Request for Proposal (RFP) s7

Total Page:16

File Type:pdf, Size:1020Kb

Request for Proposal (RFP) s7

Request for Proposal (RFP)

Construction of Training Center for Self- supporting Rural Development

Kampong Speu, Cambodia.

October 2015

Korea International Cooperation Agency 1. Summary of Project: Training Center for Self-supporting Rural Development Project with Saemaul Undong in Kampong Speu, Cambodia. 1. Location : Kampong Speu, Cambodia 2. Gross floor Area : 2,723.56 m2 3. Site Area : 34,237.52 m2 4. Scale : 2 Stories • Summary of Construction 5. Structure : RC & Steel Structure 6. External finish : Paint 7. Roof : Roof Tile on Steel Structure 8. Window : Aluminum frame w/ glass Completion within 15 months after signing the contract.(Construction to • Duration commence within 1 months after the contract is signed)

2. Construction Cost 2.1 Budget for the project : USD 2,618,200(VAT excluded) VAT exemption is contractor responsibility, KOICA only provides necessary documents which are required for the VAT exemption. (Refer to Special Condition of Contract – A Article 3 Contract Price)

3. Bidding Method 3.1.Bid Type : International Open Competitive Bid with Pre-Qualification, Technical and Cost Bidding(The Fixed Lump Sum Price Contract) 3.2.Bid attendance : Bidders who passed the Pre-qualification will be eligible to attend the bid 3.3.Time Schedule for Bidding Item Date Remark

Bid Announcement Oct. 26(Mon)

Q&A Oct.26~Oct.28 12:00 KOICA Office/CM

Submission of PQ Nov. 10(Tue) 11:00 KOICA Cambodia Office Document

PQ Evaluation Nov. 10~Nov.12 KOICA Cambodia Office

Bid conference Nov. 16(Mon) 14:00 KOICA Cambodia Office

Q&A Nov.16~Nov.19 12:00 KOICA Cambodia Office/CM

Submission of Dec. 10(Thu) 11:00 KOICA Cambodia Office Bid document KOICA Cambodia Office PM Interview Bid Evaluation Dec.10 ~ Dec.12 Bid price to open to the all participants

2 Notification of Dec. 15(Tue) the successful bidder

Contract Dec. 21(Mon) Report to KOICA HQ * As for site visit, bidders can visit the site freely without client guide. Site location : Training Center for Self-supporting Rural Development in Kampong Speu, 58Km Far from Phnom Penh / Right side of the National Road No. 44

3.4.Contract type: Fixed Lump Sum Price with priced B/Q

3.5.Contract award procedures 3.2.1 Prequalification screening: Only those who pass the evaluation of the PQ (Pre-Qualification) documents should be qualified for joining the BID

3 Conference.

3.2.2 Bid Conference : Only those who pass the PQ screening should be qualified for getting an invitation to the bid conference.

3.2.3 The bidder who gets the highest score from bidding evaluation combining bid price (30%) and the technical proposal (70%), and also get the technical evaluation points 85% or more, is selected as a preferred bidder for negotiation for contract.

4. Scope of Work: 4.1.The construction of building and external work of SMU Training Center as shown in the design documents (Drawing, Calculation, Specification, Bill of quantity, Etc.) 4.2. Exclusive of loose furniture and special equipment

5. Bid Documents for submission(submitted in hard copy) 5.1.There are two kinds of documents for participating in this procurement. The first step is preparing documents on PQ screening. The second step is for technical proposal bid evaluation which is only written by bidders who passed PQ screening. 5.2.PQ document 1) Official letter of participation in this procurement 2) PQ documents and requirements : refer to 10.1 3) PQ requirements : refer to10.1

5.3.Technical proposal bid evaluation 1) Official letter of the participation (Attachment 1. Application for Tender Participation) 2) Technical proposal (Refer to 15. Preparation and Standard of Technical Proposal) 3) Bid Price(Attachment 3. Form of Bid) It shall all be described in detail based on drawings and specification. (Quantity of BOQ is for reference only) 4) Bid Security : All bids must be accompanied by bid security of not less than five percent [5%] of Total Bid Price. When a fixed amount is stated, it should be approximately five percent [5%] of the estimated cost of the Contract and it must be delivered.

