Sorry
Bid Closed
[ Back ]



Supplying of construction materials & labour cost for upgrading borehole to water yard in Abu-grail in Um-Dukun locality in central Darfur.توريد مواد بناء وترقيه بئرمياة الى محطة مياه متكامله حسب جدول الكميات المرفقه ادناه بالاضافه الى العض التفصيلى المط
Catholic Relief Services

We work with organizations around the world to help poor and vulnerable people overcome emergencies, earn a living through agriculture and access affordable health care.

 

 


 Bid No: CRS-SD-ZAL-SD3517-2024
 City: ZALINGIE -UMDUKUN .
 Deadline: 10 Jan 2025
 Description:

Name of Tender:

Supplying of construction materials & labour cost for upgrading borehole to water yard in Abu-grail in Um-Dukun locality in central Darfur.

 

Tender Number:  CRS-RFQ- CD-SD-3517.2024

 

Deadline Submission date:

 

10 / Jan / 2025 – 12 :00 PM

 

 

Please submit your offer through email at tenders.sudan@crs.org

Or submit directly at crs office in Zalingei office.

 

For further information please contact us through the Email: sudanprocurementteam@crs.org

 

اسم العطاء:

توريد مواد بناء  وترقيه بئرمياة الى محطة مياه متكامله حسب جدول الكميات المرفقه ادناه بالاضافه الى العض التفصيلى المطلوب    .

 

رقم العطاء:  CRS -RFQ - CD-SD3517 -.2024

 

تاريخ انتهاء التقديم:      10  / ياناير /2024– 12:00 بعد الظهر

 

 

 

االرجاء لرسال العرض علي الببريد الالكتروني : tenders.sudan@crs.org

او بمكتب المنظمه فى زالنجى  ,

ولمزيد من المعلومه تواصل مع الايميل اعلاه .

 

لمزيد من المعلومات يرجى التواصل مع البريد الالكترونى : sudanprocurementteam@crs.org

 

 

Dear Sir / Madam,

CRS Sudan is looking for reputable companies to provide complete construction materials service for Upgrading borehole to Water yard in Abu-gradiel; village in UMD locality in central Darfur, as per attached bill of quantity, shown in Attachment 1 at a competitive price and with high quality.

 

General Conditions Requirements

1.  Must be registered to conduct the business and in compliance with federal governments tax regulations in Susan.

2.     Experience supplying International Organizations, Non-Governmental Organizations, or large private companies will be an advantage. 

4.   CRS retains the right to reject, cancel, negotiate, amend, split, and accept any offer, without consideration of the lowest offer.

5.     This is an invitation to vendors and is not a promise or obligation that CRS will contract with suppliers through the submitted offers.

6.   Relevant bid committee may request for physical samples of some items during evaluation process of bids.

سيدي / سيدتي العزيز

هيئة الإغاثة الكاثوليكية  برامج السودان تبحث عن كبار المقاولون من اصحاب  الخبرات والكفاءة الماليه والفنيه  والشركات الهندسيه  من المهتمين بالانشاءات وتركيبها لانجاز واعاده تاهيل وترقه بئر مياة عديه الى محطه مياة متكامله ,  حسب الملحق  المشار إليها أدناه في الملحق رقم 1 بأسعار منافسة وبجودة عالية.

متطلبات عامة:

1. يجب أن يكون مسجلا لإجراء الأعمال التجارية مع ما يتوافق ولوائح الضرائب الحكومية في السودان.

3. الخبرة في تزويد المنظمات الدولية، المنظمات الغير حكومية، أو الشركات الكبيرة الخاصة ستكون ميزة.

4. تحتفظ هيئة الاغاثة الكاثوليكية بالحق في رفض، إلغاء، التفاوض، تعديل، تجزئة وقبول أي عرض، دون النظر الى أدنى عرض.

5. هذه دعوة للموردين وليس وعد أو التزام من هيئة الإغاثة الكاثوليكية للتعاقد مع الموردين من خلال العروض المقدمة

6. قد تقوم لجنة الإحالة المعنية بطلب نماذج عينية لبعض المواد اثناء عملية تقييم العروض.

 

 

 

 

 

Payment Terms

  1. Quotation should remain valid for a period of at least ninety (60) days from the submission closing date.
  2. Payment shall be made bank transfer within 15 working days from the date of receiving the correct invoice.
  3. Payment shall be made upon verification and acceptance of services according to contract, s payment mechanism.

