Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
ADB ASSISTED
GREATER COLOMBO WATER & WASTEWATER MANAGEMENT IMPROVEMENT INVESTMENT
PROGRAMME PROJECT 1, SRI LANKA
October- 2014
i
June 2013
ABBREVIATIONS
ADB
AE
Area Engineer
AGM (T&C) -
EA
Executing Agency
MWS&D
NRW
NWS&DB
PMU
SCAPC
TEC
TABLE OF CONTENTS
CONTENTS
Page No.
1.
INTRODUCTION .........................................................................................................1
1.1
General ...........................................................................................................................1
1.2
1.3
1.4
2.
2.1
Bid Documents...............................................................................................................4
2.2
3.2
3.3
3.4
3.3.1
3.3.2
3.3.3
4.2
4.3
5.1
5.3
6.
Recommendation .........................................................................................................12
ii
LIST OF ANNEXES
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
iii
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 6: Sinohydro
Sinohydro Corporation Limited, China - Single Entity
Technical proposal Evaluation Report on this bid had been submitted in June 2014,
recommending following bidders having qualified for consideration under Financial
Evaluation;
1.
2.
3.
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
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 bidders
representatives. The four (4) envelopes were opened. The bidders names, the amount of bid
prices and any discounts were announced and recorded.
Opening records and details are annexed as Appendix 2.
1.3
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
28.03.2014
Daily exchange rates
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)
Dollar (Australia)
Dollar (Singapore)
Yen (Japan)
116.70
119.15
101.94
1.25
120.64
123.63
105.28
1.30
1.4
-Chairman
-Member
-Member
2.
- Member
-Secretary
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)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
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.
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).
Name of Bidder
No.
Arithmetically corrected
Variation
currency
quoted currency
USD 20,470,109.66 +
LKR 5,446,451,638.80
M/s VCGP
CML-MTD JV Joint
M/s TODA
Corporation
Japan
M/S Ludwig
Pfieffer Hoch
und Tiefbau
GmbH & Co.KG
- Germany
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)
8,150,756,083.95
8,328,224,589.70
10,034,448,804.41
10,042,017,864.41
3
4
ErrorsM/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.
5
3.3
3.3.1
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
19th Dec
2014
Responsi
veness
Yes
Kolon Global
Corporation
0140GBD1404000
02
USD
670,000
TODA Corporation
Standard Chartered
711-02-0218202
LKR 86 Mn
20th Jan
2015
Yes
VINCI CML-MTD
JV
Deutsche Bank AG
785 BG 01400186
LKR 86 Mn
Accepta
ble
Yes
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
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.
3.4
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
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
8,155,354,630.95
01
VINCI CML-MTD JV
8,332,141,968.20
02
TODA Corporation
10,039,532,229.41
03
10,050,241,373.96
04
4.2
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).
4.3
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.
5.
The arithmetically corrected bid prices including discounts, adjusted prices for compliance
with the Engineers 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
8,150,756,083.95
17%
VINCI CML-MTD JV
8,328,224,589.70
20%
TODA Corporation
10,034,448,804.41
45%
45%
Note: Day works rate were not considered for Contract amount comparison.
TOTAL AMOUNT
Foreign (CIF)
Local SLRs.
USD
Description
01
General Items
452,324,919.00
02
Provisional Sums
511,841,200.00
03
49,360,239.00
04
50,768,856.00
05
11,880,989.00
06
15,492,097.00
07
08
09
NRW Management
620,109,451.00
10
Road Reinstatement
482,780,585.00
2,671,940,582.00
7,604,183.00
18,609,193.60
Provisional Sum
130,002,410.00
4,996,501,328.00
497,020,000.00
10
18,609,193.60
4,499,481,328.00
1,860,919.36
449,948,132.80
5.3
Acceptable Materials
Name of Suppliers
Gunmetal Ferrules
DI Air Valves
Gate/Sluice Valves
Butterfly Valve
10
Fire Hydrants
11
covers
11
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.
- Chairman
2.
- Member
3.
- Member
4.
- Member
5.
12
Appendix 3
BASIC DATA SHEET
1.
Project Title
2.
3.
Loan Number
Bid Title
:
:
2947-SRI
System Rehabilitation for NRW Reduction in
4.
5.
Bid Number
Original Estimated Value
:
:
CWSSIP/ADB/CIVIL/ICB/02
US$ 7,653,934.98 and
SLRs. 6,024,077,193.06
2nd of January, 2014
6.
7.
Mode of Procurement
:
:
June 2014
A. TECHNICAL PROPOSALS
8.
:
:
None
B. PRICE PROPOSALS
15. Date Invitation Letters sent to four
Bidders to attend the opening of
Price Proposals
16. Number of Supplementary Price
Proposals Received
17. Opening Date and Time of Price Proposals
1 US$ = 132.11
Appendix 4
DETAILS OF POWER OF ATTORNEY
Name of Bidder
Power of Attorney by
VCGP/CML-MTD JV
Ludwig Pfeiffer
Appendix 5
SUBSTANTIVE RESPONSIVENESS OF BIDS
Sr.
No.
Requirements
Bidding Doc.
Reference
Kolon
VINCI
TODA
Ludwig
Power of Attorney
Signature on Documents
Section 1, Clause 4
NA
NA
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
Bid Security
(a) Amount and Validity
(b) Format and Terms
Section 8, Clause
1.1.3.3
Terms of Payment
(a) Advance Payment (20%)
(b) Retention Money (10%)
(c) Price Adjustment
Section 8, Clause 14
C
C
C
C
C
C
C
C
C
C
C
C
Liquidated Damages
(a) Rate (05% per week)
(b) Maximum Limit (10%)
Section , Clause
C
C
C
C
C
C
C
C
10
Section 8, Clause
1.1.3.7
11
Section 8, Cla
Section 8, Clause 14
use 4.2
FINDINGS
C = Complied
PC = Partially Complied
NC = Not Complied
NA = Not Applicable
R = Substantially Responsive