You are on page 1of 11

Reintegration and Recovery Program

LBR 1057.KfW. RRP-V


A development programme of the Republic of Liberia, co-financed by the
Federal Government of Germany through KFW, in collaboration with
Ministry of Finance and Development Planning.

Bid Submission Sheet


[Complete this form with all the requested details and submit it as the first page of your
quotation, with the documents requested above attached. Ensure that your quotation is
authorized in the signature block below. A signature and authorization on this form will confirm
that the terms and conditions of this RFQ prevail over any attachments. If your bid is not
authorized, it may be rejected.]

Bid Addressed to (Procuring and Disposing Welthungerhilfe Liberia


Entity):
Date of Bid:
Procurement Reference Number: LBR 1057-18KfWRRP V Tender SUPL.020
RFT ID: 307512
Subject of Procurement: Provision for Construction of One Reinforced
Concrete Bridge (Double span 14m bridge)
along Ziah town to Bilibo Road in Grand Gedeh
Country

We confirm that we are eligible to participate in public procurement and meet the eligibility
criteria.

We undertake to abide by the Code of Ethical Conduct for Bidders and Providers as well as
KFW Declaration of Undertaking during the procurement process and the execution of any
resulting contract.

Our bid shall be valid until and including___________________________ [insert date, month
and year] and it shall remain binding upon us and may be accepted at any time before or on
that date.
We confirm that the prices quoted in the List of Supplies and Price Schedule are fixed and firm
for the duration of the validity period and will not be subject to revision or variation.
The delivery period offered is: _______________ [days/weeks/months] from date of
contract or Purchase Order.

Bid Submission Sheet Authorized By:

Signature: ____________________ Name: ____________________________

Position: ___________________________ Date: _____________________


(DD/MM/YY)
Authorized for and on behalf of:

Company: ______________________________________________________

Page 1 of 11
[Use Bidder’s Letterhead]
[Name of Bidder]
[Physical Address of Bidder]

Bid-Securing Declaration

Date:
Subject of procurement and Reference No Provision for Construction of One (1) Reinforced
Concrete Bridge (Double span 14m Bridge) along Ziah town to Bilibo Road in Grand
Gedeh County in Southeast Liberia - LBR1057-18KfWRRPV Tender SUPL.020

To: Welthungerhilfe Liberia

We, the undersigned, declare that:

1. We understand that, according to your conditions, bids must be supported by a Bid-


Securing Declaration.

2. We accept that we may be suspended for three years by the Welthungerhilfe Liberia from
being eligible for bidding in any contract with the Welthungerhilfe Liberia Projects, if we are in
breach of our obligation(s) in the bidding document, because we:

(a) have withdrawn our bid during the period of bid validity specified by us in the Bid
Submission Sheet or
(b) having been notified of the acceptance of our bid by the Procuring and Disposing
Entity during the period of bid validity fail or refuse to sign the contract.
3. We understand this Bid Securing Declaration shall cease to be valid if we are not the
successful Bidder, upon the earlier of:

(i) the expiry of the notice of best evaluated bidder; or

(ii) upon the expiration of the validity of our bid as stated in bid submission sheet.

Signed: [insert signature of person whose name and capacity are shown] In the capacity of
[insert legal capacity of person signing the Bid Securing Declaration]

Name: …………………………………………………………………………… [insert complete


name of person signing the Bid Securing Declaration]

Duly authorized to sign the bid securing declaration for and on behalf
of………………………………………………………………………………………………………
………………………………………………….. [insert complete name of Bidder]

Dated on ____________ day of __________________, _______ [insert date of signing]

Corporate Seal (where appropriate)

Page 2 of 11
List of Supplies and Price Schedule
Section 1: Specifications
Section 2: Price Schedule
Procurement Reference Number: ______________________________
COMPLETE THE UNIT AND TOTAL PRICES FOR EACH ITEM LISTED BELOW. AUTHORISE
THE PRICES QUOTED IN THE SIGNATURE BLOCK BELOW.]

Tender 20: lot 1: Bill of Quantities for Construction of One (1) Reinforced Concrete Bridge (Double Span 14m
bridge) along Ziah Town to Bilibo Road in Grand Gedeh County

Unit Cost Amount


Item Description Unit Qty
US$ US$.
A Preliminaries
1 Mobilization

Mobilization/demobilization; the contractor's general


obligations for all charges in respect of the establishment of
the contractor’s camps, equipment, personnel
accommodation, and construction plant on the site, and
1.1 also the financing costs, risks, legal and contractual L.S 1.00 -
obligations, security arrangement for works and camps and
general items of cost not covered elsewhere in the BOQ.
This includes satisfactory demobilization upon completion
of the project

Allow a provisional Sum of 300.00 USD for HIV/AIDs


activities including community sensitization at and around
1.2 L.S 1.00 -
the site to be conducted by health personnel during and
upon completion of the construction.

