Tender Evaluation Report

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 21

Tender Evaluation Report

TWO STOREY PRIMARY SCHOOL BUILDING


AT GEELONG

BID EVALUATION REPORT

1
Tender Evaluation Report
Table of Contents
1. INTRODUCTION ............................................................................................................................................. 4

2. SCOPE OF WORK ........................................................................................................................................... 5

3. BIDDING PROCESS ......................................................................................................................................... 5

5.1 Bid Opening Information....................................................................................................................... 6

4. PRELIMINARY RID EXAMINATION ................................................................................................................. 6

5.2 Eligibility Criteria and Other Requirements Considered ....................................................................... 6

5.3 Observations of Preliminary Bid Examination....................................................................................... 7

5. DETAILED BID EVALUATION ........................................................................................................................... 8

5.4 Correction of Arithmetical Errors .......................................................................................................... 8

5.5 Comparison of the Substantially Responsive Evaluated Bids with the Engineer's Estimate ................. 8

6. EVALUATION OF POST-QUALIFICATCON ...................................................................................................... 10

6.1 post qualification Requirement Considered for Selected Bidders ...................................................... 10

6.2 Evaluation of Post qualification Requirements. .................................................................................. 10

6.3 Evaluation of the Post-Qualification Requirements ............................................................................ 11

7. OBSERVATIONS ............................................................................................................................................ 13

8. RECOMMENDATIONS .................................................................................................................................. 14

9. APPENDIX .................................................................................................................................................... 15

2
Tender Evaluation Report
Tables
Table 1: Details of Bids as Read Out at Bid Opening ............................................................................................. 6
Table 2 : Summary of Preliminary Bid Examination .............................................................................................. 7
Table 3: Summary of Arithmetical Errors .............................................................................................................. 8
Table 4 : Comparison of the Correct Bid Prices with the Engineer's Estimate ...................................................... 9
Table 5 : Summary of Evaluation of Post- qualification Requirement ................................................................. 11
Table 6 :Rejected Bids during the Evaluation of Post-•qualification Requirements. .......................................... 12
Table 7 : Selected bids for further evaluation ..................................................................................................... 12

3
Tender Evaluation Report

1. INTRODUCTION

This is a tender evaluation report for the construction of a two-story primary school building atGeelong.
The report begins by outlining the scope of work that needs to be completed for successful project
delivery. The construction will include a reinforced concrete frame, laying of foundation, installation
of plumbing and electrical systems, roofing, and finishing works. The building will be designed to
accommodate classrooms, administrative offices, a library, a laboratory, and other facilities necessary
for a primary school.

The bidding process for the project was conducted through the National Competitive Bidding
procedure, and the bidding documents were issued to interested bidders between 25.02.2023 and
16.03.2023. A pre-bid meeting was held on 05.04.2023 to clarify any issues related to the project, and
bids were to be submitted on 17.04.2023. Bids from four tenderers were received.

The report then outlines the preliminary bid examination process, where all bids were examined for
eligibility criteria as a main contractor for building works under the category of required or above,
proper signing of bid, amount of bid security, and substantial responsiveness to bidding document. The
report concludes by stating that all four bids were accepted for detailed evaluation, and the report
provides a summary of the preliminary bid examination.

4
Tender Evaluation Report
2. SCOPE OF WORK

The scope of work for the construction of a two-story primary school building includes a
comprehensive list of activities that need to be completed to ensure successful project delivery. This
will involve the construction of a reinforced concrete frame, laying of foundation, installation of
plumbing and electrical systems, roofing, and finishing works. The building will be designed to
accommodate classrooms, administrative offices, a library, a laboratory, and other facilities necessary
for a primary school.

3. BIDDING PROCESS

Bids were invited through the National Competitive Bidding procedure. The bidding process for the
project began on 25.02.2023 when the bidding documents were issued to interested bidders until
16.03.2023. Bidders could collect the documents between 9.00 a.m. and 3.30 p.m. on working days at
the Procurement Department located on the 4th floor of the Administration Building at 2 Treasury
Place, East Melbourne VIC 3002. A pre-bid meeting was held on 05.04.2023 at 11.00 a.m. at the Board
Room on the 10th floor of the block premises located at No. 578, East Melbourne VIC 3002. The
meeting was an opportunity for bidders to ask questions and clarify any issues related to the project.
Bids with duplicates were to be submitted on 17.04.2023 at 11.00 a.m. to the Procurement Department
at the same address. Bids were opened soon after the closing time at the same address by the bid
opening committee in the presence of the bidder's representatives who chose to attend. These measures
were put in place to ensure that the bidding process was transparent and fair for all interested parties.

