You are on page 1of 18

ABAY BANK S.C.

Design and Build Head Quarter building Project


Section 4: Responsiveness, Qualification Documents & Evaluation Criteria

Part I: Bidding / Tendering Documents


Sec 4: Responsiveness, Qualification & Evaluation Criteria
Notes on Responsiveness, Qualification &Evaluation Criteria (RQEC)

The Responsiveness, Qualification & Evaluation Criteria (RQEC) requirements clearly defining:
(1) The Disqualification Criteria used to determine Bidders / Tenderers / Applicants Responsiveness
or Non-Responsiveness by clearly indicating must meet requirements;
(2) The Qualification Criteria (pre-qualification) together with assigned weights or points that can be
fair to evaluate and the overall sum that qualify for subsequent evaluation levels; and
(3) the compositions of the different categories / components of criteria such as technical & financial
to determine the successful Bidder / Tenderer / Applicant for further consideration (Contract
Conclusion).
The prospective Bidders / Tenderers / Applicants must request clarifications when any gaps and / or
ambiguities and / or discrepancies exist / identified or additional information and / or provisions are
required on the RQEC to submit responsive and qualified Bid / Tender Offer.
The Prospective Bidders / Tenderers / Applicants shall / must provide all the information requested for
the purposes of determining Responsiveness, Non-Responsiveness, Qualification and Winning
Status based on the RQEC.
The RQEC will not be part of the Contract; however can be the bases for Contract Document Priority
provision requirements of the Conditions of Contract when called upon as part of the Tender
Documents.

Abay Bank S.C. Head Quarter Building Project

ABAY BANK S.C.


ABAY BANK S.C. Design and Build Head Quarter Building Project
Section 4: Responsiveness, Qualification Documents & Evaluation Criteria

Section 4

Responsiveness, Qualification and Evaluation Criteria Requirements

Table of Contents

Sub Section I: General Responsiveness and Qualification Requirements (GRQR)

Sub Section II: Particular Responsiveness and Qualification Requirements (PRQR)

ABAY BANK S.C PRQR-1


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents & Evaluation Criteria

Sub Section I

General Responsiveness & Qualification Requirements (GRQR)

ABAY BANK S.C.


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents and Evaluation Criteria

1. General
Scope of 1.1 In connection with Responsiveness and Qualification requirements indicated in
Application Part I: Section 1 to 3, namely the:
a) Invitation for Bid / Tender (IFB),
b) Standard Instruction to Bidders / Tenderers / Applicants (SITB);
c) Bid Data Sheet or Particular Instruction to Bidders / Tenderers / Applicants
(PITB);
d) Responsiveness and Qualification Requirements of the SITB (Clauses 3,
4, 5, 16, 17, 21, 26, 27, 31, 34 & 36); and the Employer, as defined in Sub
Clause 1.1 of the BDS; issues this Responsiveness, Qualification
Documents & Evaluation Criteria to all prospective Bidders / Tenderers /
Applicants interested in Bidding / Tendering for the DB Services and / or
Works project described in Section 7:Employer’s Scope of DB Services
and / or Works of Part II: Employer’s Requirements whose Name and
Procurement Reference Number are provided in Sub Clause 1.1 of the
BDS.

Source of Funds 1.2 The Financer; indicated in the Particular Responsiveness and Qualification
Requirements towards the Cost of the Project named under SubClause 1.1
above, intends to apply a portion or whole of the funds to eligible payments
under the forthcoming contract(s) resulting from the Bidding / Tendering for
which this responsiveness and qualification is conducted.

Type of Contract 1.3 The Type of Contract and Method of Payment, whether Price is fixed or
adjustable are indicated in the PRQR.
2. Responsiveness &Qualification Criteria
General 2.1 Responsiveness & Qualification shall be based on Bidders / Tenderers /
Applicants meeting all the requirements indicated in the Bid Documents cited in
sub clause 1.1 above.
If only the Subsidiary participate in this Bid / Tender, the Responsiveness and
Qualifications Requirements ofthe Parent Company and if only the Parent
Company participates in this Bid / Tender, the Responsiveness and Qualifications
Requirements the Subsidiaries will not be taken into account in assessing those
of the Individual or/the Partnership Bidders / Tenderers /Applicants, unless they
themselves are partners or specialist contractors pursuant to sub clause 2.4 of
this GRQR to this Bid / Tender.

Nominated 2.1 If the Employer intends to execute certain specialized elements of the DB
Subcontractors Services and / or Works by Nominated Sub-Contractor(s) in accordance with Sub
Clause 4.5 of the General Conditions of Contract of the Bidding Documents;
these Nominated Subcontractors are listed in the PRQR.

