0% found this document useful (0 votes)
43 views6 pages

Section2 - Tender Data Sheet

This document is a tender invitation for the vertical extension of a ladies hostel building from the 3rd to 6th floors in Gazipur District, Bangladesh. Key details include: - The procuring entity is the Health Engineering Department of the Ministry of Health and Family Welfare of Bangladesh. - The project involves extending the existing ladies hostel building vertically by adding 3 additional floors, as well as external works and installing a passenger lift. - The tender closing date is April 7th, 2022 at 2:00pm local time. The tender will open on the same date at 2:00pm. - Funding is provided through the Bangladesh government development budget, with no involvement from an

Uploaded by

TCL Head of ICT
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
43 views6 pages

Section2 - Tender Data Sheet

This document is a tender invitation for the vertical extension of a ladies hostel building from the 3rd to 6th floors in Gazipur District, Bangladesh. Key details include: - The procuring entity is the Health Engineering Department of the Ministry of Health and Family Welfare of Bangladesh. - The project involves extending the existing ladies hostel building vertically by adding 3 additional floors, as well as external works and installing a passenger lift. - The tender closing date is April 7th, 2022 at 2:00pm local time. The tender will open on the same date at 2:00pm. - Funding is provided through the Bangladesh government development budget, with no involvement from an

Uploaded by

TCL Head of ICT
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 6

View TDS

Tender/Proposal Detail
Invitation Reference
Tender/Proposal ID : 668963 45.02.0000.002.14.023.22-33
No. :
Closing Date and Opening Date and
07-Apr-2022 14:00 07-Apr-2022 14:00
Time : Time :
Procuring Entity : Health Engineering Department (HED) Head Office

Brief : Vertical Extension of Ladies Hostel from 3rd to 6th floor at Syeda Zohra Tajuddin Nursing
College at Kapasia Upazila in Gazipur District.

Instructions for completing Tender/Proposal Data Sheet are provided in italics in parenthesis for the relevant ITT clauses
ITT Amendments of, and Supplements to, Clauses in the Instructions to Tenderers/Consultants
Clause
A. General
ITT 1. Scope of Tender
Clause
1.1 The Procuring Entity named in the Tender Data Sheet (TDS) (hereinafter referred to as the “PE”) wishes to
issues these e- Tender Document (hereinafter referred to as the “e-TD”) for the procurement of Works and
physical services as specified in the TDS and as detailed in section 6: Bill of Quantities. The name of the Tender
and the number and identification of its constituent lot(s) are stated in the TDS.
The PE is Chief Engineer, Health Engineering Department (HED), Ministry of Health and Family Welfare, 105-106,
Motijheel C/A, Dhaka-1000
The Name of the Tender is: Vertical Extension of Ladies Hostel from 3rd to 6th floor at Syeda Zohra Tajuddin
Nursing College at Kapasia Upazila in Gazipur District.
Brief Description of the Works:
i. Vertical Extension of Ladies Hosptel Building (3rd to 6th floor).
ii. External work: Arboriculture, External Electrical works.
iii. Lift and Related Works (Capacity :800 Kg Passenger Lift)

Package No: WP-14022/SDP-4(GOB)-HED.


Lot No(s): 1
[if there is more than one(1) lot, individual lots are to be identified in conformity with Section 6: Bill of Quantities]

ITT 3. Source of Funds


Clause
3.1 PE has been allocated public funds as indicated in the TDS and intends to apply a portion of the funds to
eligible payments under the Contract for which this e-TD is issued.
The source of public funds is GOB Development Budget
3.3 Payments by the Development Partner, if so indicated in the TDS, will be made only at the request of the
Government and upon approval by the Development Partner or foreign state or Organisation in accordance with
the applicable Loan / Credit / Grant Agreement, and will be subject in all respects to the terms and conditions of
that Agreement.

The name of the Development Partner is None


ITT 5. Eligible Tenderers
Clause
5.1 This Invitation for Tenders is open to all potential Tenderers from all countries, except for any specified in the
TDS.

Tenderers from the following countries are not eligible: Israel


ITT 6. Eligible Materials, Equipment and Associated Services
Clause
6.1 All materials, equipment and associated services to be supplied under the Contract are from eligible sources,
unless their origin is from a country specified in the TDS.

