You are on page 1of 12

METRO1/ENTEN/CONSTRUCTION /CIVIL/68AV-BRIDGES /2022/0027

PART 3 – EVALUATION CRITERIA

1. INTRODUCTION

Bids found to comply with all requirements set forth in tender documents. While conducting its
evaluation, The Concessionaire may, at its sole discretion, approach any third party for the purpose of
requesting additional information with respect to the Bidder or confirming information that the Bidder
has included within its Bid. The aforesaid shall not derogate from The Concessionaire's discretion to
ask the Bidder for clarifications the Concessionaire may deem required.

The Evaluation Process will be divided into two (2) stages:

i. Stage 1:
• Threshold Requirements and Completeness of the Bid.
• Evaluation of Technical Proposals.

ii. Stage 2:
• Clarifications and Negotiations
• Evaluation of Financial Proposals (of those Bids meeting the Technical criteria set forth
in Clause 3)
• Final Selection

2. THRESHOLD REQUIREMENTS AND COMPLETENESS OF THE BID –


STAGE 1

Pass/Fail criteria, all Bidders shall provide the Tender Requirements (see Section 1 Part 1 and 2).

3. TECHNICAL PROPOSAL EVALUATION (TPE) – STAGE 1

3.1.Technical Proposal

The Technical Proposals shall be clear and concise and shall include sufficient details to
allow the Concessionaire to evaluate compliance of the Technical Proposal with all Tender
requirements, including the Tender Requirements and Technical Specifications. The Bidder
shall take note of the time schedule for the whole project that is shown in the Bid Data
Sheet attached to Section 1 - Appendix 1. The Technical Proposal shall provide all
information and address the requirements detailed in the following Clauses.

Note: The time schedule for the Works submitted enables the Bidder to prepare its
Technical Proposal. However, the Concessionaire may change the time schedule

SECTION 1 - PART 3 – EVALUATION CRITERIA


1
METRO1/ENTEN/CONSTRUCTION /CIVIL/68AV-BRIDGES /2022/0027

according to its necessities and for the best execution of the project.

In evaluating the Bidders' Technical Proposal, The Concessionaire, at its sole and absolute
discretion, may seek additional recommendations with respect to any of the requirements detailed
below. The interested Bidders may consider these specific requirements:

i. The proposal shall not be deemed to imply approval of such Technical Proposal or
any part therein nor relieve the Successful Bidder of its obligations and undertakings
under the Contract or Law.
ii. The TPE is graded between 0 to100, and it comprises the components shown in
Table 1. Technical Proposal is a Pass/Fail Evaluation.
iii. Minimum Expertise: Bidder must demonstrate minimum experience in projects with
specific scope of Work and will be evaluated as Qualified/Disqualified.
iv. Minimum Score: A Bid that scores under 70 TPS Points/Fails will be disqualified.
v. Written submission:letter size paper with minimum font 11, Times New Roman
or Arial, single spacing within 20mm margin on all sides.
vi. While evaluating a specific criterion, the Concessionaire may refer to all responses
given by the Bidder to all criteria and all additional information contained in the Bid.

Max.
No Weig Possibl
Item Reference
. ht e
Points
Criteria Section
1 Expertise and related projects execution 25% 25
1 1.3.1
Criteria Evaluation of the Main Processes and Sequences Methodologies Section
2 25% 25
2 Proposal 1.3.2
Criteria Section
3 Schedule management and Risk management 15% 15
3 1.3.3
Criteria Section
4 Organization, manpower, and equipment proposal 15% 15
4 1.3.4
Criteria Section
5 QA/QC Requirements 5% 5
5 1.3.6
Criteria Section
6 Environmental, Social, SST Requirements 10% 5
6 1.3.7
Criteria Section
7 Traffic Requirements 5% 5
7 1.3.8
Maximum Score: 100% 100
Figure 1. Score criteria.

The evaluation method is described below. It should be noted that throughout the
evaluation process, consideration shall be given to the coherence of the Bid Submission
with the specific requirements of the Tender Documents.

3.2.Instructions for Submission

The submitted documents must be sorted by area and with the appropriate element
numbering for the different parts of the proposal. Each part of the proposal must adjust
itself to the page limit established in each or the requirements established in the following
section of this document. For letter font and page specifications, restrict the document to
those established previously in the technical proposal.

SECTION 1 - PART 3 – EVALUATION CRITERIA


2
METRO1/ENTEN/CONSTRUCTION /CIVIL/68AV-BRIDGES /2022/0027

If the bidder decides to employ their own subcontractors, they shall use the “Section 3
Schedule 3 List of works to be subcontracted to others” document. Additionally, no more
that 50% of the scope may be subcontracted.

In addition to the requirements set by the above criteria, the bidder must include in the
BOQ any and all additional items that according to the scope of works and the bidder’s
experience will be required for the execution of the project. The BOQ can be found in
Appendix 2 BOQ.

The networks relocation works as well as the detour adequacy will be included in the items
by way of the unit prices set forth in AT 13 and AT16 of the PLMB concession contract
respectively. Additionally, all PMT implementation works must be included in each of the
unitary rates of the different items. This consideration must be applied to the installation
and maintenance of temporary facilities. All the unitary rates defined by the subcontractor
will be fixed once they are submitted to ML1 and may not suffer any changes during the
execution of the contract.

On the other hand. items that contain a total quantity equals to 1, means that the price to be
set for that item correspond to the unitary rate of set item and its quantity will be updated at
a later date.

3.3.Requirements for the Technical Proposal Evaluation


i. Experience and Related Projects Execution
This section has the goal of evaluating the technical experience possessed by the bidder in
topics relevant to the works required by the contract. The section at hand must not be more
than 6 pages in length and must adjust itself to the page format previously established in
this document. For related projects, please take as definition: projects which scope of work
contemplated “CONSTRUCTION OF INFRASTRUCTURE PROJECTS,
SPECIFICALLY BALANCED CANTILEVER BRIDGES”. Bearing this in mind, the
minimum number of related projects submitted must be of two (2) projects, otherwise the
bidder will be disqualified because it does not comply with the Minimum Expertise
required.

Once the bidder certifies the minimum expertise required to continue with the evaluation process,
the total score of the bids will be assigned based on the following criteria:

- The Bidder will obtain 12 points if certifies at least two (2) finalized contracts for
infrastructure projects where the methodology chosen was balanced cantilever bridge.
- The Bidder will obtain 3 points if certifies at least two (2) finalized contracts for network
infrastructure projects which scope of work included dry and wet network intervention.
- The Bidder will obtain 7 points if certifies at least one (1) finalized contract for
infrastructure projects where the scope of work considered the demolition of an existing
vehicular bridge.
- The Bidder will obtain 3 points if certifies at least one (1) finalized contract for
infrastructure projects in Bogota city.

SECTION 1 - PART 3 – EVALUATION CRITERIA


3
METRO1/ENTEN/CONSTRUCTION /CIVIL/68AV-BRIDGES /2022/0027

The Experience will be certified with the following documents:

- For projects executed with government entities, certification of completion with information
of the project’s budget, duration and acceptance, and approval of the project(s) by the entity,
in addition to all other technical information available to the public.
- For private clients, certification from the client for whom the works have been successfully
completed with information of the project, budget, duration, and approval.
- For network relocation experience, the Bidder could certify it throughout a subcontractor
with an exclusivity commitment letter, and the respective project execution certificates.

The Bidder must also fill the experience summary information in Schedule 4 (Experience
Table B), in Section 3 of the Tender Documents and attach the supporting documentation
with the Technical Proposal.

The criteria of previous projects to be evaluated is that relevant to the bidder’s record for
project completion and close-out, the track record related to resolution of changes that
arose in previous projects and the record for responsiveness to additional requirements
from the contracting company or government institution. Additionally, the status of the
bidder’s works at different time intervals after completion will be considered to establish
the quality of the works.

ii. Evaluation of the Main Processes and Sequences Methodologies Proposal

The methodologies must contain the following aspects:

- Description of the main processes and sequences: The Bidder shall include a
comprehensive structure of the activities to be developed according to the technical
specifications both from the Concession Agreement and its Technical Appendixes and the
Tender Documents.
- Added Value: The Bidder shall carefully analyze the construction methodology proposed
by the Concessionaire in order to identify potential optimization alternatives, so that it can
be implemented during the execution stage.
- Interface management: The Bidder shall propose interface management for the different
components and entities that interact with the project.
- Delivery of Inputs: The Bidder should define detailed data and inputs required from other
areas such as the Design, Traffic, Geotechnical, among other.
- Identify major risks. The Bidder must describe significant risks that could affect the
development of the activities or submission of deliverables along with mitigation measures
proposals. It also shall consider the COVID-19 current situation.
- Machinery and equipment. The Bidder must describe the tools, machinery and other
related equipment required to execute the construction works established in the contract.
- Submission of deliverables. The Bidder must list and describe all deliverables to be
submitted to the Concessionaire in compliance with time schedule described in the Tender
Documents.

The performance and condition of the methodology proposed by the Bidder will be evaluated
based on the following principles and criteria.

- Compatibility of the proposed methodology: Maximum Points assigned to the

SECTION 1 - PART 3 – EVALUATION CRITERIA


4
METRO1/ENTEN/CONSTRUCTION /CIVIL/68AV-BRIDGES /2022/0027

compatibility of the overall methodology and of the proposed working method, including
the organization of the staff with the Technical Appendix.
- Methodology approach: Maximum Points assigned to the methodology that considers one
or various strategies to achieve efficiency in the execution of the activities.
- Deliverables, schedule, and timetable: Maximum Points assigned to the proposed
schedule and timetable for completing the work objectives breakdown, including a detailed
timetable for completion of the Milestones and the whole work.
- Organization of the work: Maximum Points assigned to the roles and responsibilities of
the proposed personnel. In the case of joint ventures and Subcontractors (if applicable) the
Bidder should distribute the personnel for each task in accordance with the percentage of
the joint venture or Subcontractor. It also must include the global allocation of time and
resources to the project and to each task or deliverable, and whether this allocation is
adequate for the work. The Bidder should provide details on the allocation of time and
resources and the rationale behind the choice of this allocation.
- Quality of the proposal: Maximum Points assigned to the quality of the proposal.

Finally, it is important to add that the bidder should supply all these requirements by way
of the “Section 3 Schedule 4 Experience table” document supplied by ML1.

iii. Schedule Management and risk management

These criteria refer to the different characteristics related to the scope, that establishes a
correct overall understanding of the project, identifying all major components. This
criteria’s submission must show a correct definition of the phasing of the project, as well as
the constraints present for it. This section of the document must have no more than 15
pages of length.

The factors to be considered for these criteria are related the understanding of the bidder of
the project to be executed both in the scope of it. The level of understanding of the project
scope is established in the narrative of the documents submitted by the bidder and will be
used to judge the overall understanding of the project by the bidder. The document to be
sued for this purpose in addition to the narrative is the schedule submitted by the bidder,
where the schedule will serve as a tool to establish whether the bidder has identified the
key elements for the execution of the project and the activities that serve to join these key
elements.

The schedule to be delivered by the Bidder must be aligned with all the unchangeable
restrictions defined by the Concessionaire and shall not exceed the durations stablished for
each of the different activities. Also, it must consider a similar structure and activity names.
The purpose of this deliverable is to obtain an optimized, efficient, and constructible
schedule.

Additionally, time schedule following the critical path method. The Bidder shall
demonstrate the plan to meet the Milestones presented. See the attatched schedule in
Section 2.

To be scored in this criteria, the bidder must submit the breakdown of the activities set in
the milestones attached in the previously mentions schedule annex. The score will be
assigned according to the understanding of the project scope and previously mentioned

SECTION 1 - PART 3 – EVALUATION CRITERIA


5
METRO1/ENTEN/CONSTRUCTION /CIVIL/68AV-BRIDGES /2022/0027

requirements, as well as the comparison to the internal ML1 schedule. The files format for
the submission of this schedule should be either Microsoft Project or Primavera P6.

As an additional deliverable, the Bidder must elaborate and present a risk matrix,
identifying the potential risks associated with the execution of the works. This matrix shall
consider at least, a risk description, probability of occurrence and level of impact in the
event that such risk materializes. Also, it must include the responsible stakeholder
(Concessionaire/Bidder/other if applies). The score of this criteria will be determined based
on the understanding of possible risks related to the construction works.

iv. Organization, Manpower, and Equipment Proposal


The bidder must submit its organizational structure for review of its capability as a
company to deal with the requirements of the contract. Additionally, a plan for the
organization in the construction site must be submitted.
On the other hand, the bidder must submit a list of personnel and machinery for the works
to be executed. There should be differentiation in how much personnel will be assigned to
each kind of activity and which machinery the bidder will make available for each
constructive process to achieve the construction objectives in a timely manner. The
organization document must be submitted in the “Section 3 Schedule 1 Proposed site
organization chart and list of key personnel” document provided by ML1. In the same
manner, the equipment and machinery should adjust itself to the “Section 3 Schedule 2
Proposed list of equipment to be deployed for the works” document.

The performance and condition of the personnel proposed by the Bidder will be evaluated
based on the compliance of the specific requirements requested in. The maximum total
personnel and equipment score is 15 points. On the other hand, the project organizational
section must not have more than 5 pages for each of the components (organization,
machinery, personnel). However, this restriction in length does not apply to submission of
personnel resumes, where a maximum of 2 pages per resume is established.

In addition to the mandatory Social, QA/QC, SST and Environmental personnel mentioned
in the Technical annex, the inclusion of personnel that may fulfill the following specialized
roles and requirements is mandatory:

- Project Manager: Civil Engineer with a master’s degree in project management or similar
and more than 10 years of general experience. With experience in at least 2 vehicular bridge
infrastructure projects.
- Site Director: Civil Engineer with 10 or more years of general of general, 8 years of specific
experience in construction projects and experience in 3 or more construction projects as site
director.
- On-Site Structural Engineer: Civil Engineer, specialized in structural design, With
experience in at least 2 vehicular bridge infrastructure projects.
- Site Networks Engineer: A Civil or Sanitary engineer with at least 5 years of experience in
wet networks relocations projects and a Civil or Electrical Engineer with 5 years of
experience in dry networks relocation projects or A civil engineer that fulfills the
requirements for both of the previously mentioned personnel. In addition to all other

SECTION 1 - PART 3 – EVALUATION CRITERIA


6
METRO1/ENTEN/CONSTRUCTION /CIVIL/68AV-BRIDGES /2022/0027

personnel requested in contractual annexes.

Bear in mind that although not part of the evaluation criteria, if contracted the bidder must
comply with all personnel requirements set forth in the scope of works, method statements or
other appendixes.

v. QA/QC Requirements

The Quality requirements that will be evaluated in the bidding process are mentioned below:

- Quality Management System (QMS): must demonstrate that they maintain a certified or
implemented quality management system in accordance with the ISO 9001: 2015 standard.
If you do not have a certified QMS, you must present a Quality Manual based on ISO 9001:
2015 that includes planning, management, and quality control of the activities to be carried
out. Page limit: 50.
- Inspection and Tests Plan: must present a detailed list of inspections and trials / tests to be
carried out in accordance with the technical specifications and technical standard applicable
to the development of the activity. It must consider acceptance criteria, frequency of the
tests / inspections/, formats – records, responsible position, measurement equipment.
- Laboratory / Third Parties: must consign the ISO 9001: 2015 / ISO 17025 (ONAC)
certification that certifies the conformity of the laboratory / Third Parties that will carry out
all the tests and quality tests necessary to guarantee the conformity of the materials and
activities, in accordance with the specifications and regulations applicable techniques.
- Quality Test: must be include a list of test equipment for field and laboratory.
- Conformity of Testing Equipment: must be include a copy of the equipment calibration
certificates and verification sheets as applicable. Include list of surveying equipment for
location and stakeout activities.
- Organizational Structure: It must present an organizational structure of the personnel that
will execute the Activities to be carried out, including the QA / QC personnel that will
coordinate and supervise the quality activities (Quality Team). Present CVs of key
personnel responsible for coordinating and supervising activities, including technical
personnel responsible for executing quality activities, surveying, laboratory technicians, etc.
Page limit: 2.
For QA/QC Requirements refer to Section 2. Appendix 5.4 QA/Q C Requirements and
Test Plan.

vi. Environmental, Social, SST Requirements

The proponent will be enabled from the environmental area, once the following documentation has
been submitted:

- Environmental Personnel: Resume (including certifications and supports) of the person


responsible for environmental management in accordance with technical appendix No. 15 of
the concession contract (Environmental Resident).
- Resume (including certifications and supports), of one person(s) assigned to inspector HSE,
complying with the provisions of technical appendix No. 15 of the concession contract. (Is
important to clarify that During construction will be One inspector for every 50 workers.)
-
- Environmental Management System: ISO 14001:2015 certification or higher standard in
Environmental Management System. If have properly System implemented but is not

SECTION 1 - PART 3 – EVALUATION CRITERIA


7
METRO1/ENTEN/CONSTRUCTION /CIVIL/68AV-BRIDGES /2022/0027

certificate, the bidder must demonstrate this with an audit of second part.
- Basic Environmental and Legal Documentation of Material Suppliers and Solid Waste
disposal Sites: environmental license, Environmental Plan and Mining Title and
RUCOM (Unique Registry of Minerals Traders in force) – minimum 2 material
suppliers and 2 waste disposal sites.
- Environmental Documentation for the Sanitary Units: Legal and environmental
documentation of the supplier that will supply the sanitary units and Legal and
environmental documentation of the site where the wastewater from the toilet and
disinfection of bathrooms will be disposed.
- Environmental documentation of the manager for collection and treatment of
recyclable waste and especially waste. Legal and environmental documentation for the
recyclable manager Companies for the waste treatment.
Note: the selected contractor must comply with the Environmental, Social and SST Manual
and the AT 15.

For Social Requirements Refer to the section 2. Appendix 5.1 for Social Requirements

For Environmental and SST Requirements Refer to section 2. Appendix 5.2 for Environmental and
SST Requirements
.
The proponent will be enabled from the SST area, once the following documentation has been
submitted:

- Resume (including certifications and supports) of the person responsible for Health and
Safety in accordance with technical appendix No. 15 of the concession contract (SST
Resident) Resume (including certifications and supports), of one person(s) assigned to
inspector HSE, complying with the provisions of technical appendix No. 15 of the
concession contract.
- ARL certificate defining the evaluation of minimum standards of the Occupational Health
and Safety Management System applicable according to Resolution 0312 of 2019.
-
- Strategic Road Safety Plan according to Decree 2851 of 2013 and Law 1565 of 2014. (when
the Contractor has its own or rented fleet of vehicles greater than 10 vehicles and / or more
2 drivers).
- Hazard identification matrix, risk assessment and determination of controls applied to the
project where the work is being performed.
- Resolution issued by the Ministry of Labor indicating permission to work overtime with
coverage of the work centers assigned to the contract.
- Risk-based job profile diagram.
- Documentation from the IPS where the occupational medical examinations will be
performed (custody certificate, OSH license of the IPS).
- approval from the ARL or the Mayor's Office.

Note: the selected contractor must comply with the Environmental, Social and SST
Manual and the AT 15

For Environmental Requirements Refer to section 2. Appendix 5.2 for Environmental and SST
Requirements
Appendix 15 of the Concession Contract - Apéndice Técnico 15.

SECTION 1 - PART 3 – EVALUATION CRITERIA


8
METRO1/ENTEN/CONSTRUCTION /CIVIL/68AV-BRIDGES /2022/0027

The Bidder shall provide from the social area the following:

- Narrative that identifies the Bidder’s understanding of the overall social requirements of the
project, for instance: implementation of social measures established in the Social
Management Plan for work, understanding of the safeguards, policies, rules, and guidelines
of multilateral entities described in Annex 1 to Technical Appendix 15 to the Concession
Contract, among others. Page limit: 10.
-
- Submit the minimum required personnel with the established profiles supported by the
resumes and annexes of education and work experience.

For Social Requirements refer to Section 2. Appendix 5.1 for Social Requirements

vii. Traffic Requirements

Implementation of Project PMT (Traffic Management Plans): The subcontractor will be


required to handle the implementation of traffic management plans in the project area,
according to the approved PMTs supplied by ML1 to the subcontractor.

The Construction Subcontractor shall indicate the routes to move machinery and
equipment to the worksite, as well as inform about the beginning and end of the route and
restrictions or measures to be carried out to establish a safe circulation. The Concessionaire
shall verify, before the beginning of the mobilization, the conditions established for the
movement of machinery, equipment, and vehicles along the suggested route.

