LGED Tender Banner

GOVERNMENT OF THE PEOPLE’S REPUBLIC OF BANGLADESH

 

LOCAL GOVERNMENT ENGINEERING DEPARTMENT

 

 

MODEL TENDER DOCUMENT FOR PROCUREMENT OF WORKS

(National Open Tendering Method)

 

Procurement Of

 

 

 

 

 

[The procurement package title ideally mentions the nature of work and the area where the work will be performed.

Re-construction Of 3(Three) nos.(Sthal, Shahapur & Bejpara GPS) One Storied Primary School Building Having Four Storied Foundation Including Furniture Supply & Construction Of Toilet At Chatmohar Upazila Under Pabna District ]

 

 

 

 

Name of Program: Third Primary Education Development Program

                                 (PEDP-III)

 

Package No       : PEDP-III / PBN/CHA/2011-12/ W2.0215

 

IFT No.                :05/11-12

 

Issued To          :

 

Issued on           :

 

 

 

 

 

 

 

 

 

 

Invitation for Tenders(NCB)/o5/2011-2012

Government of the People’s Republic of Bangladesh

Ministry of Local Government, Rural Development and Co-operatives(Local Government Division)

Local Government Engineering Department

1.

Procuring Entity & Code:

Upazila Engineer, Upazila: Chatmohar, District: Pabna

2.

Procuring Entity District:

Pabna

3.

Invitation for:

 Re-Construction of Sthal, Shahapur & Bejpara GPS including  Furniture Supply

4.

Invitation Ref. No.:

LGED/PEDP/S-08/ 2012/ 911(483)

5. Date:

07-03-2012

6.

Procurement Method:

NOTM

 

 

7.

Source of Funds:

Funds from Government of Bangladesh

8.

Development Partners:

ADB, IDA, DFID, EU, AUSAID, JICA, CIDA, SIDA

9.

Program Name (Code):

Third Primary Education Development Program (PEDP-III)

10.

Tender Package No:

PEDP-III/PBN/CHA/2011-12/W2.0215

11.

Tender Package Name:

Re-Construction of Sthal, Shahapur & Bejpara GPS including  Furniture Supply

12.

Tender Publication Date:

06-04-2012

13.Tender Last Celling Date

29-04-2012

14.

Tender Closing Date:

30-04-2012

Time:

12.00 Noon

15.

Tender Opening Date:

30-04-2012

Time:

1.00 P.M.

16.

Name & Address of Selling Tender Documents:

Office of The Executive Engineer, LGED, District: Pabna

Office of The Upazila Engineer, LGED, Upazila: Chatmohar, District: Pabna.

Office of The Upazila Engineer, LGED, Upazila: Bhangoora/Faridpur, District: Pabna.

17.

Name & Address of Receiving  Tender Documents:

Office of The Upazila Engineer, LGED, Upazila: Chatmohar, District: Pabna.

18.

Name & Address of  Opening  Tender Documents:

Office of The Upazila Engineer, LGED, Upazila: Chatmohar, District: Pabna.

19.

Place of Pre-Tendering Meeting:

Office of The Upazila Engineer, LGED, Upazila: Chatmohar, District: Pabna.

Date & Time:

18-04-2012

10.00 A.M.

20.

Eligibility of Tenderer:

As described in Tender Document

21.

Description of Work:

Re-Construction of Sthal, Shahapur & Bejpara GPS includidng Furniture Supply.

22.

Price of Tender Docudment(Tk.)

Tk. 3000.00

23.

Name of Official Inviting Tender:

Upazila Engineer, LGED, Upazila: Chatmohar, District: Pabna.

24.

Designation of Official Inviting Tender:

Upazila Engineer, LGED, Upazila: Chatmohar, District: Pabna.

25.

Address of Official Inviting Tender:

Office of The Upazila Engineer, LGED, Upazila: Chatmohar, District: Pabna.

26.

Contact Detail of Official Inviting Tender:

 Upazila Engineer, LGED, Upazila: Chatmohar, District: Pabna.

