Marking Scheme for Tender Evaluation
Marking Scheme for Tender Evaluation
Marking Scheme for Tender Evaluation
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
<strong>Tender</strong> ref.: AFCD/WP/01/09<br />
Annex B<br />
<strong>Marking</strong> <strong>Scheme</strong> <strong>for</strong> <strong>Tender</strong> <strong>Evaluation</strong><br />
Provision of Security Guard Services <strong>for</strong> the Hong Kong Wetland Park<br />
(<strong>Tender</strong> Ref. AFCD/WP/01/09)<br />
1. <strong>Marking</strong> <strong>Scheme</strong> <strong>for</strong> <strong>Tender</strong> <strong>Evaluation</strong><br />
The Government will use a <strong>Marking</strong> <strong>Scheme</strong> in assessing the tenders. The<br />
weighted technical score will carry a weight of 30% as against a weight of 70% <strong>for</strong><br />
weighted price score. The overall passing mark <strong>for</strong> technical assessment is 50<br />
be<strong>for</strong>e applying the 30% weighting <strong>for</strong> the weighted technical score. <strong>Tender</strong>ers<br />
failing to obtain the passing mark of 4 in criteria 3 to 5, or the passing mark of 2 in<br />
criteria 6 and 7, or the overall passing mark, will not be considered further. Upon<br />
completion of the technical assessment, the price in<strong>for</strong>mation will be evaluated.<br />
<strong>Tender</strong> with the highest total combined score will normally be recommended <strong>for</strong><br />
acceptance.<br />
.<br />
2. Stage 1 <strong>Evaluation</strong><br />
(a). Completeness check of all tender will be conducted by checking whether the<br />
<strong>Tender</strong>er has submitted all items required <strong>for</strong> the tender as specified in Clause<br />
3(c) of the Terms of <strong>Tender</strong>.<br />
(b). A <strong>Tender</strong>er who has failed to submit Part 4 of the <strong>Tender</strong> Form, Schedule 2 or 3,<br />
or the plans required in Schedule 6, or Annex G, or failed to comply with Clause<br />
6 or Clause 7(b) of the Terms of <strong>Tender</strong> will not be considered further.<br />
3. Stage 2 <strong>Evaluation</strong> - Mandatory Requirements<br />
A tender will not be considered further if it does not fulfil any of the following<br />
mandatory requirements:<br />
(a) <strong>Tender</strong>ers must have at least THREE (3) aggregated years of experience in<br />
provision of security guard service in the past ten (10) years. The <strong>Tender</strong> closing<br />
date will be the cut-off date <strong>for</strong> calculation of years of experience.<br />
(b) <strong>Tender</strong>ers shall provide management plan, work plan, contingency plan, quality<br />
assurance plan and transition plan <strong>for</strong> consideration by the Government as<br />
specified in Schedule 6. <strong>Tender</strong>s will not be considered if any or all of the<br />
a<strong>for</strong>esaid plans are not provided.
<strong>Tender</strong> ref.: AFCD/WP/01/09<br />
Annex B<br />
(c) A <strong>Tender</strong> will not be considered if on or after 1 May 2006 the <strong>Tender</strong>er or any of its<br />
shareholders was convicted of an offence under any of the following Ordinances:-<br />
• the Employment Ordinance (Cap.57) and/or the Employees’ Compensation<br />
Ordinance (Cap.282) convictions of which individually carries a maximum fine<br />
corresponding to Level 5 or higher within the meaning of Schedule 8 to the<br />
Criminal Procedure Ordinance (Cap.221);<br />
• Section 17I(1) of the Immigration Ordinance (Cap.115);<br />
• Section 89 of the Criminal Procedure Ordinance (Cap.221) and Section 41 of<br />
the Immigration Ordinance (Cap.115);<br />
• Section 38A(4) of the Immigration Ordinance (Cap.115); and<br />
• Sections 7, 7A and 43E of the Mandatory Provident Funds <strong>Scheme</strong>s<br />
Ordinance (Cap. 485).<br />
(d) A <strong>Tender</strong> will not be considered if a <strong>Tender</strong>er has an aggregate of three (3) or more<br />
demerit points received from one (1) or more Government Departments issued<br />
against their non-compliance with contractual obligations in respect of wages, daily<br />
maximum working hours, signing of standard employment contracts or wage<br />
payment by means of autopay (payment by cheque is only allowed upon<br />
termination of employment contract and is made at the request of the worker<br />
concerned) during the period from 1 May 2006 up to the month preceding the<br />
<strong>Tender</strong> Closing Date. For the avoidance of doubt, a demerit point will be taken<br />
into account notwithstanding it is subject of any appeal or review to the review<br />
panel of the relevant issuing Department.<br />
(e) <strong>Tender</strong>er shall be a company acting under and in accordance with a licence within<br />
the meaning of the Security and Guarding Services Ordinance (Cap.460).<br />
(f) Each of the two Supervisors nominated by the <strong>Tender</strong>ers in Annex D <strong>for</strong> provision<br />
of Services under this Contract shall possess at least five (5) years experience at<br />
the rank of security supervisor in security guard service, or disciplinary or military<br />
service at the rank of supervisory level; experience with the Hong Kong Auxiliary<br />
Police or other part time experience will not be counted; the <strong>Tender</strong> Closing Date of<br />
this tender will be the cut-off date <strong>for</strong> calculation of years of experience.<br />
(g) No submission of sub-contracting proposal as specified in Clause 5 of Notes <strong>for</strong><br />
<strong>Tender</strong>ers.<br />
(h) A <strong>Tender</strong> shall not be accepted where the monthly wage rate (on the basis of 8 net<br />
working hours per day and 26 working days per month) (excluding meal break and<br />
rest time) proposed by the <strong>Tender</strong>er in Schedule 3 <strong>for</strong> Security Guard <strong>for</strong> shift A, B,<br />
C is less than $6,635* or the hourly wage rate proposed by the <strong>Tender</strong>er in<br />
Schedule 3 <strong>for</strong> Security Guard <strong>for</strong> shift D or E is less than HK$31.9*.(Remarks: *<br />
figure on the Quarterly Report of Wages and Payroll Statistics of the Census and<br />
Statistics Department – Sept 2008).
<strong>Tender</strong> ref.: AFCD/WP/01/09<br />
Annex B<br />
Notes:<br />
For the purposes of the mandatory requirement set out in 3(a) above:<br />
(i).<br />
(ii).<br />
(iii).<br />
(iv).<br />
Experience will be accepted regardless whether the <strong>Tender</strong>er has gained it as a<br />
prime contract or sub-contractor.<br />
Experience acquired by a <strong>Tender</strong>er as party to a joint venture (incorporated or<br />
unincorporated) will not be accepted regardless of whether that joint venture was a<br />
prime contractor or a sub-contractor.<br />
The experience of a shareholder or joint venture party of the <strong>Tender</strong>er (if the<br />
<strong>Tender</strong>er is an incorporated joint venture) will not be accepted. A tender submitted<br />
by an unincorporated joint venture will not be accepted.<br />
The experience of any sub-contractor proposed to be appointed by the <strong>Tender</strong>er <strong>for</strong><br />
the Contract will not be accepted.<br />
4. Stage 3 <strong>Evaluation</strong> - Technical Assessment<br />
1.<br />
Assessment Criteria<br />
Year of experience in provision of<br />
security guard service in the past<br />
ten years. The closing date of this<br />
tender will be the cut-off date <strong>for</strong><br />
calculation of years of experience<br />
Maximum<br />
Marks<br />
Passing<br />
Mark<br />
Unit<br />
Marks<br />
Standard Mark (S)<br />
(See Remarks 1)<br />
(M) 3 2 1 0<br />
Marks<br />
Obtained<br />
(MxS)<br />
Remarks/<br />
Basis of<br />
Assessment<br />
15 Nil 5 N.A See Note 1<br />
2.<br />
Valid and relevant ISO and/ or<br />
OHSAS certifications in the<br />
provision of security guard<br />
service.<br />
9 Nil 3 See Note 2<br />
3. Management Plan 12 4 4 See Note 3<br />
4. Work Plan 12 4 4 See Note 3<br />
5. Contingency Plan 12 4 4 See Note 3<br />
6. Quality Assurance Plan 6 2 2 See Note 3<br />
7. Transition Plan 6 2 2 See Note 3<br />
8.<br />
Professional qualification of<br />
supervisor(s) 15 Nil 5 See Note 4<br />
9.<br />
Proposed monthly wage level of<br />
Guards <strong>for</strong> this contract 9 Nil N.A. See Note 5<br />
Record of Demerit Points on or<br />
after 1 May 2006 under all<br />
10. Government contracts up to the<br />
month preceding the <strong>Tender</strong><br />
Closing Date<br />
4 Nil 4 N.A. N.A. See Note 6<br />
Remarks :<br />
1. <strong>Tender</strong>er’s proposal/qualifications in respect of the features mentioned in the
<strong>Tender</strong> ref.: AFCD/WP/01/09<br />
Annex B<br />
assessment criteria will be rated as follows–<br />
For Item 1:<br />
Standard score of 3, 2, or 1 will be awarded.<br />
For items 2 to 8<br />
Standard score of 3, 2, 1or 0 will be awarded.<br />
For item 10<br />
Standard score of 1 or 0 will be awarded.<br />
2. The total technical mark is 100.<br />
3. The overall passing mark <strong>for</strong> technical assessment is 50 out of the total marks of 100.<br />
<strong>Tender</strong>ers, who fail to obtain the passing mark of 4 in Criteria 3, 4 & 5, or passing mark of 2 in<br />
Criteria 6 & 7, or the overall passing mark, will not be considered further.<br />
4. A maximum weighted score of 30 would be allocated to the <strong>Tender</strong>er with the highest<br />
technical mark, while the weighted score <strong>for</strong> other <strong>Tender</strong>ers would be calculated by the<br />
following <strong>for</strong>mula-<br />
Weighted<br />
Technical<br />
Score<br />
Mark of the tender offer which is under evaluation and<br />
which attained the pass marks in Stage 3<br />
= 30 x Highest mark attained amongst tender offers which<br />
attained the pass marks in Stage 3<br />
Note 1 : 3 - 7 aggregated years or more<br />
2 - 5 aggregated years or more but less than 7 aggregated years<br />
1 - more than 3 aggregated years but less than 5 aggregated years<br />
(Explanatory note: Experience of the <strong>Tender</strong>er during the same period will only be<br />
counted once)<br />
Note 2 : 3 - Accredited to ISO 9001 and ISO 14001 and OHSAS 18001 in the provision of security<br />
guard service.<br />
2 - Accredited to any two of ISO 9001 or ISO 14001 or OHSAS 18001 in the provision of<br />
security guard service.<br />
1 - Accredited to any one of ISO 9001 or ISO 14001 or OHSAS 18001 in the provision of<br />
security guard service.<br />
0 - No accreditation to ISO 9001 and ISO 14001 and OHSAS 18001 in the provision of<br />
security guard service or failure to provide documentary proof.<br />
Note 3 : 3 - Proposed plan is practical and includes in<strong>for</strong>mation with detailed explanation on each<br />
item as listed in Schedule 6 and other good suggestions which will enhance the<br />
services.<br />
2 - Proposed plan is practical and includes in<strong>for</strong>mation with detailed explanation on each<br />
item as listed in Schedule 6.<br />
1 - Proposed plan is practical and includes in<strong>for</strong>mation with brief explanation on all items<br />
as listed in Schedule 6.<br />
0 - Proposed plan does not provide in<strong>for</strong>mation on some of the items listed in Schedule 6.<br />
Note 4 : 3 - Supervisor(s) possessing qualifications with documentary proof of the following three<br />
items-<br />
(a) having served in the military or disciplinary services;<br />
(b) knowledge of fire fighting skills; and<br />
(c) possesses Diploma in Safety & Health issued by a registered post-secondary<br />
institution, or equivalent or valid first aid certificate.
<strong>Tender</strong> ref.: AFCD/WP/01/09<br />
Annex B<br />
2 - Supervisor(s) possessing qualifications of any two of the three items listed above.<br />
1 - Supervisor(s) possessing qualifications of any one of the three items listed above.<br />
0 - Unable to provide in<strong>for</strong>mation or documentary proof of any of the above listed<br />
qualifications of their supervisor(s).<br />
(Explanatory Note: Marks will be scored based on the qualification of the supervisor(s)<br />
with the minimum qualification, who is/are proposed by the <strong>Tender</strong>er(s) in Annex G)<br />
Note 5 :<br />
A zero mark will be given to wage offers equivalent to the overall average monthly salary as<br />
published in the Quarterly Report of Wage and Payroll Statistics. Additional marks might be<br />
given <strong>for</strong> wage offers more than the overall average monthly salary as published in the<br />
Quarterly Report of Wage and Payroll Statistics.<br />
Note 6 : 1 - Having a clean and unblemished record on or after 1 May 2006 up to the month<br />
preceding the <strong>Tender</strong> Closing Date.<br />
0 - Having a blemished record on or after 1 May 2006 up to the month preceding the<br />
<strong>Tender</strong> Closing Date.<br />
5. Stage 4 <strong>Evaluation</strong> -Price Assessment<br />
The calculation of weighted price score is:<br />
Weighted Price Score = 70 x<br />
Lowest <strong>Tender</strong> Price of the offer<br />
which passed the Stage 3 evaluation<br />
<strong>Tender</strong> Price of the offer which<br />
passed the Stage 3 evaluation<br />
6. Stage 5 <strong>Evaluation</strong> - Calculation of Combined Score<br />
Total combined score =<br />
weighted technical score + weighted price score
<strong>Tender</strong> ref.: AFCD/WP/01/09<br />
Annex B<br />
(BLANK PAGE)