You are on page 1of 48

Government of Nepal

Ministry of Federal Affairs and Local development


Office of District Development Committee
District Technical Office
……District, ……..

Project for Strengthening the National Rural Road Transport


Program (SNRTP)
(IDA Grant No: H 899NP, IDA Credit No 5336 NP)

Bid Evaluation Report


and
Recommendation for Award of
Contract

Name of Project:

Contract Name: Upgrading of …………….. Rural Road


(Ch: 0+000 to 0+000)

Identification Number: SNRTP/…../W/NCB/……/UG/07../07..

Date of Submission:
Table of Contents
1. Background:...............................................................................................................................1
2. Preparation of DPR & Bidding Documents ...........................................................................1
3. Bidding Process .........................................................................................................................1
3.1. Bid Invitation ...........................................................................................................................1
3.2. Bid Purchasing .........................................................................................................................2
3.3. Pre-Bid Meeting........................................................................................................................2
3.4. Clarification on bidding document...........................................................................................2
3.5. Addendum.................................................................................................................................3
3.6. Submisssion of bids..................................................................................................................3
3.7. Withdrawals..............................................................................................................................4
3.8. Modifications/Substitutions......................................................................................................4
3.9. Bid Opening..............................................................................................................................4
4. Bid Evaluation Committee........................................................................................................4
5. Bid Evaluation............................................................................................................................4
5.1. Examination of Eligibility........................................................................................................5
5.2. Examination of Completeness of bids......................................................................................7
5.3. Arithmetic check and corrections...........................................................................................11
5.4. Read Out Bid Price.................................................................................................................11
5.5. Corrected Bid Price.................................................................................................................11
5.6. Analysis of Prices...................................................................................................................11
5.7. Qualification Criteria..............................................................................................................12
5.8. Detailed Evaluation of Post Qualification requirements........................................................13
6. Conclusion and Recommendation..........................................................................................22
7. Intention for award of contract..............................................................................................23

Tables
Table1. Identification....................................................................................................................24
Table2. Bidding Process...............................................................................................................25
Table 3. Bid Submission and Opening.........................................................................................26
Table 4. Bid Prices (as Read Out)................................................................................................27
Table 5. Preliminary Examination................................................................................................28
Table 6. Corrections and Unconditional Discounts......................................................................30
Table7. Proposed Contract Award................................................................................................32

2
Annexes
Annex I Copy of No Objection letter on DPR and Bidding Document
Annex II Copy of Bid Invitation Notice (Cutting of Newspaper)
Annex III Copy of Bid Document Selling Records
Annex IV Copy of Pre-Bid Meeting Minutes
Annex V Clarification
Annex VI Addendum Notice
Annex VII Bid Registration Records
Annex VIII Record of e-bid submission downloaded (No. of e-submitted bids, withdrawals ,
modification and substitution)
Annex IX Withdrawals
Annex X Modifications/ Substitutions
Annex XI Copy of Bid Opening Muchulka (Minute) with Checklists
Annex XII Comparative Chart
Annex XIII Calculation of Net worth
Annex XIV Calculation of Turnover
Annex XV Copy of experience certificates
Annex XVI Copies of Documents received from lowest evaluated substantially responsive
bidder
i. Power of Attorney & others
ii Bid Form
iii Tax clearance certificate
iv Bid Securities and Line of Credit
Annex XVII Minute of Bid Evaluation Committee

3
Strengthening the National Rural Transport Program (SNRTP)
(IDA Grant No. H 899-NP AND Credit Number: 5366 NP)

BID EVALUATION REPORT

Upgrading of ………………. Road


Contract Identification No: SNRTP-…..-W-NCB -…………..

1. Background:
Government of Nepal has received a grant (Grant. H 899-NP) from the International
Development Association (IDA) toward the cost of Strengthening the National Rural
Transport Program (SNRTP) of District Development Committee (DDC)/District
Technical Office (DTO), ………., Ministry of Federal Affairs and Local Development
(MoFaLD). Therefore, part of grant proceed under the grant agreement (H 899-NP) shall be
applied to cover the eligible payments under various civil works contracts for Upgrading of
…….. Road. The engineers cost estimate amount is NRs. 134,740,669.86 (excluding VAT
and contingencies).
The DPR was approved on ……….., 2015, Whereas, the engineers cost estimate excluding
VAT, contingencies and Provisional Sum is NRs. 134,740,669.86 . The project period has
been estimated ………. months.

2. Preparation of DPR & Bidding Documents


Brief Description of Civil Works:-Length, starting ending point, major structures, Engineers
Estimate, Estimate as per procurement Plan in NRs Million.
Bidding Documents Preparation: Standard Bid Document for NCB, agreed by World Bank for
SNRTP project has been used for this bidding process. (, Estimated contract value, bid security
provisions, key qualification requirements e.g. AATO, Specific Experience, Liquid Assets, etc.,
prior or post review, date of no objection to DBD if prior review
CPU/WB has given concurrence on DPR and bid document on …………. A copy of No
Objection letter on DPR and bid document is attached in the Annex I.

3. Bidding Process
3.1 Bid Invitation:
Procurement of "Upgrading of …….. Road" is provisioned under the Works annual
procurement plan of SNRTP project. As per the approved procurement plan post review
requirements are needed. The SNRTP provided "No Objection" on …………. regarding
detailed engineering design. Based on the NoL obtained on …….. 201.. from SNRTP,
CPCU, District Technical Office (DTO), ………. advertised Specific Procurement Notices
in English for National Competitive Bidding (NCB) with Contract ID: SNRTP-….-W-NCB
-…………. on ………. 201.. in the ".……." National daily newspaper (cutting of news
paper, Annex II) as well as in the PPMO Web site "http://www.bolpatra.gov.np" on same
day. Notification time to submit the bid was ….. days to enable prospective bidders to
obtain bidding documents and prepare and submit their responses, where last date of
submission was ………, 201...
1
3.2 Bid Purchasing:

The last date of the bid purchasing was ……., 201... Three bidders downloaded the bidding
document depositing the cost of Bidding Documents and two bidders purchased the hard
copy of bidding Documents within the deadline. The bid document selling record was
closed at DDC Office on 5 PM, …….. 201.. (Nepal Standard Time) by Chief District
Engineer Mr. …………. (Copy of bid document selling record - (Annex -III).

