17.01.2015 Views

ISLAMIC REPUBLIC OF AFGHANISTAN

ISLAMIC REPUBLIC OF AFGHANISTAN

ISLAMIC REPUBLIC OF AFGHANISTAN

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

جمهىری اسالمی افغانستان<br />

وزارت اقتصاد<br />

دفتر خذمات بازسازی و انکشافی افغانستان<br />

د افغانستان اسالمی جمهىريت<br />

د اقتصاد وزارت<br />

د افغانستان د بيارغىنی او پرمختيايی خذماتى دفتر<br />

Invitation for Bids(IFB)<br />

Contract Title: Procurement of Works for Construction of Shabrghan City Ring Road (15.069) KM)<br />

Contract No: MPW-1638-ICB<br />

Islamic Republic of Afghanistan<br />

Ministry of Economy<br />

Afghanistan Reconstruction & Development Services<br />

A R D S<br />

The Ministry of Public Works (MPW) has received financing from Ministry of Finance (MoF) towards the cost of<br />

the Procurement of Works for Construction of Shabrghan City Ring Road (15.069) KM).<br />

This financing will be used for eligible payments under the contract named above.<br />

The Afghanistan Reconstruction and Development Services Procurement Unit (ARDS-PU), acting on behalf of the<br />

Ministry of Public Works (MPW) of the Islamic Republic of Afghanistan ("the Employer") invites sealed bids from<br />

eligible Bidders for the Procurement of Works for Construction of Shabrghan City Ring Road (15.069) KM).<br />

The successful bidder will be expected to complete the construction work within 24 Months from the date of<br />

commencement of work.<br />

(1) International Competitive Bidding (ICB) will be conducted in accordance with the Single Stage- One-<br />

Envelope bidding procedure and is open to all eligible bidders.<br />

(2) Bidder’s qualifications will be examined as part of the evaluation. Bidders must meet the following<br />

minimum requirements:<br />

A. Financial<br />

(i)<br />

(ii)<br />

The Bidder shall have, during any of the last 5 years, an annual construction turnover as<br />

prime contractor (calculated as total certified payments received for contracts in progress or<br />

completed) of at least US $ 35 million.<br />

The bidder must demonstrate access to, or availability of, financial resources such as liquid assets,<br />

line of credit, and other financial means, other than any contractual advance payment to meet (i)<br />

cash flow requirement of US$ 8.6 million, and (ii) the overall cash flow requirement for this<br />

contract and its current work commitment.<br />

B. Experience<br />

(i)<br />

The bidder shall have at-least 5 years experience of roads and drainage/bridges construction<br />

contracts prior to the bid submission deadline;


(ii)<br />

The bidder shall have participated in at least one similar road construction contract within the<br />

last 5 years, with a value of at least USD 26 million that have been successfully completed and<br />

that are of a nature and complexity comparable to the proposed contract.<br />

D. PERSONNEL<br />

C. Litigation<br />

The Bidder shall provide accurate information on any litigation or arbitration resulting from<br />

contracts completed or under execution by it over the last ten years. Claims, arbitration or other<br />

litigation proceedings pending or already resolved, with a possible impact of more than 50 per cent<br />

of the Bidder’s net worth shall be a ground for declaring the Bidder not qualified for the award of<br />

the contract.<br />

The Bidder must demonstrate that it has the personnel for the key positions that meet the following requirements:<br />

NO.<br />

POSITION<br />

TOTAL WORK SIMILAR<br />

EXPERIENCE (YEARS)<br />

IN SIMILAR WORKS<br />

EXPERIENCE (YEARS)<br />

1 Project Manager 15 10<br />

2 Drainage /Minor Structures Engineer 12 6<br />

3 Quality Control/Material Engineer 12 6<br />

4 Measurement/Quantity Engineer 12 6<br />

The Bidder shall provide details of the proposed personnel and their experience records in the relevant<br />

Information Forms included in Section 4 (Bidding Forms). The Bidder shall propose one person for one role.<br />

The personnel have to be professionals licensed by a recognized professional body and have a proven record<br />

of successful accomplishment of tasks.<br />

E. EQUIPMENT<br />

The Bidder must demonstrate that it owns; leases or has immediate access<br />

To in the event of a contract award in its favour the key equipment listed below: The Bidder shall provide further<br />

details of proposed items of equipment using the relevant Form in Section 4 (Bidding Forms).<br />

NO.<br />

EQUIPMENT TYPE AND CHARACTERISTICS<br />

MINIMUM NUMBER<br />

REQUIRED<br />

1 ASPHALT MIXING PLANT 125 TON/HR(BATCH TYPE WITH ELECTRONIC<br />

CONTROLS AND VIBRATORY SCREENS<br />

2 ASPHALT LEVELLING PAVER –up to 9m (AUTOMATIC SENSOR<br />

CONTROL)<br />

1<br />

1<br />

3 PAVING MACHINE FOR GRANULAR PAVEMENT UP TO 9M 1<br />

4 CRUSHER COMBINATION (JAW, CONE, IMPACT) 200T/HR. 1<br />

5 CARTERPILLAR D9 TRACTOR OR MACHINE <strong>OF</strong> SIMILAR CAPACITY 3<br />

6 EXCAVATOR CAPACITY>1.0 M3 3<br />

7 MOTOR GRADER (ENGINE OUTPUT CAPACITY ABOVE150 KW) 3<br />

8 WHEEL LOADER (120 HP, 2.0 CU.M. BUCKET) 3


9 DUMP TRUCKS (6 CU M) 15<br />

10 VIBRATORY ROLLER (MINIMUM 8 -10 T STATIC WEIGHT) 2<br />

11 PNEUMATIC TYRE ROLLER ( 200 – 300 KN) 2<br />

12 TANDEM ROLLER ( 8-10 t Static weight) 2<br />

13 WATER TRUCK (10000 L )CAPACITY 6<br />

14 BITUMEN PRESSURE DISTRIBUTOR (1750/Hr) 1<br />

15 POWER BROOM ( 1250/Hr) 1<br />

16 MINI SMOOTH WHEELED ROLLER ( 3-5 T) 2<br />

17 CONCRETE MIXERS (3 cum capacity) 4<br />

18 ASPHALT MIXING PLANT 125 TON/HR(BATCH TYPE WITH ELECTRONIC<br />

CONTROLS AND VIBRATORY SCREENS<br />

19 ASPHALT LEVELLING PAVER –up to 9m (AUTOMATIC SENSOR<br />

CONTROL)<br />

1<br />

1<br />

(3) To obtain further information and inspect the bidding documents, bidders should contact:<br />

Afghan Reconstruction and Development Services, Procurement Unit (ARDS-PU)<br />

Ministry of Economy, 4 th and 5 th Floor<br />

Malik Asghar Square, Kabul, Afghanistan<br />

Contact Person: Khayal Mohammad<br />

Mail Address: khayal.mohammad@ards.org.af or tanka.prasad@ards.org.af<br />

(4) A complete set of bidding Documents in English may be obtained by interested bidders, free of cost, by<br />

downloading the same from the ARDS website www.ards.org.af or may obtain in CD from the ARDS office<br />

(address given below). In case of any difficulty in downloading from website, interested bidders may contact<br />

at e-mail address ards.procurement@ards.org.af.<br />

(5) All bids must be accompanied by Bid Security of 1.2 million USD or an equivalent amount in a freely<br />

convertible currency. Bid security shall remain valid for 28 days beyond the validity of bid, up to 148<br />

days from the date of bid submission (up to 26 June 2013) as per ITB 19 of bid document.<br />

(6) Bid submission time and place:<br />

The bids must be submitted on or before: 29 January 2013 at 1400 hrs (Local Time) at the address given<br />

below.<br />

Afghanistan Reconstruction and Development Services, Procurement Unit (ARDS-PU)<br />

Ministry of Economy Building, 4 th and 5 th Floor<br />

Malik Asghar Square,<br />

Kabul, Afghanistan<br />

(7) Electronic submission of bid is not permitted. Late Bids will be rejected.<br />

(8) The Bid Validity Period shall be 120 days.


(9) Bids will be opened immediately after the bid submission deadline, at the same place of bids submission,<br />

in the presence of bidders who choose to attend the meeting.<br />

(10) A margin of domestic preference is applicable.

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!