71 Unit Report[1]

download 71 Unit Report[1]

of 31

Transcript of 71 Unit Report[1]

  • 8/6/2019 71 Unit Report[1]

    1/31

    SIME DARBY PROPERTIES REALTY SDN. BHD.

    PROPOSED CONSTRUCTION AND COMPLETION OF 71 UNITSDOUBLE STOREY LINK HOUSE (26 X 75) AT PHASE 1B, ON

    LOT PT. 11406 HSB 135440, NILAI IMPIAN, MUKIMSENTUL,DAERAH SEREMBAN, NEGERI SEMBILAN DARUL

    KHUSUS, FOR MESSRS SIME DARBY PROPERTIES REALTYSDN. BHD.

    CONTRACT NO: NI/P-NI1B/DBL/10/016

    DECLARATION

    This Tender Report is prepared by the undersigned for the above project and allreviews made are based on the Tender Documents received only.

    MITG GROUP SDN. BHD.

    MOHD ADNAN SUHOT

    1

  • 8/6/2019 71 Unit Report[1]

    2/31

    1.0 INTRODUCTION

    1.1 TITLE OF PROJECT

    PROPOSED CONSTRUCTION AND COMPLETION OF 71 UNITS

    DOUBLE STOREY LINK HOUSE (26 X 75) AT PHASE 1B, ON LOTPT. 11406 HSB 135440, NILAI IMPIAN, MUKIM SENTUL,DAERAHSEREMBAN, NEGERI SEMBILAN DARUL KHUSUS, FOR MESSRSSIME DARBY PROPERTIES REALTY SDN. BHD.

    CONTRACT NO: NI/P-NI1B/DBL/10/016

    1.2 BRIEF INFORMATION OF TENDER

    a) Consultant Pre-Tender Estimate : RM 19,980,108.82

    b) Date of Closing of Tender : 24th March 2011

    b) Fixed Completion Period of Contract : 52 weeks

    c) Tender Validity Period : 120 days

    d) Expiry Date of Tender Validity Period: 22nd July 2011

    e) Type of Tender : Tender by Invitation/Selective Tenderingfrom Employersapproved list

    f) Type of Contract : Bill of Quantities FormPart of the Contract

    g) Tender bond : RM 10,000.00

    h) Performance Bond : 5% of Contract Sum

    i) L.A.D (Mock-up Unit) : RM 500.00/Unit/Day(Whole Works) : RM 10,300.00/Day

    2

  • 8/6/2019 71 Unit Report[1]

    3/31

    1.3 CONSULTANTS FOR THE PROJECT:

    a)Architect : Visage Architect Sdn. Bhd.

    b) Civil Engineer : Ranhill Bersekutu Sdn. Bhd.

    c) Structural Engineer : JPI Sdn. Bhd

    d) Mechanical and Electrical Engineer : PE Associates Sdn. Bhd

    e) Quantity Surveyor : MITG Group Sdn. Bhd.

    2.0 SCOPE OF WORKS

    The Works let on this contract are as follows:

    a) Preliminaries and General Conditions

    b) Anti-termite Chemical Treatment

    c) Building Works

    d) Infrastructure Works (Provisional Quantities)

    e) Mock-up Units

    f) Mechanical & Electrical Works

    3.0 THE TENDER

    The tender is based on Bills of Quantities which form part of the contract inaccordance with the Agreement and Conditions of PAM Contract 2006

    Private Edition with Quantities. No adjustment in the tendered sum will beallowed. However, if there are changes in the scope of works ordered by theEmployer, these will be treated as variations and adjustments to the tenderedsum. The tendered rates will be used as a basis for valuation of suchvariations.

    3

  • 8/6/2019 71 Unit Report[1]

    4/31

    4.0 CALLING OF TENDER

    The tender was based on selective tendering. Fifteen (15) pre-qualifiedtenderers (selection done by the Employer) were invited by the Employer tosubmit tenders for this project.

    The documents were made available to tenderers commencing 24 th February2011. Ten (10) tenderers responded to the tender invitation.

    All tenderers were required to submit their tenders on the stipulated time viz.,not later than 12 noon on 24th March 2011 at the office of:

    Contract Management DepartmentSime Darby Property Berhad

    Operation Office,20, Jalan Astaka U8/82,Seksyen U8, Bukit Jelutong,40150 Shah Alam,Selangor Darul Ehsan.

    5.0 TENDERS RECEIVED

    The tenders were opened at the office of Messrs. Sime Darby Property Berhad(Contract Management Department). All the Ten (10) tenderers that

    responded to the invitation, submitted their tenders on or before the stipulateddate and time.

    All the tender documents were then reverted to the office of the ConsultingQuantity Surveyor on 24th March 2011. The detailed analysis and tenderevaluation focused on five (5) lowest tenders only as other five (5) tenderersoffer were higher. It is unlikely that the offer will be neither considered foracceptance nor beneficial to the Employer. The tabulation of the tendersreceived arranged in ascending order is depicted in Table 1 of Page 5. (Referalso Schedule of Tender Opening)

    There was one (1) no. Addendum issued and all the ten tenderers haveincluded it in their tender.