Bidders who have downloaded/purchased Bidding Documents from PPMO Web site
"http://www.bolpatra.gov.np/DTO office, ............. are listed as follows:

Downloaded the Bid Purchased


Document with hard copy of
Sl.No. Name of the Bidder Nationality Address
payment of the cost Bid
of Bid Document Document

1 A and B JV Nepali Babar Mahal, Yes


Kathmandu
Birendranar,
2 C Nirman Sewa Nepali Yes
Surkhet
Baluwatar,
3 D/E/F JV Nepali Yes
Kathmandu
Pulchowk,
4 G Nirman Sewa Nepali Yes
Lalitpur
H Nirman Pulchowk,
5 Nepali Yes
Company Lalitpur

3.3 Pre-Bid Meeting:


As mentioned in the invitation for bid notice, the pre-bid meeting was held on …….., 201...
The meeting was chaired by Chief District Engineer Mr. ……... No bidders were present in
the pre-bid meeting. Hence, no comments/queries were received in the pre-bid
meeting. Prospective bidders were present in the pre-bid meeting. The queries raised by the
bidders was recorded. Pre-bid meeting minute was circulated to all of the bidders who
purchased the bidding document. Pre bid meeting minute is attached in Annex-IV.

3.4 Clarification on Bidding Documents:


As there were no any queries raised by the bidders, no clarification was made on the bidding
document (Annex V).
Or
As per ITB Clause 7, clarification on the queries raised by the bidders was prepared and
circulated on ………, 2015 to all of the bidders who purchased the bidding document by
providing Clarification Notice No. 1 and was posted in the websites- www.bolpatra.gov.np
(Annex-V)

2
3.5 Addendum:

There was no any addendum notice issued (Annex.VI).

Or

As per ITB Clause 8, addendums were made on Bidding Documents as specified in the
Addendum Notice no. 1, which was circulated all of the bidders who purchased the bidding
document and was posted in the websites- www.bolpatra.gov.np. Addendum Notice no. 1 is
attached in Annex-VI.

3.6 Submission of Bids

The deadline for the submission of bids was ….., 201.. at 12:00 hours (Nepal Standard time).
The submission was closed by Chief District Engineer Mr. ………. at 12:00 Noon (Local
time). The bid submission registration record has recorded two submission of bid and no any
modification/ withdrawal submitted within the deadline for bid submission. (Copy of Bid
Registration Records Annex VII).

Whereas, total responses in the http://www.bolpatra.gov.np was recorded 5 articles


submitted within the deadline. Out of which, three articles are e-bids, one articles is
modification and one article is withdrawal of bid. Responses on e-bid submission is attached
in (Annex –VIII).

The following list illustrates name and address of the bidder who have submitted Bids and
modification letter within dead line for bid submission:

Sl.N Manual or e-
Name of the Bidder Nationality Address Remarks
o. submission
Babar Mahal, Submission
1 A and B JV Nepali Manual
Kathmandu of Bid
Submission
2 C Nirman Sewa Nepali Birendranar, Surkhet Manual
of Bid
Baluwatar, Submission
3 D/E/F JV Nepali e-submission
Kathmandu of Bid
Submission
4 G/H JV Nepali Pulchowk, Lalitpur e-submission
of Bid
I Nirman Submission
5 Nepali Pulchowk, Lalitpur e-submission
Company of Bid
Modificatio
6 G/H JV Nepali Pulchowk, Lalitpur e-submission
n of bid
Withdrawal
7 I Nirman Sewa Nepali Pulchowk, Lalitpur e-submission
of bid

3
3.7 Withdrawals:

I Nirman Company, Pulchowk, Lalitpur has submitted e-application for withdrawal duly
signed by an authorized representative along with a copy of the authorization letter Annex -IX.

Or

There was no any sealed envelope/e-application submitted for withdrawals of bid.

3.8 Modifications/ Substitution:

G/H JV, Pulchowk, Lalitpur has submitted e-application for modification/substitution stating
it has been deducted at the rate of 0.02 percent in all its quoted items and duly signed by an
authorized representative along with a copy of the authorization letter Annex -X.
Or
There was no any sealed envelope/e-application submitted for modification/substitution of bid.

3.9 Bid Opening

Bid opening was held at DDC Office, ……. on ……, 201.. at 13:00 Hours (Nepal standard
Time) in presence of, Bidders' representatives and DDC officials as well as officials invited
from different district offices.

Bid opening minute and bid opening check list was prepared, signed by the attendees of the
bid opening meeting. The bid opening minute and bid opening check list was circulated all of
the bidders who submitted the bid and was posted in the websites- www.bolpatra.gov.np.

Furthermore, copy of bid opening minute and bid opening check list was also sent to SNRTP,
CPCU, Jawalakhel, Lalitpur on ………, 201... The bid opening minute and bid opening
check list is attached in Annex -XI

4. Bid Evaluation Committee


A bid Evaluation committee was formed under the Chairmanship of the Project Coordinator
(Chief District Engineer /District Technical Office ………) with the following members:
(i) Engineer (DTO) ……….. Co-ordinator
(ii) Engineer (DDC) ……….. Member
(iii) Accountant (DTO), ……….. Secretary
(iv) Sub-Engineer (DDC ……….. Member

5. Bid Evaluation

The bid evaluation committee studied the bid opening minute, the bid documents, Public
Procurement Act and Public Procurement Regulations and started bid evaluation process.

4
5.1 Examination of Eligibility:

Firstly, bidder's eligibility was examined. Firm Registration Certificate, Business


Registration Certificate, VAT and PAN Registration Certificate, Tax Clearance
Certificate/Tax return submission evidence for the F/Y 2071/072, written declaration made
by the bidder with a statement that s/he is not ineligible to participate in the procurement
proceedings; has no conflict of interest in the proposed procurement proceedings, and has
not been punished for a profession or business related offense, Conflict of interest,
Government owned entity and UN eligibility also was examined. See the tables below -

5
A. Examination of eligibility
Name of the Bidder
C
S.No
Eligibility Criteria Nirman D/E/F JV A and B JV G/H JV Remarks
.
Sewa
(1) (2) (3) (4)
D Yes
A Yes G Yes
1. Copy of Firm Registration Certificate Yes E Yes
B Yes H Yes
F Yes

D Yes A Yes G Yes


2. Copy of Business Registration Certificate Yes E Yes
B Yes H Yes
F Yes

D Yes
A Yes G Yes
Copy of VAT and PAN Registration Yes E No
3.
Certificate, B Yes H Yes
F Yes
D Yes
Copy of Tax Clearance Certificate/Tax
A Yes G Yes
4. return submission evidence for the F/Y Yes E No
2071/072 B Yes H Yes
F Yes
A written declaration made by the bidder, D Yes
with a statement that s/he is not ineligible A Yes
to participate in the procurement E Yes G Yes
5. proceedings; has no conflict of interest in Yes
B Yes H Yes
the proposed procurement proceedings, F Yes
and has not been punished for a
profession or business related offense.

