View TDS
Tender/Proposal Detail
Tender/Proposal ID : 976411 Invitation Reference No. : PIU/DU/CIVIL-01
Closing Date and Time : 16-Jan-2025 15:00 Opening Date and Time : 16-Jan-2025 15:00
Procuring Entity : Improving Computer and Software Engineering Tertiary Education Project (ICSETEP)
Brief : Construction of two basements and 13 storied green and smart building including sanitary, water supply, electro-
mechanical works, computer networking etc for IT HUB of Dhaka University
Instructions for completing Tender/Proposal Data Sheet are provided in italics in parenthesis for the relevant ITT clauses
ITT Amendments of, and Supplements to, Clauses in the Instructions to Tenderers/Consultants
Clause
A. General
ITT 1. Scope of Tender
Clause
1.1 The Procuring Entity named in the Tender Data Sheet (TDS) (hereinafter referred to as the “PE”) wishes to issues these e- Tender
Document (hereinafter referred to as the “e-TD”) for the procurement of Works and physical services as specified in the TDS and as
detailed in section 6: Bill of Quantities. The name of the Tender and the number and identification of its constituent lot(s) are stated in
the TDS.
The PE is: the University of Dhaka represented by (pls. insert name of Project Coordinator PIU head)
Professor Dr. Kazi Muheymin-Us-Sakib
E-mail: sakib@[Link]
The Name of the Tender is: Construction of two basements and 13 storied green and smart building including sanitary, water supply,
electro-mechanical works, computer networking etc for IT HUB of Dhaka University.”
……………………………………………………………………………………………………………………………………………………………..
Brief Description of the Works: Construction of two basements and 13 13-storied green and smart building including sanitary, water
supply, electro-mechanical works, computer networking, etc for IT HUB of Dhaka University
The Works covers the construction of RCC buildings including, but not limited to the following:
• Mat foundation
• Basement works
• Sanitary and plumbing works
• Electromechanical works including Lift, Sub-stations, generators
• Building Management System
• Fire detection and firefighting system
• Access control systems
• Solar panel installations, etc.
• Lighting protecting systems
• HVAC systems (VRF)
Tender Ref: PIU/DU/CIVIL-01 , Dated : 26/11/2024
Lot No(s): Single Lot.
ITT 3. Source of Funds
Clause
3.1 PE has been allocated public funds as indicated in the TDS and intends to apply a portion of the funds to eligible payments under
the Contract for which this e-TD is issued.
The source of public funds is: the Asian Development Bank (ADB) and the Government of Bangladesh (GoB) supporting the Loan
Agreement (Ordinary Operations [Concessional]) for Loan 4348-BAN: Improving Computer and Software Engineering Tertiary
Education Project
3.3 Payments by the Development Partner, if so indicated in the TDS, will be made only at the request of the Government and upon
approval by the Development Partner or foreign state or Organisation in accordance with the applicable Loan / Credit / Grant
Agreement, and will be subject in all respects to the terms and conditions of that Agreement.
The name of the Development Partner is the Asian Development Bank (ADB).
In compliance with the financing agreement for the project with the Asian Development Bank (ADB), amendments have been made to
Instructions to Tenderers (ITT) and General Conditions of Contract (GCC) which are provided in Appendix-A and Appendix-B
respectively attached in Section 8 (Particular Specification) with this e-Tender document.
ITT 5. Eligible Tenderers
Clause
5.1 This Invitation for Tenders is open to all potential Tenderers from all countries, except for any specified in the TDS.
Tenderers from the following countries are not eligible:
Other than ADB members (List of ‘ADB members’ is attached with the bidding document as Appendix-C)
ITT 6. Eligible Materials, Equipment and Associated Services
Clause
6.1 All materials, equipment and associated services to be supplied under the Contract are from eligible sources, unless their origin is
from a country specified in the TDS.
Materials, Equipment and associated services from the following countries are not eligible:
Other than ADB members (List of ‘ADB members’ is attached with the bidding document as Appendix-C)
B. e-Tender Document (e-TD)
ITT 10. Clarification of e-TD
Clause
10.2 A prospective Tenderer requiring any clarification of the e-TD shall be allowed to post clarification as stated under ITT Sub Clause
10.1 till the date and time as specified in the TDS, but not later than the date of Pre-Tender meeting as stated under ITT Clause 11, if
held.
Allowed to post clarification till: Not Applicable
ITT 11. Pre-Tender Meeting
Clause
11.1 To clarify issues and to answer questions on any matter arising in the e-TD, the PE may, if stated in the TDS, hold a Pre-Tender
Meeting.