    4

  • 8/6/2019 71 Unit Report[1]

    5/31

    5

  • 8/6/2019 71 Unit Report[1]

    6/31

    Table 1 - Tenders Received in Ascending Order

    Fixed CompletionPeriod

    Open Completion Period

    Code Tenderer Position

    TenderSum (RM)

    24 MonthDefect

    LiabilityPeriod

    TenderSum (RM)

    with 60MonthDefect

    LiabilityPeriod

    TenderSum (RM)

    24 MonthDefect

    LiabilityPeriod

    Completion Period(Weeks)

    TenderSum (RM)

    with 60MonthDefect

    LiabilityPeriod

    Completion Period(Weeks)

    Remarks

    6/10PA BUILDERS

    SDN BHD1 21,788,000.00 25,668,000.00 23,993,311.21 48 27,873,311.21 48

    2/10AL AMBIA SDNBHD

    2 22,210,895.91 - --

    --

    7/10 GLOBAL GLOBE

    SDN BHD

    3 22,602,103.95 - --

    --

    8/10 SRI MANSANGSDN BHD

    4 23,820,000.00 25,820,000.00 --

    --

    4/10 IDAMAN IKHLASSDN BHD

    5 23,863,048.94 24,113,048.94 --

    --

    6

  • 8/6/2019 71 Unit Report[1]

    7/31

    Fixed CompletionPeriod

    Open Completion Period

    Code Tenderer PositionTender

    Sum (RM)24 Month

    Defect

    LiabilityPeriod

    TenderSum (RM)

    with 60Month

    DefectLiabilityPeriod

    TenderSum (RM)24 Month

    Defect

    LiabilityPeriod

    Completion Period

    (Weeks)

    TenderSum (RM)

    with 60Month

    DefectLiabilityPeriod

    Completion Period

    (Weeks)

    Remarks

    10/10JALLCON SDNBHD

    6 23,980,000.00 25,880.000.00

    3/10 MAKASSAR SDNBHD

    7 25,500,000.00 25,800,000.00 25,500,000.00 52 25,800,000.00 52

    5/10 TIMUR KAYASDN BHD

    8 26,419,690.35 27,619,690.35 - - - -

    1/10 AIMACONSTRUCTION SDN. BHD

    9 27,574,685.30 28,677,672.7029,523,911.35 65 30,704,867.80 65

    9/10 BUMIMETROCONSTRUCTION SDN BHD

    10 29,190,073.80 -- - - -

    7

  • 8/6/2019 71 Unit Report[1]

    8/31

    Arithmetical checks were carried out on all tenders. Errors were found in all thetenders. The errors were due to mistakes in multiplying, addition and transfer. Theerrors subsequently change the tenderers position. The tenders, the corrected tendersum and their revised position are depicted below.

    Table 3 - Corrected Tender Sum due to Arithmetical Error:

    8

    Code Tenderer Original Tender

    Sum( RM )

    OriginalPosition

    CorrectedTender Sum

    ( RM )

    Arithmetical Check

    RevisedPosition

    Remarks

    Error (RM) %

    6/10PA BUILDERSSDN BHD

    21,788,000.00 1 21,786,942.60 -1,057.40 -0.0049 1

    2/10AL AMBIA SDNBHD

    22,210,895.91 2 23,027,144.88 +816,248.97 +3.6750 2 Wrong M&Etransfer

    7/10 GLOBAL GLOBESDN BHD

    22,602,103.95 3 23,375,071.95 +772,968.00 +3.4199 4Wrong M&E

    transfer

    8/10 SRI MANSANGSDN BHD

    23,820,000.00 4 23,821,155.80 +1,155.80 +0.0049 5

    4/10 IDAMAN IKHLASSDN BHD

    23,863,048.94 5 23,862,985.04 -63.90 -0.0003 6

    10/10JALLCON SDNBHD

    23,980,000.00 6 23,159,983.00 -820,017.00 -3.4196 3Wrong M&E

    transfer

    3/10 MAKASSAR SDNBHD

    25,500,000.00 7 25,508,996.40 +8,996.40 +0.0353 7

    5/10 TIMUR KAYASDN BHD

    26,419,690.35 8 26,442,173.35 +22,483.00 +0.0851 8

  • 8/6/2019 71 Unit Report[1]

    9/31

    The Tendered Sum shall be the basis of acceptance of tender and not the CorrectedTotal. Any error found, shall be rationalized prior to signing of Contract.

    9

    Code Tenderer Original Tender

    Sum( RM )

    OriginalPosition

    CorrectedTender Sum

    ( RM )

    Arithmetical CheckRevisedPosition

    Remark

    Error (RM) %

    1/10AIMACONSTRUCTIONSDN. BHD

    27,574,685.30 9 27,577,301.02 +2,615.72 +0.0095 9

    9/10BUMIMETROCONSTRUCTIONSDN BHD

    29,190,073.80 10 30,314,446.63 +1,124,372.83 +3.8519 10Arithmet

    Error Genera

    Summa

  • 8/6/2019 71 Unit Report[1]

    10/31

    6.0 ANALYSIS AND EVALUATION OF TENDERS

    The tenders were evaluated based on the financial or commercial proposalonly. Since the tender was based on selective tendering, tenderers selectedwere deemed to be capable in carrying out the proposed work to warrantinvitation. Hence, we did not analyse the tenderers capabilities in terms ofexperience and resources.

    The criteria of the evaluation in descending order of importance are as follows:

    6.1 Tender documents duly filled in and a formal offer made (Sufficiency ofTenders submitted).

    6.2 Competitiveness and reasonableness of tender.

    6.3 Pricing all sections of the tender documents and Bills of Quantities.

    All tender documents are checked to ensure that tenderers had made validand proper offers. A full checklist/analysis is given in the following appendices:

    Appendix A - Breakdown of Tender by SectionAppendix B - Breakdown of Building Works per UnitAppendix C (i) - Elemental Cost Breakdown for Building Works

    (Type A)Appendix C (ii) - Elemental Cost Breakdown for Building Works

    (Type B)Appendix D - Comparison of Major Rates

    Our evaluation was based on comparative analysis between our Pre-Tenderestimate and the Tenderers submission.