A1 Sub Total Mobilization -

Construction of One (1) Reinforced Concrete Bridge


B
L=14m
1 Site Preparation (Clearing and Grubbing)
Clearing of big trees, logs, tree stamps and vegetation
along the water way (under the bridge) and
1.1 M2 406.00 -
removal/disposal of objectionable materials resulting from
clearing and grubbing

2 Construction of Temporary By-Pass Bridge


Construct a temporary bypass(detour) that can allow
passage of vehicles (Min/Max. Of 5/20 tons) during the
2.1 construction and the clearing of water inlet and outlet and L.S 1.00 -
removal of the bypass(detour) and all remaining materials
after the construction as per WHH Engineer's instruction.

3 Cofferdam and Dewatering

Page 3 of 11
This item includes full compensation in providing access to
work site, diversion and care of the river, construction of
3.1 cofferdam, their protection and maintenance, dewatering L.S 1.00 -
and keeping dry the work area and all incidentals in respect
to work done below standing water.

4 Structure Excavations
Excavate in all types of soils/rock materials required for the
foundation of abutments, pier, and wing walls and for the
portion of existing structure to be demolished, extended or
4.1 M3 446.00 -
modified as per lines or elevations shown in the plan or as
staked by WHH Engineer including carting away any
surplus soils/rock materials

5 Concrete Blinding to Bottom of Excavations


Prepare and cast 5cm thick lean concrete of mixture 1:3:6
as blinding to bottom of excavations before casting of
reinforced concrete for abutments, center pier foundations
and wing walls including all required form work for high
5.1 quality and smooth finishing of all concrete works as per M3 5.00 -
specifications, drawings, and instructions of WHH
Engineer. Cost of this item includes the cost of all
materials(aggregates). Cost for this item should cover all
other related costs associated with this item of work.

6 Concrete Work for Wing walls, Abutment, Slabs/deck,


Pier, and Cross beams
Prepare and cast inset reinforced concrete wing walls,
abutment, piers, cross beams, slab using concrete mixture
of Class A (1:2:4) including all required form work for high
quality and smooth finishing of all concrete works as per
6.1 M3 -
specifications, drawings and WHH Engineers instructions. 126.79
Cost of this item includes the cost of all
materials(aggregates). Cost for this item should cover all
other related costs associated with this item of work.

7 Steel Reinforcement for Abutment walls, wing walls,


Slabs/deck, and Bridge cross section.
Supply, cut, bend, place and tie in position reinforcement
bars, grade 40/60 for concrete structures as shown in the
drawings and in accordance with the bar bending schedule
and WHH Engineers instructions. The reinforcements bars
shall conform to the requirements of AASHTO M31(ASTM
A615). Cost of this item includes the cost and supply of all
materials (reinforcement bars). Cost for this item should
cover all other related costs associated with this item of
work including binding wire.
7.1 10mm diameter reinforcement bars (Twisted or Ribbed) Kg -
1,255.07
7.2 12mm diameter reinforcement bars (Twisted or Ribbed) Kg -
2,635.57
7.3 16mm diameter reinforcement bars (Twisted or Ribbed) Kg -
4,069.76
7.4 20mm diameter reinforcement bars (Twisted or Ribbed) Kg -
6,605.29
7.5 -
25mm diameter reinforcement bars (Twisted or Ribbed) Kg 3,999.38

Page 4 of 11
8 Elastomeric Baring Pad
Assemble and install elastomeric material interspersed with
steel plates in accordance with the drawings. It should
include corrosion protection, painting of three coates plus
all fastening, and anchor bolts etc. as may be required to
set -
complete the whole work. WHH will supply the elastomeric 3.00
materials to the project site. The cost of this item of work
includes all other costs except for supply of the elastomeric
8.1 materials to the site.

9 Structure Backfill
Supply suitable materials either from the excavated
materials or from the nearest borrow pit and backfill the
constructed structure and excavated trenches as shown in
9.1 the drawings and in accordance with specifications. M3 201.00 -
Suitable materials shall be compacted up to 95% of
Modified AASHTO in 15cm horizontal layers up to the level
of the original carriage way.

