KINGDOM OF CAMBODIA MINISTRY OF PUBIC WORKS AND TRANSPORT
PROJECT MANAGEMENT UNIT 3
BID EVALUATION REPORT
AND
RECOMMENDATION FOR
AWARD OF CONTRACT
Name of Project: GMS – Southern Coastal Corridor Project
Grant/Loan No: ADB Loan No. 2373 – CAM (SF) and Government of Australia
Grant 0096 - CAM
Contract Description: Construction of Covered Walkway at Cross Border
Facilities (CBF) at Lork - Kampot
Contract Number: SCCP – CW4
Date of Preparation: 20 November 2012
Date of Revision: 04 January 2013
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-i
1 ABBREVIATIONS
ACU = Anti-Corruption Unit
ADB = Asian Development Bank
BD = Bidding Document
BDF = Bidding Forms
BDS = Bid Data Sheet
BEC = Bid Evaluation Committee
BER = Bid Evaluation Report
EA = Executing Agency
EE = Engineering Estimate
EQC = Evaluation and Qualification Criteria
ETP = Evaluated Total Price
GCC = General Conditions of Contract
IA = Implementing Agency
IFB = Invitation for Bids
ITB = Instruction to Bidders
JV = Joint Venture
LC = Letter of Credit
NCB = National Competitive Bidding
MEF = Ministry of Economy and Finance
NAA = National Audit Authority
NBC = National Bank of Cambodia
NOL = No Objection Letter
PIU = Project Implementation Unit
PMU = Project Management Unit
PCC = Particular Conditions of Contract
PQ = Prequalification
PRC = Procurement Review Committee
PMTF = Procurement Monitoring and Tracking Form
PTF = Procurement Tracking Form
RFP = Request for Proposal
RGC = Royal Government of Cambodia
SBD = Standard Bidding Documents
SBQ = Schedule of Bidders Qualification
SCC = Special Conditions of Contract
SOP = Standard Operating Procedures
SPP = Specific Procurement Plan
STP = Simplified Technical Proposal
TER = Technical Evaluation Report
TP = Technical Proposal
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-ii
BID EVALUATION REPORT
Table of Contents
ABBREVIATIONS................................................................................................................................ i
1. IDENTIFICATION, BIDDING PROCESS AND BID SUBMISSION IDENTIFICATION ... 1
2. BID SUBMISSION .......................................................................................................................... 2
3. BID OPENING ............................................................................................................................... 3
4. BID EVALUATION COMMITTEE ............................................................................................. 4
5. PRELIMINARY EXAMINATION OF BIDS .............................................................................. 4
5.1. Completeness of Bid ............................................................................................................... 4
5.2. Eligibility ................................................................................................................................ 5
5.3. Bid Security ............................................................................................................................ 5
5.4. Substantial Responsiveness ..................................................................................................... 6
6. DETAILED EXAMINATION OF BIDS....................................................................................... 9
6.1. Bids for Detailed Evaluation ................................................................................................... 9
6.2. Price Evaluation: Corrections and Discounts .......................................................................... 9
6.3. Additional Adjustments, and Price Deviations ..................................................................... 10
6.4. Examination of Possible Collusion ....................................................................................... 11
6.5. Clarifications ......................................................................................................................... 11
7. POST QUALIFICATION AND DETERMINATION OF AWARD ........................................ 11
7.1. Determination of Qualification ............................................................................................. 11
7.2. Post Qualification Evaluation ............................................................................................... 12
7.2.1 General Experience....................................................................................................... 13
7.2.2 Specific Experience ...................................................................................................... 13
7.2.3 Average Annual Turnover ............................................................................................ 13
7.2.4 Cash Flow ..................................................................................................................... 14
7.2.5 Construction Equipment ............................................................................................... 14
7.2.6 Key Personnel ............................................................................................................... 14
7.2.7 History of Litigation ..................................................................................................... 15
7.3. Methodology and Work Schedule ......................................................................................... 15
7.3.1 Method Statement, Specifications and Performance .................................................... 15
7.3.2 Work Schedule ............................................................................................................. 15
7.4. Price Analysis and Comparison ............................................................................................ 15
8. RECOMMENDATION FOR AWARD ...................................................................................... 16
APPENDICES .................................................................................................................................... 18
Appendix 1: Advertisements of Invitation for Bids ........................................................................ 19
Appendix 2: List of Purchasers of Bid Documents ......................................................................... 23
Appendix 3: Record of submission bids .......................................................................................... 25
Appendix 3A: Record of Clarifications on Bid Documents ............................................................ 26
Appendix 4: Minutes of Bid Opening ............................................................................................. 27
Appendix 5A: Bid evaluation Working Sheet – preliminary examination...................................... 29
Appendix 5B: Bid evaluation Working Sheet – preliminary examination ...................................... 33
Appendix 5C: Bid evaluation Working Sheet – preliminary examination ...................................... 37
Appendix 5D: Bid evaluation Working Sheet – preliminary examination...................................... 41
Appendix 6: Arithmetic check of the bids ....................................................................................... 45
Appendix 7: Detailed comparison of unit rates of the bidders ........................................................ 48
Appendix 8: Summary of price evaluation result ............................................................................ 49
Appendix 9A: Post qualification individual work sheets ................................................................ 50
Appendix 9B: Post Qualification Individual Working Sheets......................................................... 54
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-iii
Tables
Table 1: Identification ............................................................................................................................ 1
Table 2: Bid Submission and Opening ................................................................................................... 2
Table 3: Summary of Bid Prices (as Read Out) ..................................................................................... 3
Table 4: Summary of Preliminary Examination Results ........................................................................ 8
Table 5: Corrections (Arithmetic) and Unconditional Discounts ........................................................ 10
Table 6: Additions, Adjustments and Price Deviations ........................................................................ 11
Table 7: Summary of Qualification ...................................................................................................... 12
Table 8: Final Evaluated Bid Price ....................................................................................................... 15
Table 9: List of Unbalanced Unit Rates (against EE) .......................................................................... 16
Table 10: Proposed Contract Award .................................................................................................... 17
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-1
BID EVALUATION REPORT
Project Name: GMS – Southern Coastal Corridor Project
Contract Description: Construction of Covered Walkway at CBF at Lork - Kampot
1. IDENTIFICATION, BIDDING PROCESS AND BID SUBMISSION IDENTIFICATION
The relevant project and procurement package details are provided in Table 1 below
TABLE 1: IDENTIFICATION
Name of Employer Ministry of Public Works and Transport, PMU3
Loan/Credit/Grant Number ADB Loan No. 2373 – CAM (SF) and
Government of Australia Grant No. 0096 - CAM
Name of Project GMS – Southern Coastal Corridor Project
Project (loan) Closing Date
(a) original
(b) revised
31 December 2012
31 December 2014
Contract Number (identification) SCCP – CW4
Contract Description Construction of Covered Walkway at Cross Border
Facilities (CBF) at Lork - Kampot
Cost Estimate/Date USD 780,000.00/September 2012 (as per revised
budget allocation in ADB–MoU, dated 28
September 2012)
Method of Procurement National Competitive Bidding (NCB) (Single
Stage, One Envelope)
Prior /Post Review Prior Review
Date of Approval of the Bid Documents 06 July 2012 (date of submission by PMU3 to
ADB)
Date of NOL by ADB 21 September 2012
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-2
1.1. The bid documents were prepared using the Standard National Competitive Bidding
Documents for the Procurement of Civil Works as mandated under the RGC’s
Procurement Manual for Externally Financed Projects/Programs, May 2012 and as
approved by Asian Development Bank (ADB). The NOL for the Bidding Document
was provided by ADB on 21 September 2012.
1.2. The Invitation for Bids was advertised in the Phnom Penh Post Newspaper on 08, 12,
22 and 25 October 2012. A copy of the Invitation for Bids, as advertised, is provided
in Appendix 1.
1.3. By the pre-bid meeting date of 19 October 2012, no contractors had purchased the
Bidding Document. The scheduled pre-bid meeting was cancelled because no
representatives of the contractor firms attended. Eight (8) prospective bidders
purchased the document after the scheduled date of the pre-bid meeting. The list of the
bidders that purchased the Bidding Documents is provided in Appendix 2.
1.4. Two clarification questions were raised by contractors regarding the preparation of
bids for this Project SCCP – CW4. The first question related to Bill No 1:
Preliminary Works, and the provisions for Preliminary Works to be included in the
Lump Sum. The second question related to Bill No 10: Schedule of Dayworks Rates,
and the bidding requirement for rates only to be included in the Bidding Forms. Both
questions were answered and clarified in the Employer’s letter, dated 13 November
2012 whish is attached to this report as Appendix 3A. No amendments or significant
changes were made to the bidding documents.
2. BID SUBMISSION
2.1. The deadline for the submission of bids was set on 21 November 2012 at 3.00 pm.
There were no extensions of the deadline for bid submission.
2.2. Four (4) out of eight (8) bidders who purchased the Bidding Documents submitted the
bids before the submission deadline. Bids that were submitted before the deadline set
at 3.00 pm on 21 November 2012 were placed inside the meeting room where the bid
opening was conducted.
The Record of Submission of Bids is attached as Appendix 3: Record of Submission
of Bids.
2.3. The data of bid submission and opening are summarized in Table 2 below:
TABLE 2: BID SUBMISSION AND OPENING
1. Bid Submission Deadline
(a) Original Time and Date
(b) Extensions, if any
3.00 pm, 21 November 2012
None
2. Bid Opening Time and Date 3.30 pm, 21 November 2012
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-3
3. Venue of Bid Opening Meeting Room of the office of Road Asset Management
Project, MPWT, Phnom Penh, Cambodia
4. Number of Bids Submitted:
Four (4) bids were submitted before the deadline.
5. Bid Security
(a) Original
(b) Extensions, if any
Three (3) bidders submitted an unconditional bank
guarantee as bid security in accordance with Instructions
to Bidders, Section 1: Sub-Clause 19.3 (a). One (1)
bidder submitted a cashier’s (bank) check as bid security
in accordance with ITB, Section 1: Sub-Clause 19.3 (c).
3. BID OPENING
3.1. The bids were opened in accordance with ITB Clause 25 of the Bidding Documents in
the presence of the bidders’ representatives and others who chose to attend at Meeting
Room of the office of Road Asset Management Project, MPWT, Phnom Penh on 21
November 2012 at 3.30 pm. The meeting was chaired by Mr. Sar Vutha, Project
Manager SCCP, Office Manager of PMU3, MPWT.
3.2. Bids were opened by order of submission, i.e. the first submitted bid was opened first.
Prior to opening the bid envelope, each bidder was requested to confirm that their bid
envelope remained sealed.