The following four (04) bidders had purchased the bidding do from the above given address.

1) Tenderer A
2) Tenderer B
3) Tenderer C
4) Tenderer D

5
Tender Evaluation Report
5.1 Bid Opening Information
All bidders who purchased the bidding document had submitted their bids_

Details of 04 bids submitted are as given in Table - 01.

Table 1: Details of Bids as Read Out at Bid Opening

Name of Tenderer Bid Price as Read Out

1
Tenderer A 26,403,389.00

2
Tenderer B 27,769,314.00

3
Tenderer C 31,772,804.00

4
Tenderer D 31,905,737.00
4. PRELIMINARY RID EXAMINATION
5.2 Eligibility Criteria and Other Requirements Considered
During the Preliminary Bid Examination all the bids read out at bid opening were carefully examined
for the following requirements.

❖ Eligibility Criteria

Under the eligibility criteria all the bidders should have Building and Construction Contractor
Accreditation (BCCA) registration as a main contractor for building works, Those who have been
blacklisted shall be disqualified.

❖ Properly Signing of bid.

Form of Bid included in bidding document should have been Signed by the authorized person of the
relevant firm and Power of Attorney/letter of Authorization (certified) as required should have been
attached.

❖ Amount of Bid Security

All bids should have accompanied with bid security issued by a commercial bank registered under the
government of Australia to value of Doller Five Hundred Thousand ($500,000.00) valid up to
12.07.2023.

6
Tender Evaluation Report
❖ Substantial Responsiveness of Bidders:

All the bidders should comply with the provisions of the bidding document. Major deviations should
not be shown from the instructions to Bidders, Form of Bid, Conditions of Contract, Bilk of Quantities,
and Specifications etc.

5.3 Observations of Preliminary Bid Examination


As details of blacklisted contractors are not maintained by the The Australian Building and
Construction Commission (ABCC) or any other institute present, this requirement was not considered
in evaluation.

Details of observation of the Preliminary Bid Examination are given in Appendix - 01. A summary of
the Preliminary Bid Examination Is given in Table - 2.

Table 2 : Summary of Preliminary Bid Examination

(c) (d)
(a)
(b) Bid Substantial Acceptance
Eligibility
Signing of Security Responsive for the
of BCC
Name of Form of Bid $.500,000 ness to Detailed
No registration
the Bidder as Specified valid up to Bidding Evaluation
Level 3
12.07,2023 Document
Satisfied/ Satisfied/ Satisfied/ Satisfied/ Satisfied/
Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No
1 Tenderer A Yes Yes Yes Yes Yes

2 Tenderer B Yes Yes Yes Yes Yes

3 Tenderer C Yes Yes Yes Yes Yes

4 Tenderer D Yes Yes1 Yes Yes Yes

Yes' -There is more than one director in that organization. However, power of attorney is not attached
to identifying the authorized director.

After considering eligibility criteria under Preliminary Bid Examination, it can be stated that all four
(4) bidders are eligible for further evaluation. Hence, selected bids are considered for Detailed Bid
Evaluation.

7
Tender Evaluation Report
5. DETAILED BID EVALUATION
Four (04) accepted bids from Preliminary Bid Examination were taken for Detailed Bid Evaluation.

1. Tenderer A
2. Tenderer B
3. Tenderer C
4. Tenderer D

5.4 Correction of Arithmetical Errors


All the selected bids for Detailed Bid Evaluation were carefully checked for arithmetical errors.
Arithmetical errors were found in one (01) substantially responsive bid and above errors were corrected
as per the Clauses of the Instructions to Bidders. Details of observation of the arithmetical errors are
given in Appendix – 02. And Summary of arithmetical errors are shown

Table 3: Summary of Arithmetical Errors

Ranking
after
Bid Price as Read Arithmetical Corrected Bid Correction
No Name of tenderer
Out Errors (+/-) Price of
Arithmetic
Errors
1 Tenderer A 26,403,389.00 0 26,403,389.00 1
2 Tenderer B 27,769,314.00 0 27,769,314.00 2
3 Tenderer C 31,772,804.00 +120,140.00 31,892,944.00 3
4 Tenderer D 31,905,737.00 0 31,905,737.00 4

5.5 Comparison of the Substantially Responsive Evaluated Bids with the Engineer's
Estimate
Total value of the Engineer's Estimate is 26,953,350.00 (excluding contingencies and VAT).