10 Bridge Railings
Fabricate and install steel railings in accordance with the
drawings. It should include corrosion protection, painting of
three coates plus all fastening, anchor bolts, welding and
L.M -
mortor bedding etc. as may be required to complete the 40.00
whole work. The cost of this item of work includes all other
10.1 costs require for completion

11 Reinforced Concrete Bollard


Fabricate and install reinforced concrete bollard
(1.5x0.4x0.4m), all complete including footing
(1.4x1.4x0.25M) and painting as shown in the drawings
No. 4.00 -
and to be installed at both approaches of the bridge as per
WHH Engineer's instructions. The cost of this item of work
11.1 includes all other costs require for completion

12 Other Works
Supply and fill embankment for the approach road of the
culvert using selected approved soil (from excavated soil or
nearby borrow pit). Each layer of the filling shall not be
12.1 greater than 15cm and provide compaction up to 95% of M3 -
54.00
modified AASHTO. The approach shall be constructed
about 15m each side of the culvert as instructed by WHH
Engineer

B1 Sub Total for Construction of 14M long Bridge -

Bill Summary
D Total for Cost (A1+B1) -

E Total Bid Amount for Lot 1 (D) -

Page 5 of 11
CURRENCY OF QUOTATION: US Dollars

Item No Delivery Site along Ziah Town to Bilibo Road, LOT 1 Total Amount (USD)
Grand Gedeh County.
Tender 20 Provision for Construction of one (1) Lot 01
Reinforced Concrete bridge (Double span 14m
bridge) along Ziah town to Bilibo Road Grand
Gedeh County
TOTAL AMOUNT FOR ALL LOTS (USD)

Page 6 of 11
The Delivery and Completion Schedule shall be as specified in the Special Conditions of
Contract.
List of Supplies and Price Schedule Authorized By:

Signature: ______________________Name: ____________________________

Position: ___________________________ Date: ___________________


(DD/MM/YY)
Authorized for and on behalf of:

Company: _________________________________________________________

Page 7 of 11
Bidder’s Bank Details
Please provide details bank account bank in the name of the bidder

Bank Name
Bank Address
Beneficiary Name
Account Number
Swift Address
BBAN
Bank Phone Number

Legal/Finance Documents

Please attached the following Documents:


S/N Description of Document Tick if attached
1 Copy of Business/Company Registration Certificate
2 Article of Incorporation
3 Valid income tax clearance

Page 8 of 11
Declaration of Undertaking
Reference name of the Application/Offer/Contract: Provision for Construction of One (1)
Reinforced Concrete bridge (Two span 14m bridge) along Ziah Town to Bilibo Road Grand Gedeh
County, in Southeast Liberia

("Contract")1
To: Welthungerhilfe Liberia ("Project Executing Agency")

1. We recognise and accept that KfW only finances projects of the Project Executing Agency
(“PEA”)2 subject to its own conditions which are set out in the Funding Agreement it has
entered with the PEA. As a matter of consequence, no legal relationship exists between
KfW and our company, our Joint Venture, or our Subcontractors under the Contract. The
PEA retains exclusive responsibility for the preparation and implementation of the Tender
Process and the performance of the Contract.
2. We hereby certify that neither we nor any of our board members or legal representatives
nor any other member of our Joint Venture including Subcontractors under the Contract are
in any of the following situations:
2.1) being bankrupt, wound up or ceasing our activities, having our activities administered
by courts, having entered into receivership, reorganisation or being in any analogous
situation.
2.2) convicted by a final judgement or a final administrative decision or subject to financial
sanctions by the United Nations, the European Union or Germany for involvement in
a criminal organisation, money laundering, terrorist-related offences, child labour or
trafficking in human beings; this criterion of exclusion is also applicable to legal
Persons, whose majority of shares are held or factually controlled by natural or legal
Persons which themselves are subject to such convictions or sanctions;
2.3) having been convicted by a final court decision or a final administrative decision by a
court, the European Union, national authorities in the Partner Country or in Germany
for Sanctionable Practice in connection with a Tender Process or the performance of
a Contract or for an irregularity affecting the EU’s financial interests (in the event of
such a conviction, the Applicant or Bidder shall attach to this Declaration of
Undertaking supporting information showing that this conviction is not relevant in the
context of this Contract and that adequate compliance measures have been taken in
reaction);
2.4) having been subject within the past five years to a Contract termination fully settled
against us for significant or persistent failure to comply with our contractual obligations
during such Contract performance, unless this termination was challenged and
dispute resolution is still pending or has not confirmed a full settlement against us;

1
Capitalised terms used, but not otherwise defined in this Declaration of Undertaking have the meaning given to
such term in KfW’s “Guidelines for the Procurement of Consulting Services, Works, Plant, Goods and Non-
Consulting Services in Financial Cooperation with Partner Countries”.
2
The PEA means the purchaser, the employer, the client, as the case may be, for the procurement of Consulting
Services, Works, Plant, Goods or Non-Consulting Services.

