Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 5

Ministry of Water and Energy

PROCURMENT SPECIALIST EXAM


FOR
SENIOR PROCURMENT SPECIALIST POSITION

DATE:
INSTRUCTION!!!
1. Do not write your name on the exam paper
2. Use separate sheet to answer the questions
3. All hand writing shall be readable and answers are to the point
4. The mark for each question is indicated and the maximum mark is 100%
5. Minimum points for qualification is: 50+ and individuals who scored the highest mark
will be selected for award of contract
6. The time allowed is 1:30 hours
7. The exam has three part
Part I: multiple choice Questions
Part Ii: short answer questions
Part III: cases

1
Part I: multiple Choice Questions (10 Points)
Choose the Best Answer from the given alternatives (2 point each)
______1. A bidder should present its bid:
A. In the language specified in the bidding document C. in a language of its choice
B. In English D. in local language
______2. A bid received after deadline for submission of bid will be:
A. Rejected and sent back unopened to the bidder
B. Opened by the purchaser and considered if only one bid was received
C. Open and consider if other bidders allowed to do so
D. B and C
______3. In CIP Incoterm:
A. The purchaser is responsible for selection of carrier
B. The seller is responsible import clearance
C. Freight prepaid by the seller
D. The purchaser is responsible for export clearance
E. The seller covers cost, freight and insurance up to named place of destination
______4. In EX-Work incoterm:
A. The seller is responsible for import and export clearance
B. The buyer is responsible for cost and risks starting from seller’s warehouse
C. The seller assumes costs and risks up to final destination
D. The seller is responsible for costs and risks up to final destination of goods
_______5. Which one of the following is correct?
A. The bidder is allowed to alter the substance of its after bid opening
B. The purchaser can ask the bidder for clarification needed to evaluate his bid
C. The purchaser can ask the bidder to change the substance of his bid
D. Bids with material deviations will be further evaluated

2
Part II: Short Answer Questions (30 Points)
Give short answer for the following questions (please use separate sheet to answer the followings
questions, give page numbers for each answer sheet)
1. List parts and sections of standard bidding document for procurement of goods (10
points).
2. List downs parts and section of Standard Request for Proposal (10 Points)
3. List down consultant’s selection process/procedures. Assume that the selection method is
quality and cost-based selection (10 points).
4. List down at least 5 methods used for selection and employment of consulting firms (5
points)
Part III: Cases (50 Points)
Read the following cases very carefully and answer the questions after each case precisely
Case number I: Bid Document Preparation (30 points)
Ministry of Water and Energy, Procurement Executive Office received a request from Water
Supply, Lead Executive Office (WS, LEO). The Water Supply LEO requested procurement of
Civil Work construction and supply and installation of pipes and fittings and supplely and
installation of electromechanical equipment for Guradhamole Water Supply Project. The LEO
provided the following information with the technical specification and BOQ:
1. The project cost estimate is ETB 650,000,000
2. The source of budget is from government treasure
3. Estimate time to complete the project is 24 months
4. Similar project experience shall be 80% of the project cost estimate.
Assume that you are the procurement specialist in the Procurement Executive Office who is in
charge of this assignment to undertake the procurement. Answer the following question based on
the above information. Clearly demonstrate the procedure on how you arrived at the final
answer.
1. Determine the appropriate procurement method (2 points)
2. Determine the average annual construction turnover to be fulfilled by the bidders to
qualify for the award of contract (10 points)
3. Set amount of bid security (3 points)
4. Determine amount of similar experience requirement for
(i) one (1) project successfully completed (5 points) and
(ii) two (2) project successfully completed (5 points)
5. list down the steps that you should go through to complete the procurement process
starting from the time you received the above information to notification of award of
award of contract (5 points)

3
Case Number II: Evaluation of Submitted Bids (10 Points)
In response to invitation for the following bidders submitted their bid and the evaluation carried
out presented summary of bid evaluation result as follows:
Bidder Name Read out bid Evaluation result Remark
price ETB
Bidder A 600,000,000 The bidder has not attached Rejected
manufacturer authorization
the supply of pipes and
fittings and
Bidder B Joint 700, 000,000 Fulfilled the requirement and Recommended for
Venture with bidder recommended for award of award of contract
C contract
Bidder C 730,000,000 Fulfilled the preliminary Found 2nd evaluated
evaluation result and bidder
accepted for detail evaluation
Bidder D 550,000,000 The bidder has not submitted Rejected
bid security with its bid
Bidder E 600,000,000 Bid submission form was not Rejected
signed and stamped

Questions
Based on the above evaluation result, are the reasons for rejection and accepting of bidders
mentioned above acceptable? Discuss one by one, give your justification (10 points).

4
Case III: Combine Evaluation of Consultants Proposals (20 points)
Ministry of Water and Energy intends to select and employee consulting firm for consulting
service of study and design of Ayun Multi-village Water Supply Project. The Ministry has
shortlisted 6 consulting firms and issued Request for Proposals. In response, three consultants
had submitted their proposals. According, the evaluation committee carried out evaluation of
technical and financial proposals and comes up with the following evaluation results.
Please note the following information:
1. Weight given for the technical proposal (quality) is: 70%
2. Weight given for financial proposal (cost) is: 30%
3. Minimum qualifying score for technical proposal is: 70 points
4. Technical and financial score of three consultants is given in the following table
5. Technical Financial
Evaluation Evaluation Combined
Evaluation
Technical Weighted Financia Weighte
scores scores Technical l d Scores
Consultants’ S(t) S(t)  T b
rank scores scores S(t) T + Rank
names S(f) S(f)  Fd S(f) F

Nicholas 87.53 83.02


RJ Burnside JV 79.35 89.65
with MS
Blue Matrix 75.22 100

Based on the above information please answer the following questions


1. Weighted scores of technical evaluations for each consultant (6 points)
2. Weighted financial score of financial for each consultant (6points)
3. Combined evaluation score of each consultant (6 points)
4. Mention the name of consulting firm with the highest combined evaluation result
( 2point)

You might also like