Standard Tender Evaluation Format. Procurement of Goods or Works. Public Procurement Authority. Accra, Ghana

Similar documents
North American Development Bank. Bid Evaluation Procedures

Standard Bid Evaluation Form. Procurement of Goods or Works. The World Bank

Standard Tender Evaluation Format. Selection Of Consultants

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

TENDER NO. REA/ /NT/060

Standard Bidding Documents. Procurement of Works

BANK Of ZAMBIA Tender for the Construction of a False Roof and Maintenance of Emergency Staircase at Old Bank of Zambia Building

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER

TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/

Procurement of Goods

B I D D I N G D O C U M E N T S Issued on: February 29, for. Procurement of

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

Procurement of Works Smaller Contracts

HIGHER EDUCATION LOANS BOARD HELB/T/09/

INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR

SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS)

TENDER FOR SUPPLY AND DELIVERY OF OFFICE FURNITURE AND EQUIPMENT

NATIONAL INDUSTRIAL TRAINING AUTHORITY

STANDARD EVALUATION CRITERIA HANDBOOK FOR PREQUALIFICATION AND BIDDING

Procurement of Textbooks and Reading Materials

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts)

SAMPLE FORM OF EVALUATION REPORT SELECTION OF CONSULTANTS

SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM.

Prequalification Document for Procurement of Works

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

TENDER NO. BOZ/CTC/ICT/02/2009

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015

Request for Quotation (RFQ) for Adjustable Sit to Stand Desk Reference No.: UNWHQRFQ31. [Insert Title of Goods]

Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

Eskom Holdings SOC Ltd s Standard Conditions of Tender

REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034

TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/

KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE.

REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO.

TENDER DOCUMENTS. Procurement of Works. Small Contracts (Small Value, Short Duration and Low Risk) Public Procurement Board.

KERIO VALLEY DEVELOPMENT AUTHORITY

TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE

BHUTAN POWER CORPORATION LIMITED

Consultant Services Complex Time-Based Assignments Large Lump-Sum Assignments

UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM

PROVISION FOR PLUMBING SERVICES (MAINTENANCE OR NEW) IN THE EASTERN CAPE OPERATING UNIT

Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract No: 01/IT/NEPSE/072-73

TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE

Procurement of Provision of Computers and Computer Peripherals for CBUD cities

TAITA TAVETA UNIVERSITY COLLEGE REQUEST FOR PROPOSAL FOR PROVISION OF INSURANCE BROKERAGE SERVICES FOR TENDER NO: TTUC/5/RFP(1)/

How To Bid For A Power Plant In India

TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES

Supplier prequalification Document

KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP.

PROVISION OF LEGAL SERVICES

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM TENDER FOR SUPPLY AND INSTALLATION OF FUEL MANAGEMENT AND MOTOR VEHICLE TRACKING SYSTEM

REQUEST FOR PROPOSAL SUPPLY &INSTALLATION, OF MOTOR VEHICLE TRACKING SYSTEM TENDER NO. ERC/PROC/4/3/15-16/083

POSTAL CORPORATION OF KENYA

KENYA MEDICAL TRAINING COLLEGE

TENDER NO: NGEC/T2/ FOR PROVISION OF GENERAL INSURANCE BROKERAGE SERVICES

TENDER DOCUMENT FOR THE SUPPLY, DELIVERY, INSTALLATION, TESTING AND TRAINING OF E-LEARNING SOLUTION (SOFTWARE AND LEARNING TABLETS)

TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/

PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY

KENYA NATIONAL BUREAU OF STATISTICS P.O. BOX NAIROBI TENDER NO. KNBS/T/30/ FOR PROVISION OF GOOGLE APP SERVICES

PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/

SUPPLY AND INSTALLATION OF SECURITY SCREENING EQUIPMENT FOR KENYA AIRPORTS AUTHORITY

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.

TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF

Tender Evaluation and Contract Award

ICT Education Capability Building in Colombia Project

KENYA PLANT HEALTH INSPECTORATE SERVICE (KEPHIS) TENDER FOR PROVISION OF LEGAL SERVICES FOR KEPHIS LAND TITLE DEEDS

Development of application Software for Election Commission

REQUEST FOR PROPOSALS (RFP) RFP/2014/031 Travel Management Services. International Renewable Energy Agency 29 December, 2014

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

1. Technical Offer Submission Sheet

INSURANCE REGULATORY AUTHORITY TENDER NO. IRA/083/ SUPLY, INSTALLATION AND TESTING OF LEGAL CASE MANAGEMENT SOFTWARE

GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS/FIRM

MINISTRY OF WATER & IRRIGATION

QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING OF WIDE AREA NETWORKS FOR REMOTE KRA STATIONS

DISBURSEMENT HANDBOOK FOR PUBLIC SECTOR LOANS. January Office of the General Counsel

Procurement of Services

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

TENDER DOCUMENT FOR PROVISION OF ALTERNATE DATA CENTRE SERVICES TENDER NO. KRA/HQS/NCB-026/

QUOTATION AND TENDER PROCESS

Tender Document for consulting services for. Zambezi Water Resources Information System (ZAMWIS) Enhancement 2: Spatial Database and Platform

KENYA SCHOOL OF MONETARY STUDIES P. O. Box , Tel: , , , Fax: , Nairobi, Kenya

Section IX. Annex to the Particular Conditions - Contract Forms

REQUEST FOR QUOTATIONS (RFQ) Open Market Lowest Price, Technically Acceptable

KITUI WATER & SANITATION CO. LTD

Transcription:

STANDARD TENDER DOCUMENTS Standard Tender Evaluation Format Procurement of Goods or Works Public Procurement Authority Accra, Ghana

1 Preface Procurement under projects financed from the Public Funds of the Republic of Ghana, is carried out in accordance with the procedures laid down in the Public Procurement Act, 2003 (Act 663) This Standard Tender Evaluation Format has been prepared for use by Procurement Entities in the evaluation of Tenders procured through International Competitive Tendering (ICT), as well as through Limited International Tendering (LIT). It should also prove useful, with appropriate modifications, for evaluation under National Competitive Tendering (NCT) procedures. The procedures and practices they convey have been developed through international experience. Upon notification of contract award to the successful Tenderer by the procurement Entity, and in accordance with the Public Procurement Act, 2003 (Act 663) the Public Procurement Authority is authorized to publish a description of the contract, the name and nationality of the contract awardee, and the contract price in the Public Procurement Bulletin. Additional information on Public Procurement in the Republic of Ghana can be obtained from: Public Procurement Authority Accra, Ghana Telephone: Facsimile: Email:

Tender Evaluation Report and Recommendation for Award of Contract Name of Project: Contract Name: Contract Number: Date of Submission:

TABLE OF CONTENTS Summary Evaluation Data and Award Recommendation FORMS 1. Record of Tender Prices at Opening 2. Preliminary Examination of Tenders (2, 2a 2b,) 3. Substantially Non-responsive Tenders 4. Correction, Conversion and Adjustment of Tender Prices 5. Tenders Subject to Detailed Evaluation 6. Evaluation of Tenders 7. Comparison of Tenders 8. Postqualification ANNEXES 1. Contract Data Sheet 2. Checklist for Opening of Tenders 3. Minutes of Tender Opening 4. Register of attendance at Tender Opening 5. List of Firms that Purchased Tender Documents 6. Minutes of Pre-Tender Meeting (if applicable) 7. Log of Clarifications Requested by Tenderers and Responses Issued 8. Log of Addenda to Tender Documents Issued 9. Log of Clarifications Requested and Responses Received 10. Log of Complaints and appeals received ATTACHMENTS 1. 2. 3. 4. etc.

Section I. Standard Tender Evaluation Forms.

Summary Evaluation Data and Award Recommendation 1. Project Name: Project Number: 2. Contract Name: Contract Number: 3. Tender Opening Date: 4. TENDER EVALUATION SUMMARY: No. Tenderer Read-out Tender Price Converted to Common Currency Substantially Responsive (Yes or No) Evaluated Tender Price Rank Remarks 5. The lowest evaluated tender has been determined (not) to be qualified and capable of performing the contract [if not give reasons for disqualification] 6. On the basis of the evaluation (outlined in the attached Report), which was carried out in accordance with the Tender Documents, we recommend accepting the tender of the lowest evaluated tenderer [name of tenderer], which has been determined as qualified and capable of performing the Contract and the following provisions: Remarks: - state relevant information at opening such as discounts, modifications, alternatives etc. - if a tender was declared non-responsive the specific reasons must be given

[specify provisions such as corrected arithmetic errors, minor deviations, alternatives recommended for acceptance, variations in quantities at awards, etc.] Evaluation Panel: Name Signature Date

FORM 1 Project: Contract: The following tenders were received by the tender closing deadline fixed at [time], on [date] and were immediately opened thereafter: Table 1. Record of Tender Prices (as read out) at Opening No. Name (a) Tenderer Identification Read-out Tender Price(s) Modifications or Comments or Discounts 1 Address (b) Nationality (c) Currency (ies) (d) Amount(s) or % (e) (f) Etc. 1 Describe any modifications to the read-out Tender, such as discounts offered, withdrawals, and alternative Tenders. Note also the absence of any required Tender security or other critical items.

FORM 2 Table 2. Preliminary Examination Tenderer Verification Eligibility Tender Security Completeness of Tender Substantial Responsiveness Acceptance for Detailed Examination (a) (b) (c) (d) (e) (f) (g) etc. Note: For explanations of headings, see Guidance Notes on Opening & Evaluation of Tenders.

Table 2(a). Preliminary Examination (Commercial Responsiveness) FORM 2(a) Tenderer Commercial Spec. 1 [Indicate 2 Provision in Tender Doc.] Commercial Spec. 2 [Indicate Provision in Tender Doc.] Commercial Spec. 3 [Indicate Provision in Tender Doc.] Commercial Spec. 4 [Indicate Provision in Tender Doc.] Commercially Responsive / Non-Resposive 3 Acceptance for Detailed Examination (a) (b) (c) (d) (e) (f) (g) etc. 2 List here all the conditions provided in the Tender Documents, which Tenderers must comply for their tenders to be considered commercially responsive. 3 Reason(s) for non-responsiveness must be stated in Table 3, Form 3

Table 2(b) Preliminary Examination (Technical Responsiveness) FORM 2(b) Tenderer Technical Spec. 1 [Indicate 4 Provision in Tender Doc.] Technical Spec. 2 [Indicate Provision in Tender Doc.] Technical Spec. 3 [Indicate Provision in Tender Doc.] Technical Spec. 4 [Indicate Provision in Tender Doc.] Technically Responsive / Non- Responsive 5 Acceptance for Detailed Examination (a) (b) (c) (d) (e) (f) (g) etc. 4 List here all the conditions provided in the Tender Documents, which Tenderers must comply for their tenders to be considered technically responsive. 5 Reason(s) for non-responsiveness must be stated in Table 3, Form 3

FORM 3 Table 3 Substantially Non-responsive Tenders The following tenders were rejected as substantially non-responsive: No. Tender Reasons for Rejection Etc.

FORM 4 Table 4 Corrections and Unconditional Discounts Tenderer Read-out Tender Price(s) Corrections Corrected Tender Price(s) Currency(ies) Amount(s) Computational Provisional Errors 1 Sums Unconditional Discounts 2 Percent Amount(s) Corrected/Discounted Tender Price(s) (a) (b) (c) (d) (e) (f) = (c) + (d) - (e) (g) (h) (i) = (f) (h) etc. Note: Only Tenders surviving the preliminary examination should be included in this and subsequent tables. Columns a, b, and c are from Table 1 (columns a, d, and e, respectively). 1 Corrections in column d may be positive or negative. 2 If the discount is offered as a percent, column h is normally the product of the amounts in columns f and g. Refer to para. 6(c) of the Guidance Notes on Opening & Evaluation of Tenders. If the discount is provided as an amount, it is entered directly in column h. A price increase is a negative discount.

14 Section I. Tender Evaluation Standard Forms Table 5. Exchange Rates Currency Used for Tender Evaluation: Effective Date of Exchange Rate: Authority or Publication Specified for Exchange Rate: Note: Attach copy of exchange rates provided by specified authority or publication.

Table 6A. Currency Conversion (Multiple Currencies) Specify Evaluation Currency: Tenderer Currency(ies) of Tender Corrected/Discounted Tender Price(s) Applicable Exchange Rate(s) 1 Evaluation Currency Tender Price(s) Total Tender Price 2 (a) (b) (c) (d) (e) = (c) x (d) (f) etc. Note: Columns a, b and c are from Table 4, columns a, b and i. 1 Column d is from Table 5. 2 Column f is the sum of Tender prices in column e for each Tenderer.

Table 6B. Currency Conversion (Single Currency) Specify Evaluation Currency: Tenderer Corrected/Discounted Payment Composition 1 Exchange Amounts in Exchange Evaluation Currency Tender Price Currency of Percent of Amount in Rate Used Currency of Rate for Tender Total 3 (in specified currency) Payment Total Tender Evaluation Currency by Tenderer 1 Payment Evaluation 2 Prices (a) (b) (c) (d) (e) = (b) x (d) (f) (g) = (e) x (f) (h) (i) = (g) x (h) (j) etc. Note: Columns a and b are from Table 4, columns a and i. 1 Columns c, d, and f are provided in the STDLW Appendix to Tender and in the (Form of) Contractor s Tender in the STDSW. 2 Column h is from Table 5. 3 Column j is the sum of Tender prices in column i for each Tenderer.

Table 7. Additions, Adjustments, and Priced Deviations Specify Evaluation Currency: Additions 2 Adjustments 2 Priced Deviations 2 Total Price Tenderer Corrected/Discounted Tender Price 1 (a) (b) (c) (d) (e) (f) = (b) + (c) + (d) + (e) etc. 1 Column b is from either Table 8, column f or Table 9, column j. 2 Each insertion in columns c, d, or e should be footnoted and explained in adequate detail, accompanied by calculations. Refer to paras. 6(e), 6(f), and 6(g) respectively of the Guidance Notes on Opening & Evaluation of Tenders.

Table 8A. Domestic Preference for Goods Specify Evaluation Currency: Tenderer Domestic Preference Group 1 Total Price 2 Exclusions for Preference 3 Revised Total Prevailing Tariff (%) 4 Domestic Preference (%) 5 Preference Price 6 Total Comparison Price (a) (b) (c) (d) (e) = (c) (d) (f) (g) (h) (i) = (c) + (h) etc. 1 Column b refers to Groups A, B, or C, as indicated by Tenderer, subject to verification by the Evaluation Panel. 2 Column c is from Table 7, column f. If the lowest total price is from a Group A or Group B Tenderer, it is the lowest evaluated Tenderer, and the remainder of the table need not be filled out. Columns d through h need to be filled out only for Group C Tenders. 3 Column d is the sum of costs in columns d and e from Table 7 plus other costs incurred within Ghana. Footnotes should be provided to explain the significant components of column d. 4 Column f is the sum of duties and import taxes on the particular items or group of similar items as a percent of the CIF or CIP price. Refer to para. 7(a) of the Guidance Notes on Opening & Evaluation of Tenders. 5 Column g will be the smaller of 20 percent or the prevailing tariff in column f. 6 Column h for Group A Tenderers is zero. Group B Tenders at this stage should no longer be compared. For Group C Tenderers, column h is the product of columns e and g.

Table 8B. Domestic Preference for Works Specify Evaluation Currency: Tenderer Domestic Total Price 2 Exclusions for Revised Total Preference 4 Total Comparison Preference Group 1 Preference 3 Price (a) (b) (c) (d) (e) = (c) (d) (f) (g) = (c) + (f) etc. 1 Column b refers to Group A (eligible domestic Tenderers) or Group B (others) as indicated by Tenderer, subject to verification the Evaluation Panel. 2 Column c is from Table 7, column f. If the lowest priced Tender is from a Group A Tenderer, it is the lowest evaluated Tenderer, and the remainder of the table need not be filled out. 3 Column d is the sum of costs in columns d and e from Table 7. An attachment should be provided to explain the significant components of column d. Columns d and e may be left blank for Group A Tenderers. 4 Column f for Group A Tenderers is zero. For Group B Tenderers, column f is 10 percent of column e.

