Вы находитесь на странице: 1из 36

1

Bid Evaluation Report


and
Recommendation for Award of Contract

Name of Project: Municipal Services Improvement Project

IBRD Loan or IDA Credit No.: Grant Agreement for IPA No.TF018812

Contract Name: Construction of two roundabouts and arrangement of intersections


between the streets of Marshal Tito and September 11, hydro-technical installations and
street lighting-Municipality of Kicevo

Identification Number: MSIP –NCB – 116-19

Date of Submission: 26.08.2019


2 Section I. Bid Evaluation Standard Forms

Letter of Transmittal

In accordance with the NCB procurement metod the Munucipality of Kicevo


received sealed bids from eligible and qualified bidders for the sub-project
“Construction of two roundabouts and arrangement of intersections between the
streets of Marshal Tito and September 11, hydro-technical installations and street
lighting-Municipality of Kicevo”

The implementation/construction period is 6 (six) months. The estimated cost


value is 7.571.479,67 MKD withot VAT or equivalent 123.113 EUR.
The public opening of bids for the sub project “Construction of two roundabouts
and arrangement of intersections between the streets of Marshal Tito and
September 11, hydro-technical installations and street lighting-Municipality of
Kicevo” MSIP –NCB – 116 – 19 was conducted on 26.09.2019 at 12:00 o’clock at
following address: Municipality of Kicevo street Boris Kidris No.1 Postcode 6250
Kicevo Republic of Macedonia.
Representatives on behalh of the Municipality of Kicevo during the public
opening of submitted bids were the following participants of Evaluation Comitee:

Burim Kadriu – Head of Sector of Finance as Members of Evaluation Comiteeas


President of Evaluation Comitee
- Begzat Aliu – Head of Sector of Legaldepartment Members of Evaluation
Comitee
- Darko Belevski – Adviser for Local economic development planning as Members
of Evaluation Comitee

Three (3) companies submitted their bids in accordance with the bids submission
deadline as follows:

1. “ZIKOL” DOOEL Strumica


2. “PELAGONIJA” AD Gostivar
3. DPTU “INSTALACIJA”Vil. Dlapkin Dol Kicevo

Three (3) Bids which arrived until 12:00 PM was opened from the Evaluation
Comitee in the presence of four representatives from the bidders.
On the public opening Evaluation Comitee was read only bid price and bank
guarantee.

In the first stage of evaluation the Evaluation Comitee conducted preliminary


evaluation of the bids.
All submitted bids were accepted for detailed evaluation.
At the second stage Evaluation Comitee conducted detailed evaluation of the price of
all bids. Two of the Bidders have arithmetical errors in calculation and evaluation
Committee send the letter to the bidders for accepting arithmetical errors and both
bidders send the answer with acception of aritmitical error .

After examination of all bids Evaluation Comitee was foud that DPTU
“INSTALACIJA”Vil. Dlapkin Dol Kicevo Republic of Macedonia war determined as
the lowest evaluated cost bidder and is proposed to award a contract in the amount of:
8.783.364 (Including VAT) or 7.443.529 (Without VAT).
Section I. Bid Evaluation Standard Forms 3

Table 1. Identification

1.1 Name of Borrower The Ministry of Finance-Goverment of


Republic of Macedonia
1.2 Loan/Credit number XX
1.3 Date of effectiveness XX
1.4 Closing date
(a) original XX
(b) revised
1.5 Name of project Construction of two roundabouts and
arrangement of intersections between the
streets of Marshal Tito and September 11,
hydro-technical installations and street
lighting-Municipality of Kicevo

1.6 Purchaser (or Employer)


(a) name Municipality of Kicevo
(b) address Str. Boris Kidric no.1 6250 Kicevo
1.7 Contract number (identification) MSIP –NCB – 116 - 19
1.8 Contract description The project assumes “Construction of two
roundabouts and arrangement of intersections
between the streets of Marshal Tito and
September 11, hydro-technical installations
and street lighting-Municipality of Kicevo”

