You are on page 1of 15

RFP-CBARD-2023-024

1. Overview of the Request for Proposals


Roots of Peace (ROP), implementer of the UNDP-funded CBARD projects, invites qualified vendors to submit
quotation for Construction of Hafizullah Bik irrigation canal at the Qadis District in Badghis Province.

ROP invites qualified vendors to submit proposal for the Construction of


Description of Goods &
Related Services
Hafizullah Bik irrigation canal at the Qadis District in Badghis Province.
Please see attached annex 1).
Delivery Point(s) with exact
Please refer to Annex 1.
quantities

RFP # RFP-CBARD-2023-024

RFP Issue Date: March 06, 2023

Deadline for Questions: Date


March 12. 2023
& Time
RFP-CBARD-2023-024
For any questions/clarifications related to this RFP please contact via email to
Questions@rootsofpeace.org and mention clarifications RFP reference number
Submission Method: in the subject section of your email. Please do not send your bid to the above
email address. Any Proposal sent to the above email address will lead to
disqualification of a Proposal from evaluation.
March 15, 2023
RFP Closing Date & Time:
16:00 Hours Kabul Local Time.

Proposals should be submitted via email to


Submission Method:
CBARD-PROCUREMENT@rootsofpeace.org prior to the closing date above.

Anticipated Award Type ROP anticipates issuing a Firm Fixed Price Purchase Order. This is only the
anticipated type of award and may be changed as a result of negotiations.

Issuance of this RFP in no way obligates ROP to award a subcontract or purchase


order and Bidders will not be reimbursed for any costs associated with the
preparation of their quote.
An award will be made using the Trade-Off Method. The award will be issued to
the responsible Offeror submitting the lowest evaluated price that also meets or
exceeds the acceptability requirements described in this RFP and meet the
Basis for Award technical requirements.
Factors other than price/cost, such as technical approach, time to delivery, and
vendor capacity to deliver to specified locations, are more or equally important
in evaluation.
The province location is provided in the Technical Specification section. Exact
Delivery Terms
addresses will be provided upon award.
Shipment & Transportation The vendor shall be responsible for all shipment and transportation costs. All the
risk during shipment is the responsibility of vendor.

Expected delivery date Within 4.5 Months from the issuance of the Purchase Order Agreement (POA).

Documents to be submitted Bidder must specify all the required parameters listed in the
and requirements “Technical Specifications” section. Failure to do so may critically
disadvantage the bid during evaluation.

Offerors should submit all documents as outlined in the Proposal Checklist (Annex
2).

In addition to meeting the Technical Evolution Criteria, offerors are required to


meet or exceed the significant non-cost factors listed below:
a. Offeror must have documented ability to meet required delivery
timelines, as demonstrated through references from prior clients.
b. Offeror must demonstrate its ability to transport the goods without
damage or loss.
RFP-CBARD-2023-024

c. Offerors should be able to transfer any warranty/guarantee to ROP-


CBARD partner firm for the equipment.
The offeror should confirm they do not require any advance payment prior to
the delivery of goods.
Payment Terms Supplier agrees to ROP payment terms: Payment will be made to
the vendor’s company account after receiving a correct invoice in response to
the PO issued by the procurement department. Payment will be made in AFN at
the exchange rate of the payment day.
According to income Tax Law, ROP-CBARD will withhold 2% tax of the gross
amount from the vendor for purposes of tax remittances.
ROP is obliged to disclose relevant information to Government Authorities as and
when required in compliance to the laws of Afghanistan.

Information to bidders
1. Background
Roots of Peace (ROP) is a humanitarian organization whose mission is to rid the world of landmines and other
remnants of war by transforming toxic minefields into thriving farmland and communities through a focus on
sustainable, organic farming practices. Roots of Peace is implementing a Community-Based Agriculture Rural
Development (CBARD) project to support the Production of Fruits and Vegetables as an alternative to poppy
Cultivation and Trade in five high Cultivation provinces of Afghanistan.
Moreover, the ROP-CBARD project aims to create partnerships between existing ROP-CBARD communities to reach
three key objectives: reducing opium poppy cultivation, create alternative licit economic development for former
poppy farmers and women in the community, and support more sustainable peace.

2. Reporting on Fraud, Anti-corruption, and exploitation

Any payment of a bribe or kickback is strictly prohibited by ROP-CBARD and will result in disqualification. If you are
approached by anyone suggesting unlawful actions regarding this Request for Proposal (RFP ) or have any concerns
or suspicions that your proposal is not being treated with honesty, transparency, and integrity, please contact the
ROP office on CBARD.helpline@rootsofpeace.org.Confidentiality or anonymity can be guaranteed.

