call for tender acted somalia - somali jobs inc · with submersible pump run by solar connected to...

41
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 Date: 4 th September 2019 Tender N°: T/27DSI/I64BSS/GBH/BOREHOLE REHABILITATIONS/BDN/4.9.2019/001 ACTED is requesting through this tender a company to provide detailed written Tender for the rehabilitation of the following Boreholes: PRODUCT SPECIFICATIONS: 1. Description: Rehabilitation of borehole for Elbuh, Habarshiro and Huluul 2. Product class / category: Construction 3. Made in (product origin): Various 4. Product stage: Finished 5. INCOTERM (delivery conditions): DDP within Elbuh & Habarshiro, and Huluul in Sanaag 6. Quantity/unit: As per BOQ 7. Packaging requested: As per BOQ RESPONSIBILITIES OF THE CONTRACTOR: 1. Terms of delivery: DDP within Elbuh & Habarshiro, and Huluul in Sanaag 2. Date of delivery: November, 2019 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 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) Additional, ACTED encourages to attach below documents: Company profile Reference of similar works undertaken (photos and reference letters. GENERAL CONDITIONS: 1. The closing date of this Request for Tender is fixed on 18 th September, 2019 at 4:00pm. in ACTED office at the following address: ACTED Badhan Office, Geeldoora Village, next to Adeso store and Opposite Aflax Garage. 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.

Upload: others

Post on 24-Mar-2020

18 views

Category:

Documents


0 download

TRANSCRIPT

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

Date: 4th September 2019

Tender N°: T/27DSI/I64BSS/GBH/BOREHOLE REHABILITATIONS/BDN/4.9.2019/001 ACTED is requesting through this tender a company to provide detailed written Tender for the rehabilitation of the following Boreholes: PRODUCT SPECIFICATIONS:

1. Description: Rehabilitation of borehole for Elbuh, Habarshiro and Huluul

2. Product class / category: Construction

3. Made in (product origin): Various

4. Product stage: Finished

5. INCOTERM (delivery conditions): DDP within Elbuh & Habarshiro, and Huluul in Sanaag

6. Quantity/unit: As per BOQ

7. Packaging requested: As per BOQ

RESPONSIBILITIES OF THE CONTRACTOR:

1. Terms of delivery: DDP within Elbuh & Habarshiro, and Huluul in Sanaag

2. Date of delivery: November, 2019

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 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)

Additional, ACTED encourages to attach below documents:

Company profile Reference of similar works undertaken (photos and reference letters.

GENERAL CONDITIONS:

1. The closing date of this Request for Tender is fixed on 18th September, 2019 at 4:00pm. in ACTED

office at the following address: ACTED Badhan Office, Geeldoora Village, next to Adeso store and Opposite Aflax Garage.

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.

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. 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 Badhan office in a sealed envelope with the mention

T/27DSI/I64BSS/GBH/BOREHOLE REHABILITATIONS/BDN/4.9.2019/001. not to be

opened 18th September, 2019 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/27DSI/I64BSS/GBH/BOREHOLE REHABILITATIONS/BDN/4.9.2019/001 not to be opened before 18th September, 2019 at 4:00pm. Unsealed envelope, word

documents and late offers will not be considered.

6. 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.

7. 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.

8. 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 SOMALIA

Tender N: T/27DSI/I64BSS/GBH/BOREHOLE REHABILITATIONS/BDN/4.9.2019/001

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.

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]

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

AND DUTIES INCLUSIVE)

BATCH 1: PROPOSED BOREHOLE REHABILITATION- 27DSI PROJECT FOR

HABARSHIRO

HABARSHIRO BOREHOLE REHABILITATION

ITEM DESCRIPTION UNIT QUANTITY RATE IN

USD

AMOUNT

IN USD

Introduction Notes

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 changeover, construction of 25m3 elevated masonry tank, fencing to borehole area, and 1km piping extension to 2 No. water kiosks.