1.9 Cost estimate1 123.113 Eur. (without VAT)


1.10 Method of procurement (check one) ICB LIB NCB √
1.11 Prior review required2 Yes No √
1.12 Domestic preference allowed Yes No √
1.13 Fixed price contract Yes No√
1.14 Cofinancing, if any:
(a) agency name N/A
(b) percent financed by agency N/A
4 Section I. Bid Evaluation Standard Forms

Table 2. Bidding Process

2.1 General Procurement Notice


(a) first issue date 31.January 2010 (printed edition) and posted
(b) latest update online on 06. January 2010

2.2 Prequalification, if required


(a) number of firms prequalified N/A
(b) date of Bank’s no-objection N/A
2.3 Specific procurement notice
(a) name of national newspaper “VECER” and “KOHA”
(b) issue date 26.08.2019
(c) name of international N/A
publication
(d) issue date N/A
(e) number of firms notified N/A
2.4 Standard Bidding Document
(a) title, publication date 26.08.2019
(b) date of Bank’s no-objection N/A (post review)
(c) date of issue to bidders 26.08.2019
2.5 Number of firms issued documents 5(five)
2.6 Amendments to documents, if any
(a) list all issue dates 1. N/A 2. N/A 3. N/A
(b) date(s) of Bank’s no-objection 1. N/A 2. N/A 3. N/A
2.7 Date of pre-bid conference, if any N/A
2.8 Date minutes of conference sent to
bidders and Bank N/A
Section I. Bid Evaluation Standard Forms 5

Table 3. Bid Submission and Opening

3.1 Bid submission deadline


(a) original date, time 26.09.2019 at 12:00 o’clock
(b) extensions, if any N/A
3.2 Bid opening date, time 26.09.2019 at 12:00 o’clock
3.3 Record of bid opening, date sent to
Bank 26.09.2019 at 12:00 o’clock
3.4 Number of bids submitted 3 (three)
3.5 Bid validity period (days or weeks) 120 days
(a) originally specified N/A
(b) extensions, if any N/A
(c) date of Bank’s no-objection, if N/A
required1
Table 4. Bid Prices (as Read Out)

Bidder Identification Read-out Bid Price(s)1 Modifications or


Name City/State or Province Country Currency(ies) Amount(s) or % Comments2
(a) (b) (c) (d) (e) (f)
“ZIKOL” DOOEL Strumica/ Republic of Republic of MKD 9.250.609,49 Without VAT
Strumica Macedonia Macedonia
Str.”Anton Panov” no.14
Strumica

“PELAGONIJA” AD Gostivar/ Republic of Republic of MKD 7.478.552,00 Without VAT


Gostivar Macedonia Macedonia
Str.Braca Ginoski bb
Gostivar

DPTU “INSTALACIJA” Kicevo/ Republic of Republic of MKD 7.443.529,00 Without VAT


Vil. Dlapkin Dol bb Macedonia Macedonia
6250 Kicevo

etc.
Table 5. Preliminary Examination

Bidder Verification Eligibility Bid Completeness Substantial Acceptance for


Security of Bid Responsiveness Detailed Examination
(a) (b) (c) (d) (e) (f) (g)
“ZIKOL” DOOEL
Strumica
Str.”Anton Panov” Yes Yes Yes Yes Yes Yes
no.14
Strumica

“PELAGONIJA” AD
Gostivar
Str.Braca Ginoski bb Yes Yes Yes Yes Yes Yes
Gostivar

DPTU
“INSTALACIJA”
Vil. Dlapkin Dol bb Yes Yes Yes Yes Yes Yes
6250 Kicevo
Table 6. Corrections and Unconditional Discounts

Bidder Read-out Bid Price(s) Corrections Corrected Bid Unconditional Discounts2 Corrected/Discounted
Price(s) Bid Price(s)
Currenc Amount(s) Compu Provisional Percent Amount(s)
y(ies) tational Sums
Errors1
(a) (b) (c) (d) (e) (f) = (c) + (d) - (g) (h) (i) = (f) – (h)
(e)
“ZIKOL” DOOEL MKD 9.250.609,49 0 0 0 0 0 9.229.407,65
Strumica
Str.”Anton Panov”
no.14
Strumica
“PELAGONIJA” AD MKD 7.478.552,00 0 0 0 0 0 7.475.522,00
Gostivar
Str.Braca Ginoski bb
Gostivar

DPTU MKD 7.443.529,00 0 0 0 0 0 7.443.529,00


“INSTALACIJA”
Vil. Dlapkin Dol bb
6250 Kicevo
9 Section I. Bid Evaluation Standard Forms

Table 7. Exchange Rates

Currency Used for Bid Evaluation: MKD

Effective Date of Exchange Rate: 26.09.2019

Authority or Publication Specified for Exchange Rate: National Bank of Republic of


Macedonia

Note: Attach copy of exchange rates provided by specified authority or publication.

Курсна листа на Народната банка на Република Македонија


формирана на 25.09.2019 која се применува од 00:00 часот на 26.09.2019 година до
почетокот на важење на новата Курсна листа
Единица Среден курс
Држава Шифра Валута валута во денари

ЕМУ 978 евро EUR 1 61.4922


Table 8. Currency Conversion (Multiple Currencies)
Specify Evaluation Currency:

Bidder Currency(ies) of Bid Corrected/Discounted Applicable Evaluation Currency


Bid Price(s) Exchange Rate(s)1 Bid Price(s) Total Bid Price2
(a) (b) (c) (d) (e) = (c) x (d) (f)

etc.
Table 9. Currency Conversion (Single Currency)
Specify Evaluation Currency:

Bidder Corrected/Discounted Payment Composition1 Exchange Amounts in Exchange Evaluation Currency


Bid Price Currency Percent of Amount in Rate Used Currency Rate for Bid Prices Total3
1 2
(in specified of Payment Total Bid Evaluation by Bidder of Payment Evaluation
currency) Currency
(a) (b) (c) (d) (e) = (b) x (d) (f) (g) = (e) x (f) (h) (i) = (g) x (h) (j)

etc.
Table 10. Additions, Adjustments, and Priced Deviations
Specify Evaluation Currency:

Bidder Corrected/Discounted Additions2 Adjustments2 Priced Deviations2 Total Price


Bid Price1
(a) (b) (c) (d) (e) (f) = (b) + (c) + (d) + (e)
“ZIKOL” DOOEL 9.229.407,65 0 0 0 9.229.407,65
Strumica
Str.”Anton Panov”
no.14
Strumica
“PELAGONIJA” AD 7.475.552,00 0 0 0 7.475.552,00
Gostivar
Str.Braca Ginoski bb
Gostivar

DPTU 7.443.529,00 0 0 0 7.443.529,00


“INSTALACIJA”
Vil. Dlapkin Dol bb
6250 Kicevo
Table 11. Domestic Preference for Goods
Specify Evaluation Currency:

Bidder Domestic Total Price2 Exclusions for Revised Total Prevailing Domestic Preference Price6 Total Comparison
Preference Preference3 Tariff Preference Price
1
Group (%)4 (%)5
(a) (b) (c) (d) (e) = (c) – (d) (f) (g) (h) (i) = (c) + (h)

etc.
Table 12. Domestic Preference for Works
Specify Evaluation Currency:

Bidder Domestic Total Price2 Exclusions for Revised Total Preference4 Total Comparison
Preference Group1 Preference3 Price
(a) (b) (c) (d) (e) = (c) – (d) (f) (g) = (c) + (f)

etc.
15 Section I. Bid Evaluation Standard Forms

Table 13. Proposed Contract Award


1. Lowest evaluated responsive bidder
(proposed for contract award).
(a) name DPTU “INSTALACIJA”
(b) address Vil. Dlapkin Dol bb 6250 Kicevo
2. If bid submitted by agent, list actual
supplier.
(a) name N/A
(b) address N/A
3. If bid from joint venture, list all partners, N/A
nationalities, and estimated shares of N/A
contract. N/A
4. Principle country(ies) of origin of R. Macedonia
goods/materials.
5. Estimated date (month, year) of contract
signing. 25.10.2019
6. Estimated delivery to project 28.02.2020
site/completion period.
Currency(ies) Amount(s) or %
1
7. Bid Price(s) (Read-out) MKD 7.443.529,00
8. Corrections for Errors2 MKD Non
9. Discounts3 MKD Non
10. Other Adjustments4 MKD Non
11. Proposed Award5 MKD 8.783.364,00
(Including VAT)
7.443.529,00 (Without VAT)
12. Disbursement Category6 works
16 Section III. Bid Evaluation Standard Forms

