You are on page 1of 23

Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT


X444 TenderDoc 02 Terms of Tender




THE GOVERNMENT OF THE CAYMAN ISLANDS




Invitation to Tender



Tender No: RCIPS-MU T07/01

For: Procurement of four marine vessels to
to be designed, constructed and supplied
to separate performance specifications

Client Agency: Marine Unit
Royal Cayman Islands Police Service

Delivered to: Port of George Town,
Grand Cayman, Cayman Islands





Publication Date: 24 January, 2007
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 1 of 22
X444 TenderDoc 02 FINAL Terms of Tender
CONTENTS
Tender documentation included with this Invitation to Tender
Electronic Name of Documentation Page
Doc#
01. Advertisement 1
02. Invitation to Tender Document 1-22
Contents Page 1
Acknowledgement of Receipt of tender documents 2
Invitation to Tender 3-4
Standard Terms of Tender (with index page) 5-22
03. Appendices to Terms of Tender: 1-6
Appendix A: Particulars of Tenderer 1-3
Appendix B: General Guidelines for Assessing Financial Capability of Tenderer 4-5
Appendix C: Evaluation and Scoring Scheme 6
04. General Conditions of Contract (with index page) with attached Schedules 1-30
General Conditions of Contract clauses 1-19
Second Schedule: Payment, Retention Money; Period of Completion for Vessels 20-21
Third Schedule: Performance Bond 22-25
Fourth Schedule: Liquidated Damages for Breach of Contract 26
Fifth Schedule: Letter of Acceptance, Acknowledgement of Acceptance, and
Contract Agreement Form 27-30
05. Tender Form and Tender Price Forms 1-6
Tender Form 1-2
Tender Price Form A: (for Group I Vessels) 3-4
Tender Price Form B: (for Group 2 Vessels) 5-6
First Schedules: Procurement Specification (with contents page) for:
06. Vessel #1: 36ft to 38ft Aluminium Rigid Inflatable (RHIB) 1-67
07. Vessel #2: 38ft Go-Fast Patrol Interceptor 1-
08. Vessel #3: 36ft Fast Patrol Vessel 1-
09. Vessel #4: 65ft Aluminium Patrol Launch 1-
10. Check List: Submission Data to be returned with a Tender:
A: Documents stated in the Terms of Tender and Appendices A to C
B: Documents stated in the Procurement Specification for Vessels #1 to 4
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 2 of 22
X444 TenderDoc 02 FINAL Terms of Tender
ACKNOWLEDGMENT OF RECEIPT
(COLLECTED OR DOWNLOADED) OF
TENDER DOCUMENTS (MANDATORY REQUIREMENT)

TENDER NO: RCIPS-MU T07/01
FOR: Design, Construction and Supply of Vessels
TO: Marine Unit, Royal Cayman Islands Police Service



COLLECTED OR DOWNLOADED BY:

________________________________________________________________________________
(PRINT Name)
FOR AND ON BEHALF OF:

_________________________________________________________________________________
(Name of Company)


Company Street Address: ________________________________________________________


Company Postal Address: ________________________________________________________


Company Tel or Cell & Fax: _________________________________Fax: ___________________


E-mail contact address: ________________________________________________________


Date Collected or Downloaded: ________________________


Please complete at time of collection, or download and return to the Project Manager by Fax to:
+1-345-945-0260 or E-mail to: michael.needham@gov.ky

This will enable any future Notices to Tenderers that are published on the website to be forwarded
directly to interested tenderers at the time of publication.

FORM TL/1
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 3 of 22
X444 TenderDoc 02 FINAL Terms of Tender
INVITATION TO TENDER:

Invitation:
1. The Government of the Cayman Islands [hereinafter called the Government] invites
you to submit an economically most advantageous tender in competition for the design,
construction and supply of four marine vessels to separate procurement specifications for the
Marine Unit of the Royal Cayman Islands Police Force described in the accompanying
documents.

Vessels to be procured:
2. Tenderers may tender for any one or more than one vessel described below. The
vessels are more particularly described in the First Schedule Procurement Specification for each
of the numbered vessels. The vessels to be procured [hereinafter called the Works] are as
follows:
Group 1 Vessels:
Vessel #1: 36ft to 38ft Aluminium Rigid Inflatable (RHIB), and
Vessel #2: 38ft Go-Fast Patrol Interceptor.
Group 2 Vessels:
Vessel #3: 36ft Fast Patrol Vessel, and
Vessel #4: 65ft Aluminium Patrol Launch.

