BIDS EVALUATION REPORT FOR GOODS Title of Tender

THE REPUBLIC OF RWANDA
NATIONAL COUNCIL FOR HIGHER EDUCATION (NCHE)
BIDS EVALUATION REPORT FOR WORKS or GOODS
Title of Tender:
ICT ITEMS AND OFFICE
EQUIPEMENT
Tender Reference Number:
No 030/G/S/11-OCB/NCHE
Procurement Method:
OPEN NATIONAL COMPETITIVE
BIDDING
Date of Issue:
19/09/2011
BIDS EVALUATION REPORT FOR WORKS or GOODs
I. Background
Following the opening of the tender for ICT Items and office equipment an
evaluation committee was set up composed of the members mentioned
below.
II. Members of the Evaluation Committee
NAMES
INSTITUTION/ORGANISATION
DESIGNATION
Sindayigaya Samuel
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
President of the
Tender Committee
Member
Nyandwi Jean Bosco
Nyundo Yonah
Nyirankundimana Christine
Kanzayire Yva
Member
Member
Procurement Officer
III. General Information
TENDER REF. N°:
No 030/G/11-OCB/NCHE
TITLE OF TENDER:
ICT ITEMS AND OFFICE EQUIPEMENT
NUMBER OF LOTS:
ICT ITEMS AND OFFICE EQUIPEMENT(Single lot)
SOURCE OF FUNDING:
Ordinary Budget
DATE OF THE TENDER NOTICE ISSUE /INVITATION FOR BIDS: 20/08/2011
NAME OF NEWSPAPER (S):
DATE OF SITE VISIT [if any]:
THE NEWTIMES, News Paper
N/A
DATE OF PRE-BID CONFERENCE, if any: N/A
DATE OF OPENING OF BIDS:
19/09/2011
NUMBER OF BIDDERS WHO RESPONDED: 5
START OF EVALUATION:
20/09/2011
END OF EVALUATION:
30/09/2011
SIGNATURE
IV. LIST OF THOSE WHO RESPONDED TO THE TENDER.
Name of bidder
MSV Technologies-MSVT
Contact person
Madan Gopal
Good Supply-GS
Ndangizi John
Benetec IT Solutions-BIS
Benegusenga Abdu
Robotics Solutions Ltd- Kamal K. Dhawal
RB Ltd
Computer Point-CP
Binu M. Tharian
Thomas
Nkunda Technics Ltd
Janvier GAKUBA
Full Address
0788 301 224:
Rwanda
0788 764 587:
Rwanda
0788 578 790:
Rwanda
0788 304 530:
Rwanda
0788 303 220:
Rwanda
0788 740 035:
Rwanda
Po. Box 3554 Kigali
Po. Box 7569 Kigali
Po. Box 3334 Kigali
Po. Box 1257 Kigali
Po. Box 6647 Kigali
Po. Box 4405 Kigali
V. SUMMARY OF BIDDS OPENING
Name and legal status of Bidder
Price with taxes
Rwf
Delivery period
Bid Security Rwf
MSV Technologies-MSVT
35,021,825FRw
28 days
200,000Frw
Good Supply-GS
25,600,000Frw
30 days
500,000Frw
Benetec IT Solutions-BIS
23,435,000Frw
7-15 days
468,700Frw
Robotics Solutions Ltd-RB Ltd
24,441,600Frw
15 days
500,000Frw
Computer Point-CP
24,700.490Frw
30 working days
500,000Frw
Nkunda Technics Ltd
23,589,250Frw
30 days
-
3
VI. PRELIMINARY EVALUATION OF THE BIDS.
All bids were subjected to a preliminary evaluation to determine whether
they are complete and substantially responsive. The table below summarises
the findings of the preliminary evaluation.
Criteria of administrative
conformity
BIDDERS
CP
GS
BIS
MSVT
RB Ltd
Nkunda
-List of submitted documents.
PC
PC
PC
PC
PC
NC
- Bid duly signed, dated and sealed.
PC
PC
PC
PC
PC
NC
-A copy of the trade license; (related to PC
PC
PC
PC
PC
NC
PC
PC
PC
NC
PC
NC
-A valid tax clearance certificate issued by PC
PC
PC
PC
PC
PC
PC
PC
PC
PC
PC
NC
-References of similar tender (at least 3)
PC
PC
PC
PC
PC
NC
- Proof of Purchase of tender document.
PC
PC
PC
PC
PC
NC
-Written confirmation authorizing the PC
PC
PC
PC
PC
NC
the tender)
-The bid security of 2% of submitted
amount
Rwanda
Revenue Authority (original or a certified
copy);
-A valid clearance certificate issued by the
“Caisse Sociale du Rwanda”
(original or a certified copy);
signature of the bid
to commit the bidder.
4
Acceptance for Detailed technical
evaluation
ADTC
ADTC
ADTC
NADTC
ADTC
NADTC
Key of applied signs:
PC: Document Provided and fully Conforming to Tender document’s requirements
NP: Document Not Provided at all.
PNC: Provided Not Conforming to Tender document’s requirements
ADTC: Accepted for Detailed Technical Evaluation
NADTC: Not accepted for detailed technical evaluation
Following bids were accepted for further Technical evaluation
Computer Point-CP
Good Supply-GS
Benetec IT Solutions-BIS
Robotics Solutions Ltd-RB Ltd
All bidders mentioned above their administrative documents were provided
and fully confirming to the Tender document’s requirements
The following bids were rejected
MSV Technologies-MSVT
 Did not submit the Bid Security with the amount required in Tender
document
Nkunda Technics Ltd