The bid prices were read out and recorded one by one, and the completeness of each
bid checked with regard to bid security and authorization to sign (power of attorney).
There were no clarifications or queries sought by any attendee.
The Chairman distributed copies of the Record of Bid Opening to each Bidder, duly
signed by the representatives of all Bidders.
Copies of the signed Minutes of Bid Opening Meeting and of the Record of Bid
Opening are shown as Appendix 4.
Table 3 below provides the bid prices and other relevant details as read out during the
Bid Opening.
TABLE 3: SUMMARY OF BID PRICES (AS READ OUT)
Ref
No
Bidder Withdrawal/
Modification
Bid Security
(Y/ N)
Read Out
Bid Price
(in USD)
Unconditional
Discount
offered Remarks
Name Country
1
Kuy Leang Ky
Construction
Trading Group Co.,
Ltd Cambodia - Y 639,168.00 None –
2
T - RO Construction
Co., Ltd Cambodia - Y 720,931.23 None –
3
Taing Cheng Oing
Construction Co.,
Ltd Cambodia -
Y 763,735.51 None –
4 BITUS PLC Cambodia - Y 833,985.29 None –
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-4
4. BID EVALUATION COMMITTEE
4.1. The submitted bids were evaluated by the Procurement Specialist of the Construction
Supervision Consultant (CSC) – Egis International – Mr. James Withington.
4.2. The bid evaluation was conducted using the bid evaluation criteria stated in the
Bidding Documents. Subsequently, a Bid Evaluation Report (BER) was prepared by
the CSC Procurement Specialist under the guidance of the PMU3 of MPWT.
4.3. The initial BER was reviewed by the Procurement Review Committee (PRC) on 17
December 2012. The recommendations for award in the evaluation report were
accepted in principle by the PRC and the CSC was requested to prepare a revised
report using the new format and procedure as per the new Procurement Guidelines of
the MEF.
Members of the PRC are:
1. HE. Mr. Pheng Sovicheano Project Director SCCP, Under-Secretary of State, MPWT
2. Mr. Sar Vutha Project Manager SCCP, Office Manager of PMU3, MPWT
3. Mr. Yen Sothea Deputy Chief, ADB Division, DIC, MEF
4. Mr. Non Wattanak Project Officer, ADB Division, DIC, MEF
5. Mr. Andre Drockur Project Manager/Team Leader, SCCP
5. PRELIMINARY EXAMINATION OF BIDS
The bids submitted were at first preliminarily examined as to whether the bidders had
submitted all the documents and information as required in the Bidding documents.
The documents required to be submitted by the bidders include the following:
(a) The Signed Contractor’s Bid Form (in original);
(b) The Signed Statement of Ethical Conduct and Fraud and Corruption
(c) Bid Security;
(d) The Priced Bill of Quantities;
(e) Power of Attorney/Written confirmation of Authorization to commit the Bidder;
(f) Joint Venture Agreement (JV)/Intent to enter into JV, if any;
(g) Completed Bidder Qualification Information Form and supporting documents in
accordance with requirements of the pertinent sections of the Bidding Documents
5.1. Completeness of Bid
The examination for completeness was made on (a) whether the bid documents have
been properly signed and generally in order; (b) whether the required documents from
(a)–(g) enumerated above were submitted or not; and (c) whether any erasures,
interlineations, additions, or other changes made have been initialed by the bidder in
accordance with ITB Section 1: Sub-Clause 20.3 of the Bidding Documents.
Bids which contained inadmissible reservations or were otherwise not substantially
responsive to the Bidding Documents were considered non-compliant.
(a) Contractor’s Bid Form
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-5
All four (4) Bidders submitted the original Contractor’s Bid Form, properly signed
and stamped with company Seal. The examination of this requirement was found
to be satisfactory.
(b) Bid Security
All four (4) bidders submitted the Bid Security in the optional forms prescribed in
ITB Section 1: Sub-Clause 19.1 of the Bidding Documents.
(c) Priced Bill of Quantities
All four (4) Bidders submitted the signed priced Bill of Quantities (BOQ) in the
format prescribed in the Bidding Documents.
T-RO Construction Co., Ltd, has not provided unit rates for Bill Item No. 10:
Dayworks Schedule Rates for (1) Labour; (2) Materials; and (3) Construction
Equipment & Plant. All three (3) other bidders submitted a complete priced BOQ.
(d) Written Confirmation of Authorization
The submitted Power of Attorney and/or written authorization to commit the
bidder were examined and found to be acceptable.
(e) JV
No Bids were received from a Joint Venture.
(f) Number of copies of the Bid
The Bidders are required to submit one (1) original and four (4) copies of the Bid
in accordance with ITB 20.1 of the Bidding Documents.
All four (4) bidders submitted complete numbers of original and copies of the bid.
5.2. Eligibility
The bidding documents require that bidders shall have the nationality of an eligible
country pursuant to Section 1: Clause 4 of the ITB. The Bidder shall be deemed to
have the nationality of a country if the bidder is a citizen or is constituted, incorporated
or registered and operates in conformity with provisions of the laws of that country.
The bidders’ submissions were checked for compliance to the eligibility requirements
consist of (i) Bidder’s nationality, (ii) conflict of interest, (iii) origin of goods and (iv)
if sanctioned or barred by the RGC and ADB and were found compliant of these
criteria.
5.3. Bid Security
The bid validity period specified in ITB Section 1: 18.1 is one hundred and twenty
(120) days after the bid submission deadline on 21 November 2012. ITB Section 1:
19.1 and Section 4 Bidding Forms specify that a Bid Security shall be provided, at the
Bidder’s option, in any of the following forms:
(a) an unconditional bank guarantee;
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-6
(b) an irrevocable letter of credit;
(c) a cashier’s or certified check.
The form prescribed for a Bid Security – Bank Guarantee in ITB Section 4 specifies
that the validity period of the guarantee shall expire twenty eight (28) days after the
expiration of the Bidder’s bid.
Three (3) bidders submitted bid securities in the form of bank guarantees, duly signed
and sealed, and one (1) bidder submitted a cashier’s (banker’s) check, duly signed and
stamped with bank seal, to meet the bid security requirements.
The bank guarantee submitted by Bidder No 4: BITUS PLC did not include provision
for the 28 day validity period of the bid security. Otherwise, the other bidders
submitted the Bid Security in the form and substance as specified in the Bidding
Documents.
5.4 Bidder’s Qualification Information Form and Supporting Document
The following required information and documentation must be provided by the
Bidder in the Qualification Information Sheets:
Bidder’s Information Sheet
JV Information Sheet
Pending Litigation
Financial Situation
Average Annual Construction Turnover
Financial Resources
Current Contract Commitments/Works in Progress
General Construction Experience
Specific Construction Experience
Specific Construction Experience in Key Activities
Following the examination and check for compliance of the qualification
information requirements, the result and / or findings are as follows:
See 5.5.
5.5 Substantial Responsiveness
The Bids were then scrutinized to check whether they were Substantially Responsive
or Non-Responsive to the qualifying criteria in the bidding documents. A Substantially
Responsive bid is one which conforms to all terms, conditions and specifications of the
bidding documents, without material deviation. Based on the preliminary evaluation
carried out and as explained in Para 5.1 to 5.4 above, the list of non-responsive and
substantially responsive Bidders is summarized as follows:
a) Non-Responsive
1) T - RO Construction Co., Ltd. – Bidder No 2
Form LT-1 was not supplied and no information on pending litigation
was submitted.
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-7
The requirements for specific construction experience on contracts of
similar size and nature were not met.
This bidder did not provide unit rates for Bill Item 10: Daywork
Schedule Rates for (1) Labour; (2) Materials; and (3) Construction
Equipment & Plant.
2) BITUS PLC – Bidder No 4
The bid security submitted does not meet the requirements of the ITB
Sub-Clause 19.3 for the validity of the bid security to be 28 days
beyond the original validity period of the bid. The bid is therefore
deemed to be non-responsive in accordance with ITB Sub-Clause 19.4.
b) Substantially Responsive
1. Kuy Leang Ky Construction Trading Group Co., Ltd. – Bidder No 1
2. Taing Cheng Oing Construction Co., Ltd – Bidder No 3
The Summary of Preliminary Examination Result is presented in Table 4 below, while
the Detailed Preliminary Examinations Work sheets are shown in Appendix 5 (A–D),
Bid Evaluation Working Sheets for Preliminary Examination.
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-8
TABLE 4: SUMMARY OF PRELIMINARY EXAMINATION RESULTS
No.
Name of
Bidder
Signed
Original Bid
Form
Y/N
Priced Bill of
Quantities
Y/N
Bid Security
Y/N
Completeness
of Bid
Y/N
Eligibility
Y/N
Written
confirmation of
authorization to
commit the
Bidder /
(Power of
Attorney)
Substantial
Responsiveness
(a) (b) (c) (d) (e) (f) (g) (i)*
1 Kuy Leang Ky
Construction Trading
Group Co., Ltd.
Y Y Y Y Y Y Y
2 T – RO Construction Co.,
Ltd. Y Y Y N Y Y N
3 Taing Cheng Oing
Construction Co., Ltd. Y Y Y Y Y Y Y
4 BITUS PLC Y Y N N Y Y N
* Note: Y – Yes (Substantially Responsive) and N- No (Non-Responsive)
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-9
6. DETAILED EXAMINATION OF BIDS
6.1. Bids for Detailed Evaluation
Only the bids that were determined as substantially responsive to the preliminary
examinations were subject to detailed evaluation.
Analysis of unit rates and prices provided by responsive bidders, which are generally
components of the Bill of Quantities for civil work contracts, was carried out to verify
if the rates and/or prices are not seriously unbalanced in relation to or substantially
below the Engineering Estimate.
6.2. Price Evaluation: Corrections and Discounts
(a) The bids were checked for arithmetic errors and such errors were corrected in
accordance with ITB Section 1: Clause 31 of the Bidding Documents. Each
price item in the Bill of Quantities was checked for arithmetic errors and
omissions. Corrections were made on the arithmetic errors in the bids of the
following bidders:
1. Taing Cheng Oing Construction Co., Ltd. – Bidder No 3
Correction of arithmetic errors (multiplication errors in Items 9.06 and
9.07 of Bill No. 9, and addition of Total for Bill No 9 (A) Sub-Total of Bills,
(B) Contingency Allowance and (C) Bid Price.
The detailed arithmetic check of the two (2) lowest responsive bids is
presented in Appendix 6.
Summaries of the arithmetic checks on the bids of Kuy Leang Ky Construction
Trading Group Co., Ltd. and Taing Cheng Oing Construction Co. Ltd were
presented in Appendix 6A.
