GOAL ORGANISATION has floated a tender for Road Construction. The project location is Sierra Leone and the tender is closing on 05 Sep 2018. The tender notice number is FRT-WSH-13848, while the TOT Ref Number is 25991534. 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 : Sierra Leone

Summary : Road Construction

Deadline : 05 Sep 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 25991534

Document Ref. No. : FRT-WSH-13848

Competition : ICB

Financier : Other Funding Agencies

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : GOAL ORGANISATION
Head Office 6 the Maze - Freetown Email : speakup@goal.ie / clarifications@goal.ie / hqtenders@goal.ie / procurementfreetown@sl.goal.ie
Sierra Leone
Email :speakup@goal.ie / clarifications@goal.ie / hqtenders@goal.ie / procurementfreetown@sl.goal.ie

Tender Details

Tenders are invited for Road Construction at King Tom Faecal Waste Disposal Site.

Invitation to Tender (ITT) for Road Construction at King Tom Faecal Waste Disposal Site

Deadline: Submissions must be received by September 5th 2018, 5.00pm GMT

REF.: FRT-WSH-13848

Please read the ITT document for all other details, including how to submit queries and the deadline for clarifications.

GOAL is completely against fraud, bribery and corruption

GOAL does not ask for money for bids. If approached for money or other favours, of if you have any suspicions of attempted fraud, bribery or corruption please report immediately to email speakup@goal.ie

Please provide as much detail as possible with any reports
1 ABOUT GOAL
GOAL is an international humanitarian agency, currently operating in 12 countries worldwide, dedicated to alleviating the suffering of the poorest of the poor. We are a non-denominational, non-governmental and non-political organisation. For more information on GOAL and its operations please visit www.goalglobal.org

GOAL is currently implementing a project working to address faecal sludge management in Freetown. As part of this project, GOAL along with its partner the Freetown City Council, are looking at factors at the King Tom dumpsite which are affecting the operations of vacuum trucks engaged in desludging septic tanks and latrines. GOAL is therefore interested to improve conditions at the site. One of the factors affecting these operations is the poor state of the roads within the dumpsite.

The dumpsite is currently being rehabilitated and equipped with drying beds for treatment of faecal sludge. It is expected that construction of a road and the rehabilitation work at the dump site will improve the conditions for those involved in faecal sludge management in Freetown.
2 PROPOSED TIMELINES

Line Item Date
1 ITT published 15/08/2018
2 Site Visit 21/08/2018 10:00AM GMT
3 Closing date for clarifications 29/08/2018 2:00 PM GMT
4 Closing date and time for receipt of Tenders 05/09/2018 17:00 PM GMT
5 Tender Opening Location Goal Office – Freetown, Sierra Leone
6 Tender Opening Date and time 06/09/2018 10:00 AM GMT
3 OVERVIEW OF REQUIREMENTS
3.1 SERVICE SPECIFICATION
GOAL invites prospective suppliers to submit tenders for road construction at King Tom Faecal Waste Disposal. The technical parameters must meet or exceed minimum specification requirements outlined in the Scope of Work as listed below: Specifications.
This work should contain but is not limited to the following works:
• Contractor establishment on site
• Clearing and grubbing
• Drainage
• Box culvert construction
• Open drain development
• Excavation of overburden
• Back fill, stone base, prime coat,
• If asphalt road - asphalt base and asphalt surfacing
• If concrete road - concrete surfacing

3.2 EXECUTIVE SUMMARY OF PROPOSAL
The executive summary of your proposal must be concise, precise and less than 2 pages long. It must summarise how you will approach and execute this service contract from a management and logistical perspective.
3.3 ADDED VALUE FEATURES
Give details of any additional services or functionality above what has been requested for that may enhance your proposal (limit to 1 page)
4 TERMS OF THE PROCUREMENT
4.1 PROCUREMENT PROCESS
4.1.1 This competition is being conducted under GOALs National Tender Procedure.
4.1.2 The Contracting Authority for this procurement is GOAL
4.2 CLARIFICATIONS AND QUERY HANDLING
4.2.1 GOAL has taken care to be as clear as possible in the language and terms it has used in compiling this ITT. Where any ambiguity or confusion arises from the meaning or interpretation of any word or term used in this document or any other document relating to this tender, the meaning and interpretation attributed to that word or term by GOAL will be final. GOAL will not accept responsibility for any misunderstanding of this document or any others relating to this tender.
4.2.2 Requests for additional information or clarifications can be made up to 5 working days (as outlined in section 5.2) before the deadline, and no later. Any queries about this ITT should be addressed in writing to GOAL via email on procurementfreetown@sl.goal.ie and answers shall be collated and published online at https://www.goalglobal.org/tenders in a timely manner.
4.3 CONDITIONS OF TENDER SUBMISSION
4.3.1 Tenders must be completed in English.
4.3.2 Tenders must respond to all requirements set out in this ITT and complete their offer in the Response Format.
4.3.3 Failure to submit tenders in the required format will, in almost all circumstances, result in the rejection of the tender. Failure to resubmit a correctly formatted tender within 3 (three) working days of such a request will result in disqualification.
4.3.4 Tenderers must disclose all relevant information to ensure that all tenders are fairly and legally evaluated. Additionally, tenderers must provide details of any implications they know or believe their response will have on the successful operation of the contract or on the normal day-to-day operations with GOAL. Any attempt to withhold any information that the tenderer knows to be relevant or to mislead GOAL and/or its evaluation team in any way will result in the disqualification of the tender.
4.3.5 Tenders must detail all costs identified in this ITT. Additionally, tenders must detail any other costs whatsoever that could be incurred by GOAL in the usage of services and/or the availing of options that may not be explicitly identified/requested in this ITT. Tenderers’ attention is drawn to the fact that, in the event of a Contract/ Framework Agreement being awarded to them, the attempted imposition of undeclared costs will be considered a condition for default.
4.3.6 Any conflicts of interest (including any family relations to GOAL staff) involving a tenderer must be fully disclosed to GOAL particularly where there is a conflict of interest in relation to any recommendations or proposals put forward by the tenderer.
4.3.7 GOAL will not be liable in respect of any costs incurred by respondents in the preparation and submission of tenders or any associated work effort.
4.3.8 GOAL will conduct this tender, including the evaluation of responses and final awards in accordance with the detail set out at in the Evaluation process. Tenders will be opened by at least three designated officers of GOAL.
4.3.9 GOAL is not bound to accept the lowest, or any tender submitted.
4.3.10 GOAL reserves the right to split the award of this contract between different bidders in any combination it deems appropriate, at its sole discretion.
4.3.11 The Supplier shall seek written approval from GOAL before entering into any sub-contracts for the purpose of fulfilling this contract. Full details of the proposed subcontracting company and the nature of their services shall be included in the written request for approval. Written requests for approval must be submitted to the contract focal point identified in section 1.
4.3.12 GOAL reserves the right to refuse any subcontractor that is proposed by the Supplier.
4.3.13 GOAL reserves the right to negotiate with the Supplier who has submitted the lowest Bid that fully meets the technical requirements, for the purpose of seeking revisions of such Bid to enhance its technical aspects and/or to reduce the price.
4.3.14 Information supplied by respondents will be treated as contractually binding. However, GOAL reserves the right to seek clarification or verification of any such information.
4.3.15 GOAL reserves the right to terminate this competition at any stage.
4.3.16 Unsuccessful tenderers will be notified.
4.3.17 GOAL’s standard payment terms are by bank transfer within 30 days after satisfactory implementation and receipt of documents in order. Satisfactory implementation is decided solely by GOAL.
4.3.18 This document is not construed in any way as an offer to contract.
4.3.19 GOAL and all contracted suppliers must act in all its procurement and other activities in full compliance with donor requirements. Any contract(s) that arise from this ITT may be financed by multiple donors and those donors and/or their agents have rights of access to GOAL and/or any of its suppliers or contractors for audit purposes. These donors may also have additional regulations that it is not practical to list here. Submission of an offer under this ITT assumes Service Provider acceptance of these conditions.
4.3.20 Terrorism and Sanctions: GOAL does not engage in transactions with any terrorist group or individual or entity involved with or associated with terrorism or individuals or entities that have active exclusion orders and/or sanctions against them. GOAL shall therefore not knowingly purchase supplies or services from companies that are associated in any way with terrorism and/or are the subject of any relevant international exclusion orders and/or sanctions. If you submit a bid based on this request, it shall constitute a guarantee that neither your company nor any affiliate or a subsidiary controlled by your company are associated with any known terrorist group or is/are the subject of any relevant international exclusion order and/or sanctions. A contract clause confirming this may be included in an eventual purchase order based on this request.
4.4 QUALITY CONTROL
3rd party companies may be contracted by GOAL to carry out random quality inspections of work carried out by the contracted party. The cost of the quality control inspections will be covered by GOAL.
In cases of service quality default in addition to Liquidated Damages section 21 of GOAL Standard Terms and Conditions the costs of the quality inspections and loading surveyor will be charged to the Service Provider.
Sub-contracting: note section II in GOAL Standard Terms and Conditions. GOAL may choose to visit vendors, including sub-con

Documents

 Tender Notice