You are on page 1of 10

CONSTRUCTION OF ROADS, DRAINS, SEWERS, SERVICES TUNNELS AND SOIL IMPROVEMENT WORKS AT BANYAN

DRIVE PHASE 2 AND CONSTRUCTION OF OUTFALL STRUCTURE AT BANYAN VIEW, JURONG ISLAND PQM/ 1

PRICE-QUALITY METHOD

Evaluation Using the Price-Quality Method (PQM)

1. The tender shall be evaluated using the Price-Quality Method (PQM). Tender Price and
Quality Criteria are assigned weightings and translated into quantitative scores which are then totaled
up to give a Combined Score during tender evaluation.

2. The Combined Score of 100% shall be made up of Tender Price and the Quality Criteria in
the following weighting.

 Tender Price - 80%


 Quality Criteria - 20%

3. Tenderer to note that they are required to submit the necessary substantial information for the
following items, together with their tender submissions upon closing of tender for evaluation of the
Quality Criteria by the Corporation. Tenderers are required to submit two (2) hard copies.

The information is to be compiled and submitted under each respective Appendices Heading
as shown in the table in item 5.

4. Evaluation of ‘Financial Health of The Company’ shall be as follows:

i) The financial health of tenderers is one of the Critical Criteria. The Corporation will
examine the financial statements of the tenderers to check whether the tenderers have (a)
any negative net tangible asset, and (b) any adverse opinion from auditors on the ability of the
tenderers to continue as going concerns. Any tenderer who demonstrates either (a) and/or
(b) shall be deemed to have unacceptable financial health and failed to meet this Critical
Criterion, and hence his tender shall be precluded from further evaluation.

ii) In addition, the financial health of tenderers is included as one of the Quality
attributes under the Price-Quality Method of tender evaluation. In this regard, the financial
health evaluation will be based on (a) borrowing capacity and (b) liquidity and leverage
position of the tenderers. A standard score of 50% will be given to tenderers who pass the
financial analysis and a zero score will be given to tenderer who fail the financial analysis.

iii) It shall be mandatory for tenderers to submit the following documents together with
their tender proposals on or before at the time of tender closing:

(a) Full set of the latest audited financial statements (Appendix 2a);
(b) Interim unaudited financial statements and company declaration letter
(required only if the audited statements are more than 6 months) (Appendix
2b);
(c) Confirmation from bank(s) showing the tenderer's credit facilities (if any) and
the amount utilized to-date (if any) (Appendix 2c); and
(d) List of current contracts showing the contract value for each contract and the
value of the outstanding work to be completed (Appendix 2d).

iv) The Corporation may require tenderers to submit additional information such as
debtors ageing schedule, guarantee and/or backing from the tenderers' parent or related
companies on a case-to-case basis.
CONSTRUCTION OF ROADS, DRAINS, SEWERS, SERVICES TUNNELS AND SOIL IMPROVEMENT WORKS AT BANYAN
DRIVE PHASE 2 AND CONSTRUCTION OF OUTFALL STRUCTURE AT BANYAN VIEW, JURONG ISLAND PQM/ 2

PRICE-QUALITY METHOD – CONT’D

v) If any tenderer fails to submit the mandatory documents as required under sub-para
(iii) above, the Corporation shall not be bound to require the tenderer to submit the missing
document and shall also reserve the sole discretion to preclude his tender from further
evaluation or to assign zero Quality score or to take whatever actions as the Corporation
deems fit. However, the Corporation may but shall also not be obliged to take into
consideration any reasons that may be provided by the tenderer for his failure to submit the
required documents, provided that the reasons given are considered valid and acceptable to
the Tender Evaluation Committee (TEC).

