Supply tools and equipment’s for drilling 4 boreholes including pumping test and water sample analysis in village such as (Solo, Arshine, and Fanga Suk, Katroum) North, west Jabal Marra – Central Darfur state, Zalingei
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: CRS-SD-ZAL-SD4654-2025
 City: Khartoum
 Deadline: 14 August 2025
 Description:

Name of Tender:

 Supply tools and equipment’s for drilling 4 boreholes including pumping test and water sample analysis in village such as (Solo, Arshine, and Fanga Suk, Katroum) North, west Jabal Marra – Central Darfur state, Zalingei

 

Tender Number RFQ# CRS-SD-ZAL-SD4654-2025 

 Opening submission date: 29th of July   2025

Deadline Submission date:

14th of August /2025 – 04 :00 PM

Please submit your bid to CRS Zalingei or via electronical email: tender.sudan@crs.org

 

اسم العطاء:

    توريد مواد ومعدات لحفر 4 ابار مياه جوفية (انبوبية) وعمل تجارب الضخ الاختباري و تحليل عينات المياه  في مناطق كل من  ( سلو  -  ارشين – فانقا السوق- كتروم) – محلية شمال  وغرب جبل مرة - ولاية وسط دارفور – زالنجي   

 

رقم العطاء: RFQ#  CRS-SD-ZAL-SD4654-2025 

 تاريخ فتح التقديم   29  يوليو   2025

تاريخ انتهاء التقديم

 

 14   أغسطس   2025 04:00   العصر

الرجاء ارسال عرضكم الي مكتب الاغاثة الكاثلوكية  زالنجي  أو من خلال البريد الالكتروني

tenders.sudan@crs.org    

 

 

Dear Sir / Madam,

CRS Sudan is looking for 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 governments tax regulations in Sudan  

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

4.   CRS retains the right to reject, cancel, negotiate, amend, split and accept any offer, without consideration of the lowest offer.

5.     This is an invitation to vendors and is not a promise or obligation that CRS will contract with suppliers through the submitted offers.

6.   Relevant bid committee may request for physical samples of some items during evaluation process of bids.

7. The work plan must be provided by the contractor with the tender package.

9.The banking information should be specific and clear.

 

 

 سيدي / سيدتي العزيز(ة)

هيئة الإغاثة الكاثوليكية  برامج السودان تبحث عن شركات من المهتمين بتوفير المواد/ الخدمات  المشار إليها أدناه في الملحق رقم 1 بأسعار منافسة وبجودة عالية.

متطلبات عامة:

1 . يجب أن يكون مسجلا لإجراء الأعمال التجارية مع ما يتوافق  ولوائح الضرائب الحكومية في السودان .

3 . الخبرة في تزويد المنظمات الدولية، المنظمات الغير حكومية، أو  الشركات الكبيرة الخاصة ستكون ميزة.

4 . تحتفظ هيئة الاغاثة الكاثوليكية بالحق في رفض، إلغاء، التفاوض، تعديل، تجزئة وقبول أي عرض، دون النظر الى أدنى عرض. .

5. هذه دعوة للموردين وليس وعد أو التزام من هيئة الإغاثة الكاثوليكية للتعاقد مع الموردين من خلال العروض المقدمة

6. قد تقوم لجنة الإحالة المعنية بطلب نماذج عينية لبعض المواد اثناء عملية تقييم العروض.

7.  يجب على المقاول تحضير الجدول الزمني لتنفيذ الاعمال على ان يتم تسليم المستند مع اوراق العطاء

9. يجب ان تكون معلومات وتفاصيل رقم الحساب واضحة.

 

 

Payment Terms

  1. Quotation should remain valid for a period of at least ninety (60) days from the submission closing date.
  2. Payment shall be made via bank cheque or wire transfer within 15 working days from the date of receiving the correct invoice.
  3. Payment shall be made upon verification and acceptance of services according to contract    Purchase order.

