Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Ливана


Provision for AFD schools rehabilitation (Ливан - Тендер #43107870)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Ливан (другие тендеры и закупки Ливан)
Организатор тендера: AFD
Номер конкурса: 43107870
Дата публикации: 23-06-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
Return to list of notices

General Information
Country: Lebanon
Notice/Contract Number: 23-NOR-0003 / PR 8200763
Publication Date: Jun 23, 2023
Deadline (local time): June 9, 2023 - 10:00
Agency: Agence Française de Développement (AFD)
Buyer: LIBAN - Norwegian Refugee Council
Original Language: English
Contact information
Address: Mohamad Zeinedine
Procurement Coordinator
Norwegian Refugee Council
10th floor, Weavers Center, Clemenceau
Beirut, Beirut
Lebanon
Telephone: + 961 (1) 366 113
E-mail: lb.procurement@nrc.no
Web site:: http://www.nrc.no
Goods, Works and Services
  • 45214000 - Construction work for buildings relating to education and research
  • 45200000 - Works for complete or part construction and civil engineering work
Documents attachés
  • Solicitation (21 MB; Jun 23, 2023) Download documents
Original Text

Norwegian Refugee Council (NRC)
Invitation to Bid
Works
ITB reference # 23-NOR-0003
PR reference # 8200763


SECTION 1
North, June 1, 2023

Our reference: Daleel Madani Web /NRC Website
SUBJECT: INVITATION TO TENDER FOR SCHOOLS REHABILIATION
PR reference: 8200763
Dear Mr/Ms
Following your enquiry regarding the publication of the above-mentioned invitation to tender, please find enclosed the following documents, which constitute the tender dossier.
Any request for clarification must be received by NRC in writing before the deadline for request for any clarifications from NRC. NRC will reply to bidders" questions before the deadline for submission of tenders.
Costs incurred by the bidder in preparing and submitting the tender proposals will not be reimbursed.
We look forward to receiving your tender at the address specified in the Instructions to Bidders before July20, 2023 at 10:00 (Beirut Time), as stated in the procurement notice.
Please note that bid submissions are not to be sent by email. If a bid is disclosed by act of omission, this will be considered as valid ground for a systematic exclusion from the bidding process.
If you decide not to submit a tender, we would be grateful if you could inform us in writing, stating the reasons for your decision.

Yours sincerely,
NRC Procurement Department
On behalf of the Bid Analysis Committee 

Tender Pack should include the following:
Sections highlighted in green must be completed by the bidder.
Section with no highlighted for reading and acknowledgments.


Part A: This ITB document contains the following:
 Section1: This cover Letter
 Section 2: Bid Data sheet.
 Section 3: NRC Invitation to bid general terms &condition.
 Section 4:Scope of Work.
 Section 5: Bidding form
 Section 6: Work Schedule
 Section 7: Ethical Standards Declaration
 Section 8: AFD Statement of Integrity
 Section 9: Environmental and Social Management Plan (ESMP)

Part B: Compressed folder contains the following:
 Annex A:
o Bill of Quantities
o Drawings
 Annex B: Forms
o Bid Summary Table
o Qualification Forms (QF):
 Qualification Form 1:
• QF_1. A-i: General Experience Record
• QF_1. A-ii: Overall Experience Record with INGOs
• QF_1. B-i: Particular Experience Record(Bidders who want to apply for one (1) Lot
• QF_1. B-ii: Particular Experience Record(Bidder who wants to apply for two (2) Lots
• QF_1. B-iii: Particular Experience Record(Bidder who wants to apply for three (3) Lots
 Qualification Form 2-Candidate Summary(Evidence of suitable personnel)
 Qualification Form 3-Work in Hand
 Qualification Form 4-Total Annual Turnover
o Schedules Forms (SC):
 Schedule No. 1: Major Items of Contractor"s Equipment
 Schedule No. 2: Key Personnel
 Schedule No. 3: Sub-Contractors
 Schedule No. 4: Manufacturers





SECTION 2
Bid Data Sheet
1. Background Data
Contract Name:Schools Rehabilitation Tender Contract Number: 23-NOR-0003

This bid is issued by Norwegian Refugee Council - NRC North Area Office in Tripoli - Lebanon any correspondence can be addressed the following address office.
Procurement Department
lb.north.procurement@nrc.no
NRC North Office
Block A, Second Floor, Basatin Trablos 4150 Building, Rass El Sakher Street, Tripoli
Google Map: https://goo.gl/maps/fsu5De2EuEyhQRnU9

2. Scope of Work

NRC funded by the Agence Française de Développement (AFD)is willing to assist in the improvement of students’ accommodations and needs & meet safety, protection and hygiene standards in Lebanese Public schools.
As part of NRC’s Education Program currently being implemented in the North, Beirut Mount Lebanon and Beqaa regions of Lebanon an agreement was reached between the Lebanese Ministry of Education and Higher Education(MEHE) and NRC that aims to support existing education facilities through targeted rehabilitation of identified public schools.
These activities are detailed in Section 4 of this ITB.

Please refer to the technical specifications and BOQs for more details.
MAXIMUM TIME-FRAME FOR COMPLETION OF WORKS: NRC expects the contractors to have fast-track mobilization, allowing for timely and speedy completion of works for each of the Lots. You are expected to prepare a schedule of works outlining the expected number of days needed for each of the construction/repair phases.
The overall schedule for works for each contract must be completed during the summer period when schools are closed. However, you are expected to prepare a schedule to complete the works as per the preliminary scheduled plan listed in Section 6 of this ITB.
Handing-over the schools is mandatory to take place as per the schedule listed in section 6, otherwise NRC preserves the right to apply penalty in case of delay (see section 6).

3. Schedule & Deadline for Submission

The deadline for submission of bids is 10:00 on the 20th of July 2023. Late bids will not be accepted.
EVENT DATE TIME
Invitation to Bid release 19 June 2023 8:00
Deadline to request Tender Documents 09 July 2023 10:00
Site visits (Day 1) 11 July 2023 10:00
Site visits (Day 2) 12 July 2023 10:00
Site visits (Day 3) 13 July 2023 10:00
Deadline for request for any clarifications from NRC 16 July 2023 23:59
Last date on which clarifications are issued by NRC 18 July 2023 16:00
Deadline for submission of tenders (receiving date, not sending date) 20 July 2023 10:00
Tender opening session by NRC 21 July 2023 11:00
Notification of award to the successful tenderer 02 August 2023
Signature of the contract 08August 2023

* All times are in the local time ofBeirut Lebanon.
Please note all dates are provisional dates and NRC reserves the right to modify this schedule.
Tender opening session: Only companies that have submitted a bid and committed to site visits (Section 3/ Clause 8) may attend the respective tender opening at NRC office or virtually via a video conferencing call.
During the first Public Tender Opening Session for bids received in response to Invitations to Bid (ITB), only the qualification documents will be opened and examined for completeness and fulfilment of the qualification criteria.

4. Manner of Submission
Please submit your bids in accordance with the requirements detailed below:
NRC will follow the two envelop process for this procurement. Failure to comply with the submission instruction will lead to supplier disqualification immediately.
Technical and Financial bids have to be uploaded strictly using eTB in a separate designated field, otherwise you offer will be disqualified.
Please submit your bid by uploading all files to the e-tender box web site (eTB) - the link is included in the file
0_LINK TO UPLOAD BID.pdf, which you downloaded together with this tender package.
In order to avoid technical problems and disqualification of your bid, please reduce the file name length before submission and please do not zip folders and sub-folders because the file with too long name cannot be transferred between different Microsoft Clouds (submit or zip single files only). Files with the same file name cannot be uploaded twice.
After successful bid submission you will receive a confirmation e-mail from eTB system. If you need to re-submit your offer, please add #2 after Company name and only the latest submission will be considered.
If you have any technical questions, please use the link available also in downloaded file 0_LINK TO UPLOAD BID.pdf before 16/07/2023 23:59.After submitting your question, you will receive an e-mail confirmation from eTB system.
If you do not receive an e-mail, or in case of technical problems, please contact lb.north.procurement@nrc.no
Complete bids shall be submitted no later than 10:00, on the due date indicated above. Bids submitted after that date shall not be considered.
Tenders will be opened publicly in the presence of the NRC tender committee.
5. Assessment Criteria
Award of the contract(s) will be based on the following:
Step 1: Administrative compliance check
Bidders must provide evidence of the following for their bid to be considered compliant:
1. Part A: Sections 5-9 completed, signed and stamped
2. Part B: related BoQs, Bid Summary Table, QF and SF completed, signed and stamped
3. Bidder has included a copy of their valid business licence, Tax Registration.
4. Eligibility Check that includes but not limited to attending the site visits.
Step 2: Technical Evaluation
A Technical Evaluation of all bids received will be conducted to shortlisted bidders. Criteria that will be used to evaluate and score the bids are outlined in Section 3, Clause 27.
Step 3: Financial Evaluation
Price in comparison to NRC established expectation and in comparison to other bidders of comparable technical  
6. Bidder’s Checklist
Description To be filled by bidder
Included?
Step/ document to be submitted with tender Yes No
Complete tender package delivered before the deadline specified in Section 2 - Bid Data Sheet - Compulsory
Section 5 – Bidding Form – completed, signed & stamped – Compulsory
Section 6 – Works Provision Schedule - signed & stamped – Compulsory
Section 7 – Ethical Standards Declaration – completed, signed & stamped – Compulsory
Section 8 – AFD Statement of Integrity – completed, signed & stamped – Compulsory
Bill of Quantities – Filled, signed & stamped – Compulsory (placed in Envelop 2)
Bid Summary Table - Completed, signed & stamped – Compulsory
All Four (4) Qualification forms – completed, signed & stamped – Compulsory
All Four (4) Schedule forms – completed, signed & stamped – Compulsory
Signed Completion Certificate from the contracting authority as proof of experience for the works completed related to General and Particular Experience - Compulsory
Supporting documents
Copy of company registration, Tax, MoF, Commercial Circular – Compulsory
Copy of VAT registration – Compulsory
Power of Attorney if applicable
Certificate from the Order of Engineers: every Engineer, whether he is a Contractor, or an Engineer assigned for this project
Copies of Company Owner(s) and Director(s) ID – Compulsory
Copy of their company Health and Safety Manual- Compulsory

SECTION3
NRC Invitation to Bid -General Terms & Conditions

1 Scope of Bid
1.1 The bid is based on the scope of the assignment as determined in the Bid Data Sheet (Section 2). The instruction to bidders should be read in conjunction with the Bid Data Sheet.
1.2 The successful Bidder will be expected to complete the assignment by the Intended Completion Date specified in the contract to be signed.