 

Email:

ue.chatmohar

@ lged. govt. bd

Fax:..............

Phone: 0732456191

 

 

MD. MONIRUL ISLAM

   Upazila, Engineer

    Chatmohar, Pabna.

 

 

Tender Notice/1

Section 2.    Tender Data Sheet

ITT Clause

Amendments of, and Supplements to, Clauses in the Instructions to Tenderers

A.            General

ITT 1.1

The Procuring Entity is :

(i)     Upazila Engineer, LGED

       Upazila: Chatmohar, District: Pabna

The Name of the Tender is: Re-Construction

 Brief Description of the Works  : Re-construction Of 3(Three) nos.(Sthal, Shahapur & Bejpara GPS) One Storied Primary School Building Having Four Storied Foundation Including Furniture Supply & Construction Of Toilet At Chatmohar Upazila Under Pabna District ]

Tender Ref  : LGED/PEDP/S-08/2012/911(4836) Dt. 03-07-2012

ITT 3.1

The source of public funds is Government of Bangladesh.

 

ITT 3.3

The names of the Development Partners are :

Asian Development Bank (ADB)

International Development Association (IDA)

Australian Agency for International Development (AusAID)

Canadian International Development Agency (CIDA)

Department for International Development (of the United Kingdom) DfID

European Union(EU)

Japan International Cooperation Agency (JICA)

Swedish International Development Agency (SIDA)

ITT 5.1

Tenderers from the following countries are not eligible : Israel

ITT 6.1

Materials, Equipments and associated services from the following countries are not eligible: Israel

B.            Tender Document

ITT 8.2

The following are authorised agents of the Procuring Entity for the purpose of issuing the Tender Document:

(a)   (Concerned) Executive Engineer, LGED; District : Pabna

Phone: 073166133 Fax No. : ......................., e-mail address : ......................

(b)(Procuring Entity) Upazila Engineer, LGED;

    Upazila: Chatmohar, District : Pabna

Fax No. : ......................., e-mail address : ue. chatmohar @ lged. govt. bd

(c)(Adjacent) Upazila Engineer, LGED;

    Upazila: Bhangoora & Faridpur, District : Pabna

Fax No. : ......................., e-mail address : ue. bhangoora @ lged. govt. bd /

ue. faridpur @ lged. govt. bd

 ITT 9.1

For clarification of Tender Document  purposes only, the Procuring Entity’s address is:

 

 (a)Upazila Engineer, LGED; Upazila:Chatmohar, District : Pabna

Fax No. : ......................., e-mail address: ue. chatmohar @ lged. govt. bd

and contact Procuring Entity within ..........................................

 

ITT 10.1

A Pre-Tender meeting  shall  be held at Office of :

 

(a)Upazila Engineer, LGED; Upazila:Chatmohar, District : Pabna

 

Time: 10.00am  & Date : 18-04-2012

C.      Qualification Criteria

ITT 14.1

(a)

The minimum number of years of general experience of the Tenderer in the construction works as Prime Contractor or Subcontractor or Management Contractor shall be 5(Five) years.

ITT 14.1 (b)

The minimum specific experience as a Contractor be at least 1(One) contract of similar nature, complexity and methods/construction technology successfully completed within the last 5(Five) years, each with a value of at least 50% of the estimated amount.

ITT 15.1 (a)

 

The required average annual construction turnover (AACT) is Tk. 1.24 Crore

The required average annual construction turnover(AACT) may be calculated as ”V/T”, where “V” is the estimated amount and “T” is the duration of contract, over 1 year.

