32
Form PRO-05 Version 1.4 Page 1 of 32 Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA Date: 3 rd t November 2019 Tender°:T/27DLS/I48/OPEN/BOREHOLEEQUIPMENT AND CIVIL WORKS/BDN/3/11/19/001 ACTED is requesting through this tender a company to provide detailed written tender for Borehole equipment and civil works: PRODUCT SPECIFICATIONS: 1. Description: Taleeh Borehole equipment and civil works 2. Product class / category: Constructions& Works 3. Made in (product origin): Various 4. Product stage: Finished 5. INCOTERM (delivery conditions): DDP 6. Quantity/unit: As per BOQ 7. Packaging requested: As per BOQ RESPONSIBILITIES OF THE CONTRACTOR: 1. Terms of delivery: Taleeh Borehole in Sool region. 2. Date of delivery: 30 th January 2020 3. Validity of the offer: 3 months The answers to this tender must include the following elements: A written tender 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 from relevant Authorities. Copy of the bank statement details 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) Company Profile Fully filled call for tender including bidder’s checklist. GENERAL CONDITIONS: 1. The closing date of this Request for Tender is fixed on 17 th November 2019 at 5:00pm in ACTED office at the following address: ACTED Badhan Office, Geeldoora Village, next to Adeso store and Opposite Aflax Garage.

Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

  • Upload
    others

  • View
    10

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 1 of 32

Form PRO-05 Version 1.4

CALL FOR TENDER ACTED SOMALIA

Date: 3rd t November 2019

Tender°:T/27DLS/I48/OPEN/BOREHOLEEQUIPMENT AND CIVIL WORKS/BDN/3/11/19/001

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

Borehole equipment and civil works:

PRODUCT SPECIFICATIONS:

1. Description: Taleeh Borehole equipment and civil works

2. Product class / category: Constructions& Works

3. Made in (product origin): Various

4. Product stage: Finished

5. INCOTERM (delivery conditions): DDP

6. Quantity/unit: As per BOQ

7. Packaging requested: As per BOQ

RESPONSIBILITIES OF THE CONTRACTOR:

1. Terms of delivery: Taleeh Borehole in Sool region.

2. Date of delivery: 30th January 2020

3. Validity of the offer: 3 months

The answers to this tender must include the following elements:

A written tender 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 from relevant Authorities.

Copy of the bank statement details

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)

Company Profile Fully filled call for tender including bidder’s checklist.

GENERAL CONDITIONS:

1. The closing date of this Request for Tender is fixed on 17th November 2019 at 5:00pm

in ACTED office at the following address: ACTED Badhan Office, Geeldoora Village,

next to Adeso store and Opposite Aflax Garage.

Page 2: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 2 of 32

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 office

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

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

they apply.

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 Baidoa office in a sealed envelope with the

mention “T/27DLS/I48/OPEN/BOREHOLE EQUIPMENT AND CIVIL WORKS/BDN/3-11-2019/001”

not to be opened 22nd November, 2019 at 5:00pm”

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

with the subject “T/27DLS/I48/OPEN/BOREHOLE EQUIPMENT AND CIVIL WORKS/BDN/3-11-

2019/001not to be opened before 17th November 2019 at 5:00pm”

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].

Page 3: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 3 of 32

Form PRO-06 Version 1.3

OFFER FORM ACTED SOMALIA

Tender N°: T/27DLS/I48/OPEN/BOREHOLE EQUIPMENT AND CIVIL WORKS/BDN/3-11-2019/001

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 TO [(PRICES TO BE ALL TAXES AND DUTIES INCLUSIVE)

BOREHOLE EQUIPING AND CIVIL WORKS IN TALEEH SOOL REGION.

ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT

No. USD USD

i. CONSTRUCTION OF WATER KIOSK

Excavation

1.1 'Site clearance: leveling and

clear unnecessary materials. m2 5.95

1.2 Excavation foundation trench

and level (2.22m x 2.68 x0.3 ) m3 1.78

1.3

Mass concrete of 50mm thick

blinding layer (1:2:4 mix) under

the foundation wall 2.22m x

2.68 x0.05)

m3 0.30

Page 4: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 4 of 32

1.4

250mm hardcore filling and well

compacting for slab

area(2.22mx2.68m) m3 1.49

1.5

RC concrete (1:2:4 mix ) in

conc. floor slab 10 cm

thick(2.22mx2.68mx0.1m m3 0.59

1.6 20cm thick masonry walling in

cement & sand mortar 1;3 mix () m3 1.06

1.7

'Cast 20cm Mass concrete 1:3:6

mix design of the area

(1.58x0.2x0.1m) m3 0.03

1.8

External & internal plastering

,12 mm thick, cement and sand

mix 1:4, with wood float finish. m2 7.00

1.9 Apply two coats of white wash m2 7.00

2.0 30 mm thick 1:3 cement/sand

floor screed Bags 3.00

2.1 GI pipes for water Kiosk 1'' Pcs 5.00

Fittings on the kiosk

2.2 GI Reducer 2" -1" Pcs 2.00

2.3 900 GI Elbow 1" Pcs 2.00

2.4 1" GI Double Tee Pcs 4.00

2.5 1" GI Single Tee Pcs 2.00

Page 5: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 5 of 32

2.6 Reducer socket 1"-3/4" Pcs 6.00

2.7 Nipple GI Pcs 8.00

2.8

Branch pipes, 3/4", galvanized

(long pipe 300mm threaded on

both sides ) Pcs 6.00

2.9 3/4" taps Pcs 8.00

3.0

Visibility bill boar (1.2mx1m)

with a 11/2 GI pipe legs and

length of 3m the GI pipe should

fix concrete at the bottom.

Ls 1.00

3.1

Pit excavation commencing at

reduced levels depth not

exceeding 1.5m deep.

Ls 1.00

BILL COLLECTION SHEET CONSTRUCTION OF WATER KIOSK C/F.i $

ii. Elevated RC Water Tank

25m3 (8m high) UNIT QUANTITY RATE AMOUNT

SUBSTRUCTURE

(Provisional)

USD USD

1 Excavation

Excavation including maintaining and supporting sides and keeping free from water, mud and fallen

materials by bailing, pumping or otherwise

1.1

Prepare site by stripping top

150 mm of soil to remove all

debris including sand (if any)

from site and carting away spoil

m2 25.00

1.2

Excavate trench commencing at

reduced levels depth not Less

than 2m and not exceeding

2.50m deep

m3 11.00

1.3

Pit excavation commencing at

reduced levels depth not

exceeding 2.50m deep m3 28.00

Page 6: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 6 of 32

1.4 Extra-over for excavation in rock m3 1.00

1.5 Remove surplus excavated

material from site m3 4.00

1.6 Backfill around foundation m3 25.00

2 Filing

2.1

300 mm thick approved

hardcore filling spread, well

rammed and compacted in

150mm layers

m3 14.00

3 Concrete work

Mass Concrete class 15 (1:3:6) with 20mm thick maximum aggregate size in

3.1 50mm Thick blinding m3 3.00

Vibrated Reinforced Concrete class 25 (1:1.5:3) with 20mm thick maximum aggregate size in

3.2 Ground beam m3 2.40

3.3 Column base m3 3.00

Vibrated Reinforced Concrete class 25 (1:1.5:3) with 20mm thick maximum aggregate size in

3.4 Tie beam m3 9.00

3.5 Columns m3 1.87

Vibrated Reinforced Concrete class 30 (1:1:2) with 20mm thick maximum aggregate size in

