LGED Tender Banner

Government of the Peoples Republic of Bangladesh

Local Government Engineering Department

Office of the Executive Engineer

District: Rangamati.

www.lged@gov.bd

Memo No. LGED/XEN/Rangamati/15-16/63                                                                                    Date: 26.01.2016

Invitation for Bids-02/2015-16

 

Date:

26 January 2016

Loan No.

and Title:

2763-BAN(SF): Second Chittagong Hill Tracts Rural Development Project

Contract No. and Title:

Package Nos:-

1. W-CHTII-RANG-Kaw-UNR/04A

2. W-CHTII-RANG-Kaw-UNR/04B

3. W-CHTII-RANG-Kaw-UNR/04C

Deadline for Submission of  Bids:

09 March 2016; 2:00 pm (local time)

 

1.   Government of Bangladesh has received a loan from the Asian Development Bank (ADB) towards the cost of Second Chittagong Hill Tracts Rural Development Project. Part of this financing will be used for payments under the contracts named above. Bidding is open to Bidders from eligible source countries of the ADB. 

 

2.   The Local Government Engineering Department (LGED) (“the Employer”) invites sealed bids from eligible Bidders for the Procurement of Road Construction Works for Three (3) packages as detailed below. Bidders may bid for one or several packages.

Package No.

Description of Work

Time for Completion (days)

W-CHTII-RANG-Kaw-UNR/04A

Improvement of Betbunia Chairy Bazar to Bara Aoulia-Shantirhat Road by Bituminous Carpeting (Ch: 3070 to 5210m); under  Kawkhali Upazila, Dist: Rangamati.

529

W-CHTII-RANG-Kaw-UNR/04B

Improvement of Betbunia Chairy Bazar to Bara Aoulia-Shantirhat Road by Bituminous Carpeting (Ch: 5210 to 5650m); under Kawkhali Upazila, Dist: Rangamati.

529

W-CHTII-RANG-Kaw-UNR/04C

Improvement of Betbunia Chairy Bazar to Bara Aoulia-Shantirhat Road by Bituminous Carpeting (Ch: 5650 to 7750m); under Kawkhali Upazila, Dist: Rangamati.

529














 

 

3.    National Competitive Bidding (NCB) will be conducted in accordance with ADB’s Single Stage: One-Envelope procedure and is open to all Bidders from eligible source countries as described in the Bidding Document.

 

4.    The following pass-fail qualification criteria are disclosed to enable potential Bidders in making an informed decision whether to pursue the contract either as a single entity or in joint venture (JV):

 

i.                    Financial Performance: The Bidder should submit audited balance sheets for the last five (5) years. For JV, the balance sheet for each constituent entity should be submitted.

 

 

ii.                  Average annual construction turnover: Minimum average annual construction turnover for each Package based on total certified payments received for contracts in progress or completed over the last five (5) years are as follows:-

 

Package No.

Amount (million Taka)

W-CHTII-RANG-Kaw-UNR/04A

28.00 (Twenty Eight Point Zero)

W-CHTII-RANG-Kaw-UNR/04B

23.00 (Twenty Three Point Zero)

W-CHTII-RANG-Kaw-UNR/04C

27.00 (Twenty Seven Point Zero)

 

The single entity or all partners combined must meet the requirement. In case of JV, each partner must meet minimum 25% and one (lead) partner minimum 40% of this requirement;

 

iii.                Financial Resources: The minimum amount of Financial Resources for each Package are as follows:-

 

Package No.

Amount (million Taka)

W-CHTII-RANG-Kaw-UNR/04A

7.00 (Seven Point Zero)

W-CHTII-RANG-Kaw-UNR/04B

6.00 (Six Point Zero)

W-CHTII-RANG-Kaw-UNR/04C

7.00 (Seven Point Zero)

 

In case of JV, all partners combined must meet the requirement, while each partner must meet minimum 25% and one (lead) partner minimum 40% of these requirement; and

 

iv.                Similar Construction Experience: The Bidder must possess experience in implementing a minimum of one (1) similar contract during the last five (5) years, the value of which shall be minimum for each Package are as follows:-

 

Package No.

Amount (million Taka)

W-CHTII-RANG-Kaw-UNR/04A

22.00 (Twenty Two Point Zero)

W-CHTII-RANG-Kaw-UNR/04B

18.00 (Eighteen Point Zero)

W-CHTII-RANG-Kaw-UNR/04C

21.00 (Twenty One Point Zero)

 

5.         The Bidders may obtain further information from the Executive Engineer, LGED, Dist: Rangamati and inspect the Bidding Documents at the address given below from 10:00 A.M. to 5:00 P.M. (local time) in all working days up to 8th March 2016.