 

يجب أن تظل العرض ساريًا لمدة تصل إلى تسعين (60) يومًا من تاريخ إغلاق التقديم.1

2. يتم إجراء الدفع عبر شيك بنكي أو تحويل بنكي خلال خمسة عشر (15) يوم عمل من تاريخ استلام الفاتورة الصحيحة.

3. يتم إجراء الدفع بعد التحقق وقبول الخدمات وفقًا لشروط العقد أو أمر الشراء

 

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 copy of his/her ID & passport (if available)
  • Copy of company registration certificate
  • Copy of Tax Registration Certificate.
  • Reference from previous similar business experience with reference contact information.
  • Bank account information if available.
  • 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
  • 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 the information requested above.
  3.  Unit prices must be provided for all line items. Offers that only include totals will be rejected.
  4. Offers should be stated in US dollar and payment in SDG with the equivalent using official central bank of Sudan exchange rate.
  5. Bids that include mistakes in calculations within the Bill of Quantities will be excluded from competition.
  6. Bids must be submitted through CRS Zalingei office for receiving bids.
  7. Offers must be clean & clear. The vendor should sign and stamp next to handwritten corrections or corrections made with whiteout. 
  8. Offers must be complete from all sides, signed, dated, and stamped on all pages.

 

 

 

 

 

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 تسعيرة البنود بالدولار الامريكي بان يتم الدفع بالجنيه السوداني بمايقابل سعر الدولار في بنك السودان المركزي في زمن الدفع  
  5. سيتم استبعاد العطاء الذي يتضمن خطأ في حسابات جداول الكميات
  6.  يجب تقديم العروض في مكتب المنظمة في زالنجي .
  7. 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

 

Delivery Instructions:

Complete and stamped and signed offer can be submitted directly to CRS Zalingei office. Or Rokero  

 

  1. The company biography should not exceed 10 pages.

 

Complete and stamped and signed offer must be delivered in sealed envelope with tender number on it (RFQ# CRS-SD-ZAL-SD4654-2025) 

Delivery to CRS Sudan office located in Zalingei

تعليمات التسليم:

يجب تقديم العطاء الكامل والمختوم و الموقع  في مكتب زالنجي/ او روكيرو     

 

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 (RFQ#  CRS-SD-ZAL-SD4654-2025  ) ويسلم الى مقر

المنظمة في  زالنجي  

 

 

 

 

 

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

اسم الممثل:

 

 

Business Certificate Registration Number:

رقم تسجيل شهادة العمل:

 

Tax registration Number:

رقم التسجيل الضريبي:

 

Contract duration:

مدة العقد :

 

Bank details:

 

  • Bank Name: …………………………………………………..

 

  • Bank account name: …………………………………………

 

 

  • Bank number ………………………………………………...

 

  • Branch: ………………………………………………………...

 

 

 

تفاصيل الحساب:

 

   إسم الينك : -------------------------------------------------------

 

  • 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

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

                                                                                  Attached (1)

Specifications: -

Scope of Work (drilling 4 boreholes in North & West Jabal Marra Localities)

Catholic Relief Services (CRS), an international relief and development agency, committed to the alleviation of human suffering, development of people and fostering of charity and justice in the world irrespective of race, creed, or nationality.

CRS currently implementing MOAFA III Extension project: Integrated Health Nutrition and WASH Project in Central Darfur State; the project seeks qualified Engineering Entity to drill and pump test for four water wells 1 in Solo, 1 in Arshine and 1 in Fank Suk and 1 in Katroum villages showed at table_1 related geophysical survey recommendations in Rokero and Nertiti localities in Central Darfur State.

 

Locations: 1/Solo, 1/ Arshine and 1 in Fanga Suk, and 1 in Katroum.

Locality: North & West Jabal Marra locality.

