Tender Details

Consultancy Services for the Rehabilitation of D1 Pumping Station

Tender Number: 445/2024/BTB (SES-23/0008)

PA Ref Number: SES-23/0008

Tender Description

The Works for this project mainly consist of preparing detailed scope of works to rehabilitate and upgrade D1 sewerage pumping station. The consultant shall also study and prepare a detailed design package for the improvement of selected structures of the station. The hired consultant shall prepare a complete tender document package with BOQ cost estimate specifications detailed design drawings etc.

Issued by
Ministry of Works
Internal/External
External
Invitation Method
Public (LOCAL GCC)
Initial Bond
BD 100
Bid Validity / Initial Bond Validity Period (Days)
180 days
Tender Fees
BD 30
Contract Duration
12 Month
Is Alternate Bid Allowed
No
Publish Date
Thursday, 30 May 2024
Purchase Before
Tuesday, 02 July 2024
Closing Date
Wednesday, 24 July 2024
Opening Date
Thursday, 25 July 2024

Additional Notes

Project brief in English

The Works for this project mainly consist of preparing detailed scope of works to rehabilitate and upgrade D1 sewerage pumping station.  The consultant shall also study and prepare a detailed design package for the improvement of selected structures of the station. The hired consultant shall prepare a complete tender document package with BOQ/cost estimate, specifications, detailed design drawings etc.

 

 Project brief in Arabic      

   

يشمل هذا المشروع اعداد نطاق تفصيلي لأعمال إعادة التأهيل ورفع قدرة محطة ضخ مياه الصرف الصحي D1. كما يجب على الاستشاري دراسة واعداد حزمة التصاميم التفصيلية لتطوير وتحسين الأجزاء المختارة في المحطة. يجب على الاستشاري المعين إعداد حزمة كاملة من وثائق المناقصة مع تقديرات جدول الكميات/التكلفة والمواصفات ورسومات التصميم التفصيلية وما إلى ذلك.

,

Two Envelope

The tender is a two‐envelope submission tender and will be opened by the Tender Board in two (2) stages;

a) Stage 1, only Technical Proposal will be opened.

b) Stage 2, only Financial Proposal of the Technically Successful Bidders (bidders who passed the technical evaluation) will be opened and evaluated.

 

يجب تقديم العطاءات في مظروفين (المظروف الفني "أ" و المظروف المالي "ب" )

وسيتم فتح العطاءات المقدمة على مرحلتين ، حيث يتم فتح العطاءات الفنية أولاً و يتم تقييمها وتبعا لنتائج التقييم الفني سيتم فتح العطاء المالي فقط للعطاءات الفنية التي اجتازت التقييم الفني بنجاح

,

المتطلبات الزامية:

هذه المناقصة مناسبة لمقدمي العطاء من أصحاب فئة الترخيص(ب) على الأقل والتي تستوفي المتطلبات الإلزامية المذكورة أدناه:

1-      يجب على مقدمي العطاء المسجلين في لجنة مزاولة المهن الهندسية تحت الفئة (ب) تقديم ما يثبت بأن الشركة لديها مكتب تصميم محلي قادرة على تقديم الخدمات بموجب هذا العقد. وبالتالي، على مقدم العطاء تقديم ما يلي:

·         صور للمرافق المكتبية

·         فواتير هيئة الكهرباء والماء والاتصالات الحديثة (تُظهر عنوان المكتب المحلي للشركة).

 

2-      يجب أن تتوفر في مركز/مكتب التصميم التابع لمقدم العطاء الحد الأدنى من المتطلبات التالية:

·         مساح كميات ذو خبرة في الأعمال الكهروميكانيكية.

·         رسام واحد.

 

3-      يجب على مقدم العطاء تقديم ما يثبت قدرته على تنفيذ الأعمال الكهروميكانيكية لشبكة الصرف الصحي أو أعمال تصميم البنية التحتية ذات الصلة. وعليه، يجب على مقدم العطاء تقديم:

·         شهادة اتمام أحد أعمال التصميم الكهروميكانيكية أو ما يعادلها من المشاريع ذات الصلة خلال السنوات العشر الماضية.