Eligible/Non-eligible Eligible In-eligible Eligible Eligible

5
Name of the Bidder
C
S.No
Eligibility Criteria Nirman D/E/F JV A and B JV G/H JV Remarks
.
Sewa
(1) (2) (3) (4)
Factor B. Examination of Eligibility

Criteria
Bidder
Sub-Factor Single Entity Joint Venture, Consortium or Association Remarks
Requirement
All partners Each partner
combined At least one partner

Existing or intended
Must meet All Firms meets the
Nationality Nationality in accordance with ITB 4.2. JV must meet Must meet requirement
requirement requirement
requirement

Existing or intended
No- conflicts of interests as described in Must meet All Firms- no
Conflict of Interest JV must meet Must meet requirement
ITB 4.3. requirement conflict of interest
requirement

Not having been declared ineligible by the Must meet Existing JV must
Bank Ineligibility Must meet requirement All Firms- eligible
Bank as described in ITB 4.4. requirement meet requirement

No firms-
Government Owned Must meet Must meet
Compliance with conditions of ITB 4.5 Must meet requirement Government Owned
Entity requirement requirement
Entity

Not having been excluded as a result of


Ineligibility based on a
the Borrower’s country laws or official
United Nations Must meet Existing JV must
regulations, or by an act of compliance Must meet requirement All Firms- eligible
resolution or Borrower’s requirement meet requirement
with UN Security Council resolution, in
country law
accordance with ITB 4.8

6
From the eligibility examination, M/S D/E/F JV is in-eligible as it has not submitted VAT/PAN Registration Certificate and Tax
Clarence certificate of F/Y 2071/72 of M/S E Construction. All other bidders are eligible as they have submitted evidence of their
eligibility. The evaluation committee decided to exclude M/S D/E/F JV in the further evaluation.

7
5.2 Examination for completeness of Bids

The bids submitted were then examined whether the bid are complete or not. The areas
covered in examination of the completeness of bids were:

i. Sufficiency of Bid validity


ii. Sufficiency of Bid Security, in terms of amount, validity period of the bid security,
bank, bidder.
iii. Power of attorney to sign the bid
iv. Bid properly signed
v. Only one bid submitted
vi. Bid is submitted in the sold bid document
vii. Bid is submitted who purchased the bid document
viii. Joint Venture Agreement (if applicable)
ix. Documents submitted to establish and substantiate the qualification
requirement
a. Audited balance sheet of last five years
b. Credit line certificate NRs. 36,000,000.00
c. Certificate on general construction experience of at least five years prior to
the bid submission deadline
d. Certificate on specific construction experience of at least 2 (two) road
construction contracts within the last 5 (five) years, each with a value of at least
NRs. 110,000,000.00 (without VAT) that have been successfully or are substantially
completed and that are similar to the proposed works
e. Certificate of equipments
f. Resume of personnel

7
Examination of completeness

Name of the Bidders


S.No Criteria to verify the
C Nirman Sewa A and B JV G/H JV Remarks
. completeness

(1) (2) (3)


Sufficient bid validity: 90/120
1 days ( as per IFB/ Bid data Yes Yes Yes
sheet)

2 Bid security

Bid security in the standard


format as per mentioned in the
2.1
bid document ( Section IV
Bidding Forms)
Sufficient Amount, (NRs.
Yes (NRs.
2.2 38,10,000.00) ( as per IFB/ Bid Yes (NRs. 38,10,000.00) Yes (NRs. 38,10,000.00)
38,10,000.00)
data sheet)
Sufficient validity period (till
15 March, 2016, (BS 02 Yes (March 15, Yes (March 15, 2016)
2.3 Yes (April 15, 2016)
Chaitra, 2072) ( as per IFB/ 2016)
Bid data sheet)
Bid security is in the name of Yes, C Nirman
2.4 Yes (A and B JV) Yes (G/H JV)
the bidder Sewa
Yes (Nepal
Yes (Global IME Bank ,
Name of Bank (Commercial Bangladesh Bank, Yes (Sunrise Bank
2.5 Panipokhari,
Bank) Kamaladi, Limited, Kamal Pokhari)
Kathmandu),
Kathmandu,)
Power of attorney to sign the
3 Yes Yes Yes
bid

Bid properly signed including


4 Yes Yes Yes
bid form and bill of quantities

5 Only one bid submitted Yes Yes Yes

8
Name of the Bidders
S.No Criteria to verify the
C Nirman Sewa A and B JV G/H JV Remarks
. completeness

(1) (2) (3)


Bid is submitted in the sold bid
6 Yes Yes Yes
document
Bid is submitted who purchased
7 Yes Yes Yes
the bid document
JV agreement Submitted in case
of JV in the standard format as
8 per mentioned in the bid N/A Yes Yes
document ( Section IV Bidding
Forms)
Documents submitted to
9 establish and substantiate the
qualification requirement:

A Yes G Yes
Audited balance sheet of last
a
five years
Yes
B Yes H Yes

150,000,000.00 305,252,000.00
A from N/B. Bank, G from NCC Bank,
Bagbazar
Conditional
Credit line certificate NRs.100,000,000.00
b
(NRs.100,000,000.00) from N.B. Bank, 70,000,000.00 300,000,000.00
B From Sunrise H from NB Bank,
Bank, Bagbazar,
Conditional

A Yes G Yes
Certificate on general
c
construction experience
Yes
B Yes H Yes

Certificate on specific A Yes G Yes


d
construction experience
Yes
B Yes H Yes

9
Name of the Bidders
S.No Criteria to verify the
C Nirman Sewa A and B JV G/H JV Remarks
. completeness

(1) (2) (3)


A Yes G Yes
e Certificate of equipments Yes
H Yes H Yes

A Yes G Yes
f C.V of Personnel's Yes
b Yes H Yes

Complete/incomplete Complete Complete Complete

From the completeness examination it was found that all of the bidder's bids are complete So, the evaluation committee decided
to go ahead for the further evaluation.