6. Bid conference(refer to attachments) The following documents will be provided and briefed to the Bidders. The language of the bid conference is English only.

1) Instruction to bidders 2) Form of Bid 3) Form of Contract 4) General and Special Condition of Contract 5) Technical Specifications 6) Construction Drawings 7) Bill of Quantities :(5% spare part of main finishing material for maintenance

4 shall be included in the bid and be provided to the client.) 8) Security Forms for Bid Performance 9) Site Location

7. Questionnaire 7.1. General principle 1) The participants can ask questions within the given period. 2) The contents of Q&A shall be a part of the contract, if necessary. 3) Please restrain from making inquiries via phone. Send your detailed questions to the email address below instead and we will deliver the answers to all bid participants in a batch by group mail.

7.2. Inquiries: KOICA Cambodia office(+855-23-964-150/1/3) 1) Name: Ms. Kim Song Joo, Deputy Country Director of KOICA Cambodia Office o E-mail: [email protected] 2) Mr. Kim Jung Wook, Resident CM o E-mail: [email protected] * Please include both email addresses in your communication

8. Submission of Bid 8.1. The bidding documents shall be submitted with its envelope properly sealed, to following address. 1) Address: P.O Box 487, Phnom Penh Tower, 12th Floor, #445, Monivong Blvd, Corner Street 232, Boeung Prolet, 7 Makara, Phnom Penh, Cambodia. 2) Attention: Ms. Baek Sook Hee, Country Director of KOICA Cambodia Office

8.2. Resume of Project Manager with valid verified references and the Organization Chart of the Company should be submitted with Bid documents. But it should be sealed separately with other documents including Form of bid, Bid price and Bid Security.(Refer to the Attached Form)

8.3. All the design documents provided at the Bid conference shall be returned to KOICA Cambodia office by the time of bid submission (Dec.07)

8.4. A company which intends to submit the bidding document by hand carried delivery shall write the name of the bidding project, time/date of bidding, name of the company and its representative, contact person and telephone number on the cover of the envelope.

8.5. The bidding document shall be prepared by using Ms-Word and Excel, and the language shall be English. 8.6.No. of copies of documents to be submitted 8.6.1 Submission of PQ Document - P/Q documents : Original 1 , Photo copy 2, CD 1 8.6.2 Submission of Technical Bid Document - Technical proposal : Hard copy 7, CD 2 - Price proposal (with priced B/Q) : Hard copy 1 (Price Document should be

5 sealed)

9. Selection of Successful Bidder Selection by Negotiation 1) Evaluation of the bidders who pass the pre qualification evaluation. 2) The bidder who obtains highest bid evaluation points (Technical + Price) , and also get the Technical evaluation point 85% or more, is selected as a preferred bidder for negotiation for contract

10. Bid Evaluation Criteria and Measurement 10.1 Condition of PQ No Division Item to Review Criteria Submission Evidence of 1.Jan. Three or more Projects. (Calculation2012~30.Sep. 2015. of project numbers as follows) : completed building construction performances Past projects Similar Construction 1 of similar 1. - Total floor area Performances Performance in Cambodia nature More than 3,000㎡ : 1.0 project is 100% accepted. ※ Subcontract performance is not The cases of other valid for the calculation. Countries –including Korea-is 50% accepted. -Total sales for 3 years shall be Sales Revenue Audited Financial Reports Management more than 10,000,000 USD. 2 for 3 years (from 2012 to Division - Audited financial statements shall Management Appraisal 2014) be submitted Foreign companies: -Legitimate Establishment under Construction license Law of Established Country Korea companies : Legitimacy Company Register, - Availability of Construction Overseas Construction Execution in Cambodia license, construction Legal Division 3 license Existence of Litigation against Confirmation by Existence of Litigation Subcontractor at associated bidding Justifiable Documents Existence of Sanctions banning Confirmation of Sanctions Existence of Sanctions public bidding at Established by Documents Country or in Cambodia Confirmation of History of Existence of Candidate's History of History of Non- Non-fulfillment or Non- Non-fulfillment or Non-satisfactory fulfillment of Contracts satisfactory Execution by Execution in recent 3 years Capability of Documents Existence of Civil Existence of Lost Civil Lawsuit Performance of Confirmation of Lawsuit 4 Lawsuit associated with Case in recent 3 years associated Contract by related Documents Division Liabilities with liabilities Resume or Justifiable Work Staff More than 20 persons documents Evaluation result : “Pass” or “Fail” (Pass when all the requirements are met. ) 1) Bidders whose submittal is not clear in supporting documents, or is not included even one item shall be rejected in PQ assessment. 2) Joint venture is not allowed. 3) If the business performance is of other currency, it will be calculated to US dollars

