Professional Documents
Culture Documents
BER Lohare Khola
BER Lohare Khola
BER Lohare Khola
MAY, 2017
2
Bid Evaluation Report
[August,2016
3
1. INTRODUCTION
1.1 General
Bids for Construction of Lohare Khola Motorable RCC Bridge on Naumule – Baluwatar -
Dwari Road, at Rapat, Naumule Contract Package No- LRBP/DCC-DAILEKH /W/NCB
/LOHRE /BDE-01/073-74, was invited through a public notice in the Nepali National Daily
“Nagarik Dainik” on 27th April, 2017 with Bid submission date of 28th May, 2017 under
the single stage two Envelope bidding procedure under National Competitive Bidding
(NCB) with Post Qualification Procedures and uploaded on bolpatra.gov.np/egp for those
bidder who option for E-bid. Copies of the notice published in the newspaper are included
in Appendix-A. A Pre-bid meeting was held in District Co-ordination Committee, Dailekh
on 17th May, 2017 at 13:00 P.M. The minutes of the pre-bid meeting were prepared. A
copy of the pre-bid meeting is included in the Appendix-B
1.2 Submission of Bids
The date and time for the submission of bids was on 28th May, 2017 at 12:00 Hours at
District Co-ordination Committee, Dailekh. Out of Three prospective bidders who
purchased the bidding documents, all the three Bidders individual and joint venture
associations of the bidders submitted their bids whereas M/S Surya Construction Pvt..Ltd,
Birendranagar, Surkhet has withdrawn his bid through E-bid. The copy of withdrawal letter
through E-Bid is attached in Appendix C. The copy of Purchased bid and Submission of
Bids is attached in Appendix D.
Bidders Remarks
No. Name
1 M/S Surya Construction Pvt..Ltd, Surkhet E-Bidding
M/S Sapana Nirman Sewa Pvt. Ltd., Hetauda, Hard Copy
2 Makawanpur
3 M/S Civil Nirman Sewa, Dailekh Hard Copy
M/S Galwa Nirman Sewa, Kathmandu - Nanjila Hard Copy
4 &Aakansha Construction Pvt. Ltd J/V, Surkhet
Bids (Technical Proposals) were opened as specified in the bidding documents at 1:00 P.M.
on 28th May, 2017 (2074/02/14) at District Co-ordination Committee by the Bid Opening
Committee in the presence of representatives of bidders, who choose to attend the bid
opening. The bidders' names, the presence or absence of bid security and its amount were
announced and recorded. The record of bid opening was prepared soon after the bids were
announced. A copy of the same is attached as Appendix -E.
1.4 Basic Data
Basic information pertaining to the bidding is summarized and attached as Appendix -F.
1
1.5 Bid Evaluation Committee
The Technical evaluation of Technical bids was carried out by the Bid Evaluation
Committee which consisted of the following members:
(i) Er. Megh Raj Gyawali, CDE, District Technical Office, Dailekh (Chairperson)
(ii) Mrs. Sabitra Subedi, Account Officer, DCC, Dailekh (Member)
(iii) Mr. Padam Sapkota, Program Officer, DCC, Dailekh (Member Secretary)
The bids (Technical Proposal) submitted were first examined to check whether the bidders
had submitted all the documents and information required by the bidding documents. The
areas covered by the examination were:
I. Technical and Financial Proposals separately enclosed in two envelope;
II. Bid Security;
III. Joint Venture Agreement, if required;
IV. Propriety of Signature and Power of Attorney;
V. Completeness;
VI. Documents establishing the eligibility of bidders and goods; and
VII. Documents required for assessing the post-qualification of bidders.
M/S Surya Construction Pvt. Ltd, Birendranagar, Surkhet has withdrawn his bid through E-bid.
M/S Civil Nirman Sewa, Dailekh has submitted his bids (Technical and Financial Proposals) in
single envelope without separately enclosing in two envelopes, moreover the firm has not
submitted Bid Security as required mandatory in bid document and the firm’s bid document
was not signed. Only the two Bidders M/S Sapana Nirman Sewa Pvt. Ltd., Makawanpur and
M/S Galwa Nirman sewa Pvt. Ltd – M/S Nanjila & Aakansha Construction Pvt. Ltd. J/V,
Surkhet had submitted all documents and information required by the bidding documents.