State:       Central Darfur

Conditions: the bidder should have:

  • Valid registration certificate with the government of Sudan.
  • He specialized in the water-wells drilling industry with previous experience in similar technical and geographical areas.
  • Have qualified technical staff, geologists, civil, drilling engineers, technicians, skilled labor etc.
  • Have technical capacity, equipment including combined (rotary and hammer) drilling rig and devices required to carry out the water wells’ drilling and completion of work.
  • Capable to use (if needed) both drilling methods (rotary and hammer) in each location.
  • He should have financial capacity to start and complete the work on time.
  • He should be aware of the standards and policies of the Water and Environmental Sanitation Project’s (WES).

Scope of work:

Primary Functions:

Under the overall guidance and direct supervision of CRS and WES project Engineers, the vendor should bring and use his own drilling rig, equipment, devices, and materials and should complete the drilling of four boreholes including pumping test and water samples analysis at the specific points recommended by the geophysical survey as stated hereinafter with coordinates at each location.

The minimum diameter of the borehole is 6”, and inside diameter of uPVC casing and screens is 5.5” with suitable slot size range from (0.02” to 0.06” preferable 0.04”) depend on the aquifer grain size and sorting.

The vender should implement the below points of work activities for all drilling and pumping tests in addition to taking water samples for analysis (chemical, bacteriological test) it includes but not limited to:

  1. Use a combined hammer and rotary drilling machine.
  2. The vender should recourse with geologist from geophysics team or (WES) locality level to more emphasize the recommended drilling points.
  3. The vender should work on specific recommended points as detailed in the geophysical study report.
  4. The drilling work will reach the recommended depth or increase in case of disappearing of water table or not convincing.
  5.  After completion of drilling task, the uPVC casing pipe size of 5.5” will be installed and distributed based on well profile or lithological column.
  6.  The vender should use and install standard UPVC screens pipe 5.5” with slots (0.04” – 0.06”) distributed based on aquifer thickness.
  7. Install gravel back and sanitary seal to support the purpose of it for well, screens, etc.
  8. Conduct well development use air compressor at least (3 to 4) hours.
  9.  The contractor should conduct a pumping test at least (4 to 6) hours with a fixed rate of discharge or reach water steady using a suitable submersible pump for identifying pump requirements such as (P.S.D, size, head, discharge).
  10. The pumping test results should indicate or/and recommend that the well yield is suitable for installation hand pump, mini water yard or water yard.
  11. Water samples must be taken at the last stage of pumping test for chemical, bacteriological analysis. And the report should be indicated that water samples fit for human usage or not including laboratory stamp and tester signature.
  12. Comprehensive report for drilling, pumping test and sample analysis.
  13. Any other addition(s) proposed by the vendor.

 

The vendor should submit quotations for both options tasks (drilling and pumping test with accessories), but the final payment will be based on the actual work done according to lines detailed in BoQs one by one.

Regarding the article mentioned above concerning payment, the bidders should fill the column of unit price with actual amount vs lines of BoQs.

The main objective of this work is to supply safe water supply to the health facilities and community of the target locations.

The geophysical survey recommended two specific points for each location, option 1 and 2, in case of failure of drilling at point 1 the contractor should drill point 2; the following table summarizes the recommendation of expected depths:

Table_1

#

location

Recommended points

Coordinate

Expected depth in m

Longitude

Latitude

1

Solo

Option 1

13.249684

24.415393

±60

Option 2

13.24888

24.41641

±60

2

Arshine

Option 1

13.20991

24.46159

±100

Option 2

13.21127

24.46058

±85

3

Fanga Suk

Option 1

13.276394

24.634131

±55

Option 2

13.276141

24.636423

±45

4

Katroum

Option 1

12.99578

24.17750

± 50  

Option 2

12.99557

24.17675

---

 

The basic activities need in the compile report:

  • Site information such as
  • Coordinate of the well site.
  • Name of the location (village).
  • Village council.
  • Administrative unit (AU).
  • Locality.
  • State: Central Darfur
  • Country: Sudan.

