completed pp1 assignment

22
  PROFFESIONAL PRACTICE 1 QSB 2615/QSB 60604 MARCH 2015 SEMESTER SUBMISSION DATE 01 June 2015 NAME ID NG WEI LIN 0316302 CHUNG HUI PING 0310592

Upload: chunghuiping

Post on 05-Nov-2015

8 views

Category:

Documents


0 download

DESCRIPTION

Professional Practice 1 Assignment

TRANSCRIPT

  • PROFFESIONAL PRACTICE 1

    QSB 2615/QSB 60604

    MARCH 2015 SEMESTER

    SUBMISSION DATE

    01 June 2015

    NAME ID NG WEI LIN 0316302

    CHUNG HUI PING 0310592

  • Tender Evaluation Report

    2

    TENDER EVALUATION AND RECOMMENDATION

    REPORT

    FOR

    PROJECT CONSTRUCTION AND COMPLETION OF

    FIVE STOREY CAR PARK BUILDING AND OTHER

    RELATED ANCILLARY WORKS AT TAYLORS

    LAKESIDE UNIVERSITY SUBANG JAYA SELANGOR

    Employer Prepared by

    TAYLORS LAKESIDE UNIVERSITY NG WEI LIN 0316302 CHUNG HUI PING 0310592

  • Tender Evaluation Report

    3

    Table of Content

    1.0 Introduction

    1.0.1 Details of Tender

    1.0.2 Employers Requirement

    1.0.3 Procurement Method Used

    1.0.4 Tendering Method Used

    2.0 Tender Particulars

    2.0.1 Tenders Received and Correction of Price

    2.0.2 Tender Price in Ascending Order

    3.0 Scored Evaluation Criteria and Weighting

    3.1 Assessment of price

    3.1.1 Mark Distribution

    3.1.2 Calculation of Scoring Price

    3.1.3 Price Analysis

    3.2 Assessment of Quality

    3.2.1 Mark Distribution

    3.2.1.1 Technical Qualification

    3.2.1.2 Performance Based

    3.2.2 Evaluation on Qualification

    3.3 Assessment on Resources Availability

    3.3.1 Resources Availability Assessment

    3.3.2 Calculation of Resources

    4.0 Evaluation Criteria

    4.1 The Scoring Rating

  • Tender Evaluation Report

    4

    4.2 Summary

    4.2.1 Assessment of Scoring of Prices

    4.2.2 Scoring for capacity and Capability Criteria

    4.2.3 Total Score

    5.0 Risk Associated

    5.1 Risk Factor

    5.2 Overcoming Risk Factors

    5.2.1 Risk Management Implication

    5.2.2 Environment Implication

    5.2.3 Consultant Engagement

    6.0 Conclusion

    7.0 Exclusion Reason

    8.0 Recommendation of Tenderer

    9.0 Citation

    10.0 Appendix

    10.1 List of Table

    10.2 Appendix A

  • Tender Evaluation Report

    5

    1.0 Introduction

    1.0.1 Details of Tender

    1. Employer: Taylors Lakeside University, Subang Jaya, Selangor

    2. Proposed Project: 5-storey sustainable car park building

    3. Tender closing date: 8th May 2015

    4. Location of tender submission: Block A (office block), Taylors Lakeside University

    5. Amount of tender bond: Rm10K

    6. Tender Form: PAM Form

    7. Tender Validity: 2 months/ 60 days

    8. Consultant estimate: Rm85.00 million

    9. Construction period: 24 months

    1.0.2 Employers Requirement

    a) 5000 car park space

    b) Battery Recharge Station

    c) Solar Energy System

    d) High quality of workmanship and material used

    e) Services and other equivalent system

    f) Female Parking Area

    1.0.3 Procurement Method Used

    Traditional method is being used as it is time tested and contributes in high standard of quality and

    better control of work. Besides, it has cheaper contract price as the employer is responsible for the

    design risk.

