appendix b - mrrd/sika-west proposal checklist

advertisement
Stability in Key Areas-West (MRRD/SIKA-West)
Bagh-e-Azadi Street
District 5, Near Tabiban Clinic
Herat, Afghanistan
DATE:
May 04, 2014
TO:
Offerors
SUBJECT:
Request for Proposal (RFP) Number: MRRD/SIKA-WEST PZ-14-04-30
Project Name:
Provision and Installation of Solar Lighting in Pashtun Zarghun
REFERENCE: USAID Contract No. AID-306-C-12-00004, Stability in Key-Areas (MRRD/SIKA-WEST)
DUE DATE:
May 18, 2014
TIME:
(5:00 P.M. Herat, Afghanistan local time)
Dear Offerors,
Enclosed is a Statement of Work, Building Design Drawings and Deliverable requirements for the Request for
Proposals (RFP) for “Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan”. AECOM, under its SIKA-West program implemented in collaboration with MRRD, invites firms
to submit a best-offer proposal for the work funded by the U.S. Agency for International Development (USAID)
under Contract No. AID-306-C-12-00004, Stability in Key Areas-West
Type of Subcontract:
A Firm Fixed Price Subcontract is contemplated.
Submission of Proposals:
Both Technical and Price Proposals and all correspondence and documents relating to the RFP shall be written in
English and received in sealed envelopes or by electronic mail no later than 5:00 P.M. Herat, Afghanistan local
time May 18, 2014.
Hardcopy proposals must be submitted in two parts under separate, sealed envelopes and clearly labeled: (1)
Technical Proposal and (2) Price Proposal and clearly marked “RFP- MRRD/SIKA-WEST. PZ-14-04-30,
Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province, Afghanistan”. Hardcopy
proposals shall be delivered to the MRRD/SIKA-WEST Office located at:
Nikbakht Brothers Compound
Bagh-e-Azadi Street
District 5, Near Tabiban Clinic
Herat, Afghanistan
MRRD/SIKA-WEST personnel will allow Offerors to enter the MRRD/SIKA-WEST compound to place
proposals in the Proposal Box located just inside the security screening area. Offerors must present proper
identification and submit to a search of their person and any hand-carried items. A log book is located at the
Proposal Box for offerors to log in the name of their firm, RFP number, and date and time the proposal was
dropped into the Proposal Box.
Electronic submittals meeting the standards listed above are acceptable. Electronic submittals are date
stamped with the time received into MRRD/SIKA-WEST servers. This time may be later than when sent by the
offeror.
Electronic submissions must be addressed to grants.subcontracts@SIKAWEST.com, and received no later than
the proposal deadline. The subject line of the proposal email must be “RFP- MRRD/SIKA-WEST. PZ-14-04-30,
Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province, Afghanistan”.
Submission of the proposal to any other email account or copied to any other email account will be considered a
non-responsive proposal.
Page 1 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan
Submission of Questions
The MRRD/SIKA-WEST stands ready to answer questions and provide assistance in understanding the
requirements of this RFP. MRRD/SIKA-WEST will not provide technical guidance on preparation of your
proposal regarding exact information to provide cost or pricing, or any other technical requirement. Questions
may be submitted no later than May 15, 2014 (5:00 pm. Herat, Afghanistan local time) to the Grants &
Subcontracts Unit via email at grants.subcontracts@SIKAWEST.com. No questions will be answered over the
phone or in person. All questions must be submitted in writing. Offerors must insert in the subject line of their
email the full RFP Number and Project Name (e.g. RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and
Installation of Solar Lighting in Pashtun Zarghun, Herat Province, Afghanistan)
Late proposals will be deemed non-responsive and not accepted. Additionally, MRRD/SIKA-WEST reserves the
right not to evaluate any proposals that fail to substantively comply with all RFP instructions.