1 General works

EXCAVATION AND SITE

CLEARANCE

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

CM 29.0

1.2 Trenching and backfilling soft formation for clean water pipe network rehabilitation depth n.e 600mm

CM 270.0

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F1

2 Pipeline extension works

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

2.2

2” dia GI pipe class C for pipeline repair complete with sockets and rate to include connections and rehabilitation of the 3 existing troughs

M 30.0

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]

2.3 2" dia PVC pipe class D for rising main to water kiosks, rate to include repair and replacement of existing damaged pipeline

M 600.0

2.4 2" dia gate valve -pegler original Pcs 5.0

2.5 2" dia GI flap type non return valve no 1.0

2.6 2" dia GI socket unions Pcs 8.0

2.7 2" dia GI plain socket Pcs 8.0

2.8 2" dia GI hex nipple Pcs 12.0

2.9 2" dia GI elbow Pcs 10.0

2.10 2" dia PVC valve socket Pcs 7.0

2.11 2"x3/4" dia GI redicing tee Pcs 2.0

2.12 3/4" dia GI gate valve- pegler original Pcs 8.0

2.13 3/4" dia GI pipe class B for connection to kiosks M 24.0

2.14 3/4" dia GI elbows Pcs 8.0

2.15 3/4" dia GI union Pcs 12.0

2.16 3/4" dia GI socket Pcs 8.0

2.17 3/4" dia GI short nipples Pcs 12.0

2.18 3/4" dia GI bend Pcs 8.0

2.19 3/4" dia GI tee Pcs 6.0

2.20 Provisional sum for extra works in supply sysets. To be spent as per Engineer approval

Ls 1.0

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

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

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 1000x1000x6mm heavy gauge steel primed metal manhole cover with and including metal framing all around and provision for padlocking

Ls 1.0

SUBTOTAL 1 NO. CONTROL

VALVE

PAGE TOTAL 3 No. CARRIED TO BILL COLLECTION SHEET C/F3

5 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

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

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 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

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 2100 X 900 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.6: Finishes

5.1 Pointing to all External wall surfaces with cement sand mortar 1:3

SM 12.0

5.2 Apply plastering to lintel and skirting surfaces SM 6.1

5.3 Apply plastering to all wall faces SM 9.8

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

SM 16.0

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

SM 7.2

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]

5.6

Supply paint and labour and brand kiosk on white background (1000mmx450mm) with wording CONSTRUCTED BY ACTED WITH FUNDING FROM SHF Year 2019. Rate to include for logos to detail

Ls 1.0

Carried to Collection

6 Element No.8: Drainage and Water Supply

6.1 4" X 8 X 18" lining block to the site of the catch pit

m 2.4

6.2 100mm thick mass concrete class 25/20 for catch pit base slab

m2 2.0

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

No. 1.0

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

7.1 Hardcore parking to pit CM 1.6

7.2 polythene sheeting cover to hardcore SM 3.3

7.3 4" dia PVC pipe for drainage LM 3.0

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

6 FINISHES

7 DRAINAGE

Subtotal for 1 No. water kiosk

PAGE TOTAL 2 No. WATER KIOSKS CARRIED TO BILL COLLECTION SHEET C/F5

6 EQUIPPING WORKS

a

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 to verify pump size and depth of installation. Provide for test pumping report and DVD for camera inspection.

Ls 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]

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

1 Supply and Replacement of Submersible Pump of 11 KW LAWARA MODEL

no. 1.0

2 Solar panels 315-watt Solar panels no. 45.0

3

12.5HP 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 well sensor cable- brown and black with pencil electrodes

m 360.0

6 Supply and deliver 4mm2x 4 pvc flat submersible drop cable

m 200.0

7 6mm2 4 core underground cable m 25.0

8 4mm2 twin flat cable (panel interwiring) m 80.0

9 2 1/2'' dia GI draw pipes class "C" complete with crane sockets

no. 30.0

10 Adaptor box 4’’x4’’x3’’ no. 1.0

11 Supply and install pv Disconnect 1000VAC/40A no. 1.0

12 25mm Airline pipes no. 60.0

13 (4-6mm2 ) Splicing kit no. 1.0

14 2'' x 6" Borehole Cover c/w Sundries no. 1.0

15 2.5mm2 x 2 Core U/G Cable m 30.0

16 Float switch no. 1.0

17 6mm2 x 1 Core Earth Cable m 25.0

18 Earth Rod c/w Clamp no. 1.0

19 Supply and install 2" Ø water meter with sundries

no 1.0

20

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. 1.0

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]

21

Supply and provide labour for repair and overhaul of generator as per below items. Rate to include for system testing with solar and commissioning

no.

21.1 Nozzles Set 1.0

21.2 Fuel pump Ls 1.0

21.3 Complete gaskets Lot 1.0

21.4 fuel lift pumps Lot 1.0

21.5 Pistons and pistons rings Set 1.0

21.6 AVR No 1.0

21.7 Diesel Oil 4 litres tin 3.0

21.8 Oil filter No 2.0

21.9 Fuel filter No 2.0

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F6

7 CONSTRUCTION OF FENCE

AND GATE 20mx20m

1

Supply transport to site and install @2500mmc/c concrete poles 2600mm tall and 500 angle bend with 100mmx100mm CS/area with provision for barbed wire line holes. Rate to include for excavation of pole pits.

No 46.0

1

Supply and install 4000x2000mm double leave steel grill gate to columns complete with iron mongery (use 50mmx25mmx6mm SHS with 38mmx25mmx6mm vertical members). Provide for epoxy primer paint with 2 coats of final gloss paint

LS 1.0

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

3 G10 chain link 2m high SM 160.0

4 Barbed wire 16g, 20kg -6 strand LM 502

5 CONCRETE WORKS

Rate shall include handling, vibrating and curing

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

Kgs 19.7

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]

5.2 Ditto 8mm twisted steel rebars as stirrups in column @150mm

Kgs 13.8

6 Mass concrete class C20/25 in:

6.1 To poles CM 6.1

6.2 300mmx300mm Gate columns CM 0.3

7 Formwork to;

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

SM 4.8

8 Finishes

8.1 25mm thick cement: sand (1:4) screed to surfaces with 12mm thick lime steel troweled smooth finish on wall

SM 4.0

8.2 Stone pitching to chain-link base ratio 1:3:6 CM 2.5

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F7

COLLECTION SUMMARY

TOTAL COLLECTION C/F1

TOTAL COLLECTION C/F2

TOTAL COLLECTION C/F3

TOTAL COLLECTION C/F5

TOTAL COLLECTION C/F6

TOTAL COLLECTION C/F7

BILL SUBTOTAL

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 2: PROPOSED BOREHOLE REHABILITATION-27DSI PROJECT (DESIGN

ATTACHED) FOR ELBUH

A ELBUH BOREHOLE REHABILITATION

ITEM DESCRIPTION UNIT QUANTITY RATE

IN

USD

AMOUNT

IN USD No.

Introduction Notes

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 changeover, construction of generator house fencing to borehole area, minor repair to 200m piping system and overhaul/repair of generator.

1 General works

EXCAVATION AND SITE CLEARANCE

1.1 Excavate for masonry valve chambers and pump house 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 600mm

CM 54.0

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F1

2 Pipe rehabilitation works

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 C for pipeline repair complete with sockets

M 120

2.2 2" dia PVC pipe class D for pipeline repair M 80

2.3 2" dia GI gate valve -pegler original Pcs 2.0

2.4 2" dia GI socket unions Pcs 4.0

2.5 2" dia GI plain socket Pcs 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]

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 Provisional sum for extra works in supply sysets. To be spent as per Engineer approval

Ls 1

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 0.5

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

SM 10.6

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

CM 0.5

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

CM 0.3

3.5 1000x1000x6mm heavy gauge steel primed metal manhole cover with and including metal framing all around and provision for padlocking

Ls 1.0

SUBTOTAL 1 NO. CONTROL VALVE

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

4 CONSTRUCTION OF GENERATOR

HOUSE

DESCRIPTION UNIT QUANTITY

RATE

(USD)

AMOUNT

(USD)

A SUBSTRUCTURE (Provisional)

1 Excavation

1.1 Excavation including maintaining and supporting sides and keeping free from water, mud and fallen materials by bailing, pumping or otherwise

1.1.1 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

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]

