Você está na página 1de 3

ISLAMIC REPUBLIC OF AFGHANISTAN

MINISTRY OF ENERGY & WATER


Project Coordination Unit
Rehabilitation Works for Zang Abad Irrigation Scheme- (Q-171)
Irrigation Restoration and Development Project
NATIONAL COMPETITIVE BIDDING BN
No: MEW/IRD/IFB/MIS/ Q-171
Date: 17Feb- 2016

Invitation for Bids (IFB)


1

This Invitation for Bids follows the General Procurement Notice for this Project that
appeared in Development Business, issue No. general procurement notice dated 11
Jan.2011.

2.
The Islamic Republic of Afghanistan, Ministry of Energy & Water has
received a grant from theInternational Development Association toward the cost
of Irrigation Restoration and Development Project and it intends to apply
part of the proceeds of this grant to payments under the Contract for
Rehabilitation Works for Zang Abad Irrigation Scheme (Q-171)
3. The Ministryof Energy & Water, Project Coordination Unit now invites sealed
bids from eligible and qualified bidders for the Rehabilitation Works for Zang
AbadIrrigationScheme inZang Abad Village of Panjwaie District of Kandahar
Province consisting of:

(( Intake, Weir Structure & protection wall, Local Bridge (Social


Structure), Aqueduct ))
4.
The Completion Period is 420days (including slack period of
about 90days).
5.
The bids must be submitted alongwith the bid security in the amount of Afs
300,000 in the shape of Bank Guarantee as per Bank Guarantee Form attached
to the Bidding Documents.
6.
Bidding will be conducted through the National Competitive Bidding (NCB) a
procedure specified in the World Banks Guidelines: Procurement under IBRD
Loans and IDA Credits dated January 2011 and is open to all bidders from Eligible
Source Countries as defined in the Bidding Documents
7.
Interested eligible bidders may obtain further information from Eng.
Samiullah Momandi, Deputy Director, Project Coordination Unit,
Kandahar Region and inspect the Bidding Documents at the address given

below from 8:00 to 16:30 Hrs from Saturday to Wednesdayand up to 13:00 hours
on Thursday.
8.

Qualifications requirements include:

(a) The minimum


required annual
volume of
construction work for
the successful bidder
in any of the last five
years (Afs)

(b) Experience as prime


contractor in the
construction of at least
one work of nature and
complexity equivalent to
this work during the last
five (5) years (Afs).

19,000,000

11,400,000

(c) Liquid assets and/or


credit facilities, net of
other contractual
commitments and
exclusive of any advance
payments which may be
made under the Contract
(Afs).
4,750,000

For detailed post qualification verification please refer to Section I. - Instructions to


Bidders and Section II- Bid Data Sheet of the bidding documents.
8.
A margin of preference for eligible national contractors/joint ventures shall
not be applied.
9.
A complete set of Bidding Documents in English may be purchased by
interested bidders on the submission of a written Application to the address below
and upon payment of a non-refundable fee of Afs. 2500. The method of payment
will be Cash/Direct Payment. The Bidding Documents shall be collected by the
bidders from the address below.
10.
The bidders or their authorized representatives are invited to attend a prebid meeting which will take place on 09- March- 2016 at 10:00 Hrs at
the address given belowto explain the procedure of proper preparation and
submission of bid, clarify issues and to answer questions on any matter that may
be raised at that stage. The minutes of pre-bid meeting will be prepared and
sent across to all the prospective bidders who have brought the bid documents
up to date of pre-bid meeting and also immediately after the pre-bid meeting.
11.
Bids must be delivered to the address below at or before 10 AM on 16 March-2016 the Deadline Date for bid Submission (if the submission
date is announced an official holiday, then bids must be submitted next
working day at the same time and venue). Electronic bidding shall not be
permitted. Late bids will be rejected. Bids will be opened physically in the
presence of the bidders representatives who choose to attend in person at the
address given below at 10 AM on the Deadline Date for bid Submission
given above.
12.

The address referred to above is:

Deputy Director PCU-Kandhar


Ministry of Energy & Water, PCU Regional office
Front of Aino Mina City, Kandahar National Radio &Television Compound, Arghandab
Sub-River Basin office
Kandahar, Afghanistan
Note: interested bidder can purchase the Bidding Documents from the below address of PCU
Procurement office/KBL also.
Eng. Nasir Ahmad

Ahadi

Procurement officer IRDP Project Coordination Unit PCU/KBL


Mobile: 0700686110

Você também pode gostar