Sorry
Bid Closed
[ Back ]



Rehabilitation of Jaelsid water yard, Abukarinka locality
Catholic Relief Services

We work with organizations around the world to help poor and vulnerable people overcome emergencies, earn a living through agriculture and access affordable health care.

 

 


 Bid No: Tender Number CRS-RFQ-EDD-SD400001-2024
 City: Khartoum
 Deadline: 18 Feb 2024
 Description:

 

Name of Tender:

Rehabilitation of Jaelsid  water yard, Abukarinka locality. 

Note: Subject to Donor approval.

 

Tender Number CRS-RFQ-EDD-SD400001-2024 

 

Opening submission date:

11 February 2024

 

Deadline Submission date:

18 February /2024 – 12 :00 PM

 

 

Please submit your bid to CRS Ed daein office, Elsalam area Near to the main market or through Email: tenders.sudan@crs.org

 

اسم العطاء:

صيانة دونكي جاد السيد بمحلية ابوكارنكا

ملحوظة: تنفيذ العطاء يخضع لموافقة الجهة المانحة

 

رقم العطاء  CRS-RFQ-EDD-SD400001-2024

 

 تاريخ فتح التقديم:

 11 February 2024

 

تاريخ انتهاء التقديم

18 February 2024

12:00  بعد الظهر

 

الرجاء ارسال عرضكم الي مكتب الاغاثة الكاثلوكية الضعين حي السلام جوار السوق الكبيراوعن طريق الايميل الالكتروني tenders.sudan@crs.org

  

  

Dear Sir / Madam,

CRS-USCCB Sudan Program is looking for Office supply companies to provide the items/services shown in Attachment 1 at a competitive price and with high quality.

 

General Requirements

1.  Must Be Registered to conduct the business and in compliance with federal government tax regulations in Sudan.

2.     Experience supplying International Organizations, Non-Governmental Organizations, or large private companies will be an advantage. 

3-   CRS General Requirements

  1. Must have not declared or be in the process of declaring bankruptcy and have an acceptable track record and uninterrupted business operations for at least 1 year. Supporting documentation will be required to submit.
  2. Have not been convicted for an offense concerning professional conduct.
  3. Have the capacity, operational personnel, and capital to provide the required services.
  4. Must have a proven track record of experience in supplying/providing similar services to International Organizations, Non-Governmental Organizations, or large private companies.
  5. Are not in situations of conflict of interest (e.g., with primary relationship to family or business relationship to parties on a tender committee or any person in CRS).
  6. CRS retains the right to reject, cancel, negotiate, amend, split and accept any offer, without consideration of the lowest offer. Furthermore, CRS reserves the right to reject any and all bids, if such action is considered to be in the best interest of CRS.
  7. This RFQ does not obligate CRS to execute any contract, nor does it commit CRS to paying any costs incurred in the preparation of the bids.
  8. This is an invitation to vendors and is not a promise or obligation 9that CRS will contract with suppliers through the submitted offers.
  9. Relevant bid committee may request for physical samples of some items during evaluation process of bids.
  10. CRS may ask the bidders for additional information at any time during the solicitation process.
  11. Due to the high volume of communications, we will not issue confirmation of receipt of bids.
  12. The work plan must be provided by the contractor with the tender package.
  13. Review the attached drawing and submit a revised Drawing and BOQs .  NOTE: The Drawing is subject to change based on Donor approval.
  14. The banking information should be specific and complete as per the attached Bank Information Sheet..
  15. The contractor should indicate at least 60% of local labour to be employed during the rehabilitation works, specifically in all non-technical civil and manual works.
  16. Provide maintenance/defect liability period for 12 months since construction handover conducted.   Contractor  is  responsible for all resources needed for fixing all damage of construction occurred during this period (exception for force majeure). CRS will keep 10 % of  total payment as warranty (retention money) during this period.

سيدي / سيدتي العزيز(ة)

منظمة الاغاثة الكاثولوكية  في السودان تبحث عن شركات لتوفير  المواد / الخدمات الموضحة في المرفق 1 باسعار منافسة وجودة عالية.

 

 

المتطلبات العامة:

  1. يجب أن يكون مسجلا لإجراء الأعمال التجارية مع ما يتوافق ولوائح الضرائب الحكومية في السودان .
  2. الخبرة في توفير الخدمات للمنظمات الدولية، والمنظمات غير الحكومية، أو الشركات الكبيرة الخاصة ستكون ميزة.

