Invitation for Bids (IFB) No-02/2011-12

Invitation for Bids (IFB) No-02/2011-12

Memo No.:T-14/1577 Date: 17-10-2011

Invitation for Bids (IFB) No-02/2011-12.

Deadline for Bids : 16november, 2011 up to 12.00 hours (Closing Date & Time).

1. The Bangladesh Water Development Board has received a loan from the Asian Development Bank (ADB) and a grant from Government of Netherlands towards the cost of South West Area Integrated Water Resources Planning & Management Project Part of this loan will be used for payments under the contract named above. Bidding is open to bidders from eligible source countries of the ADB.

2. The Bangladesh Water Development Board ("the Employer") invites sealed bids from eligible biddersfor

the construction and completion of Package No. & Name :

Package (A) NSP/RE/05/2011-12 : Re-Excavation of Jamrildanga Khal from Km. 0.000 to Km. 2.600 = 2.600 Km. (SIP-21) &

Mollakhali Khal from Km. 0.000 to Km. 1.200 = 1.200 Km.(SIP-23~25)in Narail Sub- Project under SWAIWRPMP

during 2011-12.

Package (B) NSP/RE/06/2011-12 : Re-Excavation of Shitolbari Khal from Km. 0.000 to Km. 2.700 = 2.700 Km. & Ramnagor Khal

from Km. 0.000 to Km. 2.600 = 2.600 Km.(SIP-23~25)in Narail Sub- Project under SWAIWRPMP during 2011-12.

Package (C) NSP/RE/07/2011-12 : Re-Excavation of Shiddhipasha/ Nauli Khal from Km. 0.000 to Km. 4.000 = 4.000 Km. &

Nalamara Khal from Km. 0.000 to Km. 1.300 = 1.300 Km. (SIP-23~25) in NarailSub- Project under SWAIWRPMP during

2011-12.

Package (D) NSP/RE/08/2011-12 : Re-Excavation of Nabugati Khal from Km. 0.000 to Km. 1.700 = 1.700 Km. & Rukhalui Khal

from Km. 3.500 to Km. 5.900 = 2.400 Km. (SIP-17~19)in Narail Sub- Project under SWAIWRPMP during 2011-12.

3. Only eligible bidders with the following key qualificationsshould participate in this bidding :

a. Specific construction Experience:

Package (A) The Bidder must have the Experience of at least 1 (One) Construction contract of BDT Tk. 42.65Lakhor more in

re-Excavation of Khals/Earth work during the last 5 (Five) years. Single entity or all joint venture (JV) Partners together (With the Experience of each Partner multiplied by the JV share) must meet the requirement while one (Lead) partner must meet minimum 40% of the requirement.

Package (B) The Bidder must have the Experience of at least 1 (One) Construction Contract of BDT Tk. 86.30Lakhor more in

re-Excavation of Khals/Earth work during the last 5 (Five) years. Single entity or all Joint Venture (JV) Partners together (With the Experience of each Partner multiplied by the JV share) must meet the requirement while one (Lead) Partner must meet minimum 40% of the requirement.

Package (C) The Bidder must have the Experience of at least 1 (One) Construction Contract of BDT Tk. 54.00Lakhor more in

re-Excavation of Khals/Earth work during the last 5 (Five) years. Single entity or all Joint Venture (JV) Partners together (With the Experience of each partner multiplied by the JV share) must meet the requirement while one (Lead) Partner must meet minimum 40% of the requirement.

Package (D) The Bidder must have the Experience of at least 1 (One) Construction Contract of BDT Tk. 78.30Lakhor more in

re-Excavation of Khals/Earth work during the last 5 (Five) years. Single entity or all Joint Venture (JV) Partners together (With the Experience of each Partner multiplied by the JV share) must meet the requirement while one (Lead) Partner must meet minimum 40% of the requirement.

b. Average annual construction turnover:

Package (A)Minimum Average Annual Construction Turnover of BDT Tk. 64.00 Lakh (Based on Total Certified Payments

Received for contracts in progress or Completed) over the last 5 (Five) years. Single entity or all joint venture (JV) partners together (With the experience of each partner multiplied by the JV share) must meet the requirement while one (Lead) partner must meet minimum 40% of the requirement.

Package (B)Minimum Average Annual Construction Turnover of BDT Tk. 130.00 Lakh (Based on Total Certified Payments

Received for contracts in progress or Completed) over the last 5 (Five) years. Single entity or all joint venture (JV) partners together (With the experience of each partner multiplied by the JV share) must meet the requirement while one (Lead) partner must meet minimum 40% of the requirement.