[Example : For a work of estimated amount Tk 1(One) crore for a period of 15 months, AACT= 1 crore / (15month/12month)= Tk 80 Lakh]

 

ITT 15.1 (b)

The minimum amount of liquid assets or working capital or credit facilities of the  Tenderer shall be Tk 38,55,000.00

ITT 15.1 (c)

 

All pending litigation shall in total not represent more than 50% of the Tenderer’s net worth.(The percentage may be increased to 100%)

ITT 16.1(a),

A Construction Project Manager, Engineer, and other key staff shall have the following qualifications and experience:

No

Position

Total Works Experience (years)

In Similar Works Experience

(years)

 

Construction / Project Manager

5 (Five)

3(Three)

 

Construction Engineer

5 (Five)

3(Three)

 

Work Supervisor

5 (Five)

3(Three)

Note: Project Manager Will Be Graduate,  While Construction Engineer will be Diploma Engineer, Work Supervisor Will Be HSC passed

ITT 17.1

The Tenderer shall own or have proven access to hire or lease of the major construction  equipments, in full working order as follows :

No

Equipment Type and Characteristics

Minimum Number

 Required

1.

Mixer Machine

01(One)

2.

Vibrator

01(One)

3.

Plate Compactor

01(One)

ITT 18.1

 

The value of non-judicial stamp for execution of the Joint Venture agreement shall be Tk 300.00(Taka  Three Hundred)

 

 

 

ITT 18.2

 

The minimum qualification requirements of Leading Partner and other Partner(s) of a JVCA shall be as follows :

TDS Clauses References 

 Requirements  by summation

Requirements  for Leading Partner

Requirements for other Partner(s)

ITT-14.1(a)

Summation not applicable

Same as stated in TDS

Same as  for

Leading Partner

ITT-14.1(b)

100%

At least one Contract

 

Not applicable

ITT-15.1(a)

100%

40%

25%

 

 

 

 

ITT-15.1(b)

100%

40%

25%

ITT-16.1(a)

100%

 Not applicable

Not applicable

ITT-17.1

100%

 Not applicable

Not applicable

ITT 19.3

The Nominated Subcontractor(s) named [insert name(s)] shall execute the following specific components of the proposed Works : None

D.     Tender Preparation

ITT 24.1 (l)

The Tenderer shall submit with its Tender the following additional documents :

·          Valid Trade Licence;

·          VAT Registration;

·          TIN Number;

·          Nationality Certificate;

·          Business Address;

·          Litigation History If Any

·          Photocopy of Tender Documents Purchasing Money Receipt.

ITT 26.1

Alternatives will not be permitted.

ITT 26.2

There shall not be alternative times for completion of the Works.

ITT 26.4

Alternative technical solutions for any parts of works will not be permitted.

ITT 27.09

The prices quoted by the Tenderer shall be fixed for the duration of the Contract.

ITT 28.1

The currency of the Tender shall be :   Bangladesh Taka

ITT 31.1

The required Technical Proposal shall include the following additional information:

§         Work Plan      

ITT 33.1

The Tender Validity period shall be 120 days.

ITT 35.1

 

The amount of the Tender Security shall be Tk 3,09,000.00 As Fixed Amount]  in favour of  

Upazila Engineer, LGED

Upazila: Chatmohar, District : Pabna

ITT 40.1

In addition to the original of the Tender, 1(One) copy shall be submitted.

 

 E.    Tender Submission

ITT 41.2(e)

The inner and outer envelopes shall bear the following additional identification marks:

The inner and outer envelopes shall bear the following additional identification marks:

(a)      Attention: The upazila Engineer, LGED

           Upazila :Chatmohar, District : Pabna

 (b) Name of the tender is Re-construction Of 3(Three) nos.(Sthal, Shahapur & Bejpara GPS) One Storied Primary School Building Having Four Storied Foundation Including Furniture Supply & Construction Of Toilet At Chatmohar Upazila Under Pabna District and the tender number ......LGED/PEDP/S-08/2012/911(483)  (To be taken from Administrative Approval Letter)

(c) IFT No. : 05/11-12

(d) Do Not Open Before Time: 1.00pm, Date: 30-04-2012.