    1.0.4 Tendering Method Used

    Selective tendering is used to select qualified contractor with experience to achieve better quality of

    workmanship as to enhance the project success rate.

  • Tender Evaluation Report

    6

    2.0 Tender Particulars

    2.0.1 Tenders Received and Correction of Price

    Rank (starts from lowest price) Tenderer Price offered Price after correction

    1 Tenderer 3 RM 70.0 million RM69.85 million

    2 Tenderer 4 RM 77.5 million RM77.48 million

    3 Tenderer 2 RM 78.2 million RM78.13 million

    4 Tenderer 1 RM 81.1 million RM81.15 million

    5 Tenderer 5 RM 92.5 million RM92.59 million

    6 Tenderer 6 RM 98.5 million RM97.55 million

    Table 2.0 Tenders received and correction on price in ascending order

    2.0.2 Tender Price in Ascending Order

    Table 2.1 Differences between tender price and pre-tender estimate in percentage

    The table above shows the differences of the tenderers tender price with the consultant estimate. The

    positive value signifies the overestimation of cost while the negative value signifies the underestimation

    of price. It is suggested that the percentage of differences must be within 15% compared to the

    consultant estimate. If the price offered is too low, situation like abandon of job, inefficiency of work

    and poor workmanship may happen. Its common that the higher price tender will be eliminate from the

    list as the employer always want the construction price to be within the budget.

    Consultant Estimate: Rm85 million

    No Tenderers

    code Tender Price (RM-million)

    Differences with Consultant

    Estimate (RM- million)

    Percentages of Differences

    1 3/6 RM 70.0 million (RM 15 million) (17.65%)

    2 4/6 RM 77.5 million (RM7.5 million) (8.82%)

    3 2/6 RM 78.2 million (RM6.8 million) (8%)

    4 1/6 RM 81.1 million (RM3.9 million) (4.59%)

    5 5/6 RM 92.5 million RM7.5 million 8.82%

    6 6/6 RM 98.5 million RM13.5 million 15.88%

  • Tender Evaluation Report

    7

    3.0 Scored Evaluation Criteria and weighting

    3.1 Assessment of Price

    Criterion Description Measure Method of measured Scoring

    Financial Benefits (Price)

    Overall financial value of each

    proposal

    Tender prices

    Comparison of price with other submitted tender prices. Local content and employment/ ongoing project

    40% +20%

    Table 3.0 Standard of price assessment

    3.1.1 Mark Distribution

    Criterion Calculation of points Mark Distribution (60%)

    Comparison of tender sum

    Relative percentages= Lowest bid price received Bid price under evaluation 40%

    40%

    Scoring of ongoing project

    Employment Percentages= (Total- current ongoing project) Total ongoing project 20%

    20%

    Table 3.1 Mark distribution on tender price and employment rate

  • Tender Evaluation Report

    8

    3.1.2 Calculation of Scoring Price

    Total Amount of all ongoing projects = RM 150 million +RM 60 million+ RM 25 million

    + RM 9 million + RM 130 million

    = RM 374 million

    3.1.3 Price Analysis

    Table 3.2 Scoring of tender prices and employment rate according to ratio

    Tenderer Scoring of tender price (40%) Scoring of employment (20%)

    (RM-million)

    1/6 RM70 million / RM 81.1 million x 40% = 34.53%

    (374-150)/374 x 20% = 11.98%

    2/6 RM 70 million / RM 78.2 million x 40% = 35.81 %

    (374 -60)/374 x 20% = 16.79%

    3/6 RM 70 million / RM 70 million x 40% = 40%

    (374-0)/374 x 20% = 20%

    4/6 RM 70 million / RM 77.5 million x 40% = 36.13%

    (374-25)/374 x 20% = 18.66%

    5/6 RM 70 million / RM92.5 million x 40% = 30.27%

    (374-9)/374 x 20% = 19.52%

    6/6 RM 70 million/ RM 98.5 million x 40% = 28.42%

    (374- 130)/374 x 20% = 13.05%

  • Tender Evaluation Report

    9

    3.2 Assessment of Quality

    Criterion Description Measure Method of measured Scoring

    Level of Service / Capability (Quality)

    Ability to provide the works which

    meet the specified

    requirements.

