Kurdistan Reconstruction and Development Society

Kurdistan Region of -

Request for Proposal (RFP)

RFP # 000KUR/ ER / 2020/002

(Rehabilitation of Soran Association for Handicaps at Soran District - Governorate)

YOUR PROPOSAL MUST BE RECEIVED

On or Before: 29 March 2020 at 13:00HRS Iraq Time

Part 1: General Information and Instructions Part 2: Form of Tender Part 3: Agreement Form

PART 1

GENERAL INFORMATION AND INSTRUCTIONS TO BIDDER

------TABLE OF CONTENTS ------

1 SECTION 1: GENERAL INFORMATION

Note: For Bidder Review Only.

1.1 Letter to the Bidders 1.2 Introduction 1.3 Tender Time table 1.4 Bidder Visit to Work site Location(if applicable) 1.5 KURDS Visit to Bidder Facility (if applicable) 1.6 Evaluation Criteria 1.7 Minimum Requirements 1.8 Award to Successful Bidder 1.9 KURDS Acceptance/Disqualification/Cancellation of RFP

1 No return documentation required with Proposal Submission.

1 SECTION 2: INSTRUCTIONS TO BIDDERS

2.1 General Instructions 2.2 KURDS Contact for ALL RFP Communications 2.3 Binding Legal Relationship 2.4 Structure/Submission of Technical and Commercial Proposals 2.5 Illegal Brokering 2.6 Attachments-Time table for Bidder Return of Tender Submission

1 No return documentation required with Proposal Submission.

SECTION3: ATTACHMENTS

1 Attachment1–Notice of Intent

1 To be completed and returned with Proposal Submission within 2 days from receipt of RFP

1 GENERAL INFORMATION

1.1 LETTER TO BIDDER

Dear Bidder:

Please accept this RFP as an invitation to submit a Proposal for (Rehabilitation of Soran Association for Handicaps at Soran District in -Iraq). Your Proposal shall remain valid for ninety (90) calendar days from the proposal Submittal Date and Time, unless otherwise determined at Bidder’s sole option. Please note that any contract resulting from this bidding process may be split between two or more companies.

By participating in this RFP, the Bidder indicates compliance with all guidelines provided herein, as well as all respective Attachments, Annexes, Exhibits and Schedules. KURDS reserves the right to disqualify proposals submitted by Bidders which does not comply with these RFP guidelines.

Please acknowledge your intention to participate in this RFP by requesting an authorized representative to sign the Notice of Intent (Attachment 1) and forward to KURDS Bid Evaluation Committee Secretary by mail or email before 2.March.2020.

RFP documents provided herein are confidential and authorized Bidder representatives must also sign the Confidentiality Agreement (Attachment 2) and return to KURDS Bid Evaluation Committee Secretary by mail or email before 2.March.2020.

Please direct all other clarifications / inquiries regarding this RFP to the Tender Board Secretary through contact information are provided below:

Procurement Office Kurdistan Reconstruction and Development Society 2nd Floor, Kurdistan Contractors Union Building, Way, Ashti Street Duhok, Iraq E-Mail:[email protected]

As part of this RFP, KURDS makes no obligations to:

(i) Make payment to Bidder for costs incurred by Bidder in preparation of the proposal; or

(ii) Make payment to Bidder for services performed prior to contract award to Successful Bidder; or

(iii) Issue binding legal relationship between Bidder and KURDS prior to execution of an agreement.

Bidder must review all RFP documents to ensure compliance to this RFP’s technical requirements

Regards Kurdistan Reconstruction and Development Society

1.2 INTRODUCTION

Kurdistan Reconstruction and Development Society (here in after referred to as “KURDS”) call for the submission of a proposal from interested and eligible suppliers, duly registered with the Government of Iraq for the Rehabilitation of Soran Association for Handicaps at Soran District in Erbil Governorate-Iraq.

TENDER TIMETABLE

Item No. Description Due Date 1 Bid Proposal Validity Period 90 calendar days from Tender Closing Date 2 RFP Closing Date and Time 29 March 2020 at 13:00 HRS Iraq Time 3 The estimated implementation period for this 90 calendar days project

1.3 BID CONFERENCE AND BIDDER VISIT TO WORK SITE LOCATION

KURDS will host a bid conference and site visit at 2 March 2020 at 11am at the Soran association for handicaps located at Soran district in Erbil governorate, all relevant information regarding this bidding process will be made clear to all intending bidders, KURDS will not reply any question after the date of site visit.

1.4 KURDS VISIT TO BIDDER FACILITY (if required)

Bidder must provide access to their Facilities for KURDS to perform a non-site inspection and/or audit of Bidder’s proposed facilities, equipment and work areas during the tender process if requested by KURDS. Bidder may evaluate security measures currently in place and review the site terrain.

