Professional Documents
Culture Documents
Supply and Installation of Furniture Bid Evaluation Report November 16, 2018
Background
The Employer, Cooperative Bank of Oromia, desirous to procure a supply and installation of office furniture
for the transitional Head Quarter Building Project, entered in to a contract with our company-Addis Mebratu
Consulting Architects, Accordingly, the Employer has tasked us to render professional Contract Administration
consultancy services, in relation with the procurement for the supply and installation of office furniture.
During this stage, several unrecorded meetings were conducted with the Employer’s management/project
team and discussions have been made on possible procurement methods and criteria including the options of
Open Tender, Pre-qualification and/or Direct Negotiation. The Employer’s internal procurement directive and
guidelines recommend only open tendering process (a procedure under which, all interested eligible
Manufacturers/ goods suppliers may submit their tender documents) which allows to promote fair and open
competition for their business while minimizing exposure to fraud and collusion. Here therefore, we select the
two step bid with Technical & financial procurement method for all Manufacturers/ goods suppliers to
participate in the bid. Accordingly, we used the latest standard draft Ethiopian Public Procurement Agency bid
document containing basic contractual provisions with some EOI. Finally, the final draft bid document was
prepared (PPA -Goods Bid Document for International Competitive Bid Version-August 2011) and forwarded
to the Employer review and approval.
1.2.Invitation to Bid
The Employer announced a call to bidders to participate on the bid through “Reporter” locally well-known
News Papers to all International business organization engaged that is in relation to Manufacturing and/or
supply for Furniture. Accordingly, eligible Manufacturer and/or General supplier were encouraged to
participate in the bid by obtaining the bidding documents for a reasonable sum of Eth. Birr 500.00 to recover
the cost incurred in the preparation of the bidding document only. Tendering was open for all Manufacturer
and/or supplier who have their license renewed for F.Y. 2013 E.C. According to the procurement document all
invited Bidders were required to submit bid documents in three envelopes containing the technical offer, bid
bond (CPO) and financial offer separately.
A. The technical document shall be one original and one copy of the technical part of the bid which
comprised mandatory documentary evidence: -
B. The financial proposal shall consist of Price Schedule for the Works offered. Bidders were also
requested to submit their bids one original and one copy of the financial offer (Bid Price Schedule) in
separately sealed envelopes, clearly marking each as original & Copy.
C. The Bid Security (bank guarantee, bid bond or CPO) using the form for bid security. The Bid Security is
Eth. Birr of Fifty Thousand (250,000.00) and it should be valid for 118 days from the latest deadline for
the submission of bids.
1. Bid Opening
The bid was on the air for two weeks as it was believed to be sufficient for bidders to obtain the bidding
document, prepare responsive bids, gather information, analyze the information, establish joint venture,
obtain certificate of the power of attorney and fulfill other pre-conditions to participate in the bid.
Accordingly, as per Instruction to bidder ITB clause 25 seven bidders submitted their bids no later than the
date and time indicated in the bid data sheet (BDS). The project Employer open the bid forwarded t h e
bidder’s technical documents including soft copies to our office for a detailed review and comment. As the
attached recorded bid opening minutes of meetings and formats shows that the presence of required items in
line with the following bid instruction
As per ITB22.1 Bid shall include a Bid Security (Unconditional Bank guarantee, or CPO) using the form for
bid security included in Section 4: Bidding Forms. The Bid Security shall be ETB Two Hundred Fifty
Thousand (250,000.00) or Equivalent hard currency and it should be valid for 180 days from the latest
deadline for the submission of bids. The bid security must be enclosed in the envelope containing the
Technical Proposal and will be opened during opening of Technical proposal
Formatting and signing of Bid- as per ITB 24.1-24.3. Original and all copies of the bid shall be typed or
written in indelible ink and signed by a person duly authorized to sign on behalf of the Bidder; all pages
of the bid.
Accordingly, it is found that all bid submit as per the instruction to bid provisions except Penta Italia S.R.L
that the bid opening committee found some irregularities in the financial bid document and believe there
will have an impact in overall bid process. Accordingly, Penta Italia S.R.L bid rejected from further
evaluation.
2. Eligibility
Followed that, based listed below predetermined legal qualification evaluation criteria, we examined each
bidder’s bid document to confirm that all documentary evidence establishing the bidders' qualifications
requested in ITB Clause 23 have been provided. After confirming the bids comprise all mandatory documentary
evidence establishing the bidder's qualification, we proceeded with the examination on the legal, technical
professional and financial admissibility of each bid, classifying it as compliant or non-compliant with
qualification requirements set forth in the bidding document.
