Nothing Special   »   [go: up one dir, main page]

Request For Quotation (RFQ) (Works) Rehabilitation of Lebanon District Electrical Substation, Benghazi, Libya January 24, 2018

Download as pdf or txt
Download as pdf or txt
You are on page 1of 12

REQUEST FOR QUOTATION (RFQ)

(Works)

DESCRIPTION: Rehabilitation of Lebanon District DATE: January 24, 2018


Electrical Substation, Benghazi, Libya REFERENCE: RFQ/LBY/SLCRR/2018/003

Dear Sir / Madam:

We kindly request you to submit your quotation for the following works, as detailed in Annex 1 of this
RFQ.

Quotations may be submitted on or before on or before 08 February 2018, 14.00 hours Tunis, Tunisia
time, ref. www.greenwichmeantime.com, and via email/hand delivered to the address below:

United Nations Development Programme


Libya Country Office
Rue du Lac Windermere, Les Berges du Lac, 1053 Tunis, Tunisia
tenders.ly@undp.org

An organized site visit is also arranged on 29 January 2018 at 11:00 hrs. (Libya Time).

Focal Person(s): Eng. Walid Mughrabi, Field Engineer and Mohamed Shembesh, Regional Project
Coordinator
Phone number: + 218 92 530 2129 and + 218 911011012

Quotations submitted by email must be limited to a maximum of 5MB, transmissions. They must be free
from any form of virus or corrupted contents, or the quotations shall be rejected.

It shall remain your responsibility to ensure that your quotation will reach the address above on or before
the deadline. Quotations that are received by UNDP after the deadline indicated above, for whatever
reason, shall not be considered for evaluation. If you are submitting your quotation by email, kindly ensure
that they are signed and in the .pdf format, and free from any virus or corrupted files.

Please take note of the following requirements and conditions pertaining to the supply of the
abovementioned works:

Place of contract Lebanon District Electrical Substation, Benghazi, Libya


Preferred United States Dollars (US$)
Currency of Quotation
Site visit An organized site visit will be held on 29 January 2018 at 11:00 hrs. (Libya
Time).
Focal Person(s): Eng. Walid Mughrabi, Field Engineer and Mohamed
Shembesh, Regional Project Coordinator
Phone number: + 218 92 530 2129 and + 218 911011012
Period of Validity of Quotes 90 days - commencing on the submission date
In exceptional circumstances, UNDP may request the Offeror to extend the
validity of the Quotation beyond what has been initially indicated in this
RFQ. The Offeror shall then confirm the extension in writing, without any
modification whatsoever on the Quotation.

RFQ/LBY/SLCRR/2018/003 1
Advanced Payment upon Except when the interests of UNDP so require, it is the UNDP’s
signing of contract preference to make no advanced payment(s) on contracts (i.e.,
payments without having received any outputs). In the event that the
Bidder requires an advanced payment upon contract signature, and if
such request is duly accepted by UNDP, and the said advanced
payment exceeds 20% of the total Bid price, or exceed the amount of
USD 30,000.00 UNDP shall require the Bidder to submit a Bank
Guarantee in the same amount as the advanced payment.

Liquidated Damages Will be imposed under the following conditions: Percentage of


contract price per day of delay:0.1% per calendar day
Max. limit of delay in :10%

Quotation shall include the a. Cover Letter: A cover letter that lists the lead contact person with
following: contact information, confirmation of acceptance to the General
Terms & Conditions for Civil Works (signed/stamped)

b. General Information: Include a description of the firm/company’s


history and experience to demonstrate that the firm/company has the
capacity to undertake the works.

c. Business Licenses: Provide a statement warranting that all state,


and local registrations, licenses, and permits required for the
operation of business conducted by the firm/company are current.

d. Experience: List and value of similar projects performed in past,


plus client’s contact details who may be contacted for further
information on those contracts.

A minimum number of similar 2 contracts implemented in past.