3. Qualification
DPTU “INSTALACIJA” Vil. Dlapkin Dol bb 6250 Kicevo

Qualification Criteria Terms Documentation

Joint venture (existing or future) Templates for


No. Factor Condition One
All Each One submitting an offer
legal
partners partner partner
entity
together
1. Qualification

1.1 Nationality Nationality in accordance with IP 4.3 YES N/A N/A N/A Template ELI -1.1 and
1.2, with attachments
1.2 Conflict of interests No conflict of interest according to IP 4.2 YES N/A N/A N/A Bid Letter
1.3 Eligibility declared by Not to be declared unqualified by the Bank in accordance with IP 4.4, YES N/A N/A N/A Bid Letter
the Bank 4.5, 4.6 and 4.7
1.4 Entity owned by the Meets the requirements under IP 4.5 YES N/A N/A N/A Template ELI -1.1 and
government in the 1.2, with attachments
country of the
Letterman

1.5 A UN decision or law in Not to be excluded as a result of a prohibition law in the State of the YES N/A N/A N/A Template ELI -1.1 and
the State of the Borrower or official regulations prohibiting trade relations with the 1.2, with attachments
Borrower State of the Bidder or by an act of the United Nations Security Council
in accordance with IP 4.7 and Segment V
2. Past unfulfilled contracts

Joint venture (existing or future) Templates for submitting


No. Factor Condition One legal
All partners Each One an offer
entity
together partner partner
2.1 History of past Non-performance of the contract did not happen YES N/A N/A N/A Pattern CON - 2
unfulfilled contracts by the fault of the contractor from 1 January 2011
(2011, 2012, 2013, 2014, 2015, 2016, 2017, 2018).
2.2 Suspension of a bid due There should be no suspension of the bid due to YES N/A N/A N/A Form for submitting an
to the activation of the the activation of the Statement that guarantees the offer
Statement that bid according to IP 4.6 or the withdrawal of the
guarantees the bid by bid according to IP 19.9
the Employer or the
withdrawal of the bid
during the validity
period of the bid
2.3 Unsolved actions The financial condition of the bidder and its YES N/A N/A N/A Pattern CON - 2
potential long-term liquidity to be sound in
accordance with the criteria specified in 3.1 below
and assuming that all ongoing trials will be settled
against the bidder
2.4 Past cases There are no consistent court decisions against the YES N/A N/A N/A Pattern CON - 2
Bidder from 1 January 2011 (2011,2012, 2013,
2014, 2015, 2016, 2017, 2018)
18 Section III. Bid Evaluation Standard Forms

3. Financial situation

Documentation One Joint venture (existing or future) Templates for


No. Factor Condition provided legal All partners Each One submitting an offer
entity together partner partner
3.1 Financial (i) The Bidder must demonstrate Confirmation from a YES N/A N/A N/A Form FIN - 3.1 with
situation access or availability of financial bank for disposal of attachments
assets such as liquid assets, non- own funds 6.104.566
current assets, credit lines or other MKD Ohridska banka)
financial assets (other than advance from 25.09.2019
payments under the contract)
sufficient to meet the following cash-
flow requirements: 25.000,00 EUR
for the respective agreement net of
the other obligations of the Bidder
(ii) The Bidder should also Balance sheet and YES N/A N/A N/A Form FIN - 3.1 with
demonstrate, to the extent Income statement from attachments
satisfactory for the Employer, that it central registry of
has sufficient financial resources for Republic of Macedonia
the necessary cash flows in relation
to the obligations of the current and
future contracts
3. Financial situation