    7.0 COMMENTS ON THE SUBMISSION

    10

  • 8/6/2019 71 Unit Report[1]

    11/31

    7.1 Tenderer 6/10 PA BUILDERS SDN. BHD.

    The tenderer made a valid and proper offer and complied with all major tenderrequirements. The tenderer submitted a complete tender.

    The Tenderer submitted the lowest offer and the arithmetical error are foundbut the error does not affect the contractors ranking. The tenderers overalloffer is within the acceptable margin of +/- 10%, i.e. 9.05% higher than the

    QS estimate.

    11

    Tender Sum(RM)

    CorrectedTender Sum

    (RM)

    Error OriginalPosition

    RevisedPosition

    21,788,000.00 21,786,942.60 -1,057.40(-0.0049%)

    1 1

  • 8/6/2019 71 Unit Report[1]

    12/31

    12

    DescriptionTenderer

    (RM)Qs Estimate

    Differencewith estimate

    PercentageDifference %

    Preliminaries 1,109,305.11 920,000.00 +189,305.11 +20.57

    BuildingWorks

    Type A

    Type B

    6,954,576.65

    7,168,724.24

    5,862,369.52

    6,050,856.88

    +1,092,207.13

    +1,117,867.36

    +18.63

    +18.47

    External

    Works WithinLot Boundary 131,267.00 135,996.40 -4,699.40 -3.46

    Anti TermiteTreatment

    49,230.00 61,076.00 -11,846.00 -19.40

    Mock Up Unit 20,000.00 10,000.00 +10,000.00 +100.00

    Mechanical &ElectricalWorks

    1,000,469.00 2,272,000.00 -1,271,531.00 -55.97

    ExternalInfrastructure

    3,808,062.00 2,964,652.00 +843,410.00 +28.45

    Lighting andTelephone

    Infrastructure

    340,820.00 360,650.02 -19,830.02 -5.50

    Prime CostSum &

    ProvisionalSum

    818,000.00 800,000.00 +18,000.00 +2.25

    Tender Sum 21,788,000.00 19,980,106.82 +1,807,893.18 +9.05

  • 8/6/2019 71 Unit Report[1]

    13/31

    7.0 COMMENTS ON THE SUBMISSION (CONTD)

    7.1 Tenderer 6/10 PA BUILDERS SDN. BHD. (CONTD)

    The pricing for Preliminaries is higher i.e. 20.57% higher than the QSestimate. The preliminaries price at RM 1,109,305.11 or 5.60% of the tendersum is considered acceptable.

    The overall cost for building works is higher, i.e. Type A (+18.63%) and TypeB (+18.47%) higher than the QS estimate.

    The cost per m2 GFA for typical unit (intermediate unit) is RM80.67 is higherthan the QS estimate which is RM67.95.

    The following rates are considered high that caused the major differencebetween the tenderer and the QS estimate :-

    The rates/pricing for Infrastructure Works is higher, i.e. 28.45% higher thanthe QS estimate.

    The rates/pricing for External Telephone Infra and Street Lighting Service- 5.50% lower than the Engineer estimate.

    The pricing for Mechanical and Electrical works is higher, i.e -55.97% lowerthan the Engineer estimate.

    Comparison in the prices offered are as depicted in Appendix A-D.

    13

    Item QtyQtyRate (RM)Rate (RM) Amount (RM)Amount (RM)

    UnitUnitTotal Amount (RM)Total Amount (RM) DifferencDifferenc

    with QS (Rwith QS (R

    QS Tenderer QS Tenderer QS Tenderer

    HalfSlab

    80 75.00/m 265.00/m265.00/m 6,000.00 21,200.00 71 426,000.00 1,505,200.00 1,079,200.0

    AcotecWall

    190 55.00/m 74.20/m74.20/m 10,450.00 14,098.00 71 741,950.00 1,000,958.00 259,008.0

    TOTAL 1,167,950.00 2,506,158.00 1,338,208.0

  • 8/6/2019 71 Unit Report[1]

    14/31

    7.2 Tenderer 2/10 AL AMBIA SDN. BHD.

    The tenderer made a valid and proper offer and complied with all major tenderrequirements.

    The tenderer submitted the second lowest offer with the arithmetical error of+RM816, 248.97, mainly due to wrong M&E transfer. Their corrected tenderamount is actually higher at RM 23,027,144.88 but the error does not changethe tenderers ranking. The tenderers overall offer i.e. 11.17% higher thanthe QS estimate.

    14

    Tender Sum(RM)

    CorrectedTender Sum

    (RM)Error

    OriginalPosition

    RevisedPosition

    22,210,895.91 23,027,144.88 +816,248.97(+3.6750%) 2 2

  • 8/6/2019 71 Unit Report[1]

    15/31

    15

    DescriptionTenderer

    (RM)Qs Estimate

    Differencewith estimate

    PercentageDifference %

    Preliminaries 1,013,644.00 920,000.00 +93,644.00 +10.18

    BuildingWorks

    Type A

    Type B

    6,748,207.50

    6,962,028.08

    5,862,369.52

    6,050,856.88

    +885,837.98

    +911,171.20

    +15.11

    +15.06

    ExternalWorks WithinLot Boundary

    153,909.30 135,996.40 +17,912.90 +13.17

    Anti TermiteTreatment

    64,981.40 61,076.00 +3,905.40 +6.39

    Mock Up Unit 67,288.00 10,000.00 +57,288.00 +572.88

    Mechanical &Electrical

    Works626,362.00 2,272,000.00 -1,645,638.00 -72.43

    ExternalInfrastructure

    4,901,376.83 2,964,652.00 +1,936,724.83 +65.33

    Lighting andTelephone

    Infrastructure

    432,475.80 360,650.02 +71,825.78 +19.92

    Prime CostSum &

    ProvisionalSum

    824,000.00 800,000.00 +24,000.00 +3.00

    Tender Sum 22,210,895.91 19,980,106.82 +2,230,789.09 +11.17

  • 8/6/2019 71 Unit Report[1]