‫ فساد او رشوت ضد او ناوړه ګتی اخیستلو په اړه راپور ورکول‬،‫ د درغلیو‬.1


‫ لخوا په کلکه منع ده او پایله به یې د شرکت نا اهله ګرزول وي چه آینده‬ROP ‫د شرکت له طرفه چاته رشوت ورکول او هر ډول غیر قانونی تادیه د‬
‫( په اړه د غیرقانوني کړنو وړاندیز یا‬RFP) ‫ که تاسو سره د هر چا لخوا تماس ونیول شو اوددی‬.‫کی بلی پروژی ته خپل کاغذونه نشي جمعه کولی‬
‫ او روڼتیا سره سم چلند اونه‬،‫پیسوغوښتنه در څخه اوشوه یا کومه اندیښنه یا شک ولرئ که پیس ورنکړۍ نو ستاسو پروپوزل سره به په صداقت‬
‫ مونږ تاسی ته تضمین درکوو‬. ‫ ادرس اړیکه ونیسئ‬CBARD.helpline@rootsofpeace.org‫ دفتر سره په‬ROP ‫ مهرباني وکړئ د‬،‫کړای شي‬
.‫چي ستاسي دا ټولی خبری یا هویت به مونږ سره محرم وي او هیڅوک به تری نه خبریږي‬
RFP-CBARD-2023-024

2. INSTRUCTION TO BIDDERS / COMPLIANCE REQUIREMENTS

1. Submission of Submit signed, dated, and stamped Proposals in the format provided with your offers
offers to designated Procurement team before the deadline specified in this solicitation. Late
submissions will not be considered. The subject line must be the RFP#, (RFP-CBARD-
2023-024) failure to adhere to this instruction will lead to disqualification of a Proposal
from evaluation.
2. Responsibility ROP will not enter into any type of agreement with an Offeror prior to ensuring the
Determination Offeror’s responsibility. When assessing an Offeror’s responsibility, the following factors
are taken into consideration:
1. The offeror should have valid business license to operate in Afghanistan. Any
formal business license issued from the Government of the Islamic Republic of
Afghanistan is considered acceptable.
2. The source, origin, and nationality of the goods are not from a Prohibited Country,
nor have they been transported through such a country.
3. Having adequate financial resources to deliver goods.
4. Ability to comply with required or proposed delivery/performance schedules.
5. Have a satisfactory past performance record.
6. Have a satisfactory record of integrity and business ethics.
7. Be qualified, eligible to perform work under laws and regulations of the
Government of the Islamic Republic of Afghanistan, UNDP, and/or ROP.
3. Geographic • ROP must verify the source, nationality and origin, of goods and services and ensure
Code (to fullest extent possible) that ROP does not procure any services from prohibited
countries listed by the Office of Foreign Assets Control (OFAC) as sanctioned
countries. The current list of countries under comprehensive sanctions include Cuba,
Iran, North Korea, Sudan, and Syria. ROP is prohibited from facilitating any
transaction by a third party if that transaction would be prohibited if performed by
ROP.
• According Section 889 of FY2019 National Defense Authorization Act, Provision of
good/services from below Chines listed companies are prohibited.
1. Huawei Technologies Company,
2. ZTE Corporation,
3. Hytera Communications Corporation,
4. Hangzhou Hikvision Digital Technology Company,
5. Dahua Technology Company (or any subsidiary or affiliate of such entities)
By submitting a proposal in response to this RFQ, Offerors confirm that they are not
violating Source and Nationality requirements and that the services comply with the
Geographic Code and the exclusions for prohibited countries.
4. Mandatory Site A Mandatory site visit is scheduled for one day March 12, 2023, from 10:00AM to
Visit 02:00PM. Prospective bidders must communicate and arrange their site visit on
mentioned date with the following ROP personnel. Any visits beyond this date will not be
arranged. Bidders did not attend the site visit will lead to disqualification of their bids
during the evaluation. The bidders are required to submit the pictures of the site visit as
a proves of their visits along with their bids.