3.6 150mm thick Walls m2 8.20

3.7 150mm thick Base slab m2 3.40

3.8 150mm thick Cover slab m2 3.40

4 Reinforcement

4.1

Reinforcement bars (all sizes)

as shown on drawings from the

bottom

Kg 1860.00

5 Sawn formwork

5.1

Formwork to sides of column

bases girth over 225mm but not

exceeding 300mm M 72.00

Page 7: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 7 of 32

5.2

Formwork to sides of base slab

girth over 75mm but not

exceeding 150mm M 13.00

5.3

Formwork to sides of cover slab

girth over 75mm but not

exceeding 150mm M 13.00

5.4 Formwork to sides and softies

of beams M2 67.00

5.5 Formwork to softies of base

slab M2 11.00

5.6 Formwork to softies of cover

slab M2 11.00

5.7 Formwork to sides of columns M2 19.00

5.8 Formwork to sides of walls M2 62.00

5.9 200mm wide PVC water bar M 25.00

6 Finishes

Cement and sand mortar (1:3) rendering in:

6.1 25 mm Thick screed to base

slab with waterproof cement M2 11.00

6.2 15mm internal plaster to cover

slab with waterproof cement M2 11.00

6.3 15mm plaster to internal sides

of wall with waterproof cement M2 30.00

6.4 12mm plaster to external sides

of wall M2 32.00

6.5 12mm plaster to cover slab M2 13.00

6.6 12mm plaster to soffits of base

slab M2 13.00

6.7 12mm plaster to beams M2 87.00

6.8 12mm plaster to columns M2 19.00

6.9 25x25mm Bondex sealing

compound M 12.00

7 Water Supply System

Galvanized Mild Steel pipes class "B" medium thickness with and including jointing, fittings and fixe

as described

7.1 50mm diameter inlet pipe

800mm long No 1.00

7.2 50mm diameter draw off GI pipe

Ditto No 1.00

Page 8: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 8 of 32

7.3 50mm diameter overflow GI

pipe Ditto No 1.00

7.4 75mm diameter scour GI pipe

Ditto No 1.00

7.5 20mm diameter stop corks No 1.00

7.6

600x600x6mm heavy gauge

steel primed metal manhole

cover on slab with and including

metal framing all around

No 1.00

7.7

Fabricate and install steel

ladder 6m lenth with

50mmx25mmx6mm RHS

complete with anchor passes

primed and finished with oil

paint.

No 1.00

7.8

20mm Diameter bars, ‘U’

shaped to form steps with ends

embedded into retaining wall

interiorly, average length

450mm

No 8.00

8 Painting

8.1

prepare surface Paint the tank

plastered including collumns

and beams

M2 32.00

8.2

Supply paint and labour and

brand tank on white background

(1000mmx450mm) with wording

CONSTRUCTED BY ACTED

WITH FUNDING FROM SHF

Year 2019. Rate to include for

logos to detail

Ls 1.00

BILL COLLECTION SHEET Elevated RC Water Tank 25m3 (8m high) C/Fii. $

iii CONSTRUCTION OF GENERATOR HOUSE

SUBSTRUCTURE (Provisional)

Excavation

Excavation including maintaining and supporting sides and keeping free from water, mud and fallen

materials by bailing, pumping or otherwise

1.1

Prepare site by stripping top

200 mm of soil to remove all

debris including sand (if any)

from site and carting away spoil

M2 34.00

Page 9: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 9 of 32

1.2

Excavate to reduce levels not

exceeding 1.50m deep average

depth 300mm M2 34.00

1.3

Excavate for foundation strip

commencing at reduced levels

depth not exceeding 1.50m

deep

M3 28.00

1.4 Extra-over for excavation in rock M3 3.00

1.5 Remove surplus excavated

material from site M3 12.00

1.6 Backfill around foundation M3 26.20

2 Filling

2.1

300 mm thick approved

hardcore filling spread, well

rammed and compacted in

250mm layers to receive

concrete surface bed

M3 7.50

In situ concrete: class 15: mix 1:3:6

2.2 100mm blinding layer under

foundations M2 10.00

2.3 100mm blinding layer on

hardcore surfaces M2 15.00

2.4 Treat hardcore surface with

approved insecticide M2 15.00

3 Concrete work

Reinforced Concrete class 25

3.1 Strip foundation M3 1.20

3.2 100mm thick floor slab with

surface steel troweled smooth M4 3.20

4 Reinforcement

4.1 10 diameter high tensile

reinforcement bars Kg 55.00

4.2 8mm diameter high tensile

reinforcement bars Kg 38.00

4.3

Mesh fabric reinforcement ref.