A Pre-Tender meeting shall be held through e-GP System. In addition, a face-to-face meeting will also be held.
11.2 Pre-Tender Meeting will be held online on the date and time as specified in the TDS. Clarifications to the queries of Tenderer will
be made online, and also responses will be shared through dashboard of Tenderers, who have purchased the e-TD.
Pre-Tender meeting will be held as per following schedule:
Online Pre- Tender meeting:
i) Start Date (Next day of IFT Publication)
ii) Closing Date (7 to 10 days before last tender submission)
Face-to-face Pre-Tender meeting:
i) A Pre- Tender meeting shall be held at: Office of the Project Imolementation Head, University of Dhaka.
Time & Date: 02.01.2025 3:00 AM
C. Qualification Criteria
ITT 15. Experience Criteria
Clause
15.1 Tenderer shall have the following minimum level of construction experience to qualify for the performance of the Works under the
Contract:
(a) a minimum number of years of general experience in the construction of works as Prime Contractor or Subcontractor or
Management Contractor as specified in the TDS; and
(b) specific experience as a Prime Contractor or Subcontractor or Management Contractor in construction works of a nature,
complexity and methods/construction technology similar to the proposed Works in at least a number of contract(s) and of a minimum
value over the period, as specified in the TDS.
(a) The minimum number of years of general experience of the Tenderer in the construction works as Prime Contractor or
Subcontractor or Management Contractor shall be 05(Five) years.
NOTE:
1. Years will be counted backward from the date of publication of IFT in the e-GP website.
2. The start date of the earliest/first construction works completed satisfactorily will be considered for calculating the period of general
experience. Tenderer shall attach relevant certificate issued by concerned procuring entity (PE).
(b) I. The minimum specific experience as a Prime Contractor or Subcontractor or Management Contractor in construction
works of at least 01 (one) contract of similar nature, complexity and methods/construction technology successfully
completed within the last 5 (Five) years with a value of at least BDT 700 million (Seven hundred million Taka) in a single
contract. [Years shall be counted backwards from the IFT publication date in the e-GP website]
For the purpose of similar nature and complexity, the above contract shall include construction of at least 10 (ten) storied reinforced
cement concrete (RCC) building including Sanitary, Water Supply, and Electro-Mechanical Works.
II. For the above or other contracts executed during the period stipulated in 15.1 (b) I. above, a minimum construction
experience is required in the following key activities:
(i) 2 (two) levels of basements;
(ii) Mat foundation work for at least 10 (ten) storied building;
(iii) Electromechanical works including Lifts, Substations of value BDT 50 (fifty) million.
The above activities must be complied with by the Tenderer. In case of a Joint Venture, the Tenderer or at least one of the partners
must meet the above requirements. For contracts under which the Tenderer participated as a Joint Venture partner, only the Tenderer’s
designated scope of works under the contracts shall be considered to meet these requirements.
III. The PE accepts any or all of the following key activities to be subcontracted. They may be complied with by the Tenderer
or by its proposed Specialist Subcontractor(s). If the key activity is to be undertaken by a Specialist Subcontractor, the
Tenderer shall provide evidence of the subcontracting agreement along with the Tender.
(i) HVAC systems of minimum value of BDT 40 (forty) million Taka In one or more contracts
(ii) Fire detection and firefighting installations of value at least BDT 10 (ten) million;
(iii) Installation and operationalization of Building Management System (BMS) of value at least BDT 10 (ten) million; In case the
Tenderer does not have such experience, a consortium may be allowed.
(iv) Installation of solar grid power system of not less than 30 KW capacity in one or more contracts.
All the above key activities must have been completed during the period stipulated in 15.1 (b) I. above.
NOTE:
1. The tenderer shall submit with the tender attested copy of all works/key activities certificates issued as per form attached in Section
8 (Form EXP: Completion Certificate).
2. In case the past experience was accomplished through Joint Venture (JV), Tenderer shall provide detailed information on each of the
JV member’s performed activities as required in the form mentioned above. If no such information is provided, percent share of
business mentioned in past JV agreement and contract agreement (submitted along with the Tender) will be taken into account to
determine the turnover and specific experience of the Tenderer.
ITT 16. Financial Criteria
Clause
16.1 Tenderer shall have the following minimum level of financial capacity to qualify for the performance of the Works under the
Contract.
