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