2 Corrupt Practices
2.1 Norwegian Refugee Council requires Employees, Bidders and Contractors, to observe standards of ethics during procurement and the execution of contracts. In pursuit of this, Norwegian refugee Council defines, for the purposes of this provision, the terms set forth below as follows:
a) “Corrupt practice” includes the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and
b) “Fraudulent practice” includes a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Norwegian Refugee Council, and includes collusive practices among Bidders prior to or after bid submission designed to establish bid prices at artificial, non-competitive levels and to deprive the Norwegian Refugee Council of the benefits of free and open competition;
c) In any case where fraud or corruption is identified, NRC will:
• reject any bids where the Bidder has engaged in corrupt or fraudulent practices in competing for the Contract;
• remove bidding contractors who engage in fraudulent or corrupt practices, from our prequalified list.
• liaise with District Officials to report if fraudulent or corrupt practices are identified
• terminate works.
2.2 Any communications between a Bidder and the Norwegian Refugee Council related to matters of alleged fraud or corruption must be made in writing and addressed to the accountability Department via email address: lb.complaints@nrc.no or via mobile to NRC Accountability Coordinator : +961 7000 7937

3 Data Protection and Security
3.1 NRC expects contractors who process personal data comply with the General Data Protection Regulation (EU GDPR) and any relevant national legislation. Suppliers processing personal data on an NRC contract will be required to sign a data processing / sharing agreement as a part of the contract. Refusal to sign such an agreement constitutes refusal of the contract terms and forfeiture of the contract on the part of the supplier.

4 Eligible Bidders
4.1 A Bidder shall meet the following criteria to be eligible to participate in NRC procurement of Works:
a) the bidder, at the time of bid, is not:
i. insolvent;
ii. in receivership;
iii. bankrupt; or
iv. being wound up
b) the bidder’s business activities have not been suspended;
c) the bidder is not the subject of legal proceedings for any of the circumstances in (b); and
d) The Bidder has fulfilled his or her obligations to pay taxes and social security contributions. In a case where VAT is included in a bid, a copy of the VAT certificate must accompany the bid.
e) A Bidder, and all parties constituting the Bidder including sub-contractors, shall not have a conflict of interest. All Bidders found to have an undisclosed conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest with one or more parties in this bidding process, if they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder, or influence the decisions of the Norwegian Refugee Council regarding this bidding process.
4.2 A Bidder whose circumstances in relation to eligibility change during a procurement process or during the execution of a contract shall immediately inform the Norwegian Refugee Council.
4.3 NRC reserves the right to refuse a bid at any time if the bidder or any party constituting the Bidder, including one of its sub-contractors violates any of the ethical standards provided in section 9 of the Invitation to Bid.

5 Joint Ventures, Consortia and Associations
5.1. Bids submitted by a joint venture, consortium or association of two or more firms as partners will be accepted under the following conditions: If the Bidder is a group of legal entities that will form or have formed a Joint Venture (JV), Consortium or Association for the Bid, they shall confirm in their Bid that : (i) they have designated one party to act as a lead entity, duly vested with authority to legally bind the members of the JV, Consortium or Association jointly and severally, which shall be evidenced by a duly notarized Agreement among the legal entities, and submitted with the Bid; (ii) if they are awarded the contract, the contract shall be entered into, by and between NRC and the designated lead entity, who shall be acting for and on behalf of all the member entities comprising the joint venture; and (iii) NRC will make payment to the lead entity.
5.2. After the Deadline for Submission of Bid, the lead entity identified to represent the JV, Consortium or Association shall not be altered without the prior written consent of NRC.
5.3. The lead entity and the member entities of the JV, Consortium or Association can submit only one Bid.
5.4. The description of the organization of the JV, Consortium or Association must clearly define the expected role of each of the entities in the joint venture in delivering the requirements of the ITB, both in the Bid and the JV, Consortium or Association Agreement. All entities that comprise the JV, Consortium or Association shall be subject to the eligibility and qualification assessment by NRC.
5.5. A JV, Consortium or Association in presenting its track record and experience should clearly differentiate between: a) Those that were undertaken together by the JV, Consortium or Association; and b) Those that were undertaken by the individual entities of the JV, Consortium or Association.
5.6. Previous contracts completed by individual experts working privately but who are permanently or were temporarily associated with any of the member firms cannot be claimed as the experience of the JV, Consortium or Association or those of its members, but should only be claimed by the individual experts themselves in their presentation of their individual credentials.
5.7. Consortium or Associations are encouraged for high value, multi-sectoral requirements when the spectrum of expertise and resources required may not be available within one firm.
6 One Bid Per Bidder Per Work
Each Bidder shall submit only one Bid per contract. A Bidder who submits or participates in more than one bid per contract will cause all the bids with the Bidder’s participation to be rejected.

