High Afghanistan Rehabilitation Organization (HARO)

Total Page:16

File Type:pdf, Size:1020Kb

High Afghanistan Rehabilitation Organization (HARO)

High Afghanistan Rehabilitation Organization (HARO)

ITB Title: HARO-AFG-ITB-008-Qala-e-Pacha School Construction- 017 Date of Issue: 10/08/2017 Chahar Bagh Village (Qala-e-Pacha)Qarghai District, Laghman Project Location Province Closing Date: 15 HRS 22 August 2017

Dear Vendor; Enclosed is an Invitation to Bid for the construction of Qalai Pacha school in Laghman ITB Ref# of HARO-AFG-ITB-008-Qala Pacha School Construction- 017 . Through this bid, HARO invites firms to submit a best-offer for subject ITB .

HARO will award a Firm Fixed Price Purchase Order, Firm Blanket Purchase Agreement

Resulting from this solicitation to the responsible Vendor whose quotation conforming to this solicitation will be most advantageous to the project.

Quotations Submission Date: The quote must be in English, comprised of one hard-copy indicating the ITB number, title, and closing date. The quote must be delivered in a sealed envelope to the address below by no later than 22/08/2017 (15:00 hrs) Kabul, Afghanistan local time) to:

High Afghanistan Rehabilitation Organization Receptionist Mohsinullah Fazli Attention: Eng, Aziz Ahmad Haider Address: Zone NO 4 beyond of new Deramsal Regi Shah Murad Khan Jalalabad city -Afghanistan Phone: +93773746756

The quote (see Appendices A through E) shall be placed in a sealed envelope (signed and stamped) clearly marked “ITB numbers as shown above and marked “To only be opened in the presence of the HARO Evaluation Committee.

a. Email Submission. Quotation submitted by email will not be considered.

b. Please do not submit quotations to any location other than mentioned above. Quotes received after the deadline and not adhering to the instructions will not be entertained. Question Asking Date: Questions may be submitted no later than 19/08/2017(2:00PM). Kabul, Afghanistan local time) Vendors are invited to address questions to the Procurement Unit via email [email protected] No questions will be answered over the phone or in person; all questions must be submitted in writing. All questions received will be compiled into one list, answered, and emailed to all vendors who have confirmed interest in bidding. Vendors must insert in the subject line of their email the full ( ITB Number and Name ( ITB)

I. Vendor’s Agreement with Terms and Conditions – The completion of all ITB requirements in accordance with the instructions in this ITB and submission to HARO of a quote will constitute an offer and indicate the Vendor’s agreement to the terms and conditions in this ITB and any attachments hereto. HARO reserves the right to award a purchase order without discussion and/or negotiation; however, HARO also reserves the right to conduct discussions and/or negotiations, which among other things may require a Vendor(s) to revise its quote (technical and/or price. Issuance of this ITB in no way obligates HARO to award a purchase order, nor does it commit HARO to pay any costs incurred by the Vendor in preparing and submitting the quote.

II. Index of ITB – This ITB is comprised in its entirety of the following sections and appendices: ARTICLE 1

Sections of ITB Section 1 Quotation Instructions Section 2 Description of Goods Section 3 Special Provisions Section 4 Evaluation Criteria ARTICLE 2 Appendices Appendix A: Cover Letter Appendix B: Detailed Cost Breakdown/Bill of Quantities Form Appendix C: Drawings Appendix D: Summary of Relevant Capability, Experience and Past Performance Appendix E: Copy of business certificate Appendix F Firm/Company profile

III. This ITB will result in a single award to a single Vendor; however, HARO reserves the right to make multiple awards, if it is in the best interest of the project. Composition of Quote: Vendors shall submit his quote for items detailed in Appendix B Detailed Cost Breakdown/Bill of Quantities. The quote will consist of Appendix A through D (see above).

