Standard Evaluation Format For Major Works 2020
Standard Evaluation Format For Major Works 2020
FOR
PROCUREMENT OF WORKS
(MAJOR CONTRACTS)
Name of Entity
December, 2019
Table of Contents
Section I. Procedures Leading to Evaluation of Tenders
1. Project Identification
2. Tender Process
3. Tender Submission and Opening
4. Record of Tender Prices (as Read Out at Opening)
5A Preliminary Examination of Tenders
5B Completeness of Tender Documents
5C Eligibility Assessment
6A Technical Compliance Summary
6B.1 Environmental and Social
6B.2 Health and Safety
6C1 (a) Work Method
6C1 (b) Work Schedule
6C.2 Cash flow
6D.1 Equipment
6D.2 Key Personnel
7. Submitted and Corrected Tender Prices and Errors
8. Evaluated Tender Prices
9 Verification of Market Reasonableness of Tender Prices
10C Similar Contracts awarded by Employer
10D Similar Contracts executed Employer
11A Qualification Assessment Summary
11B.1 Historical Financial Performance
11B.2 Annual Construction Turnover
11B.3 Financial Resources
11C.1 General Construction Experience
11C.2 Similar Construction Experience
11C.3 Specific Construction Experience
i
Section I. Procedure Leading to Evaluation of Tenders
1.4.2 The PTM was held at [insert time] on [insert date]. [insert number]
Persons participated, during which questions were asked by prospective
Tenderers and clarifications given by the Employer.
Site visit was undertaken during the PTM.
1.4.3 Deadline for formal written requests for clarifications from the Tenderers
was scheduled for [insert date] not later than [insert time]. Written
responses were issued with the Minutes of the PTM on [insert date].
A copy of the Minutes of the Pre-Tender Meeting and of the Clarification
Questions and Answers is provided as Annex 2.
1.5 Subsequent Events 1.5.1 There [insert “were/were no”] withdrawals during the Tender process.
1.6 Submission and 1.6.1 Prior to the Tender Opening, Tenderers’ representatives present were
Opening of informed that the Tenders were closed at xx am local time and the Tender
Tenders boxes brought in sealed for appropriate action.
1.6.2 Tenderers submitted their Tenders by [insert time] local time on the
[insert date] and the Public Tender Opening commenced shortly
afterwards in the [insert location]. The Tender Opening was chaired by
[insert name and designation] assisted by [insert name and
designation] and in the presence of representatives of the interested
Tenderers and [insert number] staff.
1
Tenders were received from [insert number] Tenderers:
The originals of the Tenders were kept in a safe location and the copies
kept separately and used for evaluation.
The list of the TEP members selected for this evaluation are:
The evaluation took place at the [insert location] from [insert date] to
[insert date]. Each member of the Evaluation Panel completed and signed
the confidentiality and impartiality forms before the start of the
evaluation.
2
Section II. Evaluation of Tenders and Recommendation for Award
1.8 Summary of The procedures for the Evaluation of Tenders and Recommendation for
Procedures for Award is set down in Clauses 31 to 39 of the Instructions To Tenderers
Evaluation of (ITT), which is summarized below:
Tenders
Stage I – Preliminary Examination of Tenders, and Detailed Examination of the
Tenderers’ Technical Submission to determine Responsiveness of
Tenders (ITT Clause 31).
Tenders which fulfilled the full requirements of the Tender Documents as
summarised in Stage I will be considered Substantially Responsive and will
progress to Stage II.
3
DETAILS OF STAGE I – EXAMINATION OF TENDERS AND
DETERMINATION OF RESPONSIVENESS
1.10 Stage I – 1.10.1 Examination of each Tender was carried out to confirm if each Tender meets
Examination of the following requirements prescribed in ITT Clause 31.1:
Tenders and
(iii) Verification of submissions;
Determination
of (iv) Eligibility criteria (ITT Clause 4&6);
Responsiveness (v) Tender has been properly signed (ITT Clause19);
(vi) Tender is accompanied by the requisite Tender Security (ITT Clause
20); and
(vii) Tender is substantially responsive to the requirements of the Tendering
Documents (ITT 5, 12, 13 & 14).
4
(i) Environmental, Social, Health and Safety Requirements.
(ii) Program
a) Work Programme;
• Work Method
• Construction Schedule
b) Cash Flow Projection;
(iii) Resources
a) Equipment as required by Section III: Table B.5 of the Tender
Documents
b) Key Personnel as required by Section III: Table B.6 of the Tender
Documents.
(f) Substantial Responsiveness: ITT Clause 31 defines a substantially
responsive Tender as one which conforms to all the terms, conditions,
and specifications of the Tender Documents, without material
deviation or reservation. Material deviations to the commercial
requirements and technical specifications of Tenders led to the
rejection of those Tenders.
As a general rule, material deviations are those that, if accepted,
would not fulfill the purposes for which the Tender is requested, or
would prevent a fair comparison with Tenders that are properly
compliant with the Tender Documents.
5
1.10.2 The complete results of Preliminary Examination of Tenders have been
presented in Table 4. If the Tender failed the Preliminary Examination, the
reasons were clearly explained in footnotes as necessary per Table 5A.