    Proven record of specification

    compliance in past contracts

    Demonstrated skills, including the ability to manage labour and plant in delivering quality finishes and to identify and manage all risks. Proven record of timely completion of all works based on past contractual performances and using referee checks. Standard of Management.

    20%

    Table 3.3 Standard of quality assessment

    3.2.1 Mark Distribution

    3.2.1.1 Technical Qualification

    Criterion Point score 0-1 1.1-2 2.1-3 Mark

    Distribution (%)

    Proposed managerial staff Number of

    Managerial staff 1-5 6-10 11-15 0-3

    Proposed technical staff Number of

    technical staff 1-10 11-20 21-30 0 -3

    Proposed plant and machinery Availability of plant

    and machinery No - Yes 0 or 3

    Table 3.4 Mark distribution on technical qualification

  • Tender Evaluation Report

    10

    3.2.1.2 Performance Based

    Criterion Point Score 0-1 1.1-2 2.1-3 3.1-4 4.1-5 Mark

    Distribution (%)

    Experience in civil engineering work

    Civil work participation

    No - Yes - - 0 or 3

    Experience in building work

    Building work participation

    No - Yes - - 0 or 3

    Value of largest project completed

    Amount of previous largest project

    involved

    RM24m

    RM36m

    Rm48m

    Rm60m

    Rm72m

    0-5

    Table 3.5 Mark Distribution on company performance

    3.2.2 Evaluation on Qualification

    Tenderer 1/6 2/6 3/6 4/6 5/6 6/6

    Managerial staff 2 3 0.8 1.2 1 1.5

    Technical staff 2 3 0.8 1.2 1 1.5

    Plants and machinery 3 3 0 0 0 3

    Experience in civil work

    3 3 3 0 0 3

    Experience in building work

    3 3 0 3 3 3

    Value for largest project completed

    3.47 4.86 1.74 2.78 4.51 4.51

    Total (20%) 16.47 19.86 6.34 8.18 9.51 16.51

    Table 3.6 Evaluation on company performance and technical qualification

  • Tender Evaluation Report

    11

    3.3 Assessment on Resources Availability

    Criterion Description Measure Method of measured Scoring

    Capacity (Resources)

    Ability to supply works within the

    timeframes required

    Sufficient resources to ensure reliability of works. Ability to carry out work within the required timeframes

    Resources committed to the contract, including skills and experience in delivering quality finishes to road surfaces. Current and intended contractual commitments and extent of non municipal operations, relative to available resources.

    20%

    Table 3.7 Standard of resources assessment

    3.3.1 Resources Availability Assessment

    Criterion Point Score 1-2 3-4 5-6 7-8 9-10 Mark

    Distributed (10%)

    Construction period Completion

    Time (months)

    30-32 27-29 24-26 21-23 18-20 1-10

    Criterion Point Score 1 2 3 4 5 Marks (10%)

    Performance of current project

    Quality of work

    Project delayed

    Fair Satisfactory Good Excellent 0-5

    Availability of credit facilities

    Credit facilities

    ability (RM million)

    RM3m

    RM6m

    RM9m

    RM12m

    RM15m

    0-5

    Table 3.8 Mark distribution of resources availability

  • Tender Evaluation Report

    12

    3.3.2 Calculation of Resources

    Tenderer 1 2 3 4 5 6

    Construction period

    9% 6% 5% 2% 2% 3.5%

    Performance on current

    project 3% 4% 3% 1% 3% 3%

    Availability of credit

    facilities

    RM 8 million / RM 15 million x 5% = 2.67%

    RM 15 million/ RM 15 million x

    5% =5%

    RM 2million/ RM 15 million x 5% = 0.67%

    RM 3 million/ RM 15 million

    x 5% = 1%

    RM 5 million/ RM 15 million x 5% = 1.67%

    RM 5 million/ RM 15 million x 5% = 1.67%

    Total score (20%)

