Professional Documents
Culture Documents
Government of Nepal: Infrastructure Development Office, Pyuthan
Government of Nepal: Infrastructure Development Office, Pyuthan
1.1 General
Bids for Construction of Lungri Khola Motorable Bridge at Koiralakharka, Rolpa, IFB No.
IDO/PYU/ROL/W/MB/NCB/03/075-76 were invited through a public notice on 14-07-2019 12:00 hours with
submission date of 16-08-2019 12:00 hours under NCB Competitive Bidding with Single Stage Two Envelope
Procedures. The date and time for the submission of bids were not required to be extended and the receiving of
bids was closed at 16-08-2019 12:00 hours as scheduled in the Invitation for Bids.
1.2 Submission of Bids
The following sole and joint venture associations of the contractors submitted their bids within the bid
submission deadline as stated in 1.1 above
SN Bidder Name
1 Bhairab-Hilltop J/V
Technical Bids were opened as specified in the bidding documents at 16-08-2019 13:00 hours by the Bid
Opening Committee in the presence of representatives of bidders who choose to attend the bid opening. The
bidders' names, withdrawal/modification/substitutions, alternative proposals, the presence or absence bid
security and Price Bid were announced and recorded. Letter of Technical Bids were initialed by representatives
of the Employer attending the opening. The Record of Technical Bid Opening was prepared soon after the bids
were announced and a copy of the Record of Bid Opening is forwarded to the ADB. A copy of the Technical
Bid Opening is attached as Appendix -A.
1.4 Bid Evaluation Committee
3 Birendra Kandel
2.Bid Evaluation
The detail criteria for the bid evaluation are listed in Appendix B .
The following technical bids are considered for evaluation of the technical bids.
SN Bidder Name
1 Bhairab-Hilltop J/V
As per approved criterions following bidders have complied with all the requirements of eligibility test
2 Bhairab-Hilltop J/V
As per approved criterions following bidders have complied with all the requirements of completeness test
2 Bhairab-Hilltop J/V ok
As per approved criterions following bidders have complied with all the requirements of technical test
2 Bhairab-Hilltop J/V
As per approved criterions following bidders have complied with all the requirements of qualification test
2 JV agreement Letter in case of JV Bid Complied Argreement made on August 11, 2019 by
Suresh Lal Shrestha of the Bhairab
Construction and Kishan Shrestha of the
Hilltop Construction.
3 Bid Security Complied Bid Bond Gurantee Number NB:001:BB:
50655/19 , issued by Corporate Branch of
the Nepal Bangladesh Bank dated on
August 14, 2019 and the Gurantee is also
verified by Corporate branch of the Nepal
Bangladesh Bank.
4 Power of Attorney Complied Power of attorney is given to the Director
of the Bhairab Construction Company
Suresh Lal Shrestha by Managing Director
Gopal Shrestha of the Bhairab
Construction Company, Dated on February
5, 2019
5 Letter of Technical Bid Complied Dated on August 15, 2019 and signed by
Authorized Representative of the Bhairab-
Hilltop J.V. Suresh Lal Shrestha.
14 Tax Clearance of latest F/Y Complied For Bhairab Construction ; tax clearance
letter is submitted (ref. number 5975 dated
on 2075/10/03 issued by inland revenue
office, balaju)
2075/6/19.
Anshu Nirman Sewa ;33/060/61 issued by
Gharelu tatha sana udhyog bibhag dated on
2060/8/21.
Rajbir Nirman Sewa ; Gharelu tatha sana
udhyog bibhag ref number 2/073/74 date
on 2073/6/10.
Rajbir Nirman Sewa Pvt. Ltd. ref number
11/057/58 dated on 2058/2/16 issued by
office of the district development
Committee, Rolpa
8 Other Eligibility : Tax Clearance Complied Asiatic FY 2074/75 , ref number 3552
Certificate/Tax return submission dated 2075/7/4 issued by inland revenue
evidence/evidence of time extension for office, Butawal.
the F/Y (Only for domestic bidders) Anshu FY 2074/75 , ref number 17142
dated on 2075/10/9 issued by inland
revenue office, Dang.
Rajbir Nirman Sewa , re number 984
dated on 2075/4/17 issued by inland
revenue office, Dang.
9 Other Eligibility : VAT and PAN Complied Asiatic Engineers and Builders, Pan
Registration certificate (only for Number 300211892 issued on 2058/5/18
domestic bidders) issued by inland revenue office, Butawal,
Vat registration 2057/8/14.
Anshu Nirman Sewa, Pan number
301540366 issued on 2060/9/10 issued by
inland revenue office dang, Vat
registration date 2063/4/25.
Rajbir Nirman Sewa Pvt. Ltd. Pan number
604328128 issued by inland revenue
office, dang on 2073/6/9 and Vat
registration Date 2073/6/9.
14 Tax Clearance of latest F/Y Complied Asiatic FY 2074/75 , ref number 3552
dated 2075/7/4 issued by inland revenue
office, Butawal.
Anshu FY 2074/75 , ref number 17142
dated on 2075/10/9 issued by inland
revenue office, Dang.
Rajbir Nirman Sewa , re number 984
dated on 2075/4/17 issued by inland
revenue office, Dang.
Butawal.
NA
3. Technical Evaluation Committee's final Recommendation
Based on above evaluation, the technical evaluation committee recommends the followings
Average Annual Construction Turnover of Hilltop Construction Concern doesn't meet the requirement set in the Section
III Evaluation and Qualification Criteria. So Bhairab-Hilltop J/V Nayabazar, Kathmandu is found to be nonresponsive.
Asiatic-Rajbir-Anshu JV meets all criteria set in the Section III Eligibility and Qualification Criteria. So Asiatic-Rajbir-
Anshu JV is found to be responsive and recommended for the financial opening of Asiatic-Rajbir-Anshu JV.
Appendix A
Bid Opening Report
Scanned by CamScanner
Scanned by CamScanner
Appendix B
Detail Technical Evaluation Criteria
Test of Eligibility:
SN Sub-Criteria Description
9 Other Eligibility : VAT and PAN VAT and PAN Registration certificate (only for domestic bidders)
Registration certificate (only for Single Entity must meet requirement.
domestic bidders) In case of joint ventures
All Partners Combined not applicable.
Each Partner must meet requirement.
One Partner not applicable.
Documents Submission Requirements: Document attachment.
10 Other Eligibility : Additional Additional requirements
requirements Single Entity must meet requirement.
In case of joint ventures
All Partners Combined not applicable.
Each Partner must meet requirement.
One Partner not applicable.
Documents Submission Requirements: Document attachment.
11 Corruption Charges If Case Filed and Pending Please choose Non-Complied
Completeness Test:
SN Sub-Criteria Description
Technical Test:
SN Sub-Criteria Description
1 Adequacy of Technical Proposal Evaluation of the Bidder's Technical Proposal will include an assessment of
the Bidder's technical capacity, to mobilize key equipment and personnel for
the contract consistent with its proposal regarding work methods, scheduling,
and material sourcing in sufficient detail and fully in accordance with the
requirements stipulated in Section VI (Works Requirements).
2 Multiple Contracts Pursuant to Sub-Clause 35.4 of the Instructions to Bidders, if Works are
grouped in multiple contracts, evaluation will be as follows:
3 Personnel Personnel
4 Equipment Equipment
Qualification Test:
SN Sub-Criteria Description
1 General Construction Experience Experience under construction contracts in the role of contractor,
subcontractor, or management contractor for at least the last (1) 5 (Five)
years prior to the applications submission deadline.
For Single Entity : Must meet requirement
For joint Venture : Each Partner Must meet requirement. All partner
combined and one partner not applicable.
Documents Submission Requirements : Form EXP - 1
Note:
(1) Insert number of years in words and figures. The time period is normally
5 years or more, but may be reduced to not less than 3 years, according to the
nature of works.
2 Contracts of Similar Size and Participation as Prime contractor, management contractor, or subcontractor,
Nature in at least (2) two (RCC Motorable Bridge with minimum length 50m)
Contracts within the last ten (10) years, each with a value of at least NRs (3)
46,500,000.00 that have been successfully or are substantially completed and
that are similar to the proposed works. The similarity shall be based on the
physical size, complexity, methods, technology or other characteristics as
described in Section VI, Works Requirements.
Only the net amount shall be calculated after deducting the amount for VAT
and such amount shall be adjusted to present value by applying wholesale
price index of Nepal Rastra Bank.
For Single Entity : Must meet requirement
For joint Venture : All partners combined, must meet requirement. Each
partner and one partner not applicable.
Documents Submission Requirements : Form EXP - 2(a)
Note:
(2) Insert number of contracts, the range should be one to two, depending on
the size and complexity of the subject contract, the exposure of the risk to the
Employer by contractor’s default.
(3) Insert amount in Nepalese rupees, which is usually 80% of the estimated
value of the subject contract.
3 Construction Experience in Key For the above or other contracts executed during the period stipulated in 2.4.2
Activities (a) above, a minimum construction experience in the following key activities
: Not Applicable
For Single Entity : Must meet all requirement
For joint Venture : All partners combined must meet all requirements. Each
Partner not applicable. One partner not applicable.
Documents Submission Requirements : Form EXP - 2(b)
List the production rate(s) for the key activity (ies) in the subject contract.
The rates should be about 80% of the estimated production rates of the key
activity(ies) in the subject contract as needed to meet the expected
construction schedule with due allowance for adverse climatic conditions.
4 Historical Financial Performance Submission of audited balance sheets and income statements, for the last (1)
5 years to demonstrate the current soundness of the Bidder's financial
position. As a
minimum, a Bidder's net worth calculated as the difference between total
assets and total liabilities should be positive.
Note:
(1) The financial information provided by a Bidder should be reviewed in its
entirety to allow a truly informed judgment, and the pass-fail decision on the
financial position of the Bidder should be given on this basis. Balance sheet
SN Sub-Criteria Description
4 Historical Financial Performance of the past three to five years period which shall be decided according to the
nature of the work.
For Single Entity : Must meet requirement
For joint Venture : Each partner Must meet requirement. All partner
combined and one partner -> not applicable.
Documents Submission Requirements : Form FIN - 1 with attachments
5 Average Annual Construction Minimum average annual construction turnover of NRs (2) 44,000,000.00,
Turnover calculated as total certified payments received for construction contracts in
progress or
completed, within best three years out of last ten years.
Only the net amount shall be calculated after deducting the amount for VAT
and such amount shall be adjusted wholesale price index of Nepal Rastra
Bank.
For Single Entity : Must meet requirement
For joint Venture : All combined partner Must meet requirements, Each
partner Must meet 3 of the requirement, One partner must meet 4 of the
requirements.
Documents Submission Requirements : Form FIN -2
Note:
(2) The amount stated should normally not be less than 1.5 x V/T, the
estimated annual turnover in the subject contract based on a straight-line
projection of the Employer's estimated cost (V), over the contract duration
(T) in year. Contract duration less than one year shall be considered one year.
The multiplier of 1.5 may be reduced up to1 (one) in accordance with the
size, nature and complexity of contracts.
(3) Usually not less than 25 %
(4) Usually not less than 40 %
6 Financial Resources Using Forms FIN - 3 in Section IV (Bidding Forms) the Bidder must
demonstrate access to, or availability of, financial resources in the form of
"Lines of Credit",
The following cash - flow requirement, (5) NRs. 9,700,000.00
For Single Entity : Must meet requirement
For joint Venture : All partners combined Must meet requirements, Each
partner Must meet (6) of the requirement, One partner must meet (7) of the
requirements.
Documents Submission Requirements : Form FIN - 3
Note:
(5) Construction cash flow requirement for a number of months (to the
nearest half-month), determined as the total time needed by the Employer to
pay a contractor's invoice, allowing for (a) the actual time consumed for
construction, from the beginning of the month invoiced, (b) the time needed
by the Project Manager to issue the monthly payment certificate, (c) the time
needed by the Employer to pay the amount certified, and (d) a contingency
period of one month to allow for unforeseen delays. The total period should
not exceed six months. The assessment of the monthly amount should be
based on a straight-line projection of the estimated cash flow requirement
over the particular contract period, neglecting the effect of any advance
payment and retention monies, but including contingency allowances in the
estimated contract cost.
(6) Usually not less than 25 %
(7) Usually not less than 40 %
7 Required Bid Capacity The bidding capacity of the bidder should be equal to or more than the NRs
(2a)