1.1.2 Excavate to reduce levels not exceeding 1.50m deep average depth 300mm m2 34

1.1.3 Excavate for foundation strip commencing at reduced levels depth not exceeding 1.50m deep m3 28

1.1.4 Extra-over for excavation in rock m3 3

1.1.5 Remove surplus excavated material from site m3 12

1.1.6 Backfill around foundation m3 26

2 Filling -

2.1 300 mm thick approved hardcore filling spread, well rammed and compacted in 150mm layers to receive concrete surface bed

m3 5

2.1.1 Insitu concrete: class 15: mix 1:3:6 -

2.1.2 50mm blinding layer under foundations m2 10

2.1.3 50mm blinding layer on hardcore surfaces m2 15

2.1.4 Treat hardcore surface with approved insecticide m2 15

3 Concrete work -

Reinforced Concrete class 25 -

3.1 Strip foundation m3 1

3.2 100mm thick floor slab with surface steel trowelled smooth m4 3

4 Reinforcement -

4.1 10 diameter high tensile reinforcement bars kg 55

8mm diameter high tensile reinforcement bars kg 38

4.2 Mesh fabric reinforcement ref. No. A142 laid in floor slab with minimum 150 mm side allowance m2 25

Sawn formwork -

4.3 Formwork to edges of floor slab girth over 75mm but not exceeding 150mm m 17

5 Walling -

5.1 300mm Thick rubble stone foundation walling in cement and sand mortar (1:3) m2 21

5.2 One layer 1000gauge polythene sheet damp proof membrane under beds: 300mm laps m2 19

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 200mm wide Bituminous felt damp-proof course m 17

6 Plinths -

6.1 15mm thick cement sand rendering (1:3) to plinths m2 5

6.2 Prepare and apply three coats black bituminous paint to rendered plinths externally

m2 5

B SUBSTRUCTURES COLLECTION -

7 Walling -

7.1 200 Thick load bearing solid concrete block walling m2 43

8 Wall Coping

8.1 Precast concrete 600 x 300 x 50 mm Thick twice

weathered and throated coping jointed and pointed

in cement and sand mortar m 13

9 Concrete Work -

9.1 Vibrated reinforced concrete class 25 (1:1.5:3) with

20mm maximum aggregate as described in: -

9.1.1 Ring Beam m3 1

9.1.2 Columns m3 2

10 Reinforcement -

10.1 8mm Diameter high tensile reinforcement bar kg 42

10.2 Ditto but 10mm kg 55

10.3 Ditto but 12mm kg 48

11 Sawn Formwork to: -

11.1 Sides and soffits of ring beam m2 12

11.2 Vertical sides of columns m2 8

12 Roofing -

12.1 Roof Structure -

12.1.2 Sawn celcured cypress timber as described in: -

12.1.2 200mm x 25mm Fascia Board m 32

12.1.3 l00x50mmRafters m 14

12.1.4 100mm x 50mm wall plate m 22

12.1.5 50 x 50 Purlins m 60

13 Roof Covering -

13.1 30 Gauge galvanized box profile sheets fixed to

timber Purlins m2 42

13.2 G30 ridge caps m 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]

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

15 Doors and Windows -

15.1 Install double leaf lead metallic door overall size 1200mm×2100mm which opens internally in opposed sides complete with associated iron mongery

No 1

15.2 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

15.3 4mm thick clear sheet glass bedded in mastic In panes of various sizes m2 3

15.4 Prepare and apply two undercoats and one finishing coat oil paint to door and windows m2 4

C Finishes

19 Floor Finishes

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

19.1.1 30mm thick steel trowelled screed m2 15

19.1.2 100 x 25mm Thick skirting to junction with floor and wall finish m 13

20 Wall Finishes

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

20.1.1 25 mm Thick mortar rendering with steel float finish to masonry and concrete surfaces

m2 48

20.1.4 Prepare and apply three coats plastic emulsion paint to:

20.1.5 Rendered surfaces m2 42

20.1.6 Plastered surfaces m2 42

20.1.7 Supply paint and labour and brand kiosk on white background (1000mmx450mm) with wording CONSTRUCTED BY ACTED WITH FUNDING FROM SHF Year 2019. Rate to include for logos to detail

Ls 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]

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F4

5 EQUIPPING WORKS

a

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 to verify pump size and depth of installtion. Provide for test pumping report and DVD for camera inspection.

Ls 1

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

1 Grundfos SP 7 - 59 pump compete with a 7.5 kw/10hp three phase motor installed at 250m

no. 1

2 Solar panels 315-watt Solar panels no. 35

3 10HP 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 well sensor cable- brown and black with pencil electrodes

m 510

6 Supply and deliver 4mm2x 4 pvc flat submersible drop cable

m 270

7 6mm2 4 core underground cable m 25

8 4mm2 twin flat cable (panel interwiring) m 70

9 2'' dia GI draw pipes class "C" complete with crane sockets no. 42

10 Adaptor box 4’’x4’’x3’’ no. 1

11 Supply and install pv Disconnect 1000VAC/40A no. 1

12 25mm Airline pipes no. 90

13 (4-6mm2 ) Splicing kit no. 1

14 2'' x 6" Borehole Cover c/w Sundries no. 1

15 2.5mm2 x 2 Core U/G Cable m 30

16 Float switch no. 1

17 6mm2 x 1 Core Earth Cable m 25

18 Earth Rod c/w Clamp no. 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]

19 2" dia GI flap type non return valve no 1

20 Supply and install 2" Ø water meter with sundries no 1

21

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

22 Supply and provide labour for repair and overhaul of generator as per below items. Rate to include for system testing with solar and commissioning

no.

22.1 Nozzels Set 1

22.2 Fuel pump Ls 1

22.3 Complete gaskets Lot 1

22.4 fuel lift pumps Lot 1

22.5 Pistons and pistons rings Set 1

22.6 AVR No 1

22.7 Diesel Oil 4 liters tin 4

22.8 Oil filter No 2

22.9 Fuel filter No 2

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F5

6 CONSTRUCTION OF FENCE AND GATE

20mx20m

1

Supply transport to site and install @2500mmc/c concrete poles 2600mm tall and 500 angle bend with 100mmx100mm CS/area with provision for barbed wire line holes. Rate to include for excavation of pole pits.

No 46.0

1

Supply and install 4000x2000mm double leave steel grill gate to collumns complete with iron mongery (use 50mmx25mmx6mm SHS with 38mmx25mmx6mm vertical members). Provide for epoxy primer paint with 2 coats of final gloss paint

LS 1.0

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

3 G10 chain link 2m high SM 160.0

4 Barbed wire 16g, 20kg -6 strand LM 502

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 CONCRETE WORKS

Rate shall include handling, vibrating and

curing

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

Kgs 19.7

5.2 Ditto 8mm twisted steel rebars as stirrups in column @150mm

Kgs 13.8

6 Mass concrete class C20/25 in:

6.1 To poles CM 6.1

6.2 300mmx300mm Gate columns CM 0.3

7 Formwork to;

7.1 Collumn edges over 150mm but not exceeding 300 mm girth

SM 4.8

8 Finishes

8.1 25mm thick cement: sand (1:4) screed to surfaces with 12mm thick lime steel troweled smooth finish on wall

SM 4.0

8.2 Stone pitching to chain-link base ratio 1:3:6 CM 2.5

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F6

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

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 3: PROPOSED BOREHOLE REHABILITATION-27DSI PROJECT FOR

HULUUL HULUL BOREHOLE REHABILITATION

ITEM DESCRIPTION UNIT QUANTITY RATE IN USD AMOUNT IN USD

Introduction Notes

The proposed works include replacement of 7 solar pannels,, construction of 25m3 elevated masonry tank, fencing to borehole area, and 4.5km pipeline extension to 2 No. water kiosks with tank on top.

1 General works

EXCAVATION AND SITE CLEARANCE

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

CM 43.0

1.2 Trenching and backfilling soft formation for clean water pipe network rehabilitation depth n.e 600mm

CM 1,215.0

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F1

2 Pipeline extension works

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

2.2 2” dia GI pipe class B for pipeline repair complete with sockets rate to include a T joint to separarte existing tank from the new

M 240.0

2.3 2" dia PVC pipe class D for rising main to water kiosks, rate to include excavation in complete hard rock

M 4,260.0

2.4 2" dia gate valve -pegler original Pcs 5.0

2.5 2" dia GI flap type non return valve no 1.0

2.6 2" dia GI socket unions Pcs 8.0

2.7 2" dia GI plain socket Pcs 8.0

2.8 2" dia GI hex nipple Pcs 12.0

2.9 2" dia GI elbow Pcs 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]

2.10 2" dia PVC valve socket Pcs 7.0

2.11 2"x3/4" dia GI redicing tee Pcs 2.0

2.12 3/4" dia GI gate valve- pegler original Pcs 8.0

2.13 3/4" dia GI pipe class B for connection to kiosks

M 24.0

2.14 3/4" dia GI elbows Pcs 8.0

2.15 3/4" dia GI union Pcs 12.0

2.16 3/4" dia GI socket Pcs 8.0

2.17 3/4" dia GI short nipples Pcs 12.0

2.18 3/4" dia GI bend Pcs 8.0

2.19 3/4" dia GI tee Pcs 6.0

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

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 1000x1000x6mm heavy gauge steel primed metal manhole cover with and including metal framing all around and provision for padlocking