Comparison of correct bid prices of the substantially responsive evaluated bidders with the Engineer's
Estimate is shown in the Table — 04 (Refer Appendix — 03 for detail).

8
Tender Evaluation Report
Table 4 : Comparison of the Correct Bid Prices with the Engineer's Estimate

% of the Deviation
Correct Bid price from the
No Name of Tenderer
Excluding VAT Engineer's
Estimate
1 Tenderer A 26,403,389.00 -2.04

2 Tenderer B 27,769,314.00 3.03

3 Tenderer C 31,772,804.00 17.88

4 Tenderer D 31,905,737.00 18.37

9
Tender Evaluation Report
6. EVALUATION OF POST-QUALIFICATCON
6.1 post qualification Requirement Considered for Selected Bidders
Evaluation of post-qualification was carried out to determine the previous experience, financial and
technical capability and capacity of evaluated bidders to perform the contract. In this evaluation
following qualifications of selected bidders were carefully studied,

A. Average annual volume of construction work.


B. Similar projects completed during the last 5 years.
C. Qualifications and experience of construction management staff.
D. Availability of specified liquid assets and / or credit facilities.

6.2 Evaluation of Post qualification Requirements.


Post-qualification requirements to qualify for contract award were as follows (refer Clause 4,1 of
Bidding Data)

(a) Average of annual volume of construction work performed in last five years shall be at least
170million.

(b) Completion of at least two projects as the main contractor of a similar nature and complexity within
a period of last 5 years.

(c) Qualifications and experience of construction management staff:

I. 1 nr Civil Engineer with B.Sc. (Civil Eng.) or equivalent with minimum 3 years’ experience.
II. 1 nr Resident Technical Officer with [NDT (Civil) or equivalent, with minimum 3 years’
experience including having experience of Building construction (Full time).
III. 1 nr Assistant Quantity Surveyor or equivalent, with 3 years’ experience of construction.
(Part time).
IV. Possessing at least Ten Million (1O million) as liquid assets and or credit facilities form to
be utilize & exclusive for this contract.

10
Tender Evaluation Report
6.3 Evaluation of the Post-Qualification Requirements
All selected bids for Detailed Bid Evaluation were carefully evaluated for above post-qualification
requirements at this stage.

Details of the post-qualification evaluation criteria are given in Appendix — 04. Observations are as
summarized in Table — 05.

Table 5 : Summary of Evaluation of Post- qualification Requirement

POST-QUALIFICATION REQUIREMENTS
Minimum Minimum Qualifications
Annual Credit and Experience
Volume of POST- Facilities of Construction
Name of the Cons. QUALIFICATION Exclusively management
Rank
Bidder in last 5 Years REQUIREMENTS for Staff
Above — this Project
Rs, 49 Mn 10 M
Qualified Qualified Qualified Qualified
Yes/No Yes/No Yes/No Yes/No
1 Tenderer A Yes No Yes Yes

2 Tenderer B Yes Yes Yes Yes

3 Tenderer C Yes Yes Yes Yes:

4 Tenderer D Yes Yes Yes Yes3


Yes: - Only CVs are attached. The educational and professional qualifications of staff are not
attached.
Yes2 - Liquid assets and credit facilities offered are not exclusive for this project.
Yes3- The experience in construction of similar nature projects does not perfectly match the
requirement.
In addition to the above requirements, as per the Bidding Data, if the main contractor does not have the
required grading for some work trades, the main contractor shall procure the service of a sub-contractor
having required ABCC grade.

Out of four (04) bids selected for the Detailed Bid Evaluation, one (01) bid was rejected during the
evaluation of post-qualification requirements due to the reason given in the Table — 06.

11
Tender Evaluation Report

Table 6 :Rejected Bids during the Evaluation of Post-•qualification Requirements.

Name of the Tenderer who Submitted


Item No Reason for Rejection
the Rejected Bid

Details of only one project


1 Tenderer A
completed in the last

Selected bids for further evaluation after rejecting above bid during the evaluation of post -
qualification requirement are as given in the Tablo 07.