    14.67% 15% 8.67% 4% 6.67% 8.17%

    Table 3.9 Computation of resources

  • Tender Evaluation Report

    13

    4.0 Evaluation Criteria

    The weighting ratio for price: non-price is 60:40.

    Those tenders that passed all the mandatory criteria were assessed against the following scored and

    weighted criteria.

    4.1 The Scoring Rating

    Grade Category Marks (100%)

    Excellent 80-100

    Good 60-80

    Satisfactory 40-60

    Fair 20-40

    Poor 0-20

    Unacceptable 0

    Table 4.0 Scoring rate of total marks

    4.2 Summary

    4.2.1 Assessment of Scoring of Prices:

    Tenderer Tender Price Employment Marks Scored (60%)

    Tenderer 1 34.53 11.98 46.51

    Tenderer 2 35.81 16.79 52.60

    Tenderer 3 40 20 60.00

    Tenderer 4 36.13 18.66 54.79

    Tenderer 5 30.27 19.52 49.79

    Tenderer 6 28.42 13.05 41.47

    Table 4.1 Price summary

    4.2.2 Scoring for capacity and Capability Criteria

    Tenderer Evaluation on

    qualification (20%) Evaluation on resources

    (20%) Total Marks (40%)

    Tenderer 1 16.47 14.67 31.14

    Tenderer 2 19.86 15 34.86

    Tenderer 3 6.34 8.67 15.01

    Tenderer 4 8.18 4 12.18

    Tenderer 5 9.51 6.67 16.18

    Tenderer 6 16.51 8.17 24.68

    Table 4.2 Capacity and capability summary

  • Tender Evaluation Report

    14

    4.2.3 Total Score

    Tenderer Total Marks (100%) Scoring Rate

    Tenderer 1 77.65 Good

    Tenderer 2 87.46 Excellent

    Tenderer 3 75.01 Good

    Tenderer 4 66.97 Good

    Tenderer 5 65.97 Good

    Tenderer 6 66.15 Good

    Table 4.3 Total computation of price, capacity and capability sum

  • Tender Evaluation Report

    15

    5.0 Risk associated

    Risk is a dominant consideration in a construction project. However, planning on risk factor is not

    commonly adopted in the industry. Usually when problems arise, it will be too late for the contractor to

    solve the trouble resulting in the delayed of the project and exceeding the project budget. Hence, risk

    management is critical to carry out in order to add value to project delivery and to improve efficiency

    during practice.

    5.1 Risk Factor

    Table 5.0 Risk factors

    5.2 Overcoming Risk Factors

    5.2.1 Risk Management Implication

    To achieve better control of the project, project manager can be hired by the employer to supervise

    every party consistently and improve the work efficiency of each party with better coordination of

  • Tender Evaluation Report

    16

    works. Moreover, a planned risk management for this project can help in reducing the overall cost of the

    project as well as shorter construction period.

    5.2.2 Environment Implication

    Depletion of resources is one of the major global issued concerned by everyone. With a better control of

    the material used, not only can reduce the costs efficiently, it can as well conserve the energy for

    building the 5 storey building.

    5.2.3 Consultant Engagement

    It is essential to engage a full team of consultants for this project to manage and handle various parts of

    specialized works to achieve a well-managed work done at every stage of the project. The consultants

    involve are Architects, Quantity Surveyors, Project Manager, Mechanical and Electrical Engineer, Civil

    and Structural Engineering, Sustainable Engineer and etc.