    16/31

    7.0 COMMENTS ON THE SUBMISSION (CONTD)

    7.2 Tenderer 2/10 AL AMBIA SDN. BHD. (CONTD)

    The pricing for Preliminaries is generally lower i.e. 10.18% higher than theQS estimate. The preliminaries price at RM 1,013,644.00 or 4.98% of thetender sum is considered acceptable.

    The total cost for building works is higher, i.e. Type A (+15.11%) and Type B(+15.06%)higher than the QS estimate.

    The following rates are considered high that caused the major differencebetween the tenderer and the QS estimate :-

    16

    Item QtyQty

    Rate (RM)Rate (RM) Amount (RM)Amount (RM)

    UnitUnit

    Total Amount (RM)Total Amount (RM)DifferenceDifference

    with QSwith QS(RM)(RM)

    QS Tenderer QS Tenderer QS Tenderer

    Fwk tosides of

    slab188 8.00/m 17.00/m17.00/m 1,504.00 3,196.00 71 106,784.00 226,916.00 120,132.00

    Half slab 80 75.00/m 88.80/m88.80/m 6,000.00 7,105.00 71 426,000.00 504,384.00 78,384.00

    100mmskirting

    16 5.00/m 16.90/m16.90/m 80.00 270.40 71 5,680.00 19,198.40 12,518.40

    175mmriser

    23 9.00/m 28.80/m28.80/m 32.80 276.00 71 14,697.00 47,030.40 32,333.40

    Nosing 23 5.00/m 26.10/m26.10/m 115.00 600.30 71 8,165.00 42,621.30 34,456.30

    Half bwl 102 28.00/m 41.20/m41.20/m 2,856.00 4,202.20 71 202,776.00 298,370.40 95,594.40

    Acotec wall 190 55.00/m 70.10/m70.10/m 10,450.00 13,319.00 71 741,950.00 945,649.00 203,699.00

    Plaster 98 10.00/m 18.70/m18.70/m 980.00 1,832.60 71 69,580.00 130,114.60 60,534.60

    `TOTAL C/F 1,595,228.00 2,267,846.50 672,618.50

  • 8/6/2019 71 Unit Report[1]

    17/31

    7.0 COMMENTS ON THE SUBMISSION (CONTD)

    7.2 Tenderer 2/10 AL AMBIA SDN. BHD. (CONTD)

    The cost per m2 GFA for typical unit (intermediate unit) is RM78.03 is higherthan the QS estimate which is RM67.95.

    The rates/pricing for Infrastructure Works are higher, i.e. 65.33% higher thanthe QS estimate.

    The rates/pricing for External Telephone Infra and Street Lighting Service19.92% higher than the Engineer estimate.

    The pricing for Mechanical and Electrical works is very high, i.e -72.43% lowerthan the Engineer Estimate some arithmeticalarithmetical error during transfer to generalsummary.

    Comparison in the prices offered are as depicted in Appendix A-D.

    17

    Item QtyQtyRate (RM)Rate (RM) Amount (RM)Amount (RM)

    UnitUnitTotal Amount (RM)Total Amount (RM) DifferenceDifference

    with QS (Rwith QS (R

    QS Tenderer QS Tenderer QS Tenderer

    Total B/F 1,595,228.00 2,267,846.50 672,618.5

    400mm x400mm

    tiles78 47.00/m 80.10/m80.10/m 3,666.00 6,247.80 71 260,286.00 443,593.80 183,307.8

    Pegola 4 120.00/no 1,062.60/no1,062.60/no 480.00 4,250.40 71 34,080.00 301,778.40 267,698.4

    Refuse bin 1 800.00/no 1,744.80/no1,744.80/no 800.00 1,744.80 71 56,800.00 123,880.80 67,080.80

    TNB 1 800.00/no 1,058.20/no1,058.20/no 800.00 1,058.20 71 56,800.00 75,132.20 18,332.20

    Surface

    water

    drain

    900mmwide

    83 350.00/m 1,210.00/m1,210.00/m 29,050.00 100,430.00 - - - 71,380.00

    750mmwide

    23 290.00/m 1.155.00/m1.155.00/m 6,670.00 26,565.00 - - - 19,895.00

    600mmwide

    195 230.00/m 1,078.00/m1,078.00/m 44,620.00 209,132.00 - - - 164,512.0

    450mmwide

    53 175.00/m 1,023.00/m1,023.00/m 9,275.00 54,219.00 - - - 44,944.00

    Ditto, avgdpth

    222 140.00/m 880.00/m880.00/m 31,080.00 195,360.00 - - - 164,280.0

    Precastblock drain

    1,344 120.00/m 517.00/m517.00/m 161,280.00 694,848.00 - - - 533,568.0

    TOTAL 2,285,169.00 4,492,785.70 2,207,616.7

  • 8/6/2019 71 Unit Report[1]

    18/31

    7.3 Tenderer 7/10 GLOBAL GLOBE SDN. BHD.

    The tenderer made a valid and proper offer and complied with all major tenderrequirements.

