Government of the
Local
Government Engineering Department
Office of the Executive Engineer
District: Rangamati.
www.lged@gov.bd
Memo No. LGED/XEN/Rangamati/15-16/63
Date:
26.01.2016
Invitation for Bids-02/2015-16
Date: |
26 January
2016 |
Loan
No. and
Title: |
2763-BAN(SF):
Second Chittagong Hill Tracts Rural Development Project |
Contract
No. and Title: |
Package
Nos:- 1.
W-CHTII-RANG-Kaw-UNR/04A 2.
W-CHTII-RANG-Kaw-UNR/04B 3.
W-CHTII-RANG-Kaw-UNR/04C |
Deadline
for Submission of Bids: |
09 March
2016; 2:00 pm (local time) |
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
Three (3) packages as detailed below. Bidders may bid for one or
several packages.
Package No. |
Description
of Work |
Time
for Completion (days) |
W-CHTII-RANG-Kaw-UNR/04A |
Improvement of Betbunia Chairy Bazar to Bara
Aoulia-Shantirhat Road by Bituminous Carpeting (Ch: 3070 to 5210m); under Kawkhali Upazila, Dist:
Rangamati. |
529 |
W-CHTII-RANG-Kaw-UNR/04B |
Improvement of Betbunia Chairy Bazar to Bara
Aoulia-Shantirhat Road by Bituminous Carpeting (Ch: 5210 to 5650m); under
Kawkhali Upazila, Dist: Rangamati. |
529 |
W-CHTII-RANG-Kaw-UNR/04C |
Improvement of Betbunia Chairy Bazar to Bara
Aoulia-Shantirhat Road by Bituminous Carpeting (Ch: 5650 to 7750m); under
Kawkhali Upazila, Dist: Rangamati. |
529 |
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 Document.
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-Kaw-UNR/04A |
28.00 (Twenty
Eight Point Zero) |
W-CHTII-RANG-Kaw-UNR/04B |
23.00 (Twenty
Three Point Zero) |
W-CHTII-RANG-Kaw-UNR/04C |
27.00 (Twenty
Seven Point 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-Kaw-UNR/04A |
7.00 (Seven
Point Zero) |
W-CHTII-RANG-Kaw-UNR/04B |
6.00 (Six Point
Zero) |
W-CHTII-RANG-Kaw-UNR/04C |
7.00 (Seven
Point Zero) |
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-Kaw-UNR/04A |
22.00 (Twenty
Two Point Zero) |
W-CHTII-RANG-Kaw-UNR/04B |
18.00 (Eighteen
Point Zero) |
W-CHTII-RANG-Kaw-UNR/04C |
21.00 (Twenty
One Point 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 8th March 2016.
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 (Three Thousand
only) per package by Cash or in
the form of Pay
Order/Treasury Chalan/Bank Draft in favor of Executive Engineer, LGED, Rangamati up to 8th March 2016:
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
Kawkhali, Rangamati.
7. A pre-bid meeting will be held at the office
of the Executive
Engineer, LGED, Rangamati
at the address given below, on 1st March 2016 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
·
on or before 2:00 PM on 9th March
2016 (local time).
·
together
with a Bid Security in the amount as described in the Bidding Documents
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 Betbunia Chairy Bazar to Bara
Aoulia-Shantirhat Road by Bituminous Carpeting” for Package No. W-CHTII-RANG-Kaw-UNR/04A
or W-CHTII-RANG-Kaw-UNR/04B or W-CHTII-RANG-Kaw-UNR/04C.
9. Bids will be opened at the same place at 2:15
P.M. (local time) on 9th March 2016 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 Asian Development Bank (www.adb.org), 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.
(Md. Adnan
Aktarul Azam)
Executive
Engineer
LGED,
Rangamati.
Tel: 0351-63148
E-mail: xen.rangamati@lged.gov.bd
Memo No. LGED/XEN/Rangamati/15-16/63/1(19)
Date:
26.01.2016
Copy for Kind information and necessary action:
1. Chairman, Regional Council, Rangamati Hill District.
2. Chief Engineer, LGED, LGED Bhaban,
Agargaon, Sher-e-Bangla nagar, Dhaka-1207.
3. Additional
Chief Engineer, LGED, Chittagong
Division, Chittagong.
4. Chairman, Rangamati Zila Parishad, Rangamati Hill District.
5. Country Directior, ADB, BRM, Dhaka.
6. Director General, CPTU,
Sher-e-Bangla nagar, Dhaka-1207.
7. Mr. Nurul Alam, Member, Chittagong
Hill Tracts, Regional Council, Rangamati Hill
District.
8. Superintending
Engineer, LGED, Chittagong Region,
Chittagong.
9. Project Director, CHTRDP-2, PMO,
Rangamati.
10. Project Director, CHTRDP-2, LGED, LGED
Bhaban, Agargaon, Sher-e-Bangla nagar, Dhaka.
11. Deputy Commissioner, District:
Rangamati.
12. Police Super, District: Rangamati.
13. Upazila Chairman, Kawkhali, Rangamati.
14. Road Engineer, CHTRDP-2, LGED,
Rangamati.
15. The Upazila Engineer, LGED, Upazila : Kawkhali, District: Rangamati.
16.. The Editor, The
Daily Samakal, 136, Tajgaon, Industrial Area, Dhaka-1208.. Please take
necessary action for publication of Tender Notice attached herewith for one day
in your widely circulated national daily Newspaper within 29.01.2016 in inner page concisely. Please send 3(Three) copies of
published paper to the undersigned within 3(three) days after publication of
Tender Notice.
17. The Editor, The New Nation, Ittefaq Bhaban, 1 RK Mission Road, Dhaka-1203. Please take necessary action for publication of Tender
Notice attached herewith for one day in your widely circulated national daily
Newspaper within 29.01.2016 in inner
page concisely. Please send 3(Three) copies of published paper to the
undersigned within 3(three) days after publication of Tender Notice.
18. Notice Board.
(Md. Adnan
Aktarul Azam)
Executive
Engineer
LGED,
Rangamati.
Tel: 0351-63148
E-mail: xen.rangamati@lged.gov.bd