No. A142 laid in floor slab with

minimum 150 mm side

allowance

M2 25.20

5 Sawn formwork

5.1 Formwork to edges of floor slab

girth over 75mm but not

exceeding 150mm

M 17.00

6 Walling

Page 10: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 10 of 32

6.1 300mm Thick rubble stone

foundation walling in cement and

sand mortar (1:3) M2 21.00

6.2 One layer 1000gauge polythene

sheet damp proof membrane

under beds: 300mm laps M2 19.00

6.3 200mm wide Bituminous felt damp-

proof course M 17.00

7 Plinths

7.1 15mm thick cement sand rendering

(1:3) to plinths M2 5.00

7.2 Prepare and apply three coats

black bituminous paint to rendered

plinths externally M2 5.00

8 SUBSTRUCTURES COLLECTION

Walling

8.1 200 Thick load bearing solid

concrete block walling M2 43.00

Wall Coping

8.2

Precast concrete 600 x 300 x

50 mm Thick twice weathered

and throated coping jointed and

pointed in cement and sand

mortar

M 13.00

9 Concrete Work

Vibrated reinforced concrete class 25 (1:1.5:3) with 20mm maximum aggregate as described in:

9.1 Ring Beam M3 1.00

9.2 Columns M3 2.00

10 Reinforcement

10.1 8mm Diameter high tensile

reinforcement bar Kg 42.00

10.2 Ditto but 10mm Kg 55.00

10.3 Ditto but 12mm Kg 48.00

11 Sawn Formwork to:

11.1 Sides and soffits of ring beam M2 12.00

11.2 Vertical sides of columns M2 7.56

12 Roofing

Roof Structure

Sawn celcured cypress timber as described in:

12.1 200mm x 25mm Fascia Board M 32.00

Page 11: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 11 of 32

12.2 l00x50mmRafters M 14.00

12.3 100mm x 50mm wall plate M 22.00

12.4 50 x 50 Purlins M 60.00

13 Roof Covering

13.1 30 Gauge galvanized box profile

sheets fixed to timber Purlins M2 42.00

13.2 G30 ridge caps M 8.00

14 Painting and Decorating

14.1

Knot prime stop and apply two

undercoats and one gloss

finishing coat oil paint to fascia

board 200- 300 mm wide

M 6.40

Doors and Windows

14.2

Install double leaf lead metallic

door overall size

1200mm×2100mm which opens

internally in opposed sides

complete with associated iron

mongery

No 1.00

14.3

Window overall size

1000x900mm high with mild

steel burglar proofing to

windows; 10mm square section

steel bars smooth welded

together at 75mm centres both

ways fixed with lugs built into

walls; one coat shop primer

No 2.00

14.4 4mm thick clear sheet glass

bedded in mastic In panes of

various sizes

M2 3.00

14.5

Prepare and apply two

undercoats and one finishing

coat oil paint to door and

windows

M2 4.32

Finishes

Floor Finishes

Cement and sand mortar (1:3) in:

14.6 30mm thick steel troweled

screed M2 15.00

14.7 100 x 25mm Thick skirting to

junction with floor and wall finish M 13.00

Page 12: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 12 of 32

Wall Finishes

Cement and sand mortar (1:3) rendering in:

14.8 25 mm Thick mortar rendering

with steel float finish to masonry

and concrete surfaces

M2 48.00

Prepare and apply three coats plastic emulsion paint to:

14.9 Rendered surfaces M2 42.00

14.10 Plastered surfaces M2 42.00

14.11

Supply paint and labour and

brand generator house on white

background (1000mmx450mm)

with wording CONSTRUCTED

BY ACTED WITH FUNDING

FROM SHF Year 2019. Rate to

include for logos to detail

Ls 1.00

BILL COLLECTION SHEET CONSTRUCTION OF GENERATOR HOUSE C/Fiii $

iv WATER TROUGH FOR

SHOATS

Excavation

Excavation including maintaining and supporting sides and keeping free from water, mud and fallen

materials by bailing, pumping or otherwise

1.1

Prepare site by stripping top

150 mm of soil to remove all

debris including sand (if any)

from site and carting away spoil

M2 56.00

1.2

Excavate for foundation strip

commencing at stripped levels

depth not exceeding 1.50m

deep

M2 5.80

Extra-over for excavating in rock (optional)

1.3 Remove surplus excavated

material from site M3 9.00

1.4 Backfill around foundation M3 3.40

Filing

1.5

200 mm thick approved

hardcore filling spread, well

rammed and compacted in

150mm layers to receive

concrete surface bed

M2 38.00

Page 13: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 13 of 32

1.6 Treat hardcore surface with

approved insecticide M2 38.00

Concrete work

Mass Concrete class 15 (1:3:6) with 20mm thick maximum aggregate size in

1.7 50mm blinding layer under

foundations M2 9.30

1.8 50mm blinding layer on

hardcore surfaces M2 56.14

Vibrated reinforced concrete class 25 (1:1.5:3) with 20mm maximum aggregate as described in:

1.9 Strip foundation M3 1.86

1.10 100 mm thick floor slab M2 6.90

Vibrated reinforced concrete class 25 (1:1.5:3) with 20mm maximum aggregate as described in:

1.11 150mm thick walls M2 9.30

Reinforcement

2

Mesh fabric reinforcement ref.

No. A142 laid in floor slab with

minimum 150 mm side

allowance

M2 67.00

2.1 Reinforcement bars (All sizes)

as shown on drawings Kg 210.00

Sawn formwork

2.2 Formwork to sides of

foundation strip girth 150-

225mm

M 31.00

2.3 Formwork to edges of floor slab

girth not exceeding 75mm M 31.00

2.4 Formwork to sides of walls M2 39.40

Walling

2.5 150 Thick solid concrete block

walling M2 3.00

Finishes

Cement and sand mortar (1:3) in:

2.6 15mm thick plaster to internal side

of wall with water proof cement M2 5.09

Water Supply System

Galvanized mild steel pipes class "B" medium thickness with and including jointing fittings and fixed

as described

2.7 25mm diameter inlet pipe

chased through masonry wall No 4.00

Page 14: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 14 of 32

300 mm long with and including

stop cork

2.8

32mm diameter PVC draw off

pipe 300mm long with a32mm

diameter PVC draw off pipe

300mm long with and including

gate valvend including gate

valve

No1 1.00

BILL COLLECTION SHEET WATER TROUGH FOR SHOATS C/F iv $

v WATER TROUGH FOR CAMELS

Excavation

Excavation including maintaining and supporting sides and keeping free from water, mud and fallen

materials by bailing, pumping or otherwise

1.1

Prepare site by stripping top

150 mm of soil to remove all

debris including sand (if any)

from site and carting away spoil

M2 58.58

1.2

Excavate for foundation strip

commencing at stripped levels

depth not exceeding 1.50m

deep

M3 5.87

Extra-over for excavating in rock (optional

1.3 Remove surplus excavated

material from site M3 17.00

1.4 Backfill around foundation M3 11.10

Filing

1.5

200 mm thick approved

hardcore filling spread, well

rammed and compacted in

150mm layers to receive

concrete surface bed

M2 54.10

1.6 Treat hardcore surface with

approved insecticide M2 54.10

Concrete work

Mass Concrete class 15 (1:3:6) with 20mm thick maximum aggregate size in

2.1 50mm blinding layer under

foundations M2 9.78

2.2 50mm blinding layer on

hardcore surfaces M2 54.10

Vibrated reinforced concrete class 25 (1:1.5:3) with 20mm maximum aggregate as described in

