Section2 - Tender Data Sheet
Section2 - Tender Data Sheet
Tender/Proposal Detail
Invitation Reference LGED/RIVER/NILP/21-22/NW-
Tender/Proposal ID : 1002748
No. : 04.
Closing Date and Opening Date and
31-Dec-2024 14:00 31-Dec-2024 14:00
Time : Time :
Procuring Entity : Office of the Project Director, RIVER, LGED
Construction of Primary School cum Flood Shelter with Solar PV Nano Grid, Street Light,
Brief : Lightening Protection & Connecting Roads, Bridge/Culvert, Furniture and Tree Plantation at
Nilphamari 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: Project Director, Resilient Infrastructure for Adaptation and Vulnerability Reduction
Project (RIVER) Project, LGED.
The Name of the Tender is: Construction of Primary School cum Flood Shelter with Solar PV Nano
Grid, Street Light, Lightning Protection & Connecting Roads, Bridge/Culvert, Furniture and Tree
Plantation at Nilphamari District.
Brief Description of the Works:
(1) Construction of 26 nos. of 4- storied RCC frame structured building for Primary School cum
Flood Shelter, in Nilphamari district.
(2) Solar PV Nano Grid
(3) Solar Street Light
(4) Lightning Protection
(5) Connecting Roads, Bridge/Culvert, District: Nilphamari.
(6) Furniture and Tree Plantation.
(7) Environmental Facilities
(8) Field Raising.
Please see Section 6 – Bill of Quantities (BOQ) for details .
Tender Ref: APP ID: 204209
Package No.-LGED/RIVER/NILP/21-22/NW-04.
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: IDA (IDA Credit No. 7167BD)
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: IDA, World Bank
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: 05/11/2024, 09.15 am
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. In addition to pre-tender meeting
through e-GP system in-person pre-tender meeting shall be held.
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: Start: 05-11-2024; 10:00, End: 25-11-2024; 17:00
In addition to above pre-tender meeting in-person pre-tender meeting shall be held on 24-11-2024
at 11:00 am at the conference room, level-4, LGED Main Building.
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.
15.1 (a) The minimum number of years of general experience of the Tenderer in the construction works as
Prime Contractor or Subcontractor or Management Contractor shall be 10 (Ten) years having at least one
completed or ongoing construction contract in or before 1st July 2014.
15.1 (b) The minimum specific experience as a Prime Contractor or Subcontractor or Management
Contractor in construction works in public sector of at least 01 (One) similar contract of minimum value Tk.
130.00 crore (BDT One hundred Thirty Crore Only) have been satisfactorily and substantially completed
between 1st August 2014 and tender submission deadline. .
Note 1: For contracts under which the Bidder participated as a joint venture member or
Subcontractor, only the Bidder’s share, by value, shall be considered to meet this requirement.
Note 2: Substantial completion shall be based on 80% or more works completed underthe
contract.
Note 3: The similarity of the contracts shall be Building works with reinforced concrete structure.
Note 4: The Contractor is required to submit documentary evidences from relevant authority to
demonstrate above experiences.
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) Average annual construction turnover i.e total certified payments received for contracts in progress or
completed under public sector for a period as stated under ITT Sub Clause 16.1(a), substantiated by
Statement(s) of Receipts, from any scheduled Bank of Bangladesh, issued not earlier than twenty-eight
(28) days prior to the day of the original deadline for submission of Tenders;
(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.
16.1 (a) The required minimum average annual construction turnover shall be BDT135.00 Crore (BDT One
hundred Thirty-five Crore Only) over the last 5(five) years, i.e. Financial Years 2018-19, 2019-20,
2020-21, 2021-22 and 2022-23/2024.
Average annual construction turnover shall be calculated from total certified payments received for contracts
in progress or completed under public sector from respective procuring entity. The Tenderer is required to
submit certified payment receipt in support of Average annual construction turnover.
The certified payment receipt is required to be submitted years wise with summary page for each
year having list in chronological order which is to be followed by copy of all certified payment
receipts for that year evidencing each amount in the list of summary page.
16.1 (b) The minimum amount of liquid assets i.e. working capital, or Unconditional Credit Line, or credit
facilities of the Tenderer shall be Tk 22.00 Crore (BDT Twenty-Two Only).
Letter of Commitment for Bank’s Undertaking for Line of Credit (Form e-PW3-7) is uploaded in
section 9.
(d) The Minimum Tender Capacity as specified in the TDS.
The minimum capacity shall be: BDT 125 Crore (One hundred twenty five crore only).
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%.
Note 3: Tenderer’s Capacity Information (Form e-PW-5B) uploaded in Section 9.
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;
Key staff shall have the following qualifications and experience. For purpose of evaluation, only the Key
Personnel listed in the table below will be evaluated. All key personnel proposed by the Proposer are
required to meet the academic qualification and minimum experience requirements specified for each
position below. If any of the key personnel proposed by the Proposer is determined by the Employer not
meeting the specified requirements, the Employer reserves the right to require the Proposer to replace such
key personnel with fully qualified and experienced key personnel prior to contract award, if awarded to the
Proposer.
No Position Total In Similar Works Experience
Works (years) Number
Experience of Personnel
(years)
1 Project Manager. B.Sc. 15 7 1
Engineering (Civil)
2 Deputy Project Manager. B. Sc. 10 5 2
Engineering (Civil).
3 Quality Control/Material Engineer 8 4 2
B. Sc. Engineering (Civil)
4 Senior Supervision Engineer. B. 8 5 3
Sc. Engineering (Civil)
Sc. Engineering (Civil)
5 Electrical Engineer B. Sc. 8 4 1
Engineering (Electrical)
6 Pavement/Road Engineer. B. Sc. 8 4 1
Engineering (Civil)
7 ES Manager, B.Sc in 10 5 1
Environmental Engineering/
Science
8 Environmental officer, B.Sc in 5 3 1
Environmental Engineering/
Science
9 Social Officer Masters in 5 3 1
Social/health science or relevant
degree.
Non-Key Staff
1 Planning and Monitoring Engineer 5 3 1
B.Sc. Engineering (Civil)
2 Supervision Engineer, B. Sc. 7 3 4
Engineering (Civil)
3 Site Engineer, Diploma Engineer 10 5 11
(Civil)) for shelter
4 Site Engineer Electrical, Diploma 10 5 2
Engineer (Elect))
5 Site Engineer, Diploma Engineer 10 5 1
(Civil) for road
6 OHS Specialist/Officer, B.Sc 5 3 2
Engineer (Civil)/ B.Sc in health
science or in relevant subject.
7 Community Organizer (Graduation 10 5 3
in relevant discipline)
Non-Key Staff (CVs are not required to submitted and not be evaluated).
NOTE:
1. Academic & Experience qualification of the personnel mentioned above are required to be
supported by Certificates with the Tender.
Minimum
Number
No Equipment Type and Characteristics
Required
The value of non-judicial stamp for execution of the Joint Venture agreement shall be BDT 300.00 (Three
Hundred taka only).
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 TDS.
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: Not Applicable
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;
(c) the priced Bill of Quantities for each lot in accordance with ITT Clauses 26 and 27;