Procurement Approval Form (Refer to OpsPedia for forms appropriate to requested action)

Similar documents
STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

CHECKLIST 3: EA INTERNATIONAL COMPETITIVE BIDDING PROCUREMENT CHECKLIST

ANNEX VIII b STANDARD FORMATS AND TEMPLATES

ANNEX VIII a STANDARD FORMATS AND TEMPLATES

PROCUREMENT PLAN. Implementing Agency: N/A

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

WEST BENGAL MAJOR IRRIGATION & FLOOD

Standard Bid Evaluation Form. Procurement of Goods or Works. The World Bank

GOVERNMENT OF NATIONAL COMPETITIVE BIDDING (CIVIL WORKS) (LUMPSUM CONTRACT) TIME AND DATE OF : DATE TIME HOURS PRE-BID CONFERENCE

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

WEST BENGAL MAJOR IRRIGATION & FLOOD

(e-procurement System)

5.Section 5 - Specimen Forms

CHECKLIST 4: EA QUALITY- AND COST-BASED SELECTION (QCBS) CHECKLIST

C E Y L O N E L E C T R I C I T Y B O A R D

Procurement of Works & User s Guide

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

Procurement of Small Works

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

Project Administration Instructions

Master Bidding Documents Procurement of Goods and User s Guide

Procurement of Works & User s Guide

Construction of MLD Water Treatment Plant at Taba LAP

Request for Quotation (RFQ) for Services Transportation Service in Colombia

QUERIES & RESPONSES DATE

Section III: Returnable Bidding Forms

Tender Terms and Conditions: 1. This invitation of bid is open to contractors, Class-Small registered with the Construction Development Board.

Section III Evaluation and Qualification Criteria (Revision 1)

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ-02/ For Supply and Delivery Of Optical MODEM November, 2015

BIDDING DOCUMENT. For. Procurement of Plant Design, Supply and Installation. Ashuganj 400 MW Combined Cycle Power Plant Project (East)

BHUTAN TELECOM LTD. REGISTERED OFFICE IN THIMPHU. Construction of Retaining Wall at RBA, Phuentsholing

INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENT NATIONAL COMPETITIVE BIDDING (NCB) FOR

Section 4. Bidding Forms

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ 02/ For Supply and Delivery of Optical MODEM.

Procurement Plan. Name of Borrower Madhya Pradesh Power Sector Investment Program Project 1

Section III - Evaluation and Qualification Criteria (Without Prequalification)

Kerala State Transport Project II (P130339)

Section 2 - Bid Data Sheet

West Bank and Gaza. Avian Influenza Prevention and Control Project (AIPCP) Construction of Ramallah Central Veterinary Laboratory Ramallah District

Standard Bidding Documents. Procurement of Goods. The World Bank

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

STANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials

Project Administration Instructions

Project Number: March Audited Project Financial Statements (APFS) Standard Review Checklist

Provision of Janitorial & Related Services

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

DRAFT STANDARD PROCEDURES DOCUMENT FOR PREPARING FRAMEWORK AGREEMENTS PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA) OCTOBER 2018

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

MASTER PROCUREMENT DOCUMENTS

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/


THE CORE CONTRACT CONDITIONS (CCC) INDEX. CCC NO. Description Clause Reference

Procurement of Goods

Associations (Joint Venture or Sub-consultancy) Country of Incorporation 2

REQUEST FOR PROPOSALS

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

REPUBLIC OF KENYA TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS

Information and Communication Technology Agency of Sri Lanka

S T A N D A R D B I D D I N G D O C U M E N T S. Procurement of Goods. The Inter-American Development Bank

Section 4 - Bidding Forms

ELECTRICITY ACCESS ROLLOUT PROGRAM (EARP) BE3-EARP Project

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

5.03 PRE-BID MEETING AND ADDENDA A. Conduct the Pre-Bid Meeting using the A52 Pre-Bid Meeting Agenda provided in Appendix 1.

