Sie sind auf Seite 1von 19

GOVERNMENT OF THE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA

MINISTRY OF WATER SUPPLY AND DRAINAGE


NATIONAL WATER SUPPLY AND DRAINAGE BOARD

ADB ASSISTED
GREATER COLOMBO WATER & WASTEWATER MANAGEMENT IMPROVEMENT INVESTMENT
PROGRAMME PROJECT 1, SRI LANKA

ADB LOAN NO: 2947 - SRI

FINANCIAL EVALUATION REPORT


FOR

SYSTEM REHABILITATION FOR NRW REDUCTION IN EAST


PART OF THE COLOMBO CITY

CONTRACT NO: CWSSIP/ADB/CIVIL/ICB/02

Technical Evaluation Committee,


System rehabilitation for NRW reduction in EAST part of the Colombo City,

October- 2014
i
June 2013

ABBREVIATIONS

ADB

Asian Development Bank

AE

Area Engineer

AGM (T&C) -

Assistant General Manager (Tenders & Contract)

EA

Executing Agency

MWS&D

Ministry of Water Supply & Drainage

NRW

Non Revenue Water

NWS&DB

National Water Supply & Drainage Board

PMU

Project Management Unit

SCAPC

Standing Cabinet Appointed Procurement Committee

TEC

Technical Evaluation Committee

TABLE OF CONTENTS
CONTENTS

Page No.

1.

INTRODUCTION .........................................................................................................1

1.1

General ...........................................................................................................................1

1.2

Opening of Financial Bids .............................................................................................2

1.3

Basic Data & Exchange Rates .......................................................................................3

1.4

Bid Evaluation Committee .............................................................................................3

2.

EXAMINATION FOR COMPLETENESS OF BIDS ..................................................3

2.1

Bid Documents...............................................................................................................4

2.2

Propriety of Signature and Power of Attorney ..............................................................4

3. DETERMINATION OF SUBSTANTIVE RESPONSIVENESS OF BIDS .....................4


3.1

Eligibility of Bidders and Goods ...................................................................................4

3.2

Arithmetic Check and Corrections and Conversion to Local Currency ........................4

3.3

Compliance with Commercial Terms and Conditions ...................................................6

3.4

3.3.1

Bid Validity and Bid Security ........................................................................... 6

3.3.2

Time for Completion/Contract Execution Schedule ......................................... 6

3.3.3

Terms of Payments ........................................................................................... 6

Compliance with Technical Requirements ....................................................................7

4. Detailed Evaluation Of Bids ...............................................................................................7


4.1

Selection of Bids for Detailed Evaluation .....................................................................7

4.2

Commercial Terms and Conditions ...............................................................................7

4.3

Evaluation for Technical Requirements.........................................................................8


4.3.1

Technical Specification ..................................................................................... 8

4.3.2 Construction Schedule and Method Statement ..................................................... 8


4.3.3 Construction Equipment ....................................................................................... 8
4.3.4 Site Organized and Key Personnel ....................................................................... 8
5.

Comparison Of Bids & Determination Of The Lowest Evaluated Bid .........................9

5.1

Lowest Evaluated Bid ....................................................................................................9

5.3

Acceptable Materials ...................................................................................................11

6.

Recommendation .........................................................................................................12
ii

LIST OF ANNEXES

Appendix 1: ADB Concurrence


Appendix 2: Record of Bid Opening
Appendix 3 : Basic Data Sheet
Appendix 4 : Power of Attorney
Appendix 5 : Substantive Responsiveness of Bids
Appendix 6 : Bid Price Comparison & prices for sections of the work as percentages
of the total bid prices

LIST OF TABLES
Table 1: Exchange Rates
Table 2: Summary of Bid Prices
Table 3: Corrected bid price
Table 4: Details of Bid Securities
Table 5: Comparison of Corrected Bid Prices
Table 6: Comparison of Corrected Bid Prices with Engineers Estimate
Table 7: Breakdown of the lowest evaluated Bid
Table 8: Acceptable Materials

iii

GOVERNMENT OF THE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA

MINISTRY OF WATER SUPPLY & DRAINAGE


NATIONAL WATER SUPPLY & DRAINAGE BOARD
ADB ASSISTED GREATER COLOMBO WATER AND WASTEWATER MANAGEMENT
IMPROVEMENT INVESTMENT PROGRAMME- PROJECT 1
ADB LOAN N0: 2947-SRI
FINANCIAL EVALUATION REPORT
CONTRACT NO: CWSSIP/ADB/CIVIL/ICB/02
1.

