![]() |
|||||
|
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.
Name of Tender: Supply of materials and Rehabilitation of hand dug well and Water Yard in Muraya -UMD locality – Zalingei, Central Darfur State
Tender Number RFQ# CRS-SD-ZAL-SD5314-2025 Opening submission date: 8th of September- 2025 Deadline Submission date: 21st of September /2025 – 04 :00 PM Please submit your bid to CRS Zalingei or via electronical email: tender.sudan@crs.org
|
اسم العطاء: توريد مواد بناء ، واعادة تأهيل بئريدوية مفتوحة و محطة مياة موجودة في قرية مرية، محلية ام دخن – زالنجي، ولاية وسط دارفور
رقم العطاء: RFQ# CRS-SD-ZAL-SD5314-2025 تاريخ فتح التقديم 8 سبتمبر 2025 تاريخ انتهاء التقديم
21 سبتمبر 2025 04:00 العصر الرجاء ارسال عرضكم الي مكتب الاغاثة الكاثلوكية زالنجي أو من خلال البريد الالكتروني |
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
|
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?
|
الموافقة على شروط الدفع: هل توافق على شروط الدفع اعلاه:
|
Requested Information The submission must include:
|
يجب تقديم ما يلي: يجب ان يتضمن التقديم ما يلي :
|
Bid Requirements Offers that do not meet the following will be automatically rejected regardless of price:
|
معلومات ملء العطاء سوف يتم رفض أي عطاء لا يلتزم بالشروط أدناه بغض النظر عن السعر:
11 - جب أن تتم الموافقة على حفرة الأساس وعمق الحفرة من قبل ممثل فريق العمل الميداني لمنظمة CRS قبل البدء في أي خطوات تنفيذية
|
Delivery Instructions: Complete and stamped and signed offer can be submitted directly to CRS Zalingei office.
Complete and stamped and signed offer must be delivered in sealed envelope with tender number on it (RFQ# CRS-SD-ZAL-SD5314-2025) Delivery to CRS Sudan office located in Zalingei |
تعليمات التسليم: يجب تقديم العطاء الكامل والمختوم و الموقع في مكتب زالنجي
يجب ان لا تتجاوز السيرة الذاتية للشركة اكثر من 10 صفحات.
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:
|
تفاصيل الحساب:
إسم الينك : -------------------------------------------------------
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 for Rehabilitation of hand dug well and Water Yard in Muraya -UMD locality.
Catholic Relief Services (CRS) – United States Conference of Catholic Bishops, 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 seeks qualified entity specialized and experienced in water industry and construction of water systems (including water wells, water pumping components, solar energy set, elevated water storage and distribution pipework etc.) to work in Moraya village in Um Dukhun locality (UMD) - Central Darfur State; the activities include rehabilitation of hand dug well, existing water yard consists installation of submersible pump, solar energy unit, construction of fencing, animal troughs and water pipework, during the period from 01st Sep 025 to 15th Oct- 2025.
Primary Functions:
Under the overall guidance and direct supervision of CRS WASH Senior project officer (SPO), the contractor should rehabilitate, and upgrade one hand dug well to water supply, storage, and distribution system in line with technical guidelines of Water and Environmental Sanitation Project (WES)-Sudan and CRS field staff.
The contractor responsibilities:
The specific tasks of the contractor under this scope of work should be implemented under direct supervision and instruction of CRS field staff, and each completed stage of the work should be accepted and approved by CRS field staff, and the contractor should implement and complete any required repair or amendment before starting the next stage. The contractor will be committed to showing all materials with recommended specifications on work location then it will be checked by CRS WASH focal person before starting any step of work implementation. the specific materials intended to check such as (type of submersible pump-GRUNDFOS, polythene pipe -HDPE, cement Portland -Atbara) The work includes, but not limited to the following:
Bill of quantities and quotation:
No |
Item Description |
Unit |
Q’ty |
Unit price/USD |
Total price/USD |
1 |
Rehabilitation of hand dug well |
||||
1.1 |
Remove existing reinforced cover and build and raise the top of the lining above ground surface by additional 1 meter, should be built of red bricks and/or stones and cement-sand mortar. (the diameter of the well is 4 meters)
|
Job |
1 |
|
|
1.2 |
Construct a tight well cover of reinforced concrete slab with a manhole (60cm*60cm) with lid equipped of lock to enable future cleaning and maintenance of the well. The reinforced cover of the manhole should be tight and leakage proof.