2.2 Propriety of Signature and Power of Attorney.
Bid documents of a two bidders M/S Sapana Nirman Sewa Pvt. Ltd., Makawanpur and M/S
Galwa Nirman sewa - M/S Nanjila & Aakansha Construction Pvt. Ltd. J/V, Surkhet were
satisfactory in this aspect as all bid documents were signed properly as per the instructions to
Bidders and all corrections were initialed by the authorized person.
M/S Surya Construction Pvt. Ltd, Birendranagar, Surkhet has withdrawn his bid through E-bid.
M/S Civil Nirman Sewa, Dailekh has submitted his bids (Technical and Financial Proposals) in
single envelope without separately enclosing in two envelopes, moreover the firm has not
submitted Bid Security as required mandatory in bid document and the firm’s bid document
was not signed. So these two Bidders M/S Surya Construction Pvt. Ltd, Birendranagar, Surkhet
2
and M/S Civil Nirman Sewa, Dailekh are consider as non Responsive Bidder. M/S Sapana
Nirman Sewa Pvt. Ltd., Makawanpur and M/S Galwa Nirman sewa - Nanjila & Aakansha
Construction Pvt. Ltd. J/V, Surkhet had submitted all documents and information required by
the bidding documents. For the determination of the Eligibility and Qualification requirement
of the Bidders, examination of the given information was done and two bids were substantially
responsive. Examination of Responsiveness of received bids is given in Appendix-I. The Copy
of Bid Security is attached in Appendix-J
Technical Proposals of only the two Bidders M/S Sapana Nirman Sewa Pvt. Ltd., Makawanpur
and M/S Galwa Nirman sewa - Nanjila & Aakansha Construction Pvt. Ltd. J/V, Surkhet were
examined for meeting the minimum qualifications and evaluation criteria requirement
mentioned below:
4.2 Qualification criteria:
All bidders were required to provide their qualification information along with the bid
submission in section III of the bid document. The minimum qualifying criteria are as follows.
1.1 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 V (Works
Requirements).
3
1.6 Eligibility
Conflict of Interest
No conflicts of must meet existing or must meet not applicable Letter of Bid
interest in requirement intended JV requirement
accordance with must meet
ITB Sub-Clause requirement
4.3.
Government-owned Entity
Bidder required must meet existing or must meet not applicable Forms ELI - 1,
tomeet requirement intended JV requirement ELI - 2, with
conditions of must meet attachments
ITB Sub-Clause requirement
4.5.
UN Eligibility
Not having been declared must meet existing or must meet not Letter
ineligible based on a requirement intended JV must requirement applicable of Bid
United Nations resolution meet requirement
or Employer's country law,
as described in ITB Sub-
Clause 4.8.
Other Eligibility
Firm Registration Certificate must meet not must meet not Document
requirement applicable requirement applicable attachment
VAT and PAN Registration must meet not must meet not Document
certificate (only for domestic requirement applicable requirement applicable attachment
bidders)
4
Tax Clearance Certificate/Tax must meet not must meet not Document
return submission requirement applicable requirement applicable attachment
evidence/evidence of time
extension for the F/Y
2072/073 (only for domestic
bidders)
a. Pending Litigation
Pending Litigation
All pending litigation must meet not applicable must meet not Form LIT – 1
shall be treated as requirement requirement by applicable
resolved against the by itself or as itself or as
Bidder and so shall in partner to past partner to past or
total not represent or existing JV existing JV
more than 50%
percent of the
Bidder's net worth.
Submission of audited must meet not applicable must meet not Form FIN - 1
balance sheets and income requirement requirement applicable with
statements, for the last 5 attachments
years to demonstrate the
current soundness of the
5
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.
Minimum average annual must meet must meet must meet must meet Form FIN -2
construction turnover of NRS requirement requirement 25% 40%
NRs 37,500,000.00 (excluding
of the of the
VAT), calculated as total
requirement requirement
certified payments received for
construction contracts in
progress or completed, within
best three years out of last ten
years.
Financial Resources
Using Forms FIN - 3 and FIN - must meet must meet must meet must meet Form FIN -
4 in Section IV (Bidding requirement requirement 25% 40% 3 and Form
Forms) the Bidder must FIN - 4
of the of the
demonstrate access to, or
requirement requirement
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 :
The following cash-flow
requirement NRs
8,000,000.00
1.9 Experience
Experience under must meet not applicable must meet not Form EXP - 1
6
construction contracts in requirement requirement applicable
the role of contractor,
subcontractor, or
management contractor for
at least the last five (5)
years prior to the
applications submission
deadline.
Participation as Prime must meet must meet Each not Form EXP -
contractor, management requirement requirement partners of applicable 1
contractor, or subcontractor, in the JV shall
at least two (2) nos. motorable have
bridges with span length completed at
equal or more than 20 m least 1
contracts within the last ten (10) number of
years, each with a value of at motorable
least NRS 2,35,00,000.00 that bridge with
have been successfully or are span length
substantially completed and more than or
that are similar to the proposed equal to 20
works. The similarity shall be m.
based on the physical size,
complexity, methods,
technology or other
characteristics as described in
Section V, Works
Requirements.
For the above or other contracts must meet all must meet all not not Form
executed during the period stipulated requirements requirements applicable applicable EXP -
in 2.4.2(a) above, a minimum 2(b)
construction experience in the
following key activities :
1.10 Personnel
The Bidder must demonstrate that it has the personnel for the key positions that meet the following
7
requirements:
2. Lab Technician - 3 1
1.11 Equipment
The Bidder must demonstrate that it has the key equipment listed hereafter:
1. Excavator 1
4. Truck/Tripper 1
1.
2.
ii. For the equipments to be leased/hired
8
5.0 Qualification Evaluation
Technical Proposals of only the two Bidders M/S Sapana Nirman Sewa Pvt. Ltd.,
Makawanpur and M/S Galwa Nirman sewa - Nanjila & Aakansha Construction Pvt. Ltd.
J/V, Surkhet were examined for meeting the minimum qualifications and evaluation criteria
requirement mentioned above.
Qualification Evaluation of the Technical Proposal (Bid) of M/S Sapana Nirman Sewa Pvt.
Ltd., Makawanpur
5.1 Eligibility
Criteria Documents
Submission
Requirement Single Entity
Requirements
Conflict of Interest
No conflicts of interest in accordance with ITB Has meet Okey
Sub-Clause 4.3. requirement
Government-owned Entity
Bidder required to meet conditions of ITB Sub- Has meet Okey
Clause 4.5. requirement
UN Eligibility
Not having been declared ineligible based on a Has meet Okey
United Nations resolution or Employer's requirement
country law, as described in ITB Sub-Clause
4.8.
Other Eligibility
Firm Registration Certificate Has meet Okey
Business Registration Certificate requirement
Has meet Okey
VAT and PAN Registration certificate (only requirement
Has meet Okey
for domestic bidders) requirement
Tax Clearance Certificate/Tax return Has meet Okey
submission evidence/evidence of time requirement
extension for the F/Y 2072/073 (only for
domestic bidders)
The Bidder Meets the Requirments
Remarks :- Okey
Criteria Documents
Documents
Criteria
Requirement Single Submission
Entity Requirements
Historical Financial Performance
Submission of audited balance sheets and Has meet The Bidder has submitted
income statements, for the last 5 years to requirement audited balance sheets
demonstrate the current soundness of the and income statements,
Bidder's financial position. As a minimum, a for the last 5 years to
Bidder's net worth calculated as the difference demonstrate the current
between total assets and total liabilities should be soundness of the Bidder's
positive. financial position.
Criteria Documents
10
Requirement Single Submission
Entity Requirements
General Construction Experience
Experience under construction contracts in the role of Has meet Okey
contractor, subcontractor, or management contractor for requirement
at least the last five (5) years prior to the applications
submission deadline.
The Bidder Meets the Requirments
Remarks :- Okey
5.6 Specific Construction Experience
Project no: - 1
Name: M/S Sapana Nirman Sewa Pvt. Ltd., Makawanpur
1. Project: Construction of Tamor River Bridge at Majhitar (Length 200m, Span No:-7)
2. Sole/JV Partner: Lama - Sapana Niman Sewa Pvt. Ltd. JV
3. Contract Id: BU-DB2/065/066
4. Starting Date: 2066/03/16
5. Completion Date: 2070/03/16
6. Completed contract Amount: NRs. 175833039.03 (Without Vat)
7. Name of Employer: GoN, DoR, Puspalal (Mid Hill) Highway Project
Project no: - 2
Above mentioned two projects are more that at least two (2) nos. motorable bridges with span length equal or
more than 20 m contracts within the last ten (10) years, each with a value of at least NRS 2,35,00,000.00 that
have been successfully or are substantially completed and that are similar to the proposed works.
5.8 Personnel
5.9 Equipment
Owned / Remarks
No. Equipment Type and Characteristics Number Provided
Hired
Owned Okey
1. Excavator 2>2
Overall Qualification Evaluation of M/S Sapana Nirman Sewa Pvt. Ltd, Makawanpur:
The bidder M/S Sapana Nirman Sewa Pvt. Ltd, Makawanpur meets all the evaluation and
qualification criteria as stated in the bid document.
12
Qualification Evaluation of the Technical Proposal (Bid) of M/S Galwa Nirman Sewa Pvt.
Ltd , Kathmandu – M/S Nanjila and Aakansha Construction Pvt. Ltd., Surkhet JV
Lead / One partner :- M/S Galwa Nirman Sewa Pvt. Ltd , Kathmandu
Each Partner:- Nanjila and Aakansha Construction Pvt. Ltd., Surkhet
5.1 Eligibility
Criteria Documents
Each Partner / One Submission
Requirement Partner and All Partners Requirements
Combined
Conflict of Interest
No conflicts of interest in accordance with ITB Have meet Okey
Sub-Clause 4.3. requirement
Government-owned Entity
Bidder required to meet conditions of ITB Sub- Have meet Okey
Clause 4.5. requirement
UN Eligibility
Not having been declared ineligible based on a Have meet Okey
United Nations resolution or Employer's requirement
country law, as described in ITB Sub-Clause
4.8.
Other Eligibility
Firm Registration Certificate Have meet Okey
Business Registration Certificate requirement
Have meet Okey
VAT and PAN Registration certificate (only requirement
Have meet Okey
for domestic bidders) requirement
Tax Clearance Certificate/Tax return Have meet Okey
submission evidence/evidence of time requirement
extension for the F/Y 2072/073 (only for
domestic bidders)
Both the Bidders Meet the Requirments
Remarks :- Okey
5.2 Pending Litigation
Criteria Documents
Documents
Criteria
Requirement Each Partner / Submission
One Partner and Requirements
All Partners
Combined
Historical Financial Performance
Submission of audited balance sheets and Have meet The Bidders have
income statements, for the last 5 years to requirement submitted audited
demonstrate the current soundness of the balance sheets and
Bidder's financial position. As a minimum, a income statements, for
Bidder's net worth calculated as the difference the last 5 years to
between total assets and total liabilities should be demonstrate the current
positive. soundness of the Bidder's
financial position.
The Combined Average Annual Construction Turnover of M/S Galwa Nirman Sewa Pvt. Ltd ,
14
Kathmandu – M/S Nanjila and Aakansha Construction Pvt. Ltd., Surkhet JV’s Combined is
NRs 56658994.40 > 37500000.00 (Without Vat)
Criteria Documents
Project no: - 1
Name: M/S Galwa Nirman Sewa Pvt. Ltd., Kathmandu
1. Project: Construction of Tarugad Bridge (length 75 m, Span No:- 3, Each Span Length
=25m)
2. Sole/JV Partner: Lama – Galwa /Surya Suruchi/Jagriti/Bajrangbali JV
15
3. Contract Id: 5/062/63
4. Starting Date: 2062/12/15
5. Completion Date: 2065/6/15
6. Completed contract Amount: NRs. 25985978.46 (Without Vat)
7. Name of Employer: GoN, DoR, Khodpe- Bhajhang Road Project, Bhajhang
Project no: - 2
Above mentioned two projects are more that at least two (2) nos. motorable bridges with span
length equal or more than 20 m contracts within the last ten (10) years, each with a value of at
least NRS 2,35,00,000.00 that have been successfully or are substantially completed and that are
similar to the proposed works.
Project no: - 1
Name: M/S Nanjila and Aakansha Construction Pvt. Ltd , Surkhet
1. Project: Construction of Bangenara Khola Bridge (length 20.5m, Span No:- 1, Span
Length =20.5m)
2. Sole/JV Partner: Dharmendra- Nanjila and Aakansha- Hamro JV
3. Contract Id: DROSKT/337157-4/071/72-159
4. Starting Date: 2072/3/2
5. Completion Date: 2073/8/12
6. Completed contract Amount: NRs. 15674655.70 (Without Vat)
7. Name of Employer: GoN, DoR, Division Road Office, Surkhet
Above Mentioned One Project is more than at least 1 number of motorable bridge with span
length more than or equal to 20 m.
16
5.8 Personnel
Owned / Remarks
No. Equipment Type and Characteristics Number Provided
Hired
Owned Okey
1. Excavator 3>2
Over all Qualification Evaluation of the Technical Proposal (Bid) of M/S Galwa Nirman Sewa
Pvt. Ltd , Kathmandu – M/S Nanjila and Aakansha Construction Pvt. Ltd., Surkhet JV meets
all the evaluation and qualification criteria as stated in the bid document.
17
5.10 Clarification of Evaluation:
All the key issues during the procurement process were diligently checked for full compliance
according to PPRR Action Plan to mitigate Procurement and Financial Management Risk of
GoN- assisted Projects and no such issues were found.
No any complaints from any bidders or any other concerned parties were received throughout
the procurement process.
6. RECOMMENDATION
The Technical Bid Evaluation Committee recommends to open the Financial proposal of
bidders M/S Sapana Nirman Sewa Pvt. Ltd, Makawanpur and M/S Galwa Nirman Sewa Pvt.
Ltd , Kathmandu – M/S Nanjila and Aakansha Construction Pvt. Ltd., Surkhet JV which are
substantially responsive bidders
18
Appendix-A: Copy of Notice of Invitation for Bid
Appendix-B: Copy of Pre-Bid Meeting
Appendix-C: Copy of Withdrawal Letter of Bid
Appendix-D: Copy of Bid Purchasers’ List and
Submission List
Appendix-E: Copy of Bid Opening Muchulka
Appendix-F: Basic Data Sheet
1. Project Title:Construction of Lohare Khola Motoarable Bridge at Rapat, Naumule –
Baluwatar –Dwari Road, Dailekh
2. Budget Head No:-:
3. Bid/Contract/IFB No.: - LRBP/DCC-DAILEKH /W/NCB /LOHRE /BDE-01/073-74
4. Estimated Value/Engineer's Estimate: NRs 32875131.05(Including VAT)
5. Date Invitation for Bids Issued: 27th April, 2017(2074/01/14)
6. Mode of Procurement: National Competitive Bidding (single stage Two Envelope)
7. Bid Closing Date and Time: 12:00 hrs. 28th May, 2017 (2074/02/14)
8. Bid Opening Date and Time: 1:00 hrs. 28 th May, 2017 (2074/02/14)
9. Number of Bids Received: Four
10. Number of Bids Modified: One Withdrawn
11. Bid Validity Expires on: 90 days from the deadline of bid submission.
12. Bid Security Amount :-NRs 825000.00
Appendix-G: Table of Examination of Completeness
of Submitted Bids
Appendix-G
Bidding Bidder No
Sr. Requirements Doc
No Reference
1 2 3
1 Power of Attorney Section1
C C C
Clause 20.2
Section1
2 Signature on Documents C C C
Clause 20
Section1
3 Joint Venture Agreement NA C NA
Clause 4
Letter of
4. Bid Price
Bid
Section1
5 Eligibility C C C
Clause 4
Section1
a. Bidder and Subcontractor NA NA NA
Clause 4
Section1
b. Bidder affiliated with Consultant NA NA NA
Clause 4
Section1
6. Bid Validity (90 days) C C C
Clause 18
Bid Security Section1
7. (a) Amount and Validity Clause 19 C C C
(b) Format and Terms
Section1
8. Post qualification Data Included C C C
Clause 17
Section1
9 No material deviation or reservation C C C
Clause28,29
Findings R R R
1= Sapana Nirman Sewa , 2= Galwa/Nanjila and Aakansha JV and 3= Civil Nirman Sewa
C= Complied; PC= Partially Complied; NC= Not Complied; NA= Not Applicable: R =
Substantially Responsive
Appendix-I: Copy of Bid Security
Appendix-J: Copy of Supporting Documents