(iii) A revised balance sheet should Statement of Balance YES N/A N/A N/A Form FIN - 3.1 with
be submitted, or, if not required by Sheet and Income attachments
the laws of the country of the Bidder, Statement Data
another financial report that is nr.0818-
acceptable to the Employer, which 50/150020190111346
will apply to the last 3 years (2016, from 02.04.2019 Issued
2017, 2018 ) which will present the by Central registry of
current financial stability of the the Republic of
Bidder and its potential long-term Macedonia
profitability. profitability for the last
three years
2016,2017,2018

3.2 Average annual Minimum average annual turnover Statement of Balance YES N/A N/A N/A Pattern FIN -3.2
turnover from from construction activities in the Sheet and Income
construction amount of EUR 230,000.00 Statement Data nr.
activities calculated through total payments 0818-
received from contracts that are 50/150020190111346
ongoing or completed over the last 3 from 02.04.2019 Issued
years. by Central registry of
the Republic of
Macedonia
for the last three years
Year of 2016-
220.089.198 MKD
turnover
Year of 2017-
262.898.008 MKD
20 Section III. Bid Evaluation Standard Forms
3. Financial situation

turnover
Year of 2018-
196.644.586 MKD
turnover
226.543.930,66 average
annual cash flow from
constructing

4. Experience
Documentation provided One Joint venture (existing or future) Templates for
No. Factor Condition legal All partners Each One submitting an
entity together partner partner offer
4. Experience
4.1 General Experience with construction 1.Construction, YES N/A N/A N/A Specimen EXP-4.1
(a) implementation contracts in the role of a reconstruction and
experience contractor, a partner in the rehabilitation of local
AB, subcontractor or roads, streets, sidewalks,
manager - contractor for at other public areas for the
least five 5 years, starting on needs of the municipality of
January 1st, 2014 (2014, Kicevo for a period of one
2015, 2016, 2017, 2018). year with asphalt pavement
-2015

2.Construction of streets in
the Municipality of Kicevo
- with asphalt pavement for
part 7 reconstruction of
Goce Delchev Street (from
Marshal Tito Street to Vele
Zmejkoski Street) -
Municipality of Kicevo
2017

3.Reconstruction of
Marshal Tito Street-
Oslomeshki Road 2016

4.Construction of streets in
the municipality of Kichevo
with asphalt pavement
(Isein Akioski, Dragi
Karbunnicec) 2017

5.Reconstruction and
rehabilitation of local
roads, streets, sidewalks
and other public areas for
the needs of the
Municipality of Kicevo for
one year with paver
elements 2017
22 Section III. Bid Evaluation Standard Forms

4. Experience
Documentation provided One Joint venture (existing or future) Templates for
No. Factor Condition legal All partners Each One submitting an
entity together partner partner offer
4.1 General Experience with construction YES N/A N/A N/A Specimen EXP-4.1
(a) implementation contracts in the role of a 6.Arrangement of road legs
experience contractor, a partner in the and public surfaces in
AB, subcontractor or villages Zajas and Belica –
manager - contractor for at Kicevo 2017
least five 5 years, starting on
January 1st, 2014 (2014, 7.Opening, widening and
2015, 2016, 2017, 2018). compaction of streets and
public areas in villages
Rashtani, Strogomiste and
Zajas – Kicevo 2017

8.Street reconstruction in
vilages Srbica, Mamudovci,
under place Krusino –
Kicevo 2017

9.Construction and
reconstruction of public
lighting by road and public
street lighting 11
September -Kichevo 2016

10.Reconstruction of the
municipal road in the
village of Strelci- Kicevo
2016
24 Section III. Bid Evaluation Standard Forms
4.2 Specific building The minimum number of 1.Construction, YES N/A N/A N/A Model EXP 4.2 (a)
(a) experience similar contracts (water reconstruction and
supply contracts or separate rehabilitation of local
contracts for each activity roads, streets, sidewalks,
listed above will be treated as other public areas for the
eligible) listed below, which needs of the municipality of
have been successfully and Kicevo for a period of one
significantly performed as a year with asphalt pavement
lead contractor, a partner in -2015
an AB, a subcontractor or a Amount 20.000.000 MKD
manager - performer between
1 - January 2014, 2014, 2.Reconstruction of
2015,2016,2017, 2018 and the Marshal Tito Street-
deadline for submission of Oslomeshki Road 2016
bids. Amount 4.024.295,50

