LGED Tender Banner

 

Government of People Republic of Bangladesh

Local Government Engineering Department

Office of the Executive Engineer

LGED, Rangamati.

www.lged.gov.bd

 

Memo No: LGED/Xen/Ranga/2015/01/ 781                                                    Date: 06/10/2015

 

Invitation for Bids-01/2015-16

 

Date:

06 October 2015

Loan No.

and Title:

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

Contract No. and Title:

Package No:-

W-CHTII-RANG-Kap-UZR/06A,

W-CHTII-RANG-Kap-UZR/06B,

W-CHTII-RANG-Kap-UZR/06C and    

W-CHTII-RANG-Kap-UZR/06D

Deadline for Submission of     Bids:

12 November 2015; 2:00 pm

 

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 Four (4) packages as detailed below. Bidders may bid for one or several packages.

Package No.

Description of Work

Time for Completion (days)

W-CHTII-RANG-Kap-UZR/06A

Improvement of Raikhali GC Ferry Ghat -Rajsthali HQ via Mitingachari Road by Bituminous Carpeting (Ch: 1070 to 1365m) and by HBB (2550 to 4640m); under Kaptai Upazila, Dist: Rangamati.

511

W-CHTII-RANG-Kap-UZR/06B

Improvement of Raikhali GC Ferry Ghat -Rajsthali HQ via Mitingachari Road by HBB (Ch: 4640 to 5810m); under Kaptai Upazila, Dist: Rangamati.

511

W-CHTII-RANG-Kap-UZR/06C

Improvement of Raikhali GC Ferry Ghat -Rajsthali HQ via Mitingachari Road by HBB (Ch: 5810 to 6760m); under Kaptai Upazila, Dist: Rangamati.

511

W-CHTII-RANG-Kap-UZR/06D

Improvement of Raikhali GC Ferry Ghat -Rajsthali HQ via Mitingachari Road by HBB (Ch: 6760 to 7990m); under Kaptai Upazila, Dist: Rangamati.

511



















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 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 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-Kap-UZR/06A

50.00 (Fifty Point Zero)

W-CHTII-RANG-Kap-UZR/06B

35.80 (Thirty Five Point Eight Zero)

W-CHTII-RANG-Kap-UZR/06C

32.90 (Thirty Two Point Nine Zero)

W-CHTII-RANG-Kap-UZR/06D

35.90 (Thirty Five Point Nine 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-Kap-UZR/06A

11.70 (Eleven Point Seven Zero)

W-CHTII-RANG-Kap-UZR/06B

  8.34 (Eight Point Three Four)

W-CHTII-RANG-Kap-UZR/06C

  7.70 (Seven Point Seven Zero)

W-CHTII-RANG-Kap-UZR/06D

  8.37 (Eight Point Three Seven)

 

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-Kap-UZR/06A

37.50 (Thirty Seven Point Five Zero)

W-CHTII-RANG-Kap-UZR/06B

26.70 (Twenty Six Point Seven Zero)

W-CHTII-RANG-Kap-UZR/06C

24.50 (Twenty Four Point Five Zero)

W-CHTII-RANG-Kap-UZR/06D

26.80 (Twenty Six Point Eight 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 11th November 2015.

 

 

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 (Taka Three Thousand) per package by cash or in the form of Pay Order/Treasury Chalan/Bank Draft in favor of Executive Engineer, LGED, Rangamati up to 11th November 2015:

 

            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

              Kaptai, Rangamati.

 

 

7.    A pre-bid meeting will be held at the office of the Executive Engineer, LGED, Rangamati at the address given below, on 4th November 2015 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

 

·         at or before 2:00 PM on 12th November 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 Raikhali GC Ferry Ghat -Rajsthali HQ via Mitingachari Road” for Package No. W-CHTII-RANG-Kap-UZR/06A or W-CHTII-RANG-Kap-UZR/06B or

W-CHTII-RANG-Kap-UZR/06C or W-CHTII-RANG-Kap-UZR/06D.

 

·         All Bids must be accompanied by a Bid Security. The amount of Bid Security for each Package are as follows:-

 

Package No.

Amount (million Taka)

W-CHTII-RANG-Kap-UZR/06A

0.930 (Zero Point Nine Three Zero)

W-CHTII-RANG-Kap-UZR/06B

0.665 (Zero Point Six Six Five)

W-CHTII-RANG-Kap-UZR/06C

0.610 (Zero Point Six One Zero)

W-CHTII-RANG-Kap-UZR/06D

0.667(Zero Point Six Six Seven)

 

9.    Bids will be opened at the same place at 2:15 P.M. (local time) on 12th November 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 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.

 

12.    The Project authority reserves the right to accept or reject any or all the bids without assigning any reason whatsoever.

 

 

                Sd

 

(Md. Adnan Aktarul Azam)

Executive Engineer

LGED, Rangamati.

Tel: 0351-63148

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

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Memo No: LGED/Xen/Ranga/2015/01/781/1(16)                                                              Date: 06/10/2015

            Copy forwarded for information & necessary action:

1.         Chairman, Regional Council, Rangamati Hill District.

 

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

 

3.         Chairman, Rangamati Zila Parishad, Rangamati.     

 

4.         Country Director, ADB, BRM, Dhaka.

 

5.         Director General, CPTU, Sher-e-Bangla Nagar, Dhaka.

 

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

 

7.         Superintending Engineer, LGED, Chittagong  Region, Chittagong

 

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

 

9.         Project Director, CHTRDP-2, LGED, LGED Bhaban, Agargaon, Sher-e-Bangla Nagar, Dhaka-1207.

 

10.       Deputy Commissioner, Rangamati.

 

11.       Police Super, Rangamati.

 

12.       Upazila Chairman, Kaptai, Rangmati.

 

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

 

14.       Upazila Engineer, LGED, Kaptai, Rangamati.

 

15.       The Editor, The Daily Kalerkntha, Bashundhara City, 13/ka/1 Panthapath, Dhaka-1215. Please Take necessary action for Publication of Tender Notice attached here with for one day. In your widely circulated national daily news paper before 10.10.2015 In Inner page concisely(4 column x14’’). Please Send 03 Copies of Published Paper to the undersigned.

 

16.       The Editor, The Daily New Nation, Ittefaq Bhaban, 1RK Mission Road, Dhaka-1203. Please Take necessary action for Publication of Tender Notice attached here with for one day. In your widely circulated national daily news paper before 10.10.2015 In Inner page concisely(4 column x14’’). Please Send 03 Copies of Published Paper to the undersigned.

 

17.       Notice Board.

 

 

 

 

                    Sd-

(Md. Adnan Aktarul Azam)

Executive Engineer

LGED, Rangamati.

Tel: 0351-63148

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