7 Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of his Bid, and the Norwegian Refugee Council shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

8 Site Visit
8.1 The Bidder, at the Bidder’s own responsibility and risk,must attend the site visit (s) organized by NRC for only the Lots the bidder is willing to bid for (without exception). Any submitted bidding documents for a lot that the bidder has skipped its site visit will be considered automatically cancelled.
Skipping Lots’ site visits is eligible only for the lots that the bidder is not bidding for.
During the site visits, bidders will examine the Site of Works and its surroundings for the schools they are interested in bidding for in order to obtain all information that may be necessary for preparing the bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder’s own expense.
Non-participant bidders will be automatically excluded from the non-attended school visit.
8.2 Schools’ visits time, date and addresses are as below:
Day Area CERD School Name Date Time Location GPS Coordinates
1 North (Lot A) 409 Al Mourabia Souad Al Masri Public School For Girls 19 June 2023 10:00 to 11:00 Abo Samra, Tripoli 34.4237927, 35.8467374
1494 Tal Al Ziraa Mixed Public School 19 June 2023 12:00 to 13:00 Wadi jamous, Akkar 34.5174682, 35.9977539
2 Beqaa (Lot B) 832 Bar Elias Elementary Public School 20 June 2023 10:00 to 11:00 Bar Elias, Central Bekaa 33.778339
35.901752
1498 Sohmor First Public School 20 June 2023 12:00 to 13:00 Sohmor, West Bekaa 33.519150
35.688641
3 BML (Beirut Mount Lebanon) (Lot C) 123 Haret Hreik First Mixed Public School 21 June 2023 10:00 to 11:30 Haret Hreik, Baabda, Mount Lebanon 33.85122,
35.50721

66 Burj Hammoud Third Mixd Intermediate Public School 21 June 2023 12:00 to 13:00 Bourj Hammoud, Metn, Mount Lebanon 33.88174,
35.53987


Please make sure to be on time for the site visit since delays will not be tolerated.
There will be only one site visit with no other rounds.

9 Inspection
NRC is obliged to ensure that its procurement decisions are clearly justified and documented and keeping within the Donors mandatory principles. In that regard, full and on-the-spot access must be granted to representatives of NRC, the Donor or any organisation or person mandated by it, to premises belonging to NRC or its contractors. The right to access shall include all documents and information necessary to assess, or audit the implementation of the contract.

10 Obtaining and Completing Bidding Documents
10.1 Bidders who did not obtain the Bidding Document directly from the Norwegian Refugee Council will be rejected during evaluation. Where a Bidding Document is obtained from the Norwegian Refugee Council on a Bidder’s behalf, the Bidder’s name must be registered with the Norwegian Refugee Council at the time of issue.
10.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Document. Failure to furnish all information or documentation required by the Bidding Document may result in the rejection of the bid.

11 Clarification of Bidding Document
A prospective Bidder requiring any clarification of the Bidding Document shall contact the Norwegian Refugee Council in writing using the link available also in downloaded file 0_LINK TO UPLOAD BID.pdf before the deadline of requesting clarification The Norwegian Refugee Council will respond in writing to any request for clarification before the deadline for clarification of bids. The Norwegian Refugee Council shall forward copies of its response to all Bidders who have acquired the Bidding Document, including a description of the inquiry but without identifying its source.
12 Amendment of Bidding Document
12.1 At any time prior and until 48 hours prior to the deadline for submission of bids, the Norwegian Refugee Council may amend or cancel the Bidding Document by informing the bidders in writing.
12.2 To give prospective Bidders reasonable time in which to take an amendment or cancellation into account in preparing their bids, the Norwegian Refugee Council can, at his discretion, extend the deadline for the submission of bids.

13 Language of Bid
13.1 The bid, as well as all correspondence and documents relating to the bid shall be written in English.
13.2 Supporting documents and printed literature that are part of the bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, such translation shall govern.
13.3 Copies of official documents such as business registration, tax documents, bank guaranty can be provided in their issuance language.

