CALL FOR TENDER ACTED Somalia/Somaliland · 2018-12-04 · Form PRO-05 Version 1.4 Please note that...

49
Form PRO-05 Version 1.4 Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected] CALL FOR TENDER ACTED Somalia/Somaliland Date: 18 TH November 2018 Tender N°: T/27CROSS_PROJECTS/REHABILITAION_WORKS/BDN//18-11-2018/001 ACTED is requesting through this tender a company to provide detailed written quotations for the Borehole and shallow well rehabilitation of the following sites: PRODUCT SPECIFICATIONS: 1. Description: Rehabilitation of two shallow wells in Sibayo, Gurimale, and three boreholes in Hingalool, Dararwayne and Erigavo 2. Product class / category: Rehabilitation works 3. Made in (product origin): Various 4. Product stage: Finished 5. INCOTERM (delivery conditions): DDP Sibayo, Gurimale, Hingalool, Dararwayne and Erigavo 6. Quantity/unit: As per BOQ 7. Packaging requested: As per BOQ RESPONSIBILITIES OF THE CONTRACTOR: 1. Terms of delivery: DDP Sibayo, Gurimale, Hingalool, Dararwayne and Erigavo 2. Date of delivery: March 2018 3. Validity of the offer: 3 month The answers to this tender must include the following elements: A written quotation including all the product specifications, the price per unit in USD, quantity proposed and unit, and total price in USD. Bank details that corresponds to the Company (To fill in the table below) Company Registration certificate or equivalent registration certificate from both Somaliland and Puntland State. Supplier’s copy of passport/ID. Certification of previous experience The capability of the company to finance its self for the works. (Financial/bank statement) Additional, ACTED encourages to attach below documents: Company profile

Transcript of CALL FOR TENDER ACTED Somalia/Somaliland · 2018-12-04 · Form PRO-05 Version 1.4 Please note that...

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

CALL FOR TENDER ACTED Somalia/Somaliland

Date: 18TH November 2018

Tender N°: T/27CROSS_PROJECTS/REHABILITAION_WORKS/BDN//18-11-2018/001

ACTED is requesting through this tender a company to provide detailed written quotations for the Borehole

and shallow well rehabilitation of the following sites:

PRODUCT SPECIFICATIONS:

1. Description: Rehabilitation of two shallow wells in Sibayo, Gurimale, and three boreholes in Hingalool, Dararwayne and Erigavo

2. Product class / category: Rehabilitation works

3. Made in (product origin): Various

4. Product stage: Finished

5. INCOTERM (delivery conditions): DDP Sibayo, Gurimale, Hingalool, Dararwayne and Erigavo

6. Quantity/unit: As per BOQ

7. Packaging requested: As per BOQ

RESPONSIBILITIES OF THE CONTRACTOR:

1. Terms of delivery: DDP Sibayo, Gurimale, Hingalool, Dararwayne and Erigavo

2. Date of delivery: March 2018

3. Validity of the offer: 3 month

The answers to this tender must include the following elements:

A written quotation including all the product specifications, the price per unit in USD, quantity proposed and unit, and total price in USD.

Bank details that corresponds to the Company (To fill in the table below) Company Registration certificate or equivalent registration certificate from both Somaliland and

Puntland State. Supplier’s copy of passport/ID. Certification of previous experience The capability of the company to finance its self for the works. (Financial/bank statement)

Additional, ACTED encourages to attach below documents:

Company profile

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

GENERAL CONDITIONS:

The closing date of this Tender is fixed on 1st December, 2018 at 4:00pm at ACTED Badhan Office Golis Street, Opposite Tawakal Building, Near Rahma Mosque

Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must take

into consideration the transport time from the local base to ACTED Badhan office.

1. Tenderers will fill, sign, stamp and return the Offer form according to ACTED’s format.

2. Tenderers will sign, stamp and return all pages of the Product Specifications for which they apply.

3. Bidders are allowed to quote for single Batches or all Batches

4. The offer to the call for tender will not result in the award of a contract.

5. Tenderers have two possibilities for the bid submission:

a) The bids can be submitted to ACTED Badhan office in a sealed envelope with the mention

“T/27CROSS_PROJECTS/REHABILITAION_WORKS/BDN//18-11-2018/001” not to be opened 1st

December 2018 at 4:00pm”

The bids can also be submitted via email (pdf; scanned and signed) to

[email protected] keeping [email protected]; in copy with the subject

“T/27CROSS_PROJECTS/REHABILITAION_WORKS/BDN//18-11-2018/001” not to be opened before 01st

December 2018 at 4:00pm”

6. Unsealed envelope, word documents and late offers will not be considered.

7. Note that ACTED is not responsible for calculation mistakes in the submitted bid. The unit cost and therefore resulting total cost by applying general know mathematic rules will be binding.

8. The Tender Opening will take place in ACTED Office in Badhan. Bidders will be notified a day after the bid submission deadline through [email protected]; on details about tender opening date and time Suppliers are encouraged to join.

9. To ensure that funds are used exclusively for humanitarian purposes and in accordance with donors’ compliance requirements, all contract offers are subject to the condition that contractors do not appear on anti-terrorism lists, in line with ACTED’s anti-terrorism policy. To this end, ACTED reserves the right to carry out anti-terrorism checks on contractor, its board members, staff, volunteers, consultants, financial service providers and sub-contractor.”

NOTE: ACTED adopts a zero tolerance approach towards corruption and is committed to respecting the

highest standards in terms of efficiency, responsibility and transparency in its activities. In particular, ACTED

has adopted a participatory approach to promote and ensure transparency within the organization and has

set up a Transparency focal point (Transparency Team supervised by the Director of Audit and Transparency)

via a specific e-mail address. As such, if you witness or suspect any unlawful, improper or unethical act or

business practices (such as soliciting, accepting or attempting to provide or accept any kickback) during the

tendering process, please contact the following phone number +254701069599 and/or send an e-mail to

[email protected].

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

OFFER FORM ACTED KENYA

Tender N°: T/27CROSS_PROJECTS/REHABILITAION_WORKS/BDN//18-11-2018/001

To be Filled by Bidder (COMPULSORY)

Details of Bidding Company:

1. Company Name: ( )

2. Company Authorized Representative Name: ( )

3. Company Registration No: ( )

No/Country/ Ministry

4. Company Specialization: ( )

5. Mailing Address: ( )

Country/Governorate. /City/St name/Shop-Office No

a. Contact Numbers:(Land Line: / Mobile No: )

b. E-mail Address: ( )

I undersigned __________________________________________________________________, agree to

provide ACTED, non-profit NGO, with items answering the following specifications, according to the general

conditions and responsibilities that I engage myself to follow.