(b) No bidders offered any unconditional discount as announced during the Bid
Opening. Conditional discounts if offered cannot be considered for evaluation.
The summary of corrections, unconditional discounts, adjustments, and price
deviations, if any, are shown in Table 5 below:
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-10
TABLE 5: CORRECTIONS (ARITHMETIC) AND UNCONDITIONAL DISCOUNTS
6.3. Additional Adjustments, and Price Deviations
All bid prices including the Engineer’s Estimate were expressed in US dollars as
required in the BDS of the Bidding Documents.
Following the arithmetic check and deductions of unconditional discount offered, if
any, the bids were examined for omissions, minor deviations, and price adjustments.
There were no omissions and also no deviations from the specifications noted in the
priced bid evaluation of the two (2) lowest responsive bids.
The Summary of the Additions, adjustments and ranking of the two (2) responsive
bidders are provided in Table 6 below.
No. Bidder
Read Out
Bid Price
(USD)
Correction of
Computational
Errors
Corrected
Bid Price
(USD)
Unconditional
Discount
Corrected
Discounted
Bid Price
(USD) Percent Amount
(1) (2)
(3) = (1) +
(2) (4) (5) (6)=(3)-(5)
1
KUY LEANG KY
CONSTRUCTION
TRADING GROUP CO.,
LTD. 639,168.00 0.00 639,168.00
639,168.00
2 T – RO CONSTRUCTION
CO., LTD. 720,931.23 0.00 720,931.23
720,931.23
3
TAING CHENG OING
CONSTRUCTION
CO.,LTD. 763,735.51 +3.74 763,739.25
763,739.25
4 BITUS PLC 833,985.29 0.00 833,985.29
833,985.29
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-11
TABLE 6: ADDITIONS, ADJUSTMENTS AND PRICED DEVIATIONS
6.4. Examination of Possible Collusion
The two (2) evaluated responsive bids were examined for similarities of unit rates that
might point to possible collusion among the bidders. Subsequent to the further
examination carried out, it was found that there were no indications of collusive
behaviour.
A spread sheet showing the quoted unit rates in the BOQs of all the bidders was
prepared and examined for any patterns that show the prices were being manipulated.
The detailed comparison of the unit rates of the bids are shown as Appendix 7.
6.5. Clarifications
Two clarification questions were raised by contractors regarding the preparation of
bids for this Project SCCP – CW4. The first question related to Bill No 1:
Preliminary Works, and the provisions for Preliminary Works to be included in the
Lump Sum. The second question related to Bill No 10: Schedule of Dayworks Rates,
and the bidding requirement for rates only to be included in the Bidding Forms. Both
questions were answered and clarified in the Employer’s letter dated 13 November
2012 whish is attached to this report as Appendix 3A. No amendments or significant
changes were made to the bidding documents.
7. POST QUALIFICATION AND DETERMINATION OF AWARD
7.1. Determination of Qualification
Only the qualifications of 1st and 2
nd ranked responsive bidders were further examined
in accordance with the Qualifications determination specified in ITB Section 3 and
BDS of the bidding documents. The Summary of qualification checks of the top two
(2) ranked responsive bidders for each criterion listed in the Qualification
requirements is presented in Table 7 below.
No. Bidder
Corrected
Discounted Bid
Price
(USD)
Addition for
Omission
Price Cost
for minor
deviation
(USD)
Final
Evaluated
Bid Price
(USD)
Ranking
1 KUY LEANG KY
CONSTRUCTION
TRADING GROUP CO.,
LTD.
639,168.00 - - 639,168.00 1st lowest
3 TAING CHENG OING
CONSTRUCTION CO.,
LTD.
763,739.25 - - 763,739.25 2nd
lowest
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-12
TABLE 7: SUMMARY OF QUALIFICATIONS
The detailed assessments of the qualifications of the first two (2) ranked responsive bidders
are presented in Appendix 9.
7.2. Post Qualification Evaluation
The two (2) lowest evaluated responsive bids were further examined for technical and
financial qualifications. The bidders submitted the completed qualification forms
provided in the bidding documents which contained the lists of work experiences
(general and specific), annual construction turnover for the last 3 years, availability of
proposed construction equipment, proposed key personnel, cash flow/ minimum
liquid asset and credit lines, and information regarding history or pending litigation, if
any.
QUALIFICATION INFORMATION
KUY LEANG KY
CONSTRUCTION
TRADING
GROUP CO.,LTD.
TAING CHENG
OING
CONSTRUCTION
CO., LTD.
Specific Experience
Participation as contractor, management contractor, or
subcontractor, in at least two (2) contracts within the last six
(6) years, each with a value of at least USD one (1.00) mill.
that have been successfully or are substantially completed
and that are similar to the proposed works. The similarity
shall be based on the physical size, complexity, methods,
technology or other characteristics as described in Section
6 (Works Requirements)
*Pass *Pass
Financial Experience
Minimum average annual construction turnover of USD two
point two (2.2) mill calculated as total certified payments
received for contracts in progress or completed, within the
last three (3) years.
Av. USD 14.000M
Pass
Av. USD 2.960M
Pass
[5 x Working Capital + lines of credit] – [40% of current
contract commitments] should be greater than the submitted
Bid Price.
USD 6.186M >
0.639M
Pass
USD 9.594M >
0.763M
Pass
Key Personnel
Construction Manager
Bach. Civil Engineering , min of 15 years of work
experience and not less than 5 years experience in similar
position (Construction Manager)
Senior Architect Bach. Architecture , min of 15 years of work experience
and not less than 5years as Senior Architect
Pass Pass
Major Construction Equipment & Plant
Minimum Construction equipment requirements listed in ITB
Sect 3 Para 2.4 of the Bidding Documents
Pass Pass
History of Litigation Pass Pass
Overall Qualification Qualified Qualified
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-13
The post qualification evaluation was carried out applying the criteria and
requirements set out in ITB Section 3: Evaluation and Qualification Criteria – Post
Qualification and Section 4: Bidding Forms of the bidding documents.
7.2.1 General Experience
Both Bidders are found to have sufficient general experience in construction of
various projects for the last 5 years.
7.2.2 Specific Experience
The criteria for specific experience requires minimum experience as contractor,
management contractor, or subcontractor in at least two (2) contracts of similar nature
(building works) and complexity in terms of amount equivalent to USD 1.0 mill.
within the last six (6) years.
1. Kuy Leang Ky Construction Trading Group Co., Ltd. – Bidder No 1
The Bidder provided information of more than two (2) similar construction
contracts with values exceeding USD 1.0 mill over the last six (6) years.
The bidder’s experience was examined and found to comply with the
requirements and criteria for specific experience.
2. Taing Cheng Oing Construction Co., Ltd. – Bidder No 3
The Bidder provided information of more than two (2) similar construction
contracts with values exceeding USD 1.0 mill over the last six (6) years.
The bidder’s experience was examined and found to comply with the
requirements and criteria for specific experience.
The documentary evidence such as copies of contract agreements and defects liability
certificates issued by the Employer were submitted by the two (2) bidders for
validation of the information provided in the qualification forms.
7.2.3 Average Annual Turnover
The Bidding documents require an average annual construction turnover of USD 2.2
mill calculated from the audited/certified financial statements or from the list of
completed contracts within the last 3 years.
The average annual volumes of construction turnover for the last 3 years of the
following bidders are:
1. Kuy Leang Ky Construction Trading Group Co., Ltd. – Bidder No 1
Average Annual Construction Turnover = USD 14.00M
2. Taing Cheng Oing Construction Co., Ltd. – Bidder No 3
Average Annual Construction Turnover = USD2.96M
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-14
The annual turnovers of the above bidders were calculated from the audited financial
statements submitted.
7.2.4 Cash Flow
The Minimum amount of liquid assets and credit facilities required under ITB Section
3: Evaluation Qualification Criteria, Item 2.3.3 – Financial Resource of the Bidding
Documents is equivalent to the Bidder’s Bid Price.
The bidders’ financial statements and have been examined to calculate the minimum
liquid assets and credit lines extended by the banks are considered in this evaluation.
In addition to the calculated amount of minimum liquid assets, the following credit
line extended by the banks to bidders appears to be adequate and satisfy the cash flow
requirement:
1. Kuy Leang Ky Construction Trading Group Co., Ltd. – Bidder No 1
ACLEDA Bank Commitment to extend Credit Line of USD
1,620,330.02
2. Taing Cheng Oing Construction Co., Ltd. – Bidder No 3
ACLEDA Bank Commitment to extend Credit Line of USD
1,324,431.83
7.2.5 Construction Equipment
The equipment schedules proposed by the two bidders were checked and found to be
adequate of the minimum requirement listed in ITB Section 3: Evaluation and
Qualification Criteria, Item 2.8 of the bidding documents. Relevant information
regarding types, specifications and photographs of the equipment were provided by
the two bidders as supporting particulars of their compliance with the equipment
requirement.
7.2.6 Key Personnel
The criteria for key senior personnel (Construction Manager) are at least 15 years
work experience in similar works and minimum of 5 years experience in similar
position and Senior Architect with minimum of 15 years experience in similar works
and at least 5 years in similar position.
Generally, the proposed personnel of the two bidders appear to be adequate and met
the qualifying criteria based on the information provided on their CVs.
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-15
7.2.7 History of Litigation
The bidders indicated that they have no history of litigation or pending litigations.
7.3. Methodology and Work Schedule
7.3.1 Method Statement, Specifications and Performance
The construction method statements were examined and found to be in accordance
with the normal civil works construction for same nature of work. For both bidders,
the prospective main component of the Works including details of work methods
appears to be conjugated and / or consistent to the construction (work) schedule,
equipment and site organization/ personnel and sequence.
7.3.2 Work Schedule
For both bidders the construction schedule and resource planning for labour, materials
and construction equipment are consistent with the contractual construction period of
40 weeks.
7.4. Price Analysis and Comparison
The final evaluated bid price of the lowest bidder is compared with the Engineer’s Estimates
and the result is presented below:
TABLE 8: FINAL EVALUATED BID PRICE
Bidder Read Out Bid
Price (USD)
Correction
for
Arithmetical
Error
Corrected Bid
Price
% Variance
against EE Ranking
KUY LEANG KY
CONSTRUCTION
TRADING
GROUP CO. LTD.
639,168.00 - 639,168.00 -17.27% 1st
Lowest
Analysis of unit rates and prices provided by lowest evaluated substantially
responsive bidder, which are generally components of the Bill of Quantities for civil
work contracts, was carried out to verify if the rates and/or prices are not seriously
unbalanced in relation to or substantially below the Engineer’s Estimate.