Well design:

  • Total depth of the borehole………. ft (……) ………. (m)
  • Cased depth; from………...ft (……... m). to ……...ft (………...) m.
  • Casing type…………………….
  • Casing size outside diameter (OD)………...(in)
  • Filter type.
  • Filter size outside diameter (OD)…… (in), Thickness…… (mm)
  • Filter slot size.
  • Filter distribution (depth); from …….to……….
  • Drawing of well profile with clear distribution of casing, filters.

Pumping test data summary:

  • Date of pumping test: ……………… / ……………... / 2025
  • Type and size of pump used for pumping test: …………………………………
  • Pump setting depth during pumping test: …………… (ft.) ………………... (m)
  • Pumping started (time) ….: …. (am/pm) - pumping ended (time).: …. (am/pm)
  • Duration of pumping test: ………………  minute ………….………... hours (hr.)
  • Static water level (SWL) ………          …. (ft.) …….…………………. (m)
  • Dynamic water level (DWL) ……………. (ft.).……………………………. (m)
  • Total drawdown (TDD)……………… (ft.) ………………………………... (m)
  • Discharge (pumping) rate ………... gallon/ minute …………………M3/day
  • Recommended pump setting depth (P.S.D) for future.
  •  Water sample for chemical and bacteriological analysis should be collected directly from the well while pumping is going on and close to the end of test.
  • Water bacteriological test and chemical analysis results certificate to be attached to the report.
  • Comments on suitability of water quality for human use and recommendation for type and size recommended for the well.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Bill of quantity for drilling water well

Location: Arshine                                                    Coordinate: long 13.20991        Lat 24.46159

Locality: Rokero/NJM

State: Central Darfur

#

Description of work

Unit

Quantity

Unit price USD

Total USD

1

Mobilization and demobilization of rig and equipment to drilling site and back.

Job

1

 

 

2

Drilling borehole Dia 8"

m

±100

 

 

3

Provision and installation of PVC casing 5.5"

m

90

 

 

4

Provision and installation of PVC screens 5.5"

m

15

 

 

5

Install gravel pack and sanitary seal

job

1

 

 

6

Well development until sand free water pumped

job

1

 

 

7

Field geologist (from geophysics team) for follow up and more emphasizing the recommended drilling points

no

1

 

 

 

 

 

 

Subtotal for completion drilling work

 

 

Cost for pumping test and water sample analysis

 

 

 

#

Description of work

Unit

Quantity

Unit price USD

Total USD

8

Mobilization and demobilization of equipment to the site and back.

Job

1

 

 

9

installation and Retrieval of the submersible pump test.

Job

1

 

 

10

Pumping test plus recovery for a minimum of six hours

hr.

6

 

 

11

Collection of water samples for/and conduct chemical analysis

Sample

1

 

 

12

Collection of water samples for/and conduct Bacteriological analysis

sample

1

 

 

13

Comprehensive report for both drilling and pumping test result.

no

1

 

 

14

Any other addition(s) proposed by the vendor.

 

 

 

 

 

Sub-total for completion of pumping test & sample analysis

 

 

Grand total for drilling work plus pumping test & sample analysis

 

                 

 

 

 

 

 

 

 

 

 

 

Bill of quantity for drilling water well

Location: Solo                                                          Coordinate: long 13.249684          Lat 24.415393

Locality: Rokero/NJM

State: Central Darfur

#

Description of work

Unit

Quantity

Unit price USD

Total USD

1

Mobilization of rig and equipment to drilling site

Job

1

 

 

2

Drilling borehole Dia 8"

m

±60

 

 

3

Provision and installation of PVC casing 5.5"

m

50

 

 

4

Provision and installation of PVC screens 5.5"

m

10

 

 

5

Install gravel pack and sanitary seal

job

a1

 

 

6

Well development until sand free water pumped

job

1

 

 

7

Field geologist (from geophysics team) for follow up and more emphasizing the recommended drilling points

no

1

 

 

 

Subtotal for completion drilling work

 

 

 

Cost for pumping test and water sample analysis

 

 

 

#

Description of work

Unit

Quantity

Unit price USD

Total USD

14

Mobilization and demobilization of equipment to the site and back.