This company submitted only one original copy of bid instead of 1
original copy and other three copies as required in Tender Notice.
It did not submit all the administrative documents as required in bid
document.
Detailed technical evaluation
In order to do the technical evaluation, the evaluation committee referred
to the criteria indicated in the table below as detailed in the instruction to
bidders, the bid data sheets and the technical bid data sheets of the tender
document
5
NO
ARTICLES AND SPECIFICATIONS
QTY
001
TONERS: Canon GPR-18
5
002
TONERS:°Canon TG 35B
°Canon TG 35C
°Canon TG 35Y
°Canon TG 35M
10
10
10
10
003
DRUM UNIT:°C-EXV21B
° C-EXV21C
° C-EXV21Y
° C-EXV21M
DRUM UNIT for Canon IR 2022
Cartridges HP 53
Cartridges HPCB540
Cartridges HPCB541
Cartridges HPCB542
Cartridges HPCB543
Flash Disk 4GB
Optical Glass Monitor Filter
EXTERNAL HARD DISK 250GB
Antivirus
CENTRAL PROCESSING
UNITY(CPU)
5
5
5
5
5
10
10
10
10
10
10
12
5
6
4
004
005
006
007
008
009
010
011
: PROCESSOR: intel core2.5
GHZ (Minimum)
: HARD DRIVE: 300 GB SATA
:OPERATING SYSTEM genuine
windows 7 home premium (32 or
64 bit )
:Genuine office 2010
: latest antivirus release
:MEMORY CRD READER
:DISPLAY: monitor : plug and
play monitor
Supports concurrent use of dual
displays connected to onboard
DVI and VGA
:4 USB PORT OR UP
:ETHERNET PORT
:DVD+/-R
CP
GS
BIS
RB Ltd





























































X








6
012
013
Power Socket (HS 681)
4 port or up
Air Conditioner
10
Digital Video Camera
Specifications:
Color Black
Image sensor 5MP CMOS sensor
LCD 2.7" LCD
Zoom 3X optical zoom, 8X digital
zoom
Focus Range 10cm-infinity
Image resolution 4032x3024 pixels
(12M 4:3)
3648x2736 pixels (10M 4:3)
3264x2448 pixels (8M 4:3)
3648x2048 pixels (7M 16:9 HD)
2592x1944 pixels (5M 4:3)
2048x1536 pixels (3M 4:3)
Movie resolution
FHD: 1440x1080 pixels (15fps)
HD: 1280x720 pixels (15/30fps)
VGA: 640x480 pixels
(15/30/60fps)
QVGA: 320x240 pixels
(15/30/60fps)
File format Picture: JPG; Movie:
MOV
TV out NTSC/PAL selectable, HDMI
ISO
ISO100/200/400/800/1600/3200