PLEASE FILL IN PRICES IN THE FOLLOWING TABLE, EACH BATCH CORRESPONDING TO [(PRICES TO BE ALL TAXES

AND DUTIES INCLUSIVE)

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

BATCH 1: REHABILITATION OF TWO SHALLOW WELLS IN SIBAYE AND GURIMALE - 27DWL PROJECT

REHABILITATION OF SHALLOW WELL

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT

No. USD USD

Introduction Notes

The proposed works include Desilting of well to increase water column, cleaning the well and reconstruction of well apron construction with equipping with afridev hand pump

1 General works

EXCAVATION AND SITE CLEARANCE

1.1 Provide labor and desilt well. Rate to include for dewatering pump use for 48hours

Casuals* Man - hours

48.0

1.2 Excavate for sanitary seal and apron around the well 1000mm deep and dispose-off excavated material n.e 100m

CM 19.7

1.3 Excavate pit holes for protection fence 300mm girth over soft and rock formation n.e 600mm

CM 4.3

1.4 Excavate for soak pit 1500m diax2500mm deep CM 5.2

1.5 Clear site all loose excavated materials with proper drainage off structures slope 1:1.5

Ls 1.0

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F1 $

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

A Construction of well Apron, trough and soak pit

1 Element 1: Masonry and sanitary seal works

1.1 300mm thick approved hard-core, well compacted in layers not exceeding 150mm and blinded using 50mm murrum/quarry dust to foundation

SM 10.2

1.2

150 x225X 450mm natural stone to apron and trough walling in 1:3 sand/cement mortar finished with steel finished on one side. Rate to included mild all reinforcement at every alternate course

SM 26.0

Carried to Collection

2 Element No.2: Concrete Work

2.1 Vibrated concrete ration 1:2:3 around well 300mm girth to depth n.e 1000mm from surface as concrete seal. Provide for water proof ratio 1:1

CM 1.2

2.2 Reinforced concrete grade 25/20 - 100mm thick floor slab to both apron and trough

CM 2.3

2.3 Reinforced concrete grade 25/20 - 450 X 100mm footing for masonry wall

CM 2.2

2.4 Fabricate for soak away pit and well access manhole covers 1000mmx1000mm. Use R8 bars for reinforcement and provide for handles

No 2.0

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

Carried to Collection

3 Element No. 3: Concrete Ancillaries

3.1 Formwork

Provide cut and fix in position sawn timber formwork or equivalent.

3.1.1 b) edges around slab 125mm wide M 22.0

3.2 Reinforcement

Steel reinforcement cut, bend & placed in position, unit price to include cutting, bending & placing in position with binding wire and concrete seats

3.2.1 a) Mesh 142 mild steel reinforcement mesh (0.40kg/m2) on slab around apron and trough

SM 15.6

Carried to Collection

4 Element No.5: Pipes and Fittings

4.1 Fabricated 2" dia GI "B" drainage pipe to animal trough length 600mm threaded both ends

Pcs 1.0

4.2 2" dia end cap to drainage pipe Pcs 1.0

Carried to Collection

5 Element No.6: Finishes

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

5.1

Supply materials and provide for smooth trowel finish screed ratio 1:3 to wall surfaces for apron, trough and soak away pit manhole. Rate to include for water proof to animal trough mix

SM 12.0

5.2 Screed to apron and trough slab surfaces. Rate include for water proof

SM 6.1

Carried to Collection

6 Supply materials hardcore pack and construct soak away pit for drainage from animal trough

6.1 Hardcore parking to pit CM 1.6

Carried to Collection

SUMMARY

1 Element 1: Masonry and sanitary seal works

2 Element No.2: Concrete Work

3 Element No. 3: Concrete Ancillaries

4 Element No.5: Pipes and Fittings

5 Element No.6: Finishes

6 Soak pit hardcore packing

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F2 $ -

B CONSTRUCTION OF FENCE AND GATE 10mx10m around well apron

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

1.1 Supply transport to site and install @2500mmc/c concrete poles 2400mm tall and 100mmx100mm CS/area with provision for barbed wire line holes

No 20.0

1.2

Supply and install 1500mmx1800mm grill gate complete with all iron mongery and install. Use 25x25x6mm SHS with 75x75mmx6mm SHS poles firmly concreted to ground depth 750mm. Provide for primer and final gloss paint

LS 1.0

Supply, transport to site and install; Rate to include for binding and jointing

1.3 G10 chain link SM 82.0

1.4 Barbed wire 16g, 20kg -6 strand LM 77.0

1.5 CONCRETE WORKS

Rate shall include handling, vibrating and curing

Mass concrete class C20/25 in:

1.5.1 To poles CM 1.2

1.5.2 300mmx300mm Gate support poles CM 0.3

Finishes

1.5.3 Stone pitching to chain link base ratio 1:3:6 CM 1.8

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F3 $ -

C Installation of Afridev hand pump

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

Supply and install Afridev Hand pump complete with pedestal, head assembly, pump cylinder, 12mm connecting rods, with PVC pipes class D. Well depth is 15 m deep.rate to include visibility board with acted and OFDA logos

Ls 1.0

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F4 $ -

COLLECTION SUMMARY

TOTAL COLLECTION C/F1 $

TOTAL COLLECTION C/F2 $ -

TOTAL COLLECTION C/F3 $ -

TOTAL COLLECTION C/F4 $ -

BILL SUBTOTAL $ -

Total Carried for 1 shallow well rehabilitation $ -

Total Carried to summary for 2 shallow wells rehabilitation $ -

BATCH 2: REHABILITATION OF ONE BOREHOLE IN HINGALOOL – 27DLR PROJECT

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

New Generator set, Pump and Control panel for Hingalol borehole

ITEM DESCRIPTION OF ITEM UNIT QTY RATE USD AMOUNT USD

1

Supply and Installation of Generator

Power generating set preferably Perkins, water cooled 30KVA Water cooler 4-6-cylinder marine diesel Engine (with gear box as optional) with the No1 standard accessories: (a) control panel following comprising of three voltmeters range 0-500V, (b) three ammeters 0-20A, (c) hour meter, (d) pilot lamps indicating: (i) oil pressure, (ii) alternator, (iii) engine running, (iv) engine failure, (v) water temperature, (e) oil pressure gauge, (f) dc voltmeter, (g) water temperature meter, (h) several MCBS for power and controls: (i) emergency stop switch, etc;

Pcs 1

2 Supply and install Lawara pump 11KVA drop cables, head 340m Pcs 1

3 Control panel for 11KVA pump Pcs 1

Pump testing to run for 24hours L/S 1

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

Supply and install 50mmX6m 2''GI pipes class C Pcs 7

4 Labor and borehole crane charges Days 3

5 Drop cable 16mm m 120

6 Transport cost, rate to include Visibility board with ACTED and SHF logos

Ls 1

Total FALSE

PROVISION OF OPERATION AND MAINTENANCE (O&M) TOOLS BoQ FOR HINGALOL BOREHOLE

No Item Description Unit Quantity Rate USD Total USD

1 Pipe wrenches - 36 inches pcs 2

2 Pipe wrenches - 24 inches pcs 2

3 pipe wrenches - 18 inch pcs 2

4 Fix spanners – 8mm to 22mm Set 1

5 Ring spanners – 8mm to 22mm Set 1

6 Box spanners – 8mm to 22mm Set 1

7 Speed handle – box spanners pcs 1

8 Wire brush- wooden handle pcs 1

9 Scraper pcs 1

10 Grip pliers Pcs 1

11 Nose pliers pcs 1

12 Screw driver – star set 1

13 Screw driver – flat set 1

14 Hacksaw frame and dozen blades Item 1

15 Transport cost Ls 1

Total

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

Summary of Hingalol borehole rehabilitation

S/No Description Cost

1 New Genset, Pump set/O&M tools

2 O&M tool

Grand total cost for Hingalol borehole

BATCH 3: REHABILITATION OF ONE BOREHOLE IN DARARWAYNE – 27DLSPROJECT

DARARWYNE BOREHOLE REHABILITATION

ITEM No.