14 Documents Comprising the Bid
14.1 Please submit your bid by uploading all files to the e-tender box web site - the link is included in the file0_LINK TO UPLOAD BID.pdf, which you downloaded together with this tender package.Technical and Financial bids have to be uploaded in a separate designated field, otherwise you offer will be disqualified.
14.2 bidder shall furnish all the documents comprising the bid as the following making sure that all official and legal documents such as but not limited to Commercial Registration, MoF, VAT, should not be older than one year otherwise bids with documents older might not be considered.
14.3 Envelop 1- Qualification: (Content of Envelop 1 to be strictly uploaded to Technical Bid section in eTB)
(a) Copy of the Commercial registration/Circular, Ministry of Finance and VAT certificate.
(b) ID"s or Passports copies of Authorized people that can sign on behalf of the company.
(c) Section 5: Contractor’s Biding form in Section 5 Filled, signed, and stamped.
(d) Section 6: Service Provision Schedule (Progress of Work) (as in Section 6)
(e) Section 7 – Ethical Standards Declaration – completed, signed &stamped.
(f) Section 8 – AFD Statement of Integrity – completed, signed & stamped.
(g) (Annex B) - completed, signed & stamped and it includes the following:
(i) Bid Summary Table
(ii) Qualification Forms:
1. Qualification Form 1:
• QF_1. A-i: General Experience Record
• QF_1. A-ii: Overall Experience Record with INGOs
• QF_1. B-i: Particular Experience Record (Bidders who want to apply for one (1) Lot or
• QF_1. B-ii: Particular Experience Record (Bidder who wants to apply for two (2) Lots or
• QF_1. B-iii: Particular Experience Record (Bidder who wants to apply for three (3) Lots
2. Qualification Form 2-Candidate Summary
3. Qualification Form 3-Work in Hand
4. Qualification Form 4-Total Annual Turnover
5. Copy of contracts, certificate of completions /Handover certificate as a proof for General and Particular experience listed in Qualification Form 1 and 2
(iii) Schedule Forms (SC):
1. Schedule No. 1: Major Items of Contractor"s Equipment
2. Schedule No. 2: Key Personnel
3. Schedule No. 3: Sub-Contractors-If no subcontracting please state that in the form.
4. Schedule No. 4: Manufacturers
(h) Certificate from the Order of Engineers: every Engineer, whether he is a Contractor or an Engineer assigned for this project or employed by a company or establishment classified on the basis of his employment thereby, shall enclose in his Bid a certificate confirming his membership to any one of the two Orders of Engineers in Lebanon for the year in which the Bid is submitted;

14.4 Envelop 2- Financial (Content of Envelop 2 to be strictly uploaded to Financial Bid section in eTB):
(a) – Pricing Proposal in two formats:
(i) filled signed and stamped PDF scanned format.
(ii) filled in MS Excel format.
Note: Annex A – BoQ excel sheets include sub-sheets for each school
14.5 All forms must be completed without any alterations to the format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.
15 Bid Price for Works Contract
15.1 This contract is divided into Lots/ Schools, and Lots or individual school can be awarded to One or Multiple bidders. Bidders can apply to any or all schools together. NRC reserves the right to award One (1) school per contractor or more.
15.2 The works to be executed under the contract is separated in two parts, 1) Fixed Part (Part I) and 2) Optional Part (Part II). The Works related to Part II shall not be executed until an official notice to commence from NRC. The Contractor undertakes to keep the Unit Prices pertaining Part II, fixed during the whole period of the Contract. NRC reserve the right and prior to awarding to modify the quantities and amounts of works that will be awarded to the awardee based on the available funds.
15.3 Bid prices are for complete contracts. Contracts cannot be subdivided into pieces unless is divided into lots. Where a bid is submitted per contract / lot, all relevant BoQ must be completed. The price is not subject to any adjustments or revision because of price or currency fluctuations, or the actual costs incurred by the Contractor without a duly signed amendment to this Contract.
15.4 This Contract will be awarded to One or Multiple Bidders.
15.5 The Bidder shall fill in rates and prices for all items of the Works/supply or service described in the drawings and specifications and listed in the BoQ, Items for which no rate or price is entered by the Bidder will not be paid for by the Norwegian Refugee Council when executed and shall be deemed covered by the other rates and prices in the BoQ.
15.6 Unless otherwise specified in the Bid Data Sheet, all duties, taxes and other levies payable by the contractor under the contract, shall be included in the total bid price submitted by the bidder.
15.7 For bidder subject to VAT, VAT should be mentioned in the offers
15.8 The priced Bill of Quantities submitted by any Bidder shall be checked for arithmetical errors and for what might be considered unreasonable rates during the evaluation. Where errors are identified one or more of the following steps may be taken:
a) If any rates are considered to be unrealistic or unreasonable they may be altered by mutual agreement, provided that no alteration shall be made in the amount of the Bid.
b) If any arithmetical errors are detected in an otherwise acceptable bid, and the Bidder, on being so notified, is prepared to confirm his bid and if the Bidder is subsequently awarded the contract, then the Bid shall be altered to reflect the difference.
c) The Bidder is reminded that it is entirely his responsibility to ensure the accuracy of his bid. No alteration will be made to the bid after its submission on the grounds of any arithmetical errors subsequently discovered except as provided above.

