Professional Documents
Culture Documents
Recommendation Report
Integrated Solutions - City Drainage Package D-01 Paita
Document Control No. – 999967-UKD001-000-ZZ-RP-ZZ-000134 Revision 1
Classification - Private
Review and Approval
Nick Barrett,
Prepared by 30/11/22
Procurement Manager
Kate Flint,
Approved by 30/11/22
Programme Director
Revision History
Copyright Information
The contents of this document are the property of the Autoridad para Reconstruccion con Cambios
(ARCC). Use of any part of this document without the authorisation of the
ARCC is prohibited.
Classification - Private
Table of Contents
1 EXECUTIVE SUMMARY ................................................................................................................. 4
1.1 INTRODUCTION .................................................................................................................................... 4
1.2 TECHNICAL EVALUATION........................................................................................................................ 5
1.3 COMMERCIAL EVALUATION .................................................................................................................... 5
1.4 SUMMARY EVALUATION ........................................................................................................................ 6
1.5 DECISION REQUIRED ............................................................................................................................. 6
2 BACKGROUND INFORMATION ..................................................................................................... 7
3 TENDER RECEIPT AND OPENING................................................................................................... 8
3.1 QUALIFICATIONS .................................................................................................................................. 8
3.2 CHANGE IN CIRCUMSTANCES .................................................................................................................. 9
3.3 SCHEDULE .......................................................................................................................................... 9
3.4 EVALUATION METHODOLOGY ................................................................................................................. 9
3.5 CONFIRMATION OF ACCEPTANCE OF AMENDMENTS .................................................................................... 9
3.6 WIN ONE ONLY ................................................................................................................................... 9
4 TECHNICAL SCORES .................................................................................................................... 10
4.1 KEY FINDINGS FROM TECHNICAL SUBMISSIONS ........................................................................................ 11
4.2 PREVIOUS EXPERIENCE ........................................................................................................................ 11
5 COMMERCIAL SCORES ............................................................................................................... 13
5.1 KEY FINDINGS FROM COMMERCIAL SUBMISSIONS..................................................................................... 13
6 SUMMARY OF THE EVALUATION AND CONCLUSION .................................................................. 16
A. APPENDIX A TENDER OPENING FORM........................................................................................ 17
B. APPENDIX B TENDER OPENING AND EVALUATION PLAN ............................................................ 18
C. APPENDIX C ITT FLASH REPORT .................................................................................................. 19
D. APPENDIX D TECHNICAL SCORES AND RATIONALE ..................................................................... 20
E. APPENDIX E CROSS WORKSTREAM CHECK ................................................................................. 26
Classification - Private
Contract Award Recommendation Report
Integrated Solutions - City Drainage Package D-01 Paita
1 Executive Summary
1.1 Introduction
Tenders were received for Integrated Solutions City Drainage Package D-01 Paita from 3
tenderers as follows:
Consortium details:
Table 2
Summary of Overall Scores (Weighted)
Tenderer / Score
Description
Dohwa Lombardi Técnica
Technical Score 27.85% 54.35% 55.50%
Commercial Score 30.00% 16.82% 8.90%
Overall 57.85% 71.17% 64.40%
Overall Rank 3 1 2
The highest scoring tenderer overall was Lombardi who achieved the second highest technical
score and the second highest commercial score.
This package is subject to a ‘win one only’ rule and is to be read in conjunction with the
Contract Award Recommendation Report for Integrated Solutions City Drainage Package D-02
Tumbes.
Lombardi scored 83.20% on package D-02 and 71.17% on this package D-01. Therefore, as they
scored higher on package D-02, they are recommended for contract award for that package.
Under the win one only rule, they are not therefore eligible to be awarded this contract.
The second highest scoring tenderer therefore becomes eligible to be awarded this package,
which is Técnica. All further references to the highest scoring tenderer therefore refer to
Técnica. Lombardi are included in the remainder of this report for completeness only.
Classification - Private
Contract Award Recommendation Report
Integrated Solutions - City Drainage Package D-01 Paita
Table 3
Summary of Technical Scores
Tenderer / Score
Description
Dohwa Lombardi Técnica
Score 39.79% 77.64% 79.29%
Weighted Score 27.85% 54.35% 55.50%
Rank 2 N/A 1
As can be seen, the highest-ranking tenderer Técnica scored the highest technically with a
score of 79.29% which is between Good and Very Good Confidence.
Furthermore, Técnica scored 90% (Very Good Confidence) in three categories; B2 Key People,
B4 Project Controls and B6 Design Execution. Additionally, they scored 75% (Good Confidence)
in three categories; B1 Organisation, B5 Design Management and B7 Stakeholder Engagement
representing a good level of technical competence.
Their lowest score of 55% (Moderate Confidence) was obtained for just one category, B3
Health, Safety and Environmental mainly because their submission did not fully address the
key points required of the question which had been updated to reflect that this package is for
design only.