INTRODUCTION
1.1

General

The Democratic Socialist Republic of Sri Lanka has received a loan from the Asian
Development Bank (ADB) to finance the cost of implementing Greater Colombo Water and
Wastewater management Improvement Investment Program.

As per the bidding procedure following bidders had submitted their bids

Firm No 1: Kolon
Kolon Global Corporation Korea - Single Entity
Seong Rim Industry Co Ltd Korea Sub Contractor
Seoyong Engineering Co Ltd Korea Sub Contractor

Firm No 2: Salcon
Salcon Engineering Berhad, Malaysia - Single Entity
Resilient Substance Sdn Bhd Malaysia - Sub contractor

Firm No 3:VINCI
VCGP CML-MTD JV - Joint Venture
VINCI Construction Grands Projects France Lead Partner
CML-MTD Construction Ltd - Sri Lanka Associate partner

Firm No 4: TODA
TODA Corporation Japan
SAFAGE Consulting Engineers - France Sub contractor
Krita Engineering Pvt Ltd - India Sub Contractor
PMPS LINER TECHNOLOGY (SINGAPORE) PTE LTD Singapore Sub Contractor
YU TAI FENG TECHNOLOGY Taiwan Sub Contractor

Firm No 5: Ludwig Pfieffer


Ludwig Pfieffer Hoch und Tiefbau GmbH & Co.KG - Germany - Single Entity

Firm No 6: Sinohydro
Sinohydro Corporation Limited, China - Single Entity

Technical proposal Evaluation Report on this bid had been submitted in June 2014,
recommending following bidders having qualified for consideration under Financial
Evaluation;
1.

M/s Kolon Global Corporation Korea

2.

M/s VCGP CML-MTD JV - Joint Venture

3.

M/s TODA Corporation Japan

4.

M/S Ludwig Pfieffer Hoch und Tiefbau GmbH & Co.KG - Germany

This list of qualified bidders were approved by Standing Cabinet Appointed Procurement
Committee (SCAPC) at the meeting held on 26.06.2014 and ADB had granted concurrence
for same on 29th August 2014 (please refer Appendix 1). Based on this decision, financial
bids were opened on 4th of September 2014 accordingly.
1.2

Opening of Financial Bids

Four technically acceptable bidders were notified by letter No. dated 02.09.2014 to be
present for the financial bid opening.
Financial Bids were opened at the Ministry of Water Supply & Drainage on 4th of
September 2014 with presence of representatives of bidders and members of Bid Opening
Committee (BOC).
The Bid Opening Committee examined the original envelopes containing price bids of the
four (4) technically responsive bidders. The representatives of respective bidders were also
requested to check the condition of the envelopes of their respective price bids and
requested if they had any objections. There were no objections from bidders
representatives. The four (4) envelopes were opened. The bidders names, the amount of bid
prices and any discounts were announced and recorded.
Opening records and details are annexed as Appendix 2.

1.3

Basic Data & Exchange Rates

The exchange rates used for the evaluation were the selling rates, which officially
prescribed for similar transactions by the Central Bank of Sri Lanka on 28.03.2014, which
date is 28 days before the Bid closing date.
Table 1: Exchange Rates
28.03.2014
Daily exchange rates
Currency
Buying Rate (Rs.) Selling Rate (Rs.)
Dollar (USA)
129.23
132.11
Pound (UK)
214.06
220.17
Euro (EU)
176.61
182.39
Franc (Switzerland)

144.75

150.05

Dollar (Canada)
Dollar (Australia)
Dollar (Singapore)
Yen (Japan)

116.70
119.15
101.94
1.25

120.64
123.63
105.28
1.30

Basic data relating to this tender are provided in Appendix 3.

1.4

Bid Evaluation Committee


The following Technical Evaluation Committee (TEC) has been appointed to assist the
Standing Cabinet Appointment Procurement Committee (SCAPC) for this tender.
1. Mr. R. H. Ruvinis, DGM(P&D), NWSDB

-Chairman

2. Mr. K. W. Premasiri, DGM(N), NWSDB

-Member

3. Mr. A. G. S. Kumara , AGM(Finance), NWSDB

-Member

4. Mrs. W.M.T.D. Wickramasinghe, Director (Development), MWSD - Member

2.

