GOVERNMENT OF THE PEOPLE’S
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 :
Government of the People’s
Republic of |
|||||||||
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: |
|
|||||
6. |
Procurement
Method: |
NOTM |
|
|
|||||
7. |
Source
of Funds: |
Funds from Government of |
|||||||
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: |
|
13.Tender Last Celling Date |
|
|||||
14. |
Tender
Closing Date: |
|
Time: |
12.00 |
|||||
15. |
Tender
Opening Date: |
|
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: |
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
|
||||||||||||||||||||||||||||||||||
|
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. |
||||||||||||||||||||||||||||||||||
ITT 3.1 |
The source of public funds is Government of
Bangladesh. |
|||||||||||||||||||||||||||||||||
|
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 European Union(EU) Japan International Cooperation Agency (JICA) Swedish International Development Agency (SIDA) |
|||||||||||||||||||||||||||||||||
ITT 5.1 |
Tenderers
from the following countries are not eligible : |
|||||||||||||||||||||||||||||||||
|
Materials, Equipments and associated services from
the following countries are not eligible: |
|||||||||||||||||||||||||||||||||
B. Tender Document
|
||||||||||||||||||||||||||||||||||
|
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 |
|||||||||||||||||||||||||||||||||
|
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 .......................................... |
|||||||||||||||||||||||||||||||||
|
A Pre-Tender meeting
shall be held at Office of : (a)Upazila Engineer, LGED; Upazila:Chatmohar,
District : Pabna Time: 10.00am
& Date : |
|||||||||||||||||||||||||||||||||
C. Qualification Criteria
|
||||||||||||||||||||||||||||||||||
(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] |
|||||||||||||||||||||||||||||||||
|
The minimum amount of liquid assets or working
capital or credit facilities of the Tenderer shall be Tk
38,55,000.00 |
|||||||||||||||||||||||||||||||||
|
All pending litigation shall in total not represent
more than 50% of the Tenderer’s net worth.(The
percentage may be increased to 100%) |
|||||||||||||||||||||||||||||||||
|
A Construction Project Manager, Engineer,
and other key staff shall have the following qualifications and experience:
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 :
|
|||||||||||||||||||||||||||||||||
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 :
|
|||||||||||||||||||||||||||||||||
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. |
|||||||||||||||||||||||||||||||||
|
Alternatives will not be permitted. |
|||||||||||||||||||||||||||||||||
ITT 26.2 |
There
shall not be alternative times for completion of the Works. |
|||||||||||||||||||||||||||||||||
|
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. |
|||||||||||||||||||||||||||||||||
|
The currency of the Tender shall be : Bangladesh Taka |
|||||||||||||||||||||||||||||||||
ITT 31.1 |
The
required Technical Proposal shall include the following additional
information: §
Work Plan |
|||||||||||||||||||||||||||||||||
|
The
Tender Validity period shall be 120 days. |
|||||||||||||||||||||||||||||||||
|
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 |
|||||||||||||||||||||||||||||||||
|
In addition to the original of the Tender, 1(One)
copy shall be submitted. |
|||||||||||||||||||||||||||||||||
E. Tender Submission
|
||||||||||||||||||||||||||||||||||
|
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: |
|||||||||||||||||||||||||||||||||
|
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
|
||||||||||||||||||||||||||||||||||
|
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
|
||||||||||||||||||||||||||||||||||
|
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 : ............................................................................ ............................................................................. |
|||||||||||||||||||||||||||||||||
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 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 ..................................... |
|
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 : |
|
GCC 9.2 |
Materials,
Equipments Plants and supplies shall not have their origin in the following countries: |
|
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 (ii)
and for third parties is |
|
GCC 40.1 |
Commencement Date of Works shall be as
follows : ............................................................................. |
|
GCC 42.1 |
The
Contractor shall submit a Programme for the Works within |
|
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 |
|
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 |
|
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, |
|
GCC
94.3 (b) |
The
arbitration shall be conducted in the place mentioned below; LGED
Bhaban Agargaon, Sher-e-Bangla
Nagar Dhaka-1207 |