Place and date for the return of tenders:
2. Tenders must be completed, signed and addressed to: The Central Tenders Committee,
c/o Portfolio of Finance and Economics, Government Administration Building, Grand Cayman
KY1-9000, Cayman Islands, and returned to the:
Cashiers Booth, Treasury Department, Front Foyer, Government Administration Building,
Elgin Avenue, George Town, Grand Cayman, Cayman Islands,
for collection of a receipt acknowledging date and time of delivery and the number of packages
delivered, no later than 13:15 hrs EST for:
Group 1 Vessels on: Friday 2 March, 2007, and for
Group 2 vessels on: Friday 16 March, 2007

Documents included with this tender:
4. The following documents are included with this invitation:
Invitation to Tender dated January, 2007
Acknowledgement of receipt of tender documents
Standard Terms of Tender
Appendix A: Particulars of Tenderer
Appendix B: Guidelines for Assessing the Financial Capability of Tenderers
Appendix C: Evaluation and Scoring Scheme
General Conditions of Contract
Second Schedule: Payment and Retention Money,
Third Schedule: Performance Bond,
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 4 of 22
X444 TenderDoc 02 FINAL Terms of Tender
Fourth Schedule: Liquidated Damages for Breach of Contract,
Fifth Schedule: Letter of Acceptance, Acknowledgement of Acceptance
and Contract Agreement
Tender and Tender Price Forms A & B
First Schedule(s): Procurement Specification for vessel #1,
Procurement Specification for vessel #2,
Procurement Specification for vessel #3,
Procurement Specification for vessel #4

Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 5 of 22
X444 TenderDoc 02 FINAL Terms of Tender
STANDARD TERMS OF TENDER

INDEX Conditions

Part A: Instructions to Tenderers
Governments Representative 1
Tenderers Submissions 2 - 12
Price to Include 13
Sub-letting and Assignment 14 - 15
Tendering Regulations 16 - 17
Conflicts of Interest 18
Definitions 19
Notices to Tenderers 20 - 22
Alternative Tenders 23
Notification of Award and Acceptance of a Tender 24 - 29

Part B: Qualification of Tenderer
Suppliers to Submit Qualification Submission Data 30 - 32

Part C: Information to be provided by the Tenderer
Requested information to be returned with a Tender 33 34
Financial Information to be Provided 35
Tenderers Organisational Structure 36
Appendix information from
Procurement Specification for Tendered Vessels 37

Part D: Documents/Drawings to be submitted with a Tender
Technical Specification 38
Content of Technical Specification 39
Drawings and Documents for each Vessel Offered 40

Continued
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 6 of 22
X444 TenderDoc 02 FINAL Terms of Tender

Part E: Tender Evaluation and Clarification
Clarification of Submitted Data 41 - 42
Tender Recommended for Acceptance 43
Evaluation Stages and Scoring Scheme 44
Screening and Comparison Stage 45
Price, Quality and Period of Completion Stage 46
Short listed Tenderers under Active Consideration 47
Financial Capability Stage 48

Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 7 of 22
X444 TenderDoc 02 FINAL Terms of Tender
Part A: Instructions To Tenderers:

Governments Representative:
1. The Government nominates the Commissioner of Police or any person acting for
him (hereinafter called the Commissioner) as the Governments representative. The
Commissioner has appointed a Project Manager (hereinafter called the Project Manager) as
his representative from whom all instructions will be sought including any questions in
connection with this invitation. The Project Manager shall be Superintendent Michael
Needham, Marine Unit Royal Cayman Islands Police Service [RCIPS-MU] who may be
contacted by Fax: +1-345-945-0260 or by email to: michael.needham@gov.ky.

Tenderers Submissions:
2. Any general queries or uncertainties of interpretation arising from the tender
documents should be brought to the attention of the Project Manager in writing at the earliest
opportunity and well before the date for the return of the tender. Queries will only be accepted
up to 48 hours prior to the closing time for the return of tenders.

3. Your tender should be submitted on the form of Tender and Tender Price Forms A
and/or B. Any obvious errors in pricing or errors in arithmetic will be dealt with as stated in the
form of Tender.

4. You are required to keep your tender confidential and not to divulge to anyone, even
approximately, what your tender price is or will be. The sole exception to this is information
you may have to give to your insurance company or broker in order to compile your tender, but
you must stress to them that this information is given in strict confidence.