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

MIDDLETOWN TOWNSHIP PUBLIC SCHOOLS REQUEST FOR QUALIFICATIONS. School District Board, Labor and Negotiations Legal Services SPECIFICATIONS

Section 2 - Bid Data Sheet

GUJARAT ECOLOGY COMMISSON. BID No: SPMU/ ICZMP/ NCB /01/ IDA Credit Number: #0146-IN. August

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF PUBLIC WORKS

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

SAN DIEGO CONVENTION CENTER CORPORATION

MUMBAI METRO LINE 3 (COLABA-BANDRA-SEEPZ) CONTRACT PACKAGE MM3-CBS-RS Addendum No:-16

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR KE SUPPLY, DELIVERY AND INSTALLATION OF FLEET MANAGEMENT SYSTEM

Section III: Returnable Bidding Forms

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

Section III: Returnable Bidding Forms

CHENNAI METRO RAIL LIMITED CHENNAI METRO RAIL PROJECT PHASE I

Request for Sealed Quotations for Goods

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES

CONTENTS. Page EXECUTIVE SUMMARY I. OVERVIEW 1 II. FINDINGS AND RECOMMENDATIONS 2 III. CONCLUDING REMARKS 19

NEPAL TELECOM Nepal Doorsanchar Company Limited. Nepal Telecom. Nepal Telecom Nepal Doorsanchar Company Limited

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

Country of Incorporation 2

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

United Nations Development Programme

4. A bid Security of US $1, must be submitted along with the bid.

Standard Request for Proposals Selection of Consultants

INDEPENDENT REVIEW PANEL

BIDDING DOCUMENT. For

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

REPUBLIC OF KENYA MINISTRY OF LAND AND PHYSICAL PLANNING PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AT BOMET, BOMET COUNTY

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT

IN THE PUBLIC PROCUREMENT APPEALS AUTHORITY AT DAR ES SALAAM APPEAL CASE NO. 29 OF BETWEEN AND

SPECIAL CONDITIONS OF TENDER

Transcription:

Procurement Approval Form (Refer to OpsPedia for forms appropriate to requested action) Request for -Objection on Bid Evaluation Report {Give a brief statement of the matter requiring Procurement Committee action} PART A. MATTER for CONSIDERATION -Objection on: Prequalification Evaluation Report (PQER) Technical BER for SE Bid Evaluation Report (BER) for SE Financial BER for SE [Give a statement of the matter requiring Procurement Committee action.] st Stage BER for S (or SE) nd Stage BER for S (or SE) PART B. BID EVALUATION INFORMATION SUMMARY SHEET. PROJECT and PACKAGE DATA Project Number Project Name Project Status Approval Number Country State Sector Department Division Package Number Package Name With Prequalification: Yes More than One Lot: Yes Co-financed Advance Contracting/Retroactive Financing Lot. Lot Description Executing Agency Implementing Agency Procurement Agent / Consultant Contact Info Review Requirement: Prior Review Post Review Post Review (Sample) Estimate Contract Value: Original Exchange Rate as of US$ Equivalent Contract Duration (in month) Lot Estimated Value Lot Duration. PROCUREMENT MODALITY Bidding Document: Large Works Goods Design-Build Small Works Plant Other (specify) Application of Domestic Preference: Yes Procurement Method: ICB NCB Direct Contracting. MILESTONE DATES Loan/Grant Approval Loan/Grant Signing Loan/Grant Effectiveness Loan/Grant Closing Project / Physical Completion Receipt of First Draft Bidding Documents Yes Date N/A ADB Approval of Bidding Documents Yes Date N/A Invitation for Bids (IFB): ADB website Yes Date N/A Newspaper of General Circulation [Indicate name ] Yes Date N/A EA website [Indicate address ] Yes Date N/A International/freely accessible website [Indicate address ] Yes Date N/A Date of Availability of Bidding Documents Date Deadline for Submission of Bids LIB Shopping Other (specify) Allow Bidders from n-member Countries: Yes Bidding Procedure: Single Stage One Envelope (SE) Single Stage Two Envelope (SE) Two Stage (S) Two Stage Two Envelope (SE)(SE) With Waiver to Procure from n-member Countries: Yes