5. Mr TADD Premarathne, Director, Depat of National Planning

- Member

6. Eng.S A Rasheed, Project Director, GCWWMIIP, NWSDB

-Secretary

EXAMINATION FOR COMPLETENESS OF BIDS


The price bids submitted were first examined to ensure that the bidders had submitted the
Form of Bid and the priced Bill of Quantities and whether these documents had been
prepared properly and signed as stipulated in the instructions to Bidders. Documents of all
bidders were satisfactory as all bid documents were signed and corrections were initiated by
the authorized person.
3

2.1

Bid Documents

The bids submitted were first examined to check whether the bidders had submitted all the
documents and information required by the bidding documents. The areas covered by the
examination were:
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)

Form of Bid and Bill of Quantities


Bid Security
Schedules of Particular Information
Joint Venture Agreement, if required;
Propriety of Signature and Power of Attorney;
Completeness
Documents establishing the eligibility of bidders and materials;

The record of checking for completeness of bid documents is attached as Appendix 5.


2.2

Propriety of Signature and Power of Attorney

Bid documents of all bidders were satisfactory in this aspect as all bid documents were
signed properly as per the instructions to Bidders and all corrections were initialed by the
authorized person. The power of attorney for each signatory was acceptable. The results of
these examinations are shown in Appendix 4.

3. DETERMINATION OF SUBSTANTIVE RESPONSIVENESS OF BIDS


3.1

Eligibility of Bidders and Goods

The bidding documents required, in Clause 3 of the Instructions to Bidders, that each bidder
submits with its bid evidence of its eligibility concerning its nationality. All bidders
submitted certifications, which indicated that they were nationals of an eligible member
country, and offered goods originating in an eligible member country of ADB. (See
Appendix 5: Table of Substantive Responsiveness.)

3.2
Arithmetic Check and Corrections and Conversion to Local Currency
Each priced Bill of Quantities of the bidders was checked for arithmetic errors. Errors were
corrected in accordance with the stipulations in the bidding documents. These corrections
were tabulated and are shown in Table 2: Summary of Bid Prices (Arithmetic Corrections
and Corrected Bid Prices).

Table 2: Summary of Bid Prices


Sr.

Name of Bidder

No.

As per opened quoted

Arithmetically corrected

Variation

currency

quoted currency

USD 20,470,112.96 + USD 3.30 + LKR


LKR 5,446,449,460.80
(2,178.00)

M/s Kolon Global


Corporation,
Korea

USD 20,470,109.66 +
LKR 5,446,451,638.80

M/s VCGP
CML-MTD JV Joint
M/s TODA
Corporation
Japan
M/S Ludwig
Pfieffer Hoch
und Tiefbau
GmbH & Co.KG
- Germany

USD 27,444,066.01 + USD 27,444,066.01 +


LKR 4,702,589,028.51 LKR 4,702,589,028.51

USD 32,245,125.94 + USD 32,242,947.29 + USD (2,178.65) + LKR


LKR 5,603,698,852.88 LKR 5,774,833,038.00
171,134,185.12
USD 22,026,378.84 + USD 22,035,729.17 + USD 9,350.33 + LKR
LKR 6,586,562,551.58 LKR 7,130,877,683.36
544,315,131.78

Furthermore, to facilitate evaluation and comparison of bids, the bid prices expressed in US
Dollars into local currency (LKR) at the selling exchange rates established by the Central
Bank on 28th of March 2014.
Table 3: Corrected bid price
Sr.
No.

Name of Bidder

Arithmetically corrected
quoted currency

Arithmetically corrected
amount (in LKR)

M/s Kolon Global


Corporation, Korea

USD 20,470,112.96 + LKR


5,446,449,460.80

8,150,756,083.95

M/s VCGP CML-MTD


JV - Joint
M/s TODA Corporation
Japan

USD 27,444,066.01 + LKR


4,702,589,028.51

8,328,224,589.70

USD 32,242,947.29 + LKR


5,774,833,038.00

10,034,448,804.41

M/S Ludwig Pfieffer Hoch USD 22,035,729.17 + LKR


und Tiefbau GmbH &
7,130,877,683.36
Co.KG - Germany

10,042,017,864.41

3
4

ErrorsM/S TODA Corporation Japan not rated for the following items, Item no 7A2.168, 7FI.63
to 7FI.69.
M/S Ludwig Pfieffer Hoch und Tiefbau GmbH & Co.KG - Germany not rated for the
following items 7A2.168, 7F2.5, 7F2.7 and all the items of Bill no 4 but mentioned the total
amount of the Bill no 4 in the Summary Sheet.
The above errors were corrected accordance with the stipulations in the bidding documents.
5

3.3

Compliance with Commercial Terms and Conditions

3.3.1

Bid Validity and Bid Security

All four (4) bidders submitted bid securities as per the attached format and fulfilled the
requirements for the amount, terms, and also the period of validity as stated in Table 4.
Table 4 Details of Bid Securities
No.