The unit rates which were found to be unbalanced against the unit rates for
corresponding bill items in the Engineer’s Estimate, including the percentage weight
of the variance are presented in Table 9 below.
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-16
TABLE 9: LIST OF BILL ITEMS WITH BIG VARIANCE (+/-) AGAINST EE
No. Description Variance with
EE (%)
1.01 Preliminary Works – General Provisions -44.50%
3.01 Soil excavation for structures -50.00%
3.05 50 mm Lean Concrete -32.00%
4.05 Double Dragon hip sculpture (Neak Cheng) +50.00%
4.09 Roansbouv Sculpture +60.00%
4.12 Paintwork with oil paint, including primer and undercoats -33.33%
6.03 Steel nuts and bolts -47.09%
6.05 Red tradition-style roof tiles -32.22%
6.06 Ridge capping to match roof tiles -46.67%
The list of work items above were highlighted for reference during construction, in case
of award of contract and in the event of any significant change in the quantities pursuant
to the Sub-clause 36.1 of the General Conditions of Contract of the Bidding Documents.
8. RECOMMENDATION FOR AWARD
The Project Management Unit 3 and the Construction Supervision Consultant submit this
report to the Procurement Review Committee for it’s review and consideration with the
recommendation to award the contract to Kuy Leang Ky Construction Trading Group
Co., Ltd, who is deemed to have submitted the lowest evaluated and substantially
responsive bid for a contract amount of USD 639,168.00.
The details of the proposed Contract award are shown in Table 10 below.
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-17
TABLE 10: PROPOSED CONTRACT AWARD
1. Lowest evaluated responsive bidder
(proposed for contract award).
(a) Name
(b) Address
Kuy Leang Ky Construction
Trading Group Co., Ltd.
#2Eo, St 516, Sangkat Beong Kok I,
Khan Toul Kork, Phnom Penh,
Cambodia.
2. If bid from joint venture, list all
partners and estimated share of
contract.
Not Applicable
3. Estimated date (month and year) of
contract signing. February 2013
4. Estimated Date of Completion February 2014
Currency(ies) Amount(s)
5. Bid Price(s) (Read-out) USD 639,168.00
6. Corrections for Errors NO -
7. Discounts USD -
8. Other Adjustments None -
9. Proposed Award Price USD 639,168.00
Signed by: _______________
Andre Drockur
Project Manager
Date: 08/01/2013
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-18
APPENDICES
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-19
APPENDIX 1: ADVERTISEMENTS OF INVITATION FOR BIDS
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-20
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-21
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-22
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-23
APPENDIX 2: LIST OF PURCHASERS OF BID DOCUMENTS
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-24
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-25
APPENDIX 3: RECORD OF SUBMISSION BIDS
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-26
APPENDIX 3A: RECORD OF CLARIFICATIONS ON BID DOCUMENTS
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-27
APPENDIX 4: MINUTES OF BID OPENING
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-28
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-29
APPENDIX 5A: BID EVALUATION WORKING SHEET – PRELIMINARY EXAMINATION
Name of Package: Construction of Covered Walkway at Cross Border Facilities (CBF) at Lork - Kampot
Identification Number: SCCP CW4
Bidder No.: 1
Name of the Bidder: Kuy Leang Ky Construction Trading Group Co., Ltd.
Address: 2Eo, St 516, Sangkat Beong Kok I, Khan Toul Kork, Phnom
Penh, Cambodia
I. Verification and Completeness Yes/No Particulars
1 Is the bid submitted on time?
(indicate Date on Time)
Yes Date: 21 November 2012
Time: 02:45 p.m.
2 (a) Signature on Contractor’s Bid Form: Yes
(b) Signed by: Yes Name: Kuy Leang Ky Title: General Director
(c) Is the Contractor Bid Form submitted
with the company seal?
Yes
3 Power of Attorney:
(indicate Name and Title of Authorized
Signatory; Authorization by: )
Yes Power of Attorney confirming that the owner will also act as Contractor’s Representative
4 Statement of Ethical Conduct and Fraud
and Corruption (check if signed and with
seal)
Yes
5 Joint Venture Agreement if any
(signed by partners of the JV and with
seal):
Not Applicable
6 Bidder submitted only one bid either Yes
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-30
individual or as partner of Joint Venture?
(indicate how many if submitted more
than one bid)
7 Is the Qualification Information Form (for
Post qualification) duly accomplished
(filled-up) and signed
Yes
II. Eligibility
8 Nationality of Bidder: (indicate Country of Bidder)
Yes Cambodia
9 (a) Is the bidder a Government-owned
enterprise? (b) If yes, it is legally and
financially autonomous?
No
10 Is the bidder declared ineligible by the
ADB or having of conflict of Interest
(ITB 4.4)?
No
11 Is Bidder associated or have been associated in the past directly or indirectly, with a firm or its affiliates engaged by employer to provide consulting services for the project or not?
No
III. Bid Security
12 Is the Bid Security submitted along with
the bid, signed and with company seal?
Yes
13 Validity of Bid Security (28 calendar
days after expiry of bid validity)
Yes In conformity as indicated in the
submitted Bid Form and Bid
Securing Declaration
14 Bid Validity (120 calendar days) In conformity as indicated in the
submitted Bid Form and Bid
Securing Declaration
IV. Completeness of Bid
15 Whether the following documents are Yes
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-31
submitted:
a- Number of bids received (original
and copies)
Yes 1 original and 4 copies
b- Preliminary description or outline of
the proposed work methodology
Yes Method Statement – submitted
c- Site organization outlining the
Contractor’s construction work force
Yes Organization Chart – submitted
d- Construction Schedule in
accordance with ITB Section 4:
Yes Construction Schedule – submitted
e- Signed and Sealed Contractor’s
Form of Bid
Yes
f- Signed and sealed Bid Security Yes
g- Signed (initialed) Priced Bill of
Quantities
Yes
h- Written power of attorney of the
signatory of the Bid to commit the
bidder, if the signatory is not the owner
Yes
i- Certified true copy of document
defining the constitution or legal status,
place of registration, and principal place
of business
Yes
j- Certified true copy of current valid
registration of firm issued by concerned
government agencies (i.e., MOC,
MLMUPC & MEF)
Yes
k- Certified true copies of audited or
certified financial statements of the
bidder for the past 3 years and
documentary evidence demonstrating
the bidder’s financial standing including
Yes Consolidated Income Statement/Annual Profile Tax Return/Balance Statement (2009, 2010 and 2011) submitted by bidder. Ave. Networth= USD6.395M Ave. Total Revenue= USD 16.1M
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-32
line credit, if any Ave. Profit before Tax = USD 6.875M Bank Reference Letter from ACLEDA Bank Plc – Credit Line USD 1,620,330.02
l- Authorization to seek references from
the Bidder’s bankers.
Yes
V. Additional information in case of JV
16 JV Compliance Requirement
Not Applicable
a- Nomination of in-charge –
b- JV agreement of letter of intent –
Notes: To indicate
1-“Y” (Yes) if in conformity with the criteria and requirements (e.g., correct Bid Security amount, from eligible
source country(ies), etc) of the Bidding Documents.
2-“N” (No) if not conforming or fails to satisfy the qualifying criteria and requirements (i.e., no bid securing
declaration, shorter bid validity period than required, etc.) of the Bidding Documents
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-33
APPENDIX 5B: BID EVALUATION WORKING SHEET – PRELIMINARY EXAMINATION
Name of Package: Construction of Covered Walkway at Cross Border Facilities (CBF) at Lork - Kampot
Identification Number: SCCP – CW4
Bidder No.: 2
Name of the Bidder: T – RO Construction Co., Ltd.
Address: #281, St. Prye Sor, Sangkat Dangkor, Phnom Penh, Cambodia
I. Verification and Completeness Yes/No Particulars
1 Is the bid submitted on time?
(indicate Date on Time)
Yes Date: 21 November 2012
Time: 02:30 p.m.
2 (a) Signature on Contractor’s Bid Form: Yes
(b) Signed by: Yes Name: Chhim Maocharo
Title: Director
(c) Is the Contractor Bid Form submitted
with the company seal?
Yes
3 Power of Attorney:
(indicate Name and Title of Authorized
Signatory; Authorization by: )
Yes Authorized Signatory:
Name: Mr. Chai Kunthea
Title: Company Representative
Name: Mr. Un Sothy
Title: Civil Engineer
Authorization by:
Name: Mr. Chhim Maocharo
Title: Director
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-34
4 Statement of Ethical Conduct and Fraud
and Corruption (check if signed and with
seal)
Not Applicable
5 Joint Venture Agreement if any
(signed by partners of the JV and with
seal):
Not Applicable
6 Bidder submitted only one bid either
individual or as partner of Joint Venture?
(indicate how many if submitted more
than one bid)
Yes
7 Is the Qualification Information Form (for
Post qualification) duly accomplished
(filled-up) and signed
Yes Filled up form and sealed and
signed
II. Eligibility
8 Nationality of Bidder:
(indicate Country of Bidder)
Yes Cambodia
9 (a) Is the bidder a Government-owned
enterprise? (b) If yes, it is legally and
financially autonomous?
No
10 Is the bidder declared ineligible by the
ADB or having of conflict of Interest
(ITB 4.4)?
No
11 Is Bidder associated or have been
associated in the past directly or
indirectly, with a firm or its affiliates
engaged by employer to provide
consulting services for the project or
not?
No
III. Bid Security
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-35
12 Is the Bid Security submitted along with
the bid, signed and with company seal?
Yes
13 Validity of Bid Security ( 28 calendar
days after expiry of bid validity)
Yes As indicated in the Letter of Bid
14 Bid Validity (120 calendar days) As indicated in the Letter of Bid
IV. Completeness of Bid
15 Whether the following documents are
submitted:
Yes
a- Number of bids received (original
and copies)
Yes 1 original and 4 copies
b- Preliminary description or outline of
the proposed work methodology
Yes Method Statement – submitted
c- Site organization outlining the
Contractor’s construction work force
Yes Organization Chart – submitted
d- Construction Schedule in
accordance with ITB Section 4.
Yes Construction Schedule – submitted
e- Signed and Sealed Contractor’s
Form of Bid
Yes
f- Signed and sealed Bid Security Yes
g- Signed (initialed) Priced Bill of
Quantities
Yes
h- Written power of attorney of the
signatory of the Bid to commit the
bidder, if the signatory is not the owner
Yes
i- Certified true copy of document
defining the constitution or legal status,
place of registration, and principal place
of business
Yes
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-36
j- Certified true copy of current valid
registration of firm issued by concerned
government agencies (i.e., MOC,
MLMUPC & MEF)
Yes
k- Certified true copies of audited or
certified financial statements of the
bidder for the past 3 years and
documentary evidence demonstrating
the bidder’s financial standing including
line credit, if any
Yes Income Statement for the last 3 years. Ave. Const Turnover = USD2.650M for Bank Reference Letter from ANZ Royal Bank–Credit Line USD 465,000.00
l- Authorization to seek references from
the Bidder’s bankers.
