Download as pdf or txt
Download as pdf or txt
You are on page 1of 4

REQUEST FOR CIVIL WORKS BIDS

for

ALL LOTS of the

REHABILITATION OF THE M1 ROAD IN FOUR SECTIONS

TENDERS NUMBERS: RA/DEV/2020-21/01; 02; 03; AND 04

ADDENDUM/CLARIFICATION #3

Date of issue: 26th April 2021


By: THE CHIEF EXECUTIVE OFFICER, THE ROADS
AUTHORITY OF MALAWI

To: ALL INTERESTED BIDDERS


ADDENDUM #3 to the Bidding Documents for ALL LOTS
The following requests for clarification have been received and are listed below together with
the relevant clarification:

1. Request for Clarification No. 1 In the first paragraph of the main context of the
COVENANT OF INTEGRITY in Section IV - Bidding Forms in both LOT2 and LOT4,
there is a sentence incorporating as "The Consulting Services for the Supervision of
Construction of the Rehabilitation and Widening of the M1 Road in four Sections
between Lilongwe and Chiweta" (the "Contract") ; shall we delete it and insert the exact
name of the project which we are bidding for?

Response No 1.
1 A LOT 1 Volume 1

The Section IV – Bidding forms includes The Covenant of Integrity. In paragraph 1,


line 5 of this Covenant,
DELETE the words “ The Consulting Services for the Supervision of Construction of
the Rehabilitation and Widening of the M1 Road in four Sections between Lilongwe
and Chiweta”

REPLACE with the words


“ The Construction Works for the Rehabilitation and Widening of the (M1) Road from
Kamuzu International Airport (KIA) Turn-Off to Kasungu being LOT 1 of the four LOTS
comprising the entire project".

1 B LOT 2 Volume 1
The Section IV – Bidding forms includes The Covenant of Integrity. In paragraph 1,
line 5 of this Covenant,

DELETE the words “ The Consulting Services for the Supervision of Construction of
the Rehabilitation and Widening of the M1 Road in four Sections between Lilongwe
and Chiweta”

REPLACE with the words


“The Construction Works for the Rehabilitation and Widening of the (M1) Road from
Kasungu to Jenda being LOT 2 of the four LOTS comprising the entire project”

1 C LOT 3 Volume 1
The Section IV – Bidding forms includes The Covenant of Integrity. In paragraph 1,
line 5 of this Covenant,

DELETE the words “ The Consulting Services for the Supervision of Construction of
the Rehabilitation and Widening of the M1 Road in four Sections between Lilongwe
and Chiweta”

REPLACE with the words


“The Construction Works for the Rehabilitation and Widening of the (M1) Road from
Jenda to the Mzimba turn off (46.74km) being LOT 3 of the four LOTS comprising the
entire project”
2 D LOT 4 Volume 1

The Section IV – Bidding forms includes The Covenant of Integrity. In paragraph 1,


line 5 of this Covenant,

DELETE the words “ The Consulting Services for the Supervision of Construction of
the Rehabilitation and Widening of the M1 Road in four Sections between Lilongwe
and Chiweta”

REPLACE with the words


“ The Construction Works for the Rehabilitation and Widening of the (M1) Road from
Kacheche to Chiweta being LOT 4 of the four LOTS comprising the entire project”

2. Request for Clarification No. 2 . We are in confusion with which currency we should
use to complete the bidding forms for both LOT2 and LOT4, as USD currency are
stated in seven tables / formats furnished from the bidding document which are listed
as follows:

Form EXP - 2.4.2(a), Form EXP - 2.4.2(b), Form EXP - 2.4.2(b)(cont.), Form EXP -
2.4.2(c),Form FIN - 3.1, Form CCC, and Form CON - 2.
In this case, shall we replace the currency USD into EURO?

Response No 2. ALL LOTS

The currency of the Bid is to be EURO.

The sections referred to in the Request for Clarification are in Volumes 1 of the Bidding
Documents for ALL LOTS. They require the Bidder to provide historic information that
relates to the bidders' qualification specifically in specific experience, specific
experience in key activities, and specific experience in managing ES aspects.

That financial information can be provided in USD or EURO, but must fulfil the
requirements of the Evaluation and Qualification Criteria as set out in Volumes 1
Section III, Evaluation and Qualification Criteria

3. Request for Clarification No. 3. .There are two same sentences stated in the Table
of the Form CON - 2 for both LOT2 and LOT4, i.e. ,‘Contract non-performance did not
occur during the stipulated period, in accordance with Sub-Factor 2.2.1 of Section III,
Evaluation and Qualification Criteria. Contract non-performance during the stipulated
period, in accordance with Sub-Factor 2.2.1 of Section III, Evaluation and Qualification
Criteria’. In this case, shall we regard it as a redundant sentence and delete one of
them accordingly?

Response No 3. ALL LOTS

The sentences are not the same, and neither Sentence is redundant. The intention is
that the Bidder indicates either that they do not have any Contract Non-Performance,
or that there was Contract Non-Performance, and it is listed in the table below.
For further clarification:

In ALL LOTS Volume 1 Section IV Bidding Forms, Form CON – 2:

In the second box of the table, DELETE the words:

“Contract non-performance did not occur during the stipulated period, in accordance
with Sub-Factor 2.2.1 of Section III, Evaluation and Qualification Criteria. Contract non-
performance during the stipulated period, in accordance with Sub-Factor 2.2.1 of
Section III, Evaluation and Qualification Criteria.”

REPLACE with the words:

“EITHER Contract non-performance did not occur during the stipulated period, in
accordance with Sub-Factor 2.2.1 of Section III, Evaluation and Qualification Criteria.

OR Contract non-performance during the stipulated period, in accordance with Sub-


Factor 2.2.1 of Section III, Evaluation and Qualification Criteria is listed in the table
below.

(Delete as appropriate.)

4. Request for Clarification No. 4 From the requirements, it needs double and single
seal activities, that is behindhand skills, we don't have the experience, but We have so
much asphalt concrete experience, is it allowed to bid ?

Response No 4.
The Qualification Requirements for both Single Entity Bidders, and Joint Venture
Consortium or Association (JVCA) Bidders are set out in Volume 1 Section III Eligibility
and Qualification Criteria. The Requirements must be met by Bidders in order to
Qualify.

Chief Executive Officer


Roads Authority of Malawi
Functional Building
Paul Kagame Road
Lilongwe, Malawi
Email: ipc@ra.org.mw / mmalinda@ra.org.mw
Website: www.ra.org.mw

You might also like