SECTION 1 – QUOTATION INSTRUCTIONS / ADDITIONAL INFORMATION The Vendor shall submit its best price offer/quotation as per the following requirements:

1. Quotation Cover Letter signed by a person authorized to sign on behalf of the Vendor. Use the template in Appendix A. 2. All Prices shall be quoted in USD currency only 3. Vendor shall submit quotes in prescribed Format of Appendix B. And should fill complete ITB format, other format(s) will not be considered. 4. In case of price discrepancy between unit price and SUBTOTAL/GRAND TOTLA, the unit price shall prevail. 5. The rates quoted shall be for complete service inclusive of all taxes all charges for service contingent to the work. 6. HARO has the rights to increase or decrease the goods and services mentioned in this ITB 7. HARO Payment term: Net 30 days. 8. Bid validity: Net 5 month from date of submission 9. Company profile should be submitted 10. HARO will not award a subcontract or purchase order to an organization without AISA/Ministry of Commerce Business license. A valid AISA/Ministry of Commerce Business License must be attached to the quotation. 11. Open envelope quote is not acceptable. 12. Envelope must clearly marked “Quote for ITB numbers as shown above” and marked “To only be opened in the presence of the HARO Evaluation Committee” if not marked will not be acceptable. 13. Companies are requested to disclose if they have knowledge of relatives working for HARO 14. Each vendor must attach a properly completed and signed Certification Regarding Fraud and Corruption with each RFP/ITB in order to have a complete package.

SECTION 2 – DESCRIPTION OF GOODS OR SERVICES REQUESTED Please refer to Appendix B for a list and specifications of items required.

SECTION 3 – SPECIAL PROVISIONS The below provisions will be incorporated into any purchase order issued by HARO

Credited to the firm's TIN. Records of payments to the MOF shall be maintained on file with HARO

3.2 Penalty Charges If the Vendor fails to supply the specified Goods/Services within the date stipulated, HARO shall, without prejudice to its other remedies under the Purchase Order/Contract price, as liquidated damages, deduct a sum equivalent to five percent (5%) of the delivered price of the delayed Goods/Services for each week of the delay until actual delivery, up to a maximum deduction of Ten Percent (10%) of the Purchase Order/Contract/Contract value.

3.3 Inspection HARO shall have time to time responsibility, after delivery, to inspect the service and goods, and to reject acceptance in not conforming to the specifications of this Purchase Order and offer. Recovery of the rejected item (s) shall be the sole responsibility of the supplier.

SECTION 4 - EVALUATION CRITERIA

Technical evaluation will look into the following:

- Management (05 Points) - Management structure and human resource - Quality of management (Qualifications and experience) - Delivery capability and experience (15 Points) - Completed and current contracts (Nature, value and practical completion certificates) - Plant and equipment ownership ( Log books and age ) - Proposed methods of execution and completion time (Work plan) - Relationships (10 Points) - Relevant gov’t offices other national and international organizations; - Occupational health and safety - Company ethics - Claims and dispute history - Financial evaluation (10 Points) - Ability to manage a contract of similar nature - Companies records management systems - Unit prices and payment terms - Technical resources (10 Points) - Quality assurance - Current workload and availability - Relevant experience Local experience and knowledge

 Key assets/equipment that the bidder shall demonstrate adequate ownership of, or access to:

No. Name of Equipment Number of Pieces Required

1 Vibrating Plate Compactor 2 2 Falsework / Formwork Support System 1500m2 3 Water Tanks / Bowser 5000L 2 4 Concrete vibrator (50 / 75 mm dia) 2 5 Scaffold System 800m2 6 Concrete Mixer (1 Cum) 1 7 Material Lifter (0.15 Cum) 1

HARO-AFG-ITB-008-Qala Pacha School Construction- 017

The Bidder shall be required to provide copies of ownership/rental/lease, documents proving the belonging of the equipment to the Bidder or a copy of a valid undertaking from the owner(s) of the equipment confirming that their equipment shall be made available for the implementation of these works, if contract is awarded to the Bidder.