Bidder

Bank

Bid Bond No

Amount

Validity
Up to
19th Dec
2014

Responsi
veness
Yes

Kolon Global
Corporation

Korea Exchange Bank


Through Bank of Ceylon

0140GBD1404000
02

USD
670,000

TODA Corporation

Standard Chartered

711-02-0218202

LKR 86 Mn

20th Jan
2015

Yes

VINCI CML-MTD
JV

Deutsche Bank AG

785 BG 01400186

LKR 86 Mn

Accepta
ble

Yes

Ludwig Pfeiffer Hoch


und Tiefbau Gmbh&
Co. KG -Germany

State Bank of India

25114 FG 000118

LKR 86 Mn

23rd Dec
2014

Yes

Bid validity period - 210 days from the date of opening of bids (i.e. 21st Nov 2014)
published
3.3.2

Time for Completion/Contract Execution Schedule

The submitted construction schedules were examined to check the proposed completion
time of each bid.
The times for completion of the various major work components were analyzed to check (i)
whether they are logical and (ii) whether completion times comply with the schedules and
are interlinked to satisfy other supply and installation contracts for the Project. Appendix 8
shows the times for completion of the major work components of the Project. The schedule
is generally satisfactory.
3.3.3

Terms of Payments

Compliance with the provisions for payment terms was checked during the evaluation of
technical proposals and it was noted that all bidders accepted the terms and conditions of the
bidding documents with respect to payments.

3.4

Compliance with Technical Requirements

The Evaluation Committee reviewed compliance with the requirements for the submission
of bids, which included: completion of the Bill of Quantities, the construction schedule;
construction methods, proposed construction equipment, a detailed description of proposed
site organization; and a schedule for the mobilization of management, engineering and
administrative personnel. All bidders submitted the formal requirements as stipulated in the
bidding documents.
4. Detailed Evaluation Of Bids
4.1

Selection of Bids for Detailed Evaluation

As discussed in Section 3 of the Report, all bids submitted by the four bidders were
determined as substantially responsive to the bidding documents. The ranking order of
prices is as follows;
Table 5: Comparison of Corrected Bid Prices
Sr.
No.

Name of Bidder

Arithmetically
Corrected (LKR)

Rank

Kolon Global Corporation

8,155,354,630.95

01

VINCI CML-MTD JV

8,332,141,968.20

02

TODA Corporation

10,039,532,229.41

03

Ludwig Pfeiffer Hoch und Tiefbau Gmbh& Co. KG


Kassel

10,050,241,373.96

04

4.2

Commercial Terms and Conditions

All bidders accepted the commercial provisions of the bidding documents. Therefore, no
price adjustments for commercial terms and conditions were necessary (Please refer
Appendix 6, Bid Price Comparison).

4.3

Evaluation for Technical Requirements

4.3.1

Technical Specification

The scope of supply, technical information, technical data and manufacturers were
scrutinized in detail and compared with the requirements of the bidding documents during
the evaluation of technical proposals. All additional information and technical data, unclear
scope of supply, unacceptable technical performances, revisions and modifications of
offered equipment and materials were resolved during the evaluation of technical proposals.
Therefore, all bids are now technically acceptable and the scope of supply and standards are
at an acceptable level in accordance with the bidding documents. Table 9 provides the
summary of acceptable materials offered by the lowest bidder.
4.3.2 Construction Schedule and Method Statement
Construction Schedule and Method Statements are generally satisfactory.

4.3.3 Construction Equipment


These details are acceptable. (Please refer Appendix 12 of the Technical Proposal
Evaluation report, June 2014).

4.3.4 Site Organized and Key Personnel


These details are acceptable. (Please refer Appendix 13 of the Technical Proposal
Evaluation report, June 2014).

5.