Package (C)Minimum Average Annual Construction Turnover of BDT Tk. 81.00 Lakh (Based on Total Certified Payments

Received for contracts in progress or Completed) over the last 5 (five) years. Single entity or all joint venture (JV) partners together (With the experience of each partner multiplied by the JV share) must meet the requirement while one (Lead) partner must meet minimum 40% of the requirement.

Package (D)Minimum Average Annual Construction Turnover of BDT Tk. 118.00 Lakh (Based on Total Certified Payments

Received for contracts in progress or Completed) over the last 5 (five) years. Single entity or all joint venture (JV) partners together (With the experience of each partner multiplied by the JV share) must meet the requirement while one (Lead) partner must meet minimum 40% of the requirement.

c.Financial Resources :

Package (A)Financial resources requirement is minimum BDT Tk. 21.50 Lakh.Single entity or all joint venture (JV) partners

together (With the experience of each partner multiplied by the JV share) must meet the requirement while one (Lead) partner must meet minimum 40% of the requirement.

Package (B)Financial resources requirement is minimum BDT Tk. 43.50 Lakh.Single entity or all joint venture (JV) partners

together (With the experience of each partner multiplied by the JV share) must meet the requirement while one (Lead) partner must meet minimum 40% of the requirement.

Package (C)Financial resources requirement is minimum BDT Tk. 27.00 Lakh.Single entity or all joint venture (JV) partners

together (With the experience of each partner multiplied by the JV share) must meet the requirement while one (Lead) partner must meet minimum 40% of the requirement.

Package (D)Financial resources requirement is minimum BDT Tk. 39.50 Lakh.Single entity or all joint venture (JV) partners

together (With the experience of each partner multiplied by the JV share) must meet the requirement while one (Lead) partner must meet minimum 40% of the requirement.

4. Local competitive bidding (LCB) will be conducted in accordance with ADB's single stage, one envelope procedure and is open to all

bidders from eligible source countries.

5. To obtain further information and inspect the bidding documents, bidders should contact:

(a) Office of the Executive Engineer, Narail Sub-Project Management Office, BWDB, Rupgonj, Narail. Telephone: 0481-62772,

Email :

(b) Office of the Project Director, Project Management Office, South West Area Integrated Water Resources Planning &

Management Project, BWDB, Jessore.

6. A complete set of bidding documents in English Language may be purchased by any interested eligible party from the 1. Manager,

Sonali Bank, Main Branch, Narail 2. Manager, Sonali Bank, Main Branch, Jessore. 3. Manager, Janata Bank, Dilkhusha Corporate Branch, Dilkhusha Commercial Area, Dhaka upon payment of Tk. 750.00(Taka Seven Hundred Fifty)Onlyfor Package (A), Tk. 1500.00 (Taka One Thousand Five Hundred)only for Package (B),1500.00 (Taka One Thousand Five Hundred) only for Package (C),1500.00 (Taka One Thousand Five Hundred) only for Package(D)(Non-Refundable) in the form of Bank Draft or Pay Order in favor of Deputy Director, Regional Accounting Centre (RAC), BWDB, Faridpur during office hours on working days up to 15November, 2011.

7. Completion Time:

Package (A) 180 days from the date of signing contract.

Package (B) 180 days from the date of signing contract.

Package (C) 180 days from the date of signing contract.

Package (D) 180 days from the date of signing contract.

8.(A) Bids for Package (A) Must be accompanied by a Bid Security of must be accompanied by a Bid Security of Tk.96000.00

(Taka. Ninety Six Thousand) only in the form of a Pay Order or Bank Draft from any Schedule Bank of Bangladesh in favor of Deputy Director, Regional Accounting Centre (RAC), BWDB, Faridpur or an unconditional and irrevocable Bank Guarantee issued by a Scheduled Bank of Bangladesh in favour of Executive Engineer, Narail Sub-Project, BWDB, Narail

(B) Bids for Package (B) Must be accompanied by a Bid Security of must be accompanied by a Bid Security of Tk.195000.00

(Taka. One Lac Ninety Five Thousand) only in the form of a Pay Order or Bank Draft from any Schedule Bank of Bangladesh in favor of Deputy Director, Regional Accounting Centre (RAC), BWDB, Faridpur or an unconditional and irrevocable Bank Guarantee issued by a Scheduled Bank of Bangladesh in favour of Executive Engineer, Narail Sub-Project, BWDB, Narail

(C) Bids for Package (C) Must be accompanied by a Bid Security of must be accompanied by a Bid Security of Tk.122000.00