Offeror’s Agreement with Terms and Conditions – The completion of all RFP requirements in accordance with
the instructions in this RFP and submission to MRRD/SIKA-WEST of the technical and price proposals will
constitute an offer and indicate the Offeror’s agreement to the terms and conditions in this RFP and any
attachments hereto. MRRD/SIKA-WEST reserves the right to award a subcontract without discussion and/or
negotiation; however, MRRD/SIKA-WEST also reserves the right to conduct discussions and/or negotiations,
which among other things may require an Offeror(s) to revise its proposal (technical and/or price). Issuance of this
RFP in no way obligates MRRD/SIKA-WEST to award a subcontract, nor does it commit MRRD/SIKA-WEST to
pay any costs incurred by the Offeror in preparing and submitting the proposal.
Compliance with RFP Instructions – Offerors are required to fully review all instructions and specifications
contained in this RFP. Failure to do so will be at the Offeror’s risk.
Confirmation of Receipt of RFP – Please confirm receipt of this RFP by email within 72 hours. Failure to confirm
receipt may disqualify a recipient from consideration of award under this RFP.
Index of RFP – This RFP is comprised in its entirety of the following sections and appendices:
Sections of RFP
Section 1 Statement of Work
Section 2 Proposal Submission Documents
Section 3 Technical Proposal Components
Section 4 Price Proposal Components
Section 5 Inspections and Acceptance
Section 6 Subcontract Requirements
Section 7 Evaluation Criteria
Section 8 Technical Specifications
Section 9 Drawings
Appendices
Appendix A
Appendix B
Appendix C
Appendix D
Appendix E
Appendix F
Appendix G
Appendix H
Appendix I
Appendix J
Appendix K
Appendix L
Proposal Cover Letter
Proposal Checklist
Summary of Relevant Work Experience
Past Performance References
Implementation Plan, Timeline (Excel Format) & Coordination Plan
Staffing Plan
List of Equipment
Price Cover Letter
Priced Deliverables and Payment Schedule
Bill of Quantity (Excel Format)
Afghanistan NGO Registration Certificate/ Copy of AISA Business License
Tax Exemption Certificate (issued by MOE)
Composition of Proposal – The proposal is comprised of the Technical (per instructions in Section 3), and the
Price (per instructions in Section 4) for the activities described in the Statement of Work (Section 1). The
Page 2 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan
technical proposal will consist of Appendices A through G and the price proposal will consist of Appendices H
through L (see above).
Sections of RFP (1 through 9)
Section 1 – Statement of Work
1.1
Introduction
MRRD/SIKA-WEST will support Afghan citizens and the Government of the Islamic Republic of Afghanistan
(GIRoA) sub-national offices in Herat Province. This will be accomplished by building GIRoA capacity at the
provincial and district level and working with District Entities (DEs).
Stabilization programming will prepare the sub-national entities for the transition from stabilization to traditional
development. The ultimate goal of the stabilization programming is to eliminate sources of instability while at the
same time supporting and promoting good governance and sustainable development that are Afghan-owned,
Afghan-led and sustained by existing Afghan institutions. MRRD/SIKA-WEST is a project of
USAID/Afghanistan in collaboration with MRRD/SIKA-West, East, North and South.
1.2
Objectives
This project includes the provision and installation of 14 Solar Lights in Pashtun Zarghun District Center in
accordance with the drawings and technical specifications.
1.3
Estimated Project Duration
The Offeror shall complete all work under this subcontract within a period of 45 calendar days from the time of
issuance of Notice to Proceed and shall expeditiously work to complete the project to the standards and quality
that the contract stipulates.
1.4
Activities-Scope of Work
GPS Coordinates: N – 34° 13’ 37.87”
E – 62° 41’ 19.35”
Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province, Afghanistan based on the
attached Drawings and Technical Specifications, which includes the following activities:
Mobilization
Site preparation and transferring of equipment to the project site
 Installation of 14 solar lights
 10 cm PCC M150 under foundation according the drawings
 RCC foundation M200 for solar lights including excavation and back filling according the drawings
 Supply and installation of 14 solar lights including all necessary accessories (complete set like Solar Panel,
Battery, Charge Controller, Lamp, GI Pole, Wiring, Foundation work) according to drawings and
specifications
 Wiring and making the solar lights functional
During the Provision and Installation stage of the project, the offeror shall deliver to MRRD/SIKA-WEST
the following Deliverables and Reports:
Description
Quantity
Delivery Date
Work Schedule
1
3 days after award
Quality Control (QC) Plan
1
1st Week after signing of contract
Safety Plan
1
1st Week after signing of contract
Test Results / Certificate of
Before use
Page 3 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan
Material
Bi-Weekly Progress Report and
photographs
By Sunday every second week of project implementation
Update to the work schedule
As needed
Invoices
As per the subcontract payment terms
As-Built Drawings
End of project
Final Report with completion
photos
End of project
Request for final acceptance
End of project
Original copies of daily
unskilled laborer attendance
sheets with totals
Bi-Weekly
Attendance sheets must be signed or thumb printed each day by each laborer.