 

3.متطلبات CRS العامة:

  1. يجب ألا يكون قد أعلن عن إفلاسه أو في عملية إعلان الإفلاس ويجب أن يكون لديه سجل حافل وعمليات تشغيل تجارية غير منقطعة لمدة عام على الأقل مطلوب تقديم المستندات الداعمة.

 

 

  1. يجب أن لا يكون قد أدين بجريمة تتعلق بالسلوك المهني.

 

  1. يجب أن يكون لديه القدرة والموظفين التشغيليين ورأس المال لتقديم الخدمات المطلوبة.

 

 

  1. يجب أن يكون لديه سجل حافل من الخبرة في توريد/تقديم خدمات مماثلة للمنظمات الدولية، والمنظمات غير الحكومية، أو الشركات الكبيرة الخاصة. سيكون ذلك ميزة إضافية.
  2. لا يجوز أن يكونوا في حالات تضارب المصالح (على سبيل المثال، مع العلاقة الرئيسية مع العائلة أو العلاقة التجارية مع الأطراف في لجنة العطاء أو أي شخص في CRS).
  3. تحتفظ CRS بالحق في رفض، إلغاء، التفاوض، تعديل، تقسيم، وقبول أي عرض، دون النظر إلى العرض الأدنى. علاوة على ذلك، تحتفظ CRS بحق رفض أي وجميع العروض إذا كانت هذه الإجراءات تعتبر في مصلحة CRS.

 

  1. هذا الطلب للعروض لا يلزم CRS بتنفيذ أي عقد، ولا يلزم CRS بدفع أي تكاليف تكبدت في إعداد العروض.

 

  1. هذه دعوة للموردين وليست وعدًا أو التزامًا من CRS بتعاقد مع الموردين من خلال العروض المقدمة.

 

  1. قد يطلب اللجنة المختصة طلب عينات فعلية من بعض العناصر أثناء عملية تقييم العروض.
  2. قد يطلب CRS من المقدمين للعروض تقديم معلومات إضافية في أي وقت خلال عملية الطلب.
  3. نظرًا لارتفاع حجم التواصل، لن نصدر تأكيداً بتلقي العروض.

 

 

  1. يجب أن يقدم المقاول خطة العمل مع حزمة العطاء.

 

  1. يرجى مراجعة الرسم المرفق. ملحوظة: قد يتغير الرسم بناءً على موافقة الجهة المانحة.

 

  1. يجب أن تكون معلومات البنك واضحة ومحددة وفقا" للمرفقات

 

  1. يجب على المقاول تحديد نسبة العمالة المحلية بحيث تكون بنسبة 60%  على الاقل - التي يعتزم توظيفها خلال أعمال الترميم.

 

  1. يجب توفير فترة الصيانة/ضمان العيوب لمدة 12 شهرًا من تسليم البناء. المقاول مسؤول عن جميع الموارد اللازمة لإصلاح جميع الأضرار التي تحدث خلال هذه الفترة (ما عدا القوة القاهرة). ستحتفظ CRS بنسبة 10% من المدفوعات الإجمالية كضمان (أموال احتفاظ) خلال هذه الفترة.  

  

Payment Terms

  1. Quotation should remain valid for a period of at least ninety (90) days from the submission closing date.
  2. Payment shall be made via wire transfer preferably through BANKAK Account or bank cheque or wire transfer .
  3. All payments will be made in USD.
  4. Payment is processed within 15 – 20 working days from the date of receiving the correct and accepted invoice.
  5. Payment shall be made upon verification and acceptance of services according to contract Purchase order. Signed Service Completion Form shall be attached to the invoice.
  6. Payments will be made in 4 payment instalments to the Contractor as per the attached Payment exhibit (Annex I)

شروط الدفع

 

  1. يجب أن يظل العرض ساريًا لمدة تصل إلى تسعين (90) يومًا من تاريخ إغلاق التقديم.

 

  1. يتم إجراء الدفع عبر شيك بنكي ؛  تحويل بنكي او حساب بنكك (بنك ألخرطوم).