5. You must not make any arrangements with anyone else about whether or not they
should tender, or about their or your tender prices or terms and conditions. You may however,
obtain any necessary subcontract quotations.

6. No tendering expenses will be reimbursed by the Government.

Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 8 of 22
X444 TenderDoc 02 FINAL Terms of Tender
7. Tenders received late will not be given further consideration unless due to genuine
postal delays. If the tender is qualified it may be set aside, or you may be required to withdraw
the qualification without amending your offer.

8. Your form of Tender with all relevant documents should be submitted in a sealed
envelopment prominently marked Tender RCIPS-MU T07/01. The envelopes should not bear
any indication of the identity of the tenderer.

9. Tenderers evaluation scores, more particularly described in Part E of these Terms of
Tender, will be appropriately affected if the tenderer does not include in the submission
documentation all the information required by the tender documentation.

10. For each vessel design, the tenderer is required to submit one hard copy of all the
documents to be submitted, plus one electronic copy on a CD [using MS Office Professional
Edition 2003 and Auto CAD 2006 or Adobe Photoshop 6.0] of all the submitted documents
relating to each vessel tendered, according to Part C and D of these Terms of Tender and
conforming to the requirements of the Procurement Specification for each vessel and any
proposed variations.

11. Tenderer should complete and submit the Financial and Technical Information as
required by Appendix A and note the content of Appendix B both attached hereto.

12. The tender shall remain open for consideration for 56 days from the date for the
return of the tender.
Price to include:
13. The tender price stated in the form of Tender shall:
1. include those items that are required to be quoted separately, and
2. be deemed to be include any item not separately priced and if requested to price the
items the tenderer shall provide a price and identify where the tender shall be
adjusted so as to not alter the total price, and
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 9 of 22
X444 TenderDoc 02 FINAL Terms of Tender
3. include for all fluctuations in his costs and expenses whatsoever their nature, and
4. NOT include in his rates for any import or customs duties or port or landing charges
in connection with the importation of the vessels into the Cayman Islands.
Sub-letting and Assignment:
14. Except where the Government accepted a sub-letting proposal prior to the award of
the Agreement the Contractor shall not sub-let any part of the Agreement without the prior
written consent of the Project Manager. The tenderer shall provide such details of any
subcontractor he wishes to engage as the Project Manager may require.

15. The Contractor shall not, without the consent in writing of the Project Manager,
assign or transfer the Agreement, or any part, share or interest under it. No sum of money to
become payable under the Agreement shall be payable to any person other than the Contractor
without the Project Managers written consent.

Tendering Regulations:
16. In the Cayman Islands, the process of public procurement is regulated by Part 9 of
the Financial Regulations (2004). This invitation to tender has been prepared to accord with
these Regulations.

17. The objective of this invitation is to provide an open, fair and competitive
environment, having a transparent and publicly auditable mechanism with a declared basis for
the evaluation of tenders to determine the most economically advantageous tender. The process
takes into account the overriding requirement to ensure value for money for the Government
and no longer considers only the lowest price. Accordingly, the process is designed to detect
those tenders considered abnormally low or high which will be scored according to the
predetermined matrix prescribed in Section F of these terms of tender.

Conflicts of Interest:
18. The tenderer is required to disclose at the time of submitting his tender in a written
and signed statement to the Government such interests which could under any circumstances be
construed either to reflect upon his integrity or on the integrity of any person on the tenderers
proposed team or be perceived as a conflict of interest if employed as a tenderer on this Project.
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 10 of 22
X444 TenderDoc 02 FINAL Terms of Tender

Definitions:
19. In these Standard Terms of Tender, unless the context otherwise requires:

Programme means the detailed project plan submitted prior to acceptance of the tender and
reviewed and commented upon at the time by the Project Manger, as it may be amended from
time to time;

most economically advantageous tender means the tenderer that attains the highest score after
evaluating the criteria in the manner described in the Conditions within Section F of these
Terms of Tender;

"Commencement Date" means the the date stated in the Letter of Acceptance when the
completion period, as defined in the Programme and as stated in the form of Tender, shall
commence;

Terms of Tender means the the Standard Terms of Tender issued by the Government under
this invitation to tender.

Notices to Tenderers:
20. All Tenderers, including those who download the invitation documentation from the
internet, must complete the attached Acknowledgement of Receipt of Tender Documents
[hereafter called the Acknowledgement] and either return to RCIPS-MU at the time of
collection, or email or fax the completed acknowledgement to the Project Manager in a timely
manner.