16 Currencies of Bid and Payment
16.1 All prices shall be quoted by the Bidder in USD, unless otherwise stated. Similarly, all payments will be made in Fresh USD.
16.2 NRC will execute payments upon completion of milestones as defined in the table below:
# Payment Milestone description Value to be released
1 After completion of 50% of the works per lot for all awarded lots. 40% of the Total value of the Works of all awarded lots.
2 After 100% completion of the work and performance test approved, also known as the Substantial Completion Date of the Works of all awarded lots. 90% of the re-measured and final executed quantities of the Works- minus the value of the first payment.
3 After the completion of the twelve Months defect liability period and the Final handover Certificate. Release of 10% retention money.
16.3 No Advanced Payment will be made.
16.4 NRC will retain 10% of the final executed and re-measured value of each lot as a form of “retention guarantee” for a defect liability period of Twelve (12) months after all Works have been finalized. If the Works develop faults within the period (not caused by excessive vandalizing or natural disaster), the Contractor will be required to rectify the faults at no additional cost for NRC. If no fault develops, the Defect Liability Bonds will be returned to the Contractor at the end of the defect liability period.
16.5 NRC shall pay by bank (transfer / cheque) within 30 days of completing of a milestone against an official invoice to NRC Office.
16.6 Bank payments will only be made to the contracted party’s local bank account in Lebanon.
16.7 Payments facilitated from outside Lebanon might be granted in on case by case basis and at the sole discretion on the employer.
16.8 All potential limitations to access funds by the Contractor in the nominated accounts shall be the sole risk and liability of the Contractor.
16.9 Invoices are to be submitted on a per contract basis with a copy of a Goods Received Note (GRN) or Certificate of Completion of Service signed by the party delivering the goods or services, the Requester and the Logistics/Warehouse keeper verifying quality and quantity.
17 Bid Validity
17.1 Bids shall remain valid for a period of 60 calendar days after the date of the bid submission deadline as prescribed by Norwegian Refugee Council. A bid valid for a shorter period shall be rejected as non-compliant.
17.2 In exceptional circumstances, prior to the expiration of the bid validity period, the Norwegian Refugee Council may request Bidders in writing to extend the period of validity of their bids. A Bidder must confirm in writing his acceptance of the extension. In case of extension, modification of the bid is not permitted.

18 Alternative Bids
Bidders shall submit offers that comply with the requirements of the bidding documents, including the basic technical design as indicated in the drawings and specifications. Alternative bids shall not be considered unless otherwise indicated in Section 2 – the Bid Data Sheet.
19 Format and Signing of Bid
The Bidder shall prepare one set of bid documents per contract that he wishes to bid for. The bidder should hold a copy of the documents with himself, for reference purposes.

20 Sealing and Marking of the Bid
The Bidder shall submit their bid as per Section 2 Paragraph 4 . Manner of submission.
21 Deadline for Submission of Bids
Bids must be submitted through the e-Tender Box system (eTB) before the deadline for submission of bids.
22 Late Bids
Submission of the bid through the e-Tender Box system (eTB) shall not be possible after the deadline for submission of bids.
23 Withdrawal and Replacement of Bids
23.1 A Bidder may withdraw or replace its bid after it has been submitted at any time before the deadline for submission of bids.
23.2 A bid can be replaced by submitting a revised offer through the e-Tender Box system (eTB) and the latest bid submitted will be considered as the final version. When submitting a revised bid, the Company name in eTB system should be modified by adding #2 in the designated field for the company name.
23.3 A bid may be withdrawn at any stage by sending written notice signed by an authorized representative to lb.north.procurement@nrc.no.
23.4 After the opening of bids, modifications to bids must be documented and any discussions reported in writing. A bid may be withdrawn at any stage, with written notice.

24 Confidentiality
24.1 Information relating to the examination, evaluation, comparison, and post-qualification of bids, and recommendation of contract award, shall not be disclosed to bidders or any other persons not officially concerned with such process until information detailing the best evaluated Bidder is communicated to all Bidders.
24.2 Any effort by a Bidder to influence the Norwegian Refugee Council in the examination, evaluation, comparison, and post-qualification of the bids or contract award decisions may result in the rejection of its bid.
24.3 From the time of bid opening to the time of Contract award, if any Bidder wishes to contact the Norwegian Refugee Council on any matter related to the bidding process, it should do so in writing.

25 Clarification of Bids
Norwegian Refugee Council may, at its discretion, ask any Bidder for a clarification of its Bid. The Norwegian Refugee Council’s request for clarification and the response shall be in writing. Any clarification submitted by a Bidder that is not in response to a request by the Norwegian Refugee Council shall not be considered. All requests for clarifications shall be copied to all bidders for information purposes. No change in the price or substance of the bid shall be permitted, except to confirm the correction of errors.

26 Bids Validation
26.1 The Norwegian Refugee Council’s determination of a Bid’s validity is to be based on the contents of the bid itself, which cannot be corrected if determined to be invalid
26.2 A valid bid is one that complies with all the terms, conditions, and specifications of the Bidding Document, without deviation or omission, which affects, or could affect;
a) the scope, quality, or performance of the Works specified in the Contract; or
b) limits in any substantial way, the Norwegian Refugee Council’s rights or the Bidder’s obligations under the Contract

27 Evaluation of Bid
27.1 Least Cost Selection method will be used to award bids.
27.2 The Norwegian Refugee Council shall examine the legal documentation and other information submitted by Bidders to verify eligibility, and then will review and score bids according to the following criteria;
a) Completion and inclusion of requested information and supporting documents (Administrative compliance)
b) Overall timeframe for the works (Technical evaluation)
c) Schedules (Key Personnel and Activity schedule) (Technical evaluation)
d) Bill of Quantities (Financial & Technical evaluation)
e) Previous experiences in similar works (Technical evaluation)
f) Price in comparison to NRC estimated rate (Financial evaluation)