DESCRIPTION

UNIT

QUANTITY

RATE USD

AMOUNT USD

1 General works

EXCAVATION AND SITE CLEARANCE

1.1 Excavate for masonry valve chambers and water kiosk to detail depths n.e 1m

CM 18.0

1.2 Trenching and backfilling soft formation for clean water pipe network rehabilitation depth n.e 450mm

LM 110.0

1.3 Excavate pit holes for protection fence 300mm girth over soft and rock formation n.e 600mm

CM 4.3

1.4 Excavate for soak pit 1500m diax2500mm deep CM 5.2

1.5 Clear site all loose excavated materials with proper drainage off structures slope 1:1.5

Ls 1.0

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F1 0.00

2 Pipe rehabilitation works

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

2.1 Supply and install including jointing the following pipes to rising main to tank and reticulation system

2.1 2” dia GI pipe class B for pipeline repair M 60

2.2 2" dia PVC pipe class D for pipeline repair M 50

2.3 2" dia GI gate valve -pegler original Pcs 4.0

2.4 2" dia GI socket unions Pcs 4.0

2.5 2" dia GI plain socket Pcs 14.0

2.6 2" dia GI hex nipple Pcs 10

2.7 2" dia GI elbow Pcs 5

2.8 2" dia PVC valve socket Pcs 7

2.9 2"x1"dia GI reducing tee Pcs 2

2.10 2" dia GI tee Pcs 2

2.11 1" dia GI pipe class B for replacement to fetching point LM 12

2.12 3/4" dia GI gate valve Pcs 2

2.13 3/4" dia GI sockets Pcs 5

2.14 3/4" dia GI short hex nipples Pcs 9

2.15 3/4" dia GI elbow Pcs 4

2.16 3/4" dia GI bend Pcs 5

2.17 3/4" dia GI union Pcs 3

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F2 -

3 Valve Chamber (1000mmx1000mm)

3.1 Supply materials, transport, place and compact concrete 50 mm thick mass concrete 1:2:4 mix slab around foundation

CM 0.2

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

3.2 Supply materials and construct 150 mm rectangular brick masonry wall. Rate to include hoop iron at alternate course

SM 5.2

3.3 Ditto and plaster internal surfaces with 25mm thick screed c/s to smooth finish

CM 0.2

3.4 Ditto and plaster external chamber surfaces with 25mm thick screed c/s.

CM 0.1

3.5 Supply, transport and construct 1000mm x 1000mm, 200mm reinforced concrete manhole cover with Y10 and BRC. Provide R8 for handle

Ls 1.0

SUBTOTAL 1 NO. VALVE

PAGE TOTAL 2 No. CARRIED TO BILL COLLECTION SHEET C/F3 0.00

4 STANDARD WATER KIOSK

1 Element No.1: Masonry Work

1.1 300mm thick approved hard-core, well compacted in layers not exceeding 150mm and blinded using 50mm murrum/quarry dust to foundation

SM 10.0

1.2 Gauge 1000 polythene Damp proof on 50mm murrum blinding

SM 10.0

1.3

150 x225X 450mm natural stone to walls to superstructures walling in 1:3 sand/cement mortar finished with steel finished on one side. Rate to included mild all reinforcement at every course

SM 14.0

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

1.4 150 x225 X 450 natural stone to walls to Substructures walling in 1:3 sand/cement mortar. Rate to included mild all reinforcement at every course

SM 11.0

1.5 6" x 8" X 8" Concrete ventilation blocks No. 11.0

1.6 150mm wide DPM to walls M 8.7

Carried to Collection

2 Element No.2: Concrete Work

2.1 Concrete grade 15/20 - 400 mm thick Plinth CM 0.3

2.2 Concrete grade 15/20 - 100mm thick slanting front area CM 0.6

2.3 Reinforced concrete grade 25/20 - 125mm thick floor slab CM 0.8

2.4 Reinforced concrete grade 25/20 - 450 X 250mm footing CM 0.8

2.5 Concrete grade 15/20 - to soak pit cover 100mm THK CM 0.8

2.6 Concrete grade 15/20 - to catch pit base slab CM 0.1

2.7 Reinforced concrete grade 25/20 in 300mm X 150Thk ring beam

CM 0.5

Carried to Collection

3 Element No. 3: Concrete Ancillaries

3.1 Formwork

Provide cut and fix in position sawn timber formwork or equivalent.

3.1.1 a) side of foundation footing 150mm wide M 20.0

3.1.2 b) edges ground slab 125mm wide M 10.0

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

3.1.3 c) Side of lintel 200mm deep M 2.0

3.1.4 d) Edge of 400mm deep plinth M 4.5

3.1.5 e) Edges of ring beam M 20.0

3.2 Reinforcement

Steel reinforcement cut, bend & placed in position, unit price to include cutting, bending & placing in position with binding wire and concrete seats

3.2.1 a) Mesh 142 mild steel reinforcement mesh (0.40kg/m2) in foundation wall

SM 12.0

3.2.2 b) 12mm diameter high tensile steel (0.89kg/m) in ring beam

Kg 28.0

3.2.3 c) 8mm diameter mild steel (0.40kg/m) in ring beam Kg 22.0

Carried to Collection

4 Element No. 4: Fittings and Fixtures

Doors

4.1 2000 X 1000 steel door including locks and hinges to details

No 1.0

4.2 1000 X 1000 steel swing window including locks and hinges to details

No 1.0

Carried to Collection

5 Element No.5: Pipes and Fittings

5.1 3/4" dia. GI elbows Pcs 3.0

5.2 3/4" dia. Gate Valve as Peglar No. 3.0

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

5.3 3/4" dia GI union No. 3.0

5.4 3/4" dia GI short hex nipple No. 6.0

5.5 3/4" dia long GI barrel nipple No. 3.0

5.6 3/4" dia GI bend No. 3.0

5.7 3/4" dia GI socket No. 7.0

Carried to Collection

6 Element No.6: Finishes

6.1 Pointing to all External wall surfaces with cement sand mortar 1:2

SM 12.0

6.2 Apply plastering to lintel and skirting surfaces SM 6.1

6.3 Apply plastering to all wall faces SM 9.8

6.4 Provide three coats of gloss paint to all plastered wall faces

SM 16.0

6.5 Provide 3 coats of bituminous paint to all exposed concreted faces

SM 7.2

Carried to Collection

7 Element No.8: Drainage and Water Supply

7.1 4" X 8 X 18" lining block to the site of the catch pit m 2.4

7.2 100mm thick mass concrete class 25/20 for catch pit base slab

m2 0.4

7.3 Catch pit grating made from welded to form 25mm square mesh on 50mm steel frame

No. 1.0

7.7 Supply materials hardcore pack and construct soak away pit for drainage from fetching platform

7.7.1 Hardcore parking to pit CM 1.6

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

7.7.2 polythene sheeting cover to hardcore SM 3.3

7.7.3 4" dia PVC pipe for drainage LM 3.0

7.7.4 4" dia PVC grating (vent cover) No 1.0

Carried to Collection

SUMMARY

1 MASONRY WORK

2 CONCRETE WORK

3 CONCRETE ANCILLARIES

4 FITTINGS&FIXTURES

5 PIPES AND FITTINGS

6 FINISHES

7 DRAINAGE

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F5 $ -

G EQUIPPING WORKS

1

Mobilize to site, pull out system and carry out down the hole geoscopy (camera inspection) to assess borehole status and conduct test pumping to determine borehole details. Provide for test pumping report and DVD for camera inspection.

Ls 1

A Supply, transport to site and install to borehole including all accessories and fittings;

1 Grundfos SP 5A - 60 pump compete with a 5.5 kw/7.5hp three phase motor installed MIN 290m

no. 1

2 Solar panels 280-watt Solar panels no. 25

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

3 5.5HP Sunverter II pump controller inclusive all changeover connections with solar system and generator control pannel. Ensure hybrid operation mode functional

no. 1

4 Well probe sensor no. 1

5 Londex probe sensor cable m 600

6 4.0mm2 x 4 Core Submersible Drop Cable m 300

7 4.0mm2 x 4 Core U/G Cable m 50

8 2'' borehole PVC draw pipes (3m Length) no. 100

9 2'' Adaptor Set no. 1

10 25mm Airline pipes no. 30

11 Splicing Kit no. 1

12 2'' x 6" Borehole Cover c/w Sundries no. 1

13 2.5mm2 x 2 Core U/G Cable m 30

14 Float switch no. 1

15 6mm2 x 1 Core Earth Cable m 25

16 Earth Rod c/w Clamp no. 1

17

Design as per radiations day angles, Fabrication and installation of solar support structure for the specified solar pannels. Rate to include for system testing. Use 100x100x6mm SHS with 75x75x6mm ties and 50mmx50mmx6mm angle sections support to 38mmx6mm flat bars to hold pannels tight into position. All joints braced. Height of structure 4m above ground

no. 1

18

Provide labour and repair generator, this include; oil, filters, air cleaner, battery, alternator switch, control pannel and circuit breaker and other assessories for engine overhaul. Rate to include for system testing with solar

no. 1

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F5 0.00

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

F CONSTRUCTION OF FENCE AND GATE 20mx20m

1.1 Supply transport to site and install @2500mmc/c concrete poles 2400mm tall and 100mmx100mm CS/area with provision for barbed wire line holes

No 40.0

1.2 Provide labour and repair existing gate then install to collumn. Provide for primer and final gloss paint

LS 1.0

Supply, transport to site and install; Rate to include for binding and jointing

1.3 G10 chain link SM 160.0

1.4 Barbed wire 16g, 20kg -6 strand LM 456.0

1.5 CONCRETE WORKS

Rate shall include handling, vibrating and curing

1.5.1 Provide, cut and place 10mm square twisted steel bars in gate columns and 600mmx600mm footing

Kgs 19.7

1.5.2 Ditto 8mm twisted steel bars in column @150mm Kgs 13.8

Mass concrete class C20/25 in:

1.5.3 To poles CM 2.1

1.5.4 300mmx300mm Gate columns CM 0.3

Formwork to;

1.5.5 Column edges over 150mm but not exceeding 300 mm girth

SM 4.8

Finishes

1.5.6 25mm thick cement:sand (1:4) screed to surfaces with 12mm thick lime steel troweled smooth finish on wall

CM 0.3

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

1.5.7 Stone pitching to chain link base ratio 1:3:6 Rate to include visibility board with Acted and SHF logos

CM 2.5

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F8 0.00

COLLECTION SUMMARY

TOTAL COLLECTION C/F1

TOTAL COLLECTION C/F2

TOTAL COLLECTION C/F3

TOTAL COLLECTION C/F4

TOTAL COLLECTION C/F5

TOTAL COLLECTION C/F6

BILL SUBTOTAL 0.00

Total Carried to summary

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

BATCH 4: REHABILITATION OF ONE BOREHOLE IN ERIGAVO– 27DLS PROJECT

ERIGAVO BOREHOLE REHABILITATION

ITEM No.

DESCRIPTION UNIT

QUANTITY RATE USD

AMOUNT USD

Introduction Notes

The proposed works include; Installation of pumping equipment (pump and solar with generator repair) with construction of elevated storage tank and 2 No. water kiosks.

1 General works

EXCAVATION AND SITE CLEARANCE

1.1 Excavate for masonry valve chambers, tank column and water kiosk to detail depths n.e 1m

CM 23.0

1.2 Trenching and backfilling soft formation for clean water pipe network rehabilitation depth n.e 450mm

LM 100.0

1.3 Excavate pit holes for protection fence 300mm girth over soft and rock formation n.e 600mm

CM 4.3

1.4 Excavate for soak pit 1500m diax2500mm deep CM 10.4

1.5 Clear site all loose excavated materials with proper drainage off structures slope 1:1.5

Ls 1.0

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F1 $ -

2 Pipe works

2.1 Supply and install including jointing the following pipes to rising main to tank and main supply to kiosks

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

2.1.1 2” dia GI pipe class B for rising main to and from tank LM 36.0

2.1.2 2"x1 1/2" dia GI reducing socket Pcs 1.0

2.1.3 1 1/2" dia PVC valve socket Pcs 5.0

2.1.4 1 1/2" dia PVC pipe class D LM 70.0

2.1.5 2" dia GI gate valve -pegler original Pcs 2.0

2.1.6 2" dia GI socket unions Pcs 5.0

2.1.7 2" dia GI plain socket Pcs 12.0

2.1.8 2" dia GI hex nipple Pcs 5.0

2.1.9 2" dia GI elbow Pcs 8.0

2.1.10 2" dia GI pegler original flap type non return valve Pcs 1.0

2.1.11 1 1/2"x3/4"dia GI reducing tee Pcs 2.0

2.1.12 3/4" dia GI pipe class B for kiosk fetching supply LM 12.0

2.1.13 3/4" dia GI gate valve Pcs 2.0

2.1.14 3/4" dia GI sockets Pcs 5.0

2.1.15 3/4" dia GI short hex nipples Pcs 6.0

2.1.16 3/4" dia GI elbow Pcs 4.0

2.1.17 3/4" dia GI union Pcs 3.0

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F2 $ -

3 Valve Chamber (1000mmx1000mm)

3.1 Supply materials, transport, place and compact concrete 50 mm thick mass concrete 1:2:4 mix slab around foundation

CM 0.2

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

3.2 Supply materials and construct 150 mm rectangular brick masonry wall. Rate to include hoop iron at alternate course

SM 5.2

3.3 Ditto and plaster internal surfaces with 25mm thick screed c/s to smooth finish

CM 0.2

3.4 Ditto and plaster external chamber surfaces with 25mm thick screed c/s.

CM 0.1

3.5 Supply, transport and construct 1000mm x 1000mm, 200mm reinforced concrete manhole cover with Y10 and BRC. Provide R8 for handle

Ls 1.0

SUBTOTAL 1 NO. VALVE

PAGE TOTAL 2 No. CARRIED TO BILL COLLECTION SHEET C/F3 $ -

4 STANDARD WATER KIOSK

1 Element No.1: Masonry Work

1.1 300mm thick approved hard-core, well compacted in layers not exceeding 150mm and blinded using 50mm murrum/quarry dust to foundation

