Professional Documents
Culture Documents
Name of country
Name of Project
Uganda
Proposed Expansion of Laboratory Building for
Technology University
2.2
Client:
(a) name
(b) address, phone, facsimile
Technology University
P.O. Box
2.3
Type of assignment (pre-investment,
preparation, or implementation), and brief description
of sources
2.4
Method of selection:
2.6
Request for expressions of interest:
(a) publication in United Nations Development
Business (UNDB)
(b) publication in national newspaper(s)
(c) number of responses
2.7
Shortlist:
(a)
names/nationality of firms/associations (mark
domestic firms and firms that had expressed interest)
2.9
Amendments and clarifications to the RFP
(describe)
2.10 Contract:
(a) Bank Standard Time-Based
(b) Bank Standard Lump Sum
(c) other (describe)
2.11 Pre-proposal conference:
(a)
minutes issued
2.14 Opening of Technical Proposals by selection
committee
2.15 Number of proposals submitted
2.16 Evaluation committee:
Members names and titles (normally three to
five)
2.17 Proposal validity period (days):
(a)
original expiration date
(b)
extension(s), if any
2.18 Evaluation Criteria/subcriteria:
(a) Organization Capability and General Experience
of the Consultant [10]
(i)
General organization capability
No
Yes _
4
Mecury Consultancy
PCM Architects
PUZZLE
MAKR International Inc.
TEMAC International Ltd
Wangwe Engineers Ltd
none
(a)
yes
Date. at ..hours local time
Four (4)
120 Days
Date ;Time
(ii)
(iii)
Weight : 5 points
Weight : 10 points
Weight : 15 points
Weight : 10 points
Weight : 15 points
Weight : 10 points
Weight : 10 points
Weight : 5 points
Weight : 5 points
Weight : 5
Minimum qualifying score : 75 points
Technical scores
Consultants Names
10
Criteria
Experience
10
10
Methodology
Key staff
10
10
10
10
27
55
55
55
55
Training
Local input
10
24
30
30
27
55
M/s Wangwe
Engineers Ltd
10
10
10
7.5
8.5
10
10
10
10
8.5
7.5
8.5
10
30
23
30
55
55
55
NA
5
5
5
M/s MAKR
International
Inc
M/s. PCM
Architects
30
30
55
55
55
28
30
30
55
55
55
NA
5
5
5
5
5
30
30
55
55
55
22
24
22
23
51
51
51
51
NA
5
5
5
5
5
23
51
NA
5
5
5
4
4
4
4
4
Total
4.2
4.3
Banks no-objection to
technical evaluation report
(Quality-Based, Qualifications,
Single-Source)
Public opening of financial
proposals
(a) Names and proposal
prices (mark Consultants
that attended public
opening)
Evaluation committee:
members names and titles (if
Proposal Price
Attendance
97,365,000/
yes
USD 146,814
No
106,240,000/
YES
TAS
287,764,400/
USD 72,000
yes
4.5
Submission of final
technical/financial evaluation
report to the Bank (QualityBased, Qualifications, SingleSource)
QCBS
(a) Technical, financial and
final scores (QualityBased: technical scores
only
4.6
(b)
Award recommendation
Consultants
name
M/s Mecury
Consultancy
M/s. PCM
Architects
M/s MAKR
International
Inc
M/s Wangwe
Engineers
Ltd
Technical
scores
Financial
scores
Final scores
Currency
Amounts
Adjustments/E
rrors
Evaluated
price(s)
(2)
(1)
Proposals prices
(5) = (3)(4)
Financial scoresd
(6)
(4)
M/s Mecury
Consultancy
TZS
97,365,000
+10987
M/s. PCM
Architects
US$
146,814
-22,395
M/s MAKR
International Inc
TZS
106,240,000
0.0
TZS
287,764,400
-9,900
US$
72,000
0.0
M/s Wangwe
Engineers Ltd
a.
b.
c.
d.
e.
TZS+UD$xrate=
Comments, if any (e.g., exchange rates); three foreign currencies maximum, plus local currency.
Arithmetical errors and omissions of items included in the technical proposals. Adjustments may be positive or negative.
As per RFP.
100 points to the lowest evaluated proposal; other scores to be determined in accordance with provisions of RFP.
Value of one currency unit in the common currency used for evaluation purposes, normally the local currency (e.g., US$1 = 30 rupees). Indicate source as per
RFP.
Consultants names
Technical
scoresa
S(t)
Weighted scores
S(t) Tb
Technical rank
M/s Mecury
Consultancy
M/s. PCM Architects
M/s MAKR
International Inc
M/s Wangwe
Engineers Ltd
Award recommendation
Financial
Evaluation
Financial scoresc
Weighted scores
S(f)
S(f) Fd
Combined Evaluation
Scores
S(t) T + S(f) F
Rank