2.3 Strip foundation M3 1.96

Page 15: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 15 of 32

2.4

75mm thick concrete benching

laid to falls and with surface

steel troweled rough (optional)

M2 48.60

2.5 100 mm thick floor slab

M2 6.88

Vibrated reinforced concrete class 25 (1:1.5:3) with 20mm maximum aggregate as described in:

2.6 200mm thick walls M2 26.08

2.7 150mm thick wall M2 0.66

Reinforcement

3.1

Mesh fabric reinforcement ref.

No. A142 laid in floor slab with

minimum 150 mm side

allowance

M2 68.40

3.2 Reinforcement bars (All sizes)

as shown on drawings Kg 280.00

Sawn formwork

3.3 Formwork to sides of foundation

strip girth 150-225mm M 31.00

3.4 Formwork to edges of floor slab

girth not exceeding 75mm M 32.30

3.5 Formwork to sides of walls M2 47.43

Finishes

Cement and sand mortar (1:3) in:

4.1

15mm thick plaster to internal

side of wall with water proof

cement

M2 9.96

4.1 12mm thick plaster to external

side of wall M2 17.12

BILL COLLECTION CAMEL TROUGH SHEET C/F v $

vi CONSTRUCTION OF FENCE AND GATE

SECTION 1: FENCE AND GATE

ELEMENT No. 1: Site preparation

1.1

Clear site of all bushes and

debris. Grab up roots and burn

the arising (area 20x20m)

M2 400.00

Page 16: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 16 of 32

ELEMENT No. 2: foundation walls

1.2 Construction of 200mm hollow

foundation walls M2 32.00

ELEMENT No. 1: GATE

The contractor will provide all material and construct a steel gate measuring approximately

4500mmx2100mm. Given the location and site conditions, the contractor is advised to make a

physical assessment of the site before tendering

1.3

Excavate for column pads,

depth not exceeding 0.2m and

of 0.2 x 0.2 mm width

commencing at the original

ground level, and cart away to

spoil as directed

CM 0.02

Reinforced Concrete using 3/4 + 1/2" mix machine

crushed Ballast in:

1.4

Vibrated reinforced concrete

(class 25) column base, 350mm

deep

CM 0.96

Main and pedestrian gates

1.5

Supply and fix double leaf steel

gate size 4500x 2100mm high

with small pedestrian door

made from 3mm thick steel

plate welded on both sides of

the frame. Frame as follows:

75x50x3mm thick RHS external

members and 25mm SHS 3mm

thick secondary members, fixed

onto the concrete columns

using heavy duty steel pin

hinges; with all fastening

accessories including all cutting

welding, grinding and priming

with one coat of grey oxide

before fixing. The gate should

also have peep holes of not

more that 25mm dia with a

sliding door. It should also have

2 locking mechanisms, top and

bottom

No 1.00

ELEMENT No. 2 : FENCE

Page 17: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 17 of 32

The contractor is reminded to include in his pricing, the cost of supply, cutting, waste and erection

and all other necessary fittings including welding lugs or fishtailing onto the 50x50x6mm angle bars.

Angle bars and the necessary fixing and anchorage to be treated as described in the specifications.

Fence construction should be according to BS 1722-Part 10

2.1

Clear the perimeter of the

fencing area of all bushes

scrubs and obstructions.

M 80.00

2.2

Supply 50x5mm CHS welded to

form Y-shaped posts with ends

closed , bottom end fixed with

100x100mmx3mm plate and

bedded in mass concrete. The

post to be 2500mm high from

ground level to the Y-joint. Allow

for drlling 7No holes as shown.