Yes
V. Additional information in case of JV
16 JV Compliance Requirement Not Applicable
a- Nomination of in-charge
b- JV agreement of letter of intent
Notes: To indicate
1-“Y” (Yes) if in conformity with the criteria and requirements (e.g., correct Bid Security amount, from eligible
source country(ies), etc) of the Bidding Documents.
2-“N” (No) if not conforming or fails to satisfy the qualifying criteria and requirements (i.e., no bid securing
declaration, shorter bid validity period than required, etc.) of the Bidding Documents
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-37
APPENDIX 5C: BID EVALUATION WORKING SHEET – PRELIMINARY EXAMINATION
Name of Package: Construction of Covered Walkway at Cross Border Facilities (CBF) at Lork - Kampot
Identification Number: SCCP – CW4
Bidder No.: 3
Name of the Bidder: Taing Cheng Oing Construction Co., Ltd.
Address: # 46, St 594, Sangkat Boeng Kok II, Khan Toul Kok, Phnom
Penh, Cambodia
I. Verification and Completeness Yes/No Particulars
1 Is the bid submitted on time?
(indicate Date on Time)
Yes Date: 21 November 2012
Time: 03.00 p.m.
2 (a) Signature on Contractor’s Bid Form: Yes
(b) Signed by: Yes Name: Mr. Taing Cheng Oing
Title: Managing Director
(c) Is the Contractor Bid Form submitted
with the company seal?
Yes
3 Power of Attorney:
(indicate Name and Title of Authorized
Signatory; Authorization by: )
Yes Power of Attorney confirming that
the owner will also act as
Contractor’s Representative
4 Statement of Ethical Conduct and Fraud
and Corruption (check if signed and with
seal)
Not Applicable
5 Joint Venture Agreement if any
(signed by partners of the JV and with
seal):
Not Applicable
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-38
6 Bidder submitted only one bid either
individual or as partner of Joint Venture?
(indicate how many if submitted more
than one bid)
Yes
7 Is the Qualification Information Form (for
Post qualification) duly accomplished
(filled-up) and signed
Yes Filled up form signed and with
stamp
II. Eligibility
8 Nationality of Bidder:
(indicate Country of Bidder)
Yes Cambodia
9 (a) Is the bidder a Government-owned
enterprise? (b) If yes, it is legally and
financially autonomous?
No
10 Is the bidder declared ineligible by the
ADB or having of conflict of Interest
(ITB 4.4)?
No
11 Is Bidder associated or have been
associated in the past directly or
indirectly, with a firm or its affiliates
engaged by employer to provide
consulting services for the project or
not?
No
III. Bid Security
12 Is the Bid Security submitted along with
the bid, signed and with company seal?
Yes USD 20,000.00 Cashier’s Check
(Bank Check) issued by
Cambodian Public Bank payable to
MPWT dated 19 November 2012
13 Validity of Bid Security (28 calendar
days after expiry of bid validity)
Yes As indicated in the contractors’ bid
14 Bid Validity (120 calendar days) As indicated in the contractors’ bid
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-39
IV. Completeness of Bid
15 Whether the following documents are
submitted:
Yes
a- Number of bids received (original
and copies)
Yes 1 original and 4 copies
b- Preliminary description or outline of
the proposed work methodology
Yes Method Statement – submitted
c- Site organization outlining the
Contractor’s construction work force
Yes Organization Chart – submitted
d- Construction Schedule in
accordance with ITB Section 4
Yes Construction Schedule – submitted
e- Signed and Sealed Contractor’s
Form of Bid
Yes
f- Signed and sealed Bid Security Yes
g- Signed (initialed) Priced Bill of
Quantities
Yes
h- Written power of attorney of the
signatory of the Bid to commit the
bidder, if the signatory is not the owner
Yes
i- Certified true copy of document
defining the constitution or legal status,
place of registration, and principal place
of business
Yes
j- Certified true copy of current valid
registration of firm issued by concerned
government agencies (i.e., MOC,
MLMUPC & MEF)
Yes
Yes
Yes
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-40
k- Certified true copies of audited or
certified financial statements of the
bidder for the past 3 years and
documentary evidence demonstrating
the bidder’s financial standing including
line credit, if any
Yes Financial Report 2011, 2010 and
2009 from Accounting Auditing
Advisory-submitted
l- Authorization to seek references from
the Bidder’s bankers.
Yes
V. Additional information in case of JV
16 JV Compliance Requirement
Not Applicable
a- Nomination of in-charge –
b- JV agreement of letter of intent –
Notes: To indicate
1-“Y” (Yes) if in conformity with the criteria and requirements (e.g., correct Bid Security amount, from eligible
source country(ies), etc) of the Bidding Documents.
2-“N” (No) if not conforming or fails to satisfy the qualifying criteria and requirements (i.e., no bid securing
declaration, shorter bid validity period than required, etc.) of the Bidding Documents
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-41
APPENDIX 5D: BID EVALUATION WORKING SHEET – PRELIMINARY EXAMINATION
Name of Package: Construction of Covered Walkway at Cross Border Facilities (CBF) at Lork - Kampot
Identification Number: SCCP – CW4
Bidder No.: 4
Name of the Bidder: BITUS PLC
Address: 4F No 66, Norodom Blvd, Sangkat Chey Chomnas, Khan
Daun Penh, Phnom Penh, Cambodia
I. Verification and Completeness Yes/No Particulars
1 Is the bid submitted on time?
(indicate Date on Time)
Yes Date: 21 November 2012
Time: 02:29 p.m.
2 (a) Signature on Contractor’s Bid Form: Yes
(b) Signed by: Yes Name: Mr. Jung Young Nam
Title: President of BITUS PLC
(c) Is the Contractor Bid Form submitted
with the company seal?
Yes
3 Power of Attorney:
(indicate Name and Title of Authorized
Signatory; Authorization by: )
Yes Authorized Signatory:
Name: Mr. Cheth Prathna
Title: Project Manager
Authorization by: Name: Mr. Jung Young Nam
Title: President of BITUS PLC
4 Statement of Ethical Conduct and Fraud
and Corruption (check if signed and with
seal)
Not Applicable
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-42
5 Joint Venture Agreement if any
(signed by partners of the JV and with
seal):
Not Applicable
6 Bidder submitted only one bid either
individual or as partner of Joint Venture?
(indicate how many if submitted more
than one bid)
Yes
7 Is the Qualification Information Form (for
Post qualification) duly accomplished
(filled-up) and signed
Yes Filled up form and sealed and
signed.
II. Eligibility
8 Nationality of Bidder:
(indicate Country of Bidder)
Yes Cambodia
9 (a) Is the bidder a Government-owned
enterprise? (b) If yes, it is legally and
financially autonomous?
No
10 Is the bidder declared ineligible by the
ADB or having of conflict of Interest
(ITB 4.4)?
No
11 Is Bidder associated or have been
associated in the past directly or
indirectly, with a firm or its affiliates
engaged by employer to provide
consulting services for the project or
not?
No
III. Bid Security
12 Is the Bid Security submitted along with
the bid, signed and with company seal?
Yes
13 Validity of Bid Security (28 calendar Yes As indicated in the Contractor’s bid
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-43
days after expiry of bid validity)
14 Bid Validity (120 calendar days) Yes As indicated in the Contractor’s bid
IV. Completeness of Bid
15 Whether the following documents are
submitted:
a- Number of bids received (original
and copies)
Yes 1 original and 4 copies
? b- Preliminary description or outline of
the proposed work methodology
No
c- Site organization outlining the
Contractor’s construction work force
No
d- Construction Schedule in
accordance with ITB Section 4
No
e- Signed and Sealed Contractor’s
Form of Bid
No
f- Signed and sealed Bid Security Yes
g- Signed (initialed) Priced Bill of
Quantities
Yes
h- Written power of attorney of the
signatory of the Bid to commit the
bidder, if the signatory is not the owner
Yes
i- Certified true copy of document
defining the constitution or legal status,
place of registration, and principal place
of business
Yes
j- Certified true copy of current valid
registration of firm issued by concerned
government agencies (i.e., MOC,
Yes
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-44
MLMUPC & MEF)
k- Certified true copies of audited or
certified financial statements of the
bidder for the past 3 years and
documentary evidence demonstrating
the bidder’s financial standing including
line credit, if any
Yes
l- Authorization to seek references from
the Bidder’s bankers.
Yes
V. Additional information in case of JV
16 JV Compliance Requirement
Not Applicable
a- Nomination of in-charge –
b- JV agreement of letter of intent –
Notes: To indicate
1-“Y” (Yes) if in conformity with the criteria and requirements (e.g., correct Bid Security amount, from eligible
source country(ies), etc) of the Bidding Documents.
2-“N” (No) if not conforming or fails to satisfy the qualifying criteria and requirements (i.e., no bid securing
declaration, shorter bid validity period than required, etc.) of the Bidding Documents
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-45
APPENDIX 6: ARITHMETIC CHECK OF THE BIDS
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-46
APPENDIX 6 -BID EVALUATION WORK SHEET FOR BID PRICE EVALUATION
Bidder’s Bid Price: USD 639,168.00
Name of Package: Construction of Covered Walkway at Cross Border Facilities (CBF) at Lork -
Kampot
Identification Number: SCCP – CW4
Bidder No. 1
Name of Bidder: Kuy Leang Ky Construction Trading Group Co., Ltd.
Address of Bidder: #2Eo, St 516, Sangkat Beong Kok I, Khan Toul Kork, Phnom Penh,
Cambodia.
Y/N
I Non-material non-conformities Are there any non-material non-
conformities N
Did the bidder requested to submit any information or documentation to rectify non-material non-conformities?
N
Any quantifiable non-material non-conformities to be adjusted
N
II Correction of Errors Is there any obvious misplacement of the
decimal point in the unit price?
N
Is there any discrepancy between the unit price and the total price?
N
Is there any error in the total corresponding to the addition or multiplication or subtraction of subtotals?
N
Is the amount expressed in words is related to an arithmetic error?
N
Is there any discrepancy between words and figures? No
N
Any currency conversion requirements?