(a) Original Date Time + (b) Extension Yes Date Time N/A Date of Pre-Bid meeting Yes Date N/A Date of Site Visit Yes Date N/A Number of Bidding Documents Issued. Number of Bids Submitted. + Clarification Requests Received from Bidders [Date received ] Yes Date Responded N/A + Addenda Issued [Issuance Date ] [Addenda. ] Date of ADB Approval N/A Bid Opening Date Time EA s submission of Bid Evaluation Report (BER) to ADB Yes Date N/A + EA s submission of revised BER to ADB Yes Date N/A. BID MANAGEMENT Earlier ADB -Objection: Invitation for Prequalification Yes Date N/A Invitation for Bid Yes Date N/A PQ Document Yes Date N/A Bidding Document Yes Date N/A PQ Evaluation Report Yes Date N/A Bid Validity Expiration (a) Original Number of days [ ] Date + (b) Extension Number of days [ ] Date N/A Bid Securing Declaration / Bid Security Requirement Amount Remarks Bid Security Validity Expiration (a) Original Date + (b) Extension Date N/A + Clarification Sought by EA from Bidder/s Date Responded by Bidder, Date + Clarification Sought by ADB from EA Date Responded by EA, Date Exchange Rate used for Bid Comparison [Insert Source Date Signed Record of Bid Opening Attached Yes PART C. EA s BID EVALUATION REPORT. Record of Bid Opening Name of Bidder Bid Bid Ranking Composition Bid Price at Discounts Country Security Security at Bid of Bidder Opening Offered Amount Validity Opening Comments / Remarks te:. In case of Joint Venture, list all joint venture partners.. For composition of Bidder, please indicate whether Joint Venture or Single Entity.. Evaluation of Qualification Name of Bidder Preliminary Examination Eligibility Pending Litigation Financial Requirements Experience Qualification Evaluation Results te:. Indicate Pass or Fail or t Applicable only for columns Preliminary Examination, Eligibility, Pending Litigation, Financial Requirements & Experience.. Indicate Responsive or n-responsive only for column Qualification Evaluation Results.. Use Annex A for Qualification details.

. Determination of Substantial Responsiveness of Bids Name of Bidder Evaluation of Technical Requirements Evaluation of Commercial Terms and Conditions te:. Only bidders marked as Responsive in section (Evaluation of Qualification) should appear in this section.. Indicate Responsive or n-responsive only for the evaluation results.. Determination of Lowest Evaluated Substantially Responsive Bid Name of Bidder Bid Price at Opening Provisional Sum and Contingency Bid Price without Provisional Sum and Contingency (-) VAT Remarks Bid Price without VAT (5-6) 5 6 7 8 Arithmetic Correction (+/-) te:. In case the VAT cannot be separated from the Bid Price, indicate in column 6 and column 7 should be renamed as Bid Price with VAT and the value is equal to column 5. ContinuationU. Determination of Lowest Evaluated Substantially Responsive Bid Name of Bidder Adjustment for Missing Items / Technical Compliance (+/-) Corrected Bid Price (7-8-9) Discount Bid Price after Discount (0-) Corrected Bid Price with Provisional Sum, Contingency and VAT (0++6) 9 0 Total Corrected Bid Price in (in currency of bid evaluation) Total Corrected Bid Price in US$ Equivalent 5 Variation from Engineer s Estimate 6 Ranking after Evaluation 7 Engineer s Estimate: Provisional Sum and Contingency: VAT amount: te:. Engineer s estimate should include provisional sum, contingency and VAT.. Include any other evaluative adjustments in column 9. For column, in case VAT is excluded, column should be renamed as Corrected Bid Price with Provisional Sum and Contingency and the formula is (0+).. For column, use the same source as indicated in PART B table. 5. Recommended Bidder for Contract Award Name of Bidder Composition of Bidder Country Type of Bidder Recommended Contract Price Recommended Contract Price in US$ Equivalent Remarks Inclusive of Tax / Exclusive of Tax Lowest priced at Yes Lowest Evaluated Yes Awarded due to Yes