 

  1. ستتم كل الدفعيات بالدولار الاميركي

 

  1. سيتم معالجة الدفع في غضون  15-20  يوم عمل من تاريخ استلام الفاتورة الصحيحة والمقبولة.
  2. يتم إجراء الدفع بعد التحقق وقبول الخدمات وفقًا لشروط أمر الشراء في العقد. يجب أن يتم إرفاق نموذج استكمال الخدمة الموقع مع الفاتورة.

 

 

  1. هناك ٤ أقساط دفع للمقاول وفقًا للجدول المرفق بشهادة الدفع 

 

Acceptance of Payment Terms 

Do you accept the above payment terms? 

  • Yes 
  • No 

  

الموافقة على شروط الدفع: 

هل توافق على شروط الدفع اعلاه: 

  • اوافق  
  • لا اوافق  

Requested Information 

The submission must include: 

  • Full legal address and contact details of the company 
  • Name of company’s official owner and valid copy of his/her ID &/or passport.    
  • Copy of company registration certificate  
  • Copy of Tax Registration Certificate 
  • Reference from previous similar business experience with reference contact information.  
  • Company Business Profile. 
  • The Patent of the Engineer responsible of the team that will carry the works. 
  • Company Statues/Company by Laws. 
  • Last 3 years Audited company financial statements. 
  • Bank Account Statements for the past 6 months. 
  • Evidence that the Bidder has adequate financial resources including letter of credit if any.  Or 
  • Provide a formal bank letter attesting to financial eligibility and stability.  
  • Bank account information as per the CRS template as attached (Annex II) 
  • The vendor must read, sign & stamp the Attachment (2) related to CRS SUPPLIER CODE OF CONDUCT 

يجب تقديم ما يلي:     

 يجب ان يتضمن التقديم ما يلي :                   

  • العنوان الكامل الصحيح وعنوان الاتصال للشركة 
  • اسم صاحب الشركة الرسمي مع  نسخة من البطاقة القومية او جواز السفر. 
  • صورة عن شهادة تسجيل الشركة 
  • صورة عن شهادة التسجيل الضريبي  
  • المرجع من الخبرة في الاعمال السابقة المماثلة و معلومات الاتصال للمرجع 

 

  • ملف تعريف الشركة التجاري. 
  • ملف المهندس المسؤول عن الفريق الذي سيقوم بالأعمال. 
  • النظام الأساسي/لوائح الشركة. 
  • البيانات المالية للشركة المدققة للسنوات الثلاث الماضية. 
  • كشف حساب البنك للستة أشهر الماضية. 
  • دليل على أن المقدم للعطاء لديه موارد مالية كافية، بما في ذلك خطاب ائتمان إن وجد. أو 
  • تقديم رسالة بنكية رسمية تشهد على الأهلية المالية والاستقرار المالي للمقدم للعرض. 
  • تفاصيل معلومات الحساب المصرفي اذا امكن. 
  • يجب على المقاول قراءة و توقيع و ختم الملحق(2) و الخاص بالقواعد السلوكية التي تنتهجها هيئة الإغاثة الكاثوليكية. 

  

  

Bid Requirements

Offers that do not meet the following will be automatically rejected regardless of price:

  1. Offers must be received before the stated deadline.
  2. Offers must include all information requested above.
  3.  Unit prices must be provided for all line items. Offers that only include totals will be rejected.
  4. The pricing of each item shall be in USD and the payment will be made in USD to the contractors having USD account. Those who don’t have USD accounts, payments will be made in SDG with a daily CRS and bank rate at the period of payment.
  5. Bids that include mistakes in calculations within the Bill of Quantities will be excluded from competition.
  6. Bids must be submitted through either 1) Email address for the bid )tenders.sudan@crs.org( or 2) CRS ED Deain office Tender Box for receiving bids.
  7. Separate bidding offers must be submitted separately. Any missing documents may cause the entire offer to be rejected.
  8. Offers must be clean & clear. The vendor should sign and stamp next to handwritten corrections or corrections made with whiteout. 
  9. Offers must be complete from all sides, signed, dated, and stamped on all pages.
  10. Please note that CRS will sign a long-term contract with the selected supplier, based on unit prices, while actual quantities will be determined through purchase orders that will be issued later with awarded vendor(s) per CRS actual needs.