N
Any discounts offered? N
III Corrected Bid Price: USD 639,168.00
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-47
Name of Package: Construction of Covered Walkway at Cross Border Facilities (CBF) at Lork -
Kampot
Identification Number: SCCP – CW4
Bidder No. 3
Name of Bidder: Taing Cheng Oing Construction Co., Ltd.
Address of Bidder: # 46, St 594, Sangkat Boeng Kok II, Khan Toul Kok, Phnom Penh,
Cambodia
Bidder’s Bid Price: USD 763,735.51
Ref No.
Particulars Compliance
Remarks / Clarification Y/N
I Non-material non-conformities Are there any non-material non-
conformities N
Did the bidder requested to submit any information or documentation to rectify non-material non-conformities?
N
Any quantifiable non-material non-conformities to be adjusted
N
II Correction of Errors Is there any obvious misplacement of the
decimal point in the unit price?
N
Is there any discrepancy between the unit price and the total price?
N
Is there any error in the total corresponding to the addition or multiplication or subtraction of subtotals?
Y Multiplication errors in Bill Items 9.06 and 9.07.
Is the amount expressed in words is related to an arithmetic error?
N
Is there any discrepancy between words and figures? No
N
Any currency conversion requirements?
N
Any discounts offered? N
III Corrected Bid Price: USD 763,739.25
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-48
APPENDIX 7: DETAILED COMPARISON OF UNIT RATES OF THE BIDDERS
KINGDOM OF CAMBODIAMinistry of Public Works and TransportProject Management Unit (PMU3)
GMS - Southern Coastal Corridor Project (SCCP)Development of Cross Border Facilities at Lork-Kampot
ADB Loan No. 2373 CAM (SF).
BILL No. 1 - PRELIMINARIES WORKS
Eng Est Bidder 1 Bidder 2 Bidder 3 Bidder 4
Item Description Unit Quantity Rate (USD) Amount
(USD) Rate (USD) Rate (USD) Rate (USD) Rate (USD)
1.01
General provisions, including mobilization, site installation/preparation, foundation investigation, material testing, communications, safe traffic operations, project information board, design drawings, shop drawings, as-Built drawings, reports, testing & commissioning of electrical materials, site clean-up and all related temporary works.
R&B Spec.
1.13 LS 1.00 20,000.00 20,000.00 8,900.00 25,000.00 15,000.00 128,520.00
20,000.00 8,900.00 25,000.00 15,000.00 128,520.00
(Carried forward to summary)
Spec. Ref.
TOTAL FOR BILL NO.1
Contract CW2 - Bill of Quantities Page 2
KINGDOM OF CAMBODIAMinistry of Public Works and TransportProject Management Unit (PMU3)
GMS - Southern Coastal Corridor Project (SCCP)Development of Cross Border Facilities at Lork-Kampot
ADB Loan No. 2373 CAM (SF).
BILL No. 3 - STRUCTURAL WORKS FOR BUILDINGS
Eng Est Bidder 1 Bidder 2 Bidder 3 Bidder 4
Item Description Unit QuantityRate
(USD) Amount (USD)
Rate (USD)
Rate (USD)
Rate (USD)
Rate (USD)
3.01 Soil excavation for structuresR&B Spec.
2.5(1) cu.m 325.00 4.00 1,300.00 2.00 2.50 3.00 2.00
3.02 Struture backfillR&B Spec.
2.5(3) cu.m 195.00 4.00 780.00 4.40 4.00 5.00 3.80
3.03 RC Pile, 200mm x 200mmR&B Spec.
5.3(1) – 5.3(3)
meter 932.00 16.00 14,912.00 13.00 15.00 15.00 13.00
3.04 Rubble foundation Bld. Spec. 1.6 (1) cu.m 63.00 20.00 1,260.00 19.00 17.00 40.00 14.40
3.05 50mm thick Lean Concrete, R&B Spec.
5.1 (6) cu.m 20.00 100.00 2,000.00 68.00 65.00 80.00 50.00
3.06Concrete Class B1 for foundation footing, pile caps, massive foundation, massive wall and ground beams
R&B Spec.
5.1 (3.1) cu.m 115.00 120.00 13,800.00 110.00 110.00 130.00 71.00
3.07
Concrete Class B1 for columns, stub columns, beams above ground, roof structures, stairs or risers lintels, precast lintel and other precast structures
R&B Spec.
5.1 (3.3) cu.m 133.00 130.00 17,290.00 110.00 110.00 130.00 71.00
3.08 Grade 300 Deformed Reinforcement BarR&B Spec.
5.2(1) tonne 3.50 850.00 2,975.00 760.00 850.00 1,000.00 845.00
3.09 Grade 400 Deformed Reinforcement BarR&B Spec.
5.2(2) tonne 44.00 900.00 39,600.00 760.00 850.00 1,000.00 865.00
93,917.00
Concrete class "B1", 32 Mpa and Reinforcement bar grade 300 & 400 Mpa
(Carried forward to summary)
Spec. Ref.
TOTAL FOR BILL NO.3
Earthworks and Foundations
Contract CW2 - Bill of Quantities Page 3
KINGDOM OF CAMBODIAMinistry of Public Works and TransportProject Management Unit (PMU3)
GMS - Southern Coastal Corridor Project (SCCP)Development of Cross Border Facilities at Lork-Kampot
ADB Loan No. 2373 CAM (SF).
BILL No. 4 - WALLS, FLOORS & CEILINGS WORKS FOR BUILDINGS
Eng Est Bidder 1 Bidder 2 Bidder 3 Bidder 4
Item Description Unit Quantity Rate (USD) Amount (USD) Rate
(USD)Rate
(USD)Rate (USD) Rate (USD)
Plaster works
4.01Cement mortar plaster to all exterior walls, columns, beams & soffits (mix with water proofing liquid product)
Bld. Spec. 3.6(1) sq.m 800.00 3.50 2,800.00 3.00 3.50 5.00 3.00
Decorative Finishing Art Work
4.02Mortar Decoration trim bottom & Top of Column
Bld. Spec. 3.7(3) no 74.00 70.00 5,180.00 50.00 20.00 45.00 190.00
4.03 Hoacheing Khmer Style (big) Bld. Spec. 3.7(3) no 20.00 300.00 6,000.00 260.00 100.00 1,150.00 2,000.00
4.04 Single Dragon Hip sculpture Bld. Spec. 3.7(3) no 40.00 20.00 800.00 15.00 100.00 30.00 88.00
4.05 Double Dragon hip sculpture ( Neak Cheng ) Bld. Spec. 3.7(3) no 40.00 20.00 800.00 30.00 150.00 50.00 88.00
4.06Single Dragon sculpture body (Dang Kda & Bayroka)
Bld. Spec. 3.7(3) no 190.00 10.00 1,900.00 9.00 50.00 95.00 165.00
4.07Double Dragon sculpture body (Dang Kda & Bayroka)
Bld. Spec. 3.7(3) no 80.00 10.00 800.00 11.00 40.00 19.00 78.00
4.08 Chovea Khmer Style Bld. Spec. 3.7(3) no 20.00 20.00 400.00 18.00 70.00 38.00 55.00
4.09 Roansbouv Sculptutre Bld. Spec. 3.7(3) no 420.00 5.00 2,100.00 8.00 30.00 16.00 8.80
4.10 Mortar Decoration trim for roof facia board Bld. Spec. 3.7(3) no 620.00 10.00 6,200.00 8.00 20.00 15.00 8.80
Painting works
4.11Paintwork with exterior emulsion paint including skim coat, primer and undercoats
Bld. Spec. 6(1) sq.m 800.00 4.00 3,200.00 3.20 4.50 5.00 5.70
4.12Paintwork with oil paint, including primer and undercoats
Bld. Spec. 6(3) sq.m 3,580.00 4.50 16,110.00 3.00 4.50 5.00 4.50
46,290.00
Spec. Ref.
(Carried forward to summary)
TOTAL FOR BILL NO.4
Contract CW2 - Bill of Quantities Page 4
KINGDOM OF CAMBODIAMinistry of Public Works and TransportProject Management Unit (PMU3)
GMS - Southern Coastal Corridor Project (SCCP)Development of Cross Border Facilities at Lork-Kampot
ADB Loan No. 2373 CAM (SF).
BILL No. 6 - WATERPROOFING AND ROOF WORKS FOR BUILDINGS
Eng Est Bidder 1 Bidder 2 Bidder 3 Bidder 4
Item Description Unit Quantity Rate (USD) Amount (USD) Rate (USD) Rate (USD) Rate (USD) Rate (USD)
6.01Structural steel elements and steel plate, withanti-rust, including bolts, welding, stiffenes,bracings, connections, joints as required
R&B Spec. 5.5(1) ton 260.00 1,250.00 325,000.00 995.00 840.00 1,100.00 910.00
6.02 Steel Plate of all types, shapes and thickness R&B Spec. 5.5(1) ton 16.00 1,000.00 16,000.00 995.00 840.00 1,100.00 1,110.00
6.03 Steel nuts and bolts R&B Spec. 5.5(1) LS 1.00 5,000.00 5,000.00 2,645.27 3,500.00 2,000.00 2,500.00
6.04Steel Tube 20x20x1.2 metal roof structure, with or without anti-rust paint as recommended by Engineer (structural steel, grade 36)
R&B Spec. 5.5(2) ton 52.00 1,100.00 57,200.00 995.00 840.00 1,100.00 890.00
6.05Red traditional-style roof tiles ( Sraka Linh ) high quality, with varnish finishing on both sides (For Cover Walkway)
Bld. Spec. 12 sq.m 4,600.00 27.00 124,200.00 18.30 35.00 22.00 23.00
6.06Ridge capping to match roof tiles (Reinforced Concrete ), including painting
Bld. Spec. 12 m 690.00 15.00 10,350.00 8.00 4.00 5.00 5.00
6.07 Colorbond valley capping, zinc & support Bld. Spec. 12 m 240.00 10.00 2,400.00 9.00 4.00 25.00 6.40
540,150.00
(Carried forward to summary)
Spec. Ref.
TOTAL FOR BILL NO.6
Contract CW2 - Bill of Quantities Page 5
KINGDOM OF CAMBODIAMinistry of Public Works and TransportProject Management Unit (PMU3)
GMS - Southern Coastal Corridor Project (SCCP)Development of Cross Border Facilities at Lork-Kampot
ADB Loan No. 2373 CAM (SF).
BILL No. 9 - ELECTRICAL WORKS, COMMUNICATIONS AND ALARM FACILITIES FOR BUILDINGS
Eng Est Bidder 1 Bidder 2 Bidder 3 Bidder 4
Item Description Unit Quantity Rate (USD) Amount (USD) Rate (USD) Rate (USD) Rate (USD) Rate (USD)
9.01 Power Panel DBBld.
Spec.18.7(4) set 1 1,000.00 1000.00 750.00 200.00 760.50 650.00
Wiring Devices
9.02 1gang 2way switchBld.
Spec.18.7(11) no 12 10.00 120.00 10.00 10.00 8.45 5.20
9.03 Double socket outletBld.
Spec.18.7(16) no 12 15.00 180.00 15.00 12.00 9.10 11.50
9.04 Isolator switch 1P 20ABld.
Spec.18.7(19) no 4 50.00 200.00 38.00 25.00 28.60 50.00
Electric cables for BuildingMPWT
Bld.
9.05 3x1C/1.5mm² Cu/PVC cable For Lighting fixturesBld.
Spec.18.8(1) meter 150 3.00 450.00 2.00 0.50 1.95 1.10
9.063x1C/2.5mm² Cu/PVC cable For Power socket outlets and Airconditioners
Bld. Spec.
18.8(2) meter 500 4.00 2000.00 3.00 0.70 2.54 1.36
9.072x1C/4mm² Cu/PVC cable + 1C/2.5mm² Cu G/Y PVC cable For Power socket outlets and Airconditioners
Bld. Spec.
18.8(3) meter 250 5.00 1250.00 3.50 4.00 1.72 2.10
Lighting Fixtures
9.08 Recessed fluorescent light 2x36WBld.
Spec.18.9(9) no 10 50.00 500.00 50.00 15.00 46.80 35.74
9.09 Low bay metal halide lamp 1x70WBld.
Spec.18.9(19) no 60.00 100.00 6000.00 87.00 35.00 33.15 72.00
11,700.00 TOTAL FOR BILL NO.9
(Carried forward to summary)
Spec. Ref.
Contract CW2 - Bill of Quantities Page 6
KINGDOM OF CAMBODIAMinistry of Public Works and TransportProject Management Unit (PMU3)
GMS - Southern Coastal Corridor Project (SCCP)Development of Cross Border Facilities at Lork-Kampot
ADB Loan No. 2373 CAM (SF).
Daywork Schedule
BILL No. 10 Dayworks Schedule
Schedule of Daywork Rates: 1. Labour
Bidder 1 Bidder 2 Bidder 3 Bidder 4
Spec. Clause No
Description Unit Quantity Rate (USD)Calculated
AmountRate (USD) Rate (USD) Rate (USD)
Rate (USD)
10.1(1) Ganger hr (Rate only) 3.00 - 2.50 2.00
10.1(2) Skilled labourer (Artisan) hr (Rate only) 2.00 - 2.00 1.00
10.1(3) Unskilled labourer hr (Rate only) 1.00 - 1.50 0.80
10.1(4) Mason hr (Rate only) 1.90 - 2.00 1.10
10.1(5) Carpenter hr (Rate only) 2.70 - 2.00 1.20
10.1(6) Steel fixer hr (Rate only) 1.00 - 2.00 1.30
10.1(7) Driver - vehicle up to 10 t hr (Rate only) 2.00 - 2.00 1.60
10.1(8) Driver - vehicle over 10 t hr (Rate only) 3.00 - 2.00 1.90
10.1(9) Equipment operator, crane hr (Rate only) 4.80 - 2.00 1.60
10.1(10)Equipment operator, tractor, loader, excavator, grader, roller etc.
hr (Rate only) 4.80 - 2.00 0.70
10.1(11) Plumber, electrician hr (Rate only) 4.80 - 2.00 1.90
Sub-Total Labour 3,000.00
Total for Daywork: Labour* To be entered by the bidder (carried forward to Daywork Summary)
Schedule of Daywork Rates: 2. Materials
Bidder 1 Bidder 2 Bidder 3 Bidder 4
Spec. Clause No
Description Unit Quantity Rate (USD)Calculated
AmountRate (USD) Rate (USD) Rate (USD)
Rate (USD)
10.1(12) Cement, Portland or equivalent in bags ton (Rate only) 95.00 - 100.00 105.00
10.1(13) Steel reinforcement grade 300 plain round ton (Rate only) 780.00 - 850.00 860.00
10.1(14) Steel reinforcement grade 400 deformed ton (Rate only) 795.00 - 950.00 860.00
10.1(15) Coarse concrete aggregate (nominal 19 mm) cu.m (Rate only) 89.00 - 25.00 25.00
10.1(16) Fine concrete aggregate cu.m (Rate only) 75.00 - 20.00 25.00
10.1(17) Sand cu.m (Rate only) 9.00 - 15.00 11.00
10.1(18) Crushed rock Base Course cu.m (Rate only) 19.00 - 25.00 28.00
10.1(19) Laterite cu.m (Rate only) 7.50 - 15.00 8.00
10.1(20) Lime ton (Rate only) 115.00 - 120.00 203.00
10.1(21) Bitumen, Pen grade 60/70 ton (Rate only) 560.00 - 750.00 690.00
10.1(22) Bitumen, Pen grade 80/100 ton (Rate only) 595.00 - 850.00 690.00
10.1(23) Bitumen Emulsion ton (Rate only) 525.00 - 800.00 650.00
10.1(24) Sealing Aggregate, 19 mm cu.m (Rate only) 29.00 - 50.00 28.00
10.1(25) Sealing Aggregate, 12 mm cu.m (Rate only) 29.00 - 40.00 33.00
10.1(26) RC Pipe, 1000 mm dia nr (Rate only) 88.00 - 100.00 88.00
Sub-Total Materials 3000.00
Total for Daywork: Materials* To be entered by the bidder (carried forward to Daywork Summary)
Allow _____ percent * of Sub-Total for Contractor’s overhead, profit, etc.
Allow _____ percent * of Sub-Total for Contractor’s overhead, profit, etc.
Contract CW2 - Bill of Quantities Page 7
KINGDOM OF CAMBODIAMinistry of Public Works and TransportProject Management Unit (PMU3)
GMS - Southern Coastal Corridor Project (SCCP)Development of Cross Border Facilities at Lork-Kampot
ADB Loan No. 2373 CAM (SF).
Schedule of Daywork Rates: 3. Construction Equipment & Plant
Bidder 1 Bidder 2 Bidder 3 Bidder 4
Spec. Clause No
Description Unit Quantity Rate (USD)Calculated
AmountRate (USD) Rate (USD) Rate (USD)
Rate (USD)
10.1(27) Dozer with blade and ripper, min 55 KW hr (Rate only) 29.00 - 50.00 60.50
10.1(28) Dozer with blade and ripper, min 100 KW hr (Rate only) 36.00 - 20.00 41.80
10.1(29) Motor Grader, min 100 KW hr (Rate only) 36.00 - 30.00 41.80
10.1(30) wheeled Loader, min 2cu-m capacity bucket hr (Rate only) 25.00 - 20.00 41.80
10.1(31) Excavator, up to 1 cu-m capacity bucket hr (Rate only) 35.00 - 20.00 41.80
10.1(32) Roller, vibratory, smooth drum, min 10 tones hr (Rate only) 29.00 - 25.00 41.80
10.1(33) Roller, vibratory, pad-foot, min 10 tones hr (Rate only) 38.00 - 20.00 41.80
10.1(34) Roller, vibratory, smooth drum, min 1.5 tones hr (Rate only) 32.00 - 25.00 41.80
10.1(35) Roller, pneumatic typed, min 15 tones hr (Rate only) 38.00 - 20.00 41.80
10.1(36) Backhoe/loader, min 0.5 cu-m capacity loader bucket hr (Rate only) 29.00 - 15.00 30.80
10.1(37) Dump truck, max 7 cu.m capacity hr (Rate only) 12.00 - 15.00 30.80
10.1(38) Flat-bed truck, min 10 tones capacity hr (Rate only) 10.00 - 15.00 30.80
10.1(39) Low Loader truck and trailer, min 40 tones capacity hr (Rate only) 35.00 - 15.00 30.80
10.1(40) Water tanker with spraybar, min 6,000 L capacity hr (Rate only) 13.00 - 15.00 30.80
10.1(41) Bitumen Distributor, with spraybar, min 6,000 L capaci hr (Rate only) 22.00 - 20.00 41.80
10.1(42) Mechanical Road Broom hr (Rate only) 10.00 - 15.00 19.80
10.1(43)Chip spreader (self mobile or lorry -mounted), min spread width 3 m
hr (Rate only) 28.00 - 10.00 52.80
10.1(44) Water Pump, min 100 mm dia hr (Rate only) 5.00 - 5.00 8.80
10.1(45) Mobile Crane, min 25 tones capacity hr (Rate only) 22.00 - 30.00 104.50
10.1(46) Concrete mixer, min 1 cu-m capacity hr (Rate only) 10.00 - 20.00 8.80
Sub-Total Construction Equipment & Plant 4,000.00
Total for Daywork: Construction Equipment & Plant* To be entered by the bidder (carried forward to Daywork Summary)
Daywork Summary (All)
Bidder 1 Bidder 2 Bidder 3 Bidder 4
Calculated Amount
Rate (USD) Rate (USD) Rate (USD)Rate
(USD)
1 3,000.00 - - - -
2 3,000.00 - - - -
3 4,000.00 - - - -
10,000.00TOTAL FOR BILL NO.10 (Carried forward to grand summary)
Allow _____ percent * of Sub-Total for Contractor’s overhead, profit, etc.
Description
Total for Daywork: Labour
Total for Daywork: Materials
Total for Daywork: Construction Equipment & Plant
Contract CW2 - Bill of Quantities Page 8
KINGDOM OF CAMBODIAMinistry of Public Works and TransportProject Management Unit (PMU3)
GMS - Southern Coastal Corridor Project (SCCP)Development of Cross Border Facilities at Lork-Kampot
ADB Loan No. 2373 CAM (SF).
Contract Amount
(USD)
1 20,000.00
3 93,917.00
4 46,290.00
6 540,150.00
9 11,700.00
10 10,000.00
722,057.00
50,543.99
772,600.99
* The Bid Price is inclusive of all taxes, levies, Royalties, overhead and profits.
(B) Contingency Allowance (7%) = (A*7%)
(C) Total of Bills (A + B) (Carried forward to Form of Bid)
WALLS, FLOORS & CEILINGS WORKS FOR BUILDINGS
DAYWORKS
(A) Sub-Total of Bills
WATERPROOFING & ROOF WORKS FOR BUILDING
(In words: ………………………………………………………………………………………..only.)
Type of work: Construction of Covered Walkway and RC slab for parking area of CBF
Summary of Bills of Quantities
Grand Summary
ELECTRICAL WORKS, COMMUNICATIONS AND ALARM FACILITIES FOR BUILDINGS
PRELIMINARIES
Bill No.
