LGED Tender Banner

             Government of the People’s Republic of Bangladesh

Local Government Engineering Department

Office of the Executive Engineer

District: Bandarban

www.lged.gov.bd

  Tender Notice Number:07/2015-16

Memo No.Lged/xen/B-Ban/7-1/2015/ 1962                             Dated. 25/05/2016

                       Invitation for Bids

 

Date:

25 May 2016

Loan No.

and Title:

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

Contract No. and Title:

Package Nos:-

1. W-B-BAN-Lam-UNR/07A

2. W-B-BAN-Lam-UNR/07B

3. W-B-BAN-Lam-UNR/07C

Deadline for Submission of     Bids:

13 July 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-B-BAN-Lam-UNR/07A

Improvement of Lama- Rupashipara Road by HBB (Ch: 9500 to 11090m); under  Lama Upazila, Dist: Bandarban.

529

W-B-BAN-Lam-UNR/07B

Improvement of Lama- Rupashipara Road by HBB (Ch: 11225 to 12820m); under  Lama Upazila, Dist: Bandarban.

529

W-B-BAN-Lam-UNR/07C

Construction of 50m PC Girder bridge on Lama- Rupashipara Road at Ch-11150m; under Lama Upazila, Dist: Bandarban.

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-B-BAN-Lam-UNR/07A

36.00 (Thirty Six Point Zero)

W-B-BAN-Lam-UNR/07B

25.50 (Twenty Five Point Five)

W-B-BAN-Lam-UNR/07C

28.50 (Twenty Eight Point Five)

 

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-B-BAN-Lam-UNR/07A

6.00 (Six Point Zero)

W-B-BAN-Lam-UNR/07B

5.00 (Five Point Zero)

W-B-BAN-Lam-UNR/07C

5.00 (Five 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-B-BAN-Lam-UNR/07A

28.00 (Twenty Eight Point Zero)

W-B-BAN-Lam-UNR/07B

20.00 (Twenty Point Zero)

W-B-BAN-Lam-UNR/07C

22.00 (Twenty Two Point Zero)

 

5.   The Bidders may obtain further information from the Executive Engineer, LGED, Dist: Bandarban 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 12th July 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, Bandarban up to 12th July 2016:

 

            a) Office of Executive Engineer

         Local Government Engineering Department

         Circuit House Road,

         District : Bandarban

         Telephone: 0361-62516 

         Electronic Mail Address: xen.bandarban @lged.gov.bd

 

            b) Office of Upazila Engineer

              Local Government Engineering Department

              Lama, Bandarban.

 

7.   A pre-bid meeting will be held at the office of the Executive Engineer, LGED, Bandarban at the address given below, on 28th June 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, Circuit House Road, Bandarban

 

·         on or before 2:00 PM on 13th July 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 Lama Rupashipara Road by HBB” for Package No. W-B-BAN-Lam-UNR/07A or W-B-BAN-Lam-UNR/07B or W-B-BAN-Lam-UNR/07C.

 

9.  Bids will be opened at the same place at 2:15 P.M. (local time) on 13th July 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. Sharif Hossain)

Executive Engineer

LGED, Bandarban.

Tel: 0361-62516

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

 

 

Memo No.Lged/xen/B-Ban/7-1/2015/ 1962                                     Dated. 25/05/2016

 

Copy for kind information and necessary action:

1.     Chairman, Chittagong Hill Tract Regional  Council, Rangamati Hill District.

2.     Chief Engineer, LGED, LGED Bhavan, Agargoan, Shere Bangla Nagar, Dhaka.

3.    Additional chief Engineer, LGED, Chittagong Division, Chittagong

4.     Chairman, Hill District Council, Bandarban Hill District.

5.     Project Director,CHTRDP-II,Rangamati Hill District.

6.     Superintendent Engineer, LGED, Chittagong Zone, Chittagong

7.     Project Director,CHTRDP-II(Rural Roads Component). LGED, LGED Bhavan, Agargoan,

         Shere Bangla Nagar, Dhaka.

8.     Upazila Engineer, LGED, Upazila: Lama, Bandarban

9      Assistant Engineer, LGED, GIS Unit, Level -4, LGED Bhaban, Agargoan, Dhaka-1207. He is   

        requested to Publish the IFT on  31/05/2016 the LGED website. 

10.   The Advertisement Manager, the New Nation, Dhaka. & Janokanta ,Dhaka   You  are    

       Requested to this IFT as 12’’x18’’ size in your Daily Newspaper on or before   31/05/2016   for    

        One day only.

 

 

(Md. Sharif Hossain)

Executive Engineer

LGED, Bandarban.

Tel: 0361-62516

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

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

PACKAGE NUMBER

 BID SECURITY (TK)

W-B-BAN-Lam-UNR/07A

699,000.00

W-B-BAN-Lam-UNR/07B

499,000.00

W-B-BAN-Lam-UNR/07C

551,000.00