معلومات ملء  العطاء

سوف يتم رفض أي عطاء لا يلتزم بالشروط أدناه بغض النظر عن السعر:

 

  1. سيتم رفض أي طلب يقدم بعد التاريخ والوقت المحدد لقبول العطاءات.
  2. يجب أن تتضمن العروض جميع المعلومات المطلوبة أعلاه.
  3. جميع الاسعار يجب ان تكتب لكل بند أو فقرة على حدة، ويتم رفض العطاءات التي تحتوي على الإجمالي فقط. 
  4. يجب ان يكون تسعير البنود بالدولار على ان يتم الدفع بالدولار للمقاول في حالة امتلاكه حساب دولار و  بالجنيه السوداني بما يقابل سعر الصرف اليومي لدى المنظمة في فترة التقديم للصرفية في حالة عدم توفر حساب بنكي بالدولار للمقاول.

 

 

 

  1. سيتم استبعاد العطاء الذي يتضمن خطأ في حسابات جداول الكميات
  2.  يجب تقديم العروض في مكتب المنظمة في الضعين او عن طريق الايمل tenders.sudan@crs.org . يجب تقديم عروض المناقصات المنفصلة بشكل منفصل. قد تتسبب أي مستندات مفقودة في رفض العرض.
  3. يجب تقديم عروض الطلبات المنفصلة بشكل منفصل. قد يؤدي عدم توفر أي وثائق إلى    رفض العرض بأكمله.
  4. العروض يجب أن تكون نظيفة وواضحة، يجب التوقيع والختم في مكان أي تصحيح يدوي أو باستخدام قلم التصحيح الابيض.

 

  1. يجب أن تكون العروض كاملة من جميع الجوانب، موقعة بتاريخ واضح ومختومة على جميع الصفحات.

 

  1. يرجى ملاحظة أن هيئة الإغاثة الكاثوليكية ستقوم بتوقيع عقد طويل الأمد مع الشركة (ات ) الذي سيتم اختياره (هم) حسب أسعار الوحدة , في حين ان الكميات الفعلية سيتم تحديدها  من خلال طلبات الشراء التي سيتم إصدارها  لاحقا" مع الموردين الذين يتم اختيارهم و حسب الاحتياج الفعلي للهيئة.
 

  

Delivery Instructions: 

Delivery Instructions:

Complete and stamped and signed offer can be submitted directly to CRS ED Deain office  or through Email : tenders.sudan@crs.org

 

  1. The company biography should not exceed 10 pages.

 

  1. Complete and stamped and signed offer must be delivered in sealed envelope with tender number on it (CRS-RFQ-EDD-SD400001-2024) 

 

  1. Delivery to CRS Sudan office located in El Ddien  

تعليمات التسليم:  

يجب تقديم العطاء الكامل والمختوم و الموقع  في مكتب الضعين  

  تعليمات التسليم:

يجب تقديم العطاء الكامل والمختوم و الموقع  في مكتب الضعين او عن طريق الايميل الالكتروني

 tenders.sudan@crs.org

 

 

 

  1. يجب ان لا تتجاوز السيرة الذاتية للشركة اكثر من 10 صفحات.

 

  1. يجب تقديم العطاء الكامل والمختوم و الموقع  مع كافة الوثائق المطلوبة في  ظرف مغلق يكتب عليه رقم العطا (CRS-RFQ-EDD-SD400001-2024)

 

 

  1. ويسلم الى مقر المنظمة في الضعين جوار السوق الكبير.

  

  

 

 

Experience Reference List

قائمة مراجع الاعمال السابقة

 

 

Name of Organization

أسم

المنظمة

Name of Person

أسم الشخص

Name of Project أسم المشروع

Project Start Date تاريخ المباشرة بالمشروع

Project duration مدة تنفيذ المشروع

Phone Number رقم الموبايل

Email Address البريد الالكتروني

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Company name:

أسم الشركة :

 

 

Legal address:

العنوان الثابت:

 

 

Telephone Number:

رقم الهاتف:

 

 

Email:

عنوان البريد الإلكتروني:

 

 

Representative Name and Title

اسم الممثل:

 

 

Business Certificate Registration Number:

رقم تسجيل شهادة العمل:

 

Tax registration Number:

رقم التسجيل الضريبي:

 

Contract duration:

مدة العقد :

 

Bank details (as per the Attached Bank Details sheet- Annex III):

 

  • Bank account name:

 

  • Bank number

 

  • Branch:

 

 

 

تفاصيل الحساب:

 

  • اسم الحساب

 

 

  • رقم الحساب

 

 

  • الفرع

Do you have partnerships with any other companies (such as shared management / staff / office / bank account)?  Do you cooperate with any other companies in preparing offers or providing of goods or services?