Job

1

 

 

15

installation and Retrieval of the submersible pump test.

Job

1

 

 

16

Pumping test plus recovery for a minimum of six hours

hr.

6

 

 

17

Collection of water samples for/and conduct chemical analysis

Sample

1

 

 

18

Collection of water samples for/and conduct Bacteriological analysis

sample

1

 

 

20

Comprehensive report for both drilling and pumping test result.

no

1

 

 

22

Any other addition(s) proposed by the vendor.

 

 

 

 

 

Sub-total for completion of pumping test & sample analysis

 

 

Grand total for drilling work plus pumping test including water sample analysis.

 

                 

 

 

 

 

 

 

 

 

 

 

Bill of quantity for drilling water well

 

Location: Fanga Suk                                                          Coordinate: long 13.276394            Lat 24.634131

 

Locality: Rokero/NJM

 

State: Central Darfur

 

#

Description of work

Unit

Quantity

Unit price USD

Total USD

1

Mobilization of rig and equipment to drilling site

Job

1

 

 

2

Drilling borehole Dia 8"

m

±55

 

 

3

Provision and installation of PVC casing 5.5"

m

45

 

 

4

Provision and installation of PVC screens 5.5"

m

10

 

 

5

Install gravel pack and sanitary seal

job

1

 

 

6

Well development until sand free water pumped

job

1

 

 

7

Field geologist (from geophysics team) for follow up and more emphasizing the recommended drilling points

no

1

 

 

 

Subtotal for completion drilling work

 

 

 

 

Cost for pumping test and water sample analysis

 

 

 

 

 

#

Description of work

Unit

Quantity

Unit price

Total SDG

 

14

Mobilization and demobilization of equipment to the site and back.

Job

1

 

 

 

15

installation and Retrieval of the submersible pump test.

Job

1

 

 

 

16

Pumping test plus recovery for a minimum of six hours

hr.

6

 

 

 

17

Collection of water samples for/and conduct chemical analysis

Sample

1

 

 

 

18

Collection of water samples for/and conduct Bacteriological analysis

sample

1

 

 

 

20

Comprehensive report for both drilling and pumping test results.

no

1

 

 

 

22

Any other addition(s) proposed by the vendor.

 

 

 

 

 

Sub-total for completion of pumping test & sample analysis

 

 

 

Grand total for drilling work plus pumping test including water sample analysis.

 

 

                       

 

 

 

 

 

 

Bill of quantity for drilling water well

 

Location: Katroum                                                    Coordinate: long 24.17750           Lat 12.99578

 

Locality: Nertiti

 

State: Central Darfur

 

#

Description of work

Unit

Quantity

Unit price

Total SDG

1

Mobilization and demobilization of rig and equipment to drilling site and back.

Job

1

 

 

2

Drilling borehole Dia 8"

m

55

 

 

3

Provision and installation of PVC casing 5.5"

m

40

 

 

4

Provision and installation of PVC screens 5.5"

m

10

 

 

5

Install gravel pack and sanitary seal

job

1

 

 

6

Well development until sand free water pumped

job

1

 

 

7

Field geologist (from geophysics team) for follow up and more emphasizing the recommended drilling points

no

1

 

 

 

Subtotal for completion drilling work

 

 

 

 

Cost for pumping test and water sample analysis

 

#

Description of work

Unit

Quantity

Unit price

Total SDG

 

8

Mobilization and demobilization of equipment to the site and back.

Job

1

 

 

 

9

installation and Retrieval of the submersible pump test.

Job

1

 

 

 

10

Pumping test plus recovery for minimum six hours

hr.

6

 

 

 

11

Collection of water samples for/and conduct chemical analysis

Sample

1

 

 

 

12

Collection of water samples for/and conduct Bacteriological analysis

sample

1

 

 

 

13

Comprehensive report for both drilling and pumping test result.

no

1

 

 

 

14

Any other addition(s) proposed by the vendor.