(a) Average annual construction turnover i.e total certified payments received for contracts in progress or completed under public sector
for a period as stated under ITT Sub Clause 16.1(a), substantiated by Statement(s) of Receipts, from any scheduled Bank of
Bangladesh, issued not earlier than twenty-eight (28) days prior to the day of the original deadline for submission of Tenders;
(b) Availability of minimum liquid assets i.e. working capital or credit line(s) from any Scheduled Bank, net of other contractual
commitments of the amount as specified in the TDS
(c) Satisfactory resolution of all claims, arbitrations or other litigation cases and shall not have serious negative impact on the financial
capacity of Tenderer.
(a)The required average annual construction turnover shall be greater than Tk 720.00(Seven Hundred Twenty) million over
the last 05(Five) years.(Years counting backward from the date of publication of IFT in the newspaper)
NOTE: A summary sheet of last five years’ Turnover to be submitted as per form attached in Section 8 (Form FIN-1: Tenderer’s Annual
Construction Turnover). For turnover calculation, financial year-wise payment certificate from concerned PE is required.
(b)The minimum amount of liquid assets or working capital or credit facilities of the Tenderer shall be BDT 150 million (One
hundred and fifty million Taka).
NOTE 1: Tenderers shall submit the liquid asset in one or combination of more than one of the following options.
1. Working capital: Substantiated by most recent financial statements or audit report.
2. Credit line: Issued not earlier than 28 days prior to the day of the original deadline for submission of Tenders for this Contract by any
scheduled bank. The credit line shall be furnished in accordance with the form as attached in Section 8 (Form FIN-2: Bank’s
Undertaking for Line of Credit) without alteration.
3. Credit facilities: authenticated by credit sanctioned letter and bank statement of the credit account issued not earlier than 28 days
prior to the day of the original deadline for submission of Tenders for this Contract.
4. Bank Balance: Authenticated by bank statement with at least one day-end closing balance from any scheduled bank issued not earlier
than 28 days prior to the day of the original deadline for submission of Tenders for this Contract.
NOTE 2: In case of joint venture, all JV members must submit liquid asset individually.
NOTE 3: To qualify for multiple contract awards to be implemented by the same contractor during an overlapping time-period, tenderer
shall meet the aggregated requirements of ITT 16.1(a) and ITT 16.1(b).
(d) The Minimum Tender Capacity as specified in the TDS.
The minimum capacity shall be:Tk 900..00(Nine Hundred) million
The following formulae shall be used to calculate the Tender Capacity
Assessed Tender Capacity = (A*N*1.5-B)
Where
A=Maximum value of Works performed in any one year during last five years
N= Completion time of the proposed work in years
B= Value of Existing commitments and works to be completed during the next N Years
Note 1: In case the value of N is less than 12 (twelve) months the value of N shall be considered as 01 (one)
Note 2: In case of JV tender capacity requirement for leading partner shall be minimum 40% and for other partners shall be minimum
25%.
ITT 17. Personnel Capacity
Clause
17.1 Tenderer shall have the minimum level of personnel capacity to qualify for the performance of the Works under the Contract
consisting of a Construction Project Manager, Engineers, and other key staff with qualifications and experience as specified in the
TDS;
A Construction Project Manager, Engineer, and other key staff shall have the following qualifications and experience:
No Position & Qualification Total Works In Similar
Experience (years) Works
Experience
(years)
01 Project Manager,[Link]. Engineering in Civil. 15 7
02 Deputy Project Manager, [Link]. Engineering (Civil/Mechanical). 10 5
03 Environmental/Health and Safety Specialist ([Link]. in 8 4
Environmental Engineering/ Science BSc in relevant subject
NOTE: 1. Tenderers shall
submit the proposed
04 Site Engineer (Civil) ([Link]. Engineering in Civil) 8 4
personnel’s CV with proper
information as per the form
05 Site Engineer (Mechanical) [Link]. Engineering in Mechanical 8 4 Personnel Information (Form
e-PW3-4).
2. Academic & Experience
06 Estimator/ Quantity Surveyor [Link]. Engineering in Civil/ Diploma in 8 4 qualification of the personnel
Civil Engineering mentioned above must be
supported by Certificates
07 Green Building Professional, LEED AP(BD+C) 4 2 with the Tender.
ITT 18. Equipment Capacity
Clause
18.1 Tenderer shall own suitable equipment and other physical facilities or have proven access through contractual arrangement to hire
or lease such equipment or facilities for the desired period, where necessary or have assured access through lease, hire, or other such
method, of the essential equipment, in full working order, as specified in the TDS.