ABAY BANK S.C PRQR-1


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents and Evaluation Criteria

Subcontracting 2.2 If Bidder / Tenderer / Applicant intends to subcontract parts of the DB Services
and/or Works such that the total of subcontracting is more than the percentage
stated in the PRQR of the Bidder’s / Tenderer’s / Applicant’s approximated Bid
Price, that intention shall be stated in the relevant Bidding / Tendering Forms and
/ or Templates (Part 1: Section 6)as indicated in the PRQR, together with an
indicative listing of the elements of the DB Services and/or Works to be
subcontracted.
2.3 If the Bidder / Tenderer / Applicant intends to sub-contract any highly specialized
DB Services and/or Works to Specialized Subcontractors as defined in the
PRQR, such services and / or works and the proposed Specialized
Subcontractors shall be identified, and the experience and capacity of
Subcontractors shall be described using the relevant Bidding / Tendering Forms
and / or Templates (Part 1: Section 6) as indicated in the PRQR.
2.4 With reference to sub-clauses 2.3 and 2.4, of this GRQR, the Employer may
require Bidders / Tenderers / Applicants to provide more information about their
proposals. If any proposed Subcontractor is found ineligible or unsuitable to carry
out an assigned task, the Employer may request the Bidder / Tenderer / Applicant
to propose an acceptable substitute and / or may conditionally qualify the
proposed subcontractor accordingly.

DB Contractor’s 2.5 After award of Contract, the subcontracting of any part of the DB Services and/or
Responsibilities Works other than for the provision of labor and materials or to Subcontractors
named in the contract shall require the prior consent of the Employer.
Notwithstanding such consent, the DB Contractor shall remain responsible for the
acts, defaults and neglects of all Subcontractors during contract implementation.

General Design & 2.6 The applicant shall provide evidence that;
Build Experience
a. It has been actively engaged in the DB Services and / or Works business for
at least the period stated in the PRQR immediately prior to the date of
submission of applications, in the role of the Prime Contractor, or
Management Contractor, or a Partner in a Partnership, or a Subcontractor
using the relevant Bidding / Tendering Forms and / or Templates (Part 1:
Section 6) indicated in the PRQR, and
b. The Applicant has generated an average annual construction works turnover
during the period and greater than the amount stated in the PRQR using the
relevant Bidding / Tendering Forms and / or Templates (Part 1: Section 6)
indicated in the PRQR.

Particular 2.7 The Bidder / Tenderer / Applicant shall provide evidence that;
Experience
a. It has successfully or substantially completed at least the number of DB
Contracts stated in the PRQR using relevant Bidding / Tendering Forms
and / or Templates (Part 1: Section 6) indicated in the PRQR.

ABAY BANK S.C PRQR-1


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents and Evaluation Criteria

The DB Services and/or Works may have been executed by the Bidder /
Tenderer / Applicant as a Prime Contractor, or Management Contractor, or
Member of a Partnership, or a Subcontractor, with references being
submitted to confirm satisfactory performance, and

b. The Bidder / Tenderer / Applicant shall also provide evidence that it has
achieved the minimum monthly and/or annual production rates of the key
construction activities described in the PRQR under similar contract
conditions.
Financial 2.8 The Bidder / Tenderer / Applicant shall demonstrate that it has access to or has
Capabilities available financial sources [liquid assets, unencumbered real assets, line of
credit and other financial means (independent of any contractual advance
payment)] sufficient to meet the construction works cash flow requirements for
the subject contract(s) in the event of stoppage, start-up, or other delays in
payment of the minimum estimated amount stated in PRQR, net of the Bidder /
Tenderer / Applicant’s commitments for other contracts using relevant Bidding /
Tendering Forms and / or Templates (Part 1: Section 6) indicated in the PRQR.
2.9 In the relevant Bidding / Tendering Forms and / or Templates, the Bidder /
Tenderer / Applicant shall also demonstrate, to the satisfaction of the Employer,
that it has adequate sources of finance to meet the cash flow requirements for
this DB Services and/or Works and projects at hand and currently in progress
as well as for future contract commitments using relevant Bidding / Tendering
Forms and / or Templates (Part 1: Section 6) indicated in the PRQR.
2.10 The Audited Balance Sheets or, other financial statements acceptable to the
employer, for the last five years shall be submitted and must demonstrate the
current soundness of the Bidder’s / Tenderer’s / Applicant’s financial position
and indicate its prospective long-term profitability using relevant Bidding /
Tendering Forms and / or Templates (Part 1: Section 6) indicated in the PRQR.

Personnel 2.11 The Bidder / Tenderer / Applicant shall supply general information on the Head
Capabilities office management and this specific project structure of the firm and shall make
andManagement provision for suitably qualified personnel to fill the key positions listed in the
Structures PRQR, as required during contract implementation using relevant Bidding /
Tendering Forms and / or Templates (Part 1: Section 6) indicated in the PRQR.

Machinery 2.12 The Bidder / Tenderer / Applicant shall own, or have assured access (through
Capabilities hire, lease purchase agreement, other commercial means, or approved sub-
contracting) to key items of Machinery and/or Equipment, in full working order,
as listed in the PRQR, and must demonstrate that, based on known
commitments, they will be available for timely use in the proposed DB Contract
using relevant Bidding / Tendering Forms and / or Templates (Part 1: Section 6)
indicated in the PRQR.
The Bidder / Tenderer / Applicant may also list alternative types of Machinery, if

ABAY BANK S.C PRQR-1


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents and Evaluation Criteria

any, that it would propose for use for the DB Contract, together with an
explanation of the proposal.