6 base on exchange rate at the time of work completion date. 4) Rounded at the fifth decimal place. 5) Notarization: submitting all documents (in English only) notarized by certified notary firm

10.2. Condition and Weight of BID

Item Weight Criteria Remark

1.Execution of Above 6 projects According to PQ construction works 7.0 6 projects criteria (2012.01.01 5 projects ~2015.09.30) 4 projects or less 70% or above Equity ratio 70% below ~ 50% or above 50% below Overall rating: The 2. Financial 75% or below arithmetic mean of the Capabilities Audited Above 70% ~ Ratio of Debit total score for each Financial Reports 7.0 150% or below item by 3 years for 3 years (from Above 150% (2012-2014) 2012 to 2014) 300% or above Below 300% ~ 200% Assets Current or above Ratio Below 200% ~ 100% or above 100% below General understanding of Task Plans and proposals Adequacy of the organization and 3. Construction Refer to the 56 manpower input plan Technical Proposal evaluation criteria Adequacy of the Construction performance management Adequacy of the project management plan 4.Price Proposal 30 30 x (Lowest Bid Price/Bidder’s Price)

Total 100 Note. o Rounding numbers will be done to fifth decimal places. o '1. Execution of Construction Works' will be evaluated as same as PQ criteria, ‘Past projects of similar nature’. Cambodia construction performance gets 100% recognition, other countries 50% recognition. (Total area More than 3,000㎡ : 1.0 project in Cambodia / Total area More than 6,000㎡ : 1.0 project in other country) o Construction performance period is accepted from 2012.01.01 to 2015.9.30. Only fully completed events are to be included. If the minimum price is less than $ 2,000,000 the recognition is not allowed. In case of other currency, the exchange rate at the time of complete shall be applied and Notarized Certificate of relevant results (construction result, contract, performance certificate etc) must be

7 submitted. o The performance evidence of the contractor shall be submitted including related notarized certificate. o If there is any bidder who was in charge of one of the last 3-year (2012.1.1 ~ 2015.9.30) KOICA’s supported project which had issues on external auditors reports or serious defects, and resulting in maintenance being discussed or maintenance being in the process or KOICA giving disciplinary measures to this bidder, KOICA will deduct points. Deducted points shall be applied as follows:

A. When bidder is found to have insincere performance, resulting in 1.0point for sanctions, including a written warning or evaluation of ineligibility to each perform work (under 60 points ) from the client in any progressing or completed projects within the last five years before the date of bid notice B. When key personnel(Project Manager and Planning Manager) are 0.5point for involved in other business services more than 3 months at the same time of each bid submission C. When bidder is notified by the governments within as offenders who have unfair 2.0 points trade practices or habitual subcontracting violations within 2 years before the date of bid notice

o Technical Proposal will be included in Contract Agreement. In case the contractor fails to fulfill the information or replacing a site manager, it will be reported to have not meet its contractual obligations, by the law the Contractor may terminate or release the Contract and performance Bond is attributable. o Indirect cost, general administrative expenses and profit should be applied to more than a certain percentage of the directly cost of construction as follows. - Indirect Cost (field staff labor costs, administrative expenses and site safety management fee(1.5%)): 6.5% or more - Head Office administrative expenses and profit: more than 7% o Bidders shall note that all Quantities given herein are approximate. It is the contractor’s responsibility to calculate all quantities complied with contract documents. Any discrepancies contractor has to take into account in his final price.