Materials, Equipments and associated services from the following countries are not eligible: Israel
B. e-Tender Document (e-TD)
ITT 10. Clarification of e-TD
Clause
10.2 A prospective Tenderer requiring any clarification of the e-TD shall be allowed to post clarification as stated
under ITT Sub Clause 10.1 till the date and time as specified in the TDS, but not later than the date of Pre-
Tender meeting as stated under ITT Clause 11, if held.
Allowed to post clarification till : As per IFT
ITT 11. Pre-Tender Meeting
Clause
11.1 To clarify issues and to answer questions on any matter arising in the e-TD, the PE may, if stated in the TDS,
hold a Pre-Tender Meeting.

A Pre- Tender meeting shall be held through e-GP System


11.2 Pre-Tender Meeting will be held online on the date and time as specified in the TDS. Clarifications to the
queries of Tenderer will be made online, and also responses will be shared through dashboard of Tenderers, who
have purchased the e-TD.

Pre- Tender meeting :As per IFT


C. Qualification Criteria
ITT 15. Experience Criteria
Clause
15.1 Tenderer shall have the following minimum level of construction experience to qualify for the performance of
the Works under the Contract:
(a) a minimum number of years of general experience in the construction of works as Prime Contractor or
Subcontractor or Management Contractor as specified in the TDS; and
(b) specific experience as a Prime Contractor or Subcontractor or Management Contractor in construction works
of a nature, complexity and methods/construction technology similar to the proposed Works in at least a number of
contract(s) and of a minimum value over the period, as specified in the TDS.
The minimum number of years of general experience of the Tenderer in the construction works as Prime
Contractor, subcontractor & management contractor shall be 05 (five) years. i.e. years counting backward from the
date of publication of IFT in the News Paper.
The minimum specific experience as a Prime Contractor, subcontractor & management contractor in construction
works of at least one (1) number of similar contract completed during last 5 (five) years:
Similar nature of work means completion of multi-storied building with R.C.C. frame structure valued Tk 850.00
(Eight hundred Fifty) Lac in a single Contract under Public fund. This is to be supported by work order/NOA and
completion certificate.
Private Works or works done by any Developer or Real Estate Company will not be considered.
All documents submitted should be sealed & signed by the tenderer.
The Procuring Entity or his authorized officer at his discretion reserves the right to visit the building of similar nature
of works for verification, if required.
ITT 16. Financial Criteria
Clause
16.1 Tenderer shall have the following minimum level of financial capacity to qualify for the performance of the
Works under the Contract.
(a) the average annual construction turnover as specified in the TDS during the period specified in the TDS;
(b) Availability of minimum liquid assets i.e. working capital or credit line(s) from any Scheduled Bank, net of other
contractual commitments of the amount as specified in the TDS
(c) Satisfactory resolution of all claims, arbitrations or other litigation cases and shall not have serious negative
impact on the financial capacity of Tenderer.

The required average annual Construction turnover shall be minimum Tk 1500.00 (One thousand Five hundred) Lac
over the period of last 05 (Five) years i,e years counting backward from the date of publication of IFT in the
newspaper Average annual Construction Turnover i,e total certified payments received for contracts in progress or
completed under public sector i,e Government, Semi-Government and Autonomous bodies shall only be
considered. Private works shall not be taken into account.

The minimum amount of liquid assets i.e. working capital or credit facilities of the Tenderer shall be Tk. 400.00
(Four hundred ) Lac. The liquid asset certificate issued before publication of IFT will not be considered for
evaluation. Liquid asset certificate will be checked by the Procuring Entity.
The liquid assets are :
Letter of Commitment for Bank’s Undertaken for Line of Credit as per Form PW 3-7 under Section 5 of the
Tender Document.
The money in bank in any form, current account, savings account, FDR etc. to be supported by the bank
certificate.

Sanctioned over draft (to be supported by Bank certificate) shall be considered as Liquid Assets. Conditional over
draft facilities e.g. (a) over draft facility is under process & (b) If the work is awarded OD facility will be Sanctioned
after fulfilment of the Bank’s terms & conditions shall not be considered. Further, in the over draft certificate the
sanctioned amount and the OD utilised till the date of issue of certificate shall be clearly stated. If the utilised
amount of OD is not stated, the OD facility shall not be accepted.