Ls 1.0

SUBTOTAL 1 NO. CONTROL VALVE

PAGE TOTAL 3 No. CARRIED TO BILL COLLECTION SHEET C/F3

4 Elevated RC Water Tank 25m3 (4m high)

Excavation

Excavation including maintaining and supporting sides and keeping free from water, mud and fallen materials by bailing, pumping or otherwise

A Prepare site by stripping top 150 mm of soil to remove all debris including sand (if any) from site and carting away spoil

m2 25.0

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]

B Excavate trench commencing at reduced levels depth not exceeding 1.50m deep

m3 11.0

C Pit excavation commencing at reduced levels depth not exceeding 1.50m deep

m3 28.0

D Extra-over for excavation in rock m3 1.0

E Remove surplus excavated material from site

m3 4.0

F Backfill around foundation m3 25.0

Filing -

G 300 mm thick approved hardcore filling spread, well rammed and compacted in 150mm layers

m3 14.0

Concrete work -

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

-

H 50mm Thick blinding m3 3.0

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

-

I Ground beam m3 2.4

J Column base m3 3.0

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

-

K Tie beam m3 9.0

L Columns m3 1.9

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

-

M 150mm thick Walls m2 8.2

N 150mm thick Base slab m2 3.4

O 150mm thick Cover slab m2 3.4

Reinforcement -

P Reinforcement bars (all sizes) as shown on drawings

kg 1,860.0

Sawn formwork -

Q Formwork to sides of column bases girth over 225mm but not exceeding 300mm

m 72.0

R Formwork to sides of base slab girth over 75mm but not exceeding 150mm

m 13.0

S Formwork to sides of cover slab girth over 75mm but not exceeding 150mm

m 13.0

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]

T Formwork to sides and sofittes of beams m2 67.0

U Formwork to sofittes of base slab m2 11.0

V Formwork to sofittes of cover slab m2 11.0

W Formwork to sides of columns m2 19.0

X Formwork to sides of walls m2 62.0

Y 200mm wide PVC water bar m 25.0

Finishes -

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

-

A 25 mm Thick screed to base slab with waterproof cement

m2 11.0

B 15mm internal plaster to cover slab with waterproof cement m2 11.0

C 15mm plaster to internal sides of wall with waterproof cement m2 30.0

D 12mm plaster to external sides of wall m2 32.0

E 12mm plaster to cover slab m2 13.0

F 12mm plaster to soffits of base slab m2 13.0

G 12mm plaster to beams m2 87.0

H 12mm plaster to columns m2 19.0

I 25x25mm Bondex sealing compound m 12.0

Water Supply System -

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

-

J 50mm diameter inlet pipe 800mm long No 1.0

K 50mm diameter draw off pipe Ditto No 1.0

L 50mm diameter overflow pipe Ditto No 1.0

M 75mm diameter scour pipe Ditto No 1.0

O 20mm diameter stop corks No 1.0

P 600x600x6mm heavy gauge steel primed metal manhole cover on slab with and including metal framing all around

No 1.0

Q Fabricate and install steel ladder 6m lenth with 50mmx25mmx6mm RHS complete with anchor passes primed and finished with oil paint.

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]

R 20mm Diameter bars, ‘U’ shaped to form steps with ends embedded into retaining wall interiorly, average length 450mm

No 8.0

Painting -

S prepare surface Paint the tank plastered including collumns and beams

m2 32.0

T 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 1.0

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F4

5 STANDARD WATER KIOSK WITH TANK ON TOP

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

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

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]

2.5 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 roof slub CM 1.0

2.8 Reinforced concrete grade 25/20 - 6000 X 600* 200mm column footing CM 0.8

2.9 Reinforced concrete grade 25/20 in 150mm Thk ring beam, and Reinforced concrete grade 25/20 - 300 X 200mm columns

CM 1.9

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

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 2100 X 900 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

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]

Provide and install 6.0m3 approved white fibre glass tank on top of the kiosk roof complete with all fitting and float valve. Provide for steel support all round tank anchored to roof slab to prevent tank from being blown away by wind