    The tenderers overall offer is i.e. 13.12% higher than the QS estimate which

    is 3

    rd

    lowest tenderer. There is an error of +RM772,968.00 or +3.4199%mainly due to wrong M&E transfer. The error when corrected changed thecontractors ranking from 3rd to 4th.

    18

    Tender Sum(RM)

    CorrectedTender Sum

    (RM)

    ErrorOriginalPosition

    RevisedPosition

    22,602,103.95 23,375,071.95 +772,968.00(+3.4199%)

    3 4

  • 8/6/2019 71 Unit Report[1]

    19/31

    7.0 COMMENTS ON THE SUBMISSION (CONTD)

    7.3 Tenderer 7/10 GLOBAL GLOBE SDN. BHD. (CONTD)

    19

    DescriptionTenderer

    (RM) Qs EstimateDifference

    with estimatePercentage

    Difference %

    Preliminaries 630,000.00 920,000.00 -290,000.00 -31.52

    BuildingWorks

    Type A

    Type B

    7,190,373.05

    7,426,721.40

    5,862,369.52

    6,050,856.88

    +1,328,003.53

    +1,375,864.52

    +22.65

    +22.74

    ExternalWorks WithinLot Boundary

    270,990.50 135,996.40 +134,994.10 +99.26

    Anti TermiteTreatment

    26,615.00 61,076.00 -34,461.00 -56.42

    Mock Up Unit 223,000.00 10,000.00 +213,000.00 +2,130.00

    Mechanical &Electrical

    Works560,190.00 2,272,000.00 -1,711,810.00 -75.34

    External

    Infrastructure

    4,557,382.00 2,964,652.00 +1,592,730.00 +53.72

    Lighting andTelephone

    Infrastructure393,061.00 360,650.02 +32,410.98 +8.99

    Prime CostSum &

    ProvisionalSum

    806,000.00 800,000.00 +6,000.00 +0.75

    Tender Sum 22,602,103.95 19,980,106.82 +2,621,997.13 +13.12

  • 8/6/2019 71 Unit Report[1]

    20/31

    7.0 COMMENTS ON THE SUBMISSION (CONTD)

    7.3 Tenderer 7/10 GLOBAL GLOBE SDN. BHD. (CONTD)

    The pricing for Preliminaries is generally lower i.e. -31.52% lower than the QSestimate. The preliminaries price at RM 630,000.00 or 2.98% of the tendersum is considered low.

    The total building works is i.e. Type A (22.65%) and Type B (22.74%) higherthan the QS estimate

    The following rates are considered high that caused the major differencebetween the tenderer and the QS estimate :-

    20

    ItemQtyQty

    Rate (RM)Rate (RM) Amount (RM)Amount (RM)

    UnitUnit

    Total Amount (RM)Total Amount (RM) DifferenceDifference

    with QS (RMwith QS (RMQS Tenderer QS Tenderer QS Tenderer

    100mmskirting

    16 5.00/m 35.00/m35.00/m 80.00 560.00 71 5,680.00 39,760.00 34,080.00

    175mmriser

    23 9.00/m 35.00/m35.00/m 207.00 805.00 71 14,697.00 57,155.00 78,384.00

    225mmtread

    23 5.00/m 35.00/m35.00/m 276.00 805.00 71 5,680.00 19,198.40 12,518.40

    Nosing 23 5.00/m 35.00/m35.00/m 115.00 805.00 71 8,165.00 42,621.30 34,456.30

    Half bwl 102 28.00/m 36.00/m36.00/m 2,856.00 3,672.00 71 202,776.00 298,370.40 95,594.40

    Acotec wall 190 55.00/m 70.10/m70.10/m 10,450.00 13,319.00 71 741,950.00 945,649.00 203,699.00

    Plaster 98 10.00/m 16.00/m16.00/m 980.00 1,568.00 71 69,580.00 130,114.60 60,534.60

    400mm x400mm tile

    78 47.00/m 86.00/m86.00/m 3,666.00 6,708.00 71 260,286.00 476,268.00 215,982.00

    Skirting 73 5.00/m 40.00/m40.00/m 365.00 2,920.00 71 25,915.00 207,320.00 181,405.00

    UAC 47 32.00/m 70.00/m70.00/m 1,504.00 3.290.00 71 106,784.00 233,590.00 126,806.00

    Plasterboard

    121 45.00/m 70.00/m70.00/m 5,445.00 8,470.00 71 386,595.00 601,370.00 214,775.00

    TOTAL C/F 1,842,024.00 2,911,213.00 1,068,189.00

  • 8/6/2019 71 Unit Report[1]

    21/31

    7.0 COMMENTS ON THE SUBMISSION (CONTD)

    7.3 Tenderer 7/10 GLOBAL GLOBE SDN. BHD. (CONTD)

    21

    Item QtyQty

    Rate (RM)Rate (RM) Amount (RM)Amount (RM)

    UnitUnit

    Total Amount (RM)Total Amount (RM) DifferencDifferenc

    with QS (Rwith QS (R

    QS Tenderer QS Tenderer QS Tenderer

    Total B/F 1,842,024.00 2,911,213.00 1,068,189

    Broomfinish

    34 5.00/m 45.00/m45.00/m 170.00 1,540.00 71 12.070.00 108,630.00 96,560.0

    Pebblewash

    8 40.00/m 150.00/m150.00/m 320.00 1,200.00 71 22,720.00 85,200.00 62,480.0

    Gate 1 1,000.00/no 2,000.00/no2,000.00/no 1,000.00 2,000.00 71 71,000.00 142,000.00 71,000.0

    Refuse bin 1 800.00/no 1,800.00/no1,800.00/no 800.00 1800.00 71 56,800.00 127,800.00 71,000.0

    TNB 1 800.00/no 1,200.00/no1,200.00/no 800.00 1,200.00 71 56,800.00 85,200.00 28,400.0

    Pegola 4 120.00/no 500.00/no500.00/no 480.00 2,000.00 71 34,080.00 142,000.00 107,920.

