kingdom of cambodia - ministry of public works and … evaluation... · kingdom of cambodia ... lc...

68
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

Upload: ngokhue

Post on 17-Apr-2018

219 views

Category:

Documents


3 download

TRANSCRIPT

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