Table 9. Postqualification Tenderer Qualifying Criteria. 1 [Indicate 1 Provision in Tender Doc.] Qualifying Criteria. 2 [Indicate Provision in Tender Doc.] Qualifying Criteria. 3 [Indicate Provision in Tender Doc.] Qualifying Criteria. 4 [Indicate Provision in Tender Doc.] Substantially Responsive/Non- Responsive 2 to Postqualification Criteria (a) (b) (c) (d) (e) (f) (g) Remarks etc. 1 List here all the Qualifying Criteria for Postqualification provided in the Tender Documents, which Tenderers must comply with for their them to be considered for Contract Award. For each criteria, indicate yes for satisfactory and no for unsatisfactory 2 Give reason(s) for substantial responsiveness as footnote(s)

Table. Proposed Contract Award 1. Lowest evaluated responsive Tenderer (proposed for contract award). (a) name (b) address 2. If Tender submitted by agent, list actual supplier. (a) name (b) address 3. If Tender 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 site/completion period. 7. Tender Price(s) (Read-out) 1 8. Corrections for Errors 2 9. Discounts 3 10. Other Adjustments 4 Currency(ies) Amount(s) or % 11. Proposed Award 5 1 From Table 4, columns b and c. 2 From Table 4, column d. 3 From Table 4, column h. Include any cross-discounts. See Guidance Notes on Opening & Evaluation of Tenders, para. 7(b). 4 All adjustments should be explained in detail. 5 Sum of the prices in Items 7 10. For single currency Tenders, express secondary currency amounts as percentages.

Section II. Annexes

Tender Opening Checklist (To be filled out for each Tender as it is read out) ANNEX I Contract Name: Tender Opening Date: Contract No: Time: Name of Tenderer: (a) (b) (c) (d) Is outer envelope of Tender sealed? Is Tender form completed and signed? Expiration date of Tender: Is documentary authority for signing enclosed? (e) Amount of Tender security (if required): (state currency) (f) (g) (h) Describe any Substitution, Withdrawal, or Modification submitted Describe any alternative Tender made: Describe any discounts or modifications offered: (i) Additional comments: 1 (j) Name of Tenderer or representative present: (k) Total Tender price: (list currencies and amounts or percentages) 2 Signature of responsible official: Date: 1 Read out and record model numbers of equipment. 2 If Tender is for a package of contracts, the price for each lot or item should be read out.

Minutes of Tender Opening ANNEX 2 1. Time and Place for Tender Opening 2. Employer s Representative present 3. Tenderers Representatives present (Annex 3) 4. Number of tender receipts and number of tenders on the table 5. Any tenders received late 6. Withdrawal notices 7. Modification notices 8. Tender details for each tender as opened: a. Time received b. Name of Tenderer c. Tender amount d. Any modification e. Any discounts, alternatives, etc. f. Tender security 9. Comments from the floor 10. Statement to all tenderers that the evaluation process is confidential and any attempt by a tenderer or its agents to influence the Employer s evaluation of tenders or award decisions, including the offering or giving of bribes, gifts or inducements, could result in the invalidation of its tender and the forfeiture of its tender security. All contact with tenderers will be for the purpose of clarification and will be initiated by the Employer in writing.

ANNEX 3 Register of Attendance at Tender Opening No Name Tenderer Signature

ANNEX 4 List of Firms that Purchased Tender Documents No. Firm Date

Minutes of Pre-Tender Meeting (if applicable) ANNEX 5

Log of Clarifications Requested by Tenderers and Responses Issued ANNEX 6 No. Date Request Received Date Response Issued Brief Description of Clarification

Log of Addenda to Tender Documents Issued ANNEX 7 No. Reference to Clause or Paragraph or in Tender Documents Date issued

ANNEX 8 Log of Clarifications Requested by the Employer and Responses Received No. Tenderer Date Request Sent Date Response Received Brief Description of Issue

ANNEX 9 Log of Complaints and Appeals Received No. Tenderer or Appellant Date Received Brief Description of Issue