21. Any subsequent Notice to Tenderers issued by the Project Manager will be published
on the Internet at www.gov.ky/rcips/tenders and be emailed to those whose Acknowledgement
and email address has been received by the Project Manager.

22. Additionally, tenderers are advised to visit the above web-site address at regular
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 11 of 22
X444 TenderDoc 02 FINAL Terms of Tender
intervals during the tendering period to identify any new Notices to Tenderers or other updates
that may have been published.

Alternative Tenders:
23. If any tenderer proposes to submit a tender subject to any variation of the
Procurement Specificationfor any vessel, it shall be submitted by way of a separate tender, in a
separate envelope, clearly marked ALTERNATIVE TENDER for RCIPS-MU T07/01 and
addressed and delivered as required by Condition 3 before mentioned and shall be deemed to
conform with these Terms of Tender.
Notification of Award and Acceptance of a Tender:
24. Tenderers will be notified in writing by the Chairman of the Central Tenders
Committee [CTC], after tenders have been evaluated and a report considered and accepted by
the CTC, of the name of the tenderer(s) whose tender(s) will be accepted by the Government
and the amount of that tender. Such notification shall be subject to the issue of the Letter of
Acceptance from the Project Manager.

25. No variation of the General Conditions or Procurement Specification will be
considered after the tender has been accepted and the Letter of Acceptance issued, except where
any such variation is expressly provided for by the General Conditions.

26. The Government does not bind himself to accept the lowest or any tender.
27. When the approval to accept a tender has been issued by the CTC, the Project
Manager shall, within 3 days, issue his Letter of Acceptance to the Contractor. Upon receipt of
the Letter of Acceptance by the Contractor, he shall, within 3 days, sign and return the
Acknowledgement of Acceptance form to the Project Manager.
28. Within 14 days of the date of the Letter of Acceptance the Contractor shall enter into
a Contract Agreement with the Government in the form prescribed in Fifth Schedule. It being
understood that the name of the Contractor on the Agreement shall be in the name of the
tenderer as it appears on the tender form.
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 12 of 22
X444 TenderDoc 02 FINAL Terms of Tender

29. Upon receipt of the Letter of Acceptance the Contractor shall furnish a duly executed
Performance Bond for the full and proper performance of his duties and obligations under the
Agreement as stipulated in the Third Schedule and Clause 15 of the General Conditions. The
amount of the Bond is stated in the Third Schedule to the General Conditions.

Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 13 of 22
X444 TenderDoc 02 FINAL Terms of Tender
PART B: QUALIFICATION OF TENDERER:
Suppliers to submit qualification submission data:
30. The Government invites tenders from suitably qualified Suppliers who can
demonstrate, by the submission of relevant and verifiable qualification submission data, that
they are companies or shipyards that:
1. possess a verifiable past record of design experience and vessel building capability,
and can demonstrate their capability and experience in the project management of the design,
construction and equipping of vessels similar to those described in Condition 2 (Vessels to
be Procured) of these Terms of Tender;
2. is fully qualified technically and possess the relevant experience and project
management capability to design, construct and equip vessels and provide warranty services;
3. is financially solvent and in good financial standing and can provide the Performance
Bond stipulated in the Third Schedule;
4. has a verifiable record of being pre-approved suppliers of law enforcement vessels to
the US Government or similar other jurisdictions;
5. have suitably qualified and experienced naval architects, marine engineers, ship
designers, equipment installers, shipyard supervisors and quality control and quality
assurance personnel available either in-house or outsourced to be engaged on these vessels.