    900mmwide drain

    83 350.00/m 1,500.00/m1,500.00/m 29,050.00 124,500.00 - - - 95,450.0

    750mmwide ditto

    23 290.00/m 900.00/m900.00/m 6,670.00 20,700.00 - - - 14,030.0

    600mmwide ditto

    195 230.00/m 750.00/m750.00/m 44,620.00 145,500.00 - - - 100,880.

    450mmwide ditto

    53 175.00/m 450.00/m450.00/m 9,275.00 23,850.00 - - - 14,575.0

    Ditto, avgdpth exc

    1.5222 140.00/m 350.00/m350.00/m 31,080.00 77,700.00 - - - 46,620.0

    Precastblock drain

    1,344 120.00/m 350.00/m350.00/m 161,280.00 470,400.00 - - - 309,120.

    Crusher run 4,306 13.50/m 23.00/m23.00/m 58,131.00 99,038.00 - - - 40,907.0

    Conc.Wearing

    4,306 15.20/m 24.00/m24.00/m 65,451.20 103,344.00 - - - 37,892.8

    Kerb 3.107 30.00/m 78.00/no78.00/no 93,210.00 242,346.00 - - - 149,136.

    TOTAL 2,594,261.20 4,909,421.00 2,315,159

  • 8/6/2019 71 Unit Report[1]

    22/31

    7.0 COMMENTS ON THE SUBMISSION (CONTD)

    7.3 Tenderer 7/10 GLOBAL GLOBE SDN. BHD. (CONTD)

    The cost per m2 GFA GFA for typical unit (intermediate unit) is RM83.73 ishigher than the QS estimate which is RM67.95.

    The rates/pricing for Infrastructure Works are higher, i.e. 53.72% higher thanthe QS estimate.

    The rates/pricing for External Telephone Infra and Street Lighting Service8.99% higher than the Engineer estimate.

    The pricing for Mechanical and Electrical works is lower, i.e -75.34% lowerthan Engineer Estimate and some arithmeticalarithmetical error during transfer to generalsummary.

    7.3 Tenderer 8/10 SRI MANSANG SDN. BHD.

    The tenderer made a valid and proper offer and complied with all major tenderrequirements.

    The tenderers overall offer is i.e. 19.22% higher than the QS estimate.There is an error of +RM1,155.80 or +0.0049% mainly due to amount transferto summary. The error when corrected changed the contractors ranking from4th to 5th.

    22

    Tender Sum(RM)

    CorrectedTender Sum

    (RM)Error

    OriginalPosition

    RevisedPosition

    23,820,000.00 23,821,155.80 +1,155.80(+0.0049)

    4 5

  • 8/6/2019 71 Unit Report[1]

    23/31

    23

    DescriptionTenderer

    (RM)Qs Estimate

    Differencewith estimate

    PercentageDifference %

    Preliminaries 2,320,502.10 920,000.00 +1,400,502.10 +152.23

    BuildingWorks

    Type A

    Type B

    6,904,454.21

    7,121,870.60

    5,862,369.52

    6,050,856.88

    +1,042,084.69

    +1,071,013.72

    +17.78

    +17.70

    ExternalWorks WithinLot Boundary

    185,862.90 135,996.40 +49,866.50 +36.67

    Anti TermiteTreatment

    67,076.00 61,076.00 +6,000.00 +9.82

    Mock Up Unit 145,110.00 10,000.00 +135,110.00 +1,351.00

    Mechanical &Electrical

    Works1,205,221.00 2,272,000.00 -1,066,779.00 -46.95

    ExternalInfrastructure

    4,241,352.00 2,964,652.00 +1,276,700.00 +43..06

    Lighting andTelephone

    Infrastructure

    442,854.00 360,650.02 +82,203.98 +22.79

    Prime CostSum &

    ProvisionalSum

    824,000.00 800,000.00 +24,000.00 +3.00

    Tender Sum 23,820,000.00 19,980,106.82 +3,839,891.18 +19.22

  • 8/6/2019 71 Unit Report[1]

    24/31

    7.0 COMMENTS ON THE SUBMISSION (CONTD)

    7.3 Tenderer 8/10 SRI MANSANG SDN. BHD. (CONTD)

    The pricing for Preliminaries is generally higher i.e. 152.23% higher than theQS estimate. The preliminaries price at RM 2,320,502.10 or 11.22% of thetender sum is considered high.

    The total building works is i.e. Type A (17.78%) and Type B (17.70%)higherthan the QS estimate

    The following rates are considered high that caused the major differencebetween the tenderer and the QS estimate :-

    7.0 COMMENTS ON THE SUBMISSION (CONTD)

    24

    Item QtyQtyRate (RM)Rate (RM) Amount (RM)Amount (RM)

    UnitUnitTotal Amount (RM)Total Amount (RM) DifferenceDifference

    with QS (RMwith QS (RM

    QS Tenderer QS Tenderer QS Tenderer

    Half slab 80 75.00/m 122.00/m122.00/m 6,000.00 9,150.00 71 426,000.00 649,650.00 223,650.00

    Half bwl 102 28.00/m 43.00/m43.00/m 2,856.00 4,386.00 71 202,776.00 311,406.00 108,630.00

