Supply of materials and rehabilitation of mini water yard in Golo town Wadi area – Zalingei, Central Darfur State.
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-SD5311-2025
 City: Khartoum
 Deadline: 21 Sept 2025
 Description:

Name of Tender:

 Supply of materials and rehabilitation of mini water yard in Golo town Wadi area – Zalingei, Central Darfur State.

 

Tender Number RFQ# CRS-SD-ZAL-SD5311-2025 

 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  وترفيع مضخة يدوية  إلى محطة مياه متكاملة في مدينة قولوحي  وادي غرب، محلية وسط  جبل مرة – زالنجي، ولاية وسط دارفور

 

رقم العطاء: RFQ#  CRS-SD-ZAL-SD5311-2025 

 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

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.
  • Copies of the Experiences certificates
  • 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.
  •  نسخ من شهادات الخبرة
  • 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. All offers must be quoted in US dollars, with payments to be made in SDG based on the official CRS Insight exchange rate prevailing at the time 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 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.
  9. Deliverable schedule should be attached
  10. Specific materials such as (pumps, type of cement Atbra Portland to be checked by CRS field representative before commencing any implementation step)
  11. The footing hole and trench depth must be approved by the CRS field staff representative before beginning any implementation steps.

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. جميع العروض يجب أن تُقدم بالدولار الأمريكي، على أن يتم الدفع بالجنيه السوداني وفقًا لسعر الصرف الرسمي المعتمد من CRS Insight السائد في وقت 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

 

  1. يجب إرفاق جدول التسليم

 

  1. يجب أن يتم فحص المواد المحددة مثل (المضخات، ونوع الأسمنت "عطبرة بورتلاند") من قبل ممثل فريق العمل الميداني لمنظمة CRS قبل البدء في أي خطوة من خطوات التنفيذ

 

  1. يجب 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.

 

  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-SD5311-2025) 

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.

 

  1. يجب تقديم العطاء الكامل والمختوم و الموقع  مع كافة الوثائق المطلوبة في  ظرف مغلق يكتب عليه رقم العطا (RFQ#  CRS-SD-ZAL-SD5311-2025  ) 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 for Rehabilitation of mini water yard in Golo town Wadi area.

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 Golo town Wadi area in Central Jebel Mara locality - Central Darfur State; the activities include rehabilitation of existing mini water yard consists of installation of submersible pump, solar energy unit, construction and erection  of tower to carry 2 existing plastic  water storage (TIGGA) each capacity 10,000 litters and  water pipework, and fencing of each component of the system, 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, existing mini water yard 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’s 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, also contractor should responsible to deliver all materials corresponding required specification and to be checking by CRS WASH field representative before start any step of implementation. The work includes, but is not limited to the following:

  1. Clean, disinfection 2 existing plastic tank and erect on tower: -
    1. Use a long brush and clean inside plastic tank to remove algae.
    2. Disinfection the storage using solution chlorine then erect the 2 plastic tanks on tower 1.5m high.
    3. Supply accessories connection fittings to connect 2 plastic tanks to fill and discharge together through one inlet and outlet.
  2. Construction of a steel tower to carry existing two plastic storges (TIGGA) each one capacity 10,000 letters: (At: coordinate: Long E: 24.16.667 Lat N: 13.13.08.228 altitude: 1619 m)
    1. Fabricate and erect steal tower of 1.5 meters height with 8 foots legs according to standard specification, illustrated in drawing attached and guideline of Public Water Corporation (PWC).
  • Casting of reinforced concrete foundation for the supporting tower.
  • Foot plate and top plate thicknesses shall not be less than 16mm.
  • Holding down bolts, nuts and washers shall be supplied completely with adequate sizes but not less than 16mm and 4 anchor bolts are decided to be used per footing.
  • The supporting tower should be fixed on the foundation using the anchor bolts after the concrete attains its full strength after 7 days of concrete placement.
  • The tower should have a safety guardrail 1 meter high from galvanized pipe or stainless-steel pipe to support operator’s walk safely.
  • Fabricate movable ladder 4 meter high to support chlorination process or any future concern.
    1. Supply and lay mild steel plates 5mm above distributed I section steel beam of tower to support fixing and prevent any twist on bottom base of 2 plastic tanks.
    2. Tower shall be painted with antirust prime coat, and bituminous black paint.
  1. Supply and Installation of Submersible pump and pipework:
    1. supply and install Electrical Submersible pump Grundfos SQ 5-70, with a total dynamic head 60 meters and discharge 4.5 m3/hr., power 2.2kw with suitable inverter at setting depth 45 meters below ground surface inside the pump house (UPVC screen); the pump should meet the following requirements:
  • The pump should have enough head and ability to pump 4.5 meters cubic per hour through 2 inches high density polythene pipe, from the setting depth (45) meters below ground surface) to the 2 elevated plastic storage (TIGGA) 20 meters away from the well source.
  • The pump should be equipped with sensors to automatically break the electric current and top the pump if the water level draws down below and exposes the pump.
  • The rising main from the pump to the ground surface should be of galvanized pipe or stainless-steel pipe.
  • The outlet of the rising main at well source should be equipped with nonreturn and gate valves.
    1. Provide and install high density polythene pipe of 2 inches diameter total length 50m to connect the discharge point, at the well level, with the galvanized (GL) pipe connecting the inlet of the elevated plastic water and descending point at plastic storage and to connect with 2 distribution taps stand with 12 taps each.
    2. Excavate trench of one 1 meter depth and 50 meters long extended from the water well to the two elevated plastic water tank for installing of the water pipe; provision of sand for the rough portion of trench should be backfilled with 15 cm-thick soft sand 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.
  1. Supply and Installation of Solar energy unit and fencing: (At: coordinate: Long E: 24.16.667 Lat N: 13.13.08.228 altitude: 1619 m).
    1. Provide and install complete solar energy unit with all accessories, including install mounting structure (4m*4m) degree 15.
    2. Supply and install 8*300W polycrystalline solar panels (German or Jinko type) to support steel frame stanchion (4m x 4m) at 15 degrees on the top of tank to power submersible pump.
  • The solar unit should be installed on the top of two elevated plastic storage.
  • Solar panels should be installed on heavy duty steel or galvanized skeleton and elevated at least 0.90 meters above the plastic tank to mitigate the risk of easy stealing of the panels
    1. supply and lay all electrical cables 70m (4x6mm2 flat drop cable) plus accessories from borehole head works to control panel.
  • The solar unit should be installed on the top of two elevated plastic storage.
  • Solar panels should be installed on heavy duty steel or galvanized skeleton and elevated at least 0.90 meters above the plastic tank to mitigate the risk of easy stealing of the panels.
    1. Provide materials and construct tight fencing (15m*10m) around the solar panels consisting of 2 storages, using heavy duty steal or galvanized poles (Angles or pipes) 3 meters high with spacing 2 meters or less, and barbed wire gabion 4mm supported on top with mesh wire rolled fixed on Y-shape angle welding on to of pillars and equipped with door (2m*1m) with locks.
    2.  Provide materials and construct tight fencing (10m*4m) around 2 distribution points using heavy duty steal or galvanized poles (Angles or pipes) 3 meters high with spacing 2 meters or less, and barbed wire gabion 4mm supported on top with mesh wire rolled fixed on Y-shape angle welding on to of pillars and equipped with door (2m*2m) and equipped with locks, The holes poles of fencing should be 50cm depth fix with concrete. All the pillars steel of fencing shall be painted by blue paint.
    3. Construction of the fencing should be tight by barbed wire at top. Middle, and bottom to prevent twists.
    4. Construction ground of all areas of fencing of 2 distribution points (10m*4m) by red brick or stone, cement, sand mortar 20cm thick to accommodate the bottom edge of wire fencing then lay construction concrete slap 5cm above, including derange water channel.
  1. Construction of new tap stand and rehabilitation of existing one: (At: coordinate: Long E: 24.16.667 Lat N: 13.13.08.228 altitude: 1619 m).  
    1. Construct tap stand of 12 taps connected to 2” GL pipe equipped with gate valve, installed on platform built of red bricks, and cement-sand mortar. The planned location is 15 meters apart from the main water pipe.
    2. Rehabilitation of existing tap stand including replacing 12 taps (¾ inch).
    3. The platform construction: 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 is 0.6 m, with 1.25 m height of the tap stand.
    4. Provide and cover the top and sides of the 2 platform of tap stands with white tiles.
    5. Provide plumping materials and connect the tap stand with the water descending line with 2” size high-density polythene pipe.
    6. Fabricate moveable steel animal trough sized 3m L*0.45m H*0.6m W bottom*0.90m W top outside the fencing area and extension polythene pipeline 2” from the tap stand to moveable animal trough controlled by valve with tap2”.
    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.

 

Bill of quantities and quotation:

 

No

Item Description

Unit

Q’ty

Unit price/USD

Total price/USD

1

Clean, disinfection 2 existing plastic tank and erect on tower: -

 

1.1

Use a long brush and clean inside plastic tank to remove algae.

Job

1

 

 

1.2

Disinfection the storage using solution chlorine then erect the 2 plastic tanks on tower 1.5m high.

job

1

 

 

1.3

Supply accessories connection fittings to connect 2 plastic tanks to fill and discharge together through one inlet and outlet.

job

1

 

 

 

Sub-total (1)

 

2

Construction of a steel tower to carry existing two plastic storges (TIGGA) each one capacity 10,000 letters: (At: coordinate: Long E: 24.16.667 Lat N: 13.13.08.228 altitude: 1619 m)

 

2.1

Fabricate and erect steal tower of 1.5 meters height with 8 foots legs according to standard specification, illustrated in drawing attached and guideline of Public Water Corporation (PWC). Including sub-detailed points above related article (2.1) clarified on scope of work (SOW).

 

job

1

 

 

2.2

Supply and lay mild steel plates 5mm above distributed I section steel beam of tower to support fixing and prevent any twist on bottom base of 2 plastic tanks.

 

no

4

 

 

2.3

Tower shall be painted with antirust prime coat, and bituminous black paint

 

job

1

 

 

 

Sub-total (2)

 

3

Supply and Installation of Submersible pump and pipework:

 

3.1

supply and install Electrical Submersible pump Grundfos SQ 5-70, with a total dynamic head 60 meters and discharge 4.5 m3/hr., power 2.2kw with suitable inverter at setting depth 45 meters below ground surface inside the pump house (UPVC screen); the pump should meet the following requirements: illustrated one sub-detailed points above related article (3.1) clarified on scope of work (SOW).

set

1

 

 

3.2

Provide and install high density polythene pipe of 2 inches diameter total length 50m to connect the discharge point, at the well level, with the galvanized (GL) pipe connecting the inlet of the elevated plastic water and descending point at plastic storage and to connect with 2 distribution taps stand with 12 taps each.

m

50

 

 

3.3

Excavate trench of one 1 meter depth and 50 meters long extended from the water well to the two elevated plastic water tank for installing of the water pipe; provision of sand for the rough portion of trench should be backfilled with 15 cm-thick soft sand 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

50

 

 

 

Sub-total (3)

 

 

 

 

4

Supply and Installation of Solar energy unit and fencing: (At: coordinate: Long E: 24.16.667 Lat N: 13.13.08.228 altitude: 1619 m).

 

4.1

Provide and install complete solar energy unit with all accessories, including install mounting structure (4m*4m) degree 15.

 

Job

1

 

 

4.2

Supply and install 8*300W polycrystalline solar panels (German or Jinko type) to support steel frame stanchion (4m x 4m) at 15 degrees on the top of tank to power submersible pump.

Including but not limited to specifications in the scope of works hereabove detailed on article (4.2).

 

No

8

 

 

4.3

supply and lay all electrical cables 70m (4x6mm2 flat drop cable) plus accessories from borehole head works to control panel.

m

70

 

 

4.4

Provide materials and construct tight fencing (15m*10m) around the solar panels consisting of 2 storages, using heavy duty steal or galvanized poles (Angles or pipes) 3 meters high with spacing 2 meters or less, and barbed wire gabion 4mm supported on top with mesh wire rolled fixed on Y-shape angle welding on to of pillars and equipped with door (2m*1m) with locks.

job

1

 

 

4.5

Provide materials and construct tight fencing (10m*4m) around 2 distribution points using heavy duty steal or galvanized poles (Angles or pipes) 3 meters high with spacing 2 meters or less, and barbed wire gabion 4mm supported on top with mesh wire rolled fixed on Y-shape angle welding on to of pillars and equipped with door (2m*2m) and equipped with locks, The holes poles of fencing should be 50cm depth fix with concrete. All the pillars steel of fencing shall be painted by blue paint.

job

1

 

 

4.6

Construction of the fencing should be tight by barbed wire at top. Middle, and bottom to prevent twists.

job

1

 

 

4.7

Construction ground of all areas /of fencing of 2 distribution points (10m*4m) by red brick or stone, cement, sand mortar, 20cm thick to accommodate the bottom edge of wire fencing then lay construction concrete slap 5cm above, including derange water channel.

job

1

 

 

 

Sub-total (4)

 

5

Construction of new tap stand and rehabilitation of existing one: (At: coordinate: Long E: 24.16.667 Lat N: 13.13.08.228 altitude: 1619 m).  

 

5.1

Construct tap stand of 12 taps connected to 2” GL pipe equipped with gate valve, installed on platform built of red bricks, and cement-sand mortar. The planned location is 15 meters apart from the main water pipe.

job

1

 

 

5.2

Rehabilitation of existing tap stand including replacing 12 taps (¾ inch).

 

job

1

 

 

5.3

The platform construction: 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 is 0.6 m, with 1.25 m height of the tap stand.

 

job

1

 

 

5.4

Provide and cover the top and sides of the 2 platform of tap stands with white tiles.

job

1

 

 

5.5

Provide plumping materials and connect the tap stand with the water descending line with 2” size high-density polythene pipe.

 

set

1

 

 

5.6

Fabricate moveable steel animal trough sized 3m L*0.45m H*0.6m W bottom*0.90m W top outside the fencing area and extension polythene pipeline 2” from the tap stand to moveable animal trough controlled by valve with tap2”.

 

no

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.

 

 

 

 

 

5.8

Any other addition (s) 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

 




To Register Click On Check the above







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