 

4-      يجب على مقدم العطاء تقديم السيرة الذاتية لمدير المشروع أو ما يثبت الشروط التالية:

·         أن يكون مقره الأساسي في البحرين للتأكد من تفرغه التام لأعمال هذه المناقصة.

·         حصوله على رخصة مزاولة المهن الهندسية سارية المفعول او ما يعادلها.

 

 

سيؤدي عدم استيفاء المتطلبات الإلزامية من قبل مقدم العطاء إلى الاستبعاد من هذه المناقصة.

 

,

Consultancy Services for the Rehabilitation of D1 Pumping Station

Project No. SES-23-80-007

Request No. SES-23/0008

 

Mandatory Requirements

 

Tenderers intend to participate in this tender have to have consulting Engineer offices registered with Valid CRPEP under Category B as a minimum. 

 

Registered Tenderer under CRPEP Category B has to fulfil the below requirements:

 

1.       Tenderer has to provide evidence to prove that his firm has an established local design office in Bahrain able to provide services under this contract.  Tenderer has to provide a copy of the following:

a.      Pictures of office facilities, and

b.     Recent EWA or telecommunication bills (showing the firm local office address).

 

2.      The Tenderer's design centre/office shall have the following minimum requirements: 

a.      Quantity Surveyor with electro-mechanical works experience, and

b.     One draftsman. 

 

3.      The Tenderer has to provide proofs on his ability to carry out electromechanical works for sewer system or related infrastructure design works.  Tenderer has to provide:

 

a.      Evidence of completing one electromechanical design works or equivalent related projects in the last ten years.

 

4.     The project manager:

a.      The assigned project manager is the focal reference and has to be based in Bahrain on full time basis, and

b.     The project manager also has to have valid current CRPEP registration/license or equivalent,

 

No qualifications, exclusions, assumptions, or amendments submitted by a Tenderer are not accepted.

 

Tenderer/Bidder who does not comply with the above requirements will be DISQUALIFIED


How to Participate?

  • Those who are capable and wish to participate in the above tender have to purchase the Tender Documents online through the Bahrain Tender Board’s portal https://etendering.tenderboard.gov.bh starting from Thursday, 30 May 2024
  • Bidders are requested to enclose with their bids the Initial Bond for the amount specified above or at the rate of 1% of the tender value whichever amount is lesser, provided that no initial bonds value shall be less than BD 100/-. (Except for the Two-envelope tenders).
  • For Two-envelope tenders, bidders, are requested to enclose with their bids the Initial Bond for the amount specified above.
  • The initial bond should be in the form of a Certified Cheque, Bank Guarantee, Insurance Policy or Cash (or as specified in the Tender Documents) valid for the duration specified above.
  • The bids deposit place: (As Mentioned in the Tender Documents)
  • This tender is subject to the provisions of the Tender Law issued by the Legislative Decree No. 36 of 2002, its amendments, and its Implementing Regulations issued by the Decree No. 37 of 2002.
  • In addition, these conditions have to be considered:
    • Enclose copy of a valid Commercial Registration Certificate (CR) in line with the tender's subject.
    • Enclose copy of a valid certificate of compliance with the employment percentages for Bahraini manpower (Bahranization Certificate) issued by the Ministry of Labour.
  • This advertisement is considered supplementary to the tender documents. In case of any discrepancy between the Advertisement and the Tender Document, the Tender Document prevails.
  • Small and Medium Enterprises are eligible to obtain 10% preference in the financial evaluation stage, when submitting the "SMEs Classification Certificate" during bidding for this tender. The certificate is awarded by Ministry of Industry Commerce and Tourism to the SMEs and can be obtained when applying on the SMEs Registration System which can be reached via the following link: https://www.moic.gov.bh/en/eServices/sme
  • Vendors who are not registered in the Tender Board's e-tendering system shall be required to register through the below-mentioned link, and for assistance please contact the Tender Board through email helpdesk@tenderboard.gov.bh or call on Tel No. +97317566617.
  • For Registration

Inquiries

For further inquiries please contact on:

Ministry of Works
  17545958