
bidder’s submission. Furthermore, where there have been arithmetical corrections, the report
should mention if such corrections have been accepted by the respective bidders.
After completing the detailed evaluation of bids the Evaluation committee may fill in Table 7
given hereunder as a summary of the evaluated prices for comparison with footnotes and
69
attachments to the table to provide details of all additions, priced deviation, evaluation factors
having taken in the price etc…preferably in respect of each bid.
(a) The bids are compared to rank the bids in the order of the evaluated price. The lowest
evaluated bid is then subject to the following:
to identify the bid for Award of Contract. Reasons for the bidder having submitted the
lowest evaluated bid(s) not satisfying the qualification criteria should be fully
documented in the report.
(b) Alternative
Where the bidding document allow for alternatives to be considered only if the base bid is
determined to be the lowest substantially responsive bids in such cases such alternative
will be retained if it is more competitive than the base bid.
The Bid Evaluation Committee has to comment on the reasonableness of the LEB for
execution of the works as per the estimate and rates obtained. In case the lowest evaluated bid
is 15 % or more higher than the estimated price, the Evaluation Report should identify the
items with rates and prices on the high side to facilitate the negotiation with bidder.
11.3 If bid from joint venture, list all partners, nationalities, and estimated shares of contract.
Currencies Amount(s) or %
The Evaluation Report shall conclude on the lowest evaluated bid for award of contract
highlighting any such issues as minor deviations or other shortcomings which may be taken up
at the time of signing the contract.
The Evaluation Committee shall also comment on weaknesses found in the bidding document
that could be useful for future bidding exercise by the Procuring Entity.
71
Annex I -1
Annex I-2
Table 1
etc.
1
Secondary currencies are expressed in column e as a percentage of the total bid price.
2
Describe any modifications to the read-out bid, such as discounts offered, withdrawals, and alternative bids. Note also the absence of any required bid
security or other critical items. Refer also to section 2.2 of the Guidelines above.
73
Annex I-2
Table 2
Bidder Verification1 Eligibility Bid Security Completeness Substantial Acceptance for Detailed
of Bid Responsiveness Examination
etc.
The column to be filled with Yes or No against each bidder with footnotes or attachments to explain the shortcomings found against each bidder.
1
Column (b) shall contain missing documents and other inconsistencies in bidders submissions.
Note: For explanations of other headings, see Stage 2 Preliminary examination of bids in the Guidelines. Additional columns or attachments may be needed,
such as for responsiveness to technical conditions.
74
Annex I-2
Table 2/1
Table 2/1 Examination for Completeness of bids
(The list of items in this table is indicative. It should be customized to suit the evaluation in
process)
Sr. Bidder
No. Description
1 2 3 4 5 6 7 8 9
1 Bid Documents
1.1 Original and two copies
1.2 Bid submission form
1.3 Appendix to bid
1.4 Price Schedule/ Bill of Quantities
2.0 Bid Security
3.0 Schedule of Qualifications information
Legal status,
Power of Attorney or other acceptable document
Works value for last five years
Evidence for experience of works of similar nature and
complexity
List of Construction Equipment
Qualifications and experience of key personnel
Report on Financial standing
Evidence of adequacy of working capital
Authority to seek reference from Bank
Information regarding litigations
Proposal for subcontracting
Legend: Y for yes, N for No, Pa for Partial and NA for not applicable in columns under each bidder
75
Annex I-2
Table 2/2
Sr. Bid
Document
No. Requirements Ref. Bidder
1 2 3 4 5 6 7 8 9
etc…..
Findings
Annex I-2
Table 3
etc.
Note: Only bids accepted for preliminary examination (Table 2, column g) should be included in this and subsequent tables. Columns a, b, and c are from
Table 1 (columns a, d, and e, respectively).
1
Corrections in column d may be positive or negative.
2
If the discount is offered as a percent, column h is normally the product of the amounts in columns f and g. If the discount is provided as an amount, it is
entered directly in column h. A price increase is a negative discount.
77
Annex I-2
Table 4
Annex I-2
Table 5
etc.
Note: This table is to be used for SBDG and Option B of SBDLW. Columns a, b and c are from Table 3, columns a, b and i.
1
Column d is from Table 4.
2
Column f is the sum of bid prices in column e for each bidder.
79
Annex I-2
Table 6
Bid Price Currency of Percent of Amount in Rate Used Currency of Rate for Bid Prices Total3
Payment Total Bid Evaluation by Bidder1 Payment Evaluation2
(in specified currency) Currency
(a) (b) (c) (d) (e) = (b) x (d) (f) (g) = (e) x (f) (h) (i) = (g) x (h) (j)
etc.
Note: This table is used for SBDW and Option A of SBDLW. Columns a and b are from Table 3, columns a and i.
1
Columns c, d, and f are provided in the SBDLW Appendix to Bid and in the (Form of) Contractor’s Bid in the SBDW.
2
Column h is from Table 4.
3
Column j is the sum of bid prices in column i for each bidder.
80
Annex I-2
Table 7
(a) (b) (c) (d) (e) (f) = (b) + (c) + (d) + (e)
etc.
Annex II
Name of Project:
Procurement reference number:
Date of Submission:
82
Include a brief description, context, scope, and objectives of the Procurement. Use about
a quarter of a page.
Describe major events that may have affected the timing (delays, complaints from bidders,
Preparation of Bid Document, extension of deadline for submission of bids, and so on).
Describe briefly the composition of the Bid Evaluation Committee, profile of the members,
meetings and actions taken by the Committee; outside assistance, role of consultants where
applicable, evaluation guidelines, justification of sub-criteria as indicated in the bid
documents; and compliance of evaluation with the Bid document.
2. Identification
3. Bidding Process
(a) General Procurement Notice:
(i) In case of Open Advertised Bidding
First date of issue and latest update if any, prequalification if required and list
of firms prequalified, Advertisement method for IOAB and NOAB-media used,
issue dates, number of firms targeted/notified.
(ii) In case of Restricted Bidding:
Reasons for choosing this procurement method, basis for identifying the list of
bidders, communication method for inviting bids and date of issue.
(b) Bidding Document: Standard Bidding Documents used or bidding documents
specifically customized by PPO, date approval received from CPB, where applicable,
number of companies to whom documents issued.
Addendum 2. ……………..
Addendum 3. ………………..
(d) Site visit/Pre-bid Conference -Date of site visit/pre-bid conference, if any; date
minutes of site visit/pre-bid conference sent to bidders and CPB, where applicable.
Note: Contracts under two-stage bidding will require the information requested for each
stage to be filled out.
All bids received have to be checked for completeness with respect to the document mentioned
in the Bid Documents namely:
(a) Eligibility
(b) Responsiveness to Commercial terms and Conditions,
(c) Responsiveness to Technical Requirements:
(b) Non-material nonconformities that may be rectified such as arithmetic error, minor
omission in the scope of supply that can be priced, minor deviation in terms of
payment and delivery when those defined in bidding document were not critical, non-
84
submission of documents related to data and information that are of a factual nature
or public knowledge etc….
The preliminary examination as defined under Preliminary Examination sections 2.4, 2.5
and 2.6 of the Guide deal with these issues.
All the substantially responsive bids are then adjusted in respect of arithmetical errors,
any price modifications submitted by the bidder separately prior to the closing date for
submission of bids, any unconditional discount that cut across part or the full bid price
etc..
All the corrected prices are to be converted into the evaluation currency as provided for in
the bidding document as per the format of Table 5 hereunder.
(c) Selection of Bids for detailed evaluation (refer section …. of the Guide)
(In order to reduce the volume of work involved in the detailed evaluation, the Bid
Evaluation Committee may, after establishing responsiveness of bids, proceed with the
detailed evaluation of a shortlisted number of lowest priced bids from Table 3. Other bids
would be evaluated only if adjustments, if any, to be made to the shortlisted bids would
bring their adjusted price above the unadjusted price of any of the other bids.)
The table hereunder shows the relative difference in the prices and the reasons for the
detailed evaluation of the first …………. (insert number) bids.
Bids that have survived and been selected for detailed evaluations might contain minor
omission and deviation which require to be adjusted as far as possible in monetary terms
except for those that are nonmaterial nonconformities that may not be given a monetary
value and which may be waived.
The additions and priced variations may relate to the following as highlighted in the
Guide:
(c) Alternatives
Where the bidding document allow for alternatives to be considered
irrespectively of whether or not a bidder has submitted a base bid these will be
considered concurrently with the other bids for the sake of comparison but
evaluated according to the criteria mentioned for the alternatives in the bidding
document.
8. Clarifications
The Bid Evaluation Committee shall finally confirm that all clarifications have been made in
writing and that the original of all replies received have been inserted in the original of the
bidder’s submission. Furthermore, where there have been arithmetical corrections, the report
should mention if such corrections have been accepted by the respective bidders.
After completing the detailed evaluation of bids the Evaluation committee may fill in Table 7
given hereunder as a summary of the evaluated prices for comparison with footnotes and
attachments to the table to provide details of all additions, priced deviation, evaluation factors
having taken in the price etc…preferably in respect of each bid.
(a) The bids are compared to rank the bids in the order of the evaluated price. The lowest
evaluated bid is then subject to the following:
to identify the bid for Award of Contract. Reasons for the bidder having submitted the
lowest evaluated bid(s) not satisfying the qualification criteria should be fully
documented in the report.
(b) Alternative
Where the bidding document allow for alternatives to be considered only if the base bid is
determined to be the lowest substantially responsive bids in such cases such alternative
will be retained if it is more competitive than the base bid.
The Bid Evaluation Committee has to comment on the reasonableness of the LEB for
execution of the works as per the estimate and rates obtained. In case the lowest evaluated bid
is substantially higher than the estimated price, the Evaluation Report should identify the items
with rates and prices on the high side to facilitate the negotiation with bidder, if the Procuring
Entity so decides.
11.3 If bid from joint venture, list all partners, nationalities, and estimated shares of contract.
Currencies Amount(s) or %
The Evaluation Report shall conclude on the lowest evaluated bid for award of contract
highlighting any such issues as minor deviations or other shortcomings which may be taken up
at the time of signing the contract.
The Evaluation Committee shall also comment on weaknesses found in the bidding document
that could be useful for future bidding exercise by the Procuring Entity.
87
Annex II -1
Annex II-2
Table 1
etc.
1
Secondary currencies are expressed in column e as a percentage of the total bid price.
2
Describe any modifications to the read-out bid, such as discounts offered, withdrawals, and alternative bids. Note also the absence of any required bid
security or other critical items. Refer also to section 2.2 of the Guidelines above.
89
Annex II-2
Table 2
Bidder Verification Eligibility Bid Security Completeness Substantial Acceptance for Detailed
of Bid Responsiveness Examination
etc.
The column to be filled with Yes or No against each bidder with footnotes or attachments to explain the shortcomings found against each bidder.
1
Column (b) shall contain missing documents and other inconsistencies in bidders’ submissions.
Note: For explanations of other headings, see Stage 2 Preliminary examination of bids in the Guidelines. Additional columns or attachments may be needed,
such as for responsiveness to technical conditions.
90
Annex II-2
Table 2/1
Table 2/1 Examination for Completeness of bids
(The list of items in this table is indicative. It should be customized to suit the evaluation in
process)
Sr. Bidder
No. Description
1 2 3 4 5 6 7 8 9
1 Bid Documents
1.1 Original and two copies
1.2 Bid submission form
1.3 Price Schedules
1.4 Form of guaranteed technical compliance
1.5 Technical brochures and data establishing conformity
of goods
1.6 Manufacturer’s Authorisation Form, if applicable
2.0 Bid Security or subscription to Bid Securing
declaration as applicable
3.0 Schedule of Qualifications information
Legal status,
Power of Attorney or other acceptable document,
where applicable
Reference of production capacity, past sales and
customers details
4.0 Sample if requested
5.0 Type Test, ISO certificates etc…
6.0 Soft copy and other kit for demonstration of
functionality of the items to be purchased, where
applicable
7.0
8.0
9.0
10.0 Etc..
Legend: Y for yes, N for No, Pa for Partial and NA for not applicable in columns under each bidder
91
Annex II-2
Table 2/2
Sr. Bid
Document
No. Requirements [the items listed may be Ref. Bidder
amended to satisfy the specific requirements
of a specific procurement]
1 2 3 4 5 6 7 8 9
Findings
Annex II-2
Table 3
etc.
Note: Only bids accepted for preliminary examination (Table 2, column g) should be included in this and subsequent tables. Columns a, b, and c are from
Table 1 (columns a, d, and e, respectively).
1
Corrections in column d may be positive or negative.
2
If the discount is offered as a percent, column h is normally the product of the amounts in columns f and g. If the discount is provided as an amount, it is
entered directly in column h. A price increase is a negative discount.
93
Annex II-2
Table 4
Annex II-2
Table 5
etc.
Note: This table is to be used for SBDG and Option B of SBDLW. Columns a, b and c are from Table 3, columns a, b and i.
1
Column d is from Table 4.
2
Column f is the sum of bid prices in column e for each bidder.
95
Annex II-2
Table 6
Bid Price Currency of Percent of Amount in Rate Used Currency of Rate for Bid Prices Total3
Payment Total Bid Evaluation by Bidder1 Payment Evaluation2
(in specified currency) Currency
(a) (b) (c) (d) (e) = (b) x (d) (f) (g) = (e) x (f) (h) (i) = (g) x (h) (j)
etc.
Note: This table is used for SBDW and Option A of SBDLW. Columns a and b are from Table 3, columns a and i.
1
Columns c, d, and f are provided in the SBDLW Appendix to Bid and in the (Form of) Contractor’s Bid in the SBDW.
2
Column h is from Table 4.
3
Column j is the sum of bid prices in column i for each bidder.
96
Annex II-2
Table 7
(a) (b) (c) (d) (e) (f) = (b) + (c) + (d) + (e)
etc.
Appendices
List of Appendices
Appendix 1: BASIC DATA SHEET
Appendix 2: RECORD OF BID OPENING
Appendix 1
1. Project Title:
2. Source of Fund:
3. Bid or Contract Title:
4. Bid or Contract Number:
5. Estimated Value or Engineer's Estimate:
6. Date Invitation for Bids Issued:
7. Method of Procurement12:
8. Bid Closing Date and Time:
9. Bid Opening Date and Time:
10. Number of Bids Received:
11. Bid Validity Expires on:
12. Bid Security Validity Expires on:
13. Date for Determining Applicable Exchange Rates:
14. Exchange Rates for Evaluation:
Notes
(a) Regarding "item 11-Bid Validity Expiry Date": Provided bid extensions are
permissible pursuant to the bidding documents, and if the original bid validity has
expired but bidders have been asked to extend the bid validity period, show the date on
which bidders were requested to do so and the date to which they were requested to
extend the validity. The information of which bidders have extended their bid validity
and which bidders refused to extend their bid validity shall also be provided in the
Basic Data Sheet.
(b) Regarding Bid Security Validity Expiry Date: If the original bid validity period is
extended, bidders should also be asked to extend the bid security validity period, hence
information on the extended bid security validity period shall be provided in the Basic
Data Sheet.
(c) For "item 13 - Date for Determining Applicable Exchange Rates": The date as
specified in the bidding documents shall be used.
(d) For "item 14 - Exchange Rates for Evaluation", The official selling rates of all
foreign currencies involved in the bid evaluation and information about the official
source of such selling rates as provided in the bidding documents shall be noted.
12
International Competitive Bidding (ICB). National Competitive Bidding (NCB), Limited International
Bidding (LIB) as appropriate
100
Appendix 2
Page 1 of 4
Contract Reference:
Name of Bidder:
13
Read out and record model numbers of equipment.
14
If bid is for a package of contracts, the price for each lot or item should be read out.
101
Appendix 2
Page 2 of 4
1. The following bids were received by the closing deadline fixed on ……………....(Date) …….
at ………….. (Time)………….hrs and were publicly opened and read at (Time) ….hrs on the
same date.
15
No. Name of Bid Bid Amount Remarks (if Signature of
Bidder & Security 16 any e.g. bid Bidders
Package Package Etc Total
address Amount security Representatives
No 1 No 2
deficiency, no
signature)
1
Etc
15
Any discounts offered should be recorded. Any alternative bids submitted should be opened.
16
Number of columns depends on the number of Sub-Packages in the Bidding Documents
102
Appendix 2
Page 3 of 4
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.
10
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).
………………………………………………………
…………………………………………………….
………………………………………………………..
Appendix 2
Page 4 of 4
10
Etc
104
Appendix 3
Page 1 of 3
1 If the contract is for supply, delivery, and installation, the bid price for local handling, transportation, and installation must be shown for each package and added to the sub-total for each
package.
105
Appendix 3
Page 2 of 3
Procurement Reference No. …………………………… For the Construction of …………………………………………………… (Bid/Contract/Title) …………….
Quoted Discounts Arithmetic Corrected Quoted Discounts Arithmetic Corrected Quoted Discounts Arithmetic Corrected
Section Title of Section Bid Offered Correction Bid Price Bid Offered Correction Bid Price Bid Offered Correction Bid Price
Price Price Price
No.
(1) (2) (3) (4) = (1) – (1) (2) (3) (4) = (1) – (1) (2) (3) (4) = (1) –
(2) ± (3) (2) ± (3) (2) ± (3)
1 Mobilization
2 Securities and
Insurance
3 Earthworks
4 Pilling and
foundation
5 Concrete works
6 Metal Works
7 Drainage
Structures
Total
106
Appendix 3
Page 3 of 3
TABLE OF BIDDERS AND BID PRICES (TURNKEY CONTRACTS)
Procurement Reference No. …………………………… For Plant Design- Supply-Install of ……………………… (Bid/Contract/Title) …………….
Quoted Discounts Arithmetic Corrected Quoted Discounts Arithmetic Corrected Quoted Discounts Arithmetic Corrected
Section Title of Section Bid Offered Correction Bid Price Bid Offered Correction Bid Price Bid Offered Correction Bid Price
Price Price Price
No.
(1) (2) (3) (4) = (1) – (1) (2) (3) (4) = (1) – (1) (2) (3) (4) = (1) –
(2) ± (3) (2) ± (3) (2) ± (3)
1 Plant (Including
Mandatory
Spare Parts)
Supplied
from Abroad
2 Plant (Including
Mandatory
Spare Parts)
Supplied
from Within the
Employer's
Country
3 Design Services
4 Installation and
Other
Services
5 Grand
Summary
(Schedule Nos.
1 to 4)
6 Bidder
Recommended
Spare Parts
107
Appendix 4
Page 1 of 8
2 Power of Attorney C C C
3 Eligibility:
Goods C 1 C
NC
5 Bid Security
C [indicate here C [indicate here C [indicate here
(i) Amount >2% of the Bid Price the bid security the bid security the bid security
amount] amount] amount]
C = Complied
NC = Not Complied
108
Appendix 4
Attachment 1
Page 2 of 8
Single Entity or Joint Venture Single Entity Joint Venture Single Entity
1
Partners are
If Joint Venture, all partners must Jointly and
be jointly and severally liable. severally liable
6 Not having been declared Not declared Not declared Not declared
ineligible based on a United ineligible ineligible ineligible
Nations resolution
109
Appendix 4
Page 3 of 8
2 Power of Attorney C C C
3 Eligibility:
5 Bid Security
C [indicate here C [indicate here C [indicate here
(i) Amount: Rs ………………… the bid security the bid security the bid security
amount] amount] amount]
(ii) Validity – 118 days C (valid until NC (Bid Security C (valid until
indicate here the is valid for only indicate here the
date/month/year) 100 days) date/month/year)
C = Complied
NC = Not Complied
110
Appendix 4
Attachment 1
Page 4 of 8
Single Entity or Joint Venture Single Entity Joint Venture Single Entity
1
Partners are
If Joint Venture, all partners must jointly and
be jointly and severally liable. severally liable
6 Not having been declared Not declared Not declared Not declared
ineligible based on a United ineligible ineligible ineligible
Nations resolution
111
Appendix 4
Page 5 of 8
2 Power of Attorney C C C
3 Eligibility:
5 Bid Security
C [indicate here NC (Bid Security C [indicate here
(i) Amount: Rs ………………… the bid security amount is Rs the bid security
amount] ….(less) amount]
(ii) Validity – 118 days C (valid until C (valid until C (valid until
indicate here the indicate here the indicate here the
date/month/year) date/month/year) date/month/year)
C = Complied
NC = Not Complied
112
Appendix 4
Attachment 1
Page 6 of 8
Single Entity or Joint Venture Single Entity Joint Venture Single Entity
1
Partners are
If Joint Venture, all partners must jointly and
be jointly and severally liable. severally liable
6 Not having been declared Not declared Not declared Not declared
ineligible based on a United ineligible ineligible ineligible
Nations resolution
113
Appendix 4
Page 7 of 8
Qualification Criteria
Pending Turnover Net Cash Experience Others
Bidder Litigation: Worth Flow (if any)
No. Capacity Remarks
Must not Rs 300 Must be Rs 50 Experience In
represent Million Positive Million At Least One
more than for the Similar
50% of Last Contract In
Bidder's Net Three the Last
Worth Years Three Years
(Value of Rs
700 Million)
1 No pending
litigation
2 No pending
litigation
3 Pending
litigation is
equivalent
to 10% of
Net Worth
4 No pending
litigation
5 No pending
litigation
6 No pending
litigation
7 No pending
litigation
114
Appendix 4
Page 8 of 8
1 Scope of Supply C C
2 Item 1. Grader 85 kW C C
4 Item 3. Bulldozer. C C
Min. 225 kW (210 kW) (225 kW)
5 Etc
C = Complied
NC = Not Compiled
115
App
endix 5
Page
1 of 3
Terms of Payment
3
1 For purposes 2 For
Remarks of bid purposes
evaluation, of bid
Bid Price shall evaluation,
be adjusted Bid Price
upwards shall be
pursuant to the adjusted
Criteria of the upwards
Bidding pursuant to
Document. the provision
in the Bidding
Document.
C = Complied
NC = Not Complied
116
Appendix 5
Page 2 of 3
1 Bid declared
Remarks Non-responsive
as the provision
in the Bidding
Document (ITB
13, Section 2)
stipulates that
alternative time
for completion
is
not permitted.
C = Complied
NC = Not Complied
117
Appendix 5
Page 3 of 3
1 For purposes
Remarks of bid
evaluation, the
Bid Price shall
be adjusted
upwards
pursuant to the
provision in
the Bidding
Document.
C = Complied
NC = Not Complied
118
Appendix 5A
1 Scope of Supply C PC
Failure to quote
item 5, inland
transportation
C = Complied
PC = Partially Complied
NC = Not Complied
119
Appendix 6
Part 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.
Application of Margin of
Preference
(As provided for in Bidding
Documents)
Appendix 6A
1 Mobilization
2 Securities and
3 Insurance
4 Earthworks
5 Piling and Foundation
6 Concrete Works
7 Metal Work
8. Electro Mechanical Work
9 Drainage Structures
Etc.
Sub-Total Part A
Adjustments
(a) Payment Terms
(b) Construction Period
(c) Liquidated Damages
(d) Etc.
Sub Total Part B
TOTAL EVALUATED
BID
PRICE
Application of
Margin of Preference
121
Appendix 6B
(b) Quantifiable
Deviations
and Omissions
(d) Functional
Guarantees of
the Faciliites
Sub-Total (a to e)
Total Evaluated Bid
Price
(Part A + Part B)
Application of
Margin of Preference
122
Sources:
Handbook for Procurement under Japanese ODA Loans JICA (March 2009)