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.
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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: _______________________
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: ______________________________________
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
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
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
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
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: ________________________
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'
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)
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
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?
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
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:
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:
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]