1.5 EVALUATION CRITERIA

1.5.1 Administrative Criteria: The following documents should be included in your Technical offer. Companies not submitting the above documents will be contacted by KURDS and asked for them. Should they fail to provide the requested document, then their offer will be disqualified:

- valid registration with the relevant Kurdistan Region Registration Authorities in Construction / Maintenance - Registration with relevant Authorities for tax. Present binding statement that the bidders pending litigation in total represent not more than 25% of the net assets. - Bidders are requested to submit with their proposals a bid bond in the form of bank guarantee or certified check for the benefit of Kurdistan Reconstruction and Development Society for an amount not less than IQD 3,000,000. The bid bonds will be returned to the bidders upon completion of the bidding process and the successful award of contract. Should the award of a contract resulting from this bidding process be made and any of the selected bidders refuse to sign the contract and withdraw from the bidding, then such bidder(s) will lose his/their right to claim the bid bond and the amount included will be the property of KURDS. Additionally, If a bidder withdraws his bid after the closing date of the tender, the bid bond will also be forfeited. - Offer will be disqualified if the bidder not attended the site visit date.

1.5.2 Technical Criteria: All submitted proposals will be evaluated based on the following criteria, but not necessarily in the sequence shown below:

- Environment, Health and Safety - Quality Assurance/Quality Control - Technical Capabilities • Commercial Value • Exceptions to Agreement Form(if any)

However, evaluation criteria may vary depending on works/services, and specifications required by KURDS. The proposal that secures the highest combined score from technical and financial proposal will be awarded the contract.

- The award criteria will be most responsive offer with the combined highest score from technical and financial proposal. - The evaluation will be in two stages as follows:

1- First Stage :( Technical Proposals 60%)

2- Second Stage :( Financial Proposals 40%)

No. Mandatory Pre-qualification Criteria Rating 1 Certificate of Registration of the business from Ministry of Planning - renewed ID, Government of Iraq Pass/Fail 2 Tax Clearance Certificate in favor of the company for the year (2018 or 2019). Pass/Fail 3 Bid security of IQD 3,000,000 Pass/Fail

Rating the Technical and Financial Proposal (TP and FP)

Evaluation Criteria Score Financial Financial Audit for last 2 years or Bank Statement for the last 12 months 5 Average amount of implemented projects of similar kind 5 Availability of cash for the project (Bank statements) with minimum turnover 10 of 25000 USD. SUB-TOTAL 20 PERSONNEL AND FACILITIES CAPABILITIES Has the Bidder specified adequate number of qualified key technical personnel to manage the project? 10 Minimum of: 1. One Civil Engineers (at least three (3) years of experience) Has the Bidder specified adequate number of machines and equipment for this project? Minimum of the following: - One Small Steel Compactor - One Water Truck 5 - One Truck - One Small Shovel - One Excavator

Has the Bidder Submitted Schedule of work that corresponds to the required 5 implementation timeline? SUB-TOTAL 20 PREVIOUS EXPERIENCE

Have the bidder demonstrated previews experience in implementation of 20 similar projects? SUB-TOTAL 20

60% TOTAL

Technical Proposal =A minimum score of 40 out of the 60 must be obtained in order to qualify for financial evaluation.

Financial Proposal = (Lowest Priced Offer / Price of the Offer Being Reviewed) x 100 x 40% = points towards overall score

Lowest Priced Offer will receive 40 and other offers will receive points in inverse order as shown in the preceding para.

Total Combined Score = (Technical Proposal score) + (Financial Proposal score)

1.6 Minimum Requirements for the work Below are the minimum estimated resources that this type of works will require, the bidders are required to submit their own plan for the resources they should allocate to the project and provide proper justification for any variation of the number of each of the resources proposed which will be considered during the technical evaluation, please note that your technical offered should include the CV of key personnel and proof of ownership/lease of any equipment required to perform the works. Minimum work requirements are as below:

Staffing: - One Civil engineers (at least three years of experience)

Machines: - One Small Steel Compactor - One Water Truck - One Truck - One Small Shovel - One Excavator

1.7 AWARD TO SUCCESSFUL BIDDER

An award from KURDS for works/services does not guarantee all works/services will be awarded to one Bidder. KURDS reserves the right to award part or all of the services to one or more Bidders Prior to contract agreement, KURDS will all bidders whether they are successful or not. The regrets letters will state the true reason for unsuccessful offers.