Table 7 : Selected bids for further evaluation

Correct Bid price


No Name of Tenderer
Excluding VAT

2 Tenderer B 27,769,314.00
3 Tenderer C 31,892,944.00
4 Tenderer D 31,905,737.00

12
Tender Evaluation Report
7. OBSERVATIONS
As per the read out in the bid opening. four Tenderer (04); Tenderer A, Tenderer B, Tenderer C, Tenderer
D had submitted their bids on this project.

All the tenderers selected to detail evaluation after the preliminary bid examination.

After the preliminary Bid Evaluation, all the substantially responsive bids were selected for detailed
bid evaluation. All the selected bids for Detailed Bid Evaluation were carefully checked for arithmetical
errors and check deviation from the Engineer's Estimate. Arithmetical errors were found in one (01)
substantially responsive bid and major deviation from the Engineer's Estimate found in bidders:
Tenderer C and Tenderer D, in detailed Bid Evaluation. None of the bidders were rejected during
Detailed Bid Evaluation,

All four (04) substantial responsive bids were selected for the evaluation of post-qualification
requirements. Out of 04 bids, Tenderer A was rejected due to failure to submit details of at least two
projects as main contractors of a similar nature and complexity within the period of the last 5 years.

Accordingly, we observed that Tenderer B, is the substantially responsive evaluated lowest bidder to
award this contract amounting of 27,769,314.00 (excluding VAT).

This bidder has fulfilled all the requirements of Preliminary Bid Examination and evaluation of post-
qualification as specified in the Bidding Document. However, it is necessary to check the educational
and professional qualifications of the stated managerial and technical staff.

Further, we observed that rates of following BOQ items are considerably higher than the Engineer's
Estimate. 2A/11, 2F702-06, 21709. 2H/04-05 and 21/01

As well, following BOQ items are considerably lower than the Engineer's Estimate. 2A/03-04. 2A/07,
2A/09., 2F1/01-03., 21-1/09-10, 2P701, 2P/02-03. 2P/04 and 2P/05-OS

However, clue to the economic crisis in the country, such deviations can be expected, AS well, the
financial offer of Tenderer B, is acceptable as it has minimum deviation from the Engineer's estimate.

13
Tender Evaluation Report
8. RECOMMENDATIONS
Based on the observations provided, the following recommendations can be made in the tender
evaluation report:

• Tenderer B should be awarded the contract since it is the substantially responsive evaluated
lowest bidder and has fulfilled all the requirements of the preliminary bid examination and
evaluation of post-qualification as specified in the bidding document.
• The educational and professional qualifications of the stated managerial and technical staff of
Tenderer B should be checked to ensure that they meet the requirements specified in the bidding
document.
• The rates of BOQ items considerably higher and lower than the Engineer's Estimate should be
evaluated to determine whether they are reasonable and justified. Tenderer B should be required
to provide clarifications for any rates that are significantly different from the Engineer's
Estimate.

Overall, Tenderer B appears to be the best candidate for the contract, but further evaluations of the
rates of BOQ items and the qualifications of the managerial and technical staff are necessary to ensure
that the contract is awarded to a competent and qualified contractor.

………………………….

Chief Quantity Surveyor

Department of Education & Training,

Victoria.

14
Tender Evaluation Report
9. APPENDIX
APPENDIX 01 - DETAILS OF PRELIMENARY BID EXAMINATION

General Information Details of ABCC Registration Signing of Bid


Name of Date of Form of Rid Power of
No Legal Registration
Tenderer Reg No Level Type Register is Properly Attorney is Acceptable
status No
ed Signed attached

Tenderer Private 20,12.20


1 XK/L15688 C-20954 3 Building Yes Yes Yes Yes
A Limited 22
Tenderer Private XK/L18850 21.10.20
2 C:10291 3 Building Yes Yes Yes Ye
B Limited 9 22
Tenderer Private XK/L14455 11.08.20
3 C-21016 4 Building Yes Yes Yes. Yes
C Limited 6 21
Tenderer Privat XK/L02286 15.11.20
4 C-10391 4 Building Yes Yes Yes Yes
D Limited 6 22

APPENDIX 01 DETAILS OF PRELIMENARY BID EXAMINATION CONT

No Name of Details of Bid Security / Bond Substantial Responsiveness of Bid Is Compliance


Bidder Bond No Bank/ Bond Date Value EXP Date Acceptable with General Provisions
Organization (Mn)
Instruction Conditions Payment Acceptable
issued
to Bidders of contract terms