X






























2
12,000 BTU Window Air
Conditioner
Electronic touch controls
Allow simple operation
3 fan speeds for cooling and
Washable air filter
4-way air direction control.
Remote.
12-hour timer
For preset operation and reduced
energy consumption.
Auto restart
Automatically turns the air
conditioner back on when power
is restored after a power failure
014


1
X



7
Battery Li-ion battery
Weight 254g
Dimension 124 x59 x68mm
Warranty: 2 years and above
015
LCD Projector
1
Specifications:







016
Projector Technology: Single
Chip DLP DDR with fourelement color wheel
Brightness (in Lumens): 1200
Contrast Ratio: 1700:1
Maximum Resolution: SVGA
(800x600)
Estimated Lamp Lifespan:
2,000 hours or 2,500 in ecomode
Inputs: Composite, S-Video,
VGA (with pass through)
Replacement Bulb
Projection Screen


1
Specifications:
Should be an wall projector
screen and remote controlled
A stand for the projector screen
Should have a width of at least
300cm
Should be portable/can be moved
from one place to another for
workshops and conferences
Should be wide enough to provide
good content display
017
Laptop
Specifications:
Intel Core i3Processor (1.6GHz, to
2.8GHz, )
Genuine Windows 7 Professional
X
1


















































8
32 bit (English)
Office 2007 genuine
DDR2 or 3 SDRAM 4 GB
300GB SATA Hard Drive
DVD +/- R RW
USB 4
ETHERNET PORT
018
Lesser Pen :
Flashlight Laser Pointer
energy-saving