No 1.0

Carried to Collection

5 Element No.6: Finishes

5.1 Pointing to all External wall surfaces with cement sand mortar 1:3 SM 12.0

5.2 Apply plastering to lintel and skirting surfaces

SM 6.1

5.3 Apply plastering to all wall faces SM 9.8

5.4 Provide three coats of gloss paint to all plastered wall faces SM 16.0

5.5 Provide 3 coats of bituminous paint to all exposed concreted faces SM 7.2

5.6 Supply visibility board 1000mm X 1000mm including paint and labour and brand kiosk on white background (1000mmx450mm) with wording CONSTRUCTED BY ACTED WITH FUNDING FROM SHF Year 2019. Rate to include for logos to detail

Ls 1.0

Carried to Collection

6 Element No.8: Drainage and Water Supply

6.1 4" X 8 X 18" lining block to the site of the catch pit

m 2.4

6.2 100mm thick mass concrete class 25/20 for catch pit base slab m2 0.4

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

No. 1.0

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

7.1 Hardcore parking to pit CM 1.6

7.2 polythene sheeting cover to hardcore SM 3.3

7.3 4" dia PVC pipe for drainage LM 3.0

7.4 4" dia PVC grating (vent cover) No 1.0

Carried to 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]

1 MASONRY WORK

2 CONCRETE WORK

3 CONCRETE ANCILLARIES

4 FITTINGS&FIXTURES

6 FINISHES

7 DRAINAGE

Subtotal for 1 No. water kiosk

PAGE TOTAL 2 No. WATER KIOSKS CARRIED TO BILL COLLECTION SHEET C/F5

6 Supply, transport to site and install/replace 7 damaged solar pannels

a Solar panels 315-watt Solar panels rate to include removing damaged solar pannels and fixing new pannels

no. 7.0

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F6

7 CONSTRUCTION OF FENCE AND GATE 20mx20m

1 Supply transport to site and install @2500mmc/c concrete poles 2600mm tall and 500 angle bend with 100mmx100mm CS/area with provision for barbed wire line holes. Rate to include for excavation of pole pits.

No 46.0

1 Supply and install 4000x2000mm double leave steel grill gate to columns complete with iron mongery (use 50mmx25mmx6mm SHS with 38mmx25mmx6mm vertical members). Provide for epoxy primer paint with 2 coats of final gloss paint

LS 1.0

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

3 G10 chainlink 2m high SM 160.0

4 Barbed wire 16g, 20kg -6 strand LM 502

5 CONCRETE WORKS

Rate shall include handling, vibrating and curing

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

Kgs 19.7

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]

5.2 Ditto 8mm twisted steel rebars as stirrups in column @150mm Kgs 13.8

6 Mass concrete class C20/25 in:

6.1 To poles CM 6.1

6.2 300mmx300mm Gate columns CM 0.3

7 Formwork to;

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

SM 4.8

8 Finishes

8.1 25mm thick cement: sand (1:4) screed to surfaces with 12mm thick lime steel troweled smooth finish on wall

SM 4.0

8.2 Stone pitching to chain-link base ratio 1:3:6

CM 2.5

PAGE TOTAL CARRIED TO BILL COLLECTION SHEET C/F7

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

TOTAL COLLECTION C/F7

BILL SUBTOTAL

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

Tender N°: T/27DSI/I64BSS/GBH/BOREHOLE REHABILITATIONS/BDN/4.9.2019/001 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 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.

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]

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 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.

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]

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 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.

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]

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 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]

VENDOR'S 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)

Province/Region E-mail address

Is the individual a U.S. citizen or legal permanent resident?

Professional Licenses – State

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]

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

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

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]

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?

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:

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]

Technical documents available in:

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 SOMALIA Date: 4th September 2019

Tender N°: T/27DSI/I64BSS/GBH/BOREHOLE REHABILITATIONS/BDN/4.8.2019/001 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 both from Somaliland and Puntland compulsory)

ANNEXES – Proofs of past performances in a similar field of activity (e.g. past deliveries of similar items) are provided (compulsory)

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

ANNEXES – Financial bank statements, Supplier’s ID or Passport copy attached (Compulsory).

Name & Position of Bidder’s authorized representative ________________________ Authorized signature ________________________