1 Tenderer 2.02E+10 Commonwealth 12.04.2023 0.5 23.08.2023 Yes Yes Yes Yes Yes
A Bank of
Australia

2 Tenderer MD222 3400002 Westpac 17.04.2023 0.5 22.08.2023 Yes Yes Yes Yes Yes
B Banking
Corporation
3 Tenderer 2212022bck National 13.04.2023 0.5 20.08.2023 Yes Yes Yes Yes Yes
C Australia Bank
4 Tenderer 045BGTEE2200024 Westpac 16.04.2023 0.5 22.08.2023 Yes Yes Yes Yes Yes
D Banking
Corporation

15
Tender Evaluation Report
APPENDIX 2 - DETAILS OF ARITHMETICAL ERRORS NAME OF TENDERER C.

Page Amount as Amount as


item No- Type of Error Error (+/-)
No. quoted corrected
Multiplication
2 2A/02 40,600,00 34,600.00 5,800.00
Error
Multiplication
4 2H/10 311,751.00 283,411.00 28.341,00
Error
Multiplication
13 2T/01 2.678,214,00 2,492.214.00 186.000.00
Error
General Summary Total Error 68,505380,12 68.505318.16 -0.04

Total Net Error of the submitted Bid Price 220,140.96

APPENDIX = 03 DETAILED COMPARISON OF EVALUATED BID PRICES SUBSTANTIALLY RESPONSIVE EVALUATED BIDDERS
WITH THE ENGINEER’S ESTIMATE.

Tenderer A.

Item Trade Engineers Tenderer deviation


Estimate A %
1 Preliminaries 4,656,087.00 5,267,201.00 13.13
2 Demolition 155,960.00 131,100.00 -15.94
3 Asbestos Removal 70,132.50 72,512.00 3.39
4 Site Preparation & Groundworks 238,437.00 253,465.00 6.30
5 Concrete 4,111,472.00 4,104,055.00 -0.18
6 Masonry 558,408.50 578,350.00 3.57
7 Structural Steelwork 861,258.00 649,203.00 -24.62
8 Roofing and Metal Ceiling 1,107,009.50 897,900.00 -18.89
9 Metal Work 1,544,965.00 1,103,739.00 -28.56
10 Hardware 94,466.00 95,421.00 1.01
11 Windows and Glazing 981,828.00 1,017,750.00 3.66
12 Carpentry 500,237.50 562,590.00 12.46
13 Joinery 1,011,535.00 1,540,354.00 52.28
14 Doors 195,409.00 155,000.00 -20.68
15 Insulation 231,388.50 Included
16 Plastering 2,193,224.00 1,935,950.00 -11.73
17 Floor Finishes 521,840.00 535,860.00 2.69
18 Suspended Ceiling 155,330.00 Included
19 Tiling 26,968.00 31,180.00 15.62
20 Painting 245,356.00 212,820.00 -13.26
Hydraulic Services (incl. -14.54
21 1,755,211.00 1,500,000.00
Sanitary Fixtures)
22 Drainage (incl. Plumbing) 158,097.00 152,613.00 -3.47
23 Electrical 1,707,624.00 1,894,041.00 10.92
24 Security Services 83,209.00 72,153.00 -13.29
25 Mechanical Services 1,553,938.50 1,500,000.00 -3.47
26 Exterior Elements and 15.30
1,038,709.00 1,197,632.00
Landscaping
27 Lift Services 216,500.00 165,000.00 -23.79
29 Margin 978,750.00 777,500.00 -20.56
26,953,350.00 26,403,389.00