Bidders are instructed to contact the following person for arranging their site visits on
mentioned date.
Point of contact for site visit: Mob: 0793777913

1- Evaluation and Award


The award will be made to a responsive offeror whose offer follows the RFP instructions & meets the requirements
as outlined in this solicitation.
The decision to award will be based on Trade Off Method, considering price and technically acceptable offers. Please
note that if there are significant deficiencies regarding responsiveness to the requirements of this RFP, an offer may
be deemed “non-responsive” and may not be considered for evaluation. ROP-CBARD reserves the right to waive
immaterial deficiencies at its own discretion. A Mandatory site visit is scheduled for this RFP. Bidders did not attend the site
RFP-CBARD-2023-024

visit will not be considered for evaluation. The bidders are required to submit the pictures of the site visit as a proves of their
visits along with their bids.

Technical and Cost proposals will be reviewed separately. Technical Proposals that score over 75% will proceed onto
Cost Proposal evaluation.
1. Offerors should complete Annex 1 “Cost Proposal”. To be considered for award.
2. Offerors must complete all sections of Annex 2 – “Technical Proposal”. ROP will score technical proposals as
per the criteria below:
Technical Proposal Evaluation Criteria:
Proposal completeness.
Did the Offeror provide all the necessary attachments?
• Proposal Cover Letter
• Business Information and License 10
• Past Performance- relevant to irrigation construction works
• Technical Specifications of items quoted in Cost Proposal
• Check List.
Past Performance.
Did the Offeror provide relevant and verifiable past performance (Annex 2c).
The vendor must have successfully implemented and delivered at least two 30
similar contracts for Construction irrigation projects in the last five years.
Time to Delivery
Preference given to Offerors who can complete the construction of project to 25
the desired locations as quickly as possible.

Technical Specification
Do the goods offered meet or exceed the RFP requirements? Is there
sufficient information contained in the proposal with which to make a
determination of the proposed goods to be delivered.

The bidder shall provide the quality control plan, health and safety plan, site 35
environmental management plan (SEMP) and project work plan along with a
brief work methodology.
Financial Capabilities:
Offerors should provide proof of liquid assets of not less than 25% of the total
project budget. Acceptable proof would be a copy of the company’s bank
balance.

TOTAL 100

Annexes:

Annex 1: Cost Proposal


Annex 2: Technical Proposal
a. Proposal Cover Letter
b. Business Information and License
c. Past Performance
d. Technical Specifications
e. Check List and attachments
RFP-CBARD-2023-024

Annex 1: Cost Proposal:


Quantit Unit Price Total Price Delivery
No Item Name Specification Unit
y in USD in USD Location
Mobilization shall include all activities
and associated tasks for Hafizulla
transportation of contractor's h Bik,
Moblization personnel, equipment, and operating Qadis
1 LS 1.0 District of
to the site supplies to the site; establishment of
Badghis
offices, buildings, and other necessary Province
general facilities for the contractor's
operations at the construction site.
Excavation for culverts foundation,
canal lining foundation, and water
Excavation dividers foundation according to
2 of technical design/drawing including m³ 1,446.0
Foundation disposal of surplus material up to a
maximum distance of 10 m or as
directed by the ROP site engineer.
Mass Concrete Canal (40% Boulder &
60% Concrete M150 Kg/cm2)
Including formwork and all required
tasks according to Drawing and
Technical Specifications
1. 60% concrete and 40% small
boulder stones should be taken during
the work.
2. The small boulder stones used in
concrete are not more than 100 mm in
diameter.
3. Boulder stones should be hard and
smooth and should not contain lime or
other abrasive materials.
4. Boulder stone should not absorb
water, which causes the lack of water
to cause chemical reactions in
concrete and reduces its strength of
concrete.
5. Boulder stones should be placed
between the molds in such a way that
Mass
3 the protective layer has a distance of m³ 780.0
Concrete
5-10 cm from the mold so that it is not
visible from outside on the wall.
6. Freshly poured concrete should be
kept cool for at least 21 days
continuously by watering and serious
attention should be paid to this
regard.
7. In mixed concrete, that cement that
has a longer setting time should be
used, i.e. it hardens over a long time
(Low Heat Hydration).
8. The proper boulder size is 75mm to
100mm.
9. Aggregate and gravel used in mixing
concrete should be free of organic
matter and salts.
10. While pouring fresh concrete, care
should be taken so that the slump test
is dirty and the stone does not fall to
the bottom.
11. If the thickness of the concrete is
RFP-CBARD-2023-024