 

6.         The Bidding Document, in English language, may be purchased by the interested Bidders from the following offices upon payment of a non-refundable fee of Tk. 3,000 (Three Thousand only) per package by Cash or in the form of Pay Order/Treasury Chalan/Bank Draft in favor of Executive Engineer, LGED, Rangamati up to 8th March 2016:

 

 

a) Office of Executive Engineer

         Local Government Engineering Department

         North Kalindipur,

         District : Rangamati

         Telephone: 0351-63148 

         Electronic Mail Address: xen.rangamati @lged.gov.bd

 

 

 

 

 

 

      b) Office of Upazila Engineer

            Local Government Engineering Department

            Kawkhali, Rangamati.

 

7.   A pre-bid meeting will be held at the office of the Executive Engineer, LGED, Rangamati at the address given below, on 1st March 2016 at 11:00 A.M. (local time). Bidders’ representatives are invited and encouraged to attend the meeting.

 

8.  Deliver Bids: 

 

·         to Executive Engineer, LGED, North Kalindipur, Rangamati

 

·         on or before 2:00 PM on 9th March 2016 (local time).

 

·         together with a Bid Security in the amount as described in the Bidding Documents

   

The name and title of the procurement package shall be clearly marked on the outer surface of the envelope containing the full bid proposal i.e. “Bid offer for Improvement of Betbunia Chairy Bazar to Bara Aoulia-Shantirhat Road by Bituminous Carpeting” for Package No. W-CHTII-RANG-Kaw-UNR/04A or W-CHTII-RANG-Kaw-UNR/04B or W-CHTII-RANG-Kaw-UNR/04C.

 

9.  Bids will be opened at the same place at 2:15 P.M. (local time) on 9th March 2016 in the presence of the Bidders or Bidders’ representatives who choose to attend at undersigned office. Late submission of bids will be rejected and will be returned unopened.

 

10.  This IFB can also be found in the official web address of the Asian Development Bank (www.adb.org), Central Procurement Technical Unit (www.cptu.gov.bd) and Local Government Engineering Department (www.lged.gov.bd) respectively.

 

11.    LGED will not be responsible for any costs or expenses incurred by Bidders in connection with the preparation or submission of Bids.

 

 

 

 

 

 

(Md. Adnan Aktarul Azam)

Executive Engineer

LGED, Rangamati.

Tel: 0351-63148

E-mail: xen.rangamati@lged.gov.bd

 

 

 

 

 

 

 

 

 

 

 

 

Memo No. LGED/XEN/Rangamati/15-16/63/1(19)                                                                                   Date: 26.01.2016

                Copy for Kind information and necessary action:

 

1.            Chairman, Regional Council, Rangamati Hill District.

2.            Chief Engineer, LGED, LGED Bhaban, Agargaon,  Sher-e-Bangla nagar, Dhaka-1207.

3.            Additional Chief Engineer, LGED, Chittagong  Division, Chittagong.

4.            Chairman, Rangamati Zila Parishad, Rangamati Hill District.

5.            Country Directior, ADB, BRM, Dhaka.

6.            Director General, CPTU, Sher-e-Bangla nagar, Dhaka-1207.

7.            Mr. Nurul Alam, Member, Chittagong Hill Tracts, Regional Council, Rangamati Hill District.

8.            Superintending Engineer, LGED, Chittagong  Region, Chittagong.

9.            Project Director, CHTRDP-2, PMO, Rangamati.

10.          Project Director, CHTRDP-2, LGED, LGED Bhaban, Agargaon, Sher-e-Bangla nagar, Dhaka.

11.          Deputy Commissioner, District: Rangamati.

12.          Police Super, District: Rangamati.

13.          Upazila Chairman, Kawkhali, Rangamati.

14.          Road Engineer, CHTRDP-2, LGED, Rangamati.

15.          The Upazila Engineer, LGED, Upazila : Kawkhali,  District: Rangamati.

16..        The Editor, The Daily Samakal, 136, Tajgaon, Industrial Area, Dhaka-1208.. Please take necessary action for publication of Tender Notice attached herewith for one day in your widely circulated national daily Newspaper within 29.01.2016 in inner page concisely. Please send 3(Three) copies of published paper to the undersigned within 3(three) days after publication of Tender Notice.

17.          The Editor, The New Nation, Ittefaq Bhaban, 1 RK Mission Road, Dhaka-1203. Please take necessary action for publication of Tender Notice attached herewith for one day in your widely circulated national daily Newspaper within 29.01.2016 in inner page concisely. Please send 3(Three) copies of published paper to the undersigned within 3(three) days after publication of Tender Notice.

18.          Notice Board.

 

 

 

 

 

 

 

(Md. Adnan Aktarul Azam)

Executive Engineer

LGED, Rangamati.

Tel: 0351-63148

E-mail: xen.rangamati@lged.gov.bd