Litigation History 2.13 The Bidder / Tenderer / Applicant shall provide accurate information on the
related Form for Litigation History, using relevant Bidding / Tendering Forms and
/ or Templates (Part 1: Section 6) indicated in the PRQR, about any Litigation or
Arbitration resulting from contracts completed or ongoing under its execution
over the last five years. A consistent history of awards against the Bidder /
Tenderer / Applicant or any partner of a Partnership may result in failure of the
application.
History of Non-
2.14 The Bidder / Tenderer / Applicant shall provide evidence that;
Performing
i.) Non-performance of a contract did not occur within the last Five (5) years
Contracts prior to the deadline for Bid Submission based on all information on fully
settled disputes or litigation using relevant Bidding / Tendering Forms and /
or Templates (Part 1: Section 6) indicated in the PRQR.

A fully settled dispute or litigation is one 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.

In addition to the submitted information, the Employer reserves the right to


obtain any records of non-performance of the Bidders in the past 3 years
from official records within or outside of Ethiopia as a basis for
Responsiveness and / or Qualification requirements.

ii.) If the Employer, based on full documentary evidence, establishes poor


performance by any other Bidders engaged in similar works in the World at
large and in Africa and other developing countries in particular, on any
contracts carried out over the last 5 years, then the Employer may use this
information in the assessment of the Bidders’ Responsiveness and / or
Qualifications Requirements.
3. Partnerships
Eligibility 3.1 If the Bidder / Tenderer / Applicant comprises a number of firms combining
their resources in a Partnership, the legal entity constituting the Partnership
and the Individual Partners in the Partnership shall be registered in eligible
source countries and shall meet the requirements of Clause 3 of the Standard
Instruction to Bidders and Bid Data Sheet of this Bid / Tender Document.

Clarification of 3.2 The Partnership must satisfy collectively the Requirements of Clause 2 of the
Applications GRQR above and the PRQR. For this purpose the following data of each
member of the Partnership may be added together to meet the collective
qualifying criteria:
(a) Average Annual Turnover (Sub-Clause 2.7[b] );
(b) Particular Experience (Sub-Clause 2.8[a]) and Key Production Rates

ABAY BANK S.C PRQR-1


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents and Evaluation Criteria

(Sub-Clause 2.8 [b]);


(c) Construction Works Cash Flow (Sub-Clause 2.9);
(d) Personnel Capabilities (Sub-Clause 2.12); and
(e) Machinery and/or Equipment capabilities (Sub-Clause 2.13).
Each partner must satisfy the following criteria individually;
(f) General construction works experience for the period of years stated in
Sub-Clause 2.7(a) above,
(g) Adequate sources to meet financial commitments on other contracts as
per Sub-Clause 2.10 above,
(h) Financial Soundness as per Sub-clause 2.11 above
(i) Litigation History pursuant to Sub- clause 2.14 above, and
(j) Non-Performances of the Contract pursuant to sub-clause 2.15 above.
As a lead firm it must fulfill 50% of the qualifying criteria given under Sub-
clauses 2.7(b), 2.8(a) & (b) and 2.9 above.
Each of the other partners of the Partnerships must fulfill at least 25% of the
qualifying criteria given under Sub-clauses 2.7(b), 2.8(a) & (b) and 2.9.
In accordance with the above, the application shall include all related
information required under Clause 2 for individual partners in the Partnership.
3.3 One of the Partners, who is responsible for performing a key function in
Partner in Charge
Contract Administration / Management or is executing a major component of
the proposed DB Contract; shall be nominated as being “Partner In Charge or
Lead Partner” during the Bidding / Tendering periods and, in the event of
communicating the successful Bidder and contract conclusion, and during the
DB Contract Implementation Timeframe.

The Partner In Charge / Lead Partner shall be authorized to receive


instructions for and on behalf of any, and all partners of the Partnership; this
authorization shall be evidenced by submitting a power of attorney signed by
legally authorized signatories of all the Partners in the Bid / Tender Offer.
Partner Limitation 3.4 Unless otherwise stated in the PRQR, there shall be no limit on the number of
Partners in Partnership; however, the attention of Bidders / Tenderers /
Applicants is drawn to the provisions of Sub-clause 3.5 below.

Joint and Several 3.5 All partners of the Partnership shall be legally liable, and jointly and severally
Liability liable, during the Bidding / Tendering process as well as for the execution of
the forthcoming DB Contract in accordance with the Contract Terms, and a
statement to this effect shall be included in the authorization mentioned under
Sub-clause 3.3 above.
A Partnership Agreement (PA) entered into by the Partners shall be submitted
with the Bid Proposal / Application.
Pursuant to Sub-clauses 3.3 to 3.5 above; the PA shall include among other

ABAY BANK S.C PRQR-1


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents and Evaluation Criteria

things: the (a) Partnership’s objective; (b) Proposed management structure;


(c) Contribution and / or Participations of each partner to the Partnership; (d)
Commitment of the Partners to joint and several liability for due performance;
(e) Recourse/Sanctions within the Partnership in the event of default or
withdrawal of any partner; (f) Arrangements for providing the required
indemnities and those required by the Applicable Law to this Contract.