Copies of contracts and completion certificates (handover of work) to
be provided.

e. Project Schedule: An outline of the firm/company’s proposed


timeline reflecting start and completion dates of works including:

f. List of proposed personnel with CV’s showing relevant experience


and qualification.

g. Signed/stamped Annex 2 (FORM FOR SUBMITTING


SUPPLIER’S QUOTATION) and Annex 2A (BILL OF
QUANTITIES)

Evaluation method to be used Lowest priced offer of technically qualified/responsive quotation


in selecting the most
responsive Bid

RFQ/LBY/SLCRR/2018/003 2
Evaluation Criteria 1. Minimum no. of years of experience in construction/renovation
works: 2 (two).

2. Capacity to undertake mixture of the construction and renovation


works, including previous experience with same type of works,
availability of equipment and materials and current workload.

3. The company should have completed at least two contracts with


the contract value of USD 70,000.00 for each contract. Copies of
contracts and/or completion certificates (handover of work) to be
provided.

4. Qualifications and suitability of the key personnel proposed for the


contract including their previous experience with same type of
assignment.
 Civil Engineer - shall have a Degree in Civil engineering and
minimum of 5 years of experience of work.
 Electrical engineer - with a diploma in electrical engineering
and minimum of 3 years of experience of work of an
equivalent nature.
5. Submission of Implementation Timeline/Meeting the works
completion deadline of 60 days or shorter.

6. Acceptance of General Terms & Conditions for Civil Works.

Maximum Expected duration The successful vendor shall complete the works within 60 days from
of contract the award of contract. Offeror’s technical approach shall fully comply
with the specifications, drawings and BOQ.

All documentations, English


including catalogs,
instructions and operating Documents provided in other languages must be translated into
manuals, shall be in this English
language
Deadline for the Submission On or before 08 February 2018, 14.00 hours Tunis, Tunisia time, ref.
of Quotation www.greenwichmeantime.com

Partial Quotes Not permitted

UNDP will award to One and only one Vendor

Type of Contract to be Signed Contract for works

Conditions for Release of Submission of invoice and acceptance/certification by UNDP


Payment Engineer

RFQ/LBY/SLCRR/2018/003 3
Annexes to this RFQ Scope of Works (Annex 1)

Form for Submission of Quotation including the BOQ (Annex 2)

Specifications (Annex 3)

General Terms and Conditions for Civil Works (Annex 4).

Non-acceptance of the terms of the General Terms and Conditions


(GTC) shall be grounds for disqualification from this procurement
process.

Request for clarification Offerors requesting clarification of any of the items, technical
requirements or conditions stipulated in this RFQ shall communicate
in writing with UNDP office to procurement.ly@undp.org stating the
RFQ reference number: RFQ/LBY/SLCRR/2018/003

All the enquiries should be made five days prior to deadline. Any
delay in UNDP’s response shall be not used as a reason for extending
the deadline for submission, unless UNDP determines that such an
extension is necessary and communicates a new deadline to the
offerors.

The quotation that complies with all of the specifications, requirements and offers the lowest price, as well
as all other evaluation criteria indicated, shall be selected. Any offer that does not meet the requirements
shall be rejected.

Any discrepancy between the unit price and the total price (obtained by multiplying the unit price and
quantity) shall be re-computed by UNDP. The unit price shall prevail and the total price shall be corrected.
If the supplier does not accept the final price based on UNDP’s re-computation and correction of errors, its
quotation will be rejected.

At any time during the validity of the quotation, no price variation due to escalation, inflation, fluctuation
in exchange rates, or any other market factors shall be accepted by UNDP after it has received the
quotation. At the time of award of Contract or Purchase Order, UNDP reserves the right to vary (increase
or decrease) the quantity of services and/or goods, by up to a maximum twenty-five per cent (25%) of the
total offer, without any change in the unit price or other terms and conditions.

Any Contract/Purchase Order that will be issued as a result of this RFQ shall be subject to the General
Terms and Conditions attached hereto. The mere act of submission of a quotation implies that the vendor
accepts without question the General Terms and Conditions of UNDP herein attached as Annex 4.