No 53.00

2.3

Extra Over 50x5mm posts for

bracing on either side every

fourth intermediate post and all

corner posts.

No 6.00

2.4

Supply and weld a 12mm high

tensile steel rod along the bases

of the posts for anchoring the

chainlink to the ground along

the whole length of the fence.

Allow for excavating 200mm

deep along the fence to fix the

rod.

LM 80.00

2.5 Allow for curing of all concrete

works Item 1.00

2.6

Supply and fix 3No strands of

12G barbed wire bound onto

either sides of the Y post using

3mm galvanised wire

LM 1.00

2.7

Supply and and fix 2500mm

high HEAVY GUAGE 12

chainlink to posts using 3mm

galvanised wire. Allow for

securing the chainlink to a

12mm reinforcement bar

welded at the base btween the

posts.

LM 80.00

2.8 Supply and and fix 2500mm

high HEAVY GUAGE 12 LM 80.00

Page 18: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 18 of 32

chainlink to posts using 3mm

galvanised wire. Allow for

securing the chainlink to a

12mm reinforcement bar

welded at the base btween the

posts.

2.9

Supply and fix razer wire

secured on the chainlink,

barbed wire and Y posts by

binding wire and rolled

approximately 600mm dia

LM 80.00

2.10

Prepare and apply one under

coat of epoxy based primer and

two finishing epoxy based

paints to metal surfaces n.e

250mm in alternate bands of

300mm

LM 2.00

BILL COLLECTION FENCE AND GATE SHEET C/Fvi $

vii SUPPLY AND INSTALLATION EQUIPMENTS

DESCRIPTION UNIT QUANTITY RATE

(USD)

AMOUNT (USD)

1.1

Supply and Installation of

submersible pump + motor

5.5kw of Granados with cables

of 70 meter, fittings

Pcs 1.00

1.2

Supply and installation of

30KAV Perkins generator set

meeting the following

requirements specification

diesel driven, 3 phase water

cooled, dual starting with

alternator and complete with 4

spare oil filters, 4 spare fuel

filters and 2 spare air filters

Ls 1.00

1.3

Supply and installation of rising

main GI pipe 2” Class C with all

necessary fittings. Pcs 9.00

1.4 Supply and Installation well cap

/staafo 2inch Pcs 1.00

Page 19: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 19 of 32

1.5

Supply and Inistallation

Observation UPVC pipe - Ø ¾“

48m miter

Pcs 1.00

1.6

Pumping and monitoring

recovery test to determine

Transmissivity. Permeability,

specific yield+ Report

Hours 16

1.7

Supply and install 2" PVC pipe

of class C type with all

necessary fittings connecting

from the borehole to the

elevated water tank

M 150.00

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/Fvii $

COLLECTION SUMMARY

i. TOTAL COLLECTION C/Fi(CONSTRUCTION OF WATER

KIOSK)

ii TOTAL COLLECTION C/Fii(CONSTRUCTION OF ELEVATED

WATER TANK 25M(8M High)

iii TOTAL COLLECTION C/Fiii(CONSTRUCTION OF

GENERATOR HOUSE)

iv TOTAL COLLECTION C/Fiv(CONSTRUCTION OF WATER

TROUGH FOR SHOATS)

v TOTAL COLLECTION C/Fv(CONSTRUCTION OF WATER

TROUGH FOR THE CAMELS)

vi TOTAL COLLECTION C/Fvi(CONSTRUCTION OF FENCE AND

GATE)

vii TOTAL COLLECTION C/Fvii(SUPPLY AND INSTALLATION

EQUIPMENTS)

TOTAL $

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: _______________________

Page 20: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 20 of 32

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

Name of Bidder’s Authorized Representative:

Authorized signature and stamp: _________________________________________

Date: ______________________________________

Page 21: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 21 of 32

BIDDER’S ETHICAL DECLARATION

Tender N°: T/27DLS/I48/OPEN/BOREHOL EQUIPMENT AND CIVIL WORKS/BDN/3-11-2019/001

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 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

Page 22: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 22 of 32

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 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

Page 23: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 23 of 32

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

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

Page 24: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 24 of 32

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.