1.8 KURDS ACCEPTANCE/DISQUALIFICATION/CANCELLATION OF RFP

KURDS may accept, disqualify or cancel any RFP in its entirety.

2 INSTRUCTIONS TO BIDDER

2.1 GENERAL INFORMATION

Respective Proposals must be submitted in English language.

Bidder warrants that Bidder is compliant with all applicable Kurdistan Regional Government (KRG) regulatory requirements that shall govern the performance of the works/services.

Bidder may, without prejudice, withdraw its proposal by formal written request to the Bid evaluation committee secretary prior to the RFP closing Date and Time.

Failure to comply with the RFP instructions herein may deem the proposals disqualified by KURDS.

2.2 SUBMISSION AND RFP COMMUNICATIONS:

Ref: RFP # 000KUR/ ER /2020/002 Bid Evaluation Committee Secretary Kurdistan Reconstruction and Development Society 2nd Floor, Kurdistan Contractors Union Building, Zakho Way, Ashti Street Duhok, Iraq E-Mail:[email protected]

2.3 BINDING LEGAL RELATIONSHIP

This RFP, including any statements whether oral or written between KURDS and Bidders or any negotiations between Bidders and KURDS, shall not create or be deemed to create any binding legal relationship or contract/agreement between KURDS and Bidder. The provisions of an agreement between KURDS and any successful Bidders shall govern the relationship between the parties.

2.4 STRUCTURE/ SUBMISSION OF TECHNICAL AND COMMERCIAL PROPOSALS

Bidder must submit Technical and Commercial Proposals in two (2) SEPARATE sealed envelopes/packages. One envelope for technical proposal and another envelope for financial proposal.

HARD COPY ORIGINALS: Hard Copy Originals must be stamped with words “Original Technical” or “Original Commercial” on respective Proposal Letter. The Hard Copy Originals referenced within this paragraph must be labeled and submitted separately in envelopes/packages as shown below:

To: Kurdistan Reconstruction and From: Development Society 2nd Floor, Kurdistan Bidder Name: Contractors Union Building, Zakho Way, Ashti Street Duhok, Iraq Bidder Address: Attention: Bid Evaluation Committee Secretary

TECHNICAL PROPOSAL (Insert RFP Number and Title)

To: From: Kurdistan Reconstruction and Development Society Bidder Name: 2nd Floor, Kurdistan Contractors Union Building, Zakho Way, Ashti Street Bidder Address: Duhok, Iraq Attention: Bid Evaluation Committee Secretary

COMMERCIAL PROPOSAL (Insert RFP Number and Title)

IMPORTANT REMINDER TO BIDDER: THE ABOVE-REFERENCED TECHNICAL AND COMMERCIAL PROPOSALS MUST BE SUBMITTED IN TWO SEPARATE SEALED ENVELOPES / PACKAGES.

2.5 ILLEGAL BROKERING

Warranty and Representation-Bidders and KURDS are aware of a practice (known as “Illegal Information Brokering”) where certain persons or entities approach bidders, subcontractors, vendors or other suppliers, and offer confidential information or improper influence in order to obtain business through corrupting the competitive bidding processes. Bidders recognize that the practice of Illegal Information Brokering or any other corruption of the contract award process is not permitted by KURDS. Bidder warrants and represents that it has not and will not utilize or participate in Illegal Information Brokering in connection with this RFP.

Notification-Bidders agree that it will promptly notify KURDS Bid Evaluation Committee Secretary if any one approaches the Bidder for the purpose of Illegal Information Brokering concerning this RFP, or any other related business interest of KURDS. KURDS undertakes that such notice and any related information provided by the Bidders will be treated with utmost discretion. KURDS also undertakes that it will handle this information with appropriate security measures in order to prevent any Bidders or subcontract or from gaining any unfair advantage subsequent to such notice.

2.6 ZERO TOLERANCE POLICY:

Please note that KURDS follow zero tolerance policy strictly and as such, suppliers are advised not to offer any gifts, favor, hospitality and commission etc. to KURDS staff. Any supplier found to be offering gifts, Favor, hospitality and commission etc. to KURDS staff; KURDS will not do business with them anymore.

2.7 ATTACHMENTS – TIME TABLE FOR BIDDER SUBMISSION OF THE PROPOSAL

Attachment No Form Name Required Submission Date Submission Format E-Mailto: 1 Notice of Intent Before 2.March.2020. [email protected]

Confidentiality E-Mailto: 2 Before 2.March.2020. Agreement [email protected]

(SEE ATTACHMENTS 1 ON FOLLOWING PAGES.)