in accordance with the these Terms of Tender and attached Appendices, the General Conditions
and attached Schedules and those Conditions stipulated in the Procurement Specification for
each vessel.
31. Along with the return of the tender the tenderer must produce verifiable evidence, such
as a bankers letter, that the tenderer is capable of furnishing the Performance Bond mentioned in
Condition 29 above.
32. Failure to adequately and fully provide any submission data required to be returned with
a tender or requested clarifications to submitted data subsequent to the return of a tender will affect
tender evaluation scores.
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 14 of 22
X444 TenderDoc 02 FINAL Terms of Tender
PART C: INFORMATION TO BE PROVIDED BY THE TENDERER:
Requested information to be returned with a tender:
33. Tenderers must ensure they fully understand the quality of information, documentation,
calculations and drawings required to be provided when submitting a tender. There is no obligation
on the Government or the Project Manager to request additional information during the tender
evaluation stage. The prime responsibility lies with the tenderer to appropriately submit all relevant
and requested information when submitting a tender. It being understood that tenders under
consideration are under technical appraisal and, where necessary, clarifications may be required
from the tenderer.
34. Tenderers are required to provide the following information with the return of a tender:
1. all submission information as stipulated in these Terms of Tender;
2. information required by Appendices A & B to these Terms of Tender;
3. information stipulated in Chapter 2 of the Procurement Specification for each vessel;
4. copy of their Certificate of Incorporation and Memorandum and Articles of
Association or other documents evidencing current business status.
Financial information to be provided:
35. Tenderers shall provide, at the time of submitting their tender, financial information,
relating to the organisation submitting the tender, for assessment of their financial capabilities in
accordance with Appendix B attached hereto. It being understood that the requested financial
information shall be part of the qualification submission data required from tenderers to allow the
Project Manager to complete his evaluations and recommend acceptance of a tender.
Tenderers organisational structure:
36. Organisation structure (in the form of an organisational chart) showing lines of
responsibility of the key personnel involved in this project, including but not limited to those
identified in Condition 30.5 above and Appendix B to these Terms of Tender.
Appendix information from Procurement Specification for tendered vessels:
37. Information required in Appendix 2 Table APP 2.3, Appendix 9 and Appendix 10 of
the Procurement Specification for each vessel.
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 15 of 22
X444 TenderDoc 02 FINAL Terms of Tender
PART D: DRAWINGS & DOCUMENTS TO BE RETURNED WITH A
TENDER:
Technical Specification:
38. The tenderer shall submit a comprehensive Technical Specification, prepared by the
shipbuilder, for the vessels tendered. Such specifications shall contain all the necessary
information for the Project Manager to evaluate a tender. The offered vessel or vessels and its
outfitting/equipment shall be compared with the requirements contained in the attached
Procurement Specification for the each vessel being procured under this invitation. The submitted
Specification shall clearly indicate, for all machinery, electrical items, electronic equipment,
windows, doors, hatches, outfitting equipment, mooring equipment and cabin furnishing, furniture
and fixtures, the makers name, and contact information [tel #, fax # and email address].
Content of Technical Specification:
39. The content of the Technical Specification shall accord with the requirements of
Condition 38 above and consist of two principal sections and contain relevant and informative
submission data as required by the subject headings mentioned below:
A. Construction Specification: containing at a minimum the following data:
1 General arrangement and layout.
2 General design and construction scantlings details.
3 Weight and centre of gravity estimate.
4 Warranty and details of the shipyard providing support during warranty period.
5 A construction Programme in the form of a Bar Chart showing the start, duration
(time periods) and end dates for the various stages and main events during the
design, construction and delivery of the vessels including the Stages of
Development defined in the Second Schedule to the General Conditions when
installment payments become due.
6 Endurance and petrol tank capacity.
7 Electrical installations.
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 16 of 22
X444 TenderDoc 02 FINAL Terms of Tender
8 Communication and electronic equipment.
9 Navigational equipment.
10 Painting.
11 Spares.
B. Supply Specification: which should, for each one of the Guideline Requirements
stipulated in Chapter 3 of the Procurement Specification for each vessel, address how
the tenderer would comply or, if not complying, reasons for providing the alternative
offers. This can be done by completing the itemised summary of alternative offers by
tenderers in the form given in Appendix 10 of the Procurement Specification for each
vessel.
Drawings & documents for each vessel offered:
40. The following drawings and documents shall be submitted for each tendered vessel.
The submitted drawings shall be indicative as well as suitably informative, of the major items of
the offered design(s). All construction drawings and calculations should be prepared
professionally by qualified persons and signed-off by the Person of Record. Adequately detailed
construction drawings and schedules shall be submitted for approval by the dates stated in the
Contractors Programme and agreed with the Project Manager.
A. Hull
(i) General arrangement plan.
(ii) Tank capacity plan.
(iii) Major structural construction plans including midship and bulkhead sections,
construction profile and deck plan, shell expansion plan, etc.
(iv) Power/speed estimation and curve for the design at sea trial displacement.
Sea trial records with power curve plotted for sister vessels OR model tank test
report of the proposed design.
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 17 of 22
X444 TenderDoc 02 FINAL Terms of Tender
(v) Painting schedule standard of surface preparation, type of paint and
method of application, etc.
(vi) Estimated stability results of conditions assessed against required criteria.
Details of computer programme used should also be submitted.
(vii) List with details for navigational/communication equipment, deck equipment,
outfitting, furniture, etc. offered.
B. Machinery
(i) Petrol outboard engines offered must be accompanied by supporting details.
(ii) Manufacturers engine characteristics information.
(iii) Engine dry weight and overall dimensions.
(iv) Engine mounting arrangement plan.
(v) Steering control console and integrated remote engine monitoring and
instrumentation system.
(v) Calculations for required petrol capacity to meet specified endurance.
(vi) Lists of spares as described in Chapter 3, condition 2.28 and 2.29:
Appendices 7 and 8 of the relevant Procurement Specification).
C. Electrical and Electronic Equipment (if applicable)
(i) Details & catalogues of electrical, electronic and communication equipment.
(ii) Electrical load calculation with battery chargers.
(iii) Schematic layout of electrical circuits.
D. Other
(i) Full details of established repairing / servicing / yard facilities capable of
servicing all aspects of the vessel during the warranty period.
(ii) A description and photographs of the Organisations workshop facilities
(iii) Any other information as required by the tender invitation documents.
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 18 of 22
X444 TenderDoc 02 FINAL Terms of Tender
PART E: TENDER EVALUATION AND CLARIFICATION:
CLARIFICATION OF SUBMITTED DATA:
41. The Government reserves the right during the technical appraisal, evaluation and
clarification stages to enter into communication with any tenderer, for which written confirmations
or replies will be required, to clarify any matter that may have been submitted by the tenderer in
order to score more appropriately any of the submission data required by these Terms of Tender.
42. Any tender clarification that may take place shall not be considered a tender
negotiation but shall be deemed a clarification in areas of uncertainty in the submission data.
TENDERER RECOMMENDED FOR ACCEPTANCE:
43. Subject always to the final approval of the Commissioner of Police, the tenderer
recommended for acceptance will be the tenderer who attains the highest total score after
evaluating and scoring the submission data in accordance with the a predetermined scoring matrix
and the scoring scheme described hereafter.
EVALUATION STAGES AND SCORING SCHEME:
44. The Project Manager shall appoint an Evaluation Committee who shall:
1 Evaluate and score the tender applying the following stages:
i. A Screening and Comparison stage,
ii. A Price, Quality and Period of Completion stage, and
iii. For the short-listed tenderers as defined in Condition 46. 7 hereafter, a final
Financial Capability stage.
all described hereafter and shown diagrammatically in Appendix C Evaluation and Scoring
Scheme attached hereto.