هل لديك شراكات مع أي من الشركات الأخرى ( مثل إدارة / الموظفين / المكتب حساب مشترك / البنك) ؟ هل تتعاون مع أي من الشركات الأخرى في إعداد العروض أو توفير السلع أو الخدمات؟

 

If the answer for previous question is yes, please provide details here including the names of partner companies.

إذا كان الجواب عن السؤال السابق نعم ، يرجى تقديم التفاصيل هنا بما في ذلك أسماء الشركات الشريكة

 

Other comments:

ملاحظات اخرى:

 

Experience / references for the related work of experience (Please attached any related contract, purchase order, certificate, etc.) that does not exceed 10 pages. References MUST include contact information. 

يجب ان يحتوي على عناوين الاتصال من مراجع الخبرة

المرجع من الخبرة ( الرجاء ارفاق دليل من الاعمال السابقة ذات الصلة من عقود , اوراق شراء , ورقة اتمام عمل , اخرى )  لا تتجاوز عشرة اوراق.

 

 

 

 

 

 

 

 

 

Signature

التوقيع

 

Date

التاريخ

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

1

All the works are in accordance with approved Technical Specification and the instructions of the Supervising Engineer for these Rehabilitation works;

2

All materials must be NEW from best type in market and approved by Supervising Engineer.

3

All rehabilitation materials should be approved in accordance with the agreed upon service requests, task/works specifications, and equipment used in transport of materials is operated in compliance with the manufacturers operational parameters;

4

All the items include provision of all necessary materials and installation/commissioning-related works

5

All phases of work should be approved by the Supervising Engineer before moving to next phase of the work schedule;

6

Supervising Engineer and the Client require regular photo report of work conducted to date. These photo reports will be used to track progress against the agreed upon Scope of Work and Bill of Quantities documents for the project

F2F PROJECT: BOQ 2 for the Rehabilitation of Jad Elsid water yard

(The specifications mentioned below are subject to change based on Donor Approval)

Item

Description

Unit

Qty.

Unit Cost $

Total Cost USD

1

Preliminaries / Site Preparation

 

 

 

 

1-1

Site Preparation: This water borehole site will need to be cleared of all rubbish, bushes, and materials. Remove any obstacles to the safe access of rehabilitation workers is also to be planned for; including any buried materials that will interfere with the establishment of the various workshop footings and flooring civil works. All initial site preparation, clean-up and removal of materials to be conducted to the instructions of the site engineer and the approval of the CRS Engineer.

Lump Sum

1.00

 

 

1-2

Electrical, Water supply and Running cost: The Contractor shall establish and commission an adequate temporary electrical and water supply for the works, suitable for all purposes, until handing over Including any necessary cables, generators, water pumps, water storage tanks, distribution pipe network, etc. required for the execution of the works. Running costs, price includes Power & services, water, documents, photos, records, and Client meetings on site.

Lump Sum

1.00

 

 

1-3

Sign Board: The Contractor shall establish and maintain One (1) sign boards for the Site (2 m width X 1.5m height), total height of sign board is 3 m, consisting of painted rectangular heavy steel pipes (4*8 cm)  steel angles, all painted with two coats white oil paint back and front and supported above the ground with steel framing set into the ground and fixed in concrete foundation size (20*20*50 cm). The sign board shall be lettered by a skilled sign writer in Arabic and English

Lump Sum

1.00

 

 

1-4

Samples: The Contractor shall allow for providing and submitting to the Supervising Engineer as he may require, samples of all materials and goods which the Contractor proposes to incorporate into the works

 

NOTE

 

 

1-5

All items identified as (NOTE) are included for clarification purposes and should not be priced, price should be included in the related items.

 

NOTE

 

 

1-6

Complete Project Price: This BOQ is part of the complete project documents (drawings, BOQ, and materials specifications and notes on pricing) and must be read together. Any discrepancies between these documents shall be brought to the immediate attention of the Supervising Engineer. Prices given by the contractor on this BOQ are to cover any and all additional materials, labor or associated costs to complete the works as documented on the complete project documents.