Evaluation method: bids shall be evaluated for technical compliance based on technical expertise and experience, delivery capacity and quality of proposed technical offer.
Secondly, bids that are found to be technically compliant shall be evaluated based on price and value for money, analyzing all relevant costs, risks, and benefits of each bid.
A “Pass and Fail” method based on objective thresholds and technical criteria will be considered in evaluating the bids. Bidders may be requested to submit evidence in support of the information provided in their offers.
The technically accepted bid with the lowest financial offer will be selected. In some cases, the lowest priced bid might not necessarily be accepted due to some technical reasons that will be explained in the bid evaluation minutes.
I. ELIGIBLE BIDDERS
A Bidder shall meet the following criteria to be eligible to participate in NRC (Norwegian Refugee Council) procurement of Works:
a. All bidding companies must be registered in the Ministry of Finance where a copy of the Commercial Circular /VAT / Ministry of finance registrations to be provided with bidding documents.
b. Provided all the documents listed in the ITB (Invitation to Bid), Section 2 clause 6, and Section 3 clause 14 (Documents Comprising the Bid) and any additional documents for qualification of the Bidder are required.
c. Legal compliance:
The bidder, at the time of bid, is not:
i. insolvent.
ii. in receivership.
iii. bankrupt; or
iv. being wound up
d. The bidder’s business activities have not been suspended.
e. The bidder is not the subject of legal proceedings for any of the circumstances in (b); and
f. The Bidder has fulfilled his or her obligations to pay taxes and social security contributions. In a case where VAT is included in a bid, a copy of the VAT certificate must accompany the bid.
g. A Bidder, and all parties constituting the Bidder including sub-contractors, shall not have a conflict of interest. All Bidders found to have an undisclosed conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest with one or more parties in this bidding process, if they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder or influence the decisions of the Norwegian Refugee Council regarding this bidding process.
h. A Bidder whose circumstances in relation to eligibility change during a procurement process or during the execution of a contract shall immediately inform the Norwegian Refugee Council.
i. NRC reserves the right to refuse a bid at any time if the bidder or any party constituting the Bidder, including one of its sub-contractors violates any of the ethical standards provided in section 9 of the Invitation to Bid.

II. TECHNICAL EVAUALTION:

1. SIMILAR EXPEREINCE
This section will be divided into two categories, General Experience and Particular Experience detailed below:
A- General Experience For all Bidders:
i. Overall experience of a minimum of ten (10) years in Construction projects. The Contractor must provide evidence showing the required number of years and is requested to complete Qualification Form (QF) QF_1. A-i included in the ITB.
ii. Overall experience in working with international organizations in Lebanon of minimum one (1) over 5 years. Experience to be listed by bidder in Qualification Form (QF) QF_1. A-ii.

B- Particular Experience for all Bidders:
The evaluation criteria for the particular experience will be divided into three thresholds to evaluate the bidder’s technical status in terms of which threshold is considered fit to apply for.
The bidder can apply for all the lots (multiple schools per area) but will only be considered fit one of these thresholds.
I. Bidders who want to apply for one (1) Lot (Multiple Number of Schools Per Area):
• Within the past seven (7) years as Prime Contractor – Two (2) successfully handed over projects in Lebanon similar in nature, size, and complexity like Construction and Rehabilitation, exceeding overall contracts values of 200,000 USD (2 projects*100,000(avg. per project)). Experience as a subcontractor will not be considered.
• Within the past five (5) years as Prime Contractor – One (1) successfully handed over project in Lebanon like SCHOOLConstruction/Rehabilitation exceeding over all contract Per School of 100,000 USD. Experience as subcontractor will not be considered by the Evaluation Committee.
II. Bidder who wants to apply for two (2) Lots ((Multiple Number of Schools Per Area):
• Within the past seven (7) years as Prime Contractor – Four (4) successfully handed over projects in Lebanon similar in nature, size, and complexity like Construction and Rehabilitation, exceeding overall contracts values of 400,000 USD (4 projects*100,000(avg. per project)). Experience as a subcontractor will not be considered.
• Within the past five (5) years as Prime Contractor – Three (3) successfully handed over project in Lebanon like SCHOOLConstruction/Rehabilitation exceeding over all contract Per School of 100,000 USD. Experience as subcontractor will not be considered by the Evaluation Committee.
III. Bidder who wants to apply for three (3) Lots (Multiple Number of Schools Per Area):
• Within the past seven (7) years as Prime Contractor – Five (5) successfully handed over projects in Lebanon similar in nature, size, and complexity like Construction and Rehabilitation, exceeding overall contracts values of 500,000 USD (5 projects* 100,000(avg. per project)). Experience as a subcontractor will not be considered.
• Within the past five (5) years as Prime Contractor – Four (4) successfully handed over project in Lebanon like SCHOOLConstruction/Rehabilitation exceeding over all contract Per School of 100,000 USD. Experience as subcontractor will not be considered by the Evaluation Committee.

The Contractor must provide evidence showing the required number of years,contract values and is requested to complete the QUALIFICATION FORM (QF_1. B-I or II or III based on the number of lots he is bidding for) included in the ITB. Contract only will not be accepted; Handover certificate is required to consider the project eligible for technical evaluation.