Due to the high level of pricing received from Técnica, Best and Final Offers (BAFOs) were
requested from all tenderers prior to completion of the commercial evaluation. Updated
pricing in accordance with the BAFOs received are set out in Table 5 below:
1 Volume 0 - 6.4. stated “Tenderers can submit their commercial proposal in full in foreign currency (only in US Dollars - USD) or
Peruvian Sol (PEN), depending on the currency of the tenderer's choice. For the purposes of the evaluation of the commercial
submission, the exchange rate of the Superintendence of Banking, Insurance and AFP (SBS) at the closing date and time for
submission of tenders will be utilised in order to convert any submissions made in US Dollars to Peruvian Soles in order to
undertake the commercial evaluation.” Lombardi submitted a Pre BAFO price of USD $7,413,358.34 and the SBS exchange rate
used was 3.845.
Classification - Private
Contract Award Recommendation Report
Integrated Solutions - City Drainage Package D-01 Paita
Table 5
Summary of Commercial Scores (Post BAFO)
Tenderer / Score
Description
Dohwa Lombardi 2 Técnica
Tenderer’s Price (S/.) 15,300,000 27,285,519 51,547,282
Commercial Score 30.00% 16.82% 8.90%
Rank 1 N/A 2
Lombardi’s price reduced by 4% and Técnica’s price reduced by 2%, however, there was no
change to Dohwa’s price following receipt of the BAFOs.
Técnica’s fixed price is the highest of the tenderers, including Lombardi, and is above the
average price submitted of S/.31.3m.
The estimated value of the project (including design and construction) for D-01 Paita is
S/170,000,000. The estimated budget for this design package is S/7,602,000, however this
budget figure is unverified, and it is not known how the figure was calculated or what it
includes. Therefore, although Técnica’s price of S/.51.5m is over budget, design costs would
normally be anticipated to be approximately 10% of the overall budget, which equates to
S/.17m. However, using this figure the Técnica submission is still in excess of S/.30m over
budget.
Dohwa are suspected of being abnormally low as it appears they have underestimated the
level of key people and resources required to successfully deliver the contract.3 Therefore, a
comparison against the Dohwa submission is not a true reflection of the high Técnica price.
The top ranked tenderer’s commercial submission although high, represents the high level of
technical competence displayed through the achievement of their high technical score.
The top ranked tenderer therefore provides the most economically advantageous proposal
due to the quality of the technical response, and confidence in the commercial submission.
Tenders were submitted on 17 November 2022 with a validity of 90 working days. The
schedule requires a contract award execution date of 23 December 2022.
2 Lombardi submitted a Post BAFO price of USD $7,096,363.96 and the SBS exchange rate used was 3.845.
3 Refer to section 5.1.
Classification - Private
Contract Award Recommendation Report
Integrated Solutions - City Drainage Package D-01 Paita
2 Background Information
This report describes the outcome of the evaluation of tender submissions received following
the pre-qualification and ITT process for the Integrated Solutions City Drainage Package D-01
Paita contract. It details the results and recommendation for contract award.
The following 6 applicants were approved from pre-qualification and were invited to submit a
tender:
36 tender clarifications were received and responded to prior to the relevant deadlines during
the tender process.
A minor amendment was made to one file included within the Volume 2 appendices (UK0001-
GAT-M5100-PROG-XXXX-XXX-RPT-308-R02 Plan de Ejecución BIM del Contratista (BEP).pdf) for
package D-03 and this change has also been introduced for this package to maintain
consistency. This required the ITT documentation to be amended prior to engrossment of the
contract.
Classification - Private
Contract Award Recommendation Report
Integrated Solutions - City Drainage Package D-01 Paita
One tenderer failed to submit, and two tenderers withdrew from the tender process their
reasons are stated in Table 7 as follows:
Table 7
Tender Withdrawals
Tenderer Reason Date
Ayesa Ingenieria y Arquitectura Declined to tender as they had not 27 October 22
S.A.U. completed a fully comprehensive review of
the documentation and due to
organisational decisions of the company at
the time of tender.
China Water Resources Beifang Failed to submit before the submission 19 November 22
Investigation, Design and deadline as they failed to complete their
Research Co. Ltd. submission in time.
The Tender submissions were opened on 17 November 2022 at 10:25am (Peru) in accordance
with the Tender Opening and Evaluation Plan included as Appendix B.
An initial flash report was produced following the opening of the tender returns. This can be
found in Appendix C.
3.1 Qualifications
No qualifications against the NEC3 Professional Services Contract (PSC) Option A fixed price
lump sum contract were received with the tender returns. All tenderers signed and agreed the
Acceptance of Tendering Conditions issued with the ITT.
Classification - Private
Contract Award Recommendation Report
Integrated Solutions - City Drainage Package D-01 Paita
3.3 Schedule
No changes / qualifications were made to the acceptance of the programme dates.
The signed unqualified letters of clarification were received back from the tenderers by 24
December 2022 with all tenderers confirming their acceptance.
Any Tenderer that is successful in being awarded one Package will not be awarded a second
Package as was set out in the PQQ against which the Tenderer was shortlisted for this
opportunity.
Where there are simultaneous ITT award dates and if a Tenderer is successful in more than
one Package, the Tenderer will be awarded the Package that attained the highest score, and
the second Package will be awarded to the second placed Tenderer.
As can be seen further in this report, Lombardi were the top scorers on this package D-01 and
on package D-02. Their score on D-02 was higher than the score they obtained for this
package. They therefore become eligible to be awarded package D-02 and are not permitted
to be awarded this package.
The second highest scorer overall therefore becomes eligible, which is Técnica. All further
references to the highest scoring tenderer therefore refer to second placed Técnica. Lombardi
are included in the remainder of this report for completeness only.
Classification - Private
Contract Award Recommendation Report
Integrated Solutions - City Drainage Package D-01 Paita
4 Technical Scores
Technical submissions were evaluated against 7 questions using the following 7-point marking
scale in conjunction with the guidance for evaluators:
0% Major Concerns
A breakdown of the tenderers’ technical scores is given in Table 8. Scores highlighted in green
are greater than 75%. Responses attaining scores of 10% or below are highlighted in red, and
responses attaining 25% are highlighted in amber. The weighted scores are shown in Table 9.
Table 8
Technical Scores
Tenderer / Score
Description
Dohwa Lombardi Técnica
B1 - Organisation 55% 90% 75%
B2 - Key People 55% 90% 90%
B3 - Health, Safety and Environmental 10% 25% 55%
B4 - Project Controls 25% 90% 90%
B5 - Design Management 55% 90% 75%
B6 – Design Execution 55% 90% 90%
B7 – Stakeholder Engagement 10% 55% 75%
Table 9
Technical Scores (Weighted)
Tenderer / Score
Description Weight
Dohwa Lombardi Técnica
Overall 100% 39.79% 77.64% 79.29%
Overall (weighted) 70% 27.85% 54.35% 55.50%
B1 - Organisation 9% 5.0% 8.1% 6.8%
B2 - Key People 10% 5.5% 9.0% 9.0%
B3 - Health, Safety and Environmental 9% 0.9% 2.3% 5.0%
B4 - Project Controls 10% 2.5% 9.0% 9.0%
B5 - Design Management 12% 6.6% 10.8% 9.0%
B6 - Design Execution 12% 6.6% 10.8% 10.8%
B7 - Stakeholder Engagement 8% 0.8% 4.4% 6.0%
Ranking 2 N/A 1
Classification - Private
Contract Award Recommendation Report
Integrated Solutions - City Drainage Package D-01 Paita
Furthermore, Técnica scored 90% (Very Good Confidence) in three categories; B2 Key People,
B4 Project Controls and B6 Design Execution. Additionally, they scored 75% (Good Confidence)
in three categories; B1 Organisation, B5 Design Management and B7 Stakeholder Engagement
representing a good level of technical competence.
Their lowest score of 55% (Moderate Confidence) was obtained for just one category; B3
Health, Safety and Environmental mainly because their submission did not fully address the
key points required of the question which had been updated to reflect that this package is for
design only. There are therefore no residual concerns regarding Técnica’s technical capability
as the lower score obtained was due to a misunderstanding of the question requirements
which led to an incomplete response.
It is noted that Técnica submitted a different set of key people CVs for the D-03 and D-04
packages.
Refer to Appendix D for tables containing all consensus scores and rationale.
Table 10
Técnica’s Previous Experience
Relevant Company Project Description Value
Técnica y Proyectos Project: Implementation and monitoring of the flood EUR€ 1,320,000
S.A. (TYPSA) risk management plan for the Júcar river basin district.
Client: Jucar Hydrographic Confederation
Nature of the service: Development of a flood risk
management plan and development of the design of
works for flood control and channeling of rainwater in
the urban environment
Técnica y Proyectos Project: Technical assistance for the construction of EUR€ 18,780,000
S.A. (TYPSA) the Urbanization UZP 2.01 Development of the East
“El Cañaveral” including drinking water and sewage
services
Client: Cañaveral Compensation Board.
Nature of the service: Technical assistance for the
technical control and management of the urbanization
project of El Cañaveral, including the water supply and
the sewage network for the collection and disposal
of wastewater and rainwater.
Técnica y Proyectos Project: Definitive study at the construction level for USD$ 9,730,000
S.A. (TYPSA) the Project "Optimization of Potable Water and
Sewage Systems, Sectorization, Rehabilitation of
Networks and Updating of Cadastre -Huachipa Plant
Classification - Private
Contract Award Recommendation Report
Integrated Solutions - City Drainage Package D-01 Paita
It is noted that Técnica are a new entrant to the ARCC procurement processes. Further to
submitting MU responses for the City Drainage D-03 and D-04 packages, and subsequently
similar for the D-01 and D-02 packages, they have successfully passed the respective PQQ
stages and have submitted tenders in response to the ITTs for packages D-01, D-02 and D-04.
Classification - Private
Contract Award Recommendation Report
Integrated Solutions - City Drainage Package D-01 Paita
5 Commercial Scores
The commercial evaluation was undertaken in accordance with the ITT and Tender Opening
and Evaluation Plan.
Due to the high level of pricing received from Técnica, Best and Final Offers (BAFOs) were
requested from all tenderers prior to completion of the commercial evaluation.
Pre and Post BAFO final commercial scores are set out below in tables 11 and 12:
Table 11
Summary Commercial Scores (Pre BAFO)
Tenderer / Score
Description
Dohwa Lombardi Técnica
Score (out of 100%) 100.00% 53.68% 29.12%
Weighted Score (out of 30%) 30.00% 16.10% 8.73%
Rank (Commercial Only) 1 N/A 2
Table 12
Summary Commercial Scores (Post BAFO)
Tenderer / Score
Description
Dohwa Lombardi Técnica
Score (out of 100%) 100.00% 56.07% 29.68%
Weighted Score (out of 30%) 30.00% 16.82% 8.90%
Rank (Commercial Only) 1 N/A 2
The commercial submissions were submitted by completing the pricing schedule which
consisted of the Tenderer’s Price. The total weighting was 30%
In assessing the commercial submissions, the Authority scored the above in accordance with
the following criteria as set out in the Instructions to Tenderers:
Tenderer’s Price
The detailed analysis below is based on pre BAFO submissions, as the final BAFOs are
adjustments to the overall submission that does not impact heavily on the detailed analysis.
Lombardi’s price reduced by 4% and Técnica’s price reduced by 2%, however, there was no
change to Dohwa’s price following receipt of the BAFOs.
Técnica’s fixed price for the design is the highest of the tenderers, including Lombardi, and is
above the average remaining price submitted of S/.31.3m.
Classification - Private
Contract Award Recommendation Report
Integrated Solutions - City Drainage Package D-01 Paita
The estimated value of the project (including design and construction) for D-01 Paita is
S/170,000,000. The estimated budget for this design package is S/7,602,000, therefore
Técnica’s price of S/.51.5m is significantly over budget.
Whilst it would appear that the above submitted prices are in excess of the budget:
• The budget figure is unverified, and it is not known how the figure was calculated or
what it includes, and;
• S/.7.6m equates to only 4.47% of the overall estimated value of the overall project
which is below the normal expected design cost as a proportion of the overall budget.
Design costs would normally be anticipated to be approximately 10% of the overall
budget, which equates to S/.17m.
Further analysis of the key people manhours required for the RIBA stage deliverable provides
the following additional information.
It appears that Dohwa have significantly underestimated the key people resources required to
provide the RIBA stage deliverables which are below the average of the tenderers.
Dohwa
Design Site Urban Storm Hydrological Hydraulic Design Total Key People
Design Manager Manager. Drainage Specialist Modeling Specialist Specialist. Quality Specialist Manhours
Lombardi
Design Site Urban Storm Hydrological Hydraulic Design Total Key People
Design Manager Manager. Drainage Specialist Modeling Specialist Specialist. Quality Specialist Manhours
-Deliverable 1 - Design methodology and strategy 692,100 240 240 120 120 120 240 1080
-Deliverable 2 - Interference 1 180,814 48 72 24 0 0 48 192
-Deliverable 3 - Topography for design purposes (primary information) 897,790 96 168 48 0 0 144 456
-Deliverable 4 - Geology geomorphology, Geotechnics, Soils, Quarries and Water sources 2,097,061 96 168 0 0 0 144 408
RIBA 3.1 -Deliverable 5 - Hydrology 153,800 96 24 48 480 84 96 828
-Deliverable 6 - Design Parameters 287,414 48 24 48 0 60 48 228
-Deliverable 7 - Base Hydraulic Model 1,288,075 336 264 252 240 276 240 1608
-Deliverable 8 - Hydraulic models and design at the RIBA 3 level 1,576,450 380 380 336 360 360 360 2176
-Deliverable 9 - Landscaping, Interference 2 and Risks 576,750 80 80 36 0 0 144 340
-Deliverable 10 - Conceptual design 3,001,023 12 132 108 0 120 144 516
RIBA 3.2
-Deliverable 11 - Models incorporting multi criteria analysis 1,153,500 60 24 96 0 60 120 360
-Deliverable 12 - Design, Landscaping 2 and SCBA 2,154,161 360 372 336 0 324 300 1692
RIBA 3.3
-Deliverable 13 - Planning of the execution of future work 2,576,150 280 292 144 0 144 180 1040
-Deliverable 14 - Interference technical documents and Area Liberation Plan 1,684,110 400 400 264 0 312 432 1808
RIBA 4 -Deliverable 15 - Detailed design and plans 1,058,913 240 240 240 0 240 240 1200
-Deliverable 16 - Complete technical file 4,360,230 720 720 720 0 720 720 3600
Total 3492 3600 2820 1200 2820 3600 17532
Classification - Private
Contract Award Recommendation Report
Integrated Solutions - City Drainage Package D-01 Paita
Técnica
Deliverables Price
-Deliverable 1 - Design methodology and strategy 3,050,026 234 234 206 226 226 224 1350
-Deliverable 2 - Interference 1 322,360 29 29 39 19 19 39 174
-Deliverable 3 - Topography for design purposes (primary information) 5,447,245 76 76 76 76 76 76 456
-Deliverable 4 - Geology geomorphology, Geotechnics, Soils, Quarries and Water sources 6,439,985 129 129 81 32 32 95 498
RIBA 3.1 -Deliverable 5 - Hydrology 1,239,848 87 87 107 107 107 66 561
-Deliverable 6 - Design Parameters 495,939 42 37 42 42 42 27 232
-Deliverable 7 - Base Hydraulic Model 991,878 52 44 59 59 59 34 307
-Deliverable 8 - Hydraulic models and design at the RIBA 3 level 3,496,371 216 216 139 139 139 216 1065
-Deliverable 9 - Landscaping, Interference 2 and Risks 1,091,066 97 97 97 97 97 97 582
-Deliverable 10 - Conceptual design 2,762,381 98 98 98 98 98 98 588
RIBA 3.2
-Deliverable 11 - Models incorporting multi criteria analysis 2,172,213 188 188 223 234 223 203 1259