The Quality Criteria

5. The Quality Criteria of the tenderer shall be evaluated through the point-based system,
according to the following schedule (100 points):

Quality (Non-Price) Quality Source of


No Benchmark Method
Attributes Points Information
1 TRACK RECORD 35

1a Relevant track records or 20 points – 5 or more 20 BCA C41 Report,


specific competencies within relevant projects within past Tenderer to submit
past five (5) years (from 3 years. i.) Letter(s) Of
either public or private Award; and
projects) for
16 points – 4 relevant ii) Completion
projects within past 3 years. Certificate(s)
Completed Civil that met the criteria.
Engineering projects under
Main Contract of value 12 points – 3 relevant
S$5,000,000 and above projects within past 3 years. (To be submitted
only as Appendix 1a)
8 points – 2 relevant
projects within past 3 years.

4 points – 1 relevant
projects within past 3 years.

0 point – No relevant
projects within past 3 years.
CONSTRUCTION OF ROADS, DRAINS, SEWERS, SERVICES TUNNELS AND SOIL IMPROVEMENT WORKS AT BANYAN
DRIVE PHASE 2 AND CONSTRUCTION OF OUTFALL STRUCTURE AT BANYAN VIEW, JURONG ISLAND PQM/ 3

PRICE-QUALITY METHOD – CONT’D

Quality Source of
No Quality (Non-Price) Attributes Benchmark Method
Points Information
1b Number of projects in Item 1(a) .2 point for each relevant 10 BCA C41 Report,
above which were completed project with “Good” or Tenderer to submit
ahead of schedule or on time equivalent rating. i.) Extension Letter;
AND have obtained and
performance evaluation of
“Good” or above as shown in 0 point for each relevant ii.) Testimonial(s)
Building and Construction project with “Satisfactory” from The Owner(s) or
Authority’s (BCA) records (C41 or equivalent rating Consultant(s) of the
Report) or its equivalent or projects in Item 1a (if
testimonials from owners or any).
consultants of the projects
(To be submitted as
Appendix 1b)

1c Past experience with 5 points – 5 or more 5 BCA C41 Report,


Corporation, based on Corporation projects. Tenderer to submit
performance of past 5 years i.) Letter Of Award(s);
completed projects with the and
Corporation 4 points – 4 Corporation
projects. ii.) Completion
Certificate(s);
3 points – 3 Corporation from the Corporation
projects. of their past projects
(if any).

2 points – 2 Corporation
projects. (To be submitted as
Appendix 1c)

1 point – 1 Corporation
project.

0 point – No Corporation
project.

2 FINANCIAL HEALTH 20

2a Financial Health of Company Tenderer to submit information according to requirements as


stated in Item 4 – Evaluation of Financial Health.
(To be submitted as Appendix 2a, 2b, 2c and 2d)
CONSTRUCTION OF ROADS, DRAINS, SEWERS, SERVICES TUNNELS AND SOIL IMPROVEMENT WORKS AT BANYAN
DRIVE PHASE 2 AND CONSTRUCTION OF OUTFALL STRUCTURE AT BANYAN VIEW, JURONG ISLAND PQM/ 4

PRICE-QUALITY METHOD – CONT’D

Quality Source of
No Quality (Non-Price) Attributes Benchmark Method
Points Information
3 SAFETY PERFORMANCE 20

3a Safety Performance Demerit Full point if no demerit 10 BCA C41 Report,


Points based on current MOM point imposed by MOM. Tenderer to submit
Demerit Points System details of the demerit
point(s), if any.
Deduct 1 point for every
MOM demerit point.
(To be submitted as
Appendix 3a)
Nil point if MOM has
issued warning letter.

3b Annual safety awards by MOM, 2 points for each Gold 5 Tenderer to submit
etc over the last five (5) years. award. Certificate(s) of
Safety Award or any
other document, if
1.5 point for each Silver any
award.

(To be submitted as
1 point for each Bronze Appendix 3b)
award.