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

Page 25: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 25 of 32

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: ________________________

Page 26: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 26 of 32

Form PRO-06-01 Version 1.3

BIDDER’S QUESTIONNAIRE ACTED SOMALIA Date : 31/10/2019

tender°: T/27DLS/I48/OPEN/BOREHOLE EQUIPMENT AND CIVIL WORKS/BDN/3/11/2019/001

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'

Email

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)

Page 27: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 27 of 32

Current employer and

job title:

Occupation

Address of residence Citizenship(s)

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

Page 28: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 28 of 32

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?

No. of Children: Legal minimum wage paid?

In what capacity? Paid vacations are offered?

What are their

ages? Are flexible working hours offered?

Page 29: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 29 of 32

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:

B. Financial Information

VAT Number: Tax Number:

Bank Name: Bank Account Number:

Bank Address: Account Name:

Swift/BIC number: 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

Attached

Annual Value of Total Sales for the last 3 Years:

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

Annual Value of Export Sales for the last 3 years

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

C. Experience

Company’s recent business with ACTED and/or other International Aid Agencies or United Nations Agencies:

# Organisation Contact person Phone/E-mail Goods/Works/Services Value (USD) Destination

1

2

3

Yes No

Page 30: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 30 of 32

4

5

What is your company's main area of expertise?

What is your company's business coverage area?

☐ National ☐ Restricted to (specify location) : ___________________________________

To which countries has your company exported and/or managed projects in the last 3 years?

Provide any other information that demonstrates your company's qualifications and experience (eg. awards)

List any national or international Trade/Professional Organisations of which your company is a member

D. Technical Capability

Type of Quality Assurance Certificate ☐ Attached

Type of Certification/Qualification Documents

☐ Attached

International Offices/Representation

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) E. Miscellaneous

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

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

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

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

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

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 provided for in national law?

☐Yes ☐No

If you answered yes, please provide details:

Has your company ever been convicted of an offence concerning its professional conduct by a judgment which as force of res judicata? ☐Yes ☐No

If you answered yes, please provide details:

Has your company ever been guilty of grave professional misconduct proven by other means? ☐Yes ☐No

If you answered yes, please provide details:

Page 31: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 31 of 32

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?

☐Yes ☐No

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, involvement in a criminal organisation or any other illegal activity? ☐Yes ☐No

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?

☐Yes ☐No

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?

☐Yes ☐No

If you answered yes, please provide details:

Has your company ever been in any dispute with any Government Agency, the United Nations, or International Aid Organisations (including ACTED)? ☐Yes ☐No

If you answered yes, please provide details:

Do you agree with terms of payment of 30 days?

☐Yes ☐No

Do you accept visit of ACTED staff & external auditors to your office? ☐Yes ☐No

PART II: CERTIFICATION 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).

Name: Date:

Title/Position Place:

E-mail address (for

contact for verification

purposes):

Signature:

Phone number (for

contact for verification

purposes):

Company

Stamp:

Company Name: _________________________

Authorized Representative Name: _________________________

Signature: _________________________

Stamp:

Page 32: Form PRO-05 Version 1.4 CALL FOR TENDER ACTED SOMALIA · Form PRO-05 Version 1.4 Page 2 of 32 Tenderers who will present their bids at ACTED bases other than ACTED Badhan office must

Form PRO-05 Version 1.4

Page 32 of 32

BIDDER’S CHECK LIST ACTED SOMALIA

Date: 31st October 2019

Tender N°: T/27DLS/I48/OPEN/BOREHOLE EQUIPMENT AND CIVIL WORKS/BDN/31-10-2019/001

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 and one copy 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)

Vendor 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

South West State.(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 ________________________

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]