The Bank statement and any other certificates issued by Bank will be verified by the Client or his Authorised
Representative at Client’s discretion. Bank means any schedule Bank of Bangladesh.
(d) The Minimum Tender Capacity as specified in the TDS.
The minimum capacity shall be:1100.00 ( One thousand one Hundred) Lac

The following formulae shall be used to calculate the Tender Capacity


Assessed Tender Capacity = (A*N*1.5-B)
Where
A=Maximum value of Works performed in any one year during last five years
N= Completion time of the proposed work in years
B= Value of Existing commitments and works to be completed during the next N Years
Note 1: In case the value of N is less than 12 (twelve) months the value of N shall be considered as 01 (one)
Note 2: In case of JV tender capacity requirement for leading partner shall be minimum 40% and for other partners
shall be minimum 25%.
ITT 17. Personnel Capacity
Clause
17.1 Tenderer shall have the minimum level of personnel capacity to qualify for the performance of the Works under
the Contract consisting of a Construction Project Manager, Engineers, and other key staff with qualifications and
experience as specified in the TDS;
A Construction Project Manager, Engineer, and other key staff shall have the following qualifications and
experience:

No Position Nos Total Works Experience (years) In Similar


Works
Experience
(years)

1 Site Engineer 1 No. 10 Years 08 Years


(Diploma in Civil)
2 Supervisor 1 No. 08 Years 06 Years
3 Electrician 1 No. 08 Years 06 Years [
4 Plumber 1 No. 07 Years 05 Years
5 Pump Operator 1 No. 05 Years 04 Years
6 Mixture Machine Operator 1 No. 03 Years 02 Years
7 Security & Safety Staff 1 No. 02 Years 01 Year
qualification of an alternative Construction Project Manager may also be requested]
[ for Tenders where the package contains more than one (1) lot, this qualification requirement may be necessary
for each lot in the package, subject to the nature of the control required over each package]

ITT 18. Equipment Capacity


Clause
18.1 Tenderer shall own suitable equipment and other physical facilities or have proven access through contractual
arrangement to hire or lease such equipment or facilities for the desired period, where necessary or have assured
access through lease, hire, or other such method, of the essential equipment, in full working order, as specified in
the TDS.
Tenderer shall own or have proven access to hire or lease of the major construction equipments, in full working
order as follows :
Minimum Number
No Equipment Type and Characteristics Required

1 Mixture Machine with hopper (7 Cft. capacity) 02 Nos


2 Vibrator of different dia both diesel & electrical operated 02 Nos
3 Shuttering Materials 1500 SqM.
4 Generator - 05 KVA (Diesel/Electrical) 01 No.
5 Pump Set 01 No.
6 Truck (5 ton capacity) 01 No.
7 Rope Hoist 01 No.
8 Earth Excavator (Mechanical) 01 No.
9 Pile Rig 01 No.
10 Safety Equipment (Helmet, boot, hand gloves, goggles , first aid kit etc) 25 Set

[for Tenders where the package contains more than one (1) lot, this qualification requirement may be necessary
for each lot in the package, subject to the nature of the control required over each package]
ITT 19. Joint Venture, Consortium or Association (JVCA)
Clause
19.1 Tenderer may participate in the procurement proceedings forming a Joint Venture, Consortium or Associations
(JVCA) by an agreement,executed case by case on a non judicial stamp of value as stated in TDS or alternately
with the intent to enter into such an agreement supported by a Letter of Intent along with the proposed agreement
duly signed by all partners of the intended JVCA and authenticated by a Notary Public.