Description
STRUCTURAL WORKS FOR BUILDINGS
Contract CW2 - Bill of Quantities Page 1
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-49
APPENDIX 8: SUMMARY OF PRICE EVALUATION RESULT
No Bidder Read Out
Bid Price
(USD)
Correction of
Computational
Errors
Corrected Bid Price
(USD)
Unconditional
Discount Corrected
Discounted
Bid Price
(USD)
Addition
for
Omissions
Price
Cost of
Minor
Deviatio
n
Final Evaluated Bid Price
(USD)
Rank-
ing
Percent Amount
(1) (2) (3) = (1) + (2) (4) (5) (6)=(3)-(5) (7) (8) (9)=
(6)+(7)+(8) (10)
1 KUY LEANG KY
CONSTRUCTION
TRADING GROUP
CO., LTD. 639,168.00 0.00 639,168.00
_
-
639,168.00
-
-
639,168.00 1st
3 TAING CHENG
OING
CONSTRUCTION
CO.,LTD 763,735.51 +3.74 763,739.25
_
-
763,739.25
-
-
763,739.25 2nd
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-50 BER-50
APPENDIX 9A: POST QUALIFICATION INDIVIDUAL WORKING SHEETS
(Pass or Fail Method)
Name of Package: Construction of Covered Walkway at Cross Border Facilities
(CBF) at Lork - Kampot
Identification Number: SCCP – CW4
Bidder No. 1
Name of Bidder: KUY LEANG KY CONSTRUCTION TRADING GROUP
CO., LTD.
Address of Bidder: #2Eo, St 516, Sangkat Beong Kok I, Khan Toul Kork,
Phnom Penh, Cambodia.
No. Criteria Details
Pass
/Fail
1. Is the bidder’s specific experience meeting the criteria?
Participation as contractor, management contractor, or
subcontractor, in at least two (2) contracts within the last six (6)
years, each with a value of at least USD one (1.00) mill. that
have been successfully or are substantially completed and that
are similar to the proposed works. The similarity shall be based
on the physical size, complexity, methods, technology or other
characteristics as described in Section 6 (Works Requirements)
Are the names and address of clients provided to be
contacted for further information regarding the contract
1) Contract ID: SCCP-CW2
Contract Name:
Development of Cross
Border Facilities at Lork-
Kampot.
ADB financed project
(2373-CAM(SF) and
AusAid Grant (0096-CAM)
Amount: US$ 3,134,706.28
Employer’s Name &
Address: Ministry of Public
Works and Transport
(MPWT). Mr. Pheng
Sovicheano, DDG & Project
Director.
2) Contract ID & Name:
Building Construction of
Tax Office of Khan Sen
Sok, Phnom Penh.
Contract Amount: US$
1,649,534.70
Employer’s Name &
Address: H.E. Hean Sa
Hip, Deputy-Secretary
General and Chairman of
Construction Committee.
*Pass
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-51 BER-51
Ministry of Economy &
Finance.
Street 92, Sangkat Wat
Phnom, Phnom Penh.
Tel: +855-023-724 664
Fax: +855-023-427 789
1) Contract ID & Name:
Building Construction of
District Tax Office of Prey
Kabas & Tram Kok of
Takeo Province; Koh Tom
& Loeuk Dek of Kandal
Province; Chhouk of
Kampot Province, Sambo &
Prek Pasorp of Kratie
Province.
Contract Amount: US$
752,615.19
Employer’s Name &
Address: Ministry of
Economy & Finance,
Phnom Penh.
Work: Soil Investigation &
Lab Testing, earth backfill,
structures, building works,
emulsion & oil painting,
door & window, electric &
mechanic system.
2. Did the bidder submit documents in support of specific
experience such as copy of contract agreement plus
addenda if any; final BOQ; completion certificate from the
owner; etc.
Yes, copies of Defects Liability
Certificates for the 2 contracts
above issued by Employers
and copy of agreement were
provided
3. Is the audited report on the financial standing of the bidder,
such as profit and loss statement and auditor report for the
last 3 years submitted?
Documentary evidence substantiating cash flow submitted
by the bidder?
The balance sheets for the last
3 years submitted was prepared
by the Bidder
Pass
4. Are the liquid assets/credit facilities meeting the criteria?
The minimum amount of liquid assets and/or credit
facilities, net of other contractual commitments, other than
Yes
Min Liquid Asset=USD6.186
mill*
*net of ongoing contracts
Pass
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-52 BER-52
any contractual advance payments and commitments shall
be at least equal to the Bidder’s Bid Price, i.e. USD
639,168.00.
Bank Commitment (ACLEDA
Bank) Credit line=USD
1,620,330.02
5. 6
.
Is the minimum average turnover meeting the criteria?
The minimum average annual volume of construction
turnover of USD 2.200M, calculated as total certificated
payment recei ved for contract in progress or completed,
within the last three years.
Average =USD 14.000 mill
Pass
6. 8
.
Is the equipment list in accordance with criteria?
Equipment Min. No.
Number
No. Owned
No. Hired leased
Bulldozer D6 type 1 1
Excavator 0.5m3 bucket 1 1
Dump Truck, 14 m3 2 2
Concrete mixer, 1 m3 capacity 3 3
Pile driving machine 1 1
Steel cutting machine 2 2
Steel bending machine
2 2
Power Generator min 50 KVA capacity
2 2
Water pump 50 m3 capacity 2
2
Mobile crane min 15 t capacity 1 1
Water tank min 5 m3 capacity 2 2
YES
Pass
7. 9
.
Are the personnel proposed for the key positions specified
suitable as in ITB Section 3: Item 2.5?
Key Staff Qualifications Name of
Proposed
Key Staff
1-Construction
Manager (CM)
Minimum 15 years
experience in
similar works and
minimum 5 years
experience in
similar position
Mr. Khoun
Chomroeun
1-Senior
Architect
Minimum 15 years
experience in
similar works and
minimum 5 years
experience in
similar position
Mr. Sous
Theara
Bidder should include the CV’s of the proposed construction
manager and bridge engineer with its bid.
Pass
meets experience
requirement in similar
works and similar position
Combined experiences met the
years of experience
requirement in similar works
and similar position
CVs of proposed key personnel
are submitted.
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-53 BER-53
8. 1
0
.
Is there any history of non-performance of a contract,
litigation or arbitration award current or during the last five
years?
None Pass
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-54 BER-54
Appendix 9B: Post Qualification Individual Working Sheets (Pass or Fail Method)
Name of Package: Construction of Covered Walkway at Cross Border
Facilities (CBF) at Lork - Kampot
Identification Number: SCCP – CW4
Bidder No. 2
Name of Bidder: TAING CHENG OING CONSTRUCTION CO.,LTD.
Address of Bidder: ## 46, St 594, Sangkat Boeng Kok II, Khan Toul Kok,
Phnom Penh, Cambodia.
No. Criteria Details Pass /Fail
1. Is the bidder’s specific experience meeting the criteria?
Participation as contractor, management contractor, or
subcontractor, in at least two (2) contracts within the last six (6)
years, each with a value of at least USD one (1.00) mill. that have
been successfully or are substantially completed and that are similar
to the proposed works. The similarity shall be based on the physical
size, complexity, methods, technology or other characteristics as
described in Section 6 (Works Requirements)
Are the names and address of clients provided to be
contacted for further information regarding the contract
1) Project of Makak Irrigation Rehabilitation, Siem Reap
H.E. Mr. Pich Veasna, Chairman of Project Management Unit, Japan Support Fund (PMUJSF),
T/F: 023 725 989 Email: [email protected] Project Amount: $ 2,777,062.03
2) Office and Hall for
Meeting Phnom Penh Ministry of Interior Oknha. Sok Kong Tel: 023 427 207 Fax: 023 213 628 Project Amount: $ 1,257,727.00
Pass
2. Did the bidder submit documents in support of specific experience such as copy of contract agreement plus addenda if any; final BOQ; completion certificate from the owner; etc.
Yes, copies of contracts issued by Employers are submitted
3. Is the audited report on the financial standing of the
bidder, such as profit and loss statement and auditor
Audited Report on
Financial Statements for
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-55 BER-55
report for the last 3 years submitted?
Documentary evidence substantiating cash flow
submitted by the bidder?
2009, 2010 and 2011
prepared by Bank
Confirmation.
Pass
4. Are the liquid assets/credit facilities meeting the criteria?
The minimum amount of liquid assets and/or credit
facilities, net of other contractual commitments, other
than any contractual advance payments and
commitments shall be at least equal to the Bidder’s Bid
Price, i.e. USD 763,739.75..
Yes Min Liquid Asset=USD 9.594 mill Bank Commitment (ACLEDA Bank Plc) Credit line=USD 1,324,431.83
Pass
5. 6
.
Is the minimum average turnover meeting the criteria? The minimum average annual volume of construction turnover of USD 2.2M, calculated as total certificated payment received for contract in progress or completed, within the last three years.
Average =USD 2.96 mill
Pass
6. 8
.
Is the equipment list in accordance with criteria?
Equipment Min. No.
Number
No. Owned
No. Hired
leased
Bulldozer D6 type 1 4
Excavator 0.5 m3 bucket 1 2
Dump Truck, 14 m3 2 1
Concrete mixer of 1 m3 cap 3 3
Pile driving machine 1 1
Steel cutting machine 2 2
Steel bending machine 2 1
Power Generator min 50 KVA cap
2 1
Water pump of 50 m3 /h capacity 2 1
Mobile crane of min 15 t cap 1 1
Water tank min 5 m3 capacity 2 1
Requirements partly met
but shortfalls should be
made up by using hired
plant.
Pass
7. 9
.
Are the personnel proposed for the key positions specified suitable as in ITB Section 3: Item 2.5?
Key Staff Qualifications Name of Proposed Key Staff
Pass
Meets experience requirements in similar works and similar position
GMS – Southern Coastal Corridor Project Bid Evaluation Report
CW-4: Construction of Covered Walkway at CBF at Lork-Kampot BER-56 BER-56
1-Construction
Manager (CM)
Minimum 15
years experience
in similar works
and minimum 5
years experience
in similar position
Mr. Danilo Dela Cruz Santos
1- Senior
Architect
Minimum 15 years experience in similar works and minimum 5 years experience in similar position
Mr. Chum Angkirek
Smey
Bidder should include the CV’s of the proposed construction manager and bridge engineer with its bid.
Meets experience requirements in similar works and similar position
CVs of proposed key
personnel submitted
8. 1
0
.
Is there any history of non-performance of a contract, litigation or arbitration award current or during the last five years?
None Pass