 

شروط الدفع

 

 

  1. يجب ان يكون العرض نافذ لمدة لا تقل عن تسعين 60)) يوما من تاريخ إغلاق العطاء
  2. سوف يتم الدفع عن طريق التحويل البنكى خلال خمسة عشر يوم عمل من تاريخ استلام الفاتورة الصحيحة.
  3. سيتم دفع المبلغ  خلاال اسبوعين بعد التحقق والموافقة على الخدمات وفقا للعقد او امر الشراء .

 

 

 

 

Acceptance of Payment Terms

Do you accept the above payment terms?

  • Yes
  • No

 

الموافقة على شروط الدفع:

هل توافق على شروط الدفع اعلاه:

  • اوافق
  • لا اوافق

Requested Information

The submission must include:

  • Full legal address and contact details of the company.
  • Name of company’s official owner and copy of his/her ID & passport (if available)
  • Copy of company registration certificate
  • Copy of Tax Registration Certificate
  • Reference from previous similar business experience with reference contact information.
  • Bank account information.
  • The vendor must read, sign & stamp the Attachment (2) related to CRS SUPPLIER CODE OF CONDUCT

 

 

يجب تقديم ما يلي:    

 يجب ان يتضمن التقديم ما يلي :                 

  • العنوان الكامل الصحيح وعنوان الاتصال للشركة
  • اسم صاحب الشركة الرسمي مع  نسخة من البطاقة القومية او جواز السفر.
  • صورة عن شهادة تسجيل الشركة
  • صورة عن شهادة التسجيل الضريبي
  • المرجع من الخبرة في الاعمال السابقة المماثلة و معلومات الاتصال للمرجع
  • تفاصيل معلومات الحساب المصرفي
  • يجب على المقاول قراءة و توقيع و ختم الملحق(2) و الخاص بالقواعد السلوكية التي تنتهجها هيئة الإغاثة الكاثوليكية.

 

 

 

 

 

 

Bid Requirements

Offers that do not meet the following will be automatically rejected regardless of price:

  1. Offers must be received before the stated deadline.
  2. Offers must include all information requested above.
  3.  Unit prices must be provided for all line items. Offers that only include totals will be rejected.
  4. Bids that include mistakes in calculations within the Bill of Quantities will be excluded from competition.
  5. Offers must be clean & clear. The vendor should sign and stamp next to handwritten corrections or corrections made with whiteout. 
  6. Offers must be complete from all sides, signed, dated, and stamped on all pages.
  7. Please note that CRS will sign a long-term contract with the selected supplier, based on unit prices, while actual quantities will be determined through purchase orders that will be issued later with awarded vendor(s) per CRS actual needs.

 

معلومات ملء  العطاء

سوف يتم رفض أي عطاء لا يلتزم بالشروط أدناه بغض النظر عن السعر

  1. سيتم رفض أي طلب يقدم بعد التاريخ والوقت المحدد لقبول العطاءات.
  2. يجب أن تتضمن العروض جميع المعلومات المطلوبة أعلاه.
  3. جميع الاسعار يجب ان تكتب لكل بند أو فقرة على حدة، ويتم رفض العطاءات التي تحتوي على الإجمالي فقط. 

 

 

 

  1. سيتم استبعاد العطاء الذي يتضمن خطأ في حسابات جداول الكميات

 

 

  1. العروض يجب أن تكون نظيفة وواضحة، يجب التوقيع والختم في مكان أي تصحيح يدوي أو باستخدام قلم التصحيح الابيض.

 

  1. يجب أن تكون العروض كاملة من جميع الجوانب، موقعة بتاريخ واضح ومختومة على جميع الصفحات.

 

  1. يرجى ملاحظة أن هيئة الإغاثة الكاثوليكية ستقوم بتوقيع عقد طويل الأمد مع الشركة (ات ) الذي سيتم اختياره (هم) حسب أسعار الوحدة , في حين ان الكميات الفعلية سيتم تحديدها  من خلال طلبات الشراء التي سيتم إصدارها  لاحقا" مع الموردين الذين يتم اختيارهم و حسب الاحتياج الفعلي للهيئة.