2 All criteria that are to be evaluated will have weightings according the Evaluations
Committees opinion of importance, which are not for publication. These weightings will
be on a 1-5 scale and apply to all scored items except those in the Price and Completion
stage, where scores are locked to the percentages declared.
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 19 of 22
X444 TenderDoc 02 FINAL Terms of Tender
All evaluated and weighted criteria will use the following Score Guidance method, except
where noted in this Condition:
i. Clearly meets criteria / Acceptable 9 points
ii. Mostly meets criteria / Acceptable / 6 points
iii. Somewhat meets criteria / Unacceptable 3 points
iv. Barely meets criteria / Unacceptable 1 point
3 Prior to evaluating and scoring tender submissions all tenderers data shall be
considered on a like-for-like basis to remove selection bias. Accepted tender practice
applies such as checking the completeness of the submissions, qualification data, and
arithmetical correctness including compliance with mandatory requirements.
SCREENING AND COMPARISON STAGE:
45. In the Screening and Comparison stage, the tenderers submission data will be
evaluated on the main criteria tabulated below:

Description Essential Requirements
A. Technical capability of the
shipyard.
1. Shipyard facilities, acceptable design,
construction and project management capabilities
,

and past and present experience in building
vessels of similar performance capabilities;

2. Capable of fulfilling the warranty obligations for
the vessel(s).
B. Essential technical
requirements of the vessel(s)
on offer.
1. Proven successful design, i.e. a vessel of
substantially similar design is already in service,
or the design is based on model tank test or
modification from similar design;

2. Compliance with the principal particulars of the
vessel offered as specified in the Procurement
Specification.

The score assigned to these criteria is 100 Points. There is no minimum pass score to be achieved.
However, mandatory requirements will need to be complied with in order to pass this Screening and
Comparison stage.
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 20 of 22
X444 TenderDoc 02 FINAL Terms of Tender
PRICE, QUALITY AND PERIOD OF COMPLETION STAGE:
46. In Price and Completion stage, the tenderers submission data will be evaluated to
score the Price, Quality and Period of Completion in respect of the criteria for the vessels offered.
The relative weighting between price / quality / period of completion scores is 40/40/20, as listed
below, where a:
1 price score of 40 points,
2 quality score of 40 points and
3 period of completion [in respect of the vessel] score of 20 points
will be assigned.