high and there is a risk of


displacement or breakage of the
molds, then concrete more than 120
cm thick in one stage should not be
poured.
12. Also, other recommendations and
specifications prepared in writing by
the relevant field engineer during the
work should be taken into
consideration.
13. Due to the fact that it is necessary
to keep the temperature low for the
concrete, all the measures that have a
major role in reducing the
temperature should be considered
and implemented, such as admixture.
The gravel is cooled by water and the
concrete is poured at a time when the
temperature is low.
14. After the concrete has been
poured, the poured concrete should
be washed with a damp cloth (bags).
15. Concrete Mark is 150 (1:2:4)
(Gravel: Sand: Cement)
16. The maximum size of the slump
should be (5-7.5) cm.
17. The water we use for mixing
concrete should have the properties
of drinking water.
18. Sufficient compaction should be
given to the concrete to ensure
compaction by means of a vibrator
machine and a needle.
A detailed specification and work
methodology are written on Design
drawings in the local language.
Reinforced Cement Concrete Class A
M250 (1:1:2): Supplying, placing,
compacting, and curing with washed
RCC
crash plant aggregate including steel
concrete
4 reinforcement, and all required m³ 10.0
Claas
activities according to drawings,
A(1:1:2)
specifications, and satisfaction of the
site engineer. Including all required
LAB tests and its results
Plain cement Concrete M150:
Supplying, placing, compacting, and
curing PCC class B M150 (1:2:4)
including formworks as per relevant
Plain
drawings, as per specifications, and to
Cement
5 the complete satisfaction of the site m³ 81.0
Concrete
engineer. shall be used washed crash
(PCC class C)
plant aggregate, Including all LAB
tests, and providing mix design for all
types of concrete and related tests
based on requirements.
Supply/Fabrication and Installation of
Iron Gate
Iron gates with Size (80x140)cm for
(80x140)cm
6 control of water including three coats PCs 6.0
for control
of enamel paint (one coat of red-oxide
of water
+ two coats of enamel paint), labor
RFP-CBARD-2023-024

and material complete in all respect


together an assembly of the frame,
hoist mechanism, rubber sealing, etc
as per relevant drawing/specification
and complete satisfaction of the ROP
site engineer. Only the Gate leaf area
has been considered for quantity
estimation.
Joint Preparation (PVC Water
Stopper): Provide all necessary
Joint materials, equipment, labor, and other
Preparation required tools for supply and
(PVC Water installation of PVC water stopper with
7 M 174.0
Stopper) & 22.5 cm width as per relevant design
Joint fillar drawings and the PVC water stopper
material: shall be approved by field supervisor
before implementation.

Laying and providing RCC Pipe for Turn


RCC Pipe Out with Cap each with L=1.3M for
8 Turn Out the purpose of dividing water rights No 37.0
with Cap between the farmers according to the
approved drawings
Stone Sign Board: Provide all
necessary labor, equipment, and
materials to Supply and install of
scheme sign board from 50mm
Marble stone with a size of 70x60cm
(Client details, Scheme and Project
details, Contractor details, Project
Start and End date, Placement of
Roots of Peace CBARD and UNDP
Stone Sign Logos need to be plotted in marble
9 PCs 1.0
Board proposed as sign board ) to be fitted
and need to be properly installed at
the start of the scheme (at Proper
location subject to the approval of the
Roots of Peace Supervisor) including
complete other necessary
construction works as per design
drawings and technical specification
and with complete satisfaction of
Roots of Peace field Supervisor.
Diversion during construction work of
existing canal including providing
10 Diversions. LS 1.0
temporary canal to provide water for
the farms during construction.
Graveling with proper leveling and
compaction from good quality and
Sub Base
approved source of the material (50%
11 Material for m³ 437.0
Soil, 25% Graval, and 25% Sand) with
Bed of Canal
compaction as directed by the
engineer.
Compaction with granular materials
from excavation or borrow pits from
approved sources including
Backfilling
compaction to 95% of modified
12 with m³ 1,008.0
proctor in layers shall not be more
Compaction
than 15 cm thick, FDT tests shall be
conducted, and each layer should be
approved by ROP Engineer.
RFP-CBARD-2023-024

Demoblization and site restoratioin:


Demoblizati All extra materials should remove, the
13 LS 1.0
on and site site should be clean and spotless
restoratioin before final handovering.
Total Price in USD USD

Total cost, assessment of overall price and price reasonableness. Prices should represent fairness and reasonableness.
Please Indicate fixed costs and total cost in the categories given with including transportation. Please provide your financial offer on
your company letterhead signed and stamped.

