RFPVH0902

6
Executive Summary for Consultancy Executive Summary of Bid Evaluation Report Contract No. and Title: RFP/VH/09/02 Consultancy Services for the Feasibility Study of a Second Runway at SSR International Airport 1. Scope of contract: The scope of services for the preparation of the feasibility study will entail but not limited to (a) Confirmation/Update of the air traffic forecast carried out by Intervistas in 2006. (b) Carry out a preliminary design of the airfield pavements to determine the pavement structure of the runway, taxiway and associated shoulders. (c) Preparation of a deta iled cost estimate for the works which s hould be in the accuracy ran ge of +10% to -10 % on the capital costs. (d) Assess the Economic and Social impact of the runway closure. (e) Determine the financial feasibility of the project. (f) Assess the environmental and social impact of the second runway. (g) Identify potential project risk. 2. Procurement method used: Open advertised bidding 3. Date of invitation of bids: Bids were advertised in the local newspapers as from 18 June 2009 and posted on AML website 4. Closing date for submission of bids: 03 August 2009 at 13h00  5. Date and place of opening of bids: 03 August 2009 at AML House Board Room  6. Number of bids received by closing date: 13 7. Selection method: Quality – Cost based selection 

Transcript of RFPVH0902

Page 1: RFPVH0902

8/8/2019 RFPVH0902

http://slidepdf.com/reader/full/rfpvh0902 1/6

Executive Summary for Consultancy

Executive Summary of Bid Evaluation ReportContract No. and Title: RFP/VH/09/02 

Consultancy Services for the Feasibility Study of a Second Runway at SSR International Airport 

1. Scope of contract:

The scope of services for the preparation of the feasibility study will entail but not limited to

(a) Confirmation/Update of the air traffic forecast carried out by Intervistas in 2006.

(b) Carry out a preliminary design of the airfield pavements to determine the pavement structure

of the runway, taxiway and associated shoulders.

(c) Preparation of a detailed cost estimate for the works which should be in the accuracy range of

+10% to -10 % on the capital costs.

(d) Assess the Economic and Social impact of the runway closure.

(e) Determine the financial feasibility of the project.

(f) Assess the environmental and social impact of the second runway.

(g) Identify potential project risk.

2. Procurement method used: Open advertised bidding 

3. Date of invitation of bids: Bids were advertised in the local newspapers as from 18 June 2009 and posted on AML website 

4. Closing date for submission of bids: 03 August 2009 at 13h00  

5. Date and place of opening of bids: 03 August 2009 at AML House Board Room  

6. Number of bids received by closing date: 13 

7. Selection method: Quality – Cost based selection 

Page 2: RFPVH0902

8/8/2019 RFPVH0902

http://slidepdf.com/reader/full/rfpvh0902 2/6

Executive Summary for Consultancy

8. Responsiveness of bids:

Bidder’s Name SubstantiallyResponsive or

not

(Yes/No)

1 Jacobs-Gibb Yes

2 PDNA International Yes

3 Aeroport de Paris Ingenierie (ADPi) in association withServansingh Jadav & Partners Consulting Engineers(SJPCE)

Yes

4 Frischmann Prabhu (India) Pvt Ltd Yes

5 Ramboll Yes

6 JV Aertec / Jeetah Consulting Ltd Yes

7 Dorsch Gruppe DC Airports in association withLuxconsult (Mtius) Ltd and Gustave Maurel & Fils.

Yes

8 WSP (UK) Yes

9 Louis Berger Group Yes

10 Capita Symonds Yes

11 Act Aerodrome Consulting Team Yes

12 Rites Limited Yes

13 Intercontinental Consultants & Technocrats Pvt Ltd inassociation with PBAI (Mauritius) Ltd

Yes

Page 3: RFPVH0902

8/8/2019 RFPVH0902

http://slidepdf.com/reader/full/rfpvh0902 3/6

Executive Summary for Consultancy

9. Result of Technical Evaluation of bids that are substantially responsive:

Minimum pass marks, as set out in the Bidding Documents, is 70 points.

Evaluation Markings Markings per Bidder

Criteria Max.marks

Jacobs-Gibb 95.13

Specific Experience of theConsultants to theAssignment

10 PDNA International 67.30

Adequacy of proposedmethodology and work

30 Aeroport de Paris Ingenierie(ADPi) in association with

Servansingh Jadav & PartnersConsulting Engineers (SJPCE)

71.86

Key Professional staffqualifications andcompetence

60 Frischmann Prabhu (India) PvtLtd

79.64

Ramboll 70.40

JV Aertec / Jeetah ConsultingLtd

82.03

Dorsch Gruppe DC Airports inassociation with Luxconsult(Mtius) Ltd and Gustave Maurel

& Fils.