Tenderer shall own or have proven access to hire or lease of the major construction equipments, in full working order as follows :
Minimum Number
No Equipment Type and Characteristics Required
01 Mixer Machine 04
02 Soil Compactor 04
03 Drop hammer type Rigs 04
04 Steel Shutter 20000 SQM
05 Cranes 02
06 Pile Drivers 02
07 Compactors 02
08 Dump Truck 01
09 Pay Loader 01
N.B.: In case of ownership, the documentary evidence has to be submitted. In case of hire/lease the deed has to be made with the
owner or the authorized representative (Authorization letter from owner has to be submitted) on a non-judicial stamp (BDT 300.00).
ITT 19. Joint Venture, Consortium or Association (JVCA)
Clause
19.1 Tenderer may participate in the procurement proceedings forming a Joint Venture, Consortium or Associations (JVCA) by an
agreement,executed case by case on a non judicial stamp of value as stated in TDS or alternately with the intent to enter into such an
agreement supported by a Letter of Intent along with the proposed agreement duly signed by all partners of the intended JVCA and
authenticated by a Notary Public.
TDS Requirements Requirements Requirements
Clauses by summation for Lead for other
References Partner of Partner(s) of
JVCA JVCA
ITT- Summation Same as Same as for
15.1(a) not applicable stated in Leading
TDS Partner
ITT- 100% At least one Minimum
15.1(b) Contract requirement
not applicable
ITT- 100% 40% 25%
16.1(a)
ITT- 100% 40% 25%
16.1(b)
ITT-17.1 100% Minimum Minimum
requirement requirement
not applicable not applicable
ITT-18.1 100% Minimum Minimum
requirement requirement
not applicable not applicable
The value of non-judicial stamp for execution of the Joint Venture agreement shall be Tk [state amount]
[the value of the non-judicial stamp shall be Tk.300.00]
NOTE:
1. The documentary evidence to substantiate the above required qualifications of each JV member must be submitted separately.
2. If the work experience submitted as specific experience was implemented as JVCA, the contractor shall be entitled to have the
experience only as per share of that contract.
3. During evaluation of past experience of JVCA partners, present share of business shall not be taken into account in determining the
qualification of a JVCA. During Evaluation of past experience of JVCA partners, share of business applicable for previous respective
work shall be taken into account for determining the qualification of a JVCA.
19.2 The figures for each of the partners of a JVCA shall be added together to determine the Tenderer’s compliance with the minimum
qualifying criteria; however, for a JVCA to qualify, lead partner and its other partners must meet the criteria stated in the TDS. Failure
to comply with these requirements will result in rejection of the JVCA Tender.
The minimum qualification requirements of Leading Partner and other Partner(s) of a JVCA shall be as follows :
[it is suggested that the PE adheres to the above proportion of minimum qualifying requirements to meet the specific procurement
needs. Percent share of business of the JVCA partners shall not be taken into account in determining the qualification of a JVCA]
ITT 20. Subcontractor(s)
Clause
20.3 PE may also select nominated Subcontractor(s) to execute certain specific components of the Works and if so, those will be
specified in the TDS.
The Nominated Subcontractor(s) named [insert name(s)] shall execute the following specific components of the proposed Works: Not
Applicable
D. Tender Preparation
ITT 25. Contents of Tender
Clause
25.1 The Tender prepared by the Tenderer shall comprise the following:
(a) the Tender Submission Letter (Form e-PW3-1) as furnished in Section 5: e-Tender Forms;
(b) Tenderer Information (Form e-PW3-2) as furnished in Section 5: e-Tender Forms;
(c) the priced Bill of Quantities for each lot in accordance with ITT Clauses 26 and 27;
(d) Tender Security as stated under ITT Clauses 34 and 35.
(e) Written confirmation authorizing the signatory of the Tenderer including National ID to submit the e-Tender, as stated under ITT Sub
Clause 39.4;
(f) Valid Trade license to be mapped from e-GP Common document library of the Tenderer ;
(g) Documentary evidence of Tax Identification Number (TIN) and Value Added Tax (VAT) as a proof of taxation obligations as stated
under ITT Sub Clause 5.10 to be mapped from e-GP Common document library of the Tenderer;
(h) Technical Proposal describing work plan & method, personnel, equipment and schedules as stated under ITT Clause 30;
(i) documentary evidence as stated under ITT Clause 28 and 31 establishing the Tenderer’s eligibility and the minimum qualifications of
the Tenderer required to be met for due performance of the Works and physical services under the Contract;
(j) Documents establishing legal and financial autonomy and compliance with commercial law, as stated under ITT Sub-clause 5.4 in
case of government owned entity; and
(k) any other document as specified in the TDS.