(Taka. One Lac Twenty Two Thousand) only in the form of a Pay Order or Bank Draft from any Schedule Bank of Bangladesh in favor of Deputy Director, Regional Accounting Centre (RAC), BWDB, Faridpur or an unconditional and irrevocable Bank Guarantee issued by a Scheduled Bank of Bangladesh in favour of Executive Engineer, Narail Sub-Project, BWDB, Narail

(D) Bids for Package (D) Must be accompanied by a Bid Security of must be accompanied by a Bid Security of Tk.176500.00

(Taka. One Lac Seventy Six Thousand Five Hundred) only in the form of a Pay Order or Bank Draft from any Schedule Bank of Bangladesh in favor of Deputy Director, Regional Accounting Centre (RAC), BWDB, Faridpur or an unconditional and irrevocable Bank Guarantee issued by a Scheduled Bank of Bangladesh in favour of Executive Engineer, Narail Sub-Project, BWDB, Narail

9.Bids must be submitted in accordance with the Instructions to Bidders (ITB) included in the Bidding Documents to the

(1)Office of the Executive Engineer, Sub-project Management Office, Narail Sub-Project, BWDB, Narail

(2) Office of the Deputy Commissioner, Narail

(3)Office of the Project Director, SWAIWRPMP, BWDB, Jessore upto 16November, 2011on or

before12:00 hrs (noon).

10. Bidders shall submit their bids only in person which must reach the above offices before deadline for submission of Bids as

indicated in Paragraph 9 above. Bids received after the deadline will not be accepted. BWDB will not be responsible for any cost or expenses incurred by Bidders in connection with the preparation or submission of Bids.

11.Bids will be opened at 14:00 hrs on upto 16 November, 2011 at the office of the undersignedin the presence of bidders'

representatives who choose to attend.

12. Acceptance of a bid will rest with the competent authority who is not bound to accept the lowest or any of the bids without assigning

any reason.

NB: This IFB will also be available on the website

Page No-03

Memo No. T-14/1577/1(40) Date: 17-10-2011

Copy forwarded for kind information/information and necessary action to:

01. The Additional Director General, OM-2, BWDB, Dhaka.

02. The Chief Engineer, South Western Zone, BWDB, Faridpur.

03. The Chief Monitoring, BWDB, Dhaka.

04. The Director, Planning-II & Project Coordinator, SWAIWRPMP, BWDB, Dhaka.

05. The Project Director, Project Management Office, SWAIWRPMP, BWDB, Jessore.

06. The Director, Contract & Procurement Cell, BWDB, Dhaka.

07. The Deputy Commissioner, Narail.

09. The Superintendent of Police, Narail.

10. The Executive Engineer, Chenchuri Beel Sub-Project, BWDB, Narail..

11. The System Analyst, Chief Monitoring Office, WAPDABuilding, Dhaka.

12. The Team Leader, ISPM Consultants, SWAIWRPMP, Jessore.

13. The Deputy Director, RegionalAccountingCenter (RAC), BWDB, Faridpur.

14. P.A to ADG (O&M-2), BWDB, Dhaka.

15. The Manager, Sonali Bank, Main Branch, Narail with 10 (Ten) sets of Tender documents for each package (Please see Note-1).

16. The Manager, Janata Bank, Dilkusha Corporate Branch, Dilkusha, Dhaka with 03(three) sets of Tender documents for each

Package (Please see Note-2).

17. The Manager, Sonali Bank, Main Branch, Jessore with 03 (three) sets of Tender documents for each package (Please see Note-1)

18. M/S......

19. Notice Boards, Master/Office copy.

Note-1. The above indicated number of sets of Tender Documents is sent herewith for selling to intending Tenderers up to 15-11-2011

during bank hours. After obtaining cost as mentioned in the SL. No. 06 of the Tender Notice enclosed. The sale proceeds shall be submitted by Bank Draft in favor of the Deputy Director, Regional Account Center (RAC), BWDB, Faridpur. Unsold Tender Documents along with the copy of the credit advice may be sent to the under signed at the earliest. If more sets of Tender Documents are required, written requisition may please sent to this office immediately.

Note-2. The above indicated number of sets of Tender Documents is sent herewith for selling to intending Tenderers up to 15-11-2011

during bank hours. after obtaining cost as mentioned on the top page of the document during office hours. The sale proceeds are to be deposited in BWDB's STD A/C No.-36001008 with your bank favoring BWDB Tender Document Sell Proceeds. Unsold Tender Document with 15-11-2011 a sell statement and the copy of the credit advice may kind be send to the under signed at an early date

Page No - 1 -