10.3. Criteria and Evaluation of Construction Technical Proposal

Item Description Points Method for criteria Quantitative Assessment Execution of construction works Above 6 projects (2012.01~2015.09) 10

4 projects or less Financial Capabilities Audited 10

8 Financial Reports for 3 years

Assets Verifying the Understanding for carrying out the task and General understanding of Task understanding 10 environment of Cambodia construction. Task Plans and proposals Identify characteristics and background of the Task

Adequacy of the Organization, professional adequacy of the organization and Adequacy of organization and business organization and personnel Headquarters support system Establishment of the supporting system from headquarter & input coordination between site office and head quarter. Adequacy of personnel to be 20 Adequacy of personnel to be provided for each of construction provided phase. If there is any expected problem, or needed improvement, and Adequacy of the Adequacy of the expected this problem is to improve, measures are proposed to assess for problems and countermeasures construction execution plan this feasibility Evaluating the plan of each phase in consideration of the Detailed plans to be applied quality, healthy, safety & environmental management aspects, before construction and its feasibility.

Detailed construction Evaluating the plan of each phase in consideration of the management plan and method quality, healthy, safety & environmental management aspects, to be applied during the and its feasibility. construction Detailed defect management 40 plan and method to be applied Detail plan for repairing and education after completion of the construction Adequacy of the project Cooperation Plan Cooperation Plan with Client, CM, Users, Subcontractor, etc management plan

Precautions to prevent the accident and safety management Risk Management measures 10

Monitoring and Report Project Monitoring Plan and Various reports Submission Plan

100 Note. o Criteria evaluation of construction technical proposal point will move to 10.2. Condition and Weight of BID after it is adjusted by the score (70/100) o Technical evaluation is for submitted document./ 20 Minute’s interview for Project manager o Interviews are conducted in English only.

11. Contract 11.1. Main condition of contract

Item KOICA procurement Remark Contract Type Fixed Lump Sum price with priced B/Q

9 After submission Advance Payment 10~30% of A/P Bond A.P. Security Bank Guarantee(single A), 5%, Cash/Bank Guarantee(single A), Bid Security Valid 30days after Bid submission date, Return on Contract date 20%, Bank Guarantee(single A), more than 60days after actual completion Performance Security of the project, Return on Taking-over Certificate date Upon progress Interim Payment Every 2 months / frequency Delay Damage 0.1%/day, Max.10% refer to appendix Defect Liability Period 2years Defect Liability 5%, Bank Guarantee(single A), valid 60days after - Guaranty completion of defect liability period

11.2. Contract Price o Exclusive of VAT o Currency : USD

11.3. Contract Documents o Contract Agreement o Letter of Acceptance o Bid Document o General and Special Conditions of Contract o Technical Specifications o Drawings o Priced Bills of Quantities o Technical Proposal Document and Others

12. Progress Payment 12.1. Request for Interim Payment o At every two(2) month o Attachment of request form, photograph and other valid evidence

12.2. Payment procedure o Contractor shall submit the payment request for the earned value of 2 months at an early part of every two(2) months. o CM approval within 14 days after the payment request. o Payment within 20 days after the payment request.

13. Invalidation of the Bid 13.1. The bidding will not be valid if there is only one bidder or the bid amount is over the budget.

13.2. If there are no companies that submitted bids of which technical proposal evaluation marks less than 85%.

10 14. Bidder requirement 14.1. Representative of the KOICA Cambodia Office requires that bidders and contractors observe the highest standard of ethics during the procurement and execution of such contracts, in pursuance of this policy, KOICA; a) Will reject a proposal for award if it determines that the bidder recommended for the award has engaged in corrupt or fraudulent practices in competing for the contract in question; b) will recognize a Contractor as ineligible, for a period determined by KOICA, to be awarded a contract if at any time KOICA determines that the Contractor has engaged in corrupt or fraudulent practices in competing for, or in executing, another contract funded by KOICA or other Korean ODA.

14.2. KOICA will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids.

14.3 Others The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in any part thereof shall be at the Bidder's risk and may result in the rejection of the bid.

11 15. Preparation and Standard of Technical Proposal

Contents of Technical Proposal Ⅰ. Summary of Proposal 1. Project - Scope and Analysis 2. Project Schedule

Ⅱ. Introduction of Company 1. General information and history 2. Company Organization and manpower (Head office organization, Site supporting team in head office to be clearly marked) 3. Summary of Business Area 4. Construction Performance Record, foreign and domestic.

Ⅲ. Construction Management 1. Site Organization and Manpower Plan 1-1. Site Organization & Staff Mobilization Plan 1.1.1. Site Organization 1.1.2. Staff (engineer, commercial staff) mobilization plan during the construction period and their duty. 1.1.3. CV of PM and Planning Manager.(education, building construction experience in Cambodia and abroad, training etc) 1.1.4. Head Office Supporting Staff, and their work description 1-2. Labor Mobilization & Sub-contract utilization Plan 1-2-1. Sub-contractor utilization plan with chart showing the relations with site engineers. 1-2-2. Labor mobilization plan in each month, in each trades of work 2. Construction Management Plan 2-1. Temporary facilities plan 2-2. Time schedule management plan 2-3. Quality Management Plan(Including document control plan) 2-4. Safety, Environment and Health management plan 2-5.Submittal register submission plan (approval request submission for various items) 2-6. Material(domestic &foreign) procurement plan 2-7. Completion and Hand-over Plan (O&M manual preparation plan) 2-8. Plan of Defect repair and Training after the hand-over 3. Project Management 3-1. Cooperation Plan with Client, CM, Subcontractor, Users, etc 3-2. Risk Management Plan 3-3. Various reports Submission Plan and Project Monitoring Plan

Ⅳ. Special Proposal and others 1. Improvement Proposal with regard to quality, cost, new material, local culture, or climatic conditions, ETC. 2. Additional Commitment Plan about the Construction 3. Proposal which will improve the Project’s sustainability & efficiency

Note : Those special proposal (Ⅳ) will be reviewed in consideration of practicality and adaptability to the project, and will provide point 0.25 when it is reviewed as good, and 0.5 for best.

12 【Technical Proposal 1 Form】

3cm

3cm 3cm Technical Proposal (40 Points)

Project for the establishment of Training Center for Self-Supporting Rural Development Project with Saemaul Undong’s Participatory Approach(SMU Training Center) (20 Points)

2015.12. (24 Points)

Company Name of Bidding (18 Points)

【Technical Proposal 2 Form】 General Information and History

1. Contents of Company

Company Name Representative

13 Work-Scope

Address

Telephone No.

Year of Establishment Year Month

Work Duration Year Month ~ Year Month ( Year Months) Duration of Injustice Year Month ~ Year Month ( Year Months) Company Main History of Company

【Technical Proposal 3 Form】 Construction Performance Record Construction Performance Record Project Construction Contract Project Item Project name Owner Remark Summary duration Amount Manager sectoral / country

14 ※ Instruction ① Recorded from 01/Jan/ 2012 performed project (ongoing performance is accepted until 30/Sep/2015) - All the details are listed according Contractor performance certificate, agreement, with notarization - If you do not submit the supporting documents, it will not be accepted - Notarization: submitted with official confirmation by country of residence consulate. If the document is not in English, translate into English then notarized it by certified notary firm then submit ※ Performance evaluation is only accepted if it follows these instructions in this form

15 【Technical Proposal 4 Form】 Construction performance record of Key personal

Performances Project Sort Name Responsibilities Position Duration Owner Remark Name By Country

※ Instruction ㅇ Submission of certificate documents ㅇ key personal is basically only for project manager and planning manger.

【Technical Proposal 5 Form】 Curriculum Vitae Year Month day Now

16 (English) Date of birth Name (Korean) Photo

Contact (Company) (C.P) E-mail Name Degree Title of thesis

HighSchool

Education University Master Doctor

Company Name Duration Position Responsibilities

Experience Work

Name Date of Acquisition Issue

Certification

Item reading Writing Speaking A : Native speaker Foreign B : Professional Language C : normal D : need dictionary

Responsibili Co Do Project Name Country Field Duration Owner nst me ty ru sti

17 c

Responsibili Project Name Country Field Duration Owner ties cti on Ov wo ers rk ea - Ex pe rie

Item Country Duration Responsibilities

Oversea work Experie nce and Job Trainin g

※ Instruction ① Please insert to Technical Proposal about CV of Project Manager and Planning Remark Manager ② Need to attach Certification of Louver

Attachment 1 1. Application for Tender Participation 2. PQ Application Form 3. Form of Bid 4. Form of Contract

18 5. Instruction To Bidders(ITB) : Standard Format of KOICA 6. Site Location 7. Letter of Invitation

Attachment 2 -General and Special Condition of Contract

19

Recommended publications