Comparison Of Bids & Determination Of The Lowest Evaluated Bid


5.1

Lowest Evaluated Bid

The arithmetically corrected bid prices including discounts, adjusted prices for compliance
with the Engineers Estimate are shown in Table 6. As comparison shows, the lowest
evaluated substantially responsive bid is that submitted by Bidder M/s Kolon Global
Corporation Korea. The evaluated bid price is LKR 8,150,756,083.95 and VAT.
The Engineering estimate for the above tender is LKR 6,943,314,784.38 and VAT.
Table 6: Comparison of Corrected Bid Prices with Engineers Estimate
Sr.
No.

Name of Bidder

Corrected Bid
Amount

Kolon Global Corporation

8,150,756,083.95

17%

VINCI CML-MTD JV

8,328,224,589.70

20%

TODA Corporation

10,034,448,804.41

45%

Ludwig Pfeiffer Hoch und


10,042,017,864.41
Tiefbau Gmbh& Co. KG
Kassel

45%

Note: Day works rate were not considered for Contract amount comparison.

Table 7: Breakdown of the lowest evaluated Bid


Bill No.

TOTAL AMOUNT
Foreign (CIF)
Local SLRs.
USD

Description

01

General Items

452,324,919.00

02

Provisional Sums

511,841,200.00

03

Supply and Delivery Of HDPE Pipes &


Fittings

49,360,239.00

04

Supply and Delivery Of DI Pipes & Fittings

50,768,856.00

05

Supply and Delivery of Valves, Fire


Hydrants, Water Meters and Specials

11,880,989.00

06

Supply And Delivery of U Pvc Pipes And


Fittings

15,492,097.00

07

Laying And Fixing Of PE ,DI, & Upvc


Pipes, Valves & Fittings In Day & Night
Time

08

Trenchless Pipe Laying

09

NRW Management

620,109,451.00

10

Road Reinstatement

482,780,585.00

2,671,940,582.00

7,604,183.00

Sub Total ( 1 thro' 11 )

18,609,193.60

Provisional Sum

130,002,410.00

4,996,501,328.00
497,020,000.00

Total without Provisional Sum


Physical Contingency 10%

10

18,609,193.60

4,499,481,328.00

1,860,919.36

449,948,132.80

5.3

Acceptable Materials

A schedule of acceptable materials are given in Table 8.


Table 9: Acceptable Materials
Type of Materials

PE pipes and Fittings

Name of Suppliers

M/s Jain irrigation System Ltd

M/s Georg fisher Piping System (Only for fittings)

DI pipes and Fittings

M/s Saint Gobain PAM

PVC pipes and fittings

M/s St.Anthony's Industries Group (Pvt) Ltd.

M/s. Central Industries PLC.

M/s S-LON Lanka Pvt Ltd

M/s Atlantic Plastic Ltd

M/s Shanxi Yuansheng Industrial Co, Ltd.

M/s Hegawa B.V.

M/s Ningbo Bestway M&E Co.,Ltd

M/s Itron France SAS (Only for DN 50 to 500 Mm)

M/s Wenling Younio Water Meter Co Ltd

M/s Atlantic Plastic Ltd

M/s Ningbo Changhua Copper Products Co Ltd

M/s Shanghai karon valve manufacturing co Ltd

M/s Shinvy Valve Co. Ltd

M/s Shinvy Valve Co. Ltd

M/s Shanghai karon valve manufacturing co Ltd

Flange adapter & Couplings

Volumetric Water Meters

Gunmetal Ferrules

DI Air Valves

Gate/Sluice Valves

Butterfly Valve

M/s Shinvy Valve Co. Ltd

10

Fire Hydrants

M/s AVK UK Limited

11

Surface Boxes and Manhole

M/s Shanxi Yuansheng Industrial Co, Ltd.

covers

M/s RBA Ferro Industries Pvt Ltd

M/s Perniangaan Logam Xing Fasdnbhd (Only for Manhole)

11

6.

Recommendation
On the basis of the systematic evaluation of Technical & Financial proposals, which had
been carried out in accordance with the provisions of the bidding documents, it was
concluded that Bidder M/s Kolon Global Corporation Korea had submitted the lowest
evaluated substantially responsive bid. The Technical Evaluation Committee recommended
to award the contract to M/s Kolon Global Corporation Korea for the amount of USD
18,609,193.60 + LKR 4,499,481,328.00 plus 10% of contingencies amounting to USD
1,860,919.36 + LKR 449,948,132.80 plus provisional sum of LKR 497,020,000.00 plus
VAT.

EVALUATION COMMITTEE
1.

Mr. R.H. Ruvinis., DGM (P&D), NWSDB

- Chairman

2.

Mr. K.W. Premasiri, DGM (North), NWSDB

- Member

3.

Mr. A.G.S. Kumara, AGM (Finance) NWSDB

- Member

4.

Mrs. W.M.D.T. Wickramasinghe, Director (Dev) MWS&D

- Member

5.

Ms. D. L. U. Peries, Director, Dept. of External Resources - Member

12

Appendix 3
BASIC DATA SHEET

1.

Project Title

ADB Assisted Greater Colombo Water and


Wastewater management Improvement Investment
Programme Project 01, Sri Lanka

2.
3.

Loan Number
Bid Title

:
:

2947-SRI
System Rehabilitation for NRW Reduction in

4.
5.

Bid Number
Original Estimated Value

:
:

CWSSIP/ADB/CIVIL/ICB/02
US$ 7,653,934.98 and
SLRs. 6,024,077,193.06
2nd of January, 2014

East of the Colombo City

6.

Date Invitation for Bids issued

7.

Mode of Procurement

International Competitive Bidding single Stage,


Two Envelope Bidding Procedure

10.00 A.M. on 25th April, 2014

9. Bid Opening Date and Time


10. Number of Bids received

:
:

10:30 AM 25th April, 2014


Six (6) Bids

11. Date of Bid Evaluation Report

June 2014

A. TECHNICAL PROPOSALS
8.

Bid Closing Date and Time

(Technical Proposals) submitted to ADB


12. Date of Approval by ADB
:

27th June 2014


29th August 2014

13. Number of Responsive Bidders


14. Number of Non-Responsive Bidders

:
:

Four (4) Bids


Two (2) Bids

3rd September 2014

None

B. PRICE PROPOSALS
15. Date Invitation Letters sent to four
Bidders to attend the opening of
Price Proposals
16. Number of Supplementary Price

Proposals Received
17. Opening Date and Time of Price Proposals

10.30 A.M. on 9th September 2014

18. Bid Validity Period

210 days from the date of opening of bids

19. Bid Bond Expires on

i.e. 21st November 2014


19th December, 2014

20. Date for Determining


Applicable Exchange Rates

28th March 2014

21. Exchange Rates for Evaluation

1 US$ = 132.11

Appendix 4
DETAILS OF POWER OF ATTORNEY

Name of Bidder

Power of Attorney by

M/s Kolon Global Corporation,


Korea

Mr. Jong-Woo Yun,


Mr. Min-Ju Kim

VCGP/CML-MTD JV

Firm 1 - Mr. Julien Rayssiguier,


Mr. Jean-Luc Brial
Firm 2 Mr. Dian N. Jayasuriya

M/s TODA Corporation, Japan

Mr. Tadashi Nishimura,


Mr. Junichi Kimura

Ludwig Pfeiffer

Mr. Olaf Rochotzki


Mr. Gasper Janezic

Appendix 5
SUBSTANTIVE RESPONSIVENESS OF BIDS
Sr.
No.

Requirements

Bidding Doc.
Reference

Kolon

VINCI

TODA

Ludwig

Power of Attorney

Section 1, Clause 11.2

Signature on Documents

Section 1, Clause 11.3

Joint Venture Agreement

Section 1, Clause 4

NA

NA

Eligibility
(a) Bidder and Sub Contractor
(b) Bidder Affiliated with
Consultant
(c) Material & Equipment

Section 1, Clause 4
C
C

C
C

C
C

C
C

Bid Validity (238 days)

Section 2, Clause 19.1

Bid Security
(a) Amount and Validity
(b) Format and Terms

Section 8, Clause 18.1

Time for Completion

Section 8, Clause
1.1.3.3

Terms of Payment
(a) Advance Payment (20%)
(b) Retention Money (10%)
(c) Price Adjustment

Section 8, Clause 14
C
C
C

C
C
C

C
C
C

C
C
C

Liquidated Damages
(a) Rate (05% per week)
(b) Maximum Limit (10%)

Section , Clause
C
C

C
C

C
C

C
C

10

Defects Liability Period (365 days)

Section 8, Clause
1.1.3.7

11

Performance Security (10%)

Section 8, Cla

Section 8, Clause 14

use 4.2
FINDINGS
C = Complied
PC = Partially Complied
NC = Not Complied

NA = Not Applicable
R = Substantially Responsive

Das könnte Ihnen auch gefallen