10
5.3 Arithmetic Check and Corrections

The evaluation committee prepared comparative chart of bidder's bid price, excluding
Provisional Sums, Value Added Tax and Contingencies according to bidding rates. Each bid
was checked for arithmetic errors in accordance with the provisions of the bidding documents.

5.4 Read out Bid Price:

S.
Bidder's Name Read Out Bid Price Remarks
No.

1 C Nirman Sewa 134,756,700.00 Without VAT

2 A and B JV 152,396,986.70 With VAT

3 G and H JV 152,791,356.70 With VAT

5.5 Corrected Bid Price:

S. Read Out Bid Price


Bidder's Name Corrected Bid Price (Without VAT)
No. (Without VAT)
1 C Nirman Sewa 134,756,700.00 134,756,700.00

2 A and B JV 152,396,986.70 134,864,590.00

3 G and H JV 152,791,356.70 135,213,590.00

5.6 Analysis of Prices

For details of comparative chart please refer Annex -XII. Approved engineer's estimate is
NRs. 134,540,669.86 without provisional sum, VAT & contingencies. The summary of the
bid amount are as follows:

11
Bidding Amount
excluding (%) age
Bidding Amount provisional sum, with
S. excluding provisional Modificatio VAT & respect to
Bidder's Name Remarks
No. sum, VAT & n Contingencies Engineer'
Contingencies (NRs.) after adjusting s
modification Estimate
(NRs.)

1 C Nirman Sewa 134,556,700.00 0.00 134,556,700.00 + 0.01

2 A and B JV 134,664,590.00 0.00 134,664,590.00 + 0.09


0.02 percent
3 G and H JV 135,013,590.00 270,027.18 134,743,562.82 + 0.15 less in all
quoted items

5.7 Qualification Criteria

Bidder was required to provide their qualification information along with bid price for
post qualification. The minimum qualifying criteria for the purpose of this contract
package mentioned in the bidding documents are as follows:

a) As a minimum, a Bidder's net worth calculated as the difference between


total assets and total liabilities should be positive

b) Minimum Average Annual Turnover of best three years over the last five years is
NRs. 170,000,000.00 (without VAT).

b) Participation as Prime contractor, management contractor, or subcontractor, in at least


2 (two) road construction contracts within the last 5 (five) years, each with a value
of at least NRs. 110,000,000.00 (without VAT) that have been successfully or are
substantially completed and that are similar to the proposed works
c) The bidder should have completed at least 80,000.00 sq.m. of
OttaSeal/DBST/SBST in a single Contract within the last Five (5) years .

c) Minimum amount of liquid assets and/or credit facilities net of the other
contractual commitments for bidders to qualify in this contract package shall be
NRs. 36,000,000.00

d) Minimum essential equipment required for the qualification of the contract are:

1. Excavator 1 No.
2. Motor Grader 2 No.
3. Vibrating Roller (12 ton) 2 No.
4. Water Bowser 2 No.
5. Bitumen Distributor 2 No.
12
6. Chips Spreader 2 No.
7. Pneumatic Tyre Roller (PTR) (10 to12 T) 2 No.
8. Steel Roller (8T) 2 No.
9. Truck/Tipper 4 Nos.

d) Minimum qualification and experience of key personnel for the execution of the
contract shall be:

Total Work Experience in Similar


No. Position Nos. Required
Experience [Years] Works [years]

1. Contract 1 5 3
Manager

2. Site Engineer 1 5 3

Lab 1
3. 5 3
Technician

5.8 Detailed Evaluation of Post Qualification requirements:

The evaluation committee, afterward, was examined in detail the information regarding
financial capacity and technical capability, general experience, specific experience, turn over
and net worth of the bidders. The bid evaluation committee has carried out the detailed
evaluation of post qualification requirements in accordance with the preset criteria as
specified in the bidding document. This bid evaluation has been made based on the
documents as received by evaluation committee. Hence the responsibility of authenticity of
the documents as submitted by the bidders solely lies on the bidder’s part.

The Evaluation Committee carried out detailed technical evaluation of first lowest and
second lowest bidders.

13
Pending Litigation:

All pending litigation shall be treated as resolved against the Applicant and so shall in total
not represent more than 50 percent of the Applicant’s net worth.

SL. Single entity and Each partner must meet the


Remarks
No requirement

1 C Nirman Sewa Meets the requirement

A Construction Meets the requirement

4 B Nirman Sewa Meets the requirement

A/B JV N/A

Historical Financial Performance:

Submission of audited balance sheets and income statements, for the last 5 years to
demonstrate the current soundness of the applicant’s financial position.

As a minimum, a Bidder's net worth calculated as the difference between total assets and
total liabilities should be positive.

Single entity and Each partner must meet the requirement

Total Liabilities
Total Assets (Liabilities to Net worth
SL.No Name of the Bidder Remarks
(NRs.) other parties) (NRs.)
(NRs.)

Meets the
1 C Nirman Sewa 536,775,813.01 245,758,860.14 291,016,952.87
requirement
660,375,310.18 421,017,403.47 239,357,906.71
4 A Construction

14
Total Liabilities
Total Assets (Liabilities to Net worth
SL.No Name of the Bidder Remarks
(NRs.) other parties) (NRs.)
(NRs.)

B Nirman Sewa 44,486,576.94 15,867,866.00 28,618,710.94

A/B JV Meets the


requirement

Hence the bidders satisfy the requirement of net worth. Details of the calculation of net worth is
attached in Annex-XIII

Average Annual Turnover

Minimum average annual construction turnover of NRs 170,000,000.00 (Nepalese Rupees One
Hundred Seventy Million only) without VAT calculated as total certified payments received for
construction contracts in progress or completed, within best three years out of last five years .

Single entity and All partners combined must meet the requirement, Each Partner must
meet 25% of the requirement, One Partner must meet 40% of the requirement

SL.
No Annual
Name of the Bidder Turnover % Remarks
(NRs.)

2071/2072 199,033,538.40

2070/2071 150,725,348.96

1 C Nirman Sewa 2069/2070 156,777,040.31

Avarage Does not


Annual 168,845,309.20 99.32 meets the
Turn over requirement

2 A Construction
2071/2072 124,780,479.24

2070/2071 125,216,672,25

15
SL.
No Annual
Name of the Bidder Turnover % Remarks
(NRs.)

2069/2070 135,999,458.21

Avarage Meets the


Annual 128,665,536.57 75.69 requirement
Turn over

2071/2072 52,352,442.33

2070/2071 42,408,578.10

B Nirman Sewa
2069/2070 33,757,873.01

Avarage Meets the


Annual 42,839,631.15 25.20 requirement
Turn over

171,505,167.71 Meets the


A/B JV
requirement

Note: The fiscal years considered above are the best three years over the period of within 5 fiscal
years. Based on the submission of balance sheet, the turnover has been calculated and is brought
to the current value using updated price index of Nepal Rastra Bank. Hence the percentage of
turnover is based on the requirement as per the bidding document.