TDS Requirements Requirements Requirements


Clauses by summation for Lead for other
References Partner of Partner(s) of
JVCA JVCA
ITT- Summation Same as Same as for
15.1(a) not applicable stated in Leading
TDS Partner

ITT- 100% At least one Minimum


15.1(b) Contract requirement
not applicable
ITT- 100% 40% 25%
16.1(a)
ITT- 100% 40% 25%
16.1(b)
ITT-17.1 100% Minimum Minimum
requirement requirement
not applicable not applicable
ITT-18.1 100% Minimum Minimum
requirement requirement
not applicable not applicable

The value of non-judicial stamp for execution of the Joint Venture agreement shall be Tk [state amount]
[the value of the non-judicial stamp shall be Tk.300.00]

19.2 The figures for each of the partners of a JVCA shall be added together to determine the Tenderer’s
compliance with the minimum qualifying criteria; however, for a JVCA to qualify, lead partner and its other partners
must meet the criteria stated in the TDS. Failure to comply with these requirements will result in rejection of the
JVCA Tender.
The minimum qualification requirements of Leading Partner and other Partner(s) of a JVCA shall be as follows :
As per clause: 19.1
ITT 20. Subcontractor(s)
Clause
20.3 PE may also select nominated Subcontractor(s) to execute certain specific components of the Works and if
so, those will be specified in the TDS.

The Nominated Subcontractor(s) named [insert name(s)] shall execute the following specific components of the
proposed Works:

None
D. Tender Preparation
ITT 25. Contents of Tender
Clause
25.1 The Tender prepared by the Tenderer shall comprise the following:
(a) the Tender Submission Letter (Form e-PW3-1) as furnished in Section 5: e-Tender Forms;

(b) Tenderer Information (Form e-PW3-2) as furnished in Section 5: e-Tender Forms;

(c) the priced Bill of Quantities for each lot in accordance with ITT Clauses 26 and 27;

(d) Tender Security as stated under ITT Clauses 34 and 35.


(e) Written confirmation authorizing the signatory of the Tenderer including National ID to submit the e-Tender, as
stated under ITT Sub Clause 39.4;
(f) Valid Trade license to be mapped from e-GP Common document library of the Tenderer ;
(g) Documentary evidence of Tax Identification Number (TIN) and Value Added Tax (VAT) as a proof of taxation
obligations as stated under ITT Sub Clause 5.10 to be mapped from e-GP Common document library of the
Tenderer;
(h) Technical Proposal describing work plan & method, personnel, equipment and schedules as stated under
ITT Clause 30;
(i) documentary evidence as stated under ITT Clause 28 and 31 establishing the Tenderer’s eligibility and the
minimum qualifications of the Tenderer required to be met for due performance of the Works and physical services
under the Contract;
(j) Documents establishing legal and financial autonomy and compliance with commercial law, as stated under ITT
Sub-clause 5.4 in case of government owned entity;
(k) Tenderer’s Past Performance Information to be provided in ‘ Tenderer's Past Performance Information e-PW3
– 5 (A) and 5(B) ’ ; and
(l) any other document as specified in the TDS.
he Tenderer shall submit with its Tender the following additional documents:

[in case of purchase of capital equipment by the Contractor as part of the overall Contract, a Performance
Statement of the capital equipment in Bangladesh may be necessary and may be requested. if no other documents
are required then specify “none”]

ITT 26. Tender Prices, Discounts and Price Adjustment


Clause
26.3 Unless otherwise provided in the TDS and the Contract, the price of a Contract shall be fixed in which case
the unit prices may not be modified in response to changes in economic or commercial conditions.

The prices quoted by the Tenderer shall be fixed for the duration of the Contract.
OR
The prices quoted by the Tenderer shall be adjustable as follows:
Iif prices shall be adjustable, the methodology for adjustment should be specified]
E. Tender e-Submission
ITT 40. Deadline for submission of e-Tender
Clause
40.1 e-Tenders shall be submitted to the e-GP System no later than the date and time specified in the TDS.

The deadline for lodgement of e-Tenders is : As per IFT


G. Contract Award
ITT 58. Performance Security
Clause
58.1 Performance Security shall be furnished by the successful Tenderer in the amount as specified in the TDS.
The amount of Performance Security shall be [5.000] percent of the Contract Price.
[usually ten(10) percent of the Contract price, however, should not be less than 5% if retention money is kept at
least 5% of contract price; Maximum twenty five (25) percent of the total Contract price in case the Tender price is
significantly below the updated official estimate or seriously unbalanced as a result of front loading ]

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy