RT 51


KENYA RURAL ROADS AUTHORITY


TENDER EVALUATION REPORT



FOR



NYERI ROAD - NYAHURURU


(NYERI REGION)



TENDER NO. KERRA/9929/2883/2026




March, 2026




DIRECTOR (ROAD ASSET MANAGEMENT),
KENYA RURAL ROADS AUTHORITY,
P.O. BOX 48151 –00100,
NAIROBI.


DIRECTOR GENERAL,
KENYA RURAL ROADS AUTHORITY,
P.O BOX 48151 - 00100,
NAIROBI.

TABLE OF CONTENTS

ABBREVIATIONSi
EXECUTIVE SUMMARYii
1.0   PROJECT DESCRIPTION
1.1   Location of the Project
1.2   Extent of Contract
2.0   INVITATION TO TENDER
2.1   Pre-Bid Site Visit and Meeting
2.2   Tender Notices
2.3   Opening of Tenders
3.0   EVALUATION APPROACH
3.1   Introduction
3.2   Tender Evaluation Committee
3.3   Evaluation Criteria
3.4   Preliminary (Eligibility, Completeness & Responsiveness) Evaluation
3.5   Summary of Findings on Preliminary Evaluation
3.6   Examination for Responsiveness on Bid Security and Validation of Tax Compliance Certificate
3.7   Detailed Evaluation (Eligibility, Completeness & Responsiveness)
3.8   Summary of Findings on Detailed Evaluation
4.0   EXAMINATION OF SUBMITTED BILL PRICES
4.1   Correction of Errors
4.2   Evaluated Bid Prices and Ranking of Bidders
4.3   Preference
5.0   POST QUALIFICATION ANALYSIS
5.1   Introduction
5.2   Technical Evaluation
5.2.1   Specific Experience (Similar Works Performed)
5.2.2   Plant and Equipment Holding
5.2.3   Proposed Key Staff
5.3   Financial Evaluation
5.3.1   Cashflow
5.3.2   Annual Volume of Construction Works
5.3.3   Comparison of Major Rates & Credibility of the Bidder's Rates
6.0   CONCLUSIONS AND RECOMMENDATIONS
6.1   Conclusions
6.2   Recommendations
APPENDICES

ABBREVIATIONS

(I)GOKGovernment of Kenya
(II)NCBNational Competitive Bidding
(III)ITBInstructions to Bidders
(IV)KKenya
(V)KeRRAKenya Rural Roads Authority
(VI)KRAKenya Revenue Authority
(VII)PPRAPublic Procurement Regulatory Authority
(VIII)SESingle Entity
(IX)PINPersonal Identification Number
(X)TCCTax Compliance Certificate
(XI)BoQBills of Quantity
(XII)KeNHAKenya National Highways Authority
(XIII)KURAKenya Urban Roads Authority
(XIV)NCANational Construction Authority
(XV)RMLFRoad Maintenance Levy Fund

EXECUTIVE SUMMARY

Kenya Rural Roads Authority (KeRRA) has a budgetary allocation under Government of Kenya (GoK Vote) for the Nyeri Road - Nyahururu.

The project is located in Nyeri County, Kieni Constituency and is approximately 4.7Km long.

Kenya Rural Roads Authority (KeRRA) invited eligible firms through Open Tender. The Invitation to Tender appeared in The MyGov pullout on The Star, dated 1st January, 2026; as well as the KeRRA website (www.kerra.go.ke) (See Appendix 1).

Contractors were to be registered with the National Construction Authority in category "NCA 5 or 6 or 7" together with a practicing license for road works were invited to apply for the Works (see Appendix 1).

Pre-Bid site visit was mandatory and bidders were to visit the project sites at their own cost at the date and time given in the Long Advertisement.

The Employer vide his Memo Ref. No. KeRRA/09/35/VoL/023 dated 1st March, 2026 appointed a Tender Opening Committee. (See Appendix 3).

Bids were received and opened by the Tender Opening Committee on 1st March, 2026 at 11.00 a.m. in the presence of officials of Kenya Rural Roads Authority (KeRRA) and Bidders' representatives at the Kerra Nyeri, soon after closing the Tender submission at 11.00 a.m..

zero (0) Bids were submitted by the close of submission date.

The Director General vide memo Ref. No. KeRRA/09/35/VoL/027 dated 7th March, 2026 appointed a Tender Evaluation Committee to evaluate the bids received and to make recommendations regarding the award (See Appendix 4).

From the evaluation findings, out of the zero (0) bidders that submitted their bids, zero (0) bidders were found not to be responsive and did not meet the requirements of completeness criteria. They did not therefore proceed to the next stage of evaluation. zero (0) bidders were found to be responsive and met the requirements of completeness criteria and therefore proceeded to the next stage of evaluation. The zero (0) Bidders were subjected to Technical Evaluation.

Table 1. Contract Identification and Process Details

S/NITEMDESCRIPTION
1 Name of Procuring Entity (a) Kenya Rural Roads Authority
(b) P.O. Box 48151 –00100, Nairobi.
2 Contract Name and Reference number Nyeri Road - Nyahururu. Tender No. KERRA/9929/2883/2026
3 Date of Invitation to Tender 1st January 2026
4 Tender Opening Date, original
Tender Opening Date revised
1st March 2026
1st March 2026
5 Contract name and identification number Nyeri Road - Nyahururu. Tender No. KERRA/9929/2883/2026
6 Contract description Spot Improvement
7 Originally estimated Cost of the contract 34,500,700.00
8 Method of procurement Open Tender
9 Margin of preference allowed No
10 Fixed or fluctuating price contract No
11 Prequalification, if required, number of firms prequalified Yes
12 Date of Invitation to Tender 1st January 2026
13 Name of national newspaper where published The MyGov pullout on The Star
14 Standard Tendering Document Used Yes
15 Date of Tender Document was issued to tenderers 7th January 2026
16 Number of firms issued/bought tender documents N/A
17 Amendments to documents, if any, list all issue dates None
18 Date of pre-tender conference, if any None
19 Date minutes of pre-tender conference were sent to tenderers None

Table 2. Tender Submission and Opening

S/NITEMDESCRIPTION/INFORMATION
1 Tender submission deadline
(a) original date, time
(b) extensions date, time, if any
1st March 2026 at 11.00 a.m.
1st March 2026 at 11.00 a.m.
2 Tender opening date, time 1st March 2026 at 11.00 a.m.
3 Record or minutes of tender opening Available
4 Number of tenders submitted zero (0)
5 Tender validity period (days or weeks)
(a) originally specified
(b) extensions, if any
250 Days

1.0 PROJECT DESCRIPTION

1.1 Location of the Project

The project road is in Nyeri County, Kieni Constituency and is approximately 4.7 km long.

Nyeri - Nyahururu Road

Road DescriptionLength (Km)
Nyeri Road - Nyahururu 4.7

1.2 Extent of Contract

The major works to be executed under the Contract comprise mainly of but are not limited to the following:

2.0 INVITATION TO TENDER

Kenya Rural Roads Authority (KeRRA) invited eligible firms through Open Tender. The Invitation to Tender appeared in The MyGov pullout on The Star, dated 1st January 2026; as well as the KeRRA website (www.kerra.go.ke) (See Appendix 1).

This Tender was for Contractors registered with the National Construction Authority in category "NCA 5 or 6 or 7" together with a practicing license for road works.

2.1 Pre-Bid Site Visit and Meeting

Pre-Bid site visit was mandatory and bidders were to visit the project sites at their own cost at the date and time given in the Long Advertisement and get a Pre-Tender Site Visit Certificate duly endorsed by a KeRRA Authorized Staff.

2.2 Tender Notices

No addenda were issued for this tender.

2.3 Opening of Tenders

Tenders were received and opened by the Tender Opening Committee on 1st March, 2026 in the presence of officials of Kenya Rural Roads Authority (KeRRA) and Bidders' representatives at the Kerra Nyeri soon after closing the Tender submission at 11.00 a.m. as per the Invitation to Tender. The minutes of the Tender Opening are attached herein as Appendix 5 and Members of the Tender Opening Committee were as follows (Tender Opening Committee Appointment Letter is attached as Appendix 3):

The opening session involved an official of KeRRA opening the Bids, announcing the name of the Bidder, Bid Sum, Tax Compliance Certificate, whether the bidders had provided Bid Security including the name of the Bank or Insurance Company offering Bid Security and the amount of the Bid Security, and the number of pages the document submitted had.

The Records compiled at bid opening are attached (See Appendix 5) and they include the following:

The level of participation and the bid prices as announced at bid opening is summarized in Table 3.0 below.

Table 3.0: Summary of Tender Opening

S/NoName of the BidderBid Amount Bid Security AmountIssuer of the Bid Bond No. of PagesRemarks

Table 3.1: Ranking of Received Tenders

S/NoName of the BidderBid Amount Bid Security AmountIssuer of the Bid Bond No. of PagesRemarksRank

3.0 EVALUATION APPROACH

3.1 Introduction

The evaluation of the bids was conducted in accordance with the provisions of the Conditions of Tender and Instructions to Bidders contained in the Bid document. The process involved examining the following of which this report is therefore based on:

3.2 Tender Evaluation Committee

The Director General vide memo Ref No: KeRRA/09/35/VoL/027 dated 7th March, 2026 appointed a Tender Evaluation Committee to evaluate the bids received and to make recommendations regarding the award (See Appendix 4). The members of the committee are as follows:

The Evaluation process took place at Timaini Hotel and this report describes the evaluation process and recommendations. Members of the Tender Evaluation Committee signed a declaration form confirming that they did not have any affiliation to the Bidders that could influence their input in the evaluation process (See Appendix 6).

3.3 Evaluation Criteria

The Evaluation was conducted in accordance with the criteria set out in the Invitation for Bids, the Conditions of Tender and Instruction to Bidders as summarized in Table 4 below:

Table 4.0: Evaluation Criteria
Item No. Evaluation Criteria / Condition / Requirement Description Clause Ref. Requirement Priority
A) PRELIMINARY EVALUATION CRITERIA
1 Certified Certificate of Incorporation issued by Registrar of Companies. ITT 19.0, ITT 11.1(c) Must be submitted Mandatory
2 Current Certified CR12 Certificate (dated within 6 Months before date of opening) from the Registrar of Companies with Identification Documents of Directors and all individuals listed on the CR12. (ID or Passport). TDS ITT 13.1(h) Must be submitted Mandatory
3 Valid Certified Current Single Business Permit. TDS ITP 11.1(h)–(3) Must be submitted Mandatory
4 Valid Tax Compliance Certificate or Tax exemption certificate issued by Kenya Revenue Authority in accordance with ITT 4.14. ITT 4.14 Must be submitted Mandatory
5 Tender Security of the required amount (KShs. 1,000,000.00) in the required format, valid for at least 240 days from the specified date of bid opening. ITT 19.0, ITT 11.1(c) Must be submitted Mandatory
6 Duly filled, signed and stamped Tender Securing Declaration form (YWPD) / Where Applicable. ITT 19.1 Must be submitted Mandatory
7 Tenderer registered with appropriate authority (AGPO Group Registered with National Treasury – Valid Certificate). N/A if not AGPO tender. ITT 3.12 Must be submitted Mandatory
8 Properly and duly filled, signed and stamped Form of Bid and Appendix to Form of Bid by the authorized person through the power of attorney with bid validity of two hundred and ten (210) days from the specified date of bid opening. ITT 19.1, ITT 11.1(a) Must be submitted Mandatory
9 Form of Tender on letterhead stationery including: Tenderer's Eligibility / Confidential Business Questionnaire; Certificate of Independent Tender Determination; Self-Declaration; Declaration and commitment to the Code of Ethics for Persons Participating in Public Procurement and Asset Disposal 2015. ITT 19.1 Must be submitted Mandatory
10 The Tender is signed by the person with power of attorney, without material deviation, reservation, or omission. ITT 20.4 Must be submitted Mandatory
11 Written power of attorney authorizing the signatory of the bid to commit the Bidder, Witnessed by a Commissioner of Oaths and signed by all the Firm's Directors. ITT 20.4 Must be submitted Mandatory
12 Current Certificate of Registration with National Construction Authority in the Category "NCA 5 or 6 or 7" together with a valid NCA practicing license. ITT 3.12 Must be submitted Mandatory
13 Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Staff. ITT 7 Must be submitted Mandatory
14 Chronological Serialization of all pages of the tender document (sequential format: 1, 2, 3, 4, 5…) from the first page to the last page. ITT 12.1 Must be submitted Mandatory
15 Tender submission: One Original clearly marked "ORIGINAL" and One hard copy clearly marked "COPY". ITT 20.1 Must be submitted Mandatory
16 Properly and duly filled, signed and stamped proof of having not been declared ineligible by the PPRA as described in ITT 3.7. ITT 3.7 Must be submitted Mandatory
17 Submission of Audited Accounts or equivalent for the last three [3] years (with valid ICPAK license of the auditor) demonstrating financial position, cash flow, turnover and working capital. Section III EQC A-(19) Must be submitted Mandatory
18 Properly and duly filled, signed and stamped Bill of Quantities (any alterations countersigned by the authorized person). ITT 11.1(b) Must be submitted Mandatory
19 Properly and duly filled, signed and stamped Form of Equipment (FORM EQU) – A separate Form shall be prepared for each item of equipment listed. ITT 16; ITT 17.0 Must be submitted Mandatory
20 Properly and duly filled, signed and stamped Contractor's Representative and Key Personnel Schedule (FORM PER 1 & 2) with declaration for both parties. ITT 6.9; ITT 17.0 Must be submitted Mandatory
21 Properly and duly filled, signed and stamped Tenderer Information (FORM ELI-1.1). ITT 17.0 Must be submitted Mandatory
22 Properly and duly filled, signed and stamped form of Historical Contract Non-Performance, Pending Litigation and Litigation History (FORM CON-2). ITT 17.0 Must be submitted Mandatory
23 Properly and duly filled, signed and stamped form of Financial Situation and Performance, Source of Finance and Financial Documents (FORM FIN-3.1). ITT 17.0 Must be submitted Mandatory
24 Properly and duly filled, signed and stamped form of Average Annual Construction Turnover (FORM FIN-3.2). ITT 17.0 Must be submitted Mandatory
25 Properly and duly filled, signed and stamped form of Financial Resources (FORM FIN-3.3). ITT 17.0 Must be submitted Mandatory
26 Properly and duly filled, signed and stamped form of Current Contract Commitments / Works in Progress (FORM FIN-3.4). ITT 17.0 Must be submitted Mandatory
27 Properly and duly filled, signed and stamped form of General Construction Experience (FORM EXP-4.1). ITT 18.0; ITT 19.0 Must be submitted Mandatory
28 Properly and duly filled, signed and stamped form of Specific Construction and Contract Management Experience (FORM EXP-4.2(a)). ITT 19.0; ITT 18.0 Must be submitted Mandatory
29 Properly and duly filled, signed and stamped form of Construction Experience in Key Activities (FORM EXP-4.2(b)). ITT 18.0; ITT 19.0 Must be submitted Mandatory
30 Properly and duly filled, signed and stamped Self-declaration that the person/tenderer is not debarred in the matter of the Public Procurement and Asset Disposal Act 2015 (FORM SD1). ITT 18.0; ITT 19.0 Must be submitted Mandatory
31 Must submit APPENDIX 1 form of fraud and corruption (Appendix 1 shall not be modified). ITT 18.0; ITT 19.0 Must be submitted Mandatory
B) DETAILED EVALUATION CRITERIA — TECHNICAL & FINANCIAL CAPACITY
Tenders that do not pass the Technical & Financial Capacity Examination will be considered non-responsive and will not be considered further.
1 History of Non-Performing Contracts – Non-performance of a contract did not occur within the last five (5) years prior to the deadline for application submission based on all information on fully settled disputes or litigation. Evaluation & Qualification Criteria Section III (B) Must be Met High
2 Pending Litigation – All pending litigation shall in total not represent more than thirty percent (30%) of the Applicant's net worth and shall be treated as resolved against the Applicant. Evaluation & Qualification Criteria Section III (B) Must be Met High
3 Financial Performance – Audited accounts for the last Three [3] years demonstrating current soundness of financial position and capacity to have a minimum cash flow of KShs. 33,000,000.00 equivalent working capital. Evaluation & Qualification Criteria Section III (B) Must be Met High
4 Average Annual Construction Turnover – Minimum average annual construction turnover of KShs. 60,000,000.00 calculated as an annual average of total payments received from construction works within the last Five (5) years. Evaluation & Qualification Criteria Section III (B) Must be Met High
5 General Construction Experience – Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the application submission deadline. Evaluation & Qualification Criteria Section III (B) Must be Met High
6 Specific Construction Experience – Participation as contractor, management contractor or subcontractor in at least Two (2) contracts each with a cumulative value of at least KShs. 80,000,000.00 within the last Five (5) years that have been successfully and substantially completed and that are similar to the proposed works. Evaluation & Qualification Criteria Section III (B) Must be Met High
7 Specific Experience in Key Activities – Minimum construction experience in at least one (1) contract of: Construction or Upgrading to Bitumen Standard of roads, or Other similar road works such as construction of Concrete paving blocks, concrete or bridges etc. Evaluation & Qualification Criteria Section III (B) Must be Met High
8 Value of Current Contract Commitments / Works in Progress with the Procuring Organization – The value of pending works with the procuring entity shall not exceed as stipulated. Evaluation & Qualification Criteria Section III (B) Must be Met High
9 Work Methodology – Submission of a detailed Work Methodology. Evaluation & Qualification Criteria Section III (B) Must be Met High
10 Site Staff – Site Agent (BSc. Civil Eng., 5 yrs general, 2 yrs specific); Senior Foreman (Diploma Civil Eng., 3 yrs general, 2 yrs specific); Site Surveyor (Diploma Surveying, 4 yrs general, 2 yrs specific). Evaluation & Qualification Criteria Section III (B) Must be Met High
11 Key Equipment – As per Table 4.4: Including Compactors, Mobile concrete mixers, Tippers/Dump trucks, Water tankers, Wheel loaders, Motor graders, Hydraulic excavators, Rollers etc. Evaluation & Qualification Criteria Section III (B) Must be Met High
C) MARGIN OF PREFERENCE AND RESERVATIONS
17 Procuring Entity will grant a margin of preference in accordance to Clause 147 and 148 respectively of the PPADR 2020. Citizen contractor registered outside Kenya shall only be eligible to benefit from the preferences and reservations scheme when bidding in international tendering and competition. For Open Tenders, a margin of preference shall be applied as follows:
Group A: 10% where shareholding of Kenyan citizens >50%;
Group B: 8% where shareholding <50% but >20%;
Group C: 6% where shareholding >5% and <20%.
ITT 33 Not Applicable
D) ERROR CHECK
The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not be the subject of correction, adjustment or amendment in any way. Any errors in the submitted tender arising from a miscalculation of unit price, quantity, subtotal and total bid price shall be considered as a major deviation that affects the substance of the tender and shall lead to disqualification of the tender as non-responsive. If there is a discrepancy between words and figures, the amount in words shall prevail. Abnormally low tenders, abnormally high tenders or any other indications of potential bid rigging practices, and tenders that are front loaded. ITT 31 Must be Met
E) POST QUALIFICATION AND CONTRACT AWARD
The Tenderer shall demonstrate access to liquid assets, unencumbered real assets, lines of credit, and other financial means sufficient to meet the construction cash flow as per the provisions of the Qualification Criteria Matrix. Minimum average annual turnover and specific experience requirements as per the Qualification Criteria Matrix. ITT 31 Must Meet with Supporting Evidence

3.4 Preliminary (Eligibility, Completeness & Responsiveness) Evaluation

For the purpose of evaluation, a responsive Bid was considered as one which met all completeness criteria described below and which is, at the minimum, consistent with the requirements of the bidding documents; without material deviation, reservation, or omission and which does not limit the rights of the Employer or the obligations of the Bidder or affect unfairly the competitive position of other responsive Bidders.

The information received as a result of examination of the Bids, confirmation and clarifications received from the Bidders and other clarifications received on the authenticity of Bid Securities was evaluated in order to determine the responsiveness of the Bidders. The final evaluation results on responsiveness are summarized in table (4.1) below:

Table 4.1: Evaluation Findings on Preliminary (Eligibility, Completeness & Responsiveness)

Legend/Key: R – Responsive, NR – Non-Responsive, Y – Complied, N – Does not meet criteria, NA – Not Applicable

3.5 Summary of Findings on Preliminary (Eligibility, Completeness & Responsiveness)

From Tables 4.1 and 4.2 above, out of the zero (0) bidders that submitted their bids, zero (0) bidders were found not to be responsive and did not meet the requirements of completeness criteria. They did not therefore proceed to the next stage of evaluation. zero (0) bidders were found to be responsive and met the requirements of completeness criteria and therefore proceeded to the next stage of evaluation. The zero (0) bidders are as follows:

3.6 Examination for Responsiveness on account of the Value of Bid Security and Validation of Tax Compliance Certificate

All the Bidders provided Bid Security of KShs. 100,000.00 as required in the Invitation to Tender. The Bid Security (for responsive bidders) submitted were validated by writing to the Bid Security Issuer. Letters were written to the Firms issuing Bid Bonds/Securities seeking verification of the authenticity of the submitted Bid Bonds/Securities. The clarification letters written to the issuers of Bid Bonds/Securities and the responses thereto are attached (See Appendix 8).

Proof of Validation of submitted Tax Compliance Certificates for the bidders are attached as Appendix 7.

3.7 Detailed Evaluation (Eligibility, Completeness & Responsiveness)

For the purpose of evaluation, a responsive Bid was considered as one which met all completeness criteria described below and which is, at the minimum, consistent with the requirements of the bidding documents; without material deviation, reservation, or omission and which does not limit the rights of the Employer or the obligations of the Bidder or affect unfairly the competitive position of other responsive Bidders.

The information received as a result of examination of the Bids, confirmation and clarifications received from the Bidders and other clarifications received on the authenticity of submitted documents was evaluated in order to determine the responsiveness of the Bidders in accordance with the Responsiveness criteria outlined in this Chapter and as outlined in Table (4.3) (4.4). The final evaluation results on responsiveness are summarized in Table (4.5) below.

3.8 Summary of Findings on Detailed Evaluation (Historical Contract Non-Performance, Experience, Current Commitments, & Site Staff)

From Tables 4.5 and 4.6 above, out of the zero (0) bidders that were subjected to detailed evaluation, zero (0) bidders were found not to meet the requirements of completeness criteria. They did not therefore proceed to the next stage of evaluation. zero (0) bidders were found to be responsive and met the requirements and therefore proceeded to the next stage of evaluation. The zero (0) bidders are as follows:

4.0 EXAMINATION OF SUBMITTED BILL PRICES

4.1 Correction of Errors

The bids were checked for any Arithmetic errors in accordance with Clause 33 of the Instructions to Bidders. In accordance with Clause 33, all bids determined to be substantially responsive were checked for any arithmetic errors. Any errors in the submitted tender arising from a miscalculation of unit price, quantity, subtotal and total bid price shall be considered as a major deviation that affects the substance of the tender and shall lead to disqualification of the tender as non-responsive.

From 3.8 above, out of the zero (0) bidders that were found to be responsive, the zero (0) were subjected to Error Check and all zero (0) bidders were found to be responsive as their Bills of Quantities were found to contain No errors.

4.2 Evaluated Bid Prices and Ranking of Bidders

The evaluated bid prices and ranking of Bidders is shown in Table 5.0 below:

Table 5.0: Ranking of Bidders after arithmetic check
Bidder No.Bidder NameTender Sum (KShs.)Ranking
Engineers Estimate 34,500,700.00

4.3 Preference

Preference in accordance with clause 157(8)(b)(ii) of the Public Procurement and Asset Disposal Act (PPADA) 2015 (Revised 2022) and Reg. 164 (C) of the Public Procurement and Asset Disposal Regulation (PPADR) 2020 was NOT applied as the tender was open to Citizen Contractors.

6.0 CONCLUSIONS AND RECOMMENDATIONS

6.1 Conclusions

From the evaluation findings, out of the zero (0) bidders that submitted their bids, zero (0) bidders were found not to be responsive and did not meet the requirements of completeness criteria. They did not therefore proceed to the next stage of evaluation. zero (0) bidders were found to be responsive and met the requirements of completeness criteria and therefore proceeded to the next stage of evaluation. The zero (0) Bidders were subjected to Technical Evaluation.

6.2 Recommendations

No recommendation available. Please complete all evaluation stages (preliminary, detailed, error check, and post-qualification) before generating the report.



Members of the Tender Evaluation Committee hereby append their signatures:

(APPENDIX 1)


INVITATION TO TENDER NOTICE

(APPENDIX 2)


ADDENDA

(APPENDIX 3)


APPOINTMENT TO TENDER OPENING COMMITTEE

(APPENDIX 4)


APPOINTMENT TO TENDER EVALUATION COMMITTEE

(APPENDIX 5)


THE RECORDS COMPILED AT BID OPENING

(APPENDIX 6)


DECLARATION OF NON-ASSOCIATION WITH BIDDERS

(APPENDIX 7)


PROOF OF VALIDATION OF SUBMITTED TAX COMPLIANCE CERTIFICATES FOR THE BIDDERS

(APPENDIX 8)


VERIFICATION OF THE AUTHENTICITY OF THE SUBMITTED BID BONDS/SECURITIES

(APPENDIX 9)


MARKING SHEETS

← Back