As per ITB 37.4, ITB 23.2(a) and section 3 evaluation must meet criteria; Bidder has to submit signed and dated
Bid Submission Sheet Form (form furnished in Section 4, Bidding Forms).
As per section 3: Evaluation methodology and criteria item 1,3; bidder has to provide valid trade license or
business organization registration certificate (in Relation to Manufacturing and/or Supply of Office furniture)
issued by the country of establishment in accordance with ITB Clause 4.6.
Bidder has to submit Written statement by a power of attorney (or notary statement, etc.) proving that the
person, who signed the bid on behalf of the company/joint venture/consortium, is duly authorized to do so (ITB
Sub-clause 24.2).
As per ITB 37.4(d) (iii) and ITB 5.6; Bidder shall be required to include with its bid, documentation Manufacturer
Authorization Letter from the Manufacturer of the Goods, that it has been duly authorized to supply, in Ethiopia,
the Goods indicated in its bid.
As per ITB 37.2 legal admissibility; Bidder shall have nationality in accordance with ITB Sub-Clause 4.2;
As per ITB 37.2 legal admissibility; Bidder is found to have a conflict of interest as described in ITB Sub-Clause 4.3;
As per bid data sheet ITB 4.8; Bidder has to submit signed and dated Anti-bribery pledge form
As per section 3: Evaluation methodology and criteria item 1, 7; bidder has to provide Quality assurance and/or
third-party certification of the product.
As per ITB 37.2 legal admissibility; Bidder shall have nationality in accordance with ITB Sub-Clause 4.2;
As per section 3: Evaluation methodology and criteria item 1,3; bidder has to provide valid trade license or
business organization registration certificate (in Relation to Manufacturing and/or Supply of Office furniture)
issued by the country of establishment in accordance with ITB Clause 4.6.
As per ITB 37.2 legal admissibility; Domestic Bidder has to submit VAT registration certificate issued by the tax
authority in accordance with ITB Clause 4. 6(b)(ii);
As per ITB 37.2 legal admissibility; Domestic Bidder has to submit a valid tax clearance certificate issued by the
tax authority, in accordance with ITB Clause 4.6(b)(iii);
As per ITB 37.2 legal admissibility; Bidder has to be register itself in the Public Procurement and Property
Administration Agency's suppliers list, in accordance with ITB Clause 4.7;
As per bid data, the bidder shall enter joint venture, consortium or association agreement with a local partner for
delivery of all goods to the Employer’s warehouse in Addis Ababa is requires for the international bidder In case
of an who does not have a license to operate in the Federal Democratic Republic of Ethiopia.
We then analyzed the bids' technical conformity in relation to the technical specifications, classifying them
technically compliant or non-compliant. And our Finding based on the above requirement is as follows:
Bidder has presented all the required evidence of Eligibility for international (foreign) company. Bidder has
also presented Organization registration certificate authenticated by Ethiopian Embassy in London. However
the bidder business stream is not mentioned in the certificate. And As per ITB 17.1 (c) Business license shall
indicate the stream of business in which Valid the Bidder is engaged. Furthermore, in the evaluation criteria
clearly stated that the business license shall be manufacturing and/or Supply of Office furniture and now it is
not clear the bidder is qualified to be as manufacturer or supplier. Accordingly we found the bidder to be
responsive with remark that additional information that clearly shows his business stream shall be
submitted.
Regarding Eligibility for local partner, bidder doesn’t attached any document in relation with joint venture
agreement with local partner or any trade license to operate in the Federal Democratic Republic of Ethiopia
for delivery of all goods to the Employer’s warehouse in Addis Ababa. Accordingly as per ITB 36.3 it is
determined that the bidder is not responsive.
Bidder has presented all the required evidence of Eligibility for international bidder and regarding the local
partner bidder all the required eligibility documents except the joint venture agreement has presented. Since
Bidder has attached Business Certificate for SUNON Group Co. Ltd as partner we found to be Responsive with
remark the missing joint venture agreement to be provided.
SYSPRO PLC
For Eligibility of international (foreign) bidder documentation, bidder has failed to provide quite a few
documentation of evidence such as bid submission form, power of attorney and anti-bribery pledged.