    Plaster 98 10.00/m 16.92/m16.92/m 980.00 1,658.16 71 69,580.00 117,729.36 48,149.36

    Broomfinish

    34 5.00/m 28.00/m28.00/m 170.00 952.00 71 12,070.00 67,592.00 55,552.00

    Pebblewash

    8 40.00/m 98.00/m98.00/m 320.00 784.00 71 22,720.00 55,664.00 32,944.00

    Gate 1 1,000.00/no 3,400.00/no3,400.00/no 1,000.00 3,400.00 71 71,000.00 241,400.00 170,400.00

    Refuse bin 1 800.00/no 2,780.00/no2,780.00/no 800.00 2,780.00 71 56,800.00 197,380.00 140,580.00

    TNB 1 800.00/no 1,800.00/no1,800.00/no 800.00 1,800.00 71 56,800.00 127,800.00 71,000.00

    Pegola 4 120.00/no 990.00/no990.00/no 480.00 3.960.00 71 34,080.00 281,160.00 247,080.00

    TOTAL C/F 951,826.00 2,049,781.36 1,097,955.36

  • 8/6/2019 71 Unit Report[1]

    25/31

    7.3 Tenderer 8/10 SRI MANSANG SDN. BHD. (CONTD)

    The cost per m2 GFA GFA for typical unit (intermediate unit) is RM79.84 ishigher than the QS estimate which is RM67.95.

    The rates/pricing for Infrastructure Works are higher, i.e. 43.06% higher thanthe QS estimate.

    The rates/pricing for External Telephone Infra and Street Lighting Service22.79% higher than the Engineer estimate.

    The pricing for Mechanical and Electrical works is lower, i.e -46.95% lowerthan Engineer Estimate.

    7.0 COMMENTS ON THE SUBMISSION (CONTD)

    25

    Item QtyQtyRate (RM)Rate (RM) Amount (RM)Amount (RM)

    UnitUnitTotal Amount (RM)Total Amount (RM) DifferencDifferenc

    with QS (Rwith QS (R

    QS Tenderer QS Tenderer QS Tenderer

    Total B/F 951,826.00 2,049,781.36 1,097,955

    900mmwide drain

    83 350.00/m 695.00/m695.00/m 29,050.00 57,685.00 - - - 28,635.0

    750mmwide ditto

    23 290.00/m 650.00/m650.00/m 6,670.00 14,950.00 - - - 8,280.0

    600mmwide ditto

    195 230.00/m 570.00/m570.00/m 44,620.00 110,580.00 - - - 65,960.0

    450mmwide ditto

    53 175.00/m 583.00/m583.00/m 9,275.00 30,899.00 - - - 21,624.0

    Ditto, exc1.5m

    222 140.00/m 514.00/m514.00/m 31,080.00 114,108.00 - - - 83,028.0

    Precastblock drain

    1,344 120.00/m 448.00/m448.00/m 161,280.00 602,112.00 - - - 440,832.

    DIsposal 11,961 5.00/m 20.00/m20.00/m 58,131.00 239,220.00 - - - 179,415.

    TOTAL 1,293,606.00 3,2193,35.36 1,925,729

  • 8/6/2019 71 Unit Report[1]

    26/31

    7.3 Tenderer 4 /10 IDAMAN IKHLAS SDN. BHD.

    The tenderer made a valid and proper offer and complied with all major tenderrequirements.

    The tenderers overall offer is i.e. 19.43% higher than the QS estimate.

    26

    Tender Sum(RM)

    CorrectedTender Sum

    (RM)

    ErrorOriginalPosition

    RevisedPosition

    23,863,048.94 23,862,985.04 -63.90(-0.0003)

    5 6

  • 8/6/2019 71 Unit Report[1]

    27/31

    27

    DescriptionTenderer

    (RM)Qs Estimate

    Differencewith estimate

    PercentageDifference %

    Preliminaries 1,300,000.00 920,000.00 +380,000.00 +41.30

    BuildingWorks

    Type A

    Type B

    7,271,238.55

    7,493,441.32

    5,862,369.52

    6,050,856.88

    +1,408,869.03

    +1,442,584.44

    +24.03

    +23.84

    ExternalWorks WithinLot Boundary

    173,514.46 135,996.40 +37,518.06 +27.59

    Anti TermiteTreatment

    61,340.58 61,076.00 +264.58 +0.43

    Mock Up Unit 43,805.53 10,000.00 +33,805.53 +338.06

    Mechanical &Electrical

    Works1,243,540.11 2,272,000.00 -1,028,459.89 -45.27

    ExternalInfrastructure

    4,629,804.79 2,964,652.00 +1,665,152.79 +56.17

    Lighting and

    TelephoneInfrastructure

    400,204.49 360,650.02 +39,554.47 +10.97

    Prime CostSum &

    ProvisionalSum

    824,000.00 800,000.00 +18,000.00 +2.25

    Tender Sum 23,820,000.00 19,980,106.82 +3,882,940.12 +19.43

  • 8/6/2019 71 Unit Report[1]

    28/31

    7.0 COMMENTS ON THE SUBMISSION (CONTD)

    7.3 Tenderer 4/10 IDAMAN IKHLAS SDN. BHD. (CONTD)

    The pricing for Preliminaries is generally higher i.e. 41.30% higher than theQS estimate. The preliminaries price at RM 1,300,000.00 or 5.99% of thetender sum is considered acceptable.

    The total building works is i.e. Type A (24.30%) and Type B (23.84%)higherthan the QS estimate

    The following rates are considered high that caused the major differencebetween the tenderer and the QS estimate :-

    7.0 COMMENTS ON THE SUBMISSION (CONTD)

    28

    Item QtyQtyRate (RM)Rate (RM) Amount (RM)Amount (RM)

    UnitUnitTotal Amount (RM)Total Amount (RM) DifferenceDifference

    with QS (RMwith QS (RM

    QS Tenderer QS Tenderer QS Tenderer

    Half slab 80 75.00/m 154.18/m154.18/m 6,000.00 11,563.50 71 426,000.00 821,008.50 395,008.50

    Roof 117 58.93/m 98.55/m98.55/m 7,000.11 11,530.35 71 497,007.81 818,654.85 321,647.04

    Half bwl 102 28.00/m 40.73/m40.73/m 2,856.00 4,154.46 71 202,776.00 294,966.66 92,190.66

    Plaster 98 10.00/m 29.04/m29.04/m 980.00 2,845.92 71 69,580.00 202,060.32 132,480.32

    Pebblewash

    8 40.00/m 101.48/m101.48/m 320.00 811.84 71 22,720.00 55,664.00 32,944.00

    Refuse bin 1 800.00/no 2,371.36/no2,371.36/no 800.00 2,371.36 71 56,800.00 168,366.56 111,566.56

    TNB 1 800.00/no 1,252.65/no1,252.65/no 800.00 1,252.65 71 56,800.00 88,938.15 32,138.15

    Pegola 4 120.00/no 618.37/no618.37/no 480.00 2,473.48 71 34,080.00 175,617.08 141,537.08

    TOTAL C/F 1,365,763.81 2,627,252.76 1,261,488.9

  • 8/6/2019 71 Unit Report[1]

    29/31

    7.3 Tenderer 4/10 IDAMAN IKHLAS SDN. BHD. (CONTD)

    29

    Item QtyQtyRate (RM)Rate (RM) Amount (RM)Amount (RM)

    UnitUnitTotal Amount (RM)Total Amount (RM) DifferenDifferen

    with QS (with QS (

    QS Tenderer QS Tenderer QS Tenderer

    Total B/F 1,365,763.81 2,627,252.76 1,261,488

    Precastblock drain

    1,344 120.00/m 511.00/m511.00/m 161,280.00 686,784.00 - - - 525,504

    2100mm x2100mm

    bricksump1 2,600.00/no 3,741.40/no3,741.40/no 2,600.00 3,741.40 - - - 1,141.4

    1950mm x1950mm

    ditto6 2,300.00/no 3,482.20/no3,482.20/no 13,800.00 20,893.20 - - - 7,093.2

    1650mm x1650mm

    ditto2 1,600.00/no 2,975.78/no2,975.78/no 3,200.00 5,951.56 - - - 2,751.5

    1500mm x1500mm

    ditto3 1,100/no 1,880.29/no1,880.29/no 3,300.00 5,640.87 - - - 2,340.8

    Ditto exc1.5m but n.e

    3.0m29 1,300.00/no 2,734.86/no2,734.86/no 37,700.00 79,310.94 - - - 41,610.

    1200mm x1200mm

    7 900.00/no 1,540.46/no1,540.46/no 6,300.00 10,783.74 - - - 4,483.2

    750mm x750mm

    cover slab47 75.00/no 230.43/no230.43/no 3,525,00 10,829.74 - - - 7,304.7

    600mm x600mm ditto

    170 48.00/no 211.33/no211.33/no 8.160.00 35,926.10 - - - 27,766.

    450mm x450mm ditto

    170 27.00/no 200.10/no200.10/no 4,590.00 34,017.00 - - - 29,427.

    TOTAL 1,610,218.81 3,521,130.79 1,910,911

  • 8/6/2019 71 Unit Report[1]

    30/31

    7.0 COMMENTS ON THE SUBMISSION (CONTD)

    7.3 Tenderer 4/10 IDAMAN IKHLAS SDN. BHD. (CONTD)

    The cost per m2 GFA GFA for typical unit (intermediate unit) is RM84.03 ishigher than the QS estimate which is RM67.95.

    The rates/pricing for Infrastructure Works are higher, i.e. 56.17% higher thanthe QS estimate.

    The rates/pricing for External Telephone Infra and Street Lighting Service10.97% higher than the Engineer estimate.

    The pricing for Mechanical and Electrical works is lower, i.e -The pricing for Mechanical and Electrical works is lower, i.e -445.275.27% lower% lowerthan Engineer Estimate.than Engineer Estimate.

    8.0 OBSERVATIONS AND RECOMMENDATIONS

    30

  • 8/6/2019 71 Unit Report[1]

    31/31

    The following are our observation and recommendation:-

    1) If time is and essence and the project need to be launched immediately,we recommend the following:-

    a) Tender interview to be held to inform the tenderers about theirrates.

    b) We proposed tenderer PA Builders to be inform about the ratesfor half slab and Acotec wall and they have to review their ratessince these items caused major difference from our estimate.

    c) Tenderer Al-Ambia need to review the infrastructure works to ouracceptable range.

    If both above tenderers price can be reduced to an acceptable range,their overall pricing would definitely be within an acceptable price for

    award.

    2) If time is not critical we recommend to re-tender this phase to get widerprice range because from our observation, the contractor pricing for theworks were not based on market price which we believe due of thefollowing reasons:-

    a) The contractors speculate that the price of basic material wouldincrease again in the next 5 or 6 months which will coincide withwork being done on site.

    b) Speculative buying of major item such as concrete andreinforcement bar. We strongly believe that the contractor hasmade forward order at a premium price in anticipation of the pricegoing higher whereas in actual fact the price is lower at thecurrent point of time.