 

Delivery Instructions:

Complete and stamped and signed offer can be submitted by email to tenders.sudan@crs.org

 

  1.  as PDF file. Email must indicate the number of tenders which is

(CRS-RFQ-GAD - 26.2024) or the offer will be excluded. The file should not exceed 15 MBs and the company biography should not exceed 10 pages.

  1. Complete and stamped and signed offer must be delivered in sealed envelope with tender number on it (CRS-RFQ-CD-SD3517- 2024) to CRS Sudan office located – in Zalingei.

تعليمات التسليم:

يجب تقديم العطاء الكامل والمختوم و الموقع  عن طريق عنوان البريد الالكتروني  tenders.sudan@crs.org

 

  1.  من خلال تقديم الملف المختوم كاملا" بصيغة PDF . يجب ان يذكر البريد الالكتروني المرسل على رقم العطاء وهو

                   CRS-RFQ- CD- SD3517-.2024

وإلا سيتم استبعاد العطاء. يجب ان لا يتجاوز حجم المرفق 15 ميجابايت على ان لا تتجاوز السيرة الذاتية للشركة اكثر من 10 صفحات.

 

  1. يجب تقديم العطاء الكامل والمختوم و الموقع  مع كافة الوثائق المطلوبة في  ظرف مغلق يكتب عليه رقم العطا (CRS-CD-RFQ -CD-SD3517- 2024) ويسلم الى مقر المنظمة  بمكتب المنظمه بزالنجى .

 

 

Experience Reference List

قائمة مراجع الاعمال السابقة

 

 

Name of Organization

أسم

المنظمة

Name of Person

أسم الشخص

Name of Project أسم المشروع

Project Start Date تاريخ المباشرة بالمشروع

Project duration مدة تنفيذ المشروع

Phone Number رقم الموبايل

Email Address البريد الالكتروني

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Company name:

أسم الشركة :

 

 

Legal address:

العنوان الثابت:

 

 

Telephone Number:

رقم الهاتف:

 

 

Email:

عنوان البريد الإلكتروني:

 

 

Representative Name

اسم الممثل:

 

 

Business Certificate Registration Number:

رقم تسجيل شهادة العمل:

 

Tax registration Number:

رقم التسجيل الضريبي:

 

Contract duration:

مدة العقد :

 

Do you have partnerships with any other companies (such as shared management / staff / office / bank account)?  Do you cooperate with any other companies in preparing offers or providing of goods or services?

هل لديك شراكات مع أي من الشركات الأخرى ( مثل إدارة / الموظفين / المكتب حساب مشترك / البنك) ؟ هل تتعاون مع أي من الشركات الأخرى في إعداد العروض أو توفير السلع أو الخدمات؟

 

If the answer for previous question is yes, please provide details here including the names of partner companies.

إذا كان الجواب عن السؤال السابق نعم ، يرجى تقديم التفاصيل هنا بما في ذلك أسماء الشركات الشريكة

 

Other comments:

ملاحظات اخرى:

 

Experience / references for the related work of experience (Please attached any related contract, purchase order, certificate, etc.) that does not exceed 10 pages. References MUST include contact information. 

يجب ان يحتوي على عناوين الاتصال من مراجع الخبرة

المرجع من الخبرة ( الرجاء ارفاق دليل من الاعمال السابقة ذات الصلة من عقود , اوراق شراء , ورقة اتمام عمل , اخرى )  لا تتجاوز عشرة اوراق.

 

 

 

 

 

 

 

Signature

التوقيع

 

Date

التاريخ

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

  1. Attachment No (1) :
  2. SWO & Bill Of Quantity & Specifications

CRS-CD-RFQ-SD3517-2024

Scope of Work for Upgrading of borehole to Water Yard in Abu Jaradil village-UMD locality.

Catholic Relief Services (CRS) – United States Conference of Catholic Bishops, an international relief and development agency, committed to the alleviation of human suffering, development of people and fostering of charity and justice in the world irrespective of race, creed, or nationality.

CRS seeks qualified entity specialized and experienced in water industry and construction of water systems (including water wells, water pumping components, solar energy set, elevated water storage and distribution pipework etc.) to work in Abu Jaradil village in Um Dukhun locality - Central Darfur State; the activities include upgrading borehole to water yard consists installation of submersible pump, solar energy unit, water distribution point with carts filling, installation of elevated water tank and  water pipework, and fencing of each component of the system, during the period from 01st Jan 025 to  15th Feb 2025.

Primary Functions:

Under the overall guidance and direct supervision of CRS WASH Senior project officer (SPO), the contractor upgrade one borehole to water supply, storage, and distribution system in line with technical guidelines of Water and Environmental Sanitation Project (WES)-Sudan and CRS field staff.

The contractor responsibilities:

The specific tasks of the contractor under this scope of work should be implemented under direct supervision and instruction of CRS field staff, and each completed stage of the work should be accepted and approved by CRS field staff, and the contractor should implement and complete any required repair or amendment before starting the next stage. The work includes, but not limited to the following:

  1. Construct fence around borehole: (At: coordinate: Long E: 22.94463 Lat N: 10.92029 altitude: 0000 m)
    1. Provide and install materials for construct fencing around borehole size (5m*5m*2m high).
    2. using heavy duty steal or galvanized poles (Angles or pipes) 3 meters high with spacing 2 meters or less.
    3. stall gate door 2m*1.5m supported with control padlock.
    4. The fence should be constructed with good, barbed wire, mesh and support on top, middle, and bottom by tight wire for prevent twists.
  2. Supply and Installation of Submersible pump and pipework:
  • Supply and install of SQF 5-70, Grundfos submersible pumping device  with sensor or any equivalent pump of an approved brand with the following technical characteristics: average flow rate of 4m3  at  head 75 m, Supply and install RSI 3x380-420V IP66 2.2kW 5.6A, inverter, Nominal power - P2 2.2 kW, Power supply frequency: 50 / 60 Hz, Nominal voltage:3 x 380 - 440 V, Protection index (IEC 34-5): IP66, Nominal AC output voltage:380 V, DC Input Voltage: 800 V, Nominal AC output current: 6 A, Udc:400 V.
  • Supply and install I050 metric.
  • Command unit CU 200, range of ambient temperature: -30 .. 50 °C, relative humidity: 95 %, Power consumption: 5 W, Rated voltage AC: 1 x 90-240 V, Rated voltage DC: 30-300 V, Enclosure class (IEC 34-5): IP55, Back-up fuse: 10 A, Maximum load: 100 mA Supply and install OVR PV 40-1000 P, overvoltage protection DC, AC.
  • Supply and lay all electrical cables 310m (4x6mm2 flat drop cable) plus accessories from borehole head works to control panel –preferably Grundfos model. The rising main from the pump to the ground surface should be of galvanized pipe or stainless-steel pipe.
  • The outlet of the rising main at borehole source should be equipped with nonreturn and gate valves.
    1. Provide and install high density polythene pipe of 2” inches diameter total length 270m to connect the discharge point, at the well level, with the galvanized (GL) pipe connecting the inlet of the elevated water tank.
    2. Excavate trench of one 1 meter depth and 250 meters long extended from the water well to the elevated water tank for installing of the water pipe, the rough portion of trench should be backfilled with 15 cm-thick soft soil layer under the pipe and 25 cm-thick layer above the pipe then complete back filling of the remaining portion with the cutting excavated from the trench or alternative suitable soil materials. 
  1. Supply and Installation of Solar energy unit and fencing including elevate tank, distribution point: (at long: E: 24”20.825   Lat: N 13”07.862 altitude 1695m).
    1. Provide and install complete solar energy unit with all accessories to properly operate the pump.
  • The solar unit should be installed at the specified area 250 meters away from the water well.
  • Solar panels should be installed on heavy duty steel or galvanized skeleton on top of elevated tank or elevated at least 3 meters above the ground surface to mitigate the risk of easy stealing of the panels.
    1. Provide materials and construct tight fencing (15m*15m) around the solar panels, distribution point and elevate tank together using heavy duty steal or galvanized poles (Angles or pipes) 3 meters high with spacing 2 meters or less, and barbed wire equipped with door (2m*2m) and padlocks (solar panel should be split by partition has door 2m*1m from elevated tank, distribution point).