Furthermore some of the Bid document is not written in language specified in the ITB Clause 11.1.bidder
business registration certificate is in French and Arabic which should be translated in certified translator in
the country. Only one document translated in Beirut.
Regarding Eligibility for local partner company, bidder doesn’t attached any document in relation with joint
venture agreement with local partner or any trade license to operate in the Federal Democratic Republic of
Ethiopia for delivery of all goods to the Employer’s warehouse in Addis Ababa.
Accordingly, as per ITB 36.3 we have determined for both Eligibility of international & local partner the bidder
is not responsive.
Bidder has presented the complete required eligibility document for international (foreign) company & for
local partner company. However for international (foreign) company organization registration certificate and
trade license, the bidder business stream is not in relation to manufacturing and/or Supply of Office furniture.
The bidder business stream is "Contractor" and bidder has a license to operate in the Federal Democratic
Republic of Ethiopia. However, again the business stream is not in Manufacturing and/or Supply of Office
furniture. The bidder business stream is "Contractor" and accordingly, in the country commercial law, bidder
and as clearly stated in the must meet evaluation criteria bidder is not allowed to participate work related to
supply goods. Therefore, we have found Non responsive for Eligibility of the bid.
Bidder has presented all the required evidence of Eligibility for international (foreign) company. Bidder has
also presented Computer generated business organization document and the business stream is unknown, it
should be authenticated the business information using website https://evd.ezw.com by entering the
Evidence No. 18178032. Accordingly we found the bidder to be responsive provided that additional
information shall be obtained from the website or bidder shall provide additional information.
Regarding the domestic (local partner) company eligibility documentation, Bidder have a license to operate in
the Federal Democratic Republic of Ethiopia with the name "Kellina Cooperate Trading PLC" Accordingly we
found the bidder to be responsive.
Bidder has presented all the required evidence of Eligibility for international (foreign) company. Bidder has
also presented Computer generated business organization document and the business stream is unknown, it
should be authenticated the business information using Qr code (Z742RJ). Accordingly we found the bidder to
be responsive provided that additional information shall be obtained from the website or bidder shall
provide additional information.
Regarding the local partner company all the required eligibility documents has presented. Accordingly we
found the bidder to be responsive.
Bidder has failed to present anti-bribery pledged, conflict of interest form, and Manufacturer Authorization
certificate. Furthermore some of bidder quality assurance certificate is not written in language specified in the
ITB Clause 11.1. Bidder has also presented Computer generated business organization document and the
business stream is unknown, it should be authenticated the business information using QR code Z6K1NE.
Accordingly we have found the bidder not responsive for not submitting several eligibility evidence
documentation as well some of the must meet requirement documents such as Manufacturer Authorization
letter.
Regarding Eligibility for local partner company, bidder doesn’t attached any document in relation with joint
venture agreement with local partner or any trade license to operate in the Federal Democratic Republic of
Ethiopia for delivery of all goods to the Employer’s warehouse in Addis Ababa.
3.1.Conformity to Specification
In section 3 evaluation and qualification criteria bidders were requested to detail information for a proposed
product indicative image, product description, and dimensioned planner view product catalog and other
necessary documentation regarding the material. For the main furniture items it is expected bidder technical
document and proposed specification shall match with design specification in terms of Size, Material,
installation features & accessories and Aesthetic Feature. Based on the predetermined point in the bid
document the Conformity to Specification is calculated based on the list of items and their corresponding
percentage (weighted average). Accordingly, the project architect made the required evaluation for each
schedule of requirement items against bidder’s proposed schedule of requirement items. (Please find attached
evaluation results)
Bidders were requested a written statement of the proposed period of completing the supplying and installing
furniture. Moreover, bidders were requested to present detail work plan that shows identify all major tasks to
be carried out and the completion time for each major task (LC and import time, shipment and transportation
time, custom clearance and installation of the work). The work plan shall be realistic, implementable. If Bidder
shows his plan to be completed his contract within 110 calendar days will scores full mark which is 15%. And If
Bidders shows his plan more than 140 calendar days to complete his contract will score 0% mark, between 110
and 140 calendar days proportional percentage of mark will be given.
Accordingly out of 15% each bidder scores the following: (refer the attached detail evaluation form 3.2 with
remarks)
3.3.Experience in Ethiopia
Bidders were requested to present the supporting documents to prove their experience in Ethiopia, For similar
experience bidders were requested to present documentary evidence of successfully completed at least One
contracts worth Eth. Birr 10,000.000.00 for works of a nature and complexity equivalent to the Works over the
last three years (to comply with this requirement, works cited should be at least 100 percent complete).
Supporting letter from the client for good performance is mandatory and must be attached indicating value of
contract or attached sales receipt. No evaluation points will be given without producing the supporting
evidence.
Accordingly out of 10% each bidder scores the following: (refer the attached detail evaluation form 3.3 with
remarks)
Total
Part 3.1a
Part 3.1b
Part 3.1c
Part 2.1
Part 2.2
Part 3.2
Part 3.3
Part 1
Item Technical
Bidder's name
No. Evaluation
Result
must must must
15% 30% 30% 15% 10.00% 100%
meet meet meet
1 EMPIRE ENTERPRISES SARL LIMITED R R* NR 10.24% 17.26% 17.69% 0.00% 0.00% 45.19%
2 TECHNO STYLE FURNITURE CENTER S.C. R R R* 11.25% 26.61% 22.56% 14.00% 10.00% 84.42%
5 KELINNA CORPORATE TRADING PLC R R* R 15.00% 30.00% 30.00% 15.00% 10.00% 100.00%
7 PENTA ITALIA Export SRL NR NR NR 10.92% 28.99% 20.35% 0.00% 0.00% 60.26%
As you can see from the above summary and attached detail evaluation report EMPIRE ENTERPRISES SARL LIMITED,
SYSPRO PLC, CHINA WU YI CO., LTD & PENTA ITALIA Export SRL .Our office examination of the bids confirm that some
eligible documentary evidence establishing the Bidder's qualification requested in ITB Clause 23 have missed,
and determine that their bid comply with administrative requirements of the Bidding Document. Furthermore,
the above listed bidders have failed to present the must meet legal admissibility of the bid, classifying it as
compliant or non-compliant with qualification requirements set forth in the Bidding Document and score less
than minimum of 80% of technical evaluation criteria to qualify for financial opening.
Whereas, TECHNO STYLE FURNITURE CENTER S.C., KELINNA CORPORATE TRADING PLC & MOBIL PREF S.P.A. Our office
examination of the bid confirm that they are responsive for administrative requirements of the Bidding
Document & legal admissibility of the bid with some minor comment which needs to be requested additional
clarification. Beside, as per section 3 Evaluation Methodology and qualification criteria bidders are expected to
score a minimum of 80% of technical evaluation criteria to qualify for financial opening. And the sum result of
Conformity to Specification, methodology and work plan & Experience in Ethiopia, the above summary shows
that only the following bidders are score above the required minimum technical evaluation criteria.
As per instruction to bidder (ITB) 31.1 & 31.2 the bidder shall provide the following additional document to
proceed for financial bid opening.
1. TECHNO STYLE FURNITURE CENTER S.C.; Bidder has attached Business Certificate for SUNON Group Co. Ltd as
partner however the joint venture agreement is not attached. Therefore, bidder shall submit a joint venture or
consortium agreement.
2. KELINNA CORPORATE TRADING PLC; Bidder has also presented Computer generated business organization
document and the business stream is unknown, it should be authenticated the business information using
website https://evd.ezw.com by entering the Evidence No. 18178032 or the detail information regarding the
business stream shall be presented. In addition, the bidder proposed materials indicative image, product
description, and dimensioned planner view are identical with the schedule of requirement in the bid.
However, in the manufacturer’s catalog the product are not included. And this poses doubt that the company
may not supply the same material proposed in his bid. Accordingly, during the bid negotiation stage, the
matter should be discussed with the bidder that the material shall be according to his proposal.
3. MOBIL PREF S.P.A.; Bidder has presented Computer generated business organization document and the
business stream is unknown, it should be authenticated the business information using Qr code (Z742RJ) or
the detail information regarding the business stream shall be presented.
5. Recommendation #1.
As per the instructions to bidder’s clause 30, we can conclude that TECHNO STYLE FURNITURE CENTER S.C.,
KELINNA CORPORATE TRADING PLC & MOBIL PREF S.P.A. are responsive bidders which conform to all the
terms & conditions for all the Eligibility, Bid Opening and Completeness of Technical Bidding Document and
Evaluation and Qualification Criteria. Accordingly we can make the subsequent financial competition with the
three bidders. However, bidders shall present the above listed required additional before awarding the bid. And
if a Bidder fails to provide additional documents by the date and time set in your request, its bid may be
rejected.
250,000.00 (ITB-
1.2 Properly
registration
of bid
22.1)
No. Bidder's name
As we can see from signed bid opening minutes of meeting, the bidder purchased the bid document,
1 EMPIRE ENTERPRISES SARL LIMITED R R R the bid is prepared and signed properly, the required bid security is presented and bid submission
form is filled and signed.
As we can see from signed bid opening minutes of meeting, the bidder purchased the bid document,
TECHNO STYLE FURNITURE
2
CENTER S.C.
R R R the bid is prepared and signed properly, the required bid security is presented and bid submission
form is filled and signed.
As we can see from signed bid opening minutes of meeting, the bidder purchased the bid document,
3 SYSPRO PLC R R R the bid is prepared and signed properly, the required bid security is presented and bid submission
form is filled and signed.
As we can see from signed bid opening minutes of meeting, the bidder purchased the bid document,
4 CHINA WU YI CO., LTD R R R the bid is prepared and signed properly, the required bid security is presented and bid submission
form is filled and signed.
As we can see from signed bid opening minutes of meeting, the bidder purchased the bid document,
5 KELINNA CORPORATE TRADING PLC R R R the bid is prepared and signed properly, the required bid security is presented and bid submission
form is filled and signed.
As we can see from signed bid opening minutes of meeting, the bidder purchased the bid document,
6 MOBIL PREF S.P.A. R R R the bid is prepared and signed properly, the required bid security is presented and bid submission
form is filled and signed.
As we can see from signed bid opening minutes of meeting, the bidder purchased the bid document,
the bid is prepared and signed properly, the required bid security is presented and bid submission
7 PENTA ITALIA Export SRL R R R form is filled and signed. However, in Bidder's finacial envelope the name of other bidder who
already participated in this bid is written and accordingly, it is automaticaly cancelled from the bid
as non responsive bidder.
Note: R stands for Responsive and,
NR stands for Non- Responsive
bid opening attendance and bid document procurement registration attached.
PART 2:
ELIGIBILITY FOR FORIGN COMPANY [ITB ]
in Section 3 Evaluation Methdology and criteria bidders were requested to provide such evidence of their eligibility satisfactory to the Employer, to verify that the Bidder:
(a). Bidder has to submit Written statement by a power of attorney (or notary statement, etc.) proving that the person, who signed the bid on behalf of the company/joint
venture/consortium, is duly authorized to do so (ITB Sub-clause 24.2);
23.2(a). Bid Submission Sheet (form furnished in Section 4, Bidding Forms) including the mandatory attachments. Bidder has to submit signed and dated Bid Submission
Sheet Form
as per ITB 4.3 A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified.
(c). Foreign bidders must as appropriate submit business organization registration certificate or trade license issued by the country of establishment.
ITB 5.6 The Bidder shall be required to include with its bid, documentation Manufacturer Authorization Letter from the Manufacturer of the Goods, that it has been duly
authorized to supply, in Ethiopia, the Goods indicated in its bid.
According to ITB 36.3 The bid Evaluation Commettee may determine bid as not responsive when bidder has failed to submit the following:
2.8.Quality Assurance
2.2 Power of attorny
Authorization Letter
submission form'
2.9.Manufacturer
2.3 Nationality
R*or NR]
certificate
certificate
contract
No. Bidder's name
TECHNO STYLE FURNITURE No joint venture agreement between Sunon Group Co. Ltd and Technostyle has been
2 R R R R R R R R R
CENTER S.C. attached
Bidder has prsented organization regestration certificate and trade license. However,
the bidder business stream is not in relation to manufacturing and/or Supply of Office
4 CHINA WU YI CO., LTD R R R R R NR R R R furniture. the bidder business streamis "Contractor" and accordinglly, in the contry
commercial law, bidder is not allowed to participate work related to supply goods.
some of the Organization regestration certificates in italian language only one page is
6 MOBIL PREF S.P.A. R R R R R R* R R R
translated and Qr code is attched (Z742RJ) to authenticate the regestration certificate.