SECTION3: PART1–BIDDER RETURN ATTACHMENTS

ATTACHMENT1

NOTICE OF INTENT

IMPORTANT REMINDERS TO BIDDER: - BIDDER PROPOSAL MUST BE SUBMITTED IN BIDDER’S LETTERHEAD - NOTICE OF INTENT LETTER MUST BE SIGNED AND RETURNED TO KURDS WITHIN TWO (2)DAYS FROM RECEIPT OF RFP.

Date:

Bid Evaluation Committee Secretary Kurdistan Reconstruction and Development Society 2nd Floor, Kurdistan Contractors Union Building, Zakho Way, Ashti Street Duhok, Iraq E-Mail:[email protected]

Re: RFP Number 000KUR/ER/2020/002

(Project Name)

(Rehabilitation of Soran Association for Handicaps at Soran District in Erbil Governorate-Iraq).

Dear Sir:

We acknowledge receipt of KURDS’s above-referenced Invitation to Tender received on , 2020.

We have indicated our intent as marked below:

We shall submit a proposal in accordance with KURDS’s Instructions.

Shall not submit a proposal for the following reasons:

Regards,

Name of Bidder: Authorized Signature: Name: Title:

Telephone Number: E-Mail:

*ADDRESS:

*MANDATORY REQUIREMENT BY KURDS

PART2 FORMOF TENDER ------TABLE OF CONTENTS ------

1 SECTION1: SCOPE OF WORK AND SPECIFICATIONS Note: For Bidder review only.

1 No return documentation required.

1 SECTION2: TECHNICAL PROPOSAL ATTACHMENTS Note: Technical Proposal must be submitted in sequence shown below.

Attachment1–Technical Proposal Letter Attachment2 –Bidder’s Technical Proposal Attachment3–Technical Exceptions (if any) Attachment4–Organization Structure Attachment5–Previous Experience Attachment6–Supplier Information

1 To be completed and returned with the proposal.

1 SECTION3: COMMERCIAL PROPOSAL Note: For Bidder review only 1 No return documentation required.

1 SECTION4: COMMERCIAL PROPOSAL ATTACHMENTS Note: Commercial Proposal must be submitted in sequence shown below.

Attachment7–Commercial Proposal Letter

1 To be completed and returned with the proposal.

IMPORTANT REMINDERS TO BIDDERS

 Technical and Commercial Proposals must be submitted separately.

 Technical Proposal must not include or refer to prices.

 Commercial Proposal shall ONLY include rates.

 ALL ATTACHMENTS MUST BE COMPLETED IN ENGLISH LANGUAGE.

SECTION1

SCOPE OF WORK AND SPECIFICATIONS

This Scope of Work and Specifications include the following:

- General Overview

- Definitions

- KURDS Responsibilities

- Contractor Responsibilities

- General and Specific Scope of Work +Specifications

- Contractor Reporting

SECTION2: TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT1

TECHNICAL PROPOSAL LETTER

- Must be on the Bidders’ Letterhead - Attach Proposal Letter to Technical Proposal

Date:

Bid Evaluation Committee Secretary Kurdistan Reconstruction and Development Society 2nd Floor, Kurdistan Contractors Union Building, Zakho Way, Ashti Street Duhok, Iraq E-Mail:[email protected]

Re: RFP Number 000KUR/ER/2020/002

(Project Name)

(Rehabilitation of Soran Association for Handicaps at Soran District in Erbil Governorate-Iraq). .

TECHNICAL PROPOSAL

Dear Sir:

We, the undersigned, acknowledge that we have read and understand all RFP requirements and submit our Technical Proposal according to KURDS’s requirements presented in Section1–Scope of Work and Specifications.

This Technical Proposal is valid for 90 days from the RFP Close Date and Time.

Regards,

Name of Bidder:

Authorized Signature:

Name:

Title:

Telephone Number:

E-Mail:

SECTION2: TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT2

BIDDER’S TECHNICAL PROPOSAL

Bidder to insert Technical Proposal

SECTION2: TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT2A

BIDDER EQUIPMENT

Bidder to insert Equipment List

Vehicle Technical Specification (Contract shall provide Vehicle Identification Numbers(VIN)for each vehicle listed) Make Type Year/Model VIN Capacity

SECTION2: TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT2B

BIDDER PERSONNEL

Bidder to insert Personnel List

Trained and Certified Operators Type of Operating/Driver’s Date of Training Equipment Name License Medical Certificate Qualified to Operate

SECTION2: TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT3

TECHNICAL EXCEPTIONS (IF ANY)

TECHNICAL EXCEPTIONS TECHNICAL EXCEPTIONS

□ No □ Yes

“NO TECHNICAL EXCEPTIONS– “THIS PROPOSAL INCLUDES THIS PROPOSAL COMPLIES WITH TECHNICAL EXCEPTIONS” ALL TECHNICAL REQUIREMENTS” Note Exceptions in Table below:

Section1 Exception or Rationale for Exception or Performance Effect Reference Alternative Proposal Alternative Proposal

SECTION2: TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT4

ORGANIZATION STRUCTURE

Requirement Bidder Response

Organization Chart for Overall Business Operation

Lines of Authority

Key Position Titles

Headquarters Physical Address

Host Country Physical Address

Time line for Establishing Host Country Office(if applicable)

Physical Address in Support of Provision of Goods and/or Services

SECTION2: TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT5

PREVIOUS EXPERIENCE

Requirement Bidder Response

List Previous Experience for Similar Services during last five (5) Years to include below (at a minimum):

Project Name

Project Locations (to include within Kurdistan and/or other international locations)

Work Description

Client Name/Contact Person

Subcontract or List

Subcontract or Work Performed

TECHNICAL PROPOSAL ATTACHMENTS

ATTACHMENT6 GENERAL INFORMATION

Entity Details

Legal name 1 (contracting entity/registered business name)

Supplier trading name 2 (if different from legal name)

Trading names or legal names used previously by 3 Supplier

4 Registered business address

Business headquarters address 5 (if different from above)

6 Entity registration number

7 Tax identification number (if applicable)

8 Date of incorporation /registration

9 Place of incorporation/registration

10 Supplier’s website (if applicable)

Entity Details

11 Telephone number

Name(s), E-Mail(s),and telephone number(s) of 12 employee of Supplier who will be principally responsible for proposed contract

Describe the primary business of the Bidder,

and /or provide brochures or similar documents.

13 Description of the bidder’s business

□ Publicly Traded business □ Privately-Held business or Individual

If Supplier is a Privately-Held business, please

provide Articles /Certificate of Incorporation.

If Supplier is an Individual, please provide a copy of a pass port or other valid government-issued identification document. 14 Type of entity □ Government/State Owned Entity

If Supplier is a Government/State Owned Entity, identify the government owner of the entity, including the identity of the ultimate parent company or entity.

□ Yes □ No Has Supplier contracted with the KURDS 15 during the past 24 months? If Yes, provide a detailed explanation, including a description of the work performed and the

Entity Details

Identity of the KURDS employee responsible for the proposed contract.

Ownership Details

Describe or attach organizational structure of

Supplier, Including direct or indirect relationship

with ultimate parent/holding company or

Name of Supplier’s parent company(if individual(s). 16 applicable)

Address of Supplier’s parent company(if 17 applicable)

□ Yes □ No

If Yes, list each previously-used name. Use Since the date of incorporation /registration, has additional sheets, if necessary. Bidder or its parent company been registered 18 under any other names?

If Supplier is a privately-held business, identify Use additional sheets, if necessary. 19 all shareholders and owners of the bidder.

Entity Details

Provide following information for all of bidder’s directors, officers, and employee(s) who will be principally responsible for the proposed contract, and all individuals identified in response to question

19. Use additional sheets, if necessary.

a. Full legal name

b. Nationality c. Pass port number or national identification number d. Title and dates of service e. Percentage of Supplier’s shares owned (For any individual(s) who own 25% or more of the

bidder’s shares, provide copy of pass port or other valid government-issued identification document.)

a.

b.

c.

20 d.

e.

a.

b.

c.

d.

e.

Entity Details

a.

b.

c.

d.

e.

a.

b.

c.

d.

e.

Financial Detail

□ Yes □ No

Is proposed

contract value If Yes and the bidder are privately-held, provide audited annual financial statements above $10 million 21 of the bidder for the last two years and the interim financial statements, if (or local currency applicable. The financial statement must include balance sheet, income equivalent)? statement, cash flow, and supporting notes, if applicable. Provide parent company’s financials if Bidder’s financials are not available separately, and are consolidated with in the parent.

Business References

Provide three business references below. If the Bidder is currently providing goods or services to KURDS that are substantially similar to goods or services that will be provided in connection with proposed contract, provide name of KURDS employee principally responsible for current contract instead of providing business references.

Entity Details

Name of KURDS/Individual Name Email Address Telephone Work Performed by the Bidder Contact Person

Payment Terms

Currency Terms Payment Types (check all that apply)

Net Due 30 Days Evaluation Receipt Settlement Electronic Funds Transfer Other(explain): (ACH/Wire, etc.) Check FTO Paper Request Separate Check Bank Account Information

Correspondence Bank Details Beneficiary Bank Details

Account holder name Bank account number Bank name, city/region, and country ABA sort code Swift code

IBAN Number

SECTION3:

COMMERCIAL PROPOSAL

1 GENERAL

1.1 The compensation detailed in this Part2-Section4 shall be all inclusive and to allow for all costs incurred by Contract or in complying with all terms and conditions of the Agreement, and shall represent the total compensation due to Contractor in full consideration the satisfactory performance of the works/services.

1.2 All rates are exclusive of any and all taxes, fees and customs clearances.

1.3 All rates are inclusive of all consumables (e.g. spares, lubes, packaging, pallets) required f o r t h e Contractor to perform Services, unless otherwise indicated.

1.4 No reimbursement shall be made for work services which are not performed in accordance with the Agreement.

1.5 KURDS shall not reimburse Contractor for any works/services performed without prior written authorization from KURDS’s authorized representative.

1.6 All rates stated are to be in Iraqi Dinars (IQD).

1.7 All rates specified in the submitted proposal shall proposal shall be fixed and firm throughout the Term of Agreement.

1.8 Any adjustment to the rates for extension periods after the initial Term of Agreement, if any, must be mutually agreed between the KURDS and Contractor.

2 APPLICATION OF RATES

2.1 Mobilization and Demobilization

2.1.1 Contractor’s Equipment Mobilization/Demobilization Rate

Contractor shall be responsible to arrange and make payment for the shipping/transportation of Contractor equipment to/from appoint of origin outside of Kurdistan and Contractor’s Home Base in Kurdistan at expense of Contractor, unless otherwise agreed by KURDS, and is specifically listed in Mobilization Rate Table.

2.1.2 Contractor’s Personnel Mobilization /Demobilization Rate

Contractor shall be responsible to arrange and make payment for the transportation, accommodation and all other travel-related expenses of Contractor Personnel to/from the point of origin outside of Kurdistan and Contractor’s Home Base in Kurdistan at expense of Contractor, unless otherwise agreed by KURDS, and is specifically listed in the Contractor Personnel Mobilization Rate Table.

2.1.3 Transportation of Contractor Call-Off Equipment(in Kurdistan)

Contractor shall arrange and make payment for the shipping/transportation costs of Contractor’s equipment from Contractor’s Home Base in Kurdistan to KURDS’s work Site and from KURDS’s work Site to Contractor’s Home Base in Kurdistan.

Note: Contractor shall arrange and make payment for ALL on ward shipping/transportation costs, unless otherwise agreed by KURDS and is specifically listed in Schedule 2, Rate Table(s).

2.1.4 Transportation of Contractor Call-Off Personnel(in Kurdistan)

Contractor shall arrange and make payment for the transportation cost of Contractor Personnel to/from Contractor’s Home Base in Kurdistan and KURDS’s work Site, to include all expenses related to security requirements per Contractor’s Security Policy.

Note: KURDS will not be responsible for obtaining visas or making travel arrangements for Contractor Personnel.

SECTION4: COMMERCIAL PROPOSAL ATTACHMENTS

ATTACHMENT9

COMMERCIAL PROPOSAL LETTER

- Must be on the Bidder’s Letterhead - One Proposal Letter must be stamped “Original”

Date:

Bid evaluation Committee Secretary Kurdistan Reconstruction and Development Society 2nd Floor, Kurdistan Contractors Union Building, Zakho Way, Ashti Street Duhok, Iraq E-Mail:[email protected]

Re: RFP Number 000KUR/ER/2020/002

(Rehabilitation of Soran Association for Handicaps at Soran District in Erbil Governorate-Iraq).

Dear Sir:

We, the undersigned, acknowledge that we have read and understand all RFP requirements and submit our Commercial Proposal according to KURDS’s Commercial Bidder Requirements provided in Section 3.

This Commercial Proposal is valid for 90 days from the RFP Closing Date and Time.

Regards,

Name of Bidder:

Authorized Signature:

Name:

Title:

Telephone Number:

E-Mail

Rehabilitation of Soran Association for Handicaps at Soran District

Unit Total # Item Description Unit Qty. Price in Price in IQD IQD A Required Construction Works A.1 Supply materials and skilled labor for installing, connecting and testing false ceiling LED lights (Good Quality)(sample should provide for approval) (60cmx60cm)(72 WATT) with all annexed parts, best Turkish or Jordanian wire 2*1.5mm2, all required works should be carried out according to the specification and instructions of the supervisor engineer. No. 60 A.2 Supply and install false ceiling (60cm X 60 cm) gypsum and plastic type(Best Approved type) (sample should provide for approval), the works include fixing new ceiling frame with all the needed materials (wall angle, cross T-bar, main T-bar, rod hanger with adjustable clip, ....etc.). All the work should be done according to the specifications and the instructions of the site engineer.

M² 370 A.3 Provide all the needed materials, machines, and skilled labor to install best approved type of antibacterial vinyl floor (2mm) thickness (sample should be provided for approval) using a special glue(Bond), the work includes rendering the surface to make it clean and smooth before installing the vinyl, also welding the joints (if needed). All the work should be done according to the specifications and the instructions of the site engineer. M2 110 A.4 supply required equipment, tools and manpower to demolish/remove the existed concrete block wall, iron window and PVC partition to make a room to be used as a reception room, then refining the wall from outside and inside by cement & gypsum plastering, as well painting from both sides, the price also includes supply materials and install (sample should provide for approval) aluminum partition wall, the price also includes (#1) doors (1m*2 m) and (#1) window, handles , kelones , locks, glass 6mm thickness, as well as steel sub-frame made of metal pipe with square section 6 cm,2mm thickness and transporting all debris/damaged material to an approved location, all required work should be done according to specification and instructions of the supervisor engineer. M2 15 A.5 Provide all the needed materials, machines, and skilled labor to rehabilitate the existed wooden doors and frames, the price includes replacing the defected (handles, hinges, locks, ....etc.) also re-painting the doors with 2 layers of waterproof paint using (JOTIN) paint or equivalent after refining the doors and the frames using all the required material. All the work should be done according to the specifications and the instructions of the site engineer. No. 14 A.6 Walkway: Supply required equipment, tools and manpower to rehabilitate the existed defected walkway (60mlength*1mWidth),Process-will-be-executed-as-below: *Demolishing the existed concrete(60m2) and transporting the damaged material to an approved location. *Removing-the-existed-sub-base-material-(10m3). *Re-build the defected concrete block wall by solid concrete block(40cm*20cm*15cm) with mortar ratio (1:3), flashing the concrete block wall from inside vertically and horizontally and remove the existed cement plaster then re-plastering (100m2) the outside wall part by cement mortar (1:3) ratio, proper watering is required after all works will be completed. *Filling by best approved sub-base type B (10m3), layer by layer, each layer do not exceed 20cm with-proper-watering-before-compaction. *Casting (12cm) thickness by normal reinforced concrete (1:2:4) ratio, using BRC 4mm (15cm*15cm),-make-shrinkage-joints-by-cutter-machine. All required works should be done according to supervisor engineer Instructions.

L.S 1 C Furniture

C.1 Supply and install stainless steel drinking water cooler (80Liter), plastic water tank, three taps, best approved well known origin (catalog should be provided for approval), the price includes connecting the water cooler with the nearest electrical and water point using all the required materials. All the work should be done according to the specifications and the instructions of the site engineer. No. 2

C.2 Supply and install water filter (7 stages) with R.O system, electrical water pump, store tank, and all accessories, (ARTEC) Taiwan made or equivalent best approved type, the price includes connecting the water filter with the nearest electricity and water point. All the work should be done according to the specifications and the instructions of the site engineer. No. 2 C.3 Supply and install office metal filing Cabinets dimension ( 90cmx195cmx40cm) double door and key lock, (Vana or EKHLAS or Sadaf or equivalent brand). NO. 2 C.4 Supply and install Swivel Rolling Adjustable Mid Back office Chair from (Vana or EKHLAS or Sadaf or equivalent brand). No. 2 C.5 Supply and install Wooden Office table, dimension of (140x70x75)cm with 3 drawer attached with a lock for the drawer (Vana or EKHLAS or Sadaf or equivalent brand). No. 2 C.6 Supply and install data show (Sony, Optoma) or equivalent (catalog should be provided for approval)with all necessary accessories. All the work should be done according to the specifications and the instructions of the site engineer. No. 1 D Wash Works

D.1 Supply and install P.V.C. door (#8)(2m*0.9m), (sample should provide for approval), the price also includes remove the existed iron door,handles,kelones,locks as well as steel sub-frame made of metal pipe with square section 6 cm,2mm thickness. All the work should be done according to the specifications and the instructions of the site engineer. M2 15.0 D.2 Supply and install exhaust fan (8") (Shami, FTM, Panasonic) Brand or equivalent, at least one year guarantee (sample should provide for approval), with all annexed parts such as iron frame as needed and wire (2x1.5mm2) best approved wires. All the work should be done according to the specifications and the instructions of the site engineer. No. 10 D.3 Supply and install ceramic toilet pan (Western type) (Vitra, Duravit) brand or any equivalent (sample should be provided for approval), with all the required fittings and accessories. All the work should be done according to the specifications and the instructions of the site engineer. No. 2 D.4 Providing materials and fixing industrial ceramic wash basin with mixer + floor drains + Gully Trap, complete set (Vitra, Duravit) brand or any equivalent (sample should provide for approval), using proper brackets and adhesive materials for fixing the basin with walls and fixing drain pipes inside, the price also includes removing the existed defected wash basin. All the work should be done according to the specifications and the instructions of the site engineer.