SM 10.0

1.2 Gauge 1000 polythene Damp proof on 50mm murrum blinding

SM 10.0

1.3

150 x225X 450mm natural stone to walls to superstructures walling in 1:3 sand/cement mortar finished with steel finished on one side. Rate to included mild all reinforcement at every course

SM 14.0

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

1.4 150 x225 X 450 natural stone to walls to Substructures walling in 1:3 sand/cement mortar. Rate to included mild all reinforcement at every course

SM 11.0

1.5 6" x 8" X 8" Concrete ventilation blocks No. 11.0

1.6 150mm wide DPM to walls M 8.7

Carried to Collection

2 Element No.2: Concrete Work

2.1 Concrete grade 15/20 - 400 mm thick Plinth CM 0.3

2.2 Concrete grade 15/20 - 100mm thick slanting front area CM 0.6

2.3 Reinforced concrete grade 25/20 - 125mm thick floor slab CM 0.8

2.4 Reinforced concrete grade 25/20 - 450 X 250mm footing CM 0.8

2.5 Concrete grade 15/20 - to soak pit cover 100mm THK CM 0.8

2.6 Concrete grade 15/20 - to catch pit base slab CM 0.1

2.7 Reinforced concrete grade 25/20 in 300mm X 150Thk ring beam

CM 0.5

Carried to Collection

3 Element No. 3: Concrete Ancillaries

3.1 Formwork

Provide cut and fix in position sawn timber formwork or equivalent.

3.1.1 a) side of foundation footing 150mm wide M 20.0

3.1.2 b) edges ground slab 125mm wide M 10.0

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

3.1.3 c) Side of lintel 200mm deep M 2.0

3.1.4 d) Edge of 400mm deep plinth M 4.5

3.1.5 e) Edges of ring beam M 20.0

3.2 Reinforcement

Steel reinforcement cut, bend & placed in position, unit price to include cutting, bending & placing in position with binding wire and concrete seats

3.2.1 a) Mesh 142 mild steel reinforcement mesh (0.40kg/m2) in foundation wall

SM 12.0

3.2.2 b) 12mm diameter high tensile steel (0.89kg/m) in ring beam

Kg 28.0

3.2.3 c) 8mm diameter mild steel (0.40kg/m) in ring beam Kg 22.0

Carried to Collection

4 Element No. 4: Fittings and Fixtures

Doors

4.1 2000 X 1000 steel door including locks and hinges to details

No 1.0

4.2 1000 X 1000 steel swing window including locks and hinges to details

No 1.0

Carried to Collection

5 Element No.5: Pipes and Fittings

5.1 3/4" dia. GI elbows Pcs 3.0

5.2 3/4" dia. Gate Valve as Peglar No. 3.0

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

5.3 3/4" dia GI union No. 3.0

5.4 3/4" dia GI short hex nipple No. 6.0

5.5 3/4" dia long GI barrel nipple No. 3.0

5.6 3/4" dia GI bend No. 3.0

5.7 3/4" dia GI socket No. 7.0

Carried to Collection

6 Element No.6: Finishes

6.1 Pointing to all External wall surfaces with cement sand mortar 1:2

SM 12.0

6.2 Apply plastering to lintel and skirting surfaces SM 6.1

6.3 Apply plastering to all wall faces SM 9.8

6.4 Provide three coats of gloss paint to all plastered wall faces

SM 16.0

6.5 Provide 3 coats of bituminous paint to all exposed concreted faces

SM 7.2

Carried to Collection

7 Element No.8: Drainage and Water Supply

7.1 4" X 8 X 18" lining block to the site of the catch pit m 2.4

7.2 100mm thick mass concrete class 25/20 for catch pit base slab

m2 0.4

7.3 Catch pit grating made from welded to form 25mm square mesh on 50mm steel frame

No. 1.0

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

7.7 Supply materials hardcore pack and construct soak away pit for drainage from fetching platform

7.7.1 Hardcore parking to pit CM 1.6

7.7.2 polythene sheeting cover to hardcore SM 3.3

7.7.3 4" dia PVC pipe for drainage LM 3.0

7.7.4 4" dia PVC grating (vent cover) No 1.0

Carried to Collection

SUMMARY

1 MASONRY WORK

2 CONCRETE WORK

3 CONCRETE ANCILLARIES

4 FITTINGS&FIXTURES

5 PIPES AND FITTINGS

6 FINISHES

7 DRAINAGE

PAGE TOTAL 2 No. WATER KIOSKS CARRIED TO BILL COLLECTION SHEET C/F4 $ -

5 Elevated RC Water Tank 10m3 (4m high)

5.1 Foundation

5.1.1 Lean concrete (1800 x 1800mm, thickness 50mm): Lean concrete, mix 1:4:8, ready to receive the column's foundations

CM 0.5

5.1.2 Foundations (1800 x 1800mm, thickness 400mm): reinforced concrete class 20 (nominal mix 1:2:4)

CM 4.8

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

5.1.3 Reinforcement bars 12 mm high yield square twisted bars for column bases Kgs 12.6

5.20 Columns and Beams

5.2.1 Columns (section: 300mmx 300mm): Reinforced concrete mix 1:2:4, 8 twisted iron bars diameter 12mm

CM 2.4

5.2.2 Reinforcement bars 16 mm high yield square twisted bars for columns

Kgs 27.8

5.2.3 Reinforcement bars 8mm high yield square twisted bars for column links

Kgs 22.0

5.2.4 Beam (section: 300 x 600mm) Reinforced concrete class 25 (nominal mix 1:2:3)

CM 2.6

5.2.5 Beam (section 300 x 450mm) Concrete class 20 (nominal mix 1:2:4) CM 2.1

5.2.6 Reinforcement bars 16 mm high yield square twisted bars for beams

Kgs 18.0

5.2.7 Reinforcement bars8mm high yield square twisted bars for beam links

Kgs 22.0

5.3 Storage tank (RC slabs and RC walls)

5.3.1 Tank slab: (4200 x 4200mm, thickness 250mm): Reinforced concrete class 25 (nominal mix 1:2:3) CM 3.8

5.3.2 Reinforcement bars 12mm high yield square twisted bars for tank base slab Kgs 27.5

5.3.3 Walls: (thickness 200mm and height of 1700mm) Reinforced concrete class 25 (nominal mix 1:2:3)

CM 4.8

5.3.4 Reinforcement bars 12mm high yield square twisted bars for tank walls

Kgs 57.0

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

5.3.5 Cover slab: (4400 x 4400mm, thickness 150mm): Reinforced concrete class 20 (nominal mix 1:2:4)

CM 1.8

5.3.6 Reinforcement bars 10mm high yield square twisted bars for tank cover slab

Kgs 28.3

5.4 Inspection manhole and fittings

5.4.1 Inspection manhole (600mm x 600mm): Reinforced concrete 50mm thick with BS mesh A142, bent up round iron bars handle and 50x50x3mm L. Provide for handles 8mm bar

Ls 1.0

5.4.2 Ladder (450mm width, 8850mm length): Supply and install a metallic ladder, including all anchorage points

no. 1.0

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F5 $ -

6 EQUIPPING WORKS

A Supply, transport to site and install to borehole including all accessories and fittings;