ABAY BANK S.C PRQR-1


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents and Evaluation Criteria

Part -II

Particular Responsiveness & Qualification Requirements (PRQR)

ABAY BANK S.C PRQR-1


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents and Evaluation Criteria

The PRQR below is prepared for Responsiveness and Qualification related information for a single
(individual) and / or Partner contract formulation.

GRQR Sub- These particular instructions are intended to complement, amend, or supplement the provisions in the
Clause GRQR to prospective Bidders / Tenderers. In the event of conflict or ambiguity, the provisions in the
Reference PRQR shall prevail over those in the GRQR.
1.2 Source of Fund: ABAY BANK S.C. has allocated budget to cover the foreign and local currency
payments of the Project. However, Tenderers proposing to provide foreign and/or domestic finance
arrangement in full or partially, are welcomed and consideration in the form of a portion of the
qualification criteria is made based on the point assigned in the Form of R&Q4: Bidder’s Financial
Situations, Sources, Contributions and Average Turnover of the Bidding / Tendering Forms and / or
Templates (Part 1: Section 6) of the Bidding / Tendering Documents.
1.3 Types of Contract: This DB Contract is a Lump Sum Contract for the entire project. Part of the major
activity completed can be paid as approved by the Employer / the Design Review, Supervision and
Contract Administration Employer’s Representative according to the Terms and Schedule of payments
(Part III: Section 13).
Method of payment: Direct to the DB Contractor’s Bank Account.
Price is: Price is not subject to Price Adjustment.
Time for Completion is: 1461 Calendar Days or Four Years including mobilization.
2.1 General
NB: Bidder’s are only required to submit those responsiveness documents that were not considered in
the Expression of Interest and those specifically requested in their Letter’s of Invitations.
The Responsiveness & Qualification Criteria includes the (a) Eligibility, (b) Litigation History, (c)
Historical Contract Non-Performance, (d) Bid Security, (e) General and Particular Design and / or Build
Experience, (f) Conceptual Design Proposal, (g) Financial Capabilities, (h) Personnel and Machinery
Capabilities,(i) DB Services and / or Works Methodologies and (j) other relevant information as
demonstrated by the Bidders / Tenderers / Applicant’s Responses using Part I: Section 6 of the Bidding
/ Tendering Forms and / or Templates.
For the Purposes of Clarity, the following Tables and Descriptions will provide sufficient information to
determine Responsiveness and / or Qualification Documents submitted by the Bidders / Tenderers /
Applicants.
Table 1: Eligibility Criteria
Bidder(s) Document
Factors
Requirements Partnership Required
Individual
All Combined Each Partner At least One
Nationality Eligibility Must Meet Must Meet Must Meet NA Form R&Q 1
Conflict of Interest No COI Must Meet Must Meet Must Meet NA Form R&Q 1

Table 2: Historical Contract Non-Performance (Last Five Years)


Bidder(s) Document
Factors
Requirements Partnership Required
Individual
All Combined Each Partner At least One
Beyond Limit
Substantial Delay of Liquidated Must Meet NA Must Meet NA Form R&Q 3
Damages
After Final
Termination Dispute Must Meet NA Must Meet NA Form R&Q 3
Resolution
More than
Pending Litigations 10% of Net Must Meet NA Must Meet NA Form R&Q 3
Worth
Failure to Conclude Bid Security
Must Meet NA Must Meet NA Form R&Q 3
Contract Forfeited

ABAY BANK S.C PRQR-1


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents and Evaluation Criteria

Relevant
Barred Must Meet NA Must Meet NA Form R&Q 3
Institutions

Bid Security: A Must Meet Criteria for Bid Security pursuant to SITB and BDS Sub Clause 19.
General & Particular Design and / or Build Experience: A Must Meet Criteria for General & Particular
Design and / or Build Experience by the Individual Bidder or by at least one (preferably the Lead
Partner) or both of the partners pursuant to Sub Clause 2.7 & 2.8 of the PRQR below.
Conceptual Design Proposal:
The Conceptual design shall be evaluated (20 %) using the following General criteria and weights:
1. Design Program and Concept Development (3 %)
2. Program Space Allocation (4 %)
3. Interior Quality (3%)
4. Exterior Quality (4 %)
5. Responsiveness to Regulatory and Technical Requirements (4 %)
6. Economical Excellence / Considerations (2 %)
Financial Capabilities: A Must Meet Criteria of minimum:
1. At Least USD 15 Million Net Worth or Equity Amount of the Last Year
2. At Least USD 30 Million Peak Annual Turnover of the Last Five Years
3. At Least USD 40 Million Average Annual Turnover of the Last Five Years
4. At Least USD 5 Million Average Profit Before Tax of the last five Years
5. At Least USD 20 Million Liquid Asset and / or Credit Facilities
by the individual bidder or by at least one (preferably the Lead Partner) or all of the partners.
NB: Audited Report is Mandatory
Personnel and Machineries Capabilities: A minimum requirement to get the full weight for Personnel
and Machineries Capabilities by the individual bidder or by at least one (preferably the Lead Partner) or
all of the partners pursuant to the minimum requirements set in Sub Clauses 2.12 & 2.13 of this PRQR
below.
DB Services and / or Works Methodologies: A qualification criteria given in Table 3 below.
The Overall Responsiveness and Qualification Criteria
The Overall Responsiveness and Qualification Criteria shall be based on the:
1. Bid / Tender Offer found to be the least evaluated, responsive and qualified approach with a
proportion of 70:30 for Qualification and Financial Criteria.
2. Technical Qualification Criteria and Weightings given in Table 3 Below.
No. Table 3. Qualification Criteria Weights
1 Conceptual Design Proposal 20
a. Design Program & Concept Clarity (3)
◦ Clarity, Creativeness & Feasibility 2
◦ Comment on Design Requirements and Improvement proposed 1
b. Program Space Allocation (4)
◦ Outdoor function 0.5
◦ Entrance Lobby, Vertical Circulation Core(s) and Major Floor Level 0.5
Circulations 0.5
◦ Toilets and Kitchens 2
◦ General Functions (President’s Office, Departments, Halls, etc.) 1
◦ Clusters and Rooms 0.5
◦ Parking
c. Interior Quality (3) 1
◦ Entrance Lobby 0.5
◦ Meeting Hall 1
◦ Presidents’ Offices 0.25
◦ Work Pool 0.25
◦ Cafeteria

ABAY BANK S.C PRQR-1


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents and Evaluation Criteria

d. Exterior Quality (4) 1


◦ Main Entrance Outdoor Spaces and Landscaping 1
◦ Façade Material and Design 1
◦ 3D Building Quality 1
◦ Streetscape Quality Considerations
e. Responsiveness to Regulatory, and Technical Requirements (4) 1
◦ Adequacy and Feasibility of Structural & Constructability Excellence 0.5
Considerations
0.5
◦ Fire Precautions Provisions Quality
0.5
◦ Provisions and Effectiveness of Building Systems
1
◦ Compliance with Planning and Building Laws and Regulations
0.5
◦ Response to Sustainability / Green Building Requirements
◦ Adequacy and Feasibility of MEB Services 1
f. Economical Excellence Considerations (2) 1
◦ Building Development Cost
◦ Life Cycle Cost
2 General Experience 10
a. Minimum Time Period in DB Services and / or Works Business 5
g. Peak Annual Turn Over of the Last Five Years 5
3 Specific Experience 15
a. At least One Number of DB Projects with Values not less than USD 30 Million 6
b. At least Two Numbers of Similar Nature Projects (Financial & / or Corporate Office 5
Buildings)
c. At least Two Numbers of 20 Storeys or Higher High Rise Building Projects 4
4 Financial Capabilities 20
a. Current Liquid Asset and / or Credit Facilities 6
h. Last Year Net Worth Amount 5
i. Financial Contributions Proposed 5
j. Average Profit before Tax 4
5 Personnel Capabilities 15
a. Project Mangers (Design Services and Construction Works) 3
k. Architectural Design Services Team 2
l. Structural & Geotechnical Design Team 2
m. MEP, HVAC, EHS & Fire Precautions Team 2
n. Construction Management Services Team 2
o. Drafting & Animation Team 1
p. Others Proposed by the Bidders 1
q. Construction Works Project Management Team 2
6 Machineries Capabilities (Refer Sub Clause 2.7 below) 10
a. Rig Core 1
r. Tower & Mobile Crane 1.5
s. Excavator with Jack Hammer 1
t. Dozers 1
u. Dump Truck With Loaders 1
v. Batching Plant with Mobile Truck 1.5
w. Asphalt Distributor 1
x. Formwork & Scaffolding 1
y. Concrete Mixer 0.5
z. Generator 0.5
7 Adequacies of Methodology & Schedule 10
a. Comments on the Bid / Tender Document in general and on Employer’s Requirements in 0.5
Particular
aa. Declaration of Site Visit and Appreciation of the Project focusing on its Feasibility 0.5
bb. Over all Organization Structure of the DB Services and / or Works at Head Office and 1.5
Project Office levels
cc. Design Services Approach and Methodology Adequacies 2
dd. Design Services Task Team Composition and Schedule 1
ee. Construction Works Approach and Methodology Adequacies 2.5
ff. Construction Works Program / Schedule 1
gg. Performance Reporting 1

ABAY BANK S.C PRQR-1


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents and Evaluation Criteria

NB 1: For Must Meet Minimum Requirements of Qualification Criteria 2, 3 & 4; the minimum
requirements receives the least point and the Highest Values of the Bidders / Tenderers receives the
total weight allocated and the rest will be determined proportionally from the highest values of the
Bidders / Tenderers downwards and the minimum requirements shall be fulfilled by at least one partner
(Preferably the Lead partner) or the Individual Bidder / Tenderer.
NB 2: For Personnel Capabilities use proportions of 40%, 30% and 30% for relevant profession,
credentials and experience requirements. In addition, allocate 40% for Particular Experience in at least
one DB project, 30% for High Rise Building Experience and 30% General Experience. Full weight is
given for those fulfilling the Minimum Requirements and for others proportionally lower.
NB 3: For Machineries Capabilities, full weight is given for those fulfilling the Minimum Requirements
and for others proportionally lower.
Bidders / Tenderers / Applicant getting a score of less than 75% will be rejected and their financial
proposals will be returned unopened.
The Weights given to the Qualification and Financial Criteria are 70% and 30% respectively.
The Total Score (St) will be determined for each proposal by combining the Scores for Qualification
Criteria (Sq) and Financial Criteria (Sf) using the following expression:
St = 0.7*(Sq) + 0.3*(Sf)
The Financial Score (Sf) for each proposal will be determined using the lowest priced proposal (P L)
among responsive and qualifying bidders given an Sf of 100% and other proposals (PO) proportionally
using the following expression:
Sf = 100*(PL / PO)
2.2 No Nominated Subcontractor is proposed by the Employer.
2.3 Subcontracting by the Bidder / Tenderer / Applicant
Provide information if more than 10 percent (about) of the Tender Price to be subcontracted using the
Form Tech 4: Construction Works Proposed Subcontractors and Suppliers of the Bidding / Tendering
Forms and / or Templates (Part 1: Section 6). Besides, the sum of all values of subcontracting shall be
limited to 40 percent of Bidder’s / Tenderer’s / Applicant’s proposed bid price and those applicants
proposing more than 40 percent will be rejected.
2.4 Specialized Subcontractor(s) or Contractors are those trade based (sometimes called trade
contractors) and certified / licensed to perform their trade using the art, experience, science, and skill
necessary to satisfactorily organize, administer, construct, and complete their parts of projects under
their classification, in accordance with the standards of their trades.
Provide Information regarding specialist subcontractors and their experiences using Forms R&Q 1,
Tech 7, R&Q 6: General and Specific Experiences of the Bidding / Tendering Forms and / or Templates
(Part 1, Section 6) of this Bid / Tender Document.
2.7 General Construction Works Experience
(a) Minimum Time period in the Construction Works Business : is eight (8) years for a single or all
partners of the Bidders.
Minimum Number of Design and Build Specific Experience: Among the projects undertaken by the
Bidder(s), at least one of them shall be a Design - Build Contracts.
(b) Required Minimum Peak Annual Turnover in the last five years:
Minimum Peak Annual Turnover of DB services and/or construction works of a single or sum
(within the same year) of Bidders in partnership over the past five years shall be USD 50 million.
Provide Information using Forms R&Q 1, R&Q 4 & R&Q 6 of the Bidding / Tendering Forms and / or
Templates (Part 1, Section 6) of this Bid / Tender Document.
Particular Construction Works Experience
2.8 (a) Required number of Building Projects at least 70% completed in the last five years:

ABAY BANK S.C PRQR-1


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents and Evaluation Criteria

Particular Construction Works


Item No. Requirement
Experience
i. Number of Projects 3
ii. Value of the projects At least USD 30 million or 20 Story Building projects
iii. Nature, Complexity & Similarity of Mixed use or Office Buildings Project
projects
(b) Key production rates:
Item Unit Required Performance
Excavation for Basements M3 / hr 17 – 20 per Excavator
Plant Mix (Concrete) M3 / hr 150 per Plant
Number of Floors Month At least three floors
Façade Construction Works M2 / day 40
NB: Provide Information using Form R&Q 6 of the Bidding / Tendering Forms and / or Template (Part 1, Section 6 of this
Bid/Tender Document)
Financial Capabilities (For this Specific Project)
2.9
Minimum Liquid assets, unencumbered real assets, lines of credit, and other financial means, net of
current commitments, available to meet the total construction works cash flow demands of the subject
contract amounts shall be USD 50 Million.
Provide Information using Form FIN 4 of the Bidding / Tendering Forms and / or Template (Part 1,
Section 6 of this Bid/Tender Document).
Financial Capabilities (For All Projects)
2.10
NB: Bidder’s shall submit only those Responsiveness documents explicitly requested in their Letters of
Invitations.
Minimum Liquid assets, unencumbered real assets, lines of credit, and other financial means, net of
USD 50 Million allocated for the project under Bid / Tender, available to meet the total construction
works cash flow demands of the works at hand shall be demonstrated.
Provide Information using Forms R&Q 4 of the Bidding / Tendering Forms and / or Template (Part 1,
Section 6 of this Bid/Tender Document).
2.12 Personnel Capabilities
Bidder shall provide the following:
1. Organization Chart for the Head Office Staff who would be directly concerned with the
Contract, as necessary
2. Organization Chart for Site management including site organization and key technical
supervisory staff,
3. Organization Chart for Design Services,
4. Task – Team Composition for Design, Quality Assurance and Contract Administration
services
5. Organization Chart for Sub-Contractors or Designers, and
6. Professionals required for Design Services and Construction Works listed below.
Provide Information using Forms Tech 2, 3 & 4 of the Bidding / Tendering Forms and / or Template
(Part 1, Section 6 of this Bid / Tender Document).
Professionals Required for Design Services
The Design Team is comprised of minimum of the following professionals:
A. General
No Position Min. No Min. Qualification & Experience
1 Design Services Manager 1 B.Sc. or above in Relevant profession, and 10 years general and 8 years
particular experience
Total 1
B. Architecture Design Team
No Position Min. No Qualification & Experience
1 Architecture Team leader 1 B.Sc. or above in Respective profession, and 8 years general and 6 years
particular experience
2 Interior Designer or Architect 1 B.Sc. or above in Respective profession, and 6 years general and 4 years

ABAY BANK S.C PRQR-1


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents and Evaluation Criteria

particular experience
3 Façade Designer or Architect 1 B.Sc. or above in Respective profession, and 6 years general and 4 years
particular experience
4 Other Specialists 3 B.Sc. or above in Respective profession, and 6 years general and 4 years
particular experience
Total 6
C. Structural and Geotechnical Design Team
No Position Min. No Qualification & Experience
1 Structural Design Team leader 1 B.Sc. or above in Respective profession, and 8 years general and 6 years
particular experience
2 Structural Design engineer 2 B.Sc. or above in Respective profession, and 8 years general and 6 years
particular experience
3 Geotechnical Engineer 1 B.Sc. or above in Respective profession, and 8 years general and 6 years
particular experience
4 Lateral Loads Analysis 2 B.Sc. or above in Respective profession, and 8 years general and 6 years
engineer particular experience
Total 6
D. MEP, HVAC, ICT & Fire Precaution Services Design Team
No Position Min. No Qualification & Experience
1 MEP Team leader 1 B.Sc. or above in Respective profession, and 8 years general and 6 years
particular experience
2 Plumbing Engineer 1 B.Sc. or above in Respective profession, and 8 years general and 6 years
particular experience
3 Electromechanical engineer 1 B.Sc. or above in Respective profession, and 8 years general and 6 years
particular experience
4 Electrical engineer 1 B.Sc. or above in Respective profession, and 8 years general and 6 years
particular experience
5 Environment, Safety and 1 B.Sc. or above in Respective profession, and 8 years general and 6 years
Health Engineer particular experience
6 ICT & Security Engineer 1 B.Sc. or above in Respective profession, and 8 years general and 6 years
particular experience
7 HVAC Engineer 1 B.Sc. or above in Respective profession, and 8 years general and 6 years
particular experience
8 Fire Engineer 1 B.Sc. or above in Respective profession, and 8 years general and 6 years
particular experience
Total 8
E. Construction Management Team
No Position Min. No Qualification & Experience
1 Cost Engineer (2) B.Sc. or above in Respective profession, and 8 years general and 6 years
particular experience
2 Contract Engineer (1) 4 B.Sc. or above in Respective profession, and 8 years general and 6 years
particular experience
3 Claim Expert (1) B.Sc. or above in Respective profession, and 8 years general and 6 years
particular experience
Total 4
F. Drafting and Animation Team
No Position Min. No Qualification & Experience
1 Architectural Drafting B.Sc. or above in Respective profession, and 3 years general and 3 years
particular experience
2 Structural and B.Sc. or above in Respective profession, and 3 years general and 3 years
Geotechnical Drafting 3 particular experience
3 MEP Drafting B.Sc. or above in Respective profession, and 3 years general and 3 years
particular experience
Total 3

G. Others to be recommended by the Bidder, either replacing those in the list above; or additional necessary ones
with explanation of their tasks.

Professionals Required for Construction Works Team


The construction works teams are categorized under Project Management team and supervisory team. The project
management team is deployed on the basis of permanent project staff while the supervisory team consist the design
team who inspect the project implementation on intermittent basis.

ABAY BANK S.C PRQR-1


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents and Evaluation Criteria

(a) Project management team comprises a minimum of key personnel as regular staff.
A. Project Management Team
No Position Min. No Qualification & Experience
1 Project Manager 1 B.Sc. in CM or C.Eng. or related discipline with 10 Years general and 8 years
particular Experience or above
2 Assistant Project Manager 1 B.Sc. or above in CM or CEng or related discipline with 8 Years general and 6 years
particular Experience
3 Project / Construction / Site 2 B.Sc. in Civil Eng. or related discipline with 8 Years or above general and 6 years
Engineers particular Experience
4 Office Engineers 2 B.Sc. in CM or related discipline with 6 Years or above general and 4 years particular
Experience
5 Contract & Claim 2 B.Sc. in CM or related fields with 8 Years or above general and 6 years particular
Administrators Experience
7 Quantity Surveyors 2 B.Sc. in CM or related discipline or above with 6 Years general and 4 years particular
Experience
8 Project Human 1 B.A. in Management or related discipline / 6 Years general and 4 years particular
Resources Manager Experience
9 Project Procurement Manager 1 B.A. in Supplies Management or related discipline or above with 6 Years general and
4 years particular Experience
10 Project Equipment / Machinery 1 B.Sc. in Mechanical Eng. or related discipline or above with 6 Years general and 4
Manager years particular Experience
11 Project Finance Manager 1 B.A. in Accounting or related discipline or above with 6 Years general and 4 years
particular Experience
Total 14

(b) Supervisory Team; All professionals taking part in the Construction Design Services of the project to be required
to undertake supervision on an intermittent basis on their respective specialization.
2.13 Minimum Machineries Capabilities are as listed below but not limited to:
No. Equipment Type & Capacity Minimum Required
1 Rig for Core Drill, of appropriate power 1
2 Steel Formwork and Scaffolding 10,000 m2
3 Asphalt Distributor 2000 Lt or above 1
4 Concrete Producing / Batching Plant with 4 Mobile Truck Mixer or Concrete 1
Pump and Reliable source of supply
5 Concrete Mixers of 1000 Lt or above 6
6 150 KVA Generator 1
7 Tower and Mobile Crane 10 ton & above each 2
8 Dump Trucks, 10 m3 & above with Two Loaders with 2 m3 & above capacity 10
9 Excavator, 1.5 m3 & above with Jack Hammers 3
10 Dozer 250 HP or above 2
NB: Bidders are required to present evidences for owning or accessing these equipment.
Provide Information using Form R&Q 8: Bidder’s Machineries Capabilities of the Bidding / Tendering
Forms and / or Template (Part 1, Section 6 of this Bid/Tender Document).
2.14 Litigation History
All pending litigation shall in total not represent more than Thirty Percent (30%) of the Bidder's net worth
and if less of shall be treated as resolved against the Bidder. This applies to all partners too.
Provide Information using Form R&Q 3 of the Bidding / Tendering Forms and / or Template (Part 1,
Section 6 of this Bid/Tender Document).
2.15 History of Non-Performing Contracts
NB: Not Applicable as already considered in the Expression of Interest.
Provide Information using Form R&Q 3 of the Bidding / Tendering Forms and / or Template (Part 1,
Section 6 of this Bid/Tender Document).
3.2 Clarification of Applications
Amend GRQR Clause 3.2 as follows:
(i) The Partnership must satisfy collectively the criteria of Clause 2 of the GRQR & PRQR. For this
purpose the following data of each member of the Partnership may be added together to meet the
collective qualifying criteria:

ABAY BANK S.C PRQR-1


ABAY BANK S.C. Design and Build Head Quarter Building Project
Responsiveness, Qualification Documents and Evaluation Criteria

(a) General construction works experience for the period of years stated in the PRQR
Sub-Clause 2.7(a),
(b) Average annual turnover as per PRQR Sub-Clause 2.7[b];
(c) Bidder’s / Tenderer’s Financial Contributions as per PRQR Sub-Clause 1.2;
(d) Particular experience as per PRQR Sub-Clause 2.8[a]) and key production rates as
per PRQR Sub-Clause 2.8 [b];
(e) Construction works cash flow requirements pursuant to PRQR Sub-Clause 2.9);
(f) Personnel capabilities pursuant to PRQR Sub-Clause 2.12; and
(g) Machineries capabilities pursuant to PRQR Sub-Clause 2.13.
(ii) Each partner must satisfy the following criteria individually;
(h) Adequate sources to meet financial commitments on other contracts as PRQR Sub-
Clause 2.10,
(i) Financial Soundness as per PRQR Sub-clause 2.11,
(j) Litigation History as per PRQR Sub- clause 2.14, and
(k) History of Non-Performing Contracts as per PRQR Sub- clause 2.15.
In accordance with the above, the application shall include all related information required under Clause 2
for individual partners in the Partnership as well.
3.3 Partnership
Partner Limitation: The limit in the number of partners in a Partnership is up to a maximum of 3 (three);
however, this does not include the number of subcontractors.
3.6 Other Responsiveness & Qualification Criteria
The Bidder / Tenderer / Applicant shall also fulfil the requirements of:
(a) Bid Security using the Template R&Q 2 of the Bidding / Tendering Forms and / or
Template (Part 1, Section 6);
(b) General and Specific Form of Bid / Tender and appendices there to, if any, using the
Templates GEN 4& FIN 1 of the Bidding / Tendering Forms and / or Template (Part 1, Section 6);
(c) Conceptual Design at Schematic level whose evaluation criteria are as indicated in
sub clause 2.1 of the PRQR using Template Tech 1 of the Bidding Forms and / or Template (Part 1,
Section 6);
(d) Construction Works Program / Schedule and Design Services Task Team
Composition & Schedule using Templates Tech 3 &4 of the Bidding / Tendering Forms and / or
Template (Part 1, Section 6);
(e) Environment, Health, Safety, Security and Fire Precaution Management Plan for the
Design & Build Services and / or Works Using Template Tech 6 of the Bidding / Tendering Forms and
/ or Template (Part 1, Section 6);
(f) Proposed Foreign Currency Proportion for the DB Services and / or Works using Form R&Q 9 of the
Bidding / Tendering Forms and / or Template (Part 1, Section 6);
(g) Declaration of Site Visit & Understanding of the DB Services and / or Works using
Form GEN8 of the Bidding / Tendering Forms and / or Template (Part 1, Section 6);
(h) Comments on the Bid / Tender Documents using Template GEN 6 of the Bidding /
Tendering Forms and / or Template (Part 1, Section 6); and
(i) Bid / Tender price using Form FIN 2 of the Bidding / Tendering Forms and / or
Template (Part 1, Section 6).

ABAY BANK S.C PRQR-1

You might also like