16
Tender Evaluation Report
Tenderer B.

Item Trade Engineers Tenderer deviation


Estimate B %
1 Preliminaries 4,656,087.00 4,070,973.00 -12.57
2 Demolition 155,960.00 180,820.00 15.94
3 Asbestos Removal 70,132.50 70,153.00 0.03
4 Site Preparation & -6.30
238,437.00 223,409.00
Groundworks
5 Concrete 4,111,472.00 4,588,889.00 11.61
6 Masonry 558,408.50 538,467.00 -3.57
7 Structural Steelwork 861,258.00 1,073,313.00 24.62
8 Roofing and Metal Ceiling 1,107,009.50 1,316,119.00 18.89
9 Metal Work 1,544,965.00 2,008,191.00 29.98
10 Hardware 94,466.00 93,511.00 -1.01
11 Windows and Glazing 981,828.00 945,906.00 -3.66
12 Carpentry 500,237.50 437,885.00 -12.46
13 Joinery 1,011,535.00 684,716.00 -32.31
14 Doors 195,409.00 235,818.00 20.68
15 Insulation 231,388.50 Included
16 Plastering 2,193,224.00 2,450,498.00 11.73
17 Floor Finishes 521,840.00 507,820.00 -2.69
18 Suspended Ceiling 155,330.00 Included
19 Tiling 26,968.00 22,756.00 -15.62
20 Painting 245,356.00 277,892.00 13.26
Hydraulic Services (incl. 8.84
21 1,755,211.00 1,910,422.00
Sanitary Fixtures)
22 Drainage (incl. Plumbing) 158,097.00 163,581.00 3.47
23 Electrical 1,707,624.00 1,930,247.00 13.04
24 Security Services 83,209.00 74,265.00 -10.75
25 Mechanical Services 1,553,938.50 1,675,877.00 7.85
26 Exterior Elements and 28.99
1,038,709.00 1,339,786.00
Landscaping
27 Lift Services 216,500.00 168,000.00 -22.40
29 Margin 978,750.00 780,000.00 -20.31
26,953,350.00 27,769,314.00

17
Tender Evaluation Report
Tenderer C.

Item Trade Engineers deviation


Tenderer C
Estimate %
1 Preliminaries 4,656,087.00 6,058,366.00 30.12
2 Demolition 155,960.00 158,453.00 1.60
3 Asbestos Removal 70,132.50 69,291.00 -1.20
4 Site Preparation & Groundworks 238,437.00 1,526,452.00 540.19
5 Concrete 4,111,472.00 4,836,744.00 17.64
6 Masonry 558,408.50 669,508.00 19.90
7 Structural Steelwork 861,258.00 728,356.00 -15.43
8 Roofing and Metal Ceiling 1,107,009.50 1,286,040.00 16.17
9 Metal Work 1,544,965.00 2,391,648.00 54.80
10 Hardware 94,466.00 97,397.00 3.10
11 Windows and Glazing 981,828.00 1,064,310.00 8.40
12 Carpentry 500,237.50 285,812.00 -42.86
13 Joinery 1,011,535.00 684,203.00 -32.36
14 Doors 195,409.00 519,438.00 165.82
15 Insulation 231,388.50 Included
16 Plastering 2,193,224.00 2,240,451.00 2.15
17 Floor Finishes 521,840.00 701,116.00 34.35
18 Suspended Ceiling 155,330.00 Included
19 Tiling 26,968.00 15,606.00 -42.13
20 Painting 245,356.00 223,285.00 -9.00
Hydraulic Services (incl. -20.94
21 1,755,211.00 1,387,613.00
Sanitary Fixtures)
22 Drainage (incl. Plumbing) 158,097.00 169,190.00 7.02
23 Electrical 1,707,624.00 2,110,755.00 23.61
24 Security Services 83,209.00 67,522.00 -18.85
25 Mechanical Services 1,553,938.50 1,804,886.00 16.15
26 Exterior Elements and 59.37
1,038,709.00 1,655,362.00
Landscaping
27 Lift Services 216,500.00 171,000.00 -21.02
29 Margin 978,750.00 850,000.00 -13.15
26,953,350.00 31,772,804.00

18
Tender Evaluation Report
Tenderer D

Item Trade Engineers Tenderer deviation


Estimate D %
1 Preliminaries 4,656,087.00 6,104,074.00 31.10
2 Demolition 155,960.00 136,289.00 -12.61
3 Asbestos Removal 70,132.50 82,045.00 16.99
4 Site Preparation & Groundworks 238,437.00 344,642.00 44.54
5 Concrete 4,111,472.00 5,772,040.00 40.39
6 Masonry 558,408.50 821,757.00 47.16
7 Structural Steelwork 861,258.00 699,828.00 -18.74
8 Roofing and Metal Ceiling 1,107,009.50 1,048,064.00 -5.32
9 Metal Work 1,544,965.00 1,555,640.00 0.69
10 Hardware 94,466.00 107,824.00 14.14
11 Windows and Glazing 981,828.00 1,042,042.00 6.13
12 Carpentry 500,237.50 618,312.00 23.60
13 Joinery 1,011,535.00 2,289,301.00 126.32
14 Doors 195,409.00 181,804.00 -6.96
15 Insulation 231,388.50 Included
16 Plastering 2,193,224.00 2,204,580.00 0.52
17 Floor Finishes 521,840.00 606,617.00 16.25
18 Suspended Ceiling 155,330.00 Included
19 Tiling 26,968.00 36,238.00 34.37
20 Painting 245,356.00 251,144.00 2.36
Hydraulic Services (incl. -11.37
21 1,755,211.00 1,555,606.00
Sanitary Fixtures)
22 Drainage (incl. Plumbing) 158,097.00 191,991.00 21.44
23 Electrical 1,707,624.00 2,058,791.00 20.56
24 Security Services 83,209.00 76,192.00 -8.43
25 Mechanical Services 1,553,938.50 1,652,852.00 6.37
26 Exterior Elements and 39.57
1,038,709.00 1,449,718.00
Landscaping
27 Lift Services 216,500.00 171,482.00 -20.79
29 Margin 978,750.00 846,864.00 -13.47
26,953,350.00 31,905,737.00