1 Grundfos SP 8A - 15 pump compete with a 2.2kw/3hp three phase motor installed MIN 290m

no. 1.0

2 Solar panels 280-watt Solar panels no. 10.0

3 3HP Sunverter II pump controller inclusive all changeover connections with solar system and generator control panel. Ensure hybrid operation mode functional

no. 1.0

4 Well probe sensor no. 1.0

5 Londex probe sensor cable m 140.0

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

6 4.0mm2 x 4 Core Submersible Drop Cable m 80.0

7 4.0mm2 x 4 Core U/G Cable m 80.0

8 2'' borehole PVC pipes (3m Length) no. 24.0

9 2'' Adaptor Set no. 1.0

10 25mm Airline pipes no. 24.0

11 Splicing Kit no. 1.0

12 2'' x 6" Borehole Cover c/w Sundries no. 1.0

13 2.5mm2 x 2 Core U/G Cable m 30.0

14 Float switch no. 1.0

15 6mm2 x 1 Core Earth Cable m 10.0

16 Earth Rod c/w Clamp no. 1.0

17 Design as per radiations day angles, Fabrication and installation of solar support structure for the specified solar panels. Rate to include for system testing

no. 1.0

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F6 $ -

F CONSTRUCTION OF FENCE AND GATE 20mx12m

1.1

Supply transport to site and install @2500mmc/c concrete poles 2400mm tall and 100mmx100mm CS/area with provision for barbed wire line holes, Rate to include visibility board with ACTED and OFDA logos

No 31.0

1.2

Supply and install 4000mmx1500 grill gate complete with all iron mongery and install to concrete columns. Use 25x25x6mm SHS with 75x75mmx6mm SHS poles. Provide for primer and final gloss paint

LS 1.0

Supply, transport to site and install; Rate to include for binding and jointing

1.3 Barbed wire 16g, 20kg -6 strand LM 320.0

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

1.4 CONCRETE WORKS

Rate shall include handling, vibrating and curing

1.4.1 Provide, cut and place 10mm square twisted steel rebars in gate columns and 600mmx600mm footing

Kgs 19.7

1.4.2 Ditto 8mm twisted steel rebars in column @150mm Kgs

13.8

Mass concrete class C20/25 in:

1.4.3 To poles CM 1.4

1.4.4 300mmx300mm Gate columns CM 0.3

Formwork to;

1.4.5 Column edges over 150mm but not exceeding 300 mm girth

SM 4.8

Finishes

1.4.6 25mm thick cement:sand (1:4) screed to surfaces with 12mm thick lime steel trowelled smooth finish on wall

CM 0.3

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F7 $ -

COLLECTION SUMMARY

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

TOTAL COLLECTION C/F1 $ -

TOTAL COLLECTION C/F2 $ -

TOTAL COLLECTION C/F3 $ -

TOTAL COLLECTION C/F4 $ -

TOTAL COLLECTION C/F5 $ -

TOTAL COLLECTION C/F6 $ -

TOTAL COLLECTION C/F7 $ -

BILL SUBTOTAL $ -

Total Carried to summary $ -

SUMMARY

SITE NAME SCOPE OF WORKS AMOUNT ($)

1 Sibaye and Gurimale

The proposed works include Desilting of well to increase water column, cleaning the well and reconstruction of well apron construction with equipping with afridev hand pump.

$ -

2 Hingalol Proposed work include installation of new Genset, new pump, change of draw pipes and pump testing

3 Dararwyne The proposed works include test pumping with down the hole camera inspection, equipping with submersible pump run by solar connected to generator as hybrid with

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

changeover, construction of water kiosks with soak away pit for drainage and fencing to borehole area.

4 Erigavo WD1 The proposed works include; Installation of pumping equipment (pump and solar with generator repair) with construction of elevated storage tank and 2 No. water kiosks.

$ -

TOTAL ALL WORKS $ -

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

BIDDER’S COMMENTS/REMARKS:

1.

2.

DELIVERY CONDITIONS GUARANTEED BY THE BIDDER:

................................................. Days for 100% of the items

BIDDER’S TERMS AND CONDITIONS:

1. Validity of the offer: _______________________

2. Terms of delivery: _______________________

3. Terms of payment: _______________________

4. Defect liability Period: ______________________ (recommended 12months)

Name of Bidder’s Authorized Representative: ____________________________________

Authorized signature and stamp: _________________________________________

Date: ______________________________________

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

BIDDER’S ETHICAL DECLARATION

T/27CROSS_PROJECTS/REHABILITAION_WORKS/BDN//18-11-2018/001

Bidder’s name: ________________________________

Bidder’s address: ________________________________

CODE OF CONDUCT:

1. Labour Standards

The labour standards in this code are based on the conventions of the International Labour Organization

(ILO).

Employment is freely chosen

There is no forced, bonded or involuntary prison labour. Workers are not required to lodge `deposits’ or their

identity papers with the employer and are free to leave their employer after reasonable notice.

Freedom of association and the right to collective bargaining are respected

Workers, without distinction, have the right to join or form trade unions of their own choosing and to bargain

collectively. The employer adopts an open attitude towards the legitimate activities of trade unions. Workers

representatives are not discriminated against and have access to carry out their representative functions in

the workplace. Where the right to freedom of association and collective bargaining is restricted under law, the

employer facilitates, and does not hinder, the development of parallel means for independent and free

association and bargaining.

Working conditions are safe and hygienic

A safe and hygienic working environment shall be provided, bearing in mind the prevailing knowledge of the

industry and of any specific hazards. Adequate steps shall be taken to prevent accidents and injury to health

arising out of, associated with, or occurring in the course of work, by minimising, so far as is reasonably

practicable, the causes of hazards inherent in the working environment. Workers shall receive regular and

recorded health and safety training, and such training shall be repeated for new or reassigned workers. Access

to clean toilet facilities and potable water and, if appropriate, sanitary facilities for food storage shall be

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

provided. Accommodation, where provided, shall be clean, safe, and meet the basic needs of the workers.

The company observing the standards shall assign responsibility for health and safety to a senior

management representative.

Child Labour shall not be used

There shall be no new recruitment of child labour. Companies shall develop or participate in and contribute to

policies and programmes, which provide for the transition of any child found to be performing child labour to

enable her/him to attend and remain in quality education until no longer a child. Children and young people

under 18 years of age shall not be employed at night or in hazardous conditions. These policies and

procedures shall conform to the provisions of the relevant International Labour Organisation (ILO) standards.

Living wages are paid Wages and benefits paid for a standard working week meet, at a minimum, national legal standards or industry

benchmarks. In any event wages should always be high enough to meet basic needs and to provide some

discretionary income. All workers shall be provided with written and understandable information about their

employment conditions in respect to wages before they enter employment, and about the particulars of their

wages for the pay period concerned each time that they are paid. Deductions from wages as a disciplinary

measure shall not be permitted nor shall any deductions from wages not provided for by national law be

permitted without the express and informed permission of the worker concerned. All disciplinary measures

should be recorded.

Working hours are not excessive

Working hours comply with national laws and benchmark industry standards, whichever affords greater

protection. In any event, workers shall not on a regular basis be required to work in excess of the local legal

working hours. Overtime shall be voluntary, shall not exceed local legal limits, shall not be demanded on a

regular basis and shall always be compensated at a premium rate.

No discrimination is practiced

There is no discrimination in hiring, compensation, access to training, promotion, termination or retirement

based on race, caste, national origin, religion, age, disability, gender, marital status, sexual orientation, union

membership or political affiliation.