bid opening Bidder Domestic Preference Provisional Sum Amount Contingency Amount Complete Address: PART D: NARRATIVE SUMMARY OF BID EVALUATION REPORT. Preliminary Examination for Completeness of Bids [Describe deliberative process of the Bid Evaluation Committee, how many bidders were deemed eligible to bid, how many bidders provided complete information Detail here any bids rejected for reasons of ineligibility and material ommssions.]. Determination of Substantial Responsiveness of Bids [Briefly describe bid validity and bid security, bidders qualifications and the evaluation of the responsiveness to technical requirements detailing here any bid rejected for failure to meet the qualification requirements or with material deviations or reservations to the requirements of the bidding document]. Detailed Evaluation of Bids [Briefly describe the detailed evaluation of bids pertaining to analysis of BOQ and unit rates, arithmetic correction, adjustment and unbalanced bids, multiple contract analysis (if applicable), conditions to be met prior to award of contract,.]. PROCUREMENT GOVERNANCE and INTEGRITY + Representations received Yes Details: Date received: Bidders (including associated firms or joint venture partners) on ADB sanction list Yes

PART E: ISSUES AND STAFF VIEWS [All issues during the procurement process, if any, should be explained and fully addressed, including procurement complaints referred by the procurement complaints mechanism (See PAI.). Identify the issues that require Procurement Committee consideration; and state the views of the originating unit staff, project counsel, procurement specialist, and other staff involved. Refer to the relevant ITB Clause when providing staff views. Describe actions taken by staff, if appropriate. Attach copies of the written comments of the project specialist, project counsel, procurement specialist, financial control specialist and other staff. Confirm that the bidders are not in ADB s sanctions list. Representations received must also be explained and addressed fully. All relevant information must be included such that the Procurement Committee is in a position to make a fully informed decision. If the concerned ADB units had initially differing views but eventually resolved their differences, the circumstances should be adequately explained. ] Compliance with Loan Agreement. [Confirm that loan/grant/financing agreement and all safeguards requirements as per ADB SPS 009 have been or are being complied with, or not applicable in case of advance contracting when the financing agreement is not yet effective.] PART F: RECOMMENDATION for NO-OBJECTION [[Indicate the approval action recommended with reference to PAI. List separately qualified and disqualified bidders. If applicable, the following statement should be inserted in this paragraph: subsequent to approval of the recommendation by the Procurement Committee, the Project Unit when conveying the PC s decision to the EA will remind it that ADB's approval of advance contracting will not commit ADB to subsequently approve the project or to finance the procurement costs ] Approved a : () () Name of Director Name of Assistant General Counsel, OGC () Name of Director-General, PPFD a The above signing format is for contracts $0 million and above. For contracts $0 to below $ 0 million, () remains unchanged, () is replaced with the Director PFP/PFP () is deleted. For contracts below $0 million () is the Sector Division or Resident Mission PASS accredited Staff () the Sector/Country Director and () is deleted.

Annex A: Qualification Details, Procurement Approval Form Requirements Bidder Bidder Bidder Bidder Preliminary Examination. Eligibility Nationality Conflict of Interest ADB Eligibility [link OAI sanction list] Government-Owned Entity UN Eligibility. Pending Litigation and Arbitration Pending Litigation and Arbitration. Financial Requirements Historical Financial Performance Average Annual Turnover Financial Resources Requirement. Experience Contracts of Similar Size and Nature (for one contract) Contracts of Similar Size and Nature (for two contracts) Experience in Key Activities Qualification Evaluation Results