    6.0 Conclusion

    In conclusion, the tenderer 2 fulfilled most of the employers requirement as it meets all the mandatory

    criteria, best meets the criteria for capability and capacity and offers optimum value of money in

    undertaking the traditional method.

    7.0 Exclusion Reason

    After a series of computation, we found out that result of tenderer 1 is closely to tenderer 2. However,

    we chose tenderer 2 is because tenderer 2 has more stability in many factors such as has good

    performance of current project as well as offered a lower tender price.

    As the result, the lowest tender price RM70 million offered by Tenderer 3 is disqualified because tender

    form is unsigned. Tenderer 4 has the second lowest tender price. However, he is disqualified as tender

    bond was not sent during submission of tender.

    Moreover, Tenderer 6 with highest tender price which has over the 15% of consultant estimate is not

    favorable. Besides, its high capacity of workload (5 ongoing projects) is not taken into consideration. Too

    many works may lead to delay of the project and lack of labors to perform the job as planned in the

    schedule. While tenderer 5 is not suggested because construction period is 30 months which is far

    exceed the 24 months requirement and the tender is 8.82% higher than the consultant estimate.

  • Tender Evaluation Report

    17

    8.0 Recommendation of Tenderer

    In conclusion, we hereby recommend tender 2 over 6 offered RM78.20 million to construct the 5 storey

    car park building at Taylors Lakeside with the following reasons:

    I. Scored 87.46% over 100% after the evaluation of its price, quality and resources, it as well falls

    under the excellent category compared to other tenderers.

    II. Tender price submitted by Tenderer 2 is Rm78.20 million which is 8% lower than the consultant

    estimate

    III. Construction period is within the time frame of employers requirement

    IV. Tender form is completed and verified by signature. Hence, it is a legal offer to the employer

    V. Tender bond is submitted

    VI. Minor arithmetical error found

    VII. Only one number of ongoing project which allow the contractor to perform well and minimizing

    the probability of delaying the project.

    VIII. Good performance of current project which reflects the good reputation of the contractor

    IX. Skilled and experienced in building and civil engineering works which had built RM70million

    project previously

    X. Medium sized company, financially capable of hiring 30 technical staff for the project

    XI. Excellent financial record, availability to loan up to 15 million of credit facilities

    XII. Cheaper operational cost, owned plant and machinery

  • Tender Evaluation Report

    18

    9.0 Citation

    Abdul Karim. N.A., Aftab Hameed Memmon.I. A. R., Jamil. N, Abd. Azis. A. A., Significant Risk Factors in Construction Projects: Contractors Perception, academia.edu,

    Available at: http://www.academia.edu/2238735/Significant_Risk_Factors_in_Construction_Projects_Contractor_s_Perception

    [Accessed 26 May 2015]

    ICAC 2011, Integrity and Quality Building Management, ICAC,

    Available at: http://www.bm.icac.hk/bm_wcms/UserFiles/File/en/CMS/sample_documents_do/Annex%2020.pdf

    [Accessed 30 May 2015]

    LGRF 2012, Procurement Evaluation Report, LGRF,

    Available at: http://www.dtpli.vic.gov.au/__data/assets/pdf_file/0018/224712/Procurement-Evaluation-Report-Template-PDF.pdf

    [Accessed 26 May 2015]

    New Zealand Ministry of Education 2014, Specification for the tender document, New Zealand Ministry of Education,

    Available at: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox/StateSchools/ProjectManagement/Procurement/AnalysisSpecEval/SpecTenderDoc.aspx

    [Accessed 25 May 2015]

    Public Procurement Authority (n.d.), Standard Tender Evaluation Report Format for Procurement of Works, Public Procurement Authority,

    Available at: http://www.ppaghana.org/documents/NewSTD/Works/EVALUATION%20REPORT%20FOR%20MAJOR%20WORKS_Final%20Draft.pdf?story_id=160

    [Accessed 26 May 2015]