Tenders that did not meet the requirements as set out in Paragraph 2.3.1
above were determined not to be substantially responsive and were not
considered for further Evaluation.
Tenders that met the requirements as set out in Paragraph 2.3.1 for the
Preliminary Examination above were treated as substantially responsive and
considered for Technical examination.
B. Programme
B(i) Method Statement
{Here, state whether or not the Method statement provided meets
requirements as set out in the Tender documents.}
6
(refer to Table 6C.1(a))
C. Resources
C(i) Equipment (ITT 5.3h)
The Tenderer [furnished/did not furnish] all of the Equipment as per the
minimum requirements of the Tender Document. (Refer to Table 6D.2).
The Tenderer [met/or did not meet] the Equipment requirements.
The Tenderer submitted CVs of the following Key Personnel, (refer to Table
6D.2):
From the CVs, all the Key Personnel of the Tenderer were assessed to have
the requisite experience for the Works as stated in the Tender Documents.
{if any of Key Personnel does not meet requirements, change sentence to
read “From the CVs, [insert number] out of [insert number] Key
Personnel of the Tenderer were assessed to have the requisite experience
for the Works as stated in the Tender Documents.”}
The Tenderer [met/did not meet] the requirements for Key Personnel.
7
From the above evaluation, the Tenderer [was/was not] considered
substantially responsive to the technical compliance requirements of the
Tender documents and was considered for further evaluation.
1.10.4 OUTCOME OF STAGE I – PRERLIMINARY EXAMINATION 0F
TENDERS AND TECHNICAL COMPLIANCE
[Insert number, in words and figures] out of [insert number, in words
and figures] Tenders from the Tenderers were determined to be substantially
responsive and therefore considered for further evaluation.
A summary is provided in Table 6.
[Insert number] Tenderers had no errors and [insert number] had errors as
discussed below:
8
VERIFICATION OF MARKET REASONABLENESS
Table 9 shows the comparison of Evaluated Tender Prices of the
Responsive Tenders with the Consultant’s Estimates in respect of major
work items.
1.12 Stage III - {Fill these ensuing sections for all Tenderers at this stage of evaluation}
Qualification
Assessment
M/s [Insert Tenderer name] (Tenderer Ranked No. 1)
9
financial institution] which is [more than/equal to/less than] the minimum
requirement of [insert amount] as shown in Table 11B.3.
The Tenderer [met/did not meet] the requirement for access to financial
resources.
10
1.13 Conclusion 1.13.1 OUTCOME OF STAGE I - PRELIMINARY EXAMINATION AND
TECHNICAL COMPLIANCE AND DETERMINATION OF
RESPONSIVENESS
[insert number] Tenders out of [insert number] were determined responsive
and considered for further evaluation.
…………………. ……………………
11
…………………. ……………………
…………………. ……………………
…………………. ……………………
…………………. ……………………
12
Section III. Tables of Evaluation
1. Project Identification
2. Tender Process
3. Tender Submission and Opening
4. Record of Tender Prices (as Read Out at Opening)
5A Preliminary Examination of Tenders
5B Completeness of Tender Documents
5C Eligibility Assessment
6A Technical Compliance Summary
6B.1 Environmental and Social
6B.2 Health and Safety
6C1 (a) Work Method
6C1 (b) Work Schedule
6C.2 Cash flow
6D.1 Equipment
6D.2 Key Personnel
7. Submitted and Corrected Tender Prices and Errors
8. Evaluated Tender Prices
9 Verification of Market Reasonableness of Tender Prices
10C Similar Contracts awarded by MiDA
10D Similar Contracts executed for Department of Feeder Roads
11A Qualification Assessment Summary
11B.1 Historical Financial Performance
11B.2 Annual Construction Turnover
11B.3 Financial Resources
11C.1 General Construction Experience
11C.2 Similar Construction Experience
11C.3 Specific Construction Experience
13
Table 1: Project Identification
Dates of
1.3 Signing of Compact
1.4 Entry into Force of Compact
14
Table 2: Tender Process
2.1 General Procurement Notice
(a) first issue date
(b) latest update
2.2 Prequalification
(a) number of firms
(b) date of no-objection to Pre-Qual Evaluation
Report
2.3 Specific Procurement Notice
(a) name of national newspaper [insert name of print [insert name of print
media] media]
(b) issue date
15
Table 3: Tender Submission and Opening
16
17
Section IV. Annexes
Attachments
Attachment 1: Letters of Concurrence of Arithmetic Errors & Tenderers’ Responses
Attachment 2: Letters for Rate Breakdown and Tenderer’s Responses
18
Annex 1 Copy of Letter of Invitation for Tenders
19
Annex 2 Copy of Minutes of Pre-Tender Meeting & Clarification Questions and Answers
20
Annex 3 Records of Tender Prices
21
Annex 4 Register of Tender Opening Panel
22
Annex 5 Register of Contractors’ Representatives
23
Annex 6 Minutes of Tender Opening
24
Annex 7 Tender Submission Form
25
Annex 8 Copy of Letter establishing TEP
26
Attachments
Attachment 1: Letters of Concurrence of Arithmetic Errors & Tenderers’ Responses
27
Attachment 2: Letters for Rate Breakdown and Tenderer’s Responses
28
TABLES
29