From the above evaluation M/S C Nirman Sewa does not meet the requirement of the bidding
document. Detail of the calculation of turnover is attached in Annex- XIV.

16
Financial Resources

The Bidder must demonstrate access to, or availability of, financial resources such as liquid
assets, unencumbered real assets, lines of credit, and other financial means, other than any
contractual advance payments to meet:
(i) Cash-flow requirement: NRs 36,000,000.00. (Rupees Thirty Six million only)

Single entity and All partners combined Credit line


must meet the requirement, Each Partner
SL.N must meet 25% of the requirement, One Remarks
o Partner must meet 40% of the Name of the
requirement Bank Amount NRs. %

More than Meets the


1 C Nirman Sewa N.B. Bank, 100,000,000.00
100% requirement

Himalayan More than


A Construction 285,000,000.00
Bank, 100%

100% More
2 B Nirman Sewa NB Bank 130,000,000.00
than 100%

Meets the
A/B JV 415,000,000,00
requirement

General Experience:

Experience under construction contracts in the role of contractor, subcontractor, or management


contractor for at least the last 5 years prior to the applications submission deadline.

SL. Single entity and Each partner must meet the


Remarks
No requirement
1 C Nirman Sewa Meets the requirement

2
A Construction Meets the requirement

Meets the requirement


B Nirman Sewa

17
SL. Single entity and Each partner must meet the
Remarks
No requirement

Specific Experience:
Participation as Prime contractor, management contractor, or subcontractor, in at least 2 (two)
road construction contracts within the last 5 (five) years, each with a value of at least NRS
110,000,000 (Rupees One hundred ten Million only) that have been successfully or are
substantially completed and that are similar to the proposed work. The similarity shall be based
on the physical size, complexity, methods, technology or other characteristics as described in
Section V. Works Requirements.

18
Specific Experience (Details):
Remark
at least 2 (two) road construction contracts within the last 5 (five) years, each
Otta
with a value of at least NRS 110,000,000
Sl.No. Name of the Bidder Seal/DBST Remarks
Agreement Completion Contract value, in NRs 80,000 Sqm
2 Road construction Project
Date Date (without VAT)
DOR/PD/ADB- Sub-regional
Transport Facilitation Project:
March 17, 08 June 16, 10 242,219,085.89 105,000
Road from Mahau bridge to
1 C Nirman Sewa Bhumahi

DOR/RSDP- Surkhet Jumla


April 30, 12 June 19, 15 169,921,900.90
Road Section

DOR-Chhinchu- Jajarkot Road April 02,12 May 21, 14 148,908,851.50 151,770.00


A Construction
DOR-Surkhet Jumla Road 112,780,030.55 (including Meets the
April 02, 09 Dec. 14, 11 requirement
Project current value)
Does not
2
meet the
B Nirman Sewa requirement

A/B JV

Most appropriate copies of Specific work experience submitted by the bidders is attached in Annex- XV

19
Personnel
The Bidder must demonstrate that it will have the personnel for the key positions that meet the following requirements:
Position and experience
SL.No Contract Manager, Minimum Site Engineer, B.Eng or
Lab Technician
Name of the Bidder Bachelor Degree in any field equivalent Remarks
. Similar Works Similar Works Total Work Similar Works
Total Work Experience 5 Total Work
Experience 3 Experience 3 Experience 5 Experience 3
years Experience 5 years
Years Years years Years

Mr. Ravi Raj Panta Mr. Sushil Khatiwada Mr. Shambhu Poudel
BE in Civil Engineering BE in Civil Engineering
1 C Nirman Sewa
Similar Works Similar Works Total Work Similar Works
Total Work Total Work Meets the
Experience 8 Experience 6 Experience 6 Experience 4
Experience 15 years Experience 8 Years requirement
Years Years years Years

Mr. Dasharatha P. Shrestha Mr. Nagesh Kumar Dali Mr. Tek Bahadur Lama
BE in Civil Engineering M.E in Civil Engineering
2 A/B JV
Similar Works Total Work Similar Works Total Work
Total Work Total Work Meets the
Experience 12. Experience 7. Experience 10 Experience 7
Experience 16. years Experience 13 years requirement
Years years Years years

20
Equipment
The Bidder must demonstrate that it will have access to the key Contractor’s equipment
listed hereafter:

Equipment Type Minimum


N
o.
and Number C Nirman Sewa A/B JV
Characteristics required
(1) (4)

1 Excavator 1 Me.1.Ka. 233 Owned Na. 1. Ka. 687 Owned


By C Nirwan Sewa By A Construction.
Ko.1.Ka. 2385 Owned Ba. 1. Ka.321 Leased
By C Nirwan Sewa from ABC Construction
2 Motor Grader 2
Ko.1.Ka. 556 Owned Ga. 1 Ka.751 Owned By
By C Nirwan Sewa B Nirman Sewa.
Ko.1.Ka. 2384 Owned Ba. 1. Ka. 1722 Leased
Vibrating Roller (12 By C Nirwan Sewa from ABC Construction
3 Ton) 2
Lu.1.Ka. 4060 Owned Bhe. 1. Ka. 233 Owned
By C Nirwan Sewa By B Nirman Sewa
Ba.1.Ka. 4426 Owned Na. 2. Kha. 413 Leased
Water Bowser 2 By C. Nirwan Sewa from B tech
4

Se.1.Ka. 2134 Leased Ba. 1. Ka 3831 Owned


from X Nirwan Sewa By B Nirman Sewa
5 Bitumen Distributer 2 Se.1.Ka 213 Leased
Se.1.Ka. 2002 Leased
from X Nirwan Sewa
from Ralendra Nirwan
Sewa
Owned By C. Nirwan Owned By B Nirman
Sewa Sewa
6 Chips Spreader 2
Leased from B-Tech
Leased from Contech
Pvt. Lt.
Ko.1.Ka. 455 Owned Na. 1. Ka 1417 Leased
Pneumatic Tyre Roller By M.K. Nirwan Sewa from ABC Construction
7 2
(PTR) (10 to 12 T) Se.1.Ka. 281 Leased Na. 1. Ka 1420 Leased
from Rajendra Nirwan from ABC Construction
Sewa
Na.1.Ka.2997Leased Ba. 1. Ka.1721 Leased
from Contech from ANK Construction
8 Steel Roller (8 T) 2
Lu.1.Ka.595 Leased Na. 1.Ka 2997 Leased
from Contech from B tech
9 Truck Tripper 4 Na. 4. Kha. 7639
Lu. 1 Ka. 174 Owned
By C.Nirwan Sewa
Owned By B Nirman
Sewa.
Na.1.Ka.1186 Owned Ba.1. Ka 9363 Owned
By C. Nirwan Sewa By B Nirman Sewa

21
Equipment Type Minimum
N
o.
and Number C Nirman Sewa A/B JV
Characteristics required
(1) (4)
Ba. 1. Ka 3301 Owned
Na.1.Ka.1187 Owned By B Nirman Sewa
By C Nirwan Sewa

Na.1.Ka. 1188 Owned Ba. 1. Ka 3302 Owned


By C. Nirwan Sewa By B Nirman Sewa
Remarks Meets the requirement Meets the requirement

From the above evaluation of bid in accordance with the criteria and methodology set
forth in the bidding documents, M/S C Nirman Sewa is the lowest evaluated bidder as
compared with the evaluated price of the other bids. Its bid amount is NRs.
134,556,700.00 excluding provisional sum, VAT & Contingencies, which is 0.01
percent higher than the approved cost estimate. But its average annual turnover is not
sufficient as stated in the bidding document. So, the evaluation committee decided non
responsive to this bidder and exclude this bidder from the evaluation.
From the evaluation of the second lowest bidder M/S A/B JV on the same grounds, the
evaluation committee found its bid price is NRs. 134,664,590.00 excluding provisional
sum, VAT & Contingencies, which is 0.09 percent higher than the approved cost
estimate. This bidder meets all of the qualification requirements. So, the evaluation
committee decided that M/S A/B JV is substantially responsive and lowest
evaluated bidder.

6. Conclusions and Recommendations


The evaluation committee recommends to award the contract to M/S A/B JV as its bid is
substantially responsive and lowest evaluated bidder. Its bid amount is NRs.
134,864,590.00 excluding VAT & Contingencies and NRs. 152,622,986.70 including VAT
and provisional sum but excluding Contingencies. The following documents of lowest
evaluated substantially responsive bidder are attached in the Annex XVI.
i. Power of Attorney & others
ii. Bid Form
iii. Tax clearance certificate
iv. Copies of Bid Securities and Line of Credit

Minute of bid evaluation committee is attached in Annex-XVII

Evaluation Committee :-
(i) Engineer (DTO) ……….. Co-ordinator
(ii) Engineer (DDC) ………..
(iii) Accountant (DTO), ………..
(iv) Sub-Engineer (DDC ………..
22
7. Intention for award of contract.
As per the prevailing Local Body Financial and Administration Regulation( LBFAR), District
Development Committee (DDC)/District Technical Office (DTO), Surkhet formed the evaluation
committee for the purpose of evaluation of received bids and to recommend the successful
lowest evaluated bidder to award the contract. The evaluation Committee after detailed
examination had prepared and submitted the evaluation report to the DDC/DTO, ……… and
recommended the successful lowest evaluated bidder. The report and the recommendation
submitted by the committee have been accepted by the DDC, Surkhet and it intends to award
contract to M/S A/B JV (Refer a copy of decision made by DDC/DTO attached). The brief
description of the successful bidder is described as below.

Contract Identification No. Name of Recommended Total Contract


Evaluated Bidder Price in NRs

SNRTP‐…‐W‐NCB‐………‐UG‐……… M/S A/B JV 152,622,986.70


……………………………. Road including VAT and
provisional sum
but excluding
Contingencies

The contract Price is 0.09 percent higher than the approved cost estimate. Which is not
substantially high as the cost of bid invitation notice will cost almost NRs. 60,000.00. This
bidder meets all of the qualification requirements. So, the evaluation committee decided
that M/S A/B JV is substantially responsive and lowest evaluated bidder.
.

This report is being forwarded to World Bank via Project Management Unit (PMU) by the DDC/
DTO, …….. for the purpose of obtaining the “no objection”. The DTO shall award the contract
only after receiving the “no objection” from the Bank.

____________________
(……………….)
Chief District Engineer
Project coordinator

23
Table1. Identification

1.1 Name of Borrower Government of Nepal


1.2 Loan/Credit /Grant Number 5336-NP/H899-NP

1.3 Date of Effectiveness

1.4 Closing date


(a) original
(b) revised

1.5 Name of Project ……………………………..

1.6 Purchaser (or Employer)


(a) Name District Development Committee
(b) Address …………..
1.7 Contract Number (Identification) SNRTP‐…….W‐NCB‐……………….

1.8 Contract Description …….. Road Construction Work.

1.9 Cost Estimate NRs. ………………….. (with VAT)

1.10 Method of Procurement NCB

1.11 Prior Review Required No

1.12 Domestic Preference Allowed N/A

1.13 Fixed Price Contract No

1.14 Co financing, if any:


(a) agency name N/A
(b) percent financed by agency

24
Table 2. Bidding Process

2.1 General Procurement Notice


(a) first issue date ……………….
(b) latest update
2.2 Prequalification, if required
(a) number of firm/s pre-qualified N/A
(b) date of Bank’s no-objection
2.3 Specific procurement notice
(a) name of national newspaper "………………."National Daily
(b) issue date ………………..
(c) name of international
publication
(d) issue date
(e) number of firms notified
2.4 Standard Bidding Document
(a) title, publication date ……………
(b) date of Bank’s no-objection
(c) date of issue to bidders
2.5 Number of firms issued documents …………
2.6 Amendments to documents, if any N/A
(a) list all issue dates
(b) date(s) of Bank’s no-objection
2.7 Date of pre-bid conference, if any ………………...

2.8 Date of minutes of conference sent ………………...


to bidders and Bank

25
Table 3. Bid Submission and Opening

3.1 Bid submission deadline


(a) original date, time ……………. (12.00 Noon.)
(b) extensions, if any

3.2 Bid opening date, time ………….. (13.00 PM.)

3.3 Record of bid opening, date sent to ……………. .


Bank Also sent to PMU & CPCU,SNRTP (also
attached here with)
3.4 Number of bids submitted ………….Nos.