UNDP is not bound to accept any quotation, nor award a Contract/Purchase Order, nor be responsible for
any costs associated with a Supplier’s preparation and submission of a quotation, regardless of the outcome
or the manner of conducting the selection process.

Please be advised that UNDP’s vendor protest procedure is intended to afford an opportunity to appeal for
persons or firms not awarded a purchase order or contract in a competitive procurement process.

RFQ/LBY/SLCRR/2018/003 4
Annex 1

Scope of Works

Rehabilitation of Lebanon District Electrical Substation, Benghazi, Libya

The works incorporate different finishing activities.

The contractor will provide and make available all materials, labor, equipment required to complete the works.

Rehabilitation activities are described below:

The works includes various repair works such as plastering, painting, water proofing and other finishing works as per
the BoQ

The works also incorporate supplying and installation of electrical equipment including Main Ring Unit Switchgear,
transformer and low voltage component as described in the BoQ. The work will be carried out in coordination with
the General Electric Company of Libya GECOL and in accordance with their specifications and requirement.

The offeror shall make his own inquiries and satisfy himself that the position, size, shape, method of construction,
color and usage of temporary buildings and facilities is compatible with all local and national requirements and laws.

All temporary buildings and work areas such as site offices, workshops, and stores shall be constructed only in
positions approved by the Client.

Excluding any approval given by the Client to the sitting of any temporary building or facility, responsibility for
complying with local and national laws remains with the Contractor.

RFQ/LBY/SLCRR/2018/003 6
Annex 2

FORM FOR SUBMITTING SUPPLIER’S QUOTATION

We, the undersigned, hereby accept in full the UNDP General Terms and Conditions, and
hereby offer to perform the works as per the summary provided below and attached priced BoQ in
conformity with the specification and requirements of UNDP as per RFQ Reference No.
RFQ/LBY/SLCRR/2018/003 - Rehabilitation of Lebanon District Electrical Substation, Benghazi,
Libya

Description: Total ( US$)

Grand Total

Currency: United States Dollars

All other information that we have not provided automatically implies our full compliance with the
requirements, terms and conditions of the RFQ.

Company Name: __________________________________________________________

Contact Person: ___________________ _______________________________________

Position: _________________________________________________________________

Email: ___________________________________________________________________

Mobile Number: ________________________________________________

Address: ________________________________________________________________________

Authorised Signature: _______________________ Date:_________________________

RFQ/LBY/SLCRR/2018/003 7
Annex 2 - A
BILL OF QUANTITIES
Rehabilitation of Lebanon District Electrical Substation, Benghazi, Libya

RFQ Reference No. RFQ/LBY/SLCRR/2018/003

Item Description Unit Total Amount


Unit Quantities Price in in
(USD) (USD)
Refurbishment of the existing damaged
substation building including the supply and
installation of all needed material and
workmanship to restore the existing substation
building to its original status, complete. The
work shall include, but not limited to, the
following:
a) Dismantling and removal of damaged
louvers including damaged marble frames.
b) Dismantling and removal of damaged steel
door including the frame as per consultant
engineer instructions
c) Demolishing the defected external and
internal plastering for walls to reach sound
substrate. The work includes scaffolding,
preparation of surface to receive new
plastering.
d) Closing the existing openings in the walls,
using hollow concrete block size 40 x 20 x 20
cm.
e) Repairing the damage structural parts of the
ceiling slab, beams, and columns. The price
shall include the supply of all required material
and workmanship to restore the structural parts
to the original safe conditions. The work shall
include removal of the damaged and loose
concrete to reach sound substrate, supply and
cast C30 Concrete slabs, beams and columns,
the required hollow blocks filling and steel
reinforcement to replace the damaged steel
reinforcement for the beams , columns and the
slab of ( two layers of 14 mm diameter bars at 5
bars / meter), approved bonding agent ,and
curing as per the relevant applicable
specification, propping, shuttering, formworks,
complete in accordance with and the Engineer's
instruction and approval.
f) Supplying and applying two layers of cement
plastering for the defected/damaged plastering
on the internal walls and ceiling. The first layer
shall be cement sand mortar (1:3) and the
second layer of 350 kg cement and 580 kg lime
1 stone powder. LS 1
Supply and apply two layers of cement
plastering for the external walls. The first layer
shall be cement sand mortar (1:3) and the
2 second layer of 350 kg cement and 580 kg lime LS 1

RFQ/LBY/SLCRR/2018/003 8
stone powder + 1170 Kg sand + marble
powder.
Supply and apply minimum 2 coats of high
quality colored emulsion paint "Supercyclic"
3 for the internal walls and ceilings. M2 260
Supply and apply minimum 2 coats of high
quality colored weather shield emulsion paint
4 for the external walls. M2 130
Fabricate, supply, and install windows louvers
as per GECOL's specifications. The work
includes supply and installation of 30 mm
thickness marble frame. The price also painting
works undercoat, priming and two oil based
5 approved paint. M2 8
Supply and installation of new metal doors as
per the GECOL specifications. The work
includes the frames, handles, locks and hinges
and painting with minimum 2 coats of oil
6 painting. M2 19
Supply and Installation of two layers 4mm
thick bituminous waterproofing membrane of
minimum of 4.5 Kg/m2 reinforced with
polyester. The work includes removal of the
old waterproofing layers, preparation of the
surface and the installation of skirting all over
7 the building parapet. M2 80
Supply and install 6'' diameter and 10 bar PVC
pipes for rain water drainage. The pipes should
be approved type similar to "Red Sea" brand or
equal. The work shall include creating holes in
the existing parapet and all required fittings
such as Tees, bends and all related work and
8 accessories as the Engineer instructions. ML 12
Repair, test and commissioning the existing
electrical network. The work includes supply
and routing of new cables, imbedded boxes,
16A switches, 16A sockets and all the
necessary work to complete; as per engineer
9 instructions. LS 1
Supply and install flourcent lighting fixtures
size 2 x 120 cm. The fixtures should be of
approved brand (Philips of equivalent) and the
work includes removal of the old ones and all
the necessary electrical works and connections
10 complete; as per the engineer instructions. NO 5
Supply and installation of fire extinguisher
11 cylinders 12 kg, ABC Powder. NO 3
Electrical Equipment

RFQ/LBY/SLCRR/2018/003 9
Supplying, installation and testing of Main
Ring Unit (MRU), Gas will be used SF6 to
quench the electrical shock, consist of three
load switchers 11 KV (2 Load, 11 KV, Break
Switch) each with 630 A and one fusion with
200A of capacity 11 KV to connect the tars
former (Power, Fuse 11 KV/200); all in
accordance with technical drawing and General
Electrical Company of Libya specifications and
approval.
12 LS 1
Supplying, installation and testing of a
transformer 1000 KV-11/0.4 KV. The rate
includes all joints and connections in and out
the transformer; all in accordance with General
Electrical Company of Libya GECOL
13 specifications and approval. LS 1
Supplying and installation of low voltage made
up from hot dip galvanized with connectors and
power of 1600A, including protection to
prevent the electricity going through in normal
conditions. the main switchers with 1600 A
capacity (MCCB) and voltage transforms and
current with gages and special switchers outlet
thermal electromagnetic feeders (MCCB) with
8 feeders, all compatible with the required
current . The rate includes the joints at the
endings for the low current in and out the panel
with protection not less than (IP65) and any
requirements to finish off the work in
professional manner and in accordance with
General Electrical Company of Libya
specifications and approval.
14 LS 1

Summary
Amount in USD
Grand total in words USD

Name of the contractor:


Signature and stamp of the contractor

Date:

RFQ/LBY/SLCRR/2018/003 10
Annex 3

Specifications

Attached

RFQ/LBY/SLCRR/2018/003 11
Annex 4

UNDP General Conditions of Contract for Civil Works

Attached

RFQ/LBY/SLCRR/2018/003 12

You might also like