|
job |
1 |
|
|
1.3 |
Install heavy duty steel beams at the top of the well to support the concrete cover, pumphouse casing, and hold the pump.
|
job |
1 |
|
|
1.4 |
Install pump house pedestal of hand pump Indian mark II, UPVC pipe and screen, from the top to the bottom of the well with diameter within range from 5 to 8 inches to properly fit the bowl size of the selected pump and allow suitable clearance for safe installation and retrieval of the pump. The top 3 meters of the casing and 1 meter at the bottom of the casing should be of blind casing and the portion in between 3 m should be of original UPVC screen of slot size range 0.04-0.06 inch, |
m |
10 |
|
|
1.5 |
Clean the lining wall by using suitable long-handled wire brush to remove the algae and other dirt layers, then wash with high pressure water jet. |
job |
1 |
|
|
1.6 |
Clean the bottom of the well and remove the sludge and all materials deposited inside the well at the bottom until all the original total depth is cleaned i.e. to remove at least 2.30 meters-thick layer of deposits from the bottom, to increase the current free depth from 4.70 m to 7 m (original depth). |
job |
1 |
|
|
1.7 |
Dewater the well until the turbid water completely discharged out and the turbidity level around 5 NTU unit or less.
|
job |
1 |
|
|
1.8 |
Disinfect the well with high (concentration) chlorine dose applying shock chlorination processes according to the standard steps for chlorination.
|
job |
1 |
|
|
1.9 |
Dewater the well and measure the residual chlorine.
|
job |
1 |
|
|
1.10 |
Construct a fence around the well 4m*4m with door 1m (W)*2.m (H) with control lock.
|
job |
1 |
|
|
|
Sub-total (1) |
|
|||
2 |
Supply and Installation of Submersible pump and pipework: |
||||
2.1 |
Import and install Electrical Submersible pump Grundfos type 1.85kw including accessories control panel suitable (inverter). Pump with a total dynamic head (H) of 20 meters and a discharge of 5 m³/h and Pump Setting Depth (P.S.D) of 6 meters below ground surface inside the pump house (UPVC screen); the pump should meet the following requirements: |
no |
1 |
|
|
2.2 |
Supply and lay electrical cables 240m (4x6mm2 flat drop cable) plus accessories from borehole head works to control panel –preferably Grundfos model. The rising main from the pump to the ground surface should be of galvanized pipe or stainless-steel pipe. |
m |
240 |
|
|
2.3 |
Provide and install high density polythene pipe of 2 inches diameter total length 210 meters to connect the discharge point, at the well level, with the galvanized (GL) pipe connecting the inlet of the elevated water tank. |
m |
210 |
|
|
2.4 |
Provide and install high density polythene pipe of 2 inches diameter total length 40m to distribution system consist of tap stand, 2 animal troughs and card filling. |
m |
40 |
|
|
2.5 |
Provide and install high density polythene pipe of 3” diameter total length 10m to connect with descending galvanize pipe 3” outlet from elevate water tank to be join with pipeline 2” using reducer 3” *2” which is extent to tap stand, card filling, and animal trough. |
m |
10 |
|
|
2.6 |
Excavate trench of one 1 meter depth and 250 meters long extended from the water well to the elevated water tank 210m for installing of the water pipe, 40m from elevate tank outlet to distribution point, 2 animal troughs and card filling; the rough portion of trench should be backfilled with 15 cm-thick soft soil layer under the pipe and 25 cm-thick layer above the pipe then complete back filling of the remaining portion with the cutting excavated from the trench or alternative suitable soil materials. |
M |
250 |
|
|
|
Sub-total (2) |
|
|||
3 |
Supply and Installation of Solar energy unit and fencing |
||||
3.1
|
Provide and install complete solar energy unit (German type or Jinko), 8 panels of 300W capacity each (total 2,400W) to properly operate the pump.