2. KEY PERSONAL – Evidence of suitable personnel
The bidder is requested to submit a detailed curriculum vitae (CVs) according to the QUALIFICATION FORM 2- CANDIDATE SUMMARY included in the bidding documents signed by the candidate.
To ensure the relevant experience of the key personnel, CVs must include a list of projects of similar works in which the candidate was involved. The submitted key personnel shall be those intended to be allocated to the project for the works, with any substitutions or replacements requiring prior approval by NRC. 

School Rehabilitation/Completion
Ref  Key Personnel  Qualifications and Experience  Number of Staff
1  Project Manager  Preferable to be Diploma holder in Civil/Architectural Engineering + 7 years’ work experience of a similar nature  Minimum one (1) for Each Contract
2  Site Engineer  Must be Diploma holders in Civil/Architectural Engineering
+ 5 years’work experience of a similar nature  Minimum one (1) Per Lot
3 Electrical Engineer Must be Diploma holders in Electrical Engineering + 5 years’work experience of a similar nature  Minimum one (1) Per Lot
4 Mechanical Engineer Must be Diploma holders in Mechanical Engineering + 5 years’work experience of a similar nature  Minimum one (1) Per Lot
5 Safety Engineer/Officer Preferable to be Diploma holder in Health, Safety & SafeguardingEngineering + 5 years’ work experience of a similar nature Minimum one (1) Per Lot
6 Site Focal Point Preferable to be Diploma holder in Civil/Architectural Engineering + 2 years’ work experience of a similar nature Minimum one (1) Per Site (School)

Note: Bidder can propose one (1) Project Manager if they intend to bid for multiple lots, but bidders should assign at least one (1) Site Engineer for each Lot and should provide names of site engineers and site focal points for each lot separately as above.
Also refer to the table above for detailed staffing allocation.
In addition, Bidder must designate different Teams to work on multiple lots as the works are required to be done in parallel.

To "pass" these criteria, a bidder shall propose all the required key personnel as indicated above and all the proposed personnel shall fulfil the qualifications and experience requirements stated above. 


3. WORK IN HAND – and current contracts Pass/Fail
Submit a detailed list of current contracts in hand and other commitments, to prove the Bidder’s available capacity to undertake this contract within their current workload by completing the QUALIFICATION FORM 3 – WORK IN HAND and QUALIFICATION FORM 4- ANNUAL TURNOVER included in the ITB.

To get the pass mark for this criterion, the cumulative work capability should be greater or equal to the average calculated value of schools in each threshold (e.g.: for threshold 1 value is 0.375M USD).

If the project is in completion (90% to 100%), it will not be considered as a project in hand.

For Annual Turn Over Submission “QUALIFICATION FORM 4- ANNUAL TURNOVER”

This is also divided per threshold as below:

Threshold 1: The cumulative work capability is calculated as = highest annual turnover in the last three years - Amount of works in hand should be “Greater Than or Equal” to 0.150M USD

Threshold 2: The cumulative work capability is calculated as = highest annual turnover in the last three years - Amount of works in hand should be “Greater Than or Equal” to 0.300M USD

Threshold 3: The cumulative work capability is calculated as = highest annual turnover in the last three years - Amount of works in hand should be “Greater Than or Equal” to 0.450M USD


4. CONSTRUCTION SCHEDUAL & METHOD STATMENT (Pass/Fail)

The below schedule shall be followed starting from the date on which the Contractor will be given access to the site and receive a notice from the NRC Engineer to commence the Works and ending on the date of substantial completion of Works stated in the Certificate of Substantial Completion.
Area & Lot School Duration (in months with calendar days)
Lot A - North Tal Al Ziraa Mixed Public School 60 days
Al Mourabia Souad Al Masri Public School For Girls 30 days
Fnaydek Public School for Boys 30 days
Ibn Khaldoun Mixed Public School for Boys 14 days
Bebnine public school for Boys 14 days
Baddawi Elementary Mixed Public School 14 days
Lot B- Bekaa Bar Elias Elementary Public School 60 days
Sohmor First Public School 60 days

Источник закупки

Перейти

Импорт - Экспорт по стране Ливан

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт

Еще тендеры и закупки за эти даты

24-06-2023 ABR0009/2023 Sistema de reacción catalítico automatizado y de un sistema de análisis cromatográfico asociado con destino al Laboratorio de Investigación de InaMat2 de la UPNA.

23-06-2023 L"acquisition de cinq tracteurs de manutentation et un contrat ouvert pluriannuel pour la maintenance du matériel. .

23-06-2023 ACHERES - Boucle de Chanteloup - Liaison routière RD30-RD190 - Construction de la liaison et du pont. 1ère phase - Travaux d"aménagement du barreau RD22-RD55 sur la commune de Carrières-sous-Poissy .

23-06-2023 Fourniture et mise en oeuvre de feux tricolores .

23-06-2023 Contournement Sud-Ouest de Romans sur Isère - Réalisation d"un diagnostic socio-économique .

23-06-2023 Opération de réhabilitation et d"extension du groupe scolaire Geo Condé.





Copyright © 2008-2025, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru