|
Sorry | Bid Closed [ Back ] |
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.
Name of Tender: Supplying of construction & re-habitation service for hand dug well to miny Water Yard in MALA village in central Darfur State - as per attached BoQ.
Tender Number: CRS-RFQ-SD3535-2024
Deadline Submission date:
10 /January / 2025 – 12 :00 PM.
Please submit your offer through email at tenders.sudan@crs.org Or submit directly at CRS office in Zalingei.
For further information please contact us through the Email: sudanprocurementteam@crs.org
|
اسم العطاء: توريد مواد بناء وتركيب وترقيه واعاده تاهيل بئر يدوى الى محطه مياة متكامله حسب جداول الكميات المرفقة .
رقم العطاء: CRS -RFQ – SD3535-.2024
تاريخ انتهاء التقديم: 10 /2025 – 12:00 بعد الظهر
االرجاء لرسال العرض علي الببريد الالكتروني : tenders.sudan@crs.org او بمكتب المنظمه فى زالنجى .
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, of upgrading & re-habitation of hand dug well & Upgrading to Water Yard 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 فى مجال المياة لترقيه وتاهيل بئر مفتوح الى محطه مياة 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
|
شروط الدفع
|
Acceptance of Payment Terms Do you accept the above payment terms?
|
الموافقة على شروط الدفع: هل توافق على شروط الدفع اعلاه:
|
Requested Information The submission must include:
|
يجب تقديم ما يلي: يجب ان يتضمن التقديم ما يلي :
|
Bid Requirements Offers that do not meet the following will be automatically rejected regardless of price:
|
معلومات ملء العطاء سوف يتم رفض أي عطاء لا يلتزم بالشروط أدناه بغض النظر عن السعر
|
Delivery Instructions: Complete and stamped and signed offer can be submitted by email to tenders.sudan@crs.org
(CRS-RFQ-SD3535-2024) or the offer will be excluded. The file should not exceed 15 MBs and the company biography should not exceed 10 pages.
|
تعليمات التسليم: يجب تقديم العطاء الكامل والمختوم و الموقع عن طريق عنوان البريد الالكتروني tenders.sudan@crs.org
CRS-RFQ-SD3535-.2024 وإلا سيتم استبعاد العطاء. يجب ان لا يتجاوز حجم المرفق 15 ميجابايت على ان لا تتجاوز السيرة الذاتية للشركة اكثر من 10 صفحات.
|
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 |
|
Scope of Work for Upgrading of borehole to Water Yard in Malla 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 Malla 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:
Bill of quantities and quotation:
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 SP 14-8, Grundfos submersible pumping device with sensor or any equivalent pump of an approved brand with the following technical characteristics: average flow rate of 15.m3 of water per-hour with a Head of 45 m higher than the water well elevation through 2 inches high density polythene pipe, from the setting depth (25 meter below ground surface) to the elevated tank at 350 meters away from the borehole source. |
no |
1 |
|
|
2.2 |
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. |
no |
1 |
|
|
2.3 |
Supply and install Sine-Wave filter: Supply frequency:60 Hz, rated voltage x 200-500 V, rated current 7.5 A, rated current at 120 Hz 5.5 A, degree of protection (IEC 34-5) IP20, cable size 4 mm2, Field loss 80 W. |
no |
1 |
|
|
2.4 |
Supply and install OVR PV 40-1000 P, overvoltage protection DC, AC. |
|
no |
1 |
|
2.5 |
Supply and lay all electrical cables 370m (4x6mm2 flat drop cable) plus accessories from borehole head works to control panel –preferably Grundfos model. |
|
|
|
|
2.6 |
The rising main from the pump to the ground surface should be of galvanized pipe or stainless-steel pipe. |
m |
30 |
|
|
|
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 install complete solar energy unit with all accessories to properly operate the pump. (The solar unit should be installed at the specified area 305 meters away from the water well. Solar panels should be supported with heavy duty steel or galvanized skeleton (5m*4m area at 15 degree) on the top of tank or elevated at least 3 meters above the ground surface). Earth connection, TH cable 6mm2 green, yellow.
|
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 4Kw, 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 |
|
|
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 350 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 |
Digging trench 1 meter-depth and 350 meters-long to accommodate the pipeline from well water source, to elevated tank. |
m |
350 |
|
|
5.4 |
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 |
350 |
|
|
5.5 |
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 |
m |
350 |
|
|
|
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.
Vender Name: Signature: Date: |
Stamp |
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