*HARO reserves the right to conduct site visits to verify that all the proposed equipment exists and is in working condition.

 Implementation/Quality Management System

The bidder’s quality or implementation manual and preliminary plan demonstrate the bidder’s capacity to consistently be able to construct works to the required quality.  Health and Safety Management System

The bidder’s health and safety manual and preliminary plan demonstrate the bidder’s capacity to consistently construct the works in a suitably safe manner 2 Financial Evaluation /Cost

Cost - HARO will consider the total cost of the bid compared to the deliverables and with the bids received from other Vendors and market prices. An analysis of cost reasonableness and competitiveness will be conducted on all bids received.

III.1 The minimum average annual turnover of the company for the last 3 years shall be at least USD 500,000.00 Bidder must submit supporting documents such as balance sheets or audited financial statements for the last three years.

III.2 The minimum amount of liquid assets and/or credit facilities net of other contractual commitments and exclusive of any advance payments which may be made under the contract, of not less than the amount USD 35,000.00The company’s bank balance shall be accepted as proof of liquid asset.

SECTION 5 – NOTICE TO THE VENDOR

1. No employee of HARO, except as provided for in this ITB, may be contacted in regard to this ITB and procurement. A Vendor, who attempts to contact or contacts other staff, may have its proposal disqualified.

2. If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. Vendors shall acknowledge receipt of any amendment to this solicitation by identifying the ITB and amendment number(s) and date(s) in the submittal letter accompanying the offer.

3. No offer, payment, consideration, or benefit of any kind shall be made, either directly or indirectly, as an inducement or reward for the award of a purchase order. Any such practice constitutes an illegal or corrupt practice and will be grounds for canceling the procurement, terminating a Vendors’ consideration for award, or terminating the award of the purchase order for such other additional actions, civil and/or criminal, as may be applicable.

Page 5 of 18

HARO-AFG-ITB-008-Qala Pacha School Construction- 017

APPENDIX A

TO: High Afghanistan Rehabilitation Organization Procurement Department

Dear Sir,

We, the undersigned, offer to provide the HARO-AFG-ITB-008-Qala Pacha School Construction- 017 in accordance with your Invitation to Bid dated <10/08/2017-20/08/2017> and our Proposal (Technical and Financial). Our attached quotation is for the sum of < (______USD) >.

Our quotation shall be binding upon us subject to the modifications resulting from contract negotiations, up to expiration of the validity period of the quotation

We understand you are not bound to accept any quotation you receive.

Yours sincerely,

______

Authorized Signature:

Name and Title of Signatory:

Name of Firm: ______

E-Mail: ______

Phone Number: ______

Page 6 of 18

HARO-AFG-ITB-008-Qala Pacha School Construction- 017 Appendix B

Bill of Quantity of Qala Pacha 6 Class rooms School with Burnt Bricks RCC concret roof , Laghman Province

Unit Cost (Total Cost (USD تتت ت(S/ Unit Qty (USD تتتت تتتتتت تت تتتت مقدار واحد No. Description of Work This part of the BOQ will covered by HARO itself Leveling of area from additional materials and and shall not be quoted during submitting of 1 shift to the fair place with all necessary work L.S financial proposal This part of the BOQ will covered by HARO itself Excavation of foundation, Walkways and and shall not be quoted during submitting of 2 column in Grad3 land with all necessary work Cu.m financial proposal This part of the BOQ will covered by HARO itself PCC (1:2:4) Under RCC columns (Shifta) with and shall not be quoted during submitting of 3 all necessary works Cu.m financial proposal

RCC Concrete (1:1.5:3) of footing columns up 4 to 0.00 level with all necessary works Cu.m 46.029 Stone Massonary of foundation with 1:5 5 mortar with all necessary works Cu.m 137.4 Supper Stone masonary (Kursy) with 1:5 6 mortar with all ncessary works Cu.m 37

Pointing with 1:3 mortor with all necessary 7 works Sq.m 35 RCC Concrete (1:1.5:3) of rings on the top of fundation and burant briks masonary with all 8 ncessary works Cu.m 22.2