ITT 42.1

For Tender submission purposes only, the Procuring Entity’s address is:

 

Office of The Procuring Entity / Upazila Engineer, LGED

               Upazila : Chatmohar, District : Pabna

The deadline for the submission of Tenders is :

Time & Date: Time: 12.00Noon  & Dt.30-04-2012

(After minimum 21 days from publication of IFT)

F.      Tender Opening and Evaluation

ITT 48.1

 

The Tender opening shall take place at :

Address :

Office The Procuring Entity / Upazila Engineer, LGED

           Upazila : Chatmohar, District : Pabna

Time & Date : 1.00Noon  & Dt.30-04-2012

(Within 1 hour of deadline of tender submission)

G.      Contract Award

ITT 64.1

 

The amount of Performance Security shall be 5 (five) percent of the Contract Price.

 

ITT 68.1

The Adjudicator proposed by the Procuring Entity is  ......................................

The hourly fee shall be Tk ................................. and the reimbursable expenses shall be limited to ........................................

 

The biographical data of the Adjudicator is :

............................................................................

.............................................................................

 


Section 4.       Particular Conditions of Contract

GCC Clause

Amendments of, and Supplements to, Clauses in the General Conditions of Contract

GCC 1.1(j)

The Contractor is :

Name  : .....................................

Address  : .....................................................

Name of authorized representative: ...................

GCC 1.1(s)

The names of the Development Partners are :

Asian Development Bank (ADB)

International Development Association (IDA)

Australian Agency for International Development (AusAID)

Canadian International Development Agency (CIDA)

Department for International Development (of the United Kingdom) DfID

European Union(EU)

Japan International Cooperation Agency (JICA)

Swedish International Development Agency (SIDA)

GCC 1.1(ee)

The Procuring Entity is;

(i)      Upazila Engineer, LGED

       Upazila: Chatmohar, District: Pabna

GCC 1.1(ff)

The Project Manager is :

Name: .....................................

Address: .....................................................

Name of authorized representative: ...................

GCC 1.1 (aa)

The initial Contract price is Taka............................... (Taka.................................................................................................................)

GCC 1.1(x)

The Intended Completion Date for the whole of the Works shall be

 

GCC 1.1(hh)

The Site is located at ............................... and is defined in drawings No: 

.....................................

GCC 1.1(kk)

The Start Date shall be  ............................................

GCC 1.1(oo)

The Works consist of Construction of  Re-construction Of 3(Three) nos.(Sthal, Shahapur & Bejpara GPS) One Storied Primary School Building Having Four Storied Foundation Including Furniture Supply & Construction Of Toilet At Chatmohar Upazila Under Pabna District (Name of work)

GCC 2.5

The Sectional Completion Dates are :

Not Applicable.

 

GCC 3.1

The Procuring Entity’s address for the purpose of communications under this contract is :

 

(a)Upazila Engineer, LGED;     Upazila : Chatmoahr, District: Pabna

Fax No. : .......................,

E-mail address: ue.chatmohar & lged. govt. bd

 

The Contractor’s address for the purpose of communications under this contract is :

Contact person : ..................................................................................

Address:  ...............................................................................

Tel: ..........................................................................

Fax : ......................................................

e-mail address : ..............................................

GCC 6.1 (j)

Other documents forming part of the Contract are; 

·          Work Plan

GCC 9.1

A Contractor or a Subcontractor must be eligible under development Partners, that is a national of, or registered in, all countries except the following countries :

Israel

GCC 9.2

Materials, Equipments Plants and supplies shall not have their origin in  the following countries:

Israel

GCC 13.1

 

Possession of the Site or part(s) of the Site, to the Contractor shall be given on the following date(s) :

........................................ 

GCC 19.1

Following Key Personnel to carry out the functions stated in the Schedule shall be employed by the Contractor :

...............................

GCC 21.1

Nominated Subcontractor(s)  named below : Not Applicable

GCC 23.1

The Contractual matters between the Procuring Entity and the Contractor shall be decided by  : . Not Applicable

GCC 37.1

The minimum insurance cover shall be:

(a)

The maximum deductible for insurance of the Works and of Plant and Materials is Tk............................  [the contractor shall provide this amount at the time of contract signing] (at least 0.5% of the contract price)

(b)

The minimum cover for insurance of the Works and of Plant and Materials of the value of the works is equivalent to the contract price.

(c)

The maximum deductible for insurance of Equipment is Taka......................... [the contractor shall provide this amount at the time of contract signing] (Not less than 0.2 Million in BDT)

(d)

The minimum cover for loss or damage to Equipment is Taka of the replacement value of the equipment is 55 Million in BDT.

(e)

The maximum deductible for insurance of other property is Taka.................. [the contractor shall provide this amount at the time of contract signing] (Not less than 0.5 Million in BDT)

(f)

The minimum cover for insurance of other property is 160 Million in BDT.

(g)

The minimum cover for personal injury or death insurance :

(i) for the Contractor’s employees is as per the law and common practice in Bangladesh.

(ii) and for third parties is as per the law and common practice in Bangladesh.

GCC 40.1

 Commencement Date of Works shall be as follows :

.............................................................................

GCC 42.1

The Contractor shall submit a Programme for the Works within 14 (Fourteen) days of signing the Contract.

GCC 42.2

The period between Programme updates is  Quarterly

GCC 42.3

The amount to be withheld for late submission of an updated Programme is Tk100,000-/-(Taka One Lakh)

GCC 57.1

The Defects Liability Period is 12(Twelve) months

GCC 58

In addition, the Engineer may correct a defect using the retention money, retained from each payment in accordance with GCC 72

GCC 63

The rates for non tendered item of work shall be determined by the Engineer in charge as per LGED approved Rate Schedule of the contract year. If the particular item of work is not included in LGED Rate Schedule, analyzed rate approved by by the employer shall be used. Such approval shall be required prior to execution of the particular item

GCC 63.1 and 63.2

If the Engineer in charge decides to adjust rates, the rates shall be adjusted following approved LGED Rate Schedule of the year of contract.

Contractor’s quotation shall not be requested for adjusting rates or fixing new rates.

GCC 66.3

The particulars of the Bank Account nominated  are as follows :

Title of the Account   :     ………………………………

Name of the Bank     :     ………………………………………..

Name of the Branch  :     …………………………….

Account Number       :     ………………………….

Address                     :     …………………………………….

Fax                            :

e-mail address         

GCC 69.1(m)

The following additional events shall also be the Compensation Events :None

GCC 71.1

The Contract is not subject to price adjustment.

GCC 72.1

The proportion of payments to be retained is 5 (Five) percent from each progressive payment & 10% from final account (Total final billed amount).

GCC 73.1

The amount of Liquidated Damages or in other words Delay Damages for the incomplete Works or any part thereof is 0.01 (Zero point zero one) percent of its Contract price per day of delay.

 

The maximum amount of Liquidated Damages for the uncompleted Works or any part thereof is 10 (Ten) percent of the final Contract price of the whole of the Works.

GCC 74.1

The Bonus for the whole of the Works is ................. percent of the final Contract price per day: Not Applicable

The maximum amount of Bonus for the whole of the Works is .................. percent of the final Contract price: Not Applicable

 

GCC 75.1

The Advance Payment : Not Applicable

GCC 77.2

The percentage for adjustment  of Provisional Sums is  : Not Applicable

GCC 84.1

The date by which “as-built” drawings are required is .................................

 

The date by which operating and maintenance manuals are required is ....................

GCC 84.2

The amount to be withheld for failing to produce “as-built” drawings and/or operating and maintenance manuals by the date required is Tk ............................

GCC 90.1

The percentage to apply to the contract value of the works not completed, representing the Procuring Entity’s additional cost for completing the uncompleted Works, is 10 (Ten) percent.

GCC 94.2 (b)

The Adjudicator jointly appointed by the parties is :

Name:.......................

Address:.......................

Fax No:......................

e-mail address:..................

GCC 94.2(b)

In case of disagreement between the parties, the Appointing Authority for the Adjudicator is the Secretary, Local Government Division, Ministry of Local Government, Rural Development & Cooperative, Bangladesh Secretariat, Dhaka, Bangladesh.

GCC 94.3 (b)

The arbitration shall be conducted in the place mentioned below;

LGED Bhaban

Agargaon, Sher-e-Bangla Nagar

Dhaka-1207