Regular employment is provided

To every extent possible work performed must be on the basis of a recognized employment relationship

established through national law and practice. Obligations to employees under labour or social security laws

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

and regulations arising from the regular employment relationship shall not be avoided through the use of

labour-only contracting, sub-contracting or home-working arrangements, or through apprenticeship schemes

where there is no real intent to impart skills or provide regular employment, nor shall any such obligations be

avoided through the excessive use of fixed-term contracts of employment.

No harsh or inhumane treatment is allowed

Physical abuse or discipline, the threat of physical abuse, sexual or other harassment and verbal abuse or

other forms of intimidation shall be prohibited.

B. Environmental Standards

Suppliers should as a minimum comply with all statutory and other legal requirements relating to the

environmental impacts of their business. Detailed performance standards are a matter for suppliers, but

should address at least the following:

Waste Management

Waste is minimized and items recycled whenever this is practicable. Effective controls of waste in respect of

ground, air, and water pollution are adopted. In the case of hazardous materials, emergency response plans

are in place.

Packaging and Paper

Undue and unnecessary use of materials is avoided, and recycled materials used whenever appropriate.

Conservation

Processes and activities are monitored and modified as necessary to ensure that conservation of scarce

resources, including water, flora and fauna and productive land in certain situations.

Energy Use

All production and delivery processes, including the use of heating, ventilation, lighting, IT systems and

transportation, are based on the need to maximize efficient energy use and to minimise harmful emissions.

Safety precautions for transport and cargo handling

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

All transport and cargo handling processes are based on the need to maximize safety precautions and to

minimize potential injuries to ACTED beneficiaries and staff as well as the suppliers’ employees or those of

its subcontractors.

C. Business Behaviour

The conduct of the supplier should not violate the basic rights of ACTED’s beneficiaries.

The supplier should not be engaged

1. in the manufacture of arms 2. in the sale of arms to governments which systematically violate the human rights of their citizens; or where there is internal armed conflict or major tensions; or where the sale of arms may jeopardize regional peace and security.

D. ACTED procurement rules and regulations

Suppliers should comply with ACTED procurement rules and regulations outlines in ACTED Logistics Manual

Version 1.2. or above. In particular, ACTED’s procurement policy set out in Section 2.1 and 2.4. (Contract

awarding). By doing so, Suppliers acknowledge that they do not find themselves in any of the situations of

exclusion as referred to under section 2.4.2.

Operating Principles

The implementation of the Code of Conduct will be a shared responsibility between ACTED and its suppliers,

informed by a number of operating principles, which will be reviewed from time to time.

ACTED will:

1. Assign responsibility for ensuring compliance with the Code of Conduct to a senior manager. 2. Communicate its commitment to the Code of Conduct to employees, supporters and donors, as well as to all suppliers of goods and services. 3. Make appropriate human and financial resources available to meet its stated commitments, including training and guidelines for relevant personnel. 4. Provide guidance and reasonable non-financial support to suppliers who genuinely seek to promote and implement the Code standards in their own business and in the relevant supply chains, within available resources. 5. Adopt appropriate methods and systems for monitoring and verifying the achievement of the standards.

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

6. Seek to maximise the beneficial effect of the resources available, e.g. by collaborating with other NGOs, and by prioritising the most likely locations of non-compliance.

ACTED expects suppliers to:

1. Accept responsibility for labour and environmental conditions under which products are made and services provided. This includes all work contracted or sub-contracted and that conducted by home or other out-workers. 2. Assign responsibility for implementing the Code of Conduct to a senior manager. 3. Make a written Statement of Intent regarding the company’s policy in relation to the Code of Conduct and how it will be implemented, and communicate this to staff and suppliers as well as to ACTED.

Both parties will

1. Require the immediate cessation of serious breaches of the Code and, where these persist, terminate the business relationship. 2. Seek to ensure all employees are aware of their rights and involved in the decisions which affect them. 3. Avoid discriminating against enterprises in developing countries. 4. Recognize official regulation and inspection of workplace standards, and the interests of legitimate trades unions and other representative organizations. 5. Seek arbitration in the case of unresolved disputes.

Qualifications To The Policy Statement

The humanitarian imperative is paramount. Where speed of deployment is essential in saving lives, ACTED

will purchase necessary goods and services from the most appropriate available source.

ACTED can accept neither uncontrolled cost increases nor drops in quality. It accepts appropriate internal

costs but will work with suppliers to achieve required ethical standards as far as possible at no increase in

cost or decrease in quality.

I undersigned ____________________________________________, agree to adopt the above Code of

Conduct and to commit to comply with the labour and environmental standards specified, both in my own

company and those of my suppliers.

Name & Position of Tenderer’s authorized representative_________________________

Authorized signature and stamp: ________________________

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

BIDDERs REGISTRATION FORM

PART I: INFORMATION

A. Company Details and General Information

Name of Company Trading As

Address (headquarters) Telephone

Zip Code (headquarters) Fax

City (headquarters) E-mail address 1

PO Box E-mail address 2

Country (headquarters) Website address

Parent Company or name

of owner

Subsidiaries/

Associates/ Overseas

Representative

Sales Person's Name

Sales Person's

Position

Sales Person's phone

Sales Persons' E-

mail

Governance of the company (e.g. chairman, vice-chairman, treasurer and secretary of the board of directors or board

of trustees)

Name (as in passport or

other government-issued

photo ID)

Date of birth

(mm/dd/yyyy)

Government-issued photo

Identification Document

(ID) number

Type of ID

ID country of issuance Rank or title in

organization

Other names used

(nicknames or

pseudonyms not listed as

“Name”)

Gender (e.g.

male, female)

Current employer and job

title:

Occupation

Address of residence Citizenship(s)

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

Province/Region E-mail address

Is the individual a U.S.

citizen or legal permanent

resident?

Professional

Licenses – State

Issued

Certifications

Management of the company: CEO, Executive Director, Deputy Director, President or Vice-President

Name (as in passport or

other government-issued

photo ID)

Date of birth

(mm/dd/yyyy)

Government-issued photo

Identification Document

(ID) number

type of ID

ID country of issuance Rank or title in

organization

Other names used

(nicknames or

pseudonyms not listed as

“Name”)

Gender (e.g.

male, female)

Current employer and job

title:

Occupation

Address of residence Citizenship(s)

Province/Region E-mail addresses

Is the individual a U.S.

citizen or legal permanent

resident?

Professional

Licenses – State

Issued

Certifications

Management of the company: CEO, Executive Director, Deputy Director, President or Vice-President

Name (as in passport or other

government-issued photo ID)

Date of birth

(mm/dd/yyyy)

Government-issued photo

Identification Document (ID)

number

type of ID

ID country of issuance Rank or title in

organization

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

Other names used (nicknames or

pseudonyms not listed as

“Name”)

Gender (e.g. male,

female)

Current employer and job title: Occupation

Address of residence Citizenship(s)

Province/Region E-mail addresses

Is the individual a U.S. citizen or

legal permanent resident?

Professional

Licenses – State

Issued

Certifications

Management of the company: Chief Finance Officer or Chief Accountant

Name (as in passport or other

government-issued photo ID)

Date of birth

(mm/dd/yyyy)

Government-issued photo

Identification Document (ID)

number

type of ID

ID country of issuance Rank or title in

organization

Other names used (nicknames

or pseudonyms not listed as

“Name”)

Gender (e.g.

male, female)

Current employer and job title: Occupation

Address of residence Citizenship(s)

Province/Region E-mail addresses

Is the individual a U.S. citizen or

legal permanent resident?

