Government of the People’s Republic of
Bangladesh
Local Government Engineering Department
District:
Khagrachari.
www.lged.gov.bd
Memo No.: LGED/XEN(KHAG)/Tender-15(Part-2)/2013/601 Date: 26-05-2015.
Invitation for Bids (IFB No:
04/2014-2015)
Date:
|
26 May 2015 |
Loan
No. and Title: |
2763-BAN: Second Chittagong
Hill Tracts Rural Development Project |
Contract
No. and Title: |
Package No:-
W-KHA-Moh-UNR/05A and W-KHA-Moh-UNR/05B |
Deadline
for Submission of Bids: |
02 July 2015; 2:00 pm |
1. Bangladesh has received a loan from the
Asian Development Bank (ADB) towards the cost of Second Chittagong Hill
Tracts Rural Development Project, ADB Loan 2763- BAN (SF).
2. The Local Government Engineering Department
(LGED) invites sealed bids from eligible bidders for the Procurement of Road
Construction Works for two (2) packages. Details of these packages are provided
below:
Package No. |
Delivery Points |
W-KHA-Moh-UNR/05A |
Improvement of Sindukchari
Union H/Q-Dullahati GC via Chailyatali Road (Ch: 763-2713 m) by Bituminous
Carpeting; under Mohalchari Upazila, Dist: Khagrachari. |
W-KHA-Moh-UNR/05B |
Improvement of Sindukchari
Union H/Q-Dullahati GC via Chailyatali Road (Ch: 2713-5513 m) by Bituminous
Carpeting; under Mohalchari Upazila, Dist: Khagrachari. |
Bidders may
bid for one or both contracts, as further defined in the bidding document.
Bidders wishing to offer discounts in case they are awarded more than one
contract will be allowed to do so provided those discounts are included in the
Letter of Bid.
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.
Procurement of works will be in strict conformity with the Approved Design,
Technical Specifications, and Work Schedule provided in the bidding documents.
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 Package 05A is Tk. 64.80 million (Taka
Sixty Four Point Eight Zero million) and for Package 05B is Tk. 61.30 million (Taka
Sixty One Point Three Zero million) based on total certified payments received for contracts
in progress or completed over the last five (5) years. 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: For
Package 05A minimum Tk. 13.50 million (Taka Thirteen Point Five Zero million) and
for Package 05B minimum Tk. 12.80 million (Taka Twelve Point Eight Zero million)
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, the
value of which shall be minimum Tk. 43.20 million (Taka Forty Three Point Two
Zero million) for Package 05A and shall be minimum Tk. 40.90 million (Taka
Forty Point Nine Zero million) for
Package 05B during the last five (5) years.
5. The
Bidders may obtain further information from the Executive Engineer, LGED, Dist:
Khagrachari and inspect the Bidding Documents at the address given below from
10:00 A.M. to 1:00 P.M. (local time) in all working days up to 1st July
2015.
6. The Bidding Document, in English language,
may be purchased by the
interested bidders from the office of Executive Engineer, LGED, Khagrachari upon
payment of a non-refundable fee of Tk.
4,000 (Taka Four Thousand) per package only in the form of Pay Order/Treasury Chalan/Bank
Draft/Cash in favor of Executive Engineer, LGED, Khagrachari from the places
mentioned below up to 1st July
2015.
7. A pre-bid
meeting will be held at the office of the Executive Engineer, LGED, Khagrachari at the address given below, on 24 June 2015 at 11:00
A.M. (local time). Bidders’ representatives are invited and encouraged to
attend the meeting.
8. Deliver Bids:
(Page-02)
·
to Executive Engineer, LGED, Narayan
Khaiya, Khagrachari
·
at or before 2:00
PM on 02 July 2015 (local time).
·
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
Sindukchari Union H/Q-Dullahati GC via Chailyatali Road by Bituminous Carpeting”
Package No. W-KHA-Moh-UNR/05A or W-KHA-Moh-UNR/05B.
·
All Bids must be
accompanied by a Bid Security. For Package No. W-KHA-Moh-UNR/05A the bid
Security is Tk 1.08 million (Taka One Point Zero Eight million) and For Package No. W-KHA-Moh-UNR/05B the bid
Security is Tk 1.02 million (Taka One Point Zero Two million).
9. Bids will
be opened at the same place at 2:15 P.M. (local time) on 02 July 2015
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 Local
Government Engineering Department (www.lged.gov.bd), Central Procurement Technical Unit (www.cptu.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.
12.
Notification of award will be issued subject to availability of budget.
13. The
Project authority reserves the right to accept or reject any or all the bids
without assigning any reason whatsoever.
(Md. Mostafa Hassan)
Executive Engineer
LGED, Khagrachari.
Tel: 0371-61882
E-mail: xen.khagrachari@lged.gov.bd
Memo No.: LGED/XEN(KHAG)/Tender-15(Part-2)/2013/601/1(25) Date: 26-05-2015.
Copy forwarded for information and necessary action
please to:
1. The
Chief Engineer, LGED, LGED Bhaban, Agargaon, Sher-e-Bangla Nagar, Dhaka-1207.
2. The
Director General, CPTU, IMED, Block-12, 2nd Floor, Sher-e-Bangla Nagar,
Dhaka-1207.
3. The
Superintending Engineer (PM&E), LGED, LGED Bhaban, Agargaon, Sher-e-Bangla Nagar, Dhaka-1207
4. The
Superintending Engineer, LGED, Chittagong Region, District: Chittagong
5. The
Project Director, CHTRDP-II, Regional Council, Chittagong Hill Tracts,
Rangamati.
6. The
Project Director, Rural Roads, CHTRDP-II, LGED Bhaban(Level-8), Agargaon, Dhaka.
7. The
Deputy Commissioner, District: Khagrachari
8. The
Superintendent of Police, District: Khagrachari
9. Asian
Development Bank (ADB), Bangladesh Resident Mission (BRM)
10. The Assistant Engineer, GIS Unit, LGED, LGED
Bhaban(Leve-4), Agargaon, Dhaka-1207. He
is requested to publish The e-Tender Notice on the LGED website.
11. The
Upazila Engineer, LGED, Upazila: Mohalchari,
District: Khagrachari.
12. Notice
Board.
(Md. Mostafa Hassan)
Executive Engineer
LGED, Khagrachari.
Memo No.: LGED/XEN/(KHA)/Tender-15(Part-2)/2013/601/2(2) Date: 26-05-2015
1. The Editor/Advertisement Manager, The Bangladesh
Today, UTC Tower (Level-14), 8, Panthapath, Dhaka-1215/ The Daily Naya Diganta,
167/2-E, Inner Circular Road (Eden Complex), Motijheel, Dhaka-1000. You are
hereby requested to publish this Tender Notice in your National daily News
paper for one day for one time only in 15"×3
column, in inner pages of the paper on or before 31-05-2015. You are also requested to deliver 03(three) copies of publish Notice to
the undersigned within 3(three) days of publication.
(Md. Mostafa Hassan)
Executive Engineer
LGED, Khagrachari.