  1. Supply and Installation of steal water tank and tower and fence (same fencing around solar, distribution point with carts filling: (at Long: E 24”20.806 Lat: N 13”07.792 Altitude 1730m)  
    1. Provide and install cylindrical steal water tank made of mild steel plates, of capacity 15000 liters, placed on steal tower 4-meters height, with the main requirement including, but not limited to, the following:
  • The bottom plate should be 6 mm thick, the side plate 5 mm and the top cover 4 mm thick.
  • Paints: The tank shall be painted with antirust prime coat. Two other coats shall be applied as follows. a) Internal coating shall be of bituminous non-toxic paint. B) External shall be painted with silver coating of approved oil paint.
  • The inlet connected to the supply pipeline with galvanized pipe 2 inches diameter.
  • The outlet connected to the distribution pipeline with galvanized pipe 3 inches diameter.
  • The water tank should be equipped with water level indicator with ladder to support chlorination process.
  • Water level indicator shall be coated with white background and red graduations.
  • Water tank should be disinfected before starting the supply of water to the consumers.
    1. Fabricate and erect steal tower of 4 meters height according to standard specification and guideline of Public Water Corporation (PWC).
  • Casting of reinforced concrete foundation for the supporting tower.
  • Foot plate and top plate thicknesses shall not be less than 16mm.
  • Holding down bolts, nuts and washers shall be supplied complete with adequate sizes but not less than 16mm and 4 anchor bolts are decided to be used per footing.
  • The supporting tower should be fixed on the foundation using the anchor bolts after the concrete attains its full strength after 10 days of concrete placement.
  • Tower shall be painted with antirust prime coat, and bituminous black paint.
  1. Supply and Install distribution pipeline:
    1. Supply and install high density polythene pipeline of 3” diameters and 10 meters length and connect with descending GL pipe from the elevated tank to distribution point.
    2. Connect 2” diameter pipeline with 3” diameter pipeline descending from elevated tank using reducer 3” *2” to connect with distribution point has 12 taps including brunch line to cart filling.
    3. Digging 1 meter-depth and 250 meters-long trench to accommodate the pipeline from the borehole to elevated tank.
    4. Back fill the rough section of the trench bottom (i.e. the portion with stone, if there) back fill with fine soil from the bottom up to 150 mm thick.
    5. Lay the pipeline in the trench and backfill with soft materials up to 250 mm above the pipe then backfill the remaining portion of the trench up to the top i.e. ground surface with the cutting excavated from the trench or other available suitable source.
  2. Construction of tap stand: (at Lon: E 24”20.825      Lat: N 13”07.862           Altitude 1695 m)
    1. Construct tap stand of 12 taps connected to 2” GL pipe equipped with gate valve, installed on platform built of red bricks, and cement-sand mortar.
    2. The platform construction: The foundation of the platform should be of minimum 1.5 m width, 3 m long, and (0.3 m to 0.5 m) depth.  The height of the platform 0.6 m, with 1.25 m height of the tap stand.
    3. Provide and cover the top and sides of the platform with white tiles.
    4. Provide plumping materials and connect the tap stand with the water main line with 2” size high-density polythene pipe.
    5. Construct the floor of concrete slap 10 cm thick.
    6. Construct animal trough sized 0.6*0.6* 10 meters long outside the fencing area and drainage ditch from the tap stand to animal trough.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Bill of quantitis and qualities

No

Item Description

Unit

Q’ty

Unit price / USD

Total price / USD

1

1.       Construct fence around borehole

1.1

Provide and install materials for construct fencing around borehole size (5m*5m), using heavy duty steal or galvanized poles (Angles or pipes) 3 meters high with spacing 2 meters or less.

Job

1

 

 

1.2

install gate door 2m*1.5m supported with control lock.

job

1

 

 

 

Sub-total (1)

 

2

Supply and Installation of Submersible pump

2.1

Supply and install of SQF 5-70, Grundfos submersible pumping device with sensor or any equivalent pump of an approved brand with the following technical characteristics: average flow rate of 4m3  at head 75 m higher than the water well elevation through 2 inches high density polythene pipe, from the setting depth (47 meter below ground surface) to the elevated tank at 250 meters away from the borehole source.

no

1

 

 

2.2

Supply and install I050 metric

no

1

 

 

2.3

Command unit CU 200, range of ambient temperature: -30 .. 50 °C, relative humidity: 95 %, Power consumption: 5 W, Rated voltage AC: 1 x 90-240 V, Rated voltage DC: 30-300 V, Enclosure class (IEC 34-5): IP55, Back-up fuse: 10 A, Maximum load: 100 mA

no

1

 

 

2.4

Supply and lay all electrical cables 310m (4x6mm2 flat drop cable) plus accessories from borehole head works to control panel –preferably Grundfos model.

no

1

 

 

2.5

The rising main from the pump to the ground surface should be of galvanized pipe or stainless-steel pipe.

m

50

 

 

 

Sub-total (2)

 

3

Supply and Installation of Solar energy unit and fencing (same fence of elevate tank, tower, distribution point, cart filling)

3.1

Provide and Construct, steel  frame stanchion (6m x 4m area 3 m high at 15 degree) to power  submersible pump or to fixed on top of elevated water tank to avoid risk of stealing,

set

1

 

 

3.2

"Construct, Supply and install 300w polycrystalline solar panels to supporting steel  frame stanchion (4m x 3m area 1m high at 15 degree) to power  submersible pump (sunshine)include electric cable and combiner box-see design, Voltage at Maximum Power (Vmax) :35 V,Current at Maximum Power (Cmax):8,61 A, open circuit voltage (Voc) : 46 V, short circuit current (lsc) :9,6 A, module efficiency :17,5 %, power tolerance (+) : + 1,5 %

The minimum power requirement is 2.7 Kw, i.e 75% of output in the most critical month. A one-year warranty is required, with power losses limited to 3% in the first year and 0.5% from the second year onwards."

no

1

 

 

3.3

Earth connection, TH cable 6mm2 green, yellow

no

1

 

 

3.4

Provide materials and construct tight fencing (15m*15m) with door (2m*2m) around the solar panels, elevate tank, and distribution point including cart filling with partition in between them using heavy duty steal or galvanized poles (Angles or pipes) 3 meters high with spacing 2 meters or less, and barbed wire equipped with door and locks (the fencing area depend on the size of the solar unit that fit the selected pump mentioned on above). the partition between panel and distribution point also has door (2m high*1m width) for allow guard to operate system.

job

1

 

 

 

Sub-total (3)

 

 

 

 

4

Supply and Installation of steal water tank and tower

4.1

Provide and install cylindrical steal water tank made of mild steel plates, of capacity 15000 liters, thicknesses 6mm for the bottom 5mm for side wall and 4mm for the top cover placed on steal tower 4-meters height, with accessories and the main requirement including, but not limited to what specified in scope of work hereabove.

job

1

 

 

4.2

Provide materials, fabricate, and erect steal tower of 4 meters height supported by ladder with bearing capacity of 20 tons to curry 15 cubic meter steel tank according to standard specification and guideline of Public Water Corporation (PWC).

Including but not limited to specification in the scope of works hereabove.

 

job

1

 

 

 

Sub-total (4)

 

5

Supply and Installing distribution pipeline 2” diameter

 

5.1

Supply and install high density polythene pipeline of 2” diameters length 260 meters and connect with the GL pipe ascending from well source to the elevated tank.

m

350

 

 

5.2

Supply and connect a 3”-diameters, 10 meters long high-density polyethene pipe connect with descending outlet GI pipe of tank then reduced to 2” with reducer 3’*2” to supply water to the distribution point, cart filling equipped with control valve.

m

10

 

 

5.3

Install galvanized pipe 2" to connect the inlet of the tank with the discharge pipe from water well.

M

10

 

 

5.4

Install galvanized pipe 3" to connect the outlet of the elevate tank with the distribution pipe.

M

6

 

 

5.5

Digging trench 1 meter-depth and 250 meters-long to accommodate the pipeline from well water source, to elevated tank.

M

250

 

 

5.6

Back fill the rough section of the trench bottom (i.e. the portion with stone) back fill with sand or fine soil from the bottom up to 150 mm thick.

m

250

 

 

5.7

Lay the pipeline in the trench and backfill with soft materials up to 250 mm above the pipe then backfill the remaining portion of the trench up to the top i.e. ground surface with the cutting excavated from the trench or other available suitable source

m

250

 

 

 

Subtotal (5)

 

6

Construction of tap stand has 12 taps

 

6.1

Provide complete set of plumping materials and fittings for construction of tap stand of 12 taps connected to GL pipe equipped with gate valve.

set

1

 

 

6.2

Construction of the platform: the foundation of the platform should be of minimum 1.5 m width, 3 m long, and (0.3 m to 0.5 m) depth.  The height of the platform 0.6 m, with 1.25 m height of the tap stand.

 

job

1

 

 

6.3

Provide and cover the top and sides of the platform with white tiles.

 

job

1

 

 

6.4

Provide plumping materials and connect the tap stand with the water main line with 2” size high-density polythene pipe.

 

job

1

 

 

6.5

Construct the floor of concrete slap 10 cm thick

job

1

 

 

6.6

Construct animal trough sized 0.6*0.6* 3 meters long outside the fencing area and 10m drainage ditch from the tap stand to animal trough at North site.

job

1

 

 

6.7

Any other addition(s) proposed by the vendor.

 

 

 

 

 

 

Sub-total (6)

 

 

Grand Total*

 

*The final cost of the work will be adjusted to the actual work done and materials provided, verified, and approved by the CRS field officers.

 

 

 

 

 

 

 

 

Attachment 2

SUPPLIER CODE OF Conduct

Preamble

This Supplier Code of Conduct is applicable to, and binding upon, all Catholic Relief Services’ suppliers, service providers, and consultants in service to CRS.

CRS is committed to the Code of Conduct and suppliers are expected to comply with these regulations, except when donor requirements, such as the UN Supplier Code of Conduct, supersede this code. Consequently, ethical business standards shall govern all transactions. Suppliers must be aware of situations and circumstances requiring prudent action, including the following:

Forced Labor: CRS expects its suppliers to prohibit forced, bonded and involuntary prison labor. Suppliers shall not require workers to lodge “deposits” or their identity papers with their employer or any recruiting agency. Workers shall be free to leave their employer at any time, given reasonable notice.

Child Labor: CRS expects that its suppliers do not recruit or employ children, as defined by the law of the country or countries where work takes place. Suppliers shall not employ children under age 18 at night or subject them to hazardous working conditions.

Fair Wages: CRS expects that its suppliers pay wages and benefits that meet, at a minimum, national legal standards or industry benchmark standards. Suppliers shall pay wages in legal tender and in regular intervals. Deductions from wages shall only be permitted under conditions and to the extent prescribed by the applicable law, regulations or collective agreements. Suppliers are expected to inform their workers of such deductions at the time of each payment. Suppliers are expected to provide all workers with written and understandable information about their employment conditions in respect to wages, before they enter employment.

Working Hours: CRS expects that the working hours provided by suppliers comply with national laws and collective agreements. Overtime work should be voluntary.

 

Healthy, Safe and Hygienic Conditions: CRS expects that its suppliers ensure that all working and, where applicable, living environments are safe and healthy. Suppliers are expected to take adequate steps to prevent accidents and injury to health arising out of, associated with, or occurring in the course of work. Suppliers should provide access to clean toilet facilities and potable water, and, if appropriate, sanitary facilities for food storage.

Anti-Discrimination: CRS expects that its suppliers do not discriminate in hiring, compensation, access to training, promotion, termination or retirement on the basis of race, class, national origin, religion, age, disability, sex, or political affiliation.

Freedom of association and right to employee representation: CRS expects its suppliers to recognize workers’ right to freely form and join organizations of their own choosing.

 

Harsh or Inhumane Treatment: CRS expects that its suppliers do not subject employees to physical abuse or discipline, the threat of physical abuse, sexual or other harassment and verbal abuse or other forms of intimidation.

Environment: At minimum, CRS expects its suppliers to comply with all applicable laws and regulations relating to environmental impact. Suppliers, wherever possible, are expected to support a precautionary approach to environmental matters and undertake initiatives to promote greater environmental responsibility.

 

Where speed of deployment is essential in saving lives, CRS will purchase necessary goods and services from the most appropriate available source.

The supplier shall not offer, promise, or attempt to influence CRS employees in the procurement for goods and services.

I have carefully read CRS’ Supplier Code of Conduct and understand it. I am aware that any deviations to the ethical standards listed above are not allowed in any procurement transactions. Failure to abide by supplier code of conduct may constitute breach of my contract with CRS, and my signature below acknowledges my understanding and agreement.

 

I understand and confirm that no personnel of CRS have received or will be offered any direct or indirect benefit arising from any agreements I sign with CRS.

 

Company Name

 

Representative Name and Signature

 

Date

 

 

 

 

 

 Documents:

   -  Abu-Jaradil water Yard.pdf








Copyright (c) Sudanbid.com, 2019-2024. All rights reserved