3.Construction of streets in
(i) 3 contracts, each with a the municipality of Kichevo
minimum value of EUR with asphalt pavement
60,000.00. (Isein Akioski, Dragi
Karbunnicec) 2017
Amount 4.957.791 MKD

4.Reconstruction and
rehabilitation of local
roads, streets, sidewalks
and other public areas for
the needs of the
Municipality of Kicevo for
one year with paver
elements 2017
Amount 34.895.000 MKD

5.Construction and
reconstruction of public
lighting by road and public
street lighting 11
September -Kichevo 2016
amount 4.608.539 MKD
5. Employees

Total work Documentation Requirement


Similar work
similar provided fulfillment
Number Position experience
experience
(years)
(years)
1 Head of the construction site Form PER-1 YES
(civil engineer with at least 10 and
10 5 Form PER-2
(ten) years work experience in
at least 5 (five) similar projects)
2 Deputy head of the construction Form PER-1 YES
site (construction engineer with and
a minimum of 5 (five) years of Form PER-2
5 4
work experience, as well as
work experience of at least 4
(four) similar projects)
3 Geodetin technician with a Form PER-1 YES
minimum of 5 (five) years of and
work experience, as well as 5 4 Form PER-2
work experience of at least 4
(four) similar projects)
4 An expert in safety at work Form PER-1 YES
with a passed professional and
exam with a minimum of 5 Form PER-2
5 3
(five) years of work experience,
as well as work experience of at
least 3 (three) similar projects)
5 25 (twentyfive) employees with Form PER-1 YES
appropriate qualifications) 1 1 and
Form PER-2
26 Section III. Bid Evaluation Standard Forms

6. Equipment

Number Type of equipment and features Required Documentation provided Requirement


minimum fulfillment
1. Excavator Forms for equipment + YES
1
documented ownership evidence
2. Truck with minimum 10m3 Forms for equipment + YES
2
documented ownership evidence
3. Trench digger Forms for equipment + YES
1
documented ownership evidence
4. Roller small Forms for equipment + YES
1
documented ownership evidence
5. Roller big Forms for equipment + YES
1
documented ownership evidence
6. Tank-truck for watter Forms for equipment + YES
1
documented ownership evidence
7. Aswalt finishing machine Forms for equipment + YES
1
documented ownership evidence
8. Vibrating roller small for Forms for equipment + YES
1 documented ownership evidence
aswalting
9. Roller with rubber wheels Forms for equipment + YES
1
documented ownership evidence
10. Sprays for emulsion Forms for equipment + YES
1
documented ownership evidence
11. Skip / Loader Forms for equipment + YES
1
documented ownership evidence
12. Truck - with a minimum Forms for equipment + YES
1 documented ownership evidence
capacity of 15 t
13. Asphalt cutting machine Forms for equipment + YES
1
documented ownership evidence
14. Compressor – with pikhamer Forms for equipment + YES
1
documented ownership evidence
15. Asphalt base with minimum Forms for equipment + YES
1 documented ownership evidence
production of 100 t per hour
16. Labaratory for testing of quality Forms for equipment + YES
or signet contract with internal documented ownership evidence
1
corespondig who owns this kind
of labaratory
17. Power agregat with capacity of 2 Forms for equipment + YES
1 documented ownership evidence
kw=1
28
29
30 Annex V. Bid Evaluation Summary Checklist
Annex I. Evaluation Guide 31
32 Annex V. Bid Evaluation Summary Checklist
Annex I. Evaluation Guide 33
34 Annex V. Bid Evaluation Summary Checklist
Annex I. Evaluation Guide 35

Representatives on behalf of the Municipality of Kicevo during the public opening of


submitted bids were the following participants of Evaluation Committee:

President of Evaluation Comitee


1. Burim Kadriu – Head of Sector for Finance

Members of Evaluation Comitee


2. Begzat Aliu– Head of Legal departman
3. Darko Belevski – Adviser for Local ecomomic development planing
36 Annex V. Bid Evaluation Summary Checklist

Вам также может понравиться