  • Tender Evaluation Report

    19

    Staffordshire County Council, (n.d.), Tender Evaluation Methodology, Staffordshire County Council,

    Available at: http://www.staffordshire.gov.uk/business/procurement/procurerules/TenderEvaluationv2.pdf

    [Accessed 30 May 2015]

    The Government of the Hong Kong Special Administrative Region 2014, Tender Evaluation Methods for Works Contracts, The Government of the Hong Kong Special Administrative Region,

    Available at: http://www.devb.gov.hk/filemanager/technicalcirculars/en/upload/332/1/c-2014-04-01.pdf

    [Accessed 28 May 2015]

  • Tender Evaluation Report

    20

    10.0 Appendix

    10.1 List of Table

    Table 2.0 Tenders received and correction on price in ascending order

    Table 2.1 Differences between tender price and pre-tender estimate in

    percentage

    Table 3.0 Standard of price assessment

    Table 3.1 Mark distribution on tender price and employment rate

    Table 3.2 Scoring of tender prices and employment rate according to ratio

    Table 3.3 Standard of quality assessment

    Table 3.4 Mark distribution on technical qualification

    Table 3.5 Mark Distribution on company performance

    Table 3.4 Evaluation on company performance and technical qualification

    Table 3.7 Standard of resources assessment

    Table 3.8 Mark distribution of resources availability

    Table 3.9 Computation of resources

    Table 4.0 Scoring rate of total marks

    Table 4.1 Price summary

    Table 4.2 Capacity and capability summary

    Table 4.3 Total computation of price, capacity and capability sum

    Table 5.0 Risk factors

  • Tender Evaluation Report

    21

    10.2 Appendix A

    Project: Construction and completion of five storey car park building and other related ancillary works

    at Taylors Lakeside University, Subang Jaya, Selangor.

    No Tenderer's Code

    Tenderer

    1/6

    Tenderer

    2/6

    Tenderer

    3/6

    Tenderer

    4/6

    Tenderer

    5/6

    Tenderer

    6/6

    1 Tender price submitted

    RM 81.10

    million

    RM 78.20

    million

    RM 70.0

    million

    RM 77.5

    million

    RM 92.5

    million

    RM 98.50

    million

    2 Construction period offered 20 months 24 months 26months 30 months 30 months 28 months

    3

    Completeness of Tender

    Form

    Filled and

    signed

    Filled and

    signed

    Filled and

    unsigned

    Filled and

    signed

    Filled and

    signed

    Filled and

    signed

    4 Tender Bond submitted Submitted Submitted Submitted

    Not

    submitted Submitted Submitted

    5 Arithmetical error

    Yes (RM 50

    000.00)

    Yes - RM

    74 000.00

    Yes - RM 150

    000.00

    Yes - 25

    000.00

    Yes - (RM 89

    900.00)

    Yes- RM 950

    000.00

    6 Number of ongoing projects 4 1 None 2 3 5

    7 Value of ongoing projects

    RM 150.0

    million

    RM 60.0

    million None

    RM 25.0

    million

    RM 9.0

    million

    RM 130.0

    million

    8

    Performance of current

    projects Satisfactory Good Satisfactory

    Project

    delayed Satisfactory Satisfactory

    9

    Value of single largest

    project completed

    RM 50.0

    million

    RM 70.0

    million

    RM 25.0

    million

    RM 40.0

    million

    RM 65.0

    million

    RM 65.0

    million

    10 Experience in building works Yes Yes No Yes Yes Yes

    11

    Experience in civil

    engineering works Yes Yes Yes No No Yes

    12

    Number of technical staff

    employed 20 30 8 12 10 15

    13

    Availability of credit

    facilities

    RM 8.0

    million

    RM 15.0

    million

    RM 2.0

    million

    RM 3.0

    million

    RM 5.0

    million

    RM 5.0

    million

    14

    Availability of plant and

    machinery yes yes no no no yes

  • Tender Evaluation Report

    22