financial report final.pdf
DESCRIPTION
This one is a reference guide for financial report format in tender evaluationTRANSCRIPT
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
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
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
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
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
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.
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.
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).
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.
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.
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).
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).
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.
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
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)
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 …………………
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
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
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