0.5 point for other


awards,

To a maximum of 5 points
CONSTRUCTION OF ROADS, DRAINS, SEWERS, SERVICES TUNNELS AND SOIL IMPROVEMENT WORKS AT BANYAN
DRIVE PHASE 2 AND CONSTRUCTION OF OUTFALL STRUCTURE AT BANYAN VIEW, JURONG ISLAND PQM/ 5

Quality Source of
No Quality (Non-Price) Attributes Benchmark Method
Points Information
3c Tenderer’s safety proposal for 5 points for Excellent” 5 Tenderer to submit
this project. rating. i.) Company Safety
Plan;
Evaluation to include: 4 points for “Good” rating. ii.) Project Risk
a.) Company Standard Assessment; and
Safety Plan / 3 points for “Satisfactory” iii.) Site Emergency
Procedure; rating. Plan / Emergency
• Company safety Response Plan
policy / duties and
responsibilities of 2 points for
“Unsatisfactory” rating. (To be submitted as
key personnel Appendix 3c)
• Safe work practice /
permit to work / rule 0 point for nil submission.
and regulations
• Safety promotion /
training
• Safety inspection
• Accident / near miss
reporting,
investigation,
improvement,
monitoring and
analysis
• Procedure and
guidelines for risk
assessment /
occupational health
and safety / COSHH
• Maintenance regime
• ISO Accreditation

b.) Project Specific Risk


Assessments; and
• Relevance / project
specific risk
identification
• Appropriateness of
the mitigating
measures

c.) Site Safety


Organization Chart /
Emergency Response
Plan
• Clear with key safety
personnel identified
• The emergency
response plan is
appropriate
CONSTRUCTION OF ROADS, DRAINS, SEWERS, SERVICES TUNNELS AND SOIL IMPROVEMENT WORKS AT BANYAN
DRIVE PHASE 2 AND CONSTRUCTION OF OUTFALL STRUCTURE AT BANYAN VIEW, JURONG ISLAND PQM/ 6

PRICE-QUALITY METHOD – CONT’D

Quality Source of
No Quality (Non-Price) Attributes Benchmark Method
Points Information
4 PROJECT SPECIFIC 20
PROPOSAL

4a Technical proposal, based on 10 points for “Excellent” 10 Tenderer to submit


Tenderer’s proposal on method rating. i.) Method statement /
of construction for this project methods of working
a.) Method Statement / 7.5 points for “Good”
Method of Workings rating. (To be submitted as
• Traffic diversion plan Appendix 4a)
• Construction of 5 points for “Satisfactory”
services tunnels and rating.
the associated
instrumentation plan
0 point for nil submission.
• Construction of
outfall structure, the
termporary retaining
structure and the
associated
instrumentation plan
• Soil improvement /
vibrofloatation works
• Protection to existing
services and
adjacent structures
during soil
improvement /
vibroflotation / deep
excavation works,
including temporary
supports to exposed
services and the
associated
instrumentation plan
CONSTRUCTION OF ROADS, DRAINS, SEWERS, SERVICES TUNNELS AND SOIL IMPROVEMENT WORKS AT BANYAN
DRIVE PHASE 2 AND CONSTRUCTION OF OUTFALL STRUCTURE AT BANYAN VIEW, JURONG ISLAND PQM/ 7

Quality Source of
No Quality (Non-Price) Attributes Benchmark Method
Points Information
4b Technical proposal, based on 5 points for “Excellent” 5 Tenderer to submit
Tenderer’s proposal on rating. i.) Program; and
program of work / sequence /
method of construction for this ii.) Write Up on the
project 3.5 points for “Good” Sequencing of the
rating. Workings.
b.) Program / Sequence of
Working
• Completion of work 2 points for “Satisfactory” (To be submitted as
within the specified rating. Appendix 4b)
period and sectional
completion period 0 point for nil submission.
• Logic and
sequencing of
activities
• Critical path /
phasing / sectional
completion / key
activities identified
.
CONSTRUCTION OF ROADS, DRAINS, SEWERS, SERVICES TUNNELS AND SOIL IMPROVEMENT WORKS AT BANYAN
DRIVE PHASE 2 AND CONSTRUCTION OF OUTFALL STRUCTURE AT BANYAN VIEW, JURONG ISLAND PQM/ 8

