Rural Reconstruction Nepal
Strengthening Community Resilience to Climate Induced Disaster Risks
Central office: – Gairidhara, 01-4004976/4004985
Field office-Biratnagar – 021-465646
RRN Website- rrn.org.np
Date of first Publication: 17 July, 2025 (1 Shrawan, 2082)
Invitation For Sealed Bids
Rural Reconstruction Nepal (RRN) Kathmandu invites the sealed bid from eligible bidders for the contract named below.
| Contract No. | Contract Name | Address | Sealed bids Validity Period | Performance Security | Last Date of Submission |
| RRN/SQ-03/RMW-TELI03/025-26 | Teli-3 River Management Works | Urlabari Municipality-02,Morang | 240 | 10% of Bid amount | 31 July 2025 (15 Shrawan,2082) |
Details information about the bid can be found in RRN website (www.rrn.org.np)
Rural Reconstruction Nepal (RRN)
Invitation for bids for the [Teli-3 River Management Works]
Contract Identification No: _ RRN/SQ-03/RMW-TELI03/025-26
Date of publication: 17 July, 2025 (1 Shrawan, 2082)
- RRN invites sealed bids for the River Training Works.
- Eligible Bidders may obtain further information from RRN website
- A complete set of financial proposal can be downloaded from RRN website
- Sealed bids must be submitted to the any RRN offices mentioned below by hand on or before 5 pm, 31 July 2025. Bids received after this deadline will be rejected.
RRN Field Office Biratnagar, Vatta Chowk Biratnagar 021-465646
RRN Head office Gairidhara Marg, 01-4004985
- If the last date of submission falls on office holiday, then the next working day shall be considered as the last date.
- Required Documentation
First Envelope
- Firm/Company Registration Certificate with renewal
- Business Registration Certificate (License)
- Tax Clearance Certificate evidence for the F/Y 2080/081
- PAN/VAT Registration Certificate
- Previous work experience in river training or similar works
- At least annual average turnover of 30 million (3 Crore)
- Technical Proposal (max 10 page)
- CV of Engineer to be in office (max 3 page)
- CV of Sub engineer to be in field (max 3 page)
- Letter of Bid (in letterhead of organization)
Second envelope
- Signed and filled Financial Proposal
Note: Both envelope should be submitted separately
Eligibility Criteria
- Previous work experience in river training or similar works (Government and other organizations).
- Annual turnover of at least 30 million (3 Crore) in an average.
- All required documents mentioned above in heading 6.
- Site visit report with photographs.
Instruction to Bidders
| 1. Scope of Works | 1.1 The Employer stated in the work description for the construction of works as detailed in attached. |
| 2. Eligible Bidder | 2.1 This Invitation for Bids is open to all registered contractors with eligibility criteria mentioned above. |
| 3. One Bid per Bidder | 3.1 Each Bidder shall submit only one bid. A Bidder who submits more than one bid shall cause all the bids with the Bidder’s participation to be disqualified. |
| 4. Cost of Bidding | 4.1 The Bidder shall bear all costs associated with the preparation and submission of his bid and the Employer shall in no case be liable for those costs. |
| 5. Site Visit | 5.1 The Bidder at his own cost, responsibility and risk may visit the site of the works and acquire all necessary information for preparing the bid and entering into a contract for construction of the works. |
| 6. Content of Bid Form |
6.1 The Bid Form comprise the documents listed below: Section I: Instructions to Bidders Section II: Bid form |
| 7. Clarification | 7.1 A prospective Bidder may obtain clarification on the Bid Form from the Employer on or before 3 days prior to the deadline for submission of bid. |
| 8. Language of Bid | 8.1 All documents relating to the bid shall be in English /Nepali. |
| 9. Documents Comprising Bid | 9.1 The bid by the Bidder shall comprise of the documents listed above (VI) |
| 10. Bid Prices | 10.1 The contract shall be for the whole works described in scope of works based on the priced Bill of Quantities submitted by the Bidder. The Bidder shall fill in rates and prices for all items of the works in Nepali Rupees. Items for which no rate or price is entered shall be deemed covered by the other rates and prices in the Bill of Quantities and shall not be paid separately by the Employer. All duties, taxes, royalties and other levies payable by the contractor under the contract shall be included in the rates, prices and total Bid Price submitted by the Bidder. |
| 11. Bid Validity | 11.1 Bids shall remain valid for the period of 8 months after the bid submission deadline date prescribed by the Employer. A bid valid for a shorter period shall be rejected by the Employer as nonresponsive. |
| 12. Format and Signing of Bids | 12.1 The bid shall be typed or written in indelible ink and shall be signed by an authorized person. Any entries or amendments including alternations, additions or corrections made shall be initialed by the same authorized person. |
| 13. Sealing and Marking of Bids |
13.1 Bidders must submit their bids by hard copy. Procedures for submission, sealing and marking are as follows: (a)Bidders submit bids by hard copy: (b) The Bidder shall submit his bid in sealed envelopes (with wax lahachhap लाहाछाप, four on corners and one on closure). (c)The envelope shall be addressed to the Employer specified in the Invitation for Bid and shall bear the name. |
| 14. Deadline for Submission of Bids | 14.1 Bids shall be delivered to the Employer at the address no later than the time and date as specified in the notice. |
| 15. Late Bids | 15.1 Any bid received by the Employer after the deadline shall not be accepted and shall be returned unopened to the Bidder upon request. |
|
16.Modification And Withdrawal of Bids |
16.1 Bids once submitted shall not be withdrawn or modified. |
| 17. Bid Opening | 17.1 The employer shall open the bids in the presence of the Procurement committee members of RRN. |
| 18. Process to be Confidential | 18.1 Information relating to the examination, evaluation and comparison of bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any efforts by the Bidder to influence the Employer in the bid evaluation, bid comparison or contract award decisions may result in rejection of Bidder’s bid. |
| 19. Examination of Bids |
19.1. Prior to the detailed evaluation of Bids, the Employer shall determine whether each bid (a) Meets the eligibility criteria defined in above. (b) Has been properly signed; and (c) Is substantially responsive to the requirements of the Bidding documents. |
| 20. Evaluation and Comparison of Bids |
20.1 In evaluating the Bids, the Employer shall determine for each bid the evaluated Bid Price by adjusting any corrections for errors. Bids shall be checked by the Employer for any arithmetic errors. Errors shall be corrected by the Employer as follows: (a) only for unit price Contracts, if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Employer there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected; (b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and (c) If there is a discrepancy between the bid price in the Summary of Bill of Quantities and the bid amount in item (c) of the Letter of Bid, the bid price in the Summary of Bill of Quantities will prevail and the bid amount in item (c) of the Letter of Bid will be corrected. (d) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) ,(b) and (c) above. 20.2 If the Bidder that submitted the lowest evaluated bid does not accept the correction of errors, its bid shall be disqualified. 20.3 The evaluation shall be done based on comparison of amount quoted under different individual working works (WH 1 Earthen Embankment Construction , WH2 Embankment Protection works _Gabion- Type all , WH3 Drainage System along with total BOQ amount. |
| 21. Award of Contract |
21.1 The Employer shall decide the award of the contract to the Bidder whose bid is within the approved estimate and who has offered the lowest evaluated Bid Price within bid validity period provided that such Bidder has been determined to be eligible in accordance with the provisions of Clauses 2. 21.2 If the bid for an Unit Rate Contract, which results in the lowest Evaluated Bid Price is seriously unbalanced or front loaded or extremely low in the opinion of the Employer, the Employer may require the Bidder to produce detailed price analysis for any or all items of the Bill of Quantities. |
| 22. Employer’s Right to Accept any Bid and to Reject any or all Bids | 22.1 The Employer reserves the right to accept or reject any bid or to cancel the bidding process and reject all bids, at any time prior to the award of the contract, without assigning any reasons whatsoever and without thereby incurring any liability to the affected Bidder or Bidders. |
| 23. Notification of Award and Signing of Agreement |
23.1 The Bidder whose bid is accepted and all other participating bidders shall be notified of the award by the Employer. 23.2 The notification (hereafter called the “Letter of Acceptance”) to the successful Bidder shall state the sum that the Employer shall pay the Bidder in consideration of the execution, completion, and maintenance of the works as described by the contract. Within 7 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver the Performance Security pursuant Clause 25 and sign the Agreement. 23.3 Inability of the Bidder to make an Agreement within the above stated period shall result in cancellation of the Contract Award upon which the Contract shall then be awarded to the next successive successful Bidder. |
| 24.Performance Security | 24.1 Within seven (7) days of the receipt of a Letter of Acceptance from the Employer, the successful Bidder shall furnish the performance security as under mentioned from A class Commercial Bank in accordance with the conditions. The performance security will be 10% of the total bid amount. |
| 25.Corrupt or Fraudulent Practices | 25.1 The Employer shall reject a bid for award if it determines that the Bidder recommended for award of contract has engaged in corrupt or fraudulent practices in competing for the contract in question. |
| 26.Conduct of Bidders |
26.1 The Bidder shall be responsible for fulfilling his obligations as per the requirement of the Contract Agreement, Bidding documents as per RRN procurement principles. 26.2 The Bidder shall not carry out or cause to carry out the following acts with an intention to influence the implementation of the procurement process or the procurement agreement : a) give or propose improper inducement directly or indirectly, b) distortion or misrepresentation of facts c) engaging or being involved in corrupt or fraudulent practice d) Interference in participation of other prospective bidders. e) coercion or threatening directly or indirectly to cause harm to the person or the property of any person to be involved in the procurement proceedings, f) collusive practice among bidders before or after submission of bids for distribution of works among bidders or fixing artificial/uncompetitive bid price with an intention to deprive the Employer the benefit of open competitive bid price. g) contacting the Employer with an intention to influence the Employer with regards to the bid or interference of any kind in examination and evaluation of the bids during the period after opening of bids up to the notification of award of contract |
| 27. Subcontracting | 27.1 Any forms of subcontracting are not allowed by the contractor. |
| 28. Provision of inconsistency | 28.1 If any provision of this document is inconsistent, the provision of this documents shall be void to the extent of inconsistency. |
| 29. JV | 29.1 The joint venture agreement between the companies is ineligible to apply. |
| 30. Proposal Submission | 30.1 The bidder shall submit all the document mentioned in (VI) in one stage two envelopes as mentioned there. In case of only one envelope submission, it shall be considered invalid. (technical and financial in different envelopes) |
| 31. Evaluation Criteria | 31.1 After passing the eligibility of first proposal the second envelope shall be opened. Those who fail to qualify in first stage they are rejected from further round. |
| 32. Non-Local Materials | 32.1 RRN supplies the non-local materials such as cement, gabion boxes, helmet, gloves, nails, geo textile materials to the project site and it’s the responsibility of the Bidder to transfer to the local construction site. |
|
Rural Reconstruction Nepal (RRN) |
|||||||||||
|
Strengthening Community Resilience to Climate-Induced Disaster Risks (SCRCDR) Project |
|||||||||||
|
Name of Sub Project:- Teli-3 River Management Works Project Code :-RRN/SQ-03/RMW-TELI03/025-26 |
|||||||||||
|
Site location :-Teli-3 River, Urlabari Municipality-02 ,Morang |
|||||||||||
|
Work Description |
|||||||||||
|
|
|||||||||||
|
S. No. |
Types of Infrastructure |
Chain age /Location |
Unit |
Total Quantity |
Scope of Work |
Remarks |
|||||
|
A. |
Construction Cost |
|
|
|
|||||||
|
1.0 |
Earthen Embankment Construction. |
0+240 To 2+340 (2100 mtr long)- River line |
|||||||||
|
1.1 |
Earthwork excavation ( v-shaped cutting) in river bed material for foundation with site clearance (bamboo, trees etc), digging & 15m disposal work all complete as per design, drawing, specification, and site engineer instruction |
Cum |
45,101.00 |
Both side(As per design drawing, specification & Site Engineer Instruction) |
All the work mentioned in Section 1.1 must be performed by the contractor company. |
||||||
|
1.2 |
Earth dam (embankment) construction including soil transportation, water spreading, leveling top surface (2 degree inclined to outside), compaction( top of dam & inner inclined face of dam), preparation of required slope and dressing of soil all complete as per design, drawing, specification and site engineer instruction. |
Cum |
45,011.00 |
Both side dam construction (As per design drawing, specification & Site Engineer Instruction) |
All the work mentioned in this title 1.2has to be done by the contractor company. |
||||||
|
2.0 |
Embankment Protection works _Gabion- Type all |
1989 m |
|
as per the drawing |
|||||||
|
2.1 |
Boulder filling in gabion boxes, stretching, closing, and tying, as well as assembling wires, crates a complete work with a good finishing level, all as approved by the Site Engineer. |
Cum |
5,651.00 |
As per the design drawing, specification & Site Engineer Instruction |
As per design and estimate, the required gabion boxes will be provided at the site by RRN office. All other work under this Title 2&3.1 has to be done by a contractor company. |
||||||
|
Laying geotextile before laying of gabion is as approved by the Site engineer. |
Sqm |
21,483.00 |
In all gabion and S/M works |
As per design and estimate, the required area of geotextile will be provided at the site by the RRN office. All other work under this Title 2.0 has to be done by a contractor company. |
|||||||
|
3.0 |
Drainage System |
chain age /location- in 0+240 to 2+340m |
|
A total of 19 at the river stream |
|||||||
|
3.1 |
Providing and laying stone soling in the floor and foundation in line & level, including filling the joint with sand as per specification & site engineer instruction |
Cum |
36.00 |
As per the design drawing, specification & Site Engineer Instruction |
All the work mentioned in Section 3.1 must be performed by the contractor company. |
||||||
|
3.2 |
Providing and laying Plum Concrete (Boulder mix Concrete) as per Drawing & Specification 60% M15 (1:2:4) concrete and 40% boulder/stone by Mechanical means. |
Cum |
29.00 |
As per the design drawing, specification & Site Engineer Instruction |
As per design and estimate, the required cement bags &plywood will be provided at the site by the RRN office. All other work under this Title 3.2 has to be done by a contractor company. |
||||||
|
3.3 |
Providing and laying plain cement concrete 1:2:4 using ordinary Portland cement, sand and coarse aggregates of 40 mm and down size in foundation bed, flooring and walls including setting out, Manual Mix, curing and finishing etc. to approved level, lines and dimension all complete as per specification, drawing and instruction of Site Engineer. |
Cum |
15.00 |
As per the design drawing, specification & Site Engineer Instruction |
As per design and estimate, the required cement bags will be provided at the site by the RRN office. All other work under this Title 3.3 has to be done by a contractor company. |
||||||
|
3.4 |
Providing, preparing, and installing formwork (using local wood) and removing it after the completion of the curing period. |
Sqm |
205.00 |
All work |
|||||||
|
3.5 |
Laying RCC Humepipe Flush Jointed pipe, including fixing with cement mortar 1:2 Haulage 500 m. as per Drawing and Technical Specifications. |
Rm |
142.50 |
A total of 19 at the river stream |
As per design and estimate, the required area of geotextile will be provided at the site by the RRN office. All other work under this Title 4.0 has to be done by a contractor company |
||||||