 

NOTE

 

 

Sub-Total-1

 

2

Civil works

 

 

 

 

2-1

Provide materials and construct four (4) discharge basins for the utilization of animals (animal trough) made of steel plates of thickness of 3 mm supported with angels (1.5*1.5 inch*4mm) and fixed on 10 cm thick plain concrete layer. Job to include fixing with all the accessories and fittings and painting the discharge basins with anti-rust paint and two (2) coats of paint after erection as per the supervising engineer's instructions

Job

4.00

 

 

2-2

Provide materials and construct domestic 2 human water stands in (3.5*2.0*1.2 height) as shown in drawings and details. Job to include setting out of the area, provide and lay 30 cm dry stone, 10 cm backfilling with selected materials, 10 cm plain concrete, 60 cm brick work, pipe fixing and ten (10) 3/4 inches taps on the platform for the utilization of humans. Job also to include external plaster for the water stand as per the supervising engineer's instructions and approval.

Job

2.00

 

 

2-3

Construct cart loading area. Job to include laying reinforced concrete in area of (4*2.5) m2 around cart loading area, provide and lay 10 cm plain concrete, provide and fix steel pipe support, and replacing the flexible hose as shown in drawings and details and per the supervising Engineer's instructions and approvals.

PCE

2.00

 

 

2-4

Rehabilitate the existing generator room by supplying corrugated zinc sheets for the fallen part and (8*4 cm) rectangular steel pipes for the room's roof and walls. Job also to include rehabilitation of the existing (1) one window and (1) one door made of corrugated zinc sheets and steel pipes, steel pipes shall be painted with anti-rust paint and two (2) paint coats as per the instructions of the Supervising Engineer.

Job

1.00

 

 

Sub-Total-2

 

3

Fencing works

 

 

 

 

3-1

Fencing for the water yard: Provide materials and fix Fencing 20X40m, with a height of 2.0 meters from ground surface, using vertical  heavy rectangular steel pipes (8*4 cm) 1mm thickness to be fixed each 2 meters with reinforcement concrete (1: 3: 6) and 50 cm deep . All steel pipes shall be painted and coated with anti-rust paint, supported with barbed wire mesh of (5*5 inch and 4mm dim. and 2.0 Hight ) should be fixed by wielding steel bar of 10mm@ top, mid and bottom along the fence. the process includes the provision of materials and fixing of gate door (4*2.0 m) using heavy imported angles 2 inches, heavy rect. pipes 3*6 cm, including bolts. Prices include fixing and installation.

ML

160.00

 

 

3-2

Ditto, but for solar system fence.

ML

40.00

 

 

3-3

Ditto, but for seedlings nursery

ML

100.00

 

 

Sub-Total-3

 

4

Construction of Elevated tank

 

 

 

 

4-1

Foundation: 4 isolated reinforced concrete footings
1x1x0.5m, 2.7m c/c with 0.1m plain concrete under
the footing, Provide materials and construct foundation of 1m*1m (with 8T16mm @ both sides ) column using reinforced concrete and connect the columns (40mm*40 mm and 6 T16mm) with beam of 30*25cm (6T16mm@150mm c/c for strips links)

Job

1.00

 

 

4-2

Steel tower: 6 m height, branch beams are IPE 160x80mm, main beams are (architrave) of IPE
160x80mm, Steel handrail: 1.0m with vertical rectangular steel pipes of 3*6 cm @35cmc/c and horizontal steel bar 16mm wielded with the vertical rectangular pipe.  height to the tank seat floor for safety measure as shown in the drawing

Job

1.00

 

 

4-3

Cylinder steel type elevated tank: supply materials and install water elevated tank with diameter of 4.15m, Height: 3.7m & Storage volume 30m3.
with steel bottom plates of 6 mm thickness, wall plates 5 mm and cover plates: 4 mm, the process includes fixing water leveling indicator, Internal and external final anti-rust coating. Wash-out (cleaning) GI 2”pipe with valve, and Over-flow GI pipes

Job

1.00

 

 

Sub-Total-4

 

5

pumping system:

 

 

 

 

5.1

Submersible pump: supply and install a submersible pump Caprari type of 6V*18/12, 7.5kW, 18m3/h, H=108m, -Riser pipe: GI pipe ASTM 3", thread joint, 3 m/pc, 32 pcs. -Water level monitoring pipe: PVC pipe 1", 90m -Cab tire power cable for submersible pump 120m -Low water level sensor cable 120m -Control panel: for submersible pump and water level sensor, circuit breaker, Relay, Indicator lamp etc., the process includes the removal of old pump.