No. 4 D.5 Supply materials and skilled labor for installing, connecting and testing waterproof false ceiling LED lights (Good Quality)(sample should provided for approval) circular shape (20 Watt) with all annexed parts and wiring by best approved wire 2*1.5mm2 . All the work should be done according to the specifications and the instructions of the site engineer. No. 10 D.6 Supply and install HDPE water tank (1000 liter) (BAZ, Original) brand or equivalent, With iron base (High = 20cm) using 1 inch steel angle 2mm thickness covered by plate gage 18, and a layer of XPS under water tank, with one coat of anti-rust and two coat of oil paint, connection to the water system with all necessary fittings and accessories (Tee, Elbow 45/90 degree, valves, divider …etc.). All the work should be done according to the specifications and the instructions of the site engineer. No. 2 D.7 Supply and install a 200 Litter electrical water boiler (Siemens, Bradford white, wasting house or equivalent) (sample should be provided for approval), inner tank galvanized plate with all necessary fittings and accessories (Tee, Elbow 45/90 degree, valves, divider , extending thermal PVC pipe suitable size and connecting with electrical source by best approved wire 3*6mm² inside trey cable as well as good brand dipole switch plug 30 amp. All the work should be done according to the specifications and the instructions of the site engineer. No. 2 D.8 Supply materials required equipment and manpower to build manholes OR Prefabricated PVC internal dimension (#2)(60cmX60cm) & (#17)(30cm*30cm), variable depth according to site requirements for sewerage system, the price also including excavation, crushed stone layer of min. 10 cm thick and casting reinforcement concrete base of 10cm thick with BRC 4mm,15x15 cm, masonry wall 40 cm thick by using solid concrete blocks (15*20*40)cm, plastering, reinforcement concrete slab cover with cast iron cover/GRP cover of heavy duty type with all other work requirements cleaning the site and transporting all demolished material and debris to outside of an approved location by municipality. All the work should be done according to the specifications and the instructions of the site engineer. Note: All manholes cover must be grill type to collect water and evacuated by sewerage pipe. No. 19

D.9 Supply required equipment , skilled labor and material to install sewerage system by approved PVC pipe 4" Dia (4.1mm thickness) with all necessary accessories such as (Elbow 45/90 degree , divider, gully trap , PVC glue …etc.) , the price include breaking the existed cement tiles (shtiger) edge to make adequate depth for slope of the pipes as per supervisor instructions then casting concrete type C (1:2:4) around the pipes 15cm thick for all pipe line. All the work should be done according to the specifications and the instructions of the site engineer.

M.L 180 D.10 Supply Corrugated HDPE sewer pipe with ring stiffness value not less than SN8 (8kN/m2) according to ASTM F949 - 10, DN of 250 mm, covering base and surrounding of the pipes with (loam) or selected materials as per instructions, it diverts sewage (storm water) from sewerage system to outside, the price includes excavation in all type of soil Including rock and pavements, laying and jointing of the pipes as in ( ASTM D 2321) all necessary fittings, and backfilling to the original natural ground level with approved selected material in layers each layer to be compacted to 95% of MDD, the width of the trench, construction of the base of the pipe and casting above the top of the pipe must be executed according to the General Specification. All the work should be done according to the specifications and the instructions of the site engineer.

M.L 40 D.11 Supply material, required equipment and manpower to construct a channel to evacuate and divert grey and storm water, channel work requirement are : *Excavation a trench (35m Depth * 75 cm Width). *Casting reinforced concrete base (12 cm * 50 cm ) , reinforcing by one BRC layer 6mm thick,15cm*15cm. *Building solid concrete block (15 cm * 20 cm * 40 cm) ,height in average (20 cm). *Plastering the channel by two layer of cement mortar ratio (1:3) from inside and flash point joints from outside. * Construction iron grill by angle iron (5*5)cm of 4mm thick for the frame and parallel sections (2cm*4cm,3mm) welded by pass way on the angle frame distributed 5cm c/c, each part should not exceed 2m, painting steel structure by anti-rust &oil paint two layers. The work also include transporting all excavated and debris material to an approved location , leveling,grading,watering and proper compacting the base after excavation work. All the work should be done according to the specifications and the instructions of the site engineer.

M.L 10

Total Cost in IQD