Bin Section 3 Evaluation Methdology and criteria bidders were requested to provide such evidence of their eligibility satisfactory to the Employer, to verify that the Bidder:
According to ITB 36.3 The bid Evaluation Commettee may determine bid as not responsive when bidder has failed to submit the following:
(a). Bidder has to submit Written statement by a power of attorney (or notary statement, etc.) proving that the person, who signed the bid on behalf of the company/joint
venture/consortium, is duly authorized to do so (ITB Sub-clause 24.2);
23.2(a). Bid Submission Sheet (form furnished in Section 4, Bidding Forms) including the mandatory attachments. Bidder has to submit signed and dated Bid Submission
as per ITB 4.3 A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified.
As per ITB 4.6.(b). bidder shall submit appropriate documentary evidence demonstrating its compliance, which shall include:
(i) Valid business license indicating the stream of business in which the Bidder is engaged,
(ii) VAT registration certificate issued by the tax authority (only domestic Bidders ),
(iii) Valid Tax clearance certificate issued by the tax authority (domestic Bidders only);
(c). Foreign bidders must as appropriate submit business organization registration certificate or trade license issued by the country of establishment.
as per ITB4.1(a). In case of an international bidder who does not have a license to operate in the Federal Democratic Republic of Ethiopia, the bidder shall enter a joint
venture, consortium or association agreement with a local partner for delivery of all goods to the Employer’s warehouse in Addis Ababa.
registration certificate
2.3 Renewed trading
license registration
certificate
NR]
No. Bidder's name
5 KELINNA CORPORATE TRADING PLC R R R R N.A. R R Bidder have a license to operate in the Federal Democratic Republic of
Ethiopia. However with the name "Kellina Cooperate Trading PLC"
6 MOBIL PREF S.P.A. R R R R R R R all the necessary document has been attached
7 PENTA ITALIA Export SRL NR NR NR NR NR NR NR No local partner document has been attached
If Product design and style feature conforms to the >> 30.0% 17.7%
architect proposed indicative image bidder will score
3.1 (c.) Aesthetic Feature full and Otherwise (not matching product design and
style feature) will score 0
If Product design and style feature conforms to the >> 30.0% 22.6%
architect proposed indicative image bidder will score
3.1 (c.) Aesthetic Feature full and Otherwise (not matching product design and
style feature) will score 0
If Product design and style feature conforms to the >> 30.0% 21.3%
architect proposed indicative image bidder will score
3.1 (c.) Aesthetic Feature full and Otherwise (not matching product design and
style feature) will score 0
If Product design and style feature conforms to the >> 30.0% 18.6%
architect proposed indicative image bidder will score
3.1 (c.) Aesthetic Feature full and Otherwise (not matching product design and
style feature) will score 0
If Product design and style feature conforms to the >> 30.0% 30.0%
architect proposed indicative image bidder will score
3.1 (c.) Aesthetic Feature full and Otherwise (not matching product design and
style feature) will score 0
If Product design and style feature conforms to the >> 30.0% 25.0%
architect proposed indicative image bidder will score
3.1 (c.) Aesthetic Feature full and Otherwise (not matching product design and
style feature) will score 0
If Product design and style feature conforms to the >> 30.0% 20.4%
architect proposed indicative image bidder will score
3.1 (c.) Aesthetic Feature full and Otherwise (not matching product design and
style feature) will score 0
Methodology & Work plan demonstrates Shipping & Transport 1.0% 0.0%
3 None
timelines will be consistent with projected completion date
5 Methodology and work plan demonstrate Installation timeline will 1.0% 0.0%
None
be consistent with projected completion date
6 If the Proposed methodology and approach (unconditional and One page letter which state that the goods to be
realistic delivery schedule and methodology) shows the completion:- sheeped from port of loading in the country of
delivery within 110 days score full mark, Delivery in between 110- 10.0% 0.0% origin with in 70-80 days after LC is attached
140 days will score 5% and delivery >140 days will score 0 however detail schedule which demonstarte the
completion of the work is stated.
5 Methodology and work plan demonstrate Installation timeline will 1.0% 1.0%
None
be consistent with projected completion date
6 If the Proposed methodology and approach (unconditional and One page letter which state that the goods to be
realistic delivery schedule and methodology) shows the completion:- sheeped from port of loading in the country of
delivery within 110 days score full mark, Delivery in between 110- 10.0% 10.0% origin with in 70-80 days after LC is attached
140 days will score 5% and delivery >140 days will score 0 however detail schedule which demonstarte the
15.0% 14.0% completion of the work is stated.
Methodology & Work plan demonstrates LC and import timeline 1.0% 0.5%
2 None
will be consistent with projected completion date
Methodology & Work plan demonstrates Shipping & Transport 1.0% 1.0%
3 None
timelines will be consistent with projected completion date
5 Methodology and work plan demonstrate Installation timeline will 1.0% 1.0%
None
be consistent with projected completion date
6 If the Proposed methodology and approach (unconditional and as we can see from the master schedule bidder is
realistic delivery schedule and methodology) shows the completion:- planning to complete the contract more than 5
delivery within 110 days score full mark, Delivery in between 110- 10.0% 0.0% month which is more than 150 calander days and
140 days will score 5% and delivery >140 days will score 0 accordinglly, as per our evaluation criteria the
delivery time more than 140 days will score 0
5 Methodology and work plan demonstrate Installation timeline will 1.0% 0.0%
None
be consistent with projected completion date
6 If the Proposed methodology and approach (unconditional and No proposed delivery time has been attached
None
realistic delivery schedule and methodology) shows the completion:-
delivery within 110 days score full mark, Delivery in between 110- 10.0% 0.0%
140 days will score 5% and delivery >140 days will score 0
15.0% 0.0%
Methodology & Work plan demonstrates LC and import timeline 1.0% 1.0%
2 None
will be consistent with projected completion date
Methodology & Work plan demonstrates Shipping & Transport 1.0% 1.0%
3 None
timelines will be consistent with projected completion date
5 Methodology and work plan demonstrate Installation timeline will 1.0% 1.0%
None
be consistent with projected completion date
6 If the Proposed methodology and approach (unconditional and Bidder has demonstrated to deliver the material
realistic delivery schedule and methodology) shows the completion:- with in 110 days
delivery within 110 days score full mark, Delivery in between 110- 10.0% 10.0%
140 days will score 5% and delivery >140 days will score 0
5 Methodology and work plan demonstrate Installation timeline will 1.0% 1.0%
None
be consistent with projected completion date
6 If the Proposed methodology and approach (unconditional and as we can see from the master schedule bidder is
realistic delivery schedule and methodology) shows the completion:- planning to complete the contract more than 6
delivery within 110 days score full mark, Delivery in between 110- 10.0% 0.0% month which is more than 180 calander days and
140 days will score 5% and delivery >140 days will score 0 accordinglly, as per our evaluation criteria the
15.0% 4.0% delivery time more than 140 days will score 0
Methodology & Work plan demonstrates Shipping & Transport 1.0% 0.0%
3 None
timelines will be consistent with projected completion date
5 Methodology and work plan demonstrate Installation timeline will 1.0% 0.0%
None
be consistent with projected completion date
Part 3.1b
Part 3.1a
Part 3.1c
Part 2.1
Part 2.2
Part 3.2
Part 3.3
Total Technical
Item No. Bidder's name
Part 1
Evaluation Result
must meet mest meet mest meet 15% 30% 30% 15% 10.00% 100%
1 EMPIRE ENTERPRISES SARL LIMITED R R* NR 10.24% 17.26% 17.69% 0.00% 0.00% 45.19%
5 KELINNA CORPORATE TRADING PLC R R* R 15.00% 30.00% 30.00% 15.00% 10.00% 100.00%
7 PENTA ITALIA Export SRL NR NR NR 10.92% 28.99% 20.35% 0.00% 0.00% 60.26%
Evaluation Weight
Accessories (30%)
Aesthetics (30%)
Dimension (15%)
Remark
Material &
(1.22%)
Item No.
Evaluation Weight
Accessories (30%)
Aesthetics (30%)
Dimension (15%)
Remark
Material &
(1.22%)
Item No.
Evaluation Weight
Accessories (30%)
Aesthetics (30%)
Dimension (15%)
Remark
Material &
(1.22%)
Item No.
Evaluation Weight
Accessories (30%)
Aesthetics (30%)
Dimension (15%)
Remark
Material &
(1.22%)
Item No.
Evaluation Weight
Accessories (30%)
Aesthetics (30%)
Dimension (15%)
Remark
Material &
(1.22%)
Item No.
Evaluation Weight
Accessories (30%)
Aesthetics (30%)
Dimension (15%)
Remark
Material &
(1.22%)
Item No.
Evaluation Weight
Accessories (30%)
Aesthetics (30%)
Dimension (15%)
Remark
Material &
(1.22%)
Item No.