Page 9 of 11
2.5) not having fulfilled applicable fiscal obligations regarding payments of taxes either in
the country where we are constituted or the PEA's country.
2.6) being subject to an exclusion decision of the World Bank or any other multilateral
development bank and being listed on the website http://www.worldbank.org/debarr
or respectively on the relevant list of any other multilateral development bank (in the
event of such exclusion, the Applicant or Bidder shall attach to this Declaration of
Undertaking supporting information showing that this exclusion is not relevant in the
context of this Contract and that adequate compliance measures have been taken in
reaction); or
2.7) being guilty of misrepresentation in supplying the information required as a condition
of participation in the Tender.
3. We hereby certify that neither we, nor any of the members of our Joint Venture or any of
our Subcontractors under the Contract are in any of the following situations of conflict of
interest:
3.1) being an affiliate controlled by the PEA or a shareholder controlling the PEA, unless
the stemming conflict of interest has been brought to the attention of KfW and resolved
to its satisfaction.
3.2) having a business or family relationship with a PEA's staff involved in the Tender
Process or the supervision of the resulting Contract unless the stemming conflict of
interest has been brought to the attention of KfW and resolved to its satisfaction.
3.3) being controlled by or controlling another Applicant or Bidder, or being under common
control with another Applicant or Bidder, or receiving from or granting subsidies directly
or indirectly to another Applicant or Bidder, having the same legal representative as
another Applicant or Bidder, maintaining direct or indirect contacts with another
Applicant or Bidder which allows us to have or give access to information contained in
the respective Applications or Offers, influencing them or influencing decisions of the
PEA;
3.4) being engaged in a Consulting Services activity, which, by its nature, may be in conflict
with the assignments that we would carry out for the PEA.
3.5) in the case of procurement of Works, Plant or Goods:
i. having prepared or having been associated with a Person who prepared
specifications, drawings, calculations, and other documentation to be used in the
Tender Process of this Contract.
ii. having been recruited (or being proposed to be recruited) ourselves or any of our
affiliates, to carry out works supervision or inspection for this Contract.
4. If we are a state-owned entity, and compete in a Tender Process, we certify that we have
legal and financial autonomy and that we operate under commercial laws and regulations.
5. We undertake to bring to the attention of the PEA, which will inform KfW, any change in
situation with regard to points 2 to 4 here above.
6. In the context of the Tender Process and performance of the corresponding Contract:
6.1) neither we nor any of the members of our Joint Venture nor any of our Subcontractors
under the Contract have engaged or will engage in any Sanctionable Practice during
the Tender Process and in the case of being awarded a Contract will engage in any
Sanctionable Practice during the performance of the Contract.

Page 10 of 11
6.2) neither we nor any of the members of our Joint Venture or any of our Subcontractors
under the Contract shall acquire or supply any equipment nor operate in any sectors
under an embargo of the United Nations, the European Union or Germany; and
6.3) we commit ourselves to complying with and ensuring that our Subcontractors and
major suppliers under the Contract comply with international environmental and
labour standards, consistent with laws and regulations applicable in the country of
implementation of the Contract and the fundamental conventions of the International
Labour Organisation3 (ILO) and international environmental treaties. Moreover, we
shall implement environmental and social risks mitigation measures when specified
in the relevant environmental and social management plans or other similar
documents provided by the PEA and, in any case, implement measures to prevent
sexual exploitation and abuse and gender-based violence.
7. In the case of being awarded a Contract, we, as well as all members of our Joint Venture
partners and Subcontractors under the Contract will, (i) upon request, provide information
relating to the Tender Process and the performance of the Contract and (ii) permit the PEA
and KfW or an agent appointed by either of them, and in the case of financing by the
European Union also to European institutions having competence under European Union
law, to inspect the respective accounts, records and documents, to permit on-the-spot
checks and to ensure access to sites and the respective project.
8. In the case of being awarded a Contract, we, as well as all our Joint Venture partners and
Subcontractors under the Contract undertake to preserve above mentioned records and
documents in accordance with applicable law, but in any case, for at least six years from
the date of fulfilment or termination of the Contract. Our financial transactions and financial
statements shall be subject to auditing procedures in accordance with applicable law.
Furthermore, we accept that our data (including personal data) generated in connection with
the preparation and implementation of the Tender Process and the performance of the
Contract are stored and processed according to the applicable law by the PEA and KfW.

Name: ____________________________ In the capacity of: _____________________


Duly empowered to sign in the name and on behalf of4: _____________________________

Signature: Dated:

3 In case ILO conventions have not been fully ratified or implemented in the Employer’s country the
Applicant/Bidder/Contractor shall, to the satisfaction of the Employer and KfW, propose and implement appropriate
measures in the spirit of the said ILO conventions with respect to a) workers grievances on working conditions and terms of
employment, b) child labour, c) forced labour, d) worker’s organisations and e) non-discrimination.
4
In the case of a JV, insert the name of the JV. The person who will sign the application, bid or proposal on behalf
of the Applicant/Bidder shall attach a power of attorney from the Applicant/Bidder.

Page 11 of 11

You might also like