1. To assign the price score, the following formulae will be used:
Price score = 50 x (P mi n / P)
where: P mi n is the lowest total price of each vessel, and

P is the total tender price of each vessel
as quoted on the Tender Price Form A or B

2. To assign the quality score, the tender will be assessed according to five separate
quality criteria. These quality criteria [Q] and their individual maximum score [M] are
tabulated as follows:
Quality Criteria =Q Maximum Score = M
Ships performance 10
Quality of outfitting, machinery and
equipment
10
Ships functional achievement 10
Operation and maintenance 10
Total 40

Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 21 of 22
X444 TenderDoc 02 FINAL Terms of Tender

3. Each of the quality criteria in Condition 46.2 will further be divided into a number of
quality elements. To calculate the quality score for each of the quality criteria, the following
formulae will be used:
Quality score = (M x Q) / Q ma x
where: M is the maximum quality score of each quality criterion
Q is the individual total weighted quality points
Q ma x is the highest weighted quality points among all tenderers
4. The final quality score is obtained by summing up the quality scores for the above
mentioned quality criteria.
5. To ensure a minimum level of quality is achieved, any tender with a final quality score
of less than 20 points will NOT be short-listed for Financial Capability evaluation.

6. To assign the Period of Completion score, the Period of Completion in respect of the
vessels as stated on the Tender Price Form A and Form B shall be scored as a percentage of
the 20 points assigned to this criteria as listed below. The preferred [but not mandatory]
Periods of Completion in respect of the vessels to be procured are stated in Part C of the
Second Schedule to the General Conditions:
a. Preferred period of completion for each vessel: 100.0% of assigned score

b. 1-4 weeks longer than preferred period: 85.0% ditto
c. 1-2 months longer than preferred period: 75.0% ditto
d. 2-3 months longer than preferred period: 60.0% ditto
e. Over 3 months longer than preferred period: 40.0% ditto

f. 1-2 weeks shorter than preferred period: 105.0% ditto
g. 2-4 weeks shorter than preferred period: 110.0% ditto
h. 1-2 months shorter than preferred period: 120.0% ditto
i. 2-3 months shorter than preferred period: 90.0% ditto
j. Over 3 months shorter than preferred period: 50.0% ditto

SHORT LISTED TENDERERS UNDER ACTIVE CONSIDERATION:

47. At this stage all tenderers scores will be tabulated and totaled to identify those
tenderers that will be short-listed for under active consideration for the Financial Capability
Government of the Cayman Islands Royal Cayman Islands Police Service (Marine Unit)

Design, Construction & Supply of Vessels ITT Page 22 of 22
X444 TenderDoc 02 FINAL Terms of Tender
Stage. At lease one and no more than three tenderers will be short-listed for the next and final
stage. The number of short-listed tenderers will depend upon the scores achieved and the
differential between these scores. It is probable at this stage an interim report to the Central
Tenders Committee will be made to seek stage approval to the evaluation process to date and
approval of the short listed tenderers.
FINANCIAL CAPABILITY STAGE:
48. Tenderers will then be assessed for their financial capability as follows. For more
details refer to Appendix B attached hereto. The score assigned to these criteria is 100 Points.
NOTE: The minimum passing score is 50 Points.
Description Essential Requirements
Financial
capability of
the tenderer.
1. 10% rule for Capital Employed, and
2. 10% rule for Working Capital.
3. Net tangible assets, the results of liquidity or quick
asset ratio analysis
4. Ability to generate capital for the Works


1. The essential requirements listed above will also be scored in accordance with
Condition 44. 2.

In accordance with Condition 43, scores for all stages will be totaled to identify the highest scoring
tenderer. The tenderer who achieves the highest total score shall be recommended for acceptance
by the Evaluation Committee, subject always to the approval of the Commissioner of Police.


End of Standard Terms of Tender

You might also like