Quality Source of
No Quality (Non-Price) Attributes Benchmark Method
Points Information
4c Technical resources, based on 5 points for “Excellent” 5 Tenderer to submit 8
the tenderer’s proposed rating. i.) Project
management and technical Organization Chart;
staff to be deployed for this
project 3.5 points for “Good” ii.) CVs / track
rating. records; and
a.) Project Organization
iii.) List of Manpower /
Chart;
2 points for “Satisfactory” Machinery / Plant.
• Clear with key rating.
project personnel
identified (To be submitted as
0 point for nil submission. Appendix 4c)
• The proposed site
organization
structure and size is
appropriate to the
project

b.) CVs of key project


personnel and the
quality/experience in
relation to the Works
• PM
• QS
• Site Engineer
• WSH / ECO officer
• QP / PE

c.) List of Manpower/


Machinery / Equipment
to be mobilized
• Relevance / Project
Specific
• Detail
CONSTRUCTION OF ROADS, DRAINS, SEWERS, SERVICES TUNNELS AND SOIL IMPROVEMENT WORKS AT BANYAN
DRIVE PHASE 2 AND CONSTRUCTION OF OUTFALL STRUCTURE AT BANYAN VIEW, JURONG ISLAND PQM/ 9

PRICE-QUALITY METHOD – CONT’D

Quality Source of
No Quality (Non-Price) Attributes Benchmark Method
Points Information
5 OTHERS 5

5a Adjudication / Litigation Cases Full points if no 5 Legal search,


(Based on the number of adjudication / litigation Tenderer to submit
determined cases against the cases and cases pending i.) Declaration Form;
firm within the last five (5) decision. and
years)
ii.) Details of
Deduct 20% off the full Adjudication /
points for every Litigation (if any)
adjudication / litigation
case
(To be submitted as
Appendix 5)

The Quality Score

6. Provided that the particular attribute under project performance does not have any minimum
qualifying requirement stipulated, the average quality score of the other conforming tenderers for that
attribute shall be adopted for the new or foreign contractor or existing contractors without past project
performance records. Tenderers that do not meet any minimum requirements stipulated will not be
considered for further evaluation.

For other non project performance attributes such as relevant/specific track records or
competencies and project specific proposals that enhance the Tenderer’s suitability for the job,
tenderers will attain the score for the particular attribute based on the merit of their own submissions.

7. The Weighted Quality Score, Q (wt) will be computed using the following formula:

Q (wt) = Tenderer’s Total Quality Points x Quality


Highest Total Quality Points Weighting

The TEC will compute the Quality Points of each attribute to derive the Total Quality Points for
every bidder. The firm with the highest Total Quality Points will be given maximum Weighted
Quality Score. The Weighted Quality Score of other bidders will be calculated proportionally to
the Highest Total Quality Points.

Note:
The minimum qualifying Total Quality Points for this particular tender is 50. Firms with Total
Quality Points lower than 50 will be ‘disqualified’ and not have their Weighted Quality Score
/ Price Score / Combined Scores computed.
CONSTRUCTION OF ROADS, DRAINS, SEWERS, SERVICES TUNNELS AND SOIL IMPROVEMENT WORKS AT BANYAN
DRIVE PHASE 2 AND CONSTRUCTION OF OUTFALL STRUCTURE AT BANYAN VIEW, JURONG ISLAND PQM/ 10

PRICE-QUALITY METHOD – CONT’D

The Price Score

8. The lowest tender price in the selected shortlist, if any, will be given the maximum price score.
The price scores of the other tenderer’s price will be inversely proportional to the lowest tender price.
The Tender Price of a tender will be translated into Weighted Price Score, P (wt) using the following
formula:

P (wt) = (Lowest Tender Price1 / Tenderer’s Price) x Price Weighting

The Combined Score

9. The Combined Score of a tender will be the sum of its Weighted Quality Score, Q (wt) and
Weighted Price Score, P (wt) :

Combined Score = Q (wt) + P (wt)

Tender Submissions

10. Tender proposals (2 hardcopies minimum) will be submitted according to the one-envelope
system. The firms will be asked to submit the price and quality bids together. These will be opened
at the same time.

The price and quality scores will be computed and the firm with the highest combined score
will be recommended for the award of the contract.

1
The Lowest Tender Price amongst the tenderers that comply with the other critical criteria, including meeting
the “Passing Mark”, if applicable.

You might also like