The Tenderer shall submit with its Tender the following additional documents:
(i) Filled-up and signed modified tender submission letter using “Form 6: Modified e-Tender Submission Letter” as provided under
Section 7.
(ii) Declaration of Environment, Health and Safety (EHS) Performance:
The Tenderer (in case of JV each partner of the JV) and each Subcontractor shall separately submit EHS Performance declaration
using “Form CON: Declaration of Environment, Health and safety Performance” as provided under Section 8.
(iii) Code of Conduct for Contractor’s Personnel:
The Tenderer shall submit its Code of Conduct that will apply to Contractor’s Personnel (as defined in Appendix-B: Amendment to GCC
under Section 8) to ensure compliance with the Contractor’s Environmental, Health and safety obligations. The Bidder shall use for this
purpose the Code of Conduct form as per “Form CoC: EHS Code of Conduct For Contractor’s Personnel” attached in Section 8 with
no alteration.
(iv) Environmental, Health and Safety (EHS) Management Plan including Indoor Air Quality (IAQ) Management plan during construction
comprising proper ventiliation, Good house keeping, Cleaning Spils, Dust Control & mitigation, PPE, Covering Duct as required as
follows-
The required Technical Proposal shall include the following additional information:
(v). Action Plan to acquire at least gold-level LEED certification for the Proposed Building.
(i) An outline Environmental, Health, and Safety Management Plan (EHSMP) commensurate with the risks and impacts of the proposed
works and activities. These strategies and plans shall describe in detail the actions, materials, equipment, management processes etc.
that will be implemented by the Contractor, and its subcontractors.
In developing these strategies and plans, the Tenderer shall have regard to the EHS provisions of the contract and EHS risks including
those as may be more fully described in Section 7 and 8. The plan should also include method of ensuring safety, security,
environmental measures, avoidance of health and safety hazards considering COVID-19 following Health and Safety Manual as stated
in Appendix-F) The Tenderer should demonstrate in the Plan the health and safety measures they will put in place on site in relation to
COVID-19 prevention and controls, including but not limited to, PPE requirements, site set up, training, induction and mobilization of
new personnel, equipment and plants, cleaning and other hazard management measures while undertaking site work activities, site
visitors health and safety protocols, as well as the approach to the monitoring and reporting of the Plan. The Plan should be fit for
purpose for the particular construction works of this contract and be aligned with any relevant government regulations and guidelines on
COVID-19 prevention and controls, as well as workplace safety requirements, or in the absence thereof, to international good practice
guidelines, such as World Health Organization’s Interim Guidance – “Considerations for implementing and adjusting public health and
social measures in the context of COVID-19” available here:
[Link]
Also refer to ADB SDCC’s advisory in relation to COVID-19 health and safety and international good practices.
Any e-Tender not accompanied by the EHSMP including health and safety measures in relation to COVID-19 prevention and controls
may be rejected by the PE as nonresponsive. If a Tenderer submits an EHS management plan that is not commensurate with the risks
and impacts of the proposed works and activities in the e-Tender Document, the PE shall issue a request for clarification to request for
further information from the Tenderer. The Tenderer must submit the requested information within 5 working days of receiving such a
request. Failure to provide a satisfactory response to the request for further information within the prescribed period of receiving such a
request may cause the rejection of the Tender.
ITT 26. Tender Prices and Price Adjustment
Clause
26.3 Unless otherwise provided in the TDS and the Contract, the price of a Contract shall be fixed in which case the unit prices may not
be modified in response to changes in economic or commercial conditions.
The prices quoted by the Tenderer shall be adjustable as follows:
Iif prices shall be adjustable, the methodology for adjustment upload at Particular Specification ( Appendix-G)
E. Tender e-Submission
ITT 40. Deadline for submission of e-Tender
Clause
40.1 e-Tenders shall be submitted to the e-GP System no later than the date and time specified in the TDS.
The deadline for lodgment of e-Tenders is as per tender notice.
G. Contract Award
ITT 58. Performance Security
Clause
58.1 Performance Security shall be furnished by the successful Tenderer in the amount as specified in the TDS.
The amount of Performance Security shall be [5.000] percent of the Contract Price.
[usually ten(10) percent of the Contract price, however, should not be less than 5% if retention money is kept at least 5% of contract
price; Maximum twenty five (25) percent of the total Contract price in case the Tender price is significantly below the updated official
estimate or seriously unbalanced as a result of front loading ]