1










KEY:
V: Indicates satisfaction of specification requirement
X: Indicates non satisfaction of specification requirement.
Observations:
1. The bid of Computer Point. was rejected
I.
Digital Video Camera
Not exact model and not meeting the technical specifications.
II.
Projection Screen
Not well specified and not meeting the technical specifications.
III.
Air Conditioner
Not clearly specified. The information about the specifications is in
an unreadable font.
IV.
Optical Glass Monitor Filter
The Item was not mentioned anywhere in the list of items
submitted by Computer Point.
The bid of following bidders was accepted for further financial evaluation
Robotics Solutions Ltd-RB Ltd
Good Supply-GS
Benetec IT Solutions-BIS
According to the technical evaluation, the bidders mentioned above Indicate
satisfaction of Technical specification required in tender document.
9
VIII. FINANCIAL EVALUATION OF THE BIDS
TABLE A [If applicable]1
All bids were in Rwf
TABLE B
Bidder
Amount before correction of
errors
Good Supply-GS
25,600,000Frw
Benetec IT Solutions- 23,435,000Frw
BIS
Robotics Solutions Ltd- 24,441,600Frw
RB Ltd
Amount after2
correction of errors
25,600,000Frw
23,435,000Frw
24,441,600Frw
NOTE:
(If there is a discount indicated in the bidders offer, this will be considered
only if the bid is the winning bid.)
N.B There wasn’t any discount indicated in all bidders offer.
IX. CONCLUSION AND RECOMMENDATION FOR THE TENDER AWARD
Following the above evaluation, members of the evaluation committee
recommend that the tender for ICT Items and Office Equipment should be
awarded to; BIS for the total amount not to exceed Twenty three Million
Four Hundred thirty five Thousand Rwandan Francs (23,435,000 RWF) all
taxes inclusive.
X. ANNEXES
1. Bids Opening report
1
If all bids prices are in Rwandan francs, this table should be deleted
There must be correction for arithmetic errors, additions, and adjustments. Detailed information should
be provided on these at the end of the table.
2
10
THE REPUBLIC OF RWANDA
NATIONAL COUNCIL FOR HIGHER EDUCATION (NCHE)
BIDS EVALUATION REPORT FOR GOODS
Title of Tender:
1LAPTOP
Tender Reference Number:
No 040/G/11-RQ/NCHE
Procurement Method:
REQUEST FOR QUOTATION
Date of Issue:
03/10/2011
11
BIDS EVALUATION REPORT FOR GOODs
I. Background
Following the opening of the tender for 1laptop, an evaluation committee
was set up composed of the members mentioned below.
II. Members of the Evaluation Committee
NAMES
INSTITUTION/ORGANISATION
DESIGNATION
Sindayigaya Samuel
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
President of the
Tender Committee
Member
Nyandwi Jean Bosco
Nyundo Yonah
Nyirankundimana Christine
Kanzayire Yva
SIGNATURE
Member
Member
Procurement Officer
III. General Information
TENDER REF. N°:
No 040/G/11-RQ/NCHE
TITLE OF TENDER:
1 LAPTOP
NUMBER OF LOTS:
N/A
SOURCE OF FUNDING:
Ordinary Budget
DATE OF THE TENDER NOTICE ISSUE /INVITATION FOR BIDS: 30/09/2011
NAME OF NEWSPAPER (S):
N/A
DATE OF SITE VISIT [if any]:
N/A
DATE OF PRE-BID CONFERENCE, if any: N/A
DATE OF OPENING OF BIDS:
03//10/2011
NUMBER OF BIDDERS WHO RESPONDED: 1
START OF EVALUATION:
04/10/2011
END OF EVALUATION:
04/10/2011
12
V. SUMMARY OF BIDDS OPENING
Name of bidder
Rwanda Vision Suppliers
Contact person
BAKUMBA VIANNEY
Full Address
Tel: 0788306945 Kigali Rwanda
Name and legal status of Bidder
Price with taxes
Rwf
Delivery period
Bid Security Rwf
Rwanda Vision Suppliers
789,000RWF
N/A
N/A
Criteria of administrative
conformity
BIDDERS
Trading License Certificate
PC
Tax clearance-Caisse Sociale
PC
Rwanda Revenue certificate
PC
Acceptance for Detailed technical
evaluation
ADPE
VI. PRELIMINARY EVALUATION OF THE BIDS.
All bids were subjected to a preliminary evaluation to determine whether
they are complete and substantially responsive. The table below
summarises the findings of the preliminary evaluation.
Comment:
Document Provided by Rwanda Vision Suppliers are fully Conforming to Tender
document’s requirements.
13
Key of applied signs:
PC: Document provided and fully conforming to Tender document’s
requirements
NP: Document not provided at all.