3.5 Bid validity period (days or weeks)


(a) originally specified ………….. days
(b) extensions, if any None
(c) date of Bank’s no-objection, if
required

26
Table 4. Bid Prices (as Read Out)
Name of Project: ………………………………………………
Contract Identification No.: SNRTP‐…..‐W‐NCB‐…..‐UG‐7..‐7..

S.N. Bidder Identification Read-out Bid Price(s) Modifications or


Comments
Name City/State or Country Currency(ies) Amount(s) or %
Province
(a) (b) (c) (d) (e) (f)

1.

2.

3.

27
Table 5. Preliminary Examination

Eligibility
(c)
Bidder Verification Declaration
Firm Business VAT/PAN Tax Other
of
Registration Registration Registration Clearance Eligibility
Eligibility
(a) (b) (i) (ii) (iii) (iv) (v) (vi)

28
Table 5. Preliminary Examination contd.....

Requirement Completeness of Bid


of
(d) (e)

Bidder Qualification Bid


Bid signed Associated
Pending Audited Document document
by JV with any Overall
Litigation Balance Submitted Purchased
Authorized Agreement other Bid Completeness
Sheet in
Person
same Name
(a) (i) (ii) (i) (ii) (iii) (iv) (v) (vi)

29
Table 5. Preliminary Examination contd.....

Bidder Bid Security Total Bid Price Specified Substantial Acceptance for
Responsiveness Detailed Examination
(f) (g)
Validity Amount Letter of In BOQ
(NRs.3,810,000.00) Bid
(a) (i) (ii) (i) (ii) (h) (i)

30
Table 6. Corrections and Unconditional Discounts

Corrected/
Corrected Bid Unconditional
Bidder Read-out Bid Price(s) Corrections Discounted
Price(s) Discounts2
Bid Price(s)

Currency Amount(s) Compu Provisional Without VAT % Amount(s) Without


tational Sums VAT
Errors
(a) (b) (c) (d) (e) (f) = (c) + (d) - (e) (g) (h) (i) = (f) – (h)+
(e)

31
Table7. Proposed Contract Award

1. Lowest evaluated responsive bidder


(proposed for contract award).
(a) Name

(b) Address
2. If bid submitted by agent, list actual
supplier.
(a) Name
(b) Address
3. If bid from joint venture, list all
partners, nationalities, and estimated
shares of contract.
4. Principle country (ies) of origin of
goods/materials.
5. Estimated date (month, year) of
contract signing.
6. Estimated delivery to project ………months after signing the agreement
site/completion period.
Currency(ies) Amount(s) or %
7. Bid Price(s) (Read-out) Nepali
8. Corrections for Errors - -
9. Discounts - -
10. Other Adjustments - -
11. Proposed Award Nepali
12. Disbursement Category

32
ANNEXES

Annex I Copy of No Objection letter on DPR and Bidding Document


Annex II Copy of Bid Invitation Notice (Cutting of Newspaper)
Annex III Copy of Bid Document Selling Records
Annex IV Copy of Pre-Bid Meeting Minutes
Annex V Clarification
Annex VI Addendum Notice
Annex VII Bid Registration Records
Annex VIII Record of e-bid submission downloaded (No. of e-submitted bids , withdrawals , modification and substitution)
Annex IX Withdrawals
Annex X Modifications/ Substitutions
Annex XI Copy of Bid Opening Muchulka (Minute) with Checklists
Annex XII Comparative Chart
Annex XIII Calculation of Net worth
Annex XIV Calculation of Turnover
Annex XV Copy of experience certificates
Annex XVI Copies of Documents received from lowest evaluated substantially responsive bidder
i. Power of Attorney & others
ii Bid Form
iii Tax clearance certificate
iv Bid Securities and Line of Credit

Annex XVII Minute of Bid Evaluation Committee

33
Annex I Copy of No objection letter on DPR and Bidding Document
[insert copy of invitation for bid notice]

Annex II Copy of bid invitation notice


[insert copy of invitation for bid notice]

Annex III Copy of Bid document selling record


[Insert Copy of Bid document selling record]

Annex IV Copy of Pre-Bid Meeting Minutes

[………..Insert Name and address of Public Entity]

Pre-bid meeting Minute

Pre-bid meeting is held on …[insert date] at …[insert time] (Nepal Standard time) in the office of ………….[Insert Name and address of Public
Entity], Nepal in the presence of bidder's representatives regarding the invitation for bids published in the daily [Insert the name of newspaper] on
………..[Insert date of publication] for the Procurement of ……..[Insert name of the procurement] IFB No: ….. [Insert IFB No.].

Attendees of the meeting

34
ON BEHALF OF ………….[Insert Name and address of Public Entity],
Name of Staff Office Designation Signature

ON BEHALF OF THE BIDDERS


Representative’s Minutes:
Name of Firm Address Designation Signature
Name
1. Mr.
…………
[insert
designation
and name of
the
coordinator of
the meeting] welcomed all of the attendees of the meeting.

2. Furthermore, Mr. ………….. described on the code of conduct of the attendees during the meeting and requested to the bidder to study the
bidding document carefully and explained on the things to be considered to submit the responsive bid.

3. [List, if there are any questions from the bidder without specifying the name and address of the bidder. Do not respond the questions in the
meeting, but prepare the response from the public entity in the clarification format and if there are things to be amended, prepare Addendum
notice also and send in writing to all of the bidders who purchased the bidding document. You can also send them by email and post in the
website. You have to attach such clarification and addendum notice to the unsold bid document and you have to hand over such clarification
and addendum notice preparing their "Bharpai" in case you sell the bid document after you have provided the clarification and Addendum
notice.]