Professional

Licenses – State

Issued

Certifications

Company's staff & insurance

No. Full Time

Employees:

Employee average work wage per

hour:

% of Men to

Women:

Any employee(s) with relatives

working with ACTED?

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

No. of Children: Legal minimum wage paid?

In what capacity? Paid vacations are offered?

What are their

ages? Are flexible working hours offered?

Name of

insurance

company:

Staff covered by health insurance?

Description of the Company

Type of Business

(multiple choices

possible):

Sector of Business

(multiple choices

possible):

Year Established:

Country of

registration:

Licence number: Valid until:

Working languages:

Technical

documents

available in:

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

Tax Number:

Bank Account Number:

Account Name:

Standard Payment

Terms:

Has the company been audited in the last 3 years?

Please attach a copy of the company's most recent Annual or Audited Financial Report

Year: USD: Year: USD: Year: USD:

Annual Value of Export Sales for the last 3 years

Year: USD: Year: USD: Year: USD:

VAT Number:

Swift/BIC number:

Annual Value of Total Sales for the last 3 Years:

B. Financial Information

Bank Name:

Bank Address:

Attached

Yes No

Organisation Goods/Works/Services Value (USD) Year

1

2

3

4

5

What is your company's business coverage area?

To which countries has your company exported

and/or managed projects in the last 3 years?

What is your company's main area of expertise?

Phone/E-mailContact person

Companie's recent business with ACTED and/or other International Aid Agencies or United Nations Agencies:

Destination

C. Experience

Provide any other information that demonstrates

your company's qualifications and experience (eg.

List any national or international Trade/Professional

Organisations of which your company is a member

National Restricted to (specify locations):

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

List below up to 10 of the core Goods and/or Services your company sells:

1) 6)

2) 7)

3) 8)

4) 9)

5) 10)

List the main assets of your company (trucks & heavy machines, heavy & valuable equipment, premises & warehouses, production sites etc.)

1) 6)

2) 7)

3) 8)

4) 9)

5) 10)

D. Technical Capability

Type of Certification/Qualification Documents

International Offices/Representation

Type of Quality Assurance Certificate

Attached

Attached

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

Do you agree with terms of payment of 30 days?

Has your company ever been declared to be in serious breach of contract for failure to comply with its contractual

obligations, following another procurement procedure or grant award procedure financed by a donor country?

If you answered yes,

please provide

details:

Does your company have an Anti-terrorist Policy? (Yes/No)

Is your company compliant with the EU General Data Protection Regulation (or equivalent)? (Yes/No)

If you answered yes,

please provide

If you answered yes,

please provide

details:

Has your company ever been declared to be in serious breach of contract for failure to comply with its contractual

obligations, following another procurement procedure or grant award procedure financed by a donor country?

If you answered yes,

please provide

details:

If you answered yes,

please provide

Has your company ever been guilty of grave professional misconduct proven by other menas?

If you answered yes,

please provide

details:

Has your company ever been in any dispute with any Governement Agency, the United Nations, or International

Aid Organisations (including ACTED)?

Has your company ever not fulfilled its obligations relating to the payment of social security contributions, or the

payment of taxes in accordance with the law of the country in which it is established, or with those of France, or

those of the country where the contract is to be performed?

If you answered yes,

please provide

details:

Has your company ever been the subject of a judgement which has the force of res judicata for fraud, corruption,

involvment in a criminal organisation or any other illegal activity?

Do you accept visit of ACTED staff & external

auditors to your office?

Does your company have an Ethical Trading Policy? (Yes/No)

If you answered yes,

please provide

details:

Has your company ever been bankrupt, or is in the process of being wound up, having its affairs administered by

the courts, has entered into an arrangement with creditors, has suspended business activities, is the subject of

proceedings concerning these matters, or is in any analogous situation arising from a similar procedure

If you answered yes to the above two questions, please attach copies of your policy:

Has your company ever been convicted of an offence concerning its professional conduct by a judgment which

as force of res judicata?

E. Miscellaneous

Does your company have an Environmental Policy? (Yes/No)

Attached

Yes No

Yes No

Yes NoYes No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

NoYes

NoYes

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

Date:

Place:

Signature:

Company Stamp:

1)

2)

3)

4)

5)

6)

7)

8)

9)

10) Other (specify):

Name:

Phone number (for

contact for verification

purposes):

Title/Position

E-mail address (for

contact for verification

purposes):

PART II: CERTIFICATION

References

Particulars of CEO and key personnel

Articles of Association & Certificate of incorporation

Financial statements (latest)

Trading license

VAT registration/tax clearance certificate

Company profile

Proof of trading/dealership/agent

Evidence of similar contracts

Check list of supporting documents For ACTED use only

I, the undersigned warrant that the information provided in this form is correct, and in the event of changes, details will be

provided to ACTED as soon as possible in writing. I also understand that ACTED does not do business with companies, or any

affiliates or subsidiaries, which engage in any practices that are in breach of ACTED's Child Protection, Sexual Exploitation and

Abuse Protection, Conflict of Interest, Anti-fraud, Anti-terrorism Policy and Data Protection Policies (available on request).

Checked

Checked

Checked

Checked

Checked

Checked

Checked

Checked

Checked

Attached

Attached

Attached

Attached

Attached

Attached

Attached

Attached

Attached

CheckedAttached

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

Form PRO-05 Version 1.4

Please note that ACTED will at no given time ask for any money or other valuables during the procurement process. If this occurs, please contact [email protected]

BIDDER’S CHECK LIST ACTED

Date: 18th November 2018

T/27CROSS_PROJECTS/REHABILITAION_WORKS/BDN//18-11-2018/001

BEFORE SENDING YOUR BIDDING DOCUMENTS, PLEASE CHECK THAT EACH OF THE FOLLOWING ITEM IS

COMPLETE AND RESPECTS THE FOLLOWING CRITERIA :

Description

To be filled in by

Bidder

For ACTED use only (to be filled in by

Purchase Committee)

Included Present Comments

Yes No Yes No

An original of the bid have been provided (compulsory)

PART 1 (form PRO-05) – Instructions to Bidders is attached, filled, signed and stamped by the supplier. (compulsory)

PART 2 (form PRO-06) –Offer Form is attached, filled, signed and stamped by the supplier. (compulsory)

The prices in the Offer Form are in USD (compulsory)

Bidders Registration Form is attached, filled, signed and stamped by the

supplier. (compulsory)

PART 4 – (form PRO-06-02)– Bidder’s Ethical Declaration is attached,

filled, signed and stamped by the supplier. (compulsory)

ANNEXES – Company Registration certificate from

Puntland.(compulsory)

ANNEXES – Company Registration certificate from Somaliland

(compulsory)

ANNEXES – Proofs of past performances in a similar field of activity (e.g.

past deliveries of similar items) are provided (compulsary)

ANNEXES – Color pictures (or samples) of item(s) are included

ANNEXES – Financial bank statements, Supplier’s ID or Passport copy

attached ( Compulsary).

Name & Position of Bidder’s authorized representative ________________________

Authorized signature ________________