JSI RESEARCH & TRAINING INSTITUTE, INC. (JSI) has floated a tender for Drilling of a Borehole with Solar Power Submersible Pump. The project location is Liberia and the tender is closing on 01 Mar 2019. The tender notice number is HS-HSS-IF001-LOT-5, while the TOT Ref Number is 30864475. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Liberia

Summary : Drilling of a Borehole with Solar Power Submersible Pump

Deadline : 01 Mar 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 30864475

Document Ref. No. : HS-HSS-IF001-LOT-5

Competition : ICB

Financier : United States Agency for International Development (USAID)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : JSI RESEARCH & TRAINING INSTITUTE, INC. (JSI)
B/W 19 & 20 Street Tubman Boulevard, Sinkor Monrovia Attn: Amos Gardy / Desmond Harris Office Supervisor
Liberia
Email :agardy@lr.jsi.com

Tender Details

Request for proposals are invited for Drilling of a Borehole with Solar Power Submersible Pump at Sinje Health Center.

ISSUE DATE: February 13, 2019

CLOSING DATE AND TIME: Proposals must be received no later than 12:00PM Monrovia time on March 1, 2019

PRE-TENDER MEETING: This meeting is intended to address all questions that may arise from bidders. Slated for Tuesday, February 19, 2018 at 1:00 pm. JSI/APC Office, B/W 19 & 20 Street Tubman Boulevard, Sinkor Monrovia, Liberia.

JSI Research & Training Institute, Inc. (JSI) is a public health management consulting and research organization dedicated to improving the health of individuals and communities across the US and in globally. Presently in Liberia, JSI, supported by USAID Global Health funding, is implementing the Health Services & Health Systems Strengthening Program (HS&HSS) program through the Advancing Partners & Communities Project (APC). This program focuses on strengthening clinical care services, building local capacity, and reducing stigma and related barriers to health care services for Ebola survivors.

Via this document, JSI/APC is soliciting proposals from established, reputable and legally registered construction companies in Liberia that have the capacity to provide quality health facility renovation services. Specifically, JSI/APC is requesting proposals from construction companies for the renovations at the facilities.

All interested companies are requested to come to the front desk at JSI/APC Office to pick a hard copy of the RFP package. Each bidder will receive a set of technical working drawings, technical specifications, BOQs, and RFP instruction to bidders. This package can be picked daily between 8 am – 5 pm from February 13, 2019 to February 21, 2019.

Note: It is possible that there may be adjustments to the scope of the work at one or more of these sites. In the event of an award, JSI/APC will communicate any changes to the scope of work in detail to the successful applicant(s). Also, changes to the scope of work may result in changes to the budget. If this is the case, the changes will need to be mutually agreed by both parties.

Please submit your most competitive proposal in accordance with the attached instructions, including all required certifications. Any contract issued as a result of this RFP will be subject to all instructions, certifications, terms and conditions, and specifications included in this RFP. This solicitation document includes the following parts:
PART A: INSTRUCTIONS TO BIDDERS …..…………………………………… 4
PART B: SCOPES OF WORK…..…………………………………………………… 9
PART C: LIST OF CLAUSES …..………………………………………………… 15
PART D: ATTACHMENTS...……………………...……………………………..… 17

One hard copy and one electronic copy on disc or memory stick of your proposal is due no later than March 1, 2019 at 12:00pm Monrovia time in Liberia at the JSI office and should be addressed to:


Desmond Harris
Office Supervisor
JSI R&T Institute, Inc.
B/W 19 & 20 Street
Tubman Boulevard, Sinkor
Monrovia, Liberia

Please Note:

? Proposals sent by email will not be accepted.

? Proposals submitted after 12:00pm on March 1, 2019 will not be considered.

Interested companies should direct any questions about the RFP in writing to Amos Gardy at agardy@lr.jsi.com by no later than February 18, 2019. All questions will be collected and responses will be provided during the pre-tender meeting which will be held on February 19, 2019 from 1:00 – 3:00pm in the JSI/APC Conference Room. All correspondence with JSI/APC pertaining to this RFP must reference the contact person(Amos Gardy) and the RFP number listed on page 1. No telephone calls about the RFP will be accepted.

PART A: INSTRUCTIONS TO BIDDERS
I. PROPOSAL REQUIREMENTS AND SCHEDULE
Bidders are requested to submit a Technical Proposal in one sealed envelope clearly labeled
“JSI/APC Renovation Technical Proposal: [name of county, name of facility and
description of work as it is written in the job description table above including the Lot #
in a sealed envelope.]”.
A detailed Cost Proposal should be provided in a second sealed envelope in Excel format and
shall include detailed budget notes. All cost documents should be clearly labeled “JSI/APC
Renovation Cost Proposal: [name of county, name of facility and description of work as
it is written in the job description table above including the Lot # in a sealed envelope.]
Please note that bidders are required to submit separate technical and cost proposals for each
lot. Failure to comply with this mandate, shall results to disqualification.
Hard copies (in sealed envelopes) and an electronic copy (on disc or memory stick) of the
Technical and Cost Proposals should be delivered to the JSI Liberia office no later than
12:00 pm on Friday, March 1, 2019. Submissions will be time stamped and late
submissions will not be accepted. The sealed proposals should be addressed to:
Desmond Harris
Office Supervisor
JSI R&T Institute, Inc.
B/W 19 & 20 Street
Tubman Boulevard, Sinkor
Monrovia, Liberia Tel: +231 777142666
Site visits: It is strongly recommended that companies conduct site visits to the respective
Counties and sites in order to acquaint themselves with the general conditions, constraints,
obstructions and all other conditions. Failure to be familiar with the counties and/or facilities
will not be a basis for contract claims of any type.
Communications with JSI/APC, government technical or program personnel in regard to the
requirements of this solicitation (other than pre-tender meeting) is not permitted during the
solicitation process. Unauthorized communications will result in disqualification. JSI/APC
will accept questions submitted in writing to the above email address between February 12
and 17, 2019.
Proposals shall be submitted in English and shall include a “Cover Letter” on the company’s
official letterhead, which shall be signed by an authorized representative of the bidding
company. The Bidder’s Cover Letter shall confirm that the bidder’s proposal complies with
all requirements in these instructions, as follows:
? A statement of expression of interest to participate in the bid. It should mention
specific lots and include a cost proposal for each.
? The full name and signature of the company’s official representative and position.
? The letter should be original and stamped with the official stamp of the company.

II. TECHNICAL PROPOSAL REQUIREMENTS:
The following TECHNICAL proposal information should be submitted in writing and
include the following:
1. Basic Information
? A cover letter with company details: Address, Telephone/Fax numbers, and
Contact Name (with office and cell phone numbers) who is able to answer
questions on the proposal.
? A properly completed bid form (see attached Bid Form).
? Methodology describing how the company proposes to implement the scope of
work included within this RFP (repeated up to five times if bidding on all
Counties and sites listed in this RFP).
? Company profile: brief history of the business and ownership structure, including
names of CEO, Managing Director and Owners)
? A list of non-expendable equipment and physical resources owned by the bidder
for the purpose of this proposal.
? An affidavit naming the authorized company representative having the power to
bind and execute contracts signed by the bidder’s owners/principals.
? Current Ministry of Commerce Business Registration
? Current Ministry of Finance Tax Clearance
? Current contractor registration certificate from MOPW
? Current ALCC Certificate
? Debarment and Terrorism Certifications (see Part D: Attachments for all
Certifications)
2. Program Schedule and Staff Proposed
? Include a detailed program schedule with timeline and deliverables, Submit a
staffing plan for the contract and list the names of key staff proposed, as well as
the person designated as the Team Leader for overall management of the contract
and its timely completion.
? CV/resumes for all key staff proposed to implement the contract.
3. Past Performance

? List of work currently being undertaken, including contract value, type of work, location(s), start and completion dates, name of client, and contact information.

? List of work completed within the last five (5) years (2014-2018), including contract value, type of work, location(s), start and completion dates, name of client, and contact information.

? List minimum of three (3) references: Contact information for those references (include address, email and phone contact). UN and USAID-funded program references are preferred but not required.

Documents

 Tender Notice