19
Tender Evaluation Report
APPENDIX = 04 DETAILED Comparison on POST QUALIFICATIONAL REQUIREMENTS

Name of
No Acreage annual turnover of building construction works performed in the last five years. Acceptable
Tendere
r 2020/2021 2019/2020 2012/2019 2017/2018 2016/2017 Average YES/NO
Tenderer
1 17,783.015.00 8 1798,725.00 3,132,185,400.00 97,090,276.00 189.743,798.00 1,614,637,838.00 YES
A
Tenderer 545,897.145.0
2 576,290,682.00 682,274,300.00 669,217,764.00 639.690.422.00 642,594,248.67 YES
B 0
Tenderer 203,938,385.0
3 186,887.066.00 181,712,035.00 131,070,087,00 107,497,531.00 164,382,650.33 YES
C 0
Tenderer 161,964.389.0
4 156.377,257.00 171,367,203.00 253,777,520.00 255.355,431.00 212,572,361.50 YES
D 0

APPENDIX = 04 DETAILED COMPARISION OF Post QUALFICATION Requirements Cont.

Completion of at least two similar projects during Cast 5 years


Name of
No Documentary
Bidder Project Description of Work Amount Duration
proof

Building works, electrical


Four (4) storey residential place
Installation and plumbing
Tenderer for MR. Shewon at 15A Certificate of
1 works are done for the 1l3 Million 14 Months
A Nymboida Street, Caringbah Completion
establishment of Victoria
South, NSW 2229
Training Centre project.

Mini shopping complex project


Tenderer
2 ar 8a Drake Street, Brighton East, Not mentioned 104 Million 22 Months Final Certificate
B
VIC 3187

Tenderer Construction of three (3) house at 26 Certificate of


3 Margaret Not mentioned 70 Million 16 Months
C Completion
Street,
Toowoomba RCC retaining mall flood
City, QLD control, expansion of
4350 office building, chemical
Construction of two () storey
building, Ahu building and
Tenderer health care center building at 4 Certificate of
4 Fast building and also 67 Million 8 Months
D William Street, Norwood, SA Completion
supply, fabrication, sand
5067
blasting, painting and
installation of steel
staircase.

20
Tender Evaluation Report
APPENDIX = 04 DETAILED COMPARISEON OF POST QUAL1FICAT1ONAL REQUIREMENTS Cont.
N Name o Technical and Managerial Staff
o. Bidder Position Qualification Experience Documentary proof*

Civil Engineer B.Sc. (Eng) Civil 9 years


Resident Technical Engineer CVs and educational
Tenderer HND Civil Engineer 5 years
1 Office' and qualifications were
A
Assistant Quantity attached.
National Diploma QS 7 years
Surveyor
Civil Engineer B.Sc. (Eng)- Civil 10 years
Resident Technical
Tenderer NDT 9 years
2 Officer Only CVs are attached
B
Assistant Quantity
NCTOS 12 years
Surveyor
Civil Engineer B.Sc. (Eng)) - Civil 5 years
Resident Technical only educational
Tenderer NDT 7 years
3 Officer qualifications were
C
Assistant Quantity attached.
HND 4 years
surveyor
Civil Engineer B.Sc. (Eng) - Civil 19 years
Resident Technical CVs and educational
Tenderer NCT Civil 06 years
4 Offices and qualifications were
D
A55i5r8rir Quantity attached.
National Diploma QS 04 years
Surveyor

21

You might also like