77.07

WSP (UK) 74.02

Louis Berger Group 76.29

Capita Symonds 60.55

Act Aerodrome ConsultingTeam

59.02

Rites Limited 97.53

Total Marks 100 Intercontinental Consultants &Technocrats Pvt Ltd in

association with PBAI(Mauritius) Ltd

90.50

Page 4: RFPVH0902

8/8/2019 RFPVH0902

http://slidepdf.com/reader/full/rfpvh0902 4/6

Executive Summary for Consultancy

10. Price Comparison, as per the marking system as set out in the Bidding Documents of thosebidders that are substantially responsive and have satisfied the minimum pass marks.

Maximum marks allocated for the financial proposal: 20 points

Bidder A. Price at Bidopening

B. Bid Price aftercorrections

C. Price aftercurrency

conversion

MUR1 

Marksout of100

1 Jacobs-Gibb MUR2,855,000.00+

GBP204,350.00

MUR2,855,000.00+

GBP204,350.0013,844,943.00 50.63

2 Aeroport deParis

Ingenierie(ADPi) inassociationwithServansinghJadav &PartnersConsultingEngineers(SJPCE)

MUR1,970,000.00

+EUR108,340.00

MUR1,970,000.00

+EUR108,340.00

7,009,976.80 100.00

3 FrischmannPrabhu (India)Pvt Ltd

MUR3,362,800.00+

EUR113,008.00

MUR3,362,800.00+

EUR113,008.00

8,619,932.16 81.32

4 Ramboll EUR 197,150.00 EUR 197,150.00 9,171,418.00 76.43

5 JV Aertec / JeetahConsulting Ltd

EUR 328,160.00 EUR 328,160.00 15,266,003.20 45.92

6 Dorsch Gruppe

DC Airports inassociationwith Luxconsult(Mtius) Ltd andGustaveMaurel & Fils.

MUR2,875,350.00

+EUR 370,735.00

MUR2,875,350.00

+EUR370,735.00

20,121,942.20 34.84

7 WSP (UK) GBP 843,625.00 GBP 936,530.00 50,366,583.40 13.92

1Price after corrections due to arithmetic errors.

Page 5: RFPVH0902

8/8/2019 RFPVH0902

http://slidepdf.com/reader/full/rfpvh0902 5/6

Executive Summary for Consultancy

8 Louis BergerGroup

MUR1,130,500.00

+

USD 260,436.84

MUR1,130,500.00

+

USD 260,436.84

9,737,937.56 71.99

9 Rites Limited MUR 2,725,000.00

+

USD

205,125.00

MUR 2,725,000.00

+

USD

205,125.00

9,504,381.25 73.76

10 Intercontinental

Consultants &TechnocratsPvt Ltd inassociationwith PBAI(Mauritius) Ltd

MUR 2,998,050.00

+

USD

258,200.00

MUR 2,998,050.00

+

USD

258,200.00

11,531,560.00 60.79

11. Best Evaluated Proposal:

List of ResponsiveBidder

Technical

Marks out of

80 points

Financial

Marks outof 20points

Total

Marks out of100

Ranking

1 Jacobs-Gibb 76.10 10.13 86.23 2

2 Aeroport de ParisIngenierie (ADPi) inassociation withServansingh Jadav &Partners ConsultingEngineers (SJPCE)

57.49 20 77.49 5

3 Frischmann Prabhu(India) Pvt Ltd

63.71 16.26 79.97 4

4 Ramboll 56.32 15.29 71.61 8

5 JV Aertec / JeetahConsulting Ltd

65.62 9.18 74.80 7

6 Dorsch Gruppe DCAirports in association

61.66 6.97 68.63 9

Page 6: RFPVH0902

8/8/2019 RFPVH0902

http://slidepdf.com/reader/full/rfpvh0902 6/6

Executive Summary for Consultancy

with Luxconsult (Mtius)Ltd and GustaveMaurel & Fils.

7 WSP (UK) 59.21 2.78 62.00 10

8 Louis Berger Group 61.03 14.40 75.43 6

9 Rites Limited 78.02 14.75 92.77 1

10 IntercontinentalConsultants &Technocrats Pvt Ltd inassociation with PBAI(Mauritius) Ltd

72.40 12.16 84.56 3

12. Best Evaluated Bid:

The best evaluated bid is from RITES Ltd for the fixed sum of USD 205,125.00 and MUR2,725,000.00 (equivalent to a total of MUR 9,504,381.25 at exchange rate of USD 1 to MUR33.05), exclusive of VAT for Consultancy Services on the basis of the highest marks.