Government of the
Local
Government Engineering Department
Office of the Executive Engineer
District: Rangamati.
www.lged@gov.bd
Memo
No. LGED/XEN/Rangamati/16-17/881 Date:
28.07.2016
Invitation for Bids-01/2016-17
Date: |
28 July 2016 |
Loan No. and Title: |
2763-BAN (SF): Second Chittagong Hill Tracts Rural Development Project |
Contract No. and Title: |
Package No:- 1. W-CHTII-RANG-Kap-UZR/06B 2. W-CHTII-RANG-Kap-UZR/06C and 3. W-CHTII-RANG-Kaw-UNR/04B |
Deadline for Submission of Bids: |
6 September 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-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. |
529 |
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. |
529 |
W-CHTII-RANG-Kaw-UNR/04B |
Improvement of Betbunia Chairy Bazar to Bara Aoulia-Shantirhat Road by BC (Ch:
5210 to 5650m); 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 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/06B |
22.50 (Twenty Two Point Five Zero) |
W-CHTII-RANG-Kap-UZR/06C |
21.00 (Twenty One Point Zero) |
W-CHTII-RANG-Kaw-UNR/04B |
22.50 (Twenty Two Point Five 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/06B |
8.00 (Eight Point Zero) |
W-CHTII-RANG-Kap-UZR/06C |
8.00 (Eight Point Zero) |
W-CHTII-RANG-Kaw-UNR/04B |
3.50 (Three Point Five 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) or two (2)
similar contracts 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/06B |
One HBB/BC Road with RCC girder Bridge Contract of 17.00
million (Seventeen Point Zero); or |
One HBB/BC Road Contract of 10.00 million (Ten Point Zero) & One RCC girder Bridge Contract of 13.00 million (Thirteen Point Zero) |
|
W-CHTII-RANG-Kap-UZR/06C |
One HBB/BC Road with RCC girder Bridge Contract of 15.50
million (Fifteen Point Five Zero); or |
One HBB/BC Road Contract of 9.00 million (Nine Point Zero) & One RCC girder Bridge Contract of 8.40 million (Eight Point Four Zero). |
|
W-CHTII-RANG-Kaw-UNR/04B |
One BC Road with PC Girder Bridge Contract of 17.50 million
(Seventeen Point Five Zero); or |
One BC Road Contract of 6.50 million (Six Point Five Zero) & One PC Girder Bridge Contract of 11.00 million (Eleven 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 5th September 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 (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 5th September 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
Kaptai, Rangamati.
(Incase
of Package
No. W-CHTII-RANG-Kap-UZR/06B & W-CHTII-RANG-Kap-UZR/06C)
(C) Office of Upazila Engineer
Local Government Engineering Department
Kawkhali, Rangamati.
Kawkhali ,
( Incase of Package No. W-CHTII-RANG-Kaw-UNR/04B ).
7. A pre-bid meeting will be held at the office of the Executive Engineer, LGED, Rangamati at the address given below, on 24th August 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
· at or before 2:00 PM on 6th September 2016 (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/06B or W-CHTII-RANG-Kap-UZR/06C or “Bid offer for Improvement of Betbunia Chairy Bazar to Bara Aoulia-Shantirhat Road by BC” for Package No. W-CHTII-RANG-Kaw-UNR/04B.
· together with a Bid Security in the amount as described in the Bidding Documents.
9. Bids will be opened at Office of Executive Engineer, LGED, Rangamati at 2:15 P.M. (local time) on 6th September 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 Akhtarul Azam)
Executive Engineer
LGED, Rangamati.
Tel: 0351-63148
E-mail: xen.rangamati@lged.gov.bd
Memo No. LGED/XEN/Rangamati/16-17/881/1(19)
Date:
28.07.2016
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. The Project Director, Second Chittagong Hill Tracts Rural Development
Project,(CHTRDP-II)(Output
-B: Rural
Roads Copmonent) , LGED, LGED Bhaban (Level-8), Agargaon, Sher-e-Bangla Nagar,Dhaka-1207.
11. Deputy Commissioner, District: Rangamati.
12. Police Super, District: Rangamati.
13. Upazila Chairman,
Kawkhali / Kaptai, Rangamati.
14. Road Engineer, CHTRDP-2, LGED, Rangamati.
15. The Upazila
Engineer, LGED, Upazila : Kawkhali / Kaptai,
District: Rangamati.
16.. The Editor, The
Daily Star, Dhaka-. Please take necessary action for publication of Tender
Notice for one day in your widely circulated national daily Newspaper within 03.08.2016 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 Daily Jai Jai Din, Dhaka.Please take
necessary action for publication of Tender Notice for one day in your widely
circulated national daily Newspaper within 03.08.2016
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 Akhtarul Azam)
Executive Engineer
LGED, Rangamati.
Tel: 0351-63148
E-mail: xen.rangamati@lged.gov.bd