|
set |
1 |
|
|
3.2 |
Provide materials and construct tight fencing (15m*10m) around the elevated tank, solar panels and distribution point together using heavy duty steal or galvanized poles (Angles or pipes) 3 meters high with spacing 2 meters or less, and barbed wire equipped with door (2m*2m) and locks. |
job |
1 |
|
|
3.3 |
Construction of the fencing should be tight by barbed wire at top. Middle, and bottom to prevent twists. |
job |
1 |
|
|
3.4 |
Fencing also should be supported by rolled mesh wire on the top will be carried at the end by Y-shape which is welded at the end of each steel pillar. |
job |
1 |
|
|
3.5 |
All the pillars steel of fencing shall be painted by blue paint. |
job |
1 |
|
|
3.6 |
Construction ground of all areas of fencing (15m*10m) by red brick or stone, cement, sand mortar 20cm thick to accommodate the bottom edge of wire fencing then lay concrete slap 5cm thick, including derange water channel. |
job |
1 |
|
|
|
Sub-total (3) |
|
|
|
|
4 |
Supply materials and maintenance of existing water tank and tower |
||||
4.1 |
Provide galvanized pipe 3 inches diameter to connect as descending outlet on existing elevated tank.
|
m |
8 |
|
|
4.2 |
Paints: The tank shall be painted with antirust prime coat. Two other coats shall be applied as follows. a) Internal coating shall be of bituminous non-toxic paint. B) External shall be painted with black and white coating of approved oil paint. |
job |
1 |
|
|
4.3 |
The water tank should be equipped with a water level indicator with ladder to support chlorination process, (Water level indicator shall be coated with white background and red graduations). |
no |
1 |
|
|
4.4 |
Water tank should be disinfected before starting the supply of water to the consumers. |
job |
1 |
|
|
|
Sub-total (4) |
|
|||
5 |
Construction of new tap stand and rehabilitation of existing tap stand |
|
|||
5.1 |
Construction new tap stand has 12 taps (¾ inch) connected to 2” GL pipe equipped with gate valve, installed on platform built of red bricks, and cement-sand mortar. The planned location is 10 meters apart from the elevated tank. |
job |
1 |
|
|
5.2 |
Rehabilitation the existing tap stand of 10 taps (¾ inch) connected to 2” GL pipe. |
job |
1 |
|
|
5.3 |
The platform construction for new tap stand: The foundation of the platform should be of minimum 1.5 m width, 3 m long, and (0.3 m to 0.5 m) depth. The height of the platform 0.6 m, with 1.25 m height of the tap stand. |
job |
1 |
|
|
5.4 |
Provide and cover the top and sides of both platforms tap stands with white tiles.
|
job |
1 |
|
|
5.5 |
Provide plumping materials and connect the tap stand with the water main line with 2” size high-density polythene pipe. |
job |
1 |
|
|
5.6 |
Construct 2 movable animal troughs sized 0.45m*0.6m*0.9m* 3 meters long outside the fencing area 10 meter away supported by 2 taps with control valve. |
job |
1 |
|
|
5.7 |
Supply and installation of a visibility sign board with inscriptions and logo (1.5m L*1m W*2m H) the message will be provided by CRS for indicate implementor and donor. |
job |
1 |
|
|
5.8 |
Any other additions proposed by vendor. |
|
|
|
|
|
Subtotal (5) |
|
|||
|
Grand Total* |
|
*The final cost of the work will be adjusted to the actual work done and materials provided, verified, and approved by the CRS field officers.
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