RCC concrate (1:1:5:3) columns with fram 9 work and steel work with all necessary works Cu.m 15

Bricks massonary burnt brick 1:5 cement 10 mortar with all necessary works Cu.m 135.825 Brick Masonary burnt bricks for flawer vase with 1:5 cement mortar with all ecessary 11 works Cu.m 4

Filling of Flor,, with soil including compaction 12 15cm with all necessary works Cu.m 132 RCC (1:1.5:3) Beams under slab parapet with 13 all necessary requirements Cu.m 20.51

RCC (1:1.5:3) for slab parapet with all 14 necessary requirements Cu.m 54

Filling of floor with gravel including 15 compaction 15cm with all necessary works Cu.m 96

Page 7 of 18

HARO-AFG-ITB-008-Qala Pacha School Construction- 017

16 PCC (1:1.5:3) concret with a ll necessary work Cu.m 34.7

Plaster of In side ceiling and walls, with 1:3.5:6 cement- lime and sand mortar including the 17 cleaning with all ncessary requirement Sq.m 1072.32 3 Coat painting of ceiling with 60% emulsion 18 and all ncessary requirement Sq.m 1072.32

Plaster of In side ceiling and walls, with 1:3.5:6 cement- lime and sand mortar including the 19 cleaning with all ncessary requirement Sq.m 274 3 Coat painting of side walls with 100% vidersheet plastic emultion with all ncessary 20 works Sq.m 274 chaps of floor ablution with all necessar 21 requirement Sq.m 415 Chaps of Skartin work ablution with all 22 necessary requirements Sq.m 38 Marble of stire wok ablution with all necessary 23 requrment Sq.m 37.8 Heat insulation with piece bricks places on 24 roof with all ncessary requiremnt Sq.m 424 PCC (1:1.5:3)concrete 4 thick cm with all 25 ncessary works Sq.m 424

Making of wooden board thick 3 cm from khar 26 according the map with all necessary works Sq.m 540 Gutters work (vertical from GH sheet 24 gage 27 10x12cm) complete M/L 37

28 Carpentery work Making of windows complet Sq.m 82.3 Carpentery works making of single and doube 29 doors complete Sq.m 39.4 Installation of Glasses (4mm) best quality 30 Complete Sq.m 62.5 Oil Painting of Windows and doors (3coats) 31 with all necessary works Sq.m 142 32 Chemeny cover with all necessary works Ea 8

33 Intallation of fly screen with chufti complet Sq.m 51 Making of blckboard with (1:3) cement sand 34 with all necessary works Sq.m 17.28 Making of black board frame from khar timber 35 with all ncessary works Sq.m 43.2 Making of black board for chalk of khar 36 timber with all ncessary works M/L 6

Page 8 of 18

HARO-AFG-ITB-008-Qala Pacha School Construction- 017 prepare and installaton of Handrill Nickel with 37 all ncessary requirement Sq.m 5.86

Prepare and installation of metal handrail for ramp stairs including anti rust paint and oil 38 paint (3 coats) whith all necessary works M/L 60

Steel I bem size 140x70x5 with anti rust and oil 39 painting abve stire with all ncessary works M/L 37.62

Prepare and installation of wooden board (thick =3cm) abovethe I beam gaders of stair 40 with allncessary requirements M/L 14.6 Prepare and installation of plastic sheet above the wooden board (thick=3cm) with all 41 necessary requirement Sq.m 14.6 Prepare and installation of mud plaster above the wooden board (thick=7cm) with all 42 necessary requireents Sq.m 14.6

Mud plster (kagel) 1 coats (3cm) including 43 plaster one layer with all ncessary works Ea 14.6 making chiar and teable with all ncessary 44 works Seat 120 prepare and installation of project signboard sized (0.5x0.7m) from marble stone with all 45 necessary works Sq.m 0.35 Cleaning of the area from the additional materials and shift to the fair place with all 46 ncessary works L.S 1 -

Sub-total

Page 9 of 18

HARO-AFG-ITB-008-Qala Pacha School Construction- 017

Bill of Quantity for electrical equipment for 6 class room school Unit Cost (Total Cost (USD تتت ت(S/ Unit Qty (USD تتتت تتتتتت تت تتتت مقدار واحد No. Description of Work Fluorescent light Fixture 2x36 w, 50Hz (130-260)V 1 good quality pcs 28 Fluorescent light Fixture 1x40w, 50Hz (130-260) 2 good quality pcs 9 Two pole swatchunder plaster, 10A 1 phase good 3 quality made in Iran pcs 8 Two way swatc nnder plaster 10A, 1 phase good 4 qulaity made in Iran pcs 7 Socket outlet, single phase 16Amp good qulaity 5 made in Iran pcs 27

6 Wire 1x2.5mm2 copper made in Iran Meter 610

7 PVC conduit 2 inch good quality Meter 510

8 PVC conduit 1 inch Good quality Meter 340 Cable 1x25mm2 copper for Grounding good 9 quality made in Iran Meter 15 Cable 1x35mm2 copper for connection of 10 grounding rods quality made in Iran Meter 9 Distibution panel complete with 1x35 Amp main CB, 2x16 automatic fuse+ RCBO and 8x20Amp automatic Fuse+ RCBO. (Residual Current Circuit Breaker with over current). 1=0.03Ma. T= 0.1 11 Secant pcs 1

12 PVC ceiling joint box smal size pcs 37 Grounding rod 3 meter length, 20mm diameter 13 made in Turkish pcs 3 Cable 1 (2x25mm2) cupper for main feeder +1x16mm2 cupper for grounding good quality 14 made in Turkish Meter 50

15 PVC conduit 3 inch good quality makde in Iran Meter 50

Sub-Total -

Page 10 of 18

HARO-AFG-ITB-008-Qala Pacha School Construction- 017 Bill of Quantity of 5 Set Latrine ( Qalia pacha primary school ), Laghman Province

S.No Particular of Activities Quantity Unit Unit Total Cost Cost(USD)

1 Excavation of foundation stairs and ramp 30.19 Cum. This part of the BOQ will in Grad 3 land covered by HARO itself and shall not be quoted during submitting of financial proposal 2 Stone Masonry of foundation & Supper 64.70 Cum. stone masonry with 1:6 mortar

3 RCC Concrete (1:11/2:3) of latrine slab 2.40 Cum.

4 Bricks masonry burnt bricks with 1:6 25.50 Cum. cement mortar 35cm

5 PCC concrete for floor, ramp and Under of 7.00 Cum. I Beam

6 PCC concrete for parapet size(60*40*8)cm 0.70 Cum.

7 RCC Concrete (1:11/2:3) of Top of Bricks 1.90 Cum. masonry

8 I Beam (140*70*5 ) 51.65 M/L

9 Oil painting of I Beam( 3 coats) 51.65 M/L

10 Planking work over wooden beam3 cm 25.00 Sqm. thick.

11 Mat (borya) work over planking 25.00 Sqm.

12 Clay and dry soil (Ghora Gill) and mud 25.00 Sqm. platster 2 caots and best quality plastic 15cm cm 13 Gutters work (Vertical from GI sheet 24 8.00 M/L gage 10X15 cm) complet with cup

14 Inside Plaster work (with 1:2:10 mortor) 135.50 Sqm. and smooth finishing (Namad mali)

15 White wasihing insidside with 30% 135.50 Sqm. emulsion

16 Carpentry work (Making of small Window 4.80 Sqm. Complet)

17 Carpentry work (Making of single doors 6.72 Sqm. Complet)

Page 11 of 18

HARO-AFG-ITB-008-Qala Pacha School Construction- 017 18 Oil painting of windows and doors( 3 23.00 Sqm. coats)

