Download as pdf or txt
Download as pdf or txt
You are on page 1of 4

SECTION 4: EVALUATION CRITERIA

Preliminary Examination Criteria

All criteria will be evaluated on a Pass/Fail basis and checked during Preliminary Examination.

Criteria Documents to establish compliance


Completeness of the bid All documents and technical documentation requested
in Section 2: Instructions to Bidders Article 12 have
been provided and are complete
Bidder accepts UNDP General Conditions of Contract Form C: Bid Submission
as specified in Section 6.
Bid Validity Form C
Bid Security with compliant validity period Form I
Appropriate signatures
Power of Attorney
Site visit attendance

Eligibility and Qualification Criteria

All criteria will be evaluated on a Pass/Fail basis.

If the bid is submitted as a Joint Venture, Consortium or Association, each member should meet the minimum criteria,
unless otherwise specified.

Eligibility Criteria Documents to establish compliance


Bidder is a legally registered entity Form D: Bidder Information
Bidder belongs to a diverse supplier group including Form D: Bidder Information
micro, small or medium sized enterprise, women or
youth owned business or other.
Vendor is not suspended, nor otherwise identified as Form C: Bid Submission
ineligible by any UN Organization, the World Bank
Group or any other International Organisation in
accordance with Section 2 Article 4.
No conflicts of interest in accordance with Section 2 Form C: Bid Submission
Article 4.
The bidder has not declared bankruptcy, in not Form C: Bid Submission
involved in bankruptcy or receivership proceedings,
and there is no judgment or pending legal action
against the vendor that could impair its operations in
the foreseeable future
Certificates and Licences: Form D: Bidder Information
• Duly authorized to act as Agent on behalf of the
Manufacturer, or Power of Attorney, if bidder is
not a manufacturer.
• Official appointment as local representative, if
bidder is submitting a bid on behalf of an entity
located outside the country.
• Patent Registration Certificates, if any of
technologies submitted in the bid is patented by
the bidder.
• Export/Import Licenses, if applicable.
Note: The Bidders that are not registered with the
Ministry of Trade in Iraq, shall be required to
obtain the certificate of registration for
construction activities in Iraq if they are awarded
any contracts.

Qualification Criteria Documents to


establish
compliance
History of non-performing contracts 1: Non-performance of a contract did not occur as a Form F: Eligibility
result of contractor default within the last 3 years. and Qualification
Form
Litigation History: No consistent history of court/arbitral award decisions against the bidder Form F: Eligibility
for the last 3 years. and Qualification
Form
Previous Experience:
List and value of projects performed for the last 10 years, plus client’s contact details who Form F: Eligibility
may be contacted for further information on those contracts. and Qualification
Form
• Minimum 2 contracts for rehabilitation/construction of water projects successfully Form F: Eligibility
implemented during the last 10 years and Qualification
Form
Minimum of one rehabilitation/construction of water projects equal and above
US$1,000,000/- successfully implemented during the last 10 years.
(For JV/Consortium/Association, all Parties cumulatively should meet requirement).
Note: In case of JV the Lead Party shall meet the requirement of minimum 1 project
similar in nature of rehabilitation/construction of water projects. The lead partner
must meet the minimum requirement of one project (rehabilitation/construction of
water projects) successfully completed amounting US$1,000,000 or above.

• Statement of Satisfactory Performance from the Top two (2) Clients in term of contract
value for similar (rehabilitation/construction of water projects) successfully
implemented during the last 10 years Minimum.

Key Personnel Detailed CV to be


provided for
The requirement for key personnel proposed is as follows (CVs should be attached): each required
• One Qualified Mechanical Engineer (Project Manager), A minimum of 7 years’ personnel
work experience in the Mechanical Engineering field. Should have a Degree in indicating the
Mechanical Engineering. CV should be attached. academic
background,
• One Qualified Civil Engineer: A minimum of 5 years’ work experience in
work experience
rehabilitation/construction works. Should have a Degree in Civil Engineering. CV
and similar
should be attached.
projects carried
• One Qualified Electrical Engineer: A minimum of 5 years’ work experience in the
out
Electrical Engineering field. Should have a Degree in Electrical Engineering. CV
should be attached.
• One QA/QC Engineer, A minimum of 5 years’ work experience in the quality
assurance and quality control field. Should have a Degree Engineering. CV should
be attached.

1 Non-performance, as decided by UNDP, shall include all contracts where (a) non-performance was not challenged by the
contractor, including through referral to the dispute resolution mechanism under the respective contract, and (b) contracts that
were so challenged but fully settled against the contractor. Non-performance shall not include contracts where Employers decision
was overruled by the dispute resolution mechanism. Non-performance must be based on all information on fully settled disputes or
litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective
contract and where all appeal instances available to the Bidder have been exhausted.
• One HS&E officer, A minimum of 5 years’ work experience in the HS&E field &
must have handled at least 2 projects of similar nature and complexity equivalent
to this assignment. CV should be attached.
• One Land Surveyor, A minimum of 3 years’ work experience in the surveying field
& must have handled at least 2 projects of similar nature and complexity
equivalent to this assignment. CV should be attached.
Equipment: Confirmation of
availability of the
The requirement of Equipment is as below: equipment by
# Item / Description Minimum Quantity indicating Owned
or Leased status
1 Mechanical set of tools 1

2 Electrical set of tools 1

3 Hydraulic Hammer 2

4 Excavator 2

5 Shovel/ Medium size 2

6 Bobcat/ Mini Shovel 2

7 Concrete Mixer (whenever needed) 4

8 Concrete Pump truck ( whenever needed) 1

9 Diesel trash pump 1

10 Water tanker truck 1

11 Generator of 35 KVA capacity 1

12 Surveying Instrumentation 3

13 Grader 1

14 Concrete Vibrator 2

15 Dump Truck 4

16 Single drum vibratory road roller compactor of 12 ton 1

Single drum sheep feet and vibratory road roller compactor


17 1
of 12 ton

18 Hydraulic Arm Mobile Truck Crane 1

19 Long carrier truck 1

20 Welding machine 2

21 Crane 25-50 Ton. 1

Implementation timetable Bidder should


submit the
Implementation timetable as per the requirement 360 Calendar days. Appropriate detailed project
implementation work plan (Timetable-Gantt Chart) starting from contract signature to the implementation
project completion and handover. The work plan must show detailed list of tasks, duration, timetable as a
and allocated resources per task. Gantt Chart
Warranty Bidder to submit
the confirmation
Warranty on the supplied goods and materials for a minimum period of 1 year from the letter on the
date of handover. provision of
warranty
Important Note: UNDP has zero tolerance for fraud and corruption, meaning that
UNDP vendors are not to engage in fraud or corruption. Vendors engaged in fraud
and corruption will be subject to sanctions. Fraud includes but not limited to the
submission of fraudulent or mispresented documents, such as bid securities and
financial statements.
Financial Standing:
Minimum annual turnover of US$1,000,000 in any single year. Copy of audited
Submit Latest Audited Financial Statement (Income Statement and Balance Sheet) including financial
Auditor’s Report for the past five years (2017-2018-2019-2020-2021). The bidders having statements for
completed financial audited statement for 2022 should also submit the report which will be the last five
considered for evaluation. years. Form F:
(For JV/Consortium/Association, all Parties cumulatively should meet requirement). Eligibility and
Qualification
Note: Additionally, UNDP may request other financial documents such as Credit Line Facility,
Form
Bank Statements etc. in order to see the bidders’ financial soundness as required.
UNDP shall verify the financial capacity of the bidder and has the authority to seek references
from concerned parties & banks on the bidder’ financial standing.
UNDP has the right to reject any bid if submitted by a contractor whom investigation leads
to a result that he is not Financially capable and/ or had serious financial problems.

Technical Evaluation Criteria

Criteria Documents to establish compliance


Goods/works/services offered in the bid are Form G: Technical Bid
substantially compliant and do not contain any
material deviation(s) from the minimum required as
included in Section 5: Schedule of Requirements.
The bid is substantially compliant with the minimum Form G: Technical Bid
Delivery Requirements included in Section 5: Schedule Form H: Price Schedule
of Requirements and do not contain any material
deviation(s).

Evaluation of Prices

Criteria Documents to establish compliance


Price comparison shall be based on the landed price, Form H: Price Schedule
including transportation, insurance and the total cost
of ownership (including spare parts, consumption,
installation, commissioning, training, special
packaging, etc., where applicable).

You might also like