-Deliverable 12 - Design, Landscaping 2 and SCBA 3,025,229 282 272 423 224 235 257 1693
RIBA 3.3
-Deliverable 13 - Planning of the execution of future work 1,041,472 100 100 100 100 100 100 600
-Deliverable 14 - Interference technical documents and Area Liberation Plan 3,299,553 358 348 308 83 308 308 1713
RIBA 4 -Deliverable 15 - Detailed design and plans 5,182,564 441 436 306 223 199 416 2021
-Deliverable 16 - Complete technical file 9,967,033 320 320 320 320 320 320 1920
Total 2749 2711 2624 2079 2280 2576 15019
A comparison of the total key people manhours and costs are set out in tables 13 and 14:
Table 13
Total Key People Manhours for 16 RIBA stage Deliverables
Dohwa 9588
Lombardi 17532
Técnica 15019
AVERAGE 14046
Table 14
Key People Manhour / Cost for the 16 RIBA stage Deliverables
Tenderer Key People for the deliverables /manhour
Dohwa S/. 1245
Lombardi S/. 1354
Técnica S/. 3331
AVERAGE S/. 1976
As can be seen, Técnica’s tender allowed for 15,019 key people manhours which aligns with
the average across all three tenderers. However, as can be seen the average cost per hour of
Técnica is significantly higher than that of the other tenderers.
Classification - Private
Contract Award Recommendation Report
Integrated Solutions - City Drainage Package D-01 Paita
The top ranked tenderer’s commercial submission although high, represents the high level of
technical competence displayed through the achievement of their high technical score.
The top ranked tenderer therefore provides the most economically advantageous proposal
due to the quality of the technical response, and confidence in the commercial submission.
The recommendation is that the Integrated Solutions City Drainage Package D-01 Paita
contract is awarded to Técnica y Proyectos S.A. Sucursal del Perú.
Tenders were submitted on 17 November 2022 with a validity of 90 working days. The
schedule requires a contract award execution date of 23 December 2022.
Classification - Private
Appendix A Tender Opening Form
Opening Details:
Date 17-Nov-2022
Time 10:25hrs Peru / 15:25hrs UTC
Classification - Private
Appendix B Tender Opening and Evaluation Plan
Classification - Private
Introduction
Integrated
Solutions
Tranche 3 – City
Drainage
Packages D-01
Paita and
D-02 Tumbes
ARCC
17 November 2022
CONTENTS
1 Introduction............................................................................................. 3
1.1. Purpose .................................................................................................................................. 3
1.2. Background ............................................................................................................................ 3
2 Evaluation Panel ..................................................................................... 4
2.1. Roles and Responsibilities ..................................................................................................... 4
2.2. Competency and Probity ........................................................................................................ 4
3 ITT Opening............................................................................................. 5
3.1. Approved ITT Opening and Evaluation Plan .......................................................................... 5
3.2. Use of AWARD....................................................................................................................... 5
3.3. ITT Opening Form .................................................................................................................. 5
4 ITT Evaluation ......................................................................................... 6
4.1. ITT Briefing ............................................................................................................................. 6
4.2. Scoring ................................................................................................................................... 6
4.3. Evaluation Progress Monitoring ............................................................................................. 8
5 Approvals ................................................................................................ 9
5.1. Contract Award Recommendation Report.............................................................................. 9
6 Contract Award ..................................................................................... 10
6.1. Report Approval on No Objection......................................................................................... 10
6.2. Notification Letters................................................................................................................ 10
6.3. De-Briefing ........................................................................................................................... 10
Appendix A – ITT Details and Timetable ...................................................... 11
Appendix B – ITT Evaluation Stakeholders.................................................. 12
Appendix C – Assessor Competency Matrix ............................................... 13
Appendix D – Criteria, Weighting and Assessor Assignment.................... 17
Appendix E – Assessor Briefings ................................................................. 18
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 2
Introduction
1 INTRODUCTION
1.1. Purpose
This document sets out the process of ITT opening and evaluation for Integrated Solutions Tranche 3
City Drainage Packages D-01 Paita and D-02 Tumbes. The purpose of this document is to set out
procedures that aim to ensure that the opening and evaluation:
This plan (and relevant sections of the ITT) shall be implemented by all Assessors and those involved
in the evaluation process (Appendix B – ITT Evaluation Stakeholders).
1.2. Background
Tenderers shall submit ITT responses using the E-Sourcing Portal (the electronic procurement platform
‘AWARD’ used by the Authority to conduct this Procurement).
Evaluation is undertaken by the members of the Evaluation Panel, whose roles and responsibilities are
described in section 2.1 below. All levels of the evaluation criteria with their percentage weightings
were included within the ITT; these are summarised in Appendix D – Criteria, Weighting and Assessor
Assignment.
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 3
Evaluation Panel
2 EVALUATION PANEL
2.1. Roles and Responsibilities
The Procurement Manager will co-ordinate the ITT evaluation process.
The Procurement Manager will manage and oversee the implementation of this ITT Opening and
Evaluation Plan and shall manage the evaluation process, monitor evaluation progress and in
conjunction with the Procurement Lead produce the Contract Award Recommendation Report.
The Procurement Manager will co-ordinate the authorisation of the Contract Award Recommendation
Report.
Reports covering progress, the consensus process and results reports, will be produced by the
Procurement Manager.
The Evaluation Panel will be responsible for undertaking the evaluation of ITT submissions in
accordance with this plan. The assignment of Assessors to criteria is shown in Appendix D.
The Consensus Scorer will ensure that the criteria have been scored on a consistent and fair basis.
The Consensus Scorer will be responsible for coordinating with the relevant Assessors, a single view
score based on the Assessors’ scores and the ITT submissions. This score will be supported by a short
summary rationale statement clearly highlighting the strengths and weaknesses of the submission for
each criterion.
If due to unforeseen circumstances any of the Assessors are unable to undertake the evaluation then
they will propose, for the Procurement Manager’s acceptance, a delegate to act on their behalf. The
competency of the delegate must be confirmed by the relevant director.
All members of the Evaluation Panel, and the Consensus Scorer must confirm that they do not have
any personal or financial interest in, or previous working relationships with, any of the Tenderers
(including the parties forming a Consortium), which presents a material or perceived risk to the
objectivity of the process. This is confirmed by a signed declaration of Conflict of Interest. The
Procurement Manager will maintain a record of all conflicts of interest should any be identified and refer
them to the authorising body.
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 4
ITT Opening
3 ITT OPENING
3.1. Approved ITT Opening and Evaluation Plan
ITT opening shall not commence until the ITT Opening and Evaluation Plan has been produced and
signed off by each relevant director.
Once all ITT responses have been opened and the compliance checks have been completed, the
Procurement Manager will complete the ITT Opening Report and issue a Flash Report.
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 5
ITT Evaluation
4 ITT EVALUATION
4.1. ITT Briefing
The Procurement Manager will invite members of the Evaluation Panel to an ITT Briefing meeting, the
purpose of which is to ensure that roles and duties are clearly understood ahead of the evaluation
process.
Training and guidance will be given, as required, in the use of applying scores and rationale.
The Evaluation Panel members will ensure that they understand and make themselves fully conversant
with the relevant ITT documents and the requirements of this plan.
Assessors that are deemed not required at the briefing meeting due to previous experience as an
evaluator are noted as such within Appendix E. Assessors who have not attended the briefing are
required to confirm that they are available and can complete the evaluation within the timeframe set
out in Appendix A.
4.2. Scoring
ITT submissions will be evaluated using the criteria, scoring and weightings set out in the ITT
documentation.
The following principles should be kept in mind when assessing the tender submissions:
Assessors will ensure that the evaluation is not undertaken in public areas and not discussed with
anyone not formally associated with this plan.
In the first instance, the Assessors will score the submissions independently and their scores will be
supported by suitable rationale statements. These will be deemed to be draft scores.
Assessors will record a full and accurate rationale, ensuring that it captures the reasons behind the
scores awarded for the responses to the submissions. Comments should be aligned with the specified
criteria and not refer to any other matters not disclosed in the Instructions for Tendering Volume 0.
Rationale statements will fully and clearly support the score awarded and give reasons in terms of
submission strengths and any missing information or concerns. The rationale in support of any score
below 100% must include the reasons why an applicant has been scored down.
Assessors will ensure that scores are based exclusively on what can be read in the written
submissions. Any preconceptions that Assessors may have regarding the Tenderers through previous
contact will be inadmissible.
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 6
ITT Evaluation
Scores will be based on a clear and reasonable understanding of the ITT submissions. Therefore,
communication with Tenderers to clarify submissions may be required during the ITT evaluation
process. Assessors will not communicate directly with any Tenderer. Any issues requiring clarification
that arise during the ITT evaluation shall be discussed with the Procurement Manager. Management
of communications with Tenderers is the responsibility of the Procurement Manager who will arrange
for the clarification request to be communicated to Tenderers.
It is the responsibility of the Tenderers to present their proposals clearly in their ITT submissions within
the time allowed for responding. It is important to ensure that a Tenderer does not obtain an unfair
advantage by being given an extra opportunity to submit new information, or to improve their
presentation of material through the clarification process. All Tenderers shall be treated equally and so
if one Tenderer is given an opportunity to score marks by submitting new information as part of the
clarification process then all Tenderers would have to be given the same opportunity. It is for this
reason that in general extra marks should not be given as a result of clarifications. The approach should
be for the Assessors whenever possible to base their initial score on the best interpretation of the ITT
submission. If there is uncertainty in the interpretation, then clarification or confirmation should be
sought. If it is not possible to award a score, then clarification may be obtained first but care should be
taken not to award a score on the basis of new information. If confirmation is obtained then the initial
score can be retained; if not, then the score may be reduced based on the correct understanding
following clarification.
The only exceptions to the rule that the score should not be increased are if the clarification process
shows that information was overlooked in the original submission which should have been scored or if
an Assessor realises that a manifest error was made in the original evaluation and marking.
The Procurement Manager will review responses to clarifications to ensure that the response is purely
a clarification and does not include additional material. Material that adds new content to the
submission rather than clarifying the submission will not be permitted and will not be assessed.
Following the completion of the initial scoring process, the Consensus Scorer will begin to review the
evaluation made against each criterion, for each applicant, and will enter a single ‘view’ score based
on the Assessor’s scores and the ITT submissions. A short summary rationale statement clearly
highlighting the strengths and weaknesses of the submission for each criterion will support this score.
The proposed draft consensus scores will be shared with the Assessors in order to gain their
acceptance. The Assessors will either accept the proposed consensus scores produced by the
Consensus Scorer or provide their own. It is important to note that the Assessors ultimately own the
final consensus score.
The consensus scoring process is not required for the Pass / Fail questions for the following reasons:
• There is only one evaluator for each question, therefore there is no consensus score or rationale
to be determined, and;
• Pass / Fail questions require factual responses, which do not result in subjective responses or
scoring
Upon completion of the procedures within this plan the individual scores will be locked. The final
consensus scores will be used to give the overall weighted score for each Tenderer.
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 7
ITT Evaluation
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 8
Approvals
5 APPROVALS
5.1. Contract Award Recommendation Report
After the ITT evaluation has been undertaken, the Procurement Manager will prepare a summary report
of the ITT evaluation activities, findings and score summary tables. The main contents of this report
(Contract Award Recommendation Report) will be as per the prepared Contract Award
Recommendation Report template. It will include:
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 9
Contract Award
6 CONTRACT AWARD
6.1. Report Approval on No Objection
The Contract Award Recommendation Report will initially be presented to UKDT senior directors for
their approval of the outcome of the procurement process.
Following approval from UKDT the Contract Award Recommendation Report will then be issued to
ARCC for their notification of no objection to the procurement process.
6.3. De-Briefing
De-briefing is an integral part of the procurement process in that it provides transparency and allows
unsuccessful bidders the opportunity to improve their bidding performance in future opportunities.
A bespoke briefing for each Tenderer can be provided upon request, utilising the consensus score and
rationale.
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 10
Appendix A – ITT Details and Timetable
ITT issued to 6 bidders for both Packages D-01 Chiclayo and D-02 Tumbes.
The key dates in the evaluation programme for both Packages are as follows:
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 11
Appendix B – ITT Evaluation Stakeholders
Supporting Contacts:
Role Name
Procurement Lead David Kenna
Procurement Manager Nick Barrett / Steve Davies
Mace Director Kate Flint
Arup Director Nic Merridew
Gleeds Director David Radford-Wilson
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 12
Appendix C – Assessor Competency Matrix
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 13
Appendix C – Assessor Competency Matrix
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 14
Appendix C – Assessor Competency Matrix
amongst others. Roberto has a wide range of Assessment Work-Sellafield Ltd., Yorkshire
practical skills including utility design, storm Water projects, King Abdullah Sport City -
water management, grading, and roadway Saudi Arabia
design. He has experience in designing and
collaborating with international and multi-
disciplinary teams engaged in projects from
concept to completion including construction.
He has a wide-ranging experience working
and managing civil designs for site
development projects including residential,
commercial and public spaces, transport
infrastructures including airports, roadways,
LRT and BRT, and master planning for new
urban developments.
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 15
Appendix C – Assessor Competency Matrix
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 16
Appendix D – Criteria, Weighting and Assessor Assignment
SECTION A – QUALIFICATION
A1 Acceptance of Tendering Conditions and Pass / Fail Steve Davies
Change in Circumstances Confirmation
SECTION B – TECHNICAL AND PROFESSIONAL ABILITY
Probity Consideration:
Assessors should not have a disproportionate level of influence over the final evaluation outcome.
It is generally recommended that the Assessors should not score more than 30% of the overall ITT.
Leadership Approval:
Leaders of each JV company within UKDT (or delegates thereof) confirm that the selected assessors
are competent to evaluate their assigned questions and have availability to complete the evaluation
within the allotted timeframe.
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 17
Appendix E – Assessor Briefings
UKDT | ARCC | Integrated Solutions Tranche 3 – City Drainage Packages D-01 Paita and D-02 Tumbes | 17 November 2022
Page 18
Appendix C ITT Flash Report
Contract Description
Package: IS City Drainage Package D-01 Paita
Completeness
• Portal locked at 10:25 am Peru and submissions unsealed.
• 3 out of 6 submissions received by the deadline.
• 3 tenderers, Ayesa Ingenieria y Arquitectura S.A.U., China Water Resources Beifang
Investigation, Design and Research Co. Ltd. and RSK did not submit.
• All bidders have signed Acceptance of Tendering Conditions.
Tenderer details:
Classification - Public
Classification - Private
Appendix D Technical Scores and Rationale
Classification - Private
Appendix D Technical Scores and Rationale
Classification - Private
Appendix D Technical Scores and Rationale
Lombardi SA B3 - Health, Minor The tenderer does not appear to have fully understood the requirements of the
Ingenieros Safety and Concerns question, therefore the response provided fails to adequately address many of the
Consultores Environmental specific details required and is quite difficult to follow as it does really not align to the
structure of the question.
Appears to largely provide generic information about management of health and safety
for project execution. When design is addressed it is not clearly outlined how design
and safety interact or how design will reduce safety impacts, for example.
It does not appear to provide a fully clear answer on how the design process will be
aligned to capturing and eliminating health and safety hazards for the project. There is
some detail provided around the hazard elimination in the construction phase but not
in the design phase.
The strategy for the formulation and approval of the environmental requirements has
been answered to some extent, however this section is quite brief and more detail
would have been beneficial.
Lombardi SA B4 - Project Very The Tenderer has put together a very good response to the question.1. The Tenderers
Ingenieros Controls Good response in relation to the general strategy regarding risks is presented and the key
Consultores risks are identified, however, the response doesn't include mitigation actions. 2. The
Tenderers response has provided a good schedule that allows easily identifies their
strategy, however, the schedule doesn't include TRAs, list of assumptions or exclusions.
Lombardi SA B5 - Design Very The Tenderer presented a work schedule, and explanation around where the schedule
Ingenieros Management Good offers efficiencies or good practice. The program of activities followed the RIBA stages
Consultores but lacked sufficient detail in respect to the Key Milestones dates that determine each
RIBA phase. The schedule also lacks inclusion of design review periods for approval of
the Technical design, therefore it was difficult to assess if the programme could be
considered realistic or not. Had these elements been provided more confidence in the
Tenderers ability would have been higher.
It is further noted that the submission content is significantly duplicated / mirrored with
the D-02 Tumbes submission content, therefore the answers to the Project Specific
elements would have provided more confidence in the Tenderers ability had these
answers been more individually specific.
Classification - Private
Appendix D Technical Scores and Rationale
Técnica y B2 - Key Very KP 04 Hydrological Modelling Specialist - Experience of catchment scale modelling in
Proyectos S.A. People Good Peru and Brazil, less specific experience of urban catchments.
Sucursal del KP 05 Hydraulic Modeling Specialist - Lacked detail of experience in relation to urban
Perú drainage. The project value is for the larger projects, which drainage was a component,
therefore it is unclear whether the scope of works is in relative comparison. The score
would have been higher if the scope of the drainage design was clearly articulated.
Classification - Private
Appendix D Technical Scores and Rationale
Classification - Private
Appendix D Technical Scores and Rationale
Classification - Private
Appendix E Cross Workstream Check
Classification - Private
Appendix E Cross Workstream Check
Current ITT
B3 Heath, Safety and B7 Stakeholder
Company Overall Previous ITT B1 Organisation B2 Key People B4 Project Controls B5 Design Management B6 Design Execution
Environmental Engagement
Technical Score
Technical Score Workstream Package Previous Current Code(s) Previous Current Code(s) Previous Current Code(s) Previous Current Code(s) Previous Current Code(s) Previous Current Code(s) Previous Current Code(s)
Lombardi SA Ingenieros
77.64% 65.00% IS Studies 2 75% 90% 75% 90% N/A 25% X N/A 90% X 75% 90% N/A 55% X 55% 55%
Consultores
Lombardi SA Ingenieros
77.64% 65.00% IS Studies 3 75% 90% 75% 90% N/A 25% X N/A 90% X 75% 90% N/A 55% X 55% 55%
Consultores
Classification - Private