 

 

 

 

 

 

Sub-total for completion of pumping test & sample analysis

 

 

Grand total for drilling work plus pumping test & sample analysis

 

 

 

 

 

 

Vender Name:                                           Signature:                                     Date:

 

 

Stamp

 

                       

 

 

 

 

 

Attachment (2)

 CRS SUPPLIER CODE OF Conduct

Preamble

This Supplier Code of Conduct is applicable to, and binding upon, all Catholic Relief Services’ suppliers, service providers, and consultants in service to CRS.

CRS is committed to the Code of Conduct and suppliers are expected to comply with these regulations, except when donor requirements, such as the UN Supplier Code of Conduct, supersede this code. Consequently, ethical business standards shall govern all transactions. Suppliers must be aware of situations and circumstances requiring prudent action, including the following:

Forced Labor: CRS expects its suppliers to prohibit forced, bonded and involuntary prison labor. Suppliers shall not require workers to lodge “deposits” or their identity papers with their employer or any recruiting agency. Workers shall be free to leave their employer at any time, given reasonable notice.

Child Labor: CRS expects that its suppliers do not recruit or employ children, as defined by the law of the country or countries where work takes place. Suppliers shall not employ children under age 18 at night or subject them to hazardous working conditions.

Fair Wages: CRS expects that its suppliers pay wages and benefits that meet, at a minimum, national legal standards or industry benchmark standards. Suppliers shall pay wages in legal tender and in regular intervals. Deductions from wages shall only be permitted under conditions and to the extent prescribed by the applicable law, regulations or collective agreements. Suppliers are expected to inform their workers of such deductions at the time of each payment. Suppliers are expected to provide all workers with written and understandable information about their employment conditions in respect to wages, before they enter employment.

Working Hours: CRS expects that the working hours provided by suppliers comply with national laws and collective agreements. Overtime work should be voluntary.

Healthy, Safe and Hygienic Conditions: CRS expects that its suppliers ensure that all working and, where applicable, living environments are safe and healthy. Suppliers are expected to take adequate steps to prevent accidents and injury to health arising out of, associated with, or occurring in the course of work. Suppliers should provide access to clean toilet facilities and potable water, and, if appropriate, sanitary facilities for food storage.

Anti-Discrimination: CRS expects that its suppliers do not discriminate in hiring, compensation, access to training, promotion, termination or retirement on the basis of race, class, national origin, religion, age, disability, sex, or political affiliation.

Freedom of association and right to employee representation: CRS expects its suppliers to recognize workers’ right to freely form and join organizations of their own choosing.

Harsh or Inhumane Treatment: CRS expects that its suppliers do not subject employees to physical abuse or discipline, the threat of physical abuse, sexual or other harassment and verbal abuse or other forms of intimidation.

Environment: At minimum, CRS expects its suppliers to comply with all applicable laws and regulations relating to environmental impact. Suppliers, wherever possible, are expected to support a precautionary approach to environmental matters and undertake initiatives to promote greater environmental responsibility.

Where speed of deployment is essential in saving lives, CRS will purchase necessary goods and services from the most appropriate available source.

The supplier shall not offer, promise, or attempt to influence CRS employees in the procurement of goods and services.

I have carefully read CRS’ Supplier Code of Conduct and understand it. I am aware that any deviations to the ethical standards listed above are not allowed in any procurement transactions. Failure to abide by supplier code of conduct may constitute breach of my contract with CRS, and my signature below acknowledges my understanding and agreement.

I understand and confirm that no personnel of CRS have received or will be offered any direct or indirect benefit arising from any agreements I sign with CRS

Company Name:-----------------------------------------------------

Representative Name and Signature:------------------------------------------------------------

 

Date

 




To Register Click On the-above







Copyright (c) Sudanbid.com, 2019-2025. All rights reserved