PNC: Provided Not Conforming to Tender document’s requirements
ADTC: Accepted for Detailed Technical Evaluation
NADTC: Not accepted for detailed technical evaluation
VIII. FINANCIAL EVALUATION OF THE BIDS
The bid was in Rwf
TABLE A
Bidder
Amount before correction of
errors
Amount after3
correction of errors
Rwanda Vision
Suppliers
789,000RWF
789,000RWF
NOTE:
There is no discount indicated in the bidders offer.
IX. CONCLUSION AND RECOMMENDATION FOR THE TENDER AWARD
Following the above evaluation, members of the evaluation committee
recommend that the tender of one laptop be awarded to Rwanda Vision
Suppliers for the total amount not to exceed Seven Hundred eight nine
thousand Rwandan Francs (789,000 RWF) all taxes inclusive.
X. ANNEXES
1. Bids Opening report
14
THE REPUBLIC OF RWANDA
NATIONAL COUNCIL FOR HIGHER EDUCATION (NCHE)
BIDS EVALUATION REPORT FOR NON CONSULTANCE SERVICE
Title of Tender:
PRINTING AND BINDING
BOOKS FOR NCHE
Tender Reference Number:
No 039/S/11-OCB/NCHE
Procurement Method:
OPEN NATIONAL COMPETITIVE
BIDDING
Date of Issue:
29/09/2011
BIDS EVALUATION REPORT FOR NON CONSULTANCE SERVICE
I. Background
Following the opening of the tender for ICT Items and office equipment an
evaluation committee was set up composed of the members mentioned
below.
II. Members of the Evaluation Committee
NAMES
INSTITUTION/ORGANISATION
DESIGNATION
Sindayigaya Samuel
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
President of the
Tender Committee
Member
Nyandwi Jean Bosco
Nyundo Yonah
Nyirankundimana Christine
Kanzayire Yva
SIGNATURE
Member
Member
Procurement Officer
III. General Information
TENDER REF. N°:
No 039/S/11-OCB/NCHE
TITLE OF TENDER:
PRINTING AND BINDING BOOKS FOR NCHE
NUMBER OF LOTS:
1
SOURCE OF FUNDING:
Ordinary Budget
DATE OF THE TENDER NOTICE ISSUE /INVITATION FOR BIDS: 02/09/2011
NAME OF NEWSPAPER (S):
DATE OF SITE VISIT [if any]:
THE NEWTIMES, News Paper
N/A
DATE OF PRE-BID CONFERENCE, if any: N/A
DATE OF OPENING OF BIDS:
29//09/2011
NUMBER OF BIDDERS WHO RESPONDED: 4
START OF EVALUATION:
05/10/2011
END OF EVALUATION:
05/10/2011
16
IV. LIST OF THOSE WHO RESPONDED TO THE TENDER.
Name of bidder
GRAPHIC PRINT
SOLUTION
NUR
DIGITAL
TECHNOLOGY
IMPREMERIE PAPETERIE
NOUVELLE
IMPREMERIE AZ MEDIA
PLUS
Contact person
GATETE CHARLES
MINANI JEAN
Full Address
+25 252 573 256: Po. Box 351 Kigali
Rwanda
0788750114: Po. Box 7199 Kigali
Rwanda
0788524579: Po. Box 753 Kigali Rwanda
MUGAMBIRA J. PAUL
0788306003: Po. Box 648 Kigali Rwanda
BUGINGO IMMACULATE
V. SUMMARY OF BIDDS OPENING
Name and legal status of Bidder
Price with taxes
Rwf
Delivery period
Bid Security Rwf
GRAPHIC PRINT SOLUTION
3,320,000frw
14 days
64,400Frw
NUR DIGITAL TECHNOLOGIES
5,800,000frw
-
116,000Frw
2 weeks
80,000Frw
30 days
80,000Frw
IMPREMERIE
PAPETERIE 2,740,000frw
NOUVELLE
IMPREMERIE AZ MEDIA PLUS
3,399,800frw
17
VI. PRELIMINARY EVALUATION OF THE BIDS.
All bids were subjected to a preliminary evaluation to determine
whether they are complete and substantially responsive. The table
below summarises the findings of the preliminary evaluation.
Criteria of administrative
conformity
BIDDERS
GRAPHIC
PRINT
SOLUTIO
N
NUR
IMPREMERIE IMPREMERI
DIGITA PAPETERIE E AZ PLUS
L
NOUVELLE
TECHN
OLOGIE
S
-List of submitted documents.
PC
PC
PC
PC
- Bid duly signed, dated and sealed.
PC
PC
PC
PC
-A copy of the trade license; (related to PC
PC
PC
PC
PC
PC
PC
PC
-A valid tax clearance certificate issued by PC
PC
PC
PC
PC
PC
PC
PC
-References of similar tender (at least 3)
PC
PC
PC
PC
- Proof of Purchase of tender document.
PC
PC
PC
PC
the tender)
-The bid security of 2% of submitted
amount
Rwanda
Revenue Authority (original or a certified
copy);
-A valid clearance certificate issued by the
“Caisse Sociale du Rwanda”
(original or a certified copy);
18
-Written confirmation authorizing the PC
PC
PC
PC
ADTC
ADTC
ADTC
signature of the bid
to commit the bidder.
Acceptance for Detailed technical
evaluation
ADTC
Key of applied signs:
PC: Document Provided and fully Conforming to Tender document’s
requirements
NP: Document Not Provided at all.
PNC: Provided Not Conforming to Tender document’s requirements
ADTC: Accepted for Detailed Technical Evaluation
NADTC: Not accepted for detailed technical evaluation
All the bids were accepted for further Technical evaluation
GRAPHIC PRINT SOLUTION
NUR DIGITAL TECHNOLOGIES
IMPREMERIE PAPETERIE NOUVELLE
IMPREMERIE AZ PLUS
All bidders mentioned above their administrative documents were
provided and fully confirming to the Tender document’s requirements
VIII. FINANCIAL EVALUATION OF THE BIDS
The bid was in Rwf
TABLE A
Bidder
GRAPHIC PRINT
SOLUTION
NUR
DIGITAL
TECHNOLOGIES
IMPREMERIE PAPETERIE
NOUVELLE
IMPREMERIE A-Z MEDIA
Amount before correction of Amount after4 correction of
errors
errors
3,320,000frw
3,320,000frw
5,800,000frw
5,800,000frw
2,740,000frw
2,740,000frw
3,399,800frw
3,399,800frw
19
PLUS
NOTE:
There is no discount indicated in the bidders offer.
IX. CONCLUSION AND RECOMMENDATION FOR THE TENDER AWARD
Following the above evaluation, members of the evaluation committee
recommend that the tender Printing and Binding books for NCHE be
awarded to; IMPREMERIE PAPETERIE NOUVELLE for the total amount not
to exceed Two Million Seven Hundred Forty Thousand Rwandan Francs
(2,740,000 RWF) all taxes inclusive.
X. ANNEXES
1. Bids Opening report
20
21
THE REPUBLIC OF RWANDA
NATIONAL COUNCIL FOR HIGHER EDUCATION (NCHE)
BIDS EVALUATION REPORT FOR SERVICE (NON CONSULTANCE)
Title of Tender:
HOTEL SERVICES( Use of
Conference Hall for NCHE
Training Staff)
Tender Reference Number:
No 041/S/11-RQ/NCHE
Procurement Method:
REQUEST FOR QUOTATION
Date of Issue:
13/10/2011
BIDS EVALUATION REPORT FOR GOODs
I. Background
Following the opening of the tender for Hotel Services, an evaluation committee was
set up composed of the members mentioned below.
II. Members of the Evaluation Committee
NAMES
INSTITUTION/ORGANISATION
DESIGNATION
Sindayigaya Samuel
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
National Council For Higher Education
(NCHE)
President of the
Tender Committee
Member
Nyandwi Jean Bosco
Nyundo Yonah
Nyirankundimana Christine
Kanzayire Yva
SIGNATURE
Member
Member
Procurement Officer
III. General Information
TENDER REF. N°:
No 041/S/11-RQ/NCHE
TITLE OF TENDER:
HOTEL SERVICES
NUMBER OF LOTS:
N/A
SOURCE OF FUNDING:
Ordinary Budget
DATE OF THE TENDER NOTICE ISSUE /INVITATION FOR BIDS: N/A
NAME OF NEWSPAPER (S):
N/A
DATE OF SITE VISIT [if any]:
N/A
DATE OF PRE-BID CONFERENCE, if any: N/A
DATE OF OPENING OF BIDS:
13//10/2011
NUMBER OF BIDDERS WHO RESPONDED: 1
START OF EVALUATION:
13/10/2011
END OF EVALUATION:
13/10/2011
23
V. SUMMARY OF BIDDS OPENING
Name of bidder
HOTEL TOPTOWER
Contact person
Full Address
THADEE
NDAMAGE Tel0788301225 Kigali Rwanda
MUSONI
Name and legal status of Bidder
Price with taxes
Rwf
Delivery period
Bid Security Rwf
HOTEL TOPTOWER
700,000RWF
N/A
N/A
Criteria of administrative
conformity
BIDDERS
Trading License Certificate
PC
Tax clearance-Caisse Sociale
PC
Rwanda Revenue certificate
PC
Acceptance for Detailed technical
evaluation
ADPE
VI. PRELIMINARY EVALUATION OF THE BIDS.
All bids were subjected to a preliminary evaluation to determine whether they are
complete and substantially responsive. The table below summarises the findings of
the preliminary evaluation.
Comment:
Document Provided by HOTEL TOPTOWER are fully Conforming to Tender document’s
requirements.
24
Key of applied signs:
PC: Document provided and fully conforming to Tender document’s requirements
NP: Document not provided at all.
PNC: Provided Not Conforming to Tender document’s requirements
ADTC: Accepted for Detailed Technical Evaluation
NADTC: Not accepted for detailed technical evaluation
VIII. FINANCIAL EVALUATION OF THE BIDS
The bid was in Rwf
TABLE A
Bidder
Amount before correction of
errors
Amount after5
correction of errors
HOTEL TOPTOWER
700,000RWF
700,000RWF
NOTE:
There is no discount indicated in the bidders offer.
IX. CONCLUSION AND RECOMMENDATION FOR THE TENDER AWARD
Following the above evaluation, members of the evaluation committee recommend
that the tender of Use of CONFERENCE HALL for NCHE training Staff be awarded to
HOTEL TOPTOWER for the total amount not to exceed Seven Hundred thousand
Rwandan Francs (700,000 RWF) all taxes inclusive.
X. ANNEXES
1. Bids Opening report
25
26