PCE

1.00

 

 

Sub-Total-5

 

6

piping system

 

 

 

 

6-1

Ground pipe Borehole to transmission pipe: GI pipe ASTM 3" and fittings, Connecting Riser pipe, valve, meter and transmission pipeline.
Check vale: 3", 1pcWater Flow Meter: 3", 1pc, flange joint Butterfly valve: 3", 1p

Ml

5.00

 

 

6-2

Transmission pipe: Ground pipe to elevated tank: GI pipe ASTM 3”

Ml

20.00

 

 

6-3

Distribution pipes: Elevated tank to water tap stand, animal troughs, cart filling stand: GI pipe ASTM 3”
Branches to animal troughs: GI pipe ASTM 2” as attached in the drawing

Ml

90.00

 

 

Sub-Total-6

 

7

Electrical backup generator

 

 

 

 

7-1

Soundproof Model Diesel Generator: GB Power, GB-P30/SS Engine Model, PERKINS 1103A-33 Alternator Make /Model Leroy Sommer TAL-042-CJ 6S/4 Prime Power: 17.6Kw/22 kVA Standby Power: 26.4 kw/33 kVA Voltage/Ph:400/3P, the process includes all the necessary electrical accessories

Job

1.00

 

 

Sub-Total-7

 

8

Solar Power works

 

 

 

 

8-1

The rate of the following items shall include provision and supply of materials and installation costs. The contractor shall also submit a warrantee for the solar panel (12 yrs.), for the invertor (3yrs) and (1 yr.) of after sales services.

NOTE

 

 

 

8-2

Panel substructure (Support): Provide and supply a panel structure to be fixed in a distance of 10 meter from water borehole, 1.5m above ground level. Contractor should submit shop drawings to the approval of supervising engineer prior to fixing the support panels.

Job

1.00

 

 

8-3

Solar array: Provide, supply, and fix Solar cells Grade A double glass Jinko or any equivalent of 450 w

PCE

34.00

 

 

8-4

Cables: Provide and lay Electric cable 4 cords 10 mm, three phase cable with sensor

ML

10.00

 

 

8-5

Control panel: Provide, supply, and fix Multi-purpose control panel appropriate to run the installed pump.

PCE

1.00

 

 

8-6

Inverter: Provide, supply, and fix Inverter appropriate to selected solar system.

PCE

1.00

 

 

Sub-Total-8

 

9

Seedling nursery

 

 

 

 

9-1

Provide and install PVC type cylindrical ready-made tank body of 5 cubic meters the process include the manufacturing steel tower to hold the tank with Hight of 3 m and supported with I-section and heavy 2.5*2.5 inch steel angle

job

1.00

 

 

9-2

Provide materials and all necessary fittings to connect the borehole to seedlings nursery water tank, with distance of 20 m should be connected with HDPE of 2 inch, the process includes the installation of distribution pipes of 3/4 inches

job

1.00

 

 

9-3

provision of materials and build seed beds from the burned bricks and finished by the plaster in in length of 2 meters width of 1 meter and height of 30 CM and 20 underground the process includes the concrete curing for min. 3 days as shown in the drawings.

PCE

42.00

 

 

9-4

Provision and fixing metallic poles from square pipes size 4*8 in height of 2.5 meters 2.0 meters outside and 50 CM fixed in the ground with concrete

PCE

72.00

 

 

9-5

Provision and fixing metallics pipe square size 3*6 at the roof and three sides

M

320.00

 

 

9-6

Provision and fixing the green net cover in the roof and 3 sides

M2

300.00

 

 

Sub-Total-9

 

Total of BOQ 1 : Rehabilitation of Jad Elsid water yard

 

 

For any additional information or clarification please communicate  

 

    1. Muhammad Hamid at WhatsApp+249111115144 or at CRS Ed Daein office







Copyright (c) Sudanbid.com, 2019-2023. All rights reserved