Offerors are welcome to submit photographs and product literature or technical documentation to support their
Technical Proposals (Annex 2).
RFP-CBARD-2023-024

Annex: 2

a) Proposal Cover Letter

[Firm’s Letterhead]

<Insert date of submission>

To: Roots of Peace (ROP)


Community Based Agriculture Rural Development (CBARD) Project

We, the undersigned, provide the attached proposal in accordance with the RFP-CBARD-2023-024 -
Construction of Hafizullah Bik irrigation canal at the Qadis district in Badghis Province.
I certify a validity period of 90 days for the prices provided in the attached proposal. Our proposal shall
be binding upon us, subject to the modifications resulting from any discussions.
We understand that ROP is not bound to accept any proposal it receives.

Yours sincerely,

Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
Telephone:
Email:

Company Seal/Stamp:
RFP-CBARD-2023-024

Annex: 2
b) Business Information and License

Company Name as per Business


License
Company Address:

Name of Company’s Authorized


Representative

Authorized Representative’s Email address

Authorized Representative’s Phone


Number
Banking and Payment Information
(Bank and AFN Currency):
The bidder must provide AFN Account details
as follows,
a. Bank name:
b. Company name:
c. Account number:
d. Swift Code:

Attach Copy of official registration or


business license.

Please attach your business license and a copy of the Tazkeria / Passport of the Company President.
RFP-CBARD-2023-024

Annex: 2
c) Past Performance

Include projects that best illustrate your work experience relevant to this RFP, sorted by decreasing order of completion date.
Projects should have been undertaken in the past five years. Projects undertaken in the past five years may be taken into consideration at the
discretion of the evaluation committee.

# Project Title Description of Activities Location: Client Cost in USD Start and Completed Completion Type of Agreement
End Dates on schedule Letter (Subcontract, Grant, PO
Province, Received? and fixed unit price or
(Yes/No) cost reimbursable)
District (Yes/No)

4
RFP-CBARD-2023-024

Annex: 2
d. Technical Specifications:
No Item Name Specification Unit Quantity
Mobilization shall include all activities and associated tasks for
transportation of contractor's personnel, equipment, and
Moblization
1 operating supplies to the site; establishment of offices, LS 1.0
to the site
buildings, and other necessary general facilities for the
contractor's operations at the construction site.
Excavation for culverts foundation, canal lining foundation, and
Excavation water dividers foundation according to technical
2 of design/drawing including disposal of surplus material up to a m³ 1,446.0
Foundation maximum distance of 10 m or as directed by the ROP site
engineer.
Mass Concrete Canal (40% Boulder & 60% Concrete M150
Kg/cm2) Including formwork and all required tasks according
to Drawing and Technical Specifications
1. 60% concrete and 40% small boulder stones should be taken
during the work.
2. The small boulder stones used in concrete are not more than
100 mm in diameter.
3. Boulder stones should be hard and smooth and should not
contain lime or other abrasive materials.
4. Boulder stone should not absorb water, which causes the
lack of water to cause chemical reactions in concrete and
reduces its strength of concrete.
5. Boulder stones should be placed between the molds in such
a way that the protective layer has a distance of 5-10 cm from
the mold so that it is not visible from outside on the wall.
6. Freshly poured concrete should be kept cool for at least 21
days continuously by watering and serious attention should be
paid to this regard.
7. In mixed concrete, that cement that has a longer setting time
should be used, i.e. it hardens over a long time (Low Heat
Mass Hydration).
3
Concrete 8. The proper boulder size is 75mm to 100mm. m³ 780.0
9. Aggregate and gravel used in mixing concrete should be free
of organic matter and salts.
10. While pouring fresh concrete, care should be taken so that
the slump test is dirty and the stone does not fall to the
bottom.
11. If the thickness of the concrete is high and there is a risk of
displacement or breakage of the molds, then concrete more
than 120 cm thick in one stage should not be poured.
12. Also, other recommendations and specifications prepared
in writing by the relevant field engineer during the work should
be taken into consideration.
13. Due to the fact that it is necessary to keep the temperature
low for the concrete, all the measures that have a major role in
reducing the temperature should be considered and
implemented, such as admixture. The gravel is cooled by water
and the concrete is poured at a time when the temperature is
low.
14. After the concrete has been poured, the poured concrete
should be washed with a damp cloth (bags).
15. Concrete Mark is 150 (1:2:4) (Gravel: Sand: Cement)
RFP-CBARD-2023-024

16. The maximum size of the slump should be (5-7.5) cm.


17. The water we use for mixing concrete should have the
properties of drinking water.
18. Sufficient compaction should be given to the concrete to
ensure compaction by means of a vibrator machine and a
needle.
A detailed specification and work methodology are written on
Design drawings in the local language.
Reinforced Cement Concrete Class A M250 (1:1:2): Supplying,
RCC placing, compacting, and curing with washed crash plant
concrete aggregate including steel reinforcement, and all required
4
Claas activities according to drawings, specifications, and satisfaction m³ 10.0
A(1:1:2) of the site engineer. Including all required LAB tests and its
results
Plain cement Concrete M150: Supplying, placing, compacting,
and curing PCC class B M150 (1:2:4) including formworks as per
Plain
relevant drawings, as per specifications, and to the complete
Cement
5
Concrete
satisfaction of the site engineer. shall be used washed crash m³ 81.0
plant aggregate, Including all LAB tests, and providing mix
(PCC class C)
design for all types of concrete and related tests based on
requirements.
Supply/Fabrication and Installation of Iron gates with Size
(80x140)cm for control of water including three coats of
Iron Gate enamel paint (one coat of red-oxide + two coats of enamel
(80x140)cm paint), labor and material complete in all respect together an
6 PCs 6.0
for control assembly of the frame, hoist mechanism, rubber sealing, etc as
of water per relevant drawing/specification and complete satisfaction of
the ROP site engineer. Only the Gate leaf area has been
considered for quantity estimation.
Joint Preparation (PVC Water Stopper) & Joint fillar material:
Joint Provide all necessary materials, equipments , labors and other
Preparation required tools for supply and installation of PVC water stopper
(PVC Water with 22.5 cm width (The water stopper shall be of extruded
7 M 174.0
Stopper) & polyvinyl chloride complying with BS 2571: Class 3, Compound
Joint fillar Type G4 ) and (2) cm thick cork filling as per relevant design
material: drawings, technical specifications and with complete
satisfaction of the Roots of Peace field supervisor.
RCC Pipe Laying and providing RCC Pipe for Turn Out with Cap each with
8 Turn Out L=1.3M for the purpose of dividing water rights between the No 37.0
with Cap farmers according to the approved drawings
Stone Sign Board: Provide all necessary labor, equipment, and
materials to Supply and install of scheme sign board from
50mm Marble stone with a size of 70x60cm (Client details,
Scheme and Project details, Contractor details, Project Start
and End date, Placement of Roots of Peace CBARD and UNDP
Stone Sign Logos need to be plotted in marble proposed as sign board ) to
9 PCs 1.0
Board be fitted and need to be properly installed at the start of the
scheme (at Proper location subject to the approval of the Roots
of Peace Supervisor) including complete other necessary
construction works as per design drawings and technical
specification and with complete satisfaction of Roots of Peace
field Supervisor.
Diversion during construction work of existing canal including
10 Diversions. providing temporary canal to provide water for the farms LS 1.0
during construction.
RFP-CBARD-2023-024

Graveling with proper leveling and compaction from good


Sub Base
quality and approved source of the material (50% Soil, 25%
11 Material for
Graval, and 25% Sand) with compaction as directed by the m³ 437.0
Bed of Canal
engineer.
Compaction with granular materials from excavation or borrow
Backfilling pits from approved sources including compaction to 95% of
12 with modified proctor in layers shall not be more than 15 cm thick, m³ 1,008.0
Compaction FDT tests shall be conducted, and each layer should be
approved by ROP Engineer.
Demoblizati Demoblization and site restoratioin: All extra materials should
13 on and site remove, the site should be clean and spotless befor final LS 1.0
restoratioin handovering.
RFP-CBARD-2023-024

Annex: 2
e) Proposal Checklist

Name of Company:

Does your proposal include the following?

 Cost Proposal as per Annex 1 (Attach separately)


 Provision of separate attachment Technical Specifications and sample pictures or other documentation you feel is
important for the review committee (per attachment).
 Signed and Stamped Cover Letter on Company Letterhead
 Past Performance Table
 Photos of the Site Visit.

Documents to determine responsibility, including:

 Copy of Valid business license


 Copy of Tazkira/passport of president and vice-president

Any un-checked boxes may indicate that your proposal is incomplete. ROP / CBARD reserves the right to
not evaluate any incomplete proposals.

You might also like