35
Annex V Clarifications

………….[Insert Name and address of Public Entity]

Clarifications on the queries from the prospective bidders


Clarification No. …[Insert 1 for first clarification and in case clarifications are provided more than one time increase the number of clarification]

This is to notify that the ……………. [Insert Name of Public Entity] has issued following clarifications on the queries from the prospective Bidders
on the Bidding Documents regarding invitation for bids published in the daily [Insert the name of newspaper] on ………..[Insert date of
publication] for the Procurement of ……..[Insert name of the procurement] IFB No: ….. [Insert IFB No.]:

Bidding Document Reference


Sl. Headin Page Bidders's Questions Clarifications
Section. Line No
No g No
1 [List here bidder's [Insert response from the Public Entity on the
queries without query raised by the bidder one by one, in case
specifying the name and of any corrections in the bidding document,
address of the bidder, one write in this row "please refer to Addendum
by one] Notice No 1" [may be 2 or 3 if Addendum
Notice is provided more than one time ]
2
3

36
Annex VI Addendum Notice

………….Name and address of Public Entity

Addendum Notice No. … [Insert addendum number]

This is to notify that the ……………. [Insert Name of Public Entity] has made the following amendments to the bidding document relating with the
Invitation for Bids published in the daily [Insert the name of newspaper] on ………..[Insert date of publication] for the Procurement of ……..[Insert
name of the procurement] IFB No: ….. [Insert IFB No.]. All other terms and conditions will remain unchanged:
[Example]
1. Section…Heading …., Page No..., Clause No.../Paragrah No…., Line No…..

[The word "……." After "…….." has been replaced as the word " ……." ]

2. Section… [Insert Section Number of the bidding document], Heading….Page No., Clause No./Paragrah No., Line No.

[The word "……." After the word "…….." has been deleted. ]

3. Section… [Insert Section Number of the bidding document], Heading Page No., Clause No./Paragrah No., Line No.

[The Sentence "……." After the word "…….." has been inserted. ]
4. Section… [Insert Section Number of the bidding document], Heading Page No., Clause No./Paragrah No., Line No.

[The Sentence "……." After the word "…….." has been deleted ]

37
Annex VII Bid Registration Record
[Insert Copy of Bid Registration Record]

Annex VIII Responses on e-bidding


[Insert Copy of Responses on e-bidding downloaded from www.bolpatra.gov.np, no. of e-submitted bids, withdrawals, modifications and
substitutions]

Annex IX Withdrawals
[Insert Copy of Withdrawals applications submitted by the bidder]

Annex X Modifications/Substitutions
[Insert Copy of modification/substitutions letter submitted by the bidder]

Annex XI Copy of Bid Opening Muchulka (minute) and Copy of Bid Opening Checklists

BID OPENING MINUTE

Public bid opening is held on (insert the date) at (insert the time) hours (Nepal Standard time) in the (insert the venue), in the presence of bidder's representatives for the bids
submitted for the Procurement of (insert the name of works) Under Contract ID: ----------------------------------, issued as per the notice published on ( insert the date and
newspaper):

ON BEHALF OF Office
Name of Staff Ministry/Department Designation Signature

38
REPRESENTATIVES FROM OTHER OFFICES:

ON BEHALF OF BIDDERS
Name of Firm Nationality Representative’s Name Designation Signature

Number of Bid Documents Sold:


Electronically Purchase:
Hard Copies sold:
Total

Number of sealed applications for the withdrawal of bid within deadline for bid submission:

Electronically:
Hard Copies:
Total

Firstly, sealed envelopes marked “WITHDRAWAL” is opened and read out as follows:

Name of Bidder Nationality Withdrawal The The application is This Any Signed or initialed
request envelope is duly signed by an authorization interlineations, by the person
electronically sealed and authorized letter is erasures, or signing the bid on
or hard copy marked as representative attached with overwriting in the the interlineations,

39
application. If yes erasures, or
required the application
describe overwriting

Number of sealed applications for the Substitution of bid within deadline for bid submission:

Electronically:
Hard Copies:
Total

Next, envelopes marked “SUBSTITUTION” is opened and read out as follows:

Any Signed or initialed


The The
Substitution The application is interlineations, by the person
envelope is authorization
request duly signed by an erasures, or signing the bid on
Name of Bidder Nationality sealed and letter is attached
electronically authorized overwriting in the the interlineations,
marked as with the
or hard copy representative application. If yes erasures, or
required application
describe overwriting

Number of sealed applications for the modification of bid within deadline for bid submission:

Electronically:
Hard Copies:
Total

Next, envelopes marked “MODIFICATION” is opened and read out as follows:

Description of Signed or
The Any
Modification The initialed by the
Modification envelope The application interlineations,
authorization person signing
request is sealed is duly signed by erasures, or
Name of Bidder Nationality letter is the bid on the
electronically and an authorized overwriting in
attached with interlineations,
or hard copy marked as representative the application. If
the application erasures, or
required yes describe
overwriting

40
Number of Bids submitted within deadline for bid submission:

Electronically Submission:
Hard Copies Submission:
Total

Following are the erasures and overwriting in the BOQ of …………………………………………….


BOQ SN Rates erased ( NRs. ) Rate overwritten ( NRs. )

Responses on e-bidding is attached herewith.

41
Bid Opening Checklist
Name of the Sub-project: (Insert the name of the Roads and works)
Contract Reference: ----------------------------
Bid Opening Date: Time:

Name of Bidder:- …………………………………………………….

(a) Bid registration number and date?


(b) Is the outer envelope of the bid sealed?
(c) Is the bid form completed and signed?

(d) Bid validity period:-

(e) Bid Amount Quoted in Bid Forms?

(f) Is the documentary authority for signing enclosed?

(g) Bid security amount in form of Cash Voucher or Guarantee:-


(h) Amount of bid security: -
(i) Bid security validity period:-
(j) Bid Security guarantee Issuing Bank’s Name and Date:-
(k) Describe any “Substitution,” “Withdrawal,” or “Modification” submitted:
(l) Describe any alternative bid made:-
(m) Describe any discounts or modifications offered:-
(n) Provide any additional comments:-
(o) Name of the bidder or representative present:-
(p) Total bid price in BOQ:

Name of the Representative from other Bidders


Bidders Name Firms/ Suppliers Mobile No. Signature

M/S

Name of the Representative:-

Signature of bidder/ Representative:-

Contac No.:-
E-mail:-
Date:-

Signature of responsible official:

42
Name:- Date:

Annex XII Comparative Chart


[Insert Comparative Chart]

Annex XIII Net worth calculation


[Insert Copy of Net worth calculation sheet]

Annex XIV Turnover calculation


[Insert Copy of Turn over calculation sheet]

Annex XV Copy of Experience Certificates


[Insert Copy of Experience Certificates submitted by the bidder]

Annex XVI Copies of Documents received from lowest evaluated substantially


responsive bidder.
[Insert Copy of Power of Attorney & others, Bid Form, Tax Clearance certificate, Bid Securities
and Line of Credit]

Annex XVII Minute of Bid Evaluation Committee


[Insert Copy of Minute of bid evaluation committee]

43

You might also like