19 Out side plaster work (with 1: 2:10 motor) 75.00 Sqm. and smooth finishing (Namad mali)

20 White wasihing with 30 % plastic emulsion 75.00 Sqm. (outside)

21 Pointing with 1:3 mortar 30.00 Sqm.

22 Installation of fly screen with chufti 2.00 Sqm. complet

23 Handrail of ramp 9.95 M/L

24 Filling of floor & ramp with gravel 6.10 Cum.

Sub-total

Page 12 of 18

HARO-AFG-ITB-008-Qala Pacha School Construction- 017

Bill of Quantity Bore Well Qala-e- Pacha Primary School , Laghman Province C Description unit QTY unit Price Total Price

1 Borewell drilling using (12 - 18)" bit m 50

2 Supply and installation of the temporary m 50 casings if applicable

3 Dismantling Shifting the rig to next site No 1

4 Supply and Installation of class C, 6" m 36 diameter. Plain PVC casing

5 Supply and Installation of class C, 6" m 15 diameter. screen PVC casing

6 Supply and installation of gravel pack M3 1

7 Installation of inert backfill m 35

8 Casting of 6m sanitary seal m 6

9 Well development( Borewell cleaning) Hour 12

10 Moving and Instalaltion of Test Pumping Ls 1 machines

11 Test Pumping for yield determination Hr 24

12 Well treatment (Chlorination) No 1

13 Construction of the Apron as per the No 1 RWSSP manual

14 Supply and Installation of the Pedestal and set 1 Hand pump(Pamir)

15 Supply and installation of2' PVC pipes m 48

16 Supply and installation of Centralizer and m 48 Rods

17 Installation of UNHCR and donor sign No 1 board

Sub –Total -

Page 13 of 18

HARO-AFG-ITB-008-Qala Pacha School Construction- 017

Bill of Quantity of Boundary Wall ( Qalia pacha primary school ), Laghman Province

Unit S.No Particular of Activities Quantity Unit Total Cost Remarks Cost(USD) 1 Excavation of foundation in 95.06 Cum. This part of the BOQ will Grad 3 land covered by HARO itself and shall not be quoted during submitting of financial proposal 2 Stone Masonry of foundation & 163.62 Cum. Supper stone masonry with 1:6 mortar 3 Bricks masonry burnt bricks 100.24 Cum. with 1:6 cement mortar 35cm 4 Plaster work of the wall 772.00 Sqm. (1:2:10) mortar with smoothing finishing (namad mali) 5 PCC on top of wall (1:2:4) 14.40 Cum. 6 Pointing with (1:3) mortar 231.60 Sqm. 7 Weather sheet painting 772.00 Sqm. 8 Vehicle gate 3m 1.00 No 9 personal Gate 1.2 1.00 No Sub –Total -

Page 14 of 18

HARO-AFG-ITB-008-Qala Pacha School Construction- 017

SUB-TOTAL ______USD SUB-TOTAL SUB-TOTAL SUB-TOTAL

GRAND-TOTAL

Additional Required Information No Description / Question Response 1.00 Validity of Bid Price: 4 Month 2.00 Delivery Period: As per Agreement 3.00 Payment terms: Bank T-T 4:00 Warranty: NO

Page 15 of 18 Appendix C Drawings of the project: As it is MoE standard design the drawings are available at MoE site. Required drawings (School building 6 classroom brunt brick with RCC roof, 5 set latrine chowka roof and standard boundary wall design).

Appendix D

SUMMARY OF RELEVANT CAPABILITY, EXPERIENCE AND PAST PERFORMANCE

Vendors Capacity and Business background

NO Name Items Supplied/Service to Business Background TIN NO Contact No of the Provide Comp any 1 ….. ….. ….. …..

…..

Page 16 of 18 Page 17 of 18 18

APPENDIX E BUSINESS LICENSE/CERTIFICATE

Please Attach a Valid AISA or Ministry of Commerce Business license ARTICLE 3

Page 18 of 18

Recommended publications