Government
of the People’s Republic of Bangladesh
Local
Government Engineering Department
Office of the
Executive Engineer
District:
Bandarban
Memo
No: Lged/xen/b.ban/2016/4023 Dated:
05/09/2016
Invitation for Bids No: 01/2016-17
Date: |
05 September 2016 |
Loan No. and Title: |
2763-BAN (SF): Second Chittagong Hill Tracts Rural Development Project |
Contract No. and Title: |
Package No:- 1.
W-B-BAN-Lam-UNR/08A 2.
W-B-BAN-Lam-UNR/08B 3.
W-B-BAN-Lam-UNR/08C 4.
W-B-BAN-Lam-UNR/08D
and 5.
W-B-BAN-Lam-UNR/08E |
Deadline for Submission of Bids: |
18 October 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 Five (5)
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/08A |
Improvement of Baniarchara-Gazalia Road by BC (Ch: 3760 to 5500m); under Lama Upazila, Dist: Bandarban. |
540 |
W-B-BAN-Lam-UNR/08B |
Improvement of Baniarchara-Gazalia Road by BC (Ch: 5500 to 6765m); under Lama Upazila, Dist: Bandarban. |
540 |
W-B-BAN-Lam-UNR/08C |
Improvement of Baniarchara-Gazalia
Road by BC (Ch: 6765 to 9815m); under Lama Upazila, Dist: Bandarban. |
540 |
W-B-BAN-Lam-UNR/08D |
Improvement of Baniarchara-Gazalia
Road by BC (Ch: 9815 to 10370m); under Lama Upazila, Dist: Bandarban. |
540 |
W-B-BAN-Lam-UNR/08E |
Improvement of Baniarchara-Gazalia
Road by BC (Ch: 10370 to 12550m); under Lama Upazila, Dist: Bandarban. |
540 |
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-B-BAN-Lam-UNR/08A |
29.00 (Twenty Nine Point Zero) |
W-B-BAN-Lam-UNR/08B |
19.00 (Nineteen Point Zero) |
W-B-BAN-Lam-UNR/08C |
31.00 (Thirty One Point Zero) |
W-B-BAN-Lam-UNR/08D |
27.00 (Twenty Seven Point Zero) |
W-B-BAN-Lam-UNR/08E |
21.00 (Twenty One 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-B-BAN-Lam-UNR/08A |
7.00 (Seven Point Zero) |
W-B-BAN-Lam-UNR/08B |
4.50 (Four Point Five Zero) |
W-B-BAN-Lam-UNR/08C |
7.50 (Seven Point Five Zero) |
W-B-BAN-Lam-UNR/08D |
6.50 (Six Point Five Zero) |
W-B-BAN-Lam-UNR/08E |
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) or two(2) similar
contracts as per bid document 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/08A |
26.00 (Twenty Six
Point Zero) |
W-B-BAN-Lam-UNR/08B |
17.00 (Seventeen
Point Zero) |
W-B-BAN-Lam-UNR/08C |
27.50 (Twenty Seven
Point Five Zero); |
W-B-BAN-Lam-UNR/08D |
24.00 (Twenty Four
Point Zero) |
W-B-BAN-Lam-UNR/08E |
19.00 (Nineteen 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 17th October 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, Bandarban up to 17th October 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 5th October 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
· at or before 2:00 PM on 18th October 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 Baniarchar-Gojalia Road by BC” for Package No. W-B-BAN-Lam-UNR/08A or W-B-BAN-Lam-UNR/08B or W-B-BAN-Lam-UNR/08C or W-B-BAN-Lam-UNR/08D or W-B-BAN-Lam-UNR/08E.
· together with a Bid Security in the amount as described in the Bidding Documents.
9. Bids will be opened at the same place at 2:15 P.M. (local time) on 18th October 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/2016/ 4023 Dated. 5/09/2016
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 08/09/2016 the LGED website.
10. The Advertisement Manager, the Financial
Express, Dhaka. & Kalarkanta ,Dhaka You are
Requested to this IFT as 12’’x18’’ size
in your Daily Newspaper on or before 08/09/2016 for
One day only.
(Md. Sharif Hossain)
Executive Engineer
LGED, Bandarban.
Tel: 0361-62516
E-mail: xen.bandarban@lged.gov.bd