For specific Requirements refer to the Section 2. Appendix 5.3 for Traffic Requirements

SECTION 1 - PART 3 – EVALUATION CRITERIA


9
METRO1/ENTEN/CONSTRUCTION /CIVIL/68AV-BRIDGES /2022/0027

2. EVALUATION OF FINANCIAL PROPOSAL –STAGE 2

4.1. Clarifications and Negotiations


During the Negotiation stage, the bidders shall be invited to clarify any questions in the bidding
documents from Concessionaire and make an overall presentation of bidding proposals as required. The
Concessionaire may provide or request additional information.

The Concessionaire reserves the right, at its sole discretion, to conduct negotiations with some or all of
the Bidders, with respect to their threshold, technical or Financial Proposals, or not to conduct such
negotiations.

At the end of the negotiation stage, if conducted, Bidders with which negotiations were conducted shall
be entitled to submit an updated Bid, which shall replace any prior Bid and shall be considered as their
final Bid to evaluate.

4.2. Evaluation of the Financial Proposals

After the completion of the evaluation of the Proposals pursuant to Clause 2 and 3 above, the Technical
Proposal of those Bidders that have not been disqualified by The Concessionaire's Tender Committee
shall be evaluated.

The Bidder shall read the Preamble, Measurement and Payment carefully, and complete Priced BOQ,
APU breakdown and AIU breakdown provided in Appendix 3 - BOQ. Any bidder fails to fill the BOQ in
a right manner will be disqualified or be requested to re-submit and updated.

Meanwhile, the Bidder should submit the Schedule 8-Cash Flow, which shall forecast the interim
Valuations of the Works, considering the advance payment and deduction, retention money, Contra
Charge, Material on Site and other payment clauses in the Contract simultaneously.

SECTION 1 - PART 1 – INSTRUCTION TO BIDDERS


10
METRO1/ENTEN/CONSTRUCTION /CIVIL/68AV-BRIDGES /2022/0027

3. FINAL EVALUATION - STAGE 2

After the above evaluation, the Concessionaire shall select the Successful Bidder in accordance with the
following Criteria:

If stage 1 scores less than 70 points, Disqualified.

If stage 1 scores above 70 points, come into Commercial evaluation stage.

(1) When Cbidder > Cbase

𝐶𝐶𝑏𝑏𝑏𝑏𝑏𝑏𝑏𝑏𝑏𝑏𝑏𝑏 − 𝐶𝐶𝑏𝑏𝑏𝑏𝑏𝑏𝑏𝑏 3
Pc = (100 − � �∗ )
𝐶𝐶𝑏𝑏𝑎𝑎𝑎𝑎𝑎𝑎 5%
(2) When Cbidder < Cbase

𝐶𝐶𝑏𝑏𝑏𝑏𝑏𝑏𝑏𝑏𝑏𝑏𝑏𝑏 − 𝐶𝐶𝑏𝑏𝑎𝑎𝑎𝑎𝑎𝑎𝑎𝑎 1
Pc = (100 − � �∗ )
𝐶𝐶𝑏𝑏𝑏𝑏𝑏𝑏𝑏𝑏 5%

in which:

PC: Points of Commercial proposal

Cbidder: The quotation of bidder

Cbase: Calculated by a formula, related to the Concessionaire budget and all quotations of the bidders.

The highest and lowest quotation shall be disqualified.

The Final Score is

PF=PT*30%+PC*70%
in which:

PF: Final Points

PT: Points of Technical Proposal

PC: Points of Commercial proposal

Winner =Highest Final Score

SECTION 1 - PART 1 – INSTRUCTION TO BIDDERS


11
METRO1/ENTEN/CONSTRUCTION /CIVIL/68AV-BRIDGES /2022/0027

4. SELECTION OF THE SUCCESSFUL BIDDER AND AWARD OF THE CONTRACT

6.1. Selection of the Successful Bidder


The Concessionaire shall evaluate the Proposals and may select the Bidder who pass the Stage 1
and offers the reasonable price as the successful Bidder.
According to the results of the evaluation, the Concessionaire shall decide to adopt which way
to implement the works. The Concessionaire has the right to negotiate with the Joint Venture to
make a replacement of member(s).
The Concessionaire, at its sole discretion, may decide not to select any of the Bids or may
decide to cancel the entire Tender Process at any time.
6.2. Notification of Award
The Concessionaire will notify the successful tenderer, in writing, that its Tender has been
accepted.

SECTION 1 - PART 1 – INSTRUCTION TO BIDDERS


12

You might also like