Back to tenders & grants page
Western Economic Corridor and Regional Enhancement Program Western Economic Corridor and Regional Enhancement Program
Receive Tenders like this by email

Western Economic Corridor and Regional Enhancement Program

Western Economic Corridor and Regional Enhancement Program has been closed on 30 Jun 2022. It no longer accepts any bids. For further information, you can contact the Local Government Engineering Department

Bellow, you can find more information about this project: 

Location: Bangladesh

General information

Donor:

Local Government Engineering Department

Industry:

Not available

Status:

Closed

Timeline

Published:

12 May 2022

Deadline:

30 Jun 2022

Value:

8910000

Contacts

Name:

Momin Mozibul Haque Shamaji

Phone:

+880244826234

Description

https://projects.worldbank.org/en/projects-operations/procurement-detail/OP00179333

Request for Bids (Works) (Without Prequalification)

Memo No: 46.02.0000.981.14.002.22/725

Date: 12 May, 2022

 

Employer

:

Local Government Engineering Department

Project

:

Western Economic Corridor & Regional Enhancement Program (WeCARE) Phase-I: Rural Connectivity, Market and Logistic Infrastructure Improvement Project (RCMLIIP)

Contract Title

:

Improvement of Two Growth Center Markets and 22.0 km Adjacent Roads at Narkelbaria and Hatgopalpur of Sadar Upazila under Jhenaidah District (World Bank Funded WeCARE Phase-I: LGED)

Country

:

Bangladesh

Credit No.

:

IDA Credit No. 6684-BD

RFB No.

:

CW-13

Issued On

:

May 12, 2022

1. The Government of the People’s Republic of Bangladesh (GOB) has received financing from the World Bank toward the cost of the Western Economic Corridor & Regional Enhancement Program (WeCARE) Phase-I: Rural Connectivity, Market and Logistic Infrastructure Improvement Project (RCMLIIP), and intends to apply part of the proceeds toward payments under the contract for “Improvement of Two Growth Center Markets and 22.0 km Adjacent Roads at Narkelbaria and Hatgopalpur of Sadar Upazila under Jhenaidah District (World Bank Funded WeCARE Phase-I: LGED)”. For this Contract, the Borrower shall process the payments using the Direct Payment Disbursement Method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing.

2. The Local Government Engineering Department now invites sealed Bids from eligible Bidders for:

Brief Description of Works including required Components:

The scope of works mainly comprises of Improvement of Two Growth Center Markets and 22.0 km Adjacent Roads.

Part - A: Improvement of Jhenaidah (Hamdah) to Narikelbaria GC Road, Part - B: Construction of Bridge in Jhenaidah (Hamdah) to Narikelbaria GC Road, Part - C: Construction of 09 Nos. Culverts in Jhenaidah (Hamdah) to Narikelbaria GC Road, Part - D: Improvement of Narikelbaria GC to Hatgopalpur GC Road via Kushobaria Hat, Part - E: Construction of 04 Nos. Culverts in Narikelbaria GC to Hatgopalpur GC Road via Kushobaria Hat, Part - F: Road Safety Works for All Roads, Part - G: Construction of Narikelbaria GCM, Part - H: Construction of Hatgopalpur GCM, Part - I: Environmental Mitigation & Enhancement Works for All Sites and Part - J: Social & Gender Aspects for All Sites.

The construction period is 24 (Twenty Four) months from the date of commencement.

The location of Site is Sadar Upazila under Jhenaidah District, Bangladesh.

Margin of Preference is not applicable. The Price will be subject to Price Adjustment.

Qualifications of the Bidder:

(i) Financial Capabilities: at least US$ 1.25 (One point Two Five) Million equivalent,

(ii) Average Annual Construction Turnover: US$ 7.0 (Seven) Million equivalent within the last 5 (Five) years.

(iii) General Construction Experience: Experience under construction contracts in the role of prime contractor, JV member, sub-contractor, or management contractor during the last 10 (Ten) years,

(iv) Specific Construction & Contract Management Experience: Satisfactorily and substantially completed (based on 80% or more works completed under the contract) as a prime contractor, joint venture member (For contracts under which the Bidder participated as a joint venture member or Subcontractor, only the Bidder’s share, by value, shall be considered to meet this requirement), management contractor or sub-contractor between 1st January 2012 and Bid submission deadline:

(a) Minimum 2 (Two) numbers of Construction Contract (i.e. 1 (One) Contract for at least 20.0 km Highway/Secondary/Tertiary Road Construction with Bridges & Culverts plus 1 (One) Contract for Multistoried Building Construction) for which total value of contracts shall not be less than US$ 7.0 (Seven) Million equivalent and minimum value for Road Construction Contract shall be US$ 3.0 (Three) Million equivalent and for Building Construction Contract shall be US$ 2.0 (Two) Million equivalent, or,

(b) Minimum 1 (One) number of Contract of Highway/Secondary/Tertiary Road Construction with Bridges & Culverts and Growth Centre/Multistoried Building Construction with a minimum value of contract shall be US$ 7.0 (Seven) Million equivalent.

A minimum construction experience in the following key activities successfully completed (in one or more contracts combined if executed during same time period): At least 12,000 Cubic Meter Water Bound/Wet Mix Macadam by Brick Chips (WBMBC/WMMBC) Works & at least 75,000 Sq. Meter 40 mm Thickness Dense Bituminous Surfacing - Wearing Course Works for Road Construction and at least 4,500 Cubic Meter Reinforced Cement Concrete (RCC) Works for Multistoried Building Construction.

Detailed qualifications requirements are defined in Section III – Evaluation and Qualification Criteria of bidding document. General Specifications, Specific Specifications and Drawings of Works are available in Volume – 3/4 & 4/4 of Bidding document respectively.

3. Bidding will be conducted through international competitive procurement using Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers - Procurement in Investment Projects Financing” July 2016 and updated in November 2020 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.

4. Interested eligible Bidders may obtain further information from the Project Director, WeCARE Phase-I: RCMLIIP, LGED, e-Mail Address: [email protected] and inspect the Bidding document during office hours [Local Time: 0900 to 1700 hours] at the address given below.

5. A Pre-Bid meeting will be held at 11.00 AM local time (GMT+6 hrs.) on May 26, 2022 at the office of the undersigned.

6. The Bidding document in English may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of BDT 15,000.00 (Fifteen Thousand Bangladesh Taka) or US$ 175.00 (One Hundred Seventy Five US Dollar). The method of payment will be cash or pay order in favor of “WeCARE Phase-I: RCMLIIP”.

7. Bids must be delivered to the address below on or before 02.00 PM local time (GMT+6 hrs.), June 30, 2022. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on 02.30 PM local time (GMT+6 hrs.), June 30, 2022.

8. All Bids must be accompanied by a Bid Security of BDT 18,000,000.00 (Bangladesh Taka Eighteen Million) or USD 208,500.00 (US Dollar Two hundred Eight thousand Five hundred).

9. The address(es) referred to above is(are): Office of the Project Director, WeCARE Phase-I: RCMLIIP, Address: Level-03, LGED-RDEC Bhaban, Agargaon, Sher-e-Bangla Nagar, Dhaka-1207, Bangladesh, Phone: +880244826234, e-Mail: [email protected], Web Address: www.lged.gov.bd

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more