1.6.1 Mobilization for Works
Upon subcontract award (signing of the subcontract and issuance of the Notice to Proceed), the offeror shall
mobilize to the site all the required experienced personnel (Project Manager, Supervisors, Project/Site Engineers,
Surveyors, Foremen and Skilled Staffs) as well as equipment (Concrete Mixers, Vibrators, etc.), tools and
materials. The offeror shall provide these in sufficient number as required to initiate and complete the total
project. It is also required that the offeror use as much common labor within the area where the project is
implemented as practically as possible for the construction works.
The works shall adhere strictly to the approved plans (QC, Safety, etc.), drawings and technical specifications (per
Section 8) that will be provided by the MRRD/SIKA-WEST Technical Unit for implementation. Any changes
and/or variations will be for the approval of the MRRD/SIKA-WEST Technical Unit.
1.6.2
Testing Equipment, Standards and Procedures
During the project, the offeror shall mobilize all the required testing apparatus and equipment complete with
standards, procedures and manuals for performing the entire required field tests on soil and for concrete and other
materials to be incorporated to the works. Supplied imported materials for which no testing equipment is available
for verification shall bear with the supply a certification from the manufacturer of the quality of the material. If the
material does not pass the required standards of quality as described in the subcontract document, it shall be taken
out of the site and not used for the works.
1.6.3 As-Built Drawings
On the completion of all the works included in this subcontract, the offeror shall submit an as-built drawing
indicating approved revisions (if any) implemented on the plans. This as-built drawing shall be reviewed and
approved by the MRRD/SIKA-WEST Technical Unit.
1.6.4
Project Implementation Scheme
This project is to set as labor intensive and the offeror is required to maximize the hiring and/or use of manual
labor force from within the area for its activities and implementation of the various items of works in so far as
practicable.
Section 2 – Proposal Submission Documents
Appendix A: Proposal Cover Letter – The Offeror shall complete, sign and submit the cover letter found in
Appendix A.
Appendix B: Proposal Checklist – The proposal must contain a completed copy of the template shown in
Appendix B.
Page 4 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan
Section 3 – Technical Proposal Components
Note: Appendices C through G shall comprise the Technical Proposal.
Appendix C: Summary of Relevant Work Experience – Offerors must submit evidence of previous
experience in implementing relevant construction projects and documentation of successful completion.
Offerors must use Appendix C to provide the requested information.
Appendix D: Past Performance References – Within Appendix D of the proposal, Offerors must include
copies of letters from past or current clients as documentation of successful performance.
Appendix E: Implementation Plan, Timeline & Coordination Plan– Offerors will provide a draft
implementation plan (matching activities to the timeline and persons responsible for activities) that lays out all
activities to match the allotted timeframe.The work plan/strategy shall be submitted as Appendix E and must
include the following items:
a.
Appendix E.1: Draft Implementation Plan (matching activities to the ongoing work, timeline and
persons responsible for activities) – The draft implementation plan should include steps of assessment
and survey planning, rounds of implementation, analysis and reporting.
b.
Appendix E.2: Implementation Timeline – Using the Excel format provided in Appendix E
Appendix F: Staffing Plan – Within Appendix F of the Technical Proposal, Offerors must describe the
technical and managerial team proposed for the project and attach copies of the resumes for the proposed senior
positions (e.g., Project Manager). If one individual fills more than one of these roles, please state this in the
proposal.
Appendix G: List of Equipment – Within Appendix G of the Technical Proposal, Offerors should detail the
equipment that will be specifically used on the RFP project. Use the form provided in Appendix F. Failure to
complete all blanks on this document may reflect negatively on an Offeror proposal during the technical
evaluation.
Section 4 – Price Proposal
The Price Proposal must be under separate, sealed envelope and clearly labeled as instructed under Submission
of Proposals.
Appendix H: Price Cover Letter - The Offeror should complete, sign and submit the Price Cover Letter found
in Appendix G.
Appendix I: Priced Deliverables and Payment Schedule – Offerors must enter their prices in Appendix H for
all specified Deliverables. Price shall include all labor, other direct costs (materials, etc.) and overhead.
Appendix J: Bill of Quantity (BoQ) – A BoQ provided in Appendix I, which outlines costs per deliverable by
Description/Activity inclusive of all materials, security, training, production costs, overhead and other co sts. This
must be submitted in Excel and in AFN. The Offeror may not include a separate line for tax. This must be factored
into the overall cost.
Appendix K: Afghanistan NGO Registration or AISA Certificate – The Offeror should submit a copy of their
registration certificate documenting the NGO’s authorization from the Government of Afghanistan to conduct
work in-country. All for-profit firms must submit copy of their AISA registration in order to have its proposal
evaluated and be considered for award.
Appendix L: Tax Exemption Certificate- If the Offeror is a NGO and exempt from tax withholding, then a copy
of the Tax Exemption Certificate issued by the Ministry of Economy must be attached as Appendix K.
Section 5 – Inspection & Acceptance
Inspection and acceptance of all services and deliverables required hereunder will be performed by the
MRRD/SIKA-WEST Technical Unit. Criteria for acceptable performance are as follows:
Page 5 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan
BI-WEEKLY REPORT/ PHOTOGRAPHS: The Offeror shall submit to the MRRD/SIKA-WEST Technical Unit
on bi-weekly basis, a progress report and photographs, summary observations resulting from inspections,
progress, difficulties or irregularities encountered, resolution of problems, measures taken to improve conditions,
recommendations, and other matters related to this subcontract.
INSPECTION BY MRRD/SIKA-WEST: The MRRD/SIKA-WEST Technical Unit will inspect the work to
determine that the materials being used and the services being performed are of acceptable quality and standards
as specified in the project technical specification (see section 8).
The Offeror shall be responsible for any countermeasures or corrective action, within the scope of this
subcontract, which may be required by the MRRD/SIKA-WEST Technical Unit as a result of such inspection.
Section 6 – Subcontract Requirements
6.1 Executive Order on Terrorism Financing – The Offeror is reminded that U.S. Executive Orders and U.S.
law prohibits transactions with, and the provision of resources and support to, individuals and organizations
associated with terrorism. It is the legal responsibility of the contractor to ensure compliance with these Executive
Orders and laws. This provision must be included in all purchase orders/sub-awards issued under the Prime
Contract. In addition to conducting a background check for any new personnel, the Offeror agrees to conduct a
search for the prospective employees name on the following site:
http://www.treasury.gov/offices/enforcement/ofac/sdn/index.html
6.2 Environmental Monitoring Report – An initial screening of activities has been carried out to determine
whether the activity is either low, moderate, or high risk to the environment. The Environmental Monitoring
Report is a self-certification procedure that involves a commitment and subsequent action to follow best
management practices to ensure appropriate mitigation of environmental impacts caused by the work. This project
has been categorized as “low risk” and approved by USAID.
6.3 Performance Bond – Offeror shall be asked to provide a performance bond sufficient to guarantee
successful completion of the work required at time of award. An amount of funds equal to 10% will be withheld
from each invoice as retention to cover the cost of any defects that are the responsibility of the subcontractor.
Retention money will be released three (3) months after work completion if no defects are identified.
6.4 Builder’s Risk Insurance – Offeror shall provide recommended builder’s risk coverage sufficient to
guarantee adequate monetary liquidity during performance.
6.5 Compliance with USAID Disability Policy– In accordance with ADS 302.3.5.14 (a), USAID Disability
Policy-Acquisition (December 2004), The contractors shall not discriminate against people with disabilities in the
implementation of USAID programs and that it make every effort to comply with the objectives of the USAID
Disability Policy in performing this contract. The contractor shall comply to the extent practicable and within the
scope of the contract the intent of USAID’s policy on standards for Accessibility for the Disabled in USAIDfinanced construction.
6.6
Late Penalty- The deadline for completion of the work set under the subcontract is forty-five (45) days
including:
- Preparatory arrangements for execution of works,
- Taking down jobsite facilities and rehabilitation of lands and premises, and
- Impact relating to the weather.
Performance starts upon issuance of performance bond to subcontractor. In case of a major delay during
construction, the Prime Contractor may impose on the subcontractor, at the latter’s expense, any measure likely
to get back on schedule, including the use of additional staff, without prejudice. The Prime Contractor has the
right to impose liquidated damages in the form of a 0.1% penalty of total price per calendar day of delinquency
for reasons within subcontractor’s control.
6.7 Contract Clauses – Pursuant to Federal Acquisition Regulations (FAR) 52.252-2 “Contract Clauses
Incorporated by Reference” (FEB 1998), this Order incorporated the following FAR clauses by reference, with the
same force and effect as if they were given in full text. Upon request, the Contracts Administrator will make their
Page 6 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan
full text available. Also, the full text of a clause may be accessed electronically at the following Internet
addresses:
http://www/ARNet/gov/far/
http://farsite.hill.af.mil/vffari.htm
http://www.gsa.gov/far/current/html/toc.html
This subcontract incorporates the following clauses by reference, with the same force and effect as if they were
given in full text. Upon request, the Contracts Administrator will make the full text available.
USAID Acquisition Regulations (48 CFR Chapter 7) Clauses
752.202-1
752.211-70
752.7006
752.7025
52.232-5
52.236-2
52.236-3
52.236-5
52.236-8
52.236-9
52.236-10
52.236-11
52.236-12
52.236-13
52.236-15
52.236-21
52.236-23
52.236-27
52.249-10
752.228-3
AID Definitions Clauses – General Supplements of Use in all AID
Contracts (JAN 1990) (ALT 70)
Language and Measurement
JUN 1992
Notices
APR 1984
Approvals
APR 1984
Payments Under Fixed Price Construction SEP 2002
Contracts
Differing Site Conditions
APR 1984
Site Investigation and Conditions
APR 1984
Affecting The Work
Material and Workmanship
APR 1984
Other Contracts
APR 1984
Protection of Existing Vegetation
APR 1984
Structures, Equipment, Utilities, And
Improvements
Operations And Storage Areas
APR 1984
Use And Possession Prior To Completion APR 1984
Cleaning Up
APR 1984
Accident Prevention (NOV 1991)
Schedules For Construction Contracts
APR 1984
Specifications And Drawings For Construction FEB 1997
Responsibility Of The Architect-Engineer
APR 1984
Contractor
Site Visit (Construction)
FEB 1995
Default (Fixed-Price Construction)
APR 1984
Worker’s Compensation Insurance (Defense Base Act)
6.8 Communications with USAID and Other Agencies – All of the Offeror’s written or oral communications
with or to USAID including the FPO (Field Program Officer) or Development Advisor, the Provincial
Reconstruction Team, or ministries relative to the proposed activities must be through or with the authorization of
MRRD/SIKA-WEST, which can be requested by contacting the MRRD/SIKA-WEST Grants, Subcontracts, and
Compliance Department for this RFP.
6.9 English Language Requirement – All work plans, reports and other deliverables shall be provided in
English. The Offeror shall have a minimum of one English speaking representative at all times when work is in
progress.
6.10 Government of Afghanistan Tax Withholding – Pursuant to Article 72 of the Afghanistan Tax Law dated
March 2009, MRRD/SIKA-WEST is required to withhold income taxes from the gross amounts payable to all
Afghan for-profit Offerors/Offerors and transfer this to the Ministry of Finance Tax Division (MOF). In
accordance with this requirement, MRRD/SIKA-WEST shall withhold two percent (2%) tax from the gross
amount of each invoice received from for-profit Afghan Offerors/Offerors with active current AISA license. If
Offeror is a for-profit firm, a copy of the organization’s AISA license must be submitted with the proposal. If
selected for award, your firm’s Tax Identification Number (TIN) must be submitted to MRRD/SIKA-WEST prior
to issuance of the Subcontract. This withholding tax applies to all for-profit Offerors/Offerors who provide
supplies, materials, construction and services. This tax is not applicable to non-profit organizations.
Page 7 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan
Section 7 – Evaluation Criteria
7. 1
Technical and Financial/Management Capability - The Offeror’s proposals shall be evaluated to
determine overall technical capability to effectively implement the project. The sub factors used to determine this
will be:
a.
Number of technical relevant, completed projects (30 points) – This score relates to the number and
types of projects the organization has implemented.
b.
Demonstrated geographic experience (10 points) – The offeror will receive maximum points if it has
implemented activities within the Districts and Provinces described in Section A.2. Of the Statement of
Work and is a Herat-based Company.
c.
Implementation Plan & Timeline (10 points) – Does the offeror understand the activities to be
undertaken, the order in which they should occur and timeline by which they should be completed?
d.
Proof of Business Registration (5 points) – Is the offeror registered with a valid AISA license?
e.
Discussion of Past Performance (20 points) – This is dependent upon all information presented by the
offeror in Appendix D.
f.
Staffing Plan (15) – Do the proposed technical and managerial staff have the skills, education and
experience necessary to implement the activity?
g.
Equipment (10 points) -- The offeror should detail the equipment that will be specifically used on the
RFP project. Use the form provided in Appendix G. Failure to complete all blanks on this document may
reflect negatively on an offeror proposal during the technical evaluation.
7.2
Selection by Means of Best Value Determination
MRRD/SIKA-WEST shall select for award by making a best value determination. A best value determination
means that, in MRRD/SIKA-WEST’s estimation, the selected offer will provide the greatest overall benefit to the
MRRD/SIKA-WEST project in response to the requirements stated in this RFP. MRRD/SIKA-WEST will use the
trade-off process to make a best value determination, which means that it may be in the interest of MRRD/SIKAWEST to consider award to other than the lowest priced Offeror or other than the highest technically rated
Offeror. The evaluation factors and allocated points are presented in Section 7.1 of this RFP. In total, the technical
evaluation factors, when combined, are significantly more important than the total offered price. This process
permits trade-offs among price and non-cost factors and allows MRRD/SIKA-WEST to accept other than the
lowest price proposal. The perceived benefits of a higher price proposal shall merit the additional cost. However,
even though technical factors are significantly more important than price, cost data will be evaluated on the basis
of cost reasonableness, allowability and realism based on the following considerations:
·
·
·
Are proposed costs realistic for the work to be performed under the award?
Do the costs reflect a clear understanding of the work requirements?
Are the costs consistent with the various elements of the Offeror’s technical proposal?
Section 8-TECHNICAL SPECIFICATIONS
1. PREAMBLE TO THE SPECIFICATION
This Specification covers the minimum standards of workmanship and materials required by the subcontract.
All works shall be carried out to the approval of the MRRD/SIKA-WEST Technical Unit. Any item that does
not meet the requirements of this Specification shall be repaired or demolished and re-instated at the offeror’s
expense. The offeror shall be liable for any delays to the project caused as a result of repairing or demolishing
defective work or uncomforting works.
Any items of work not described in this Specification but forming part of the works shall meet the minimum
standards of workmanship and materials that can be normally acquired locally. Where there is conflict between
local standards and this Specification, this Specification shall take precedence.
Page 8 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan
Any clauses that relate to items of work not covered in the subcontract shall be deemed not to apply.
This document forms part of the subcontract, and should be read in conjunction with the other Contractual
Documents:
 Subcontract Agreement
 Bill of Quantities
 Drawings
 Other documents referred to in any of the subcontract documents
2. MINIMUM STANDARDS FOR WORKMANSHIP AND MATERIALS
2.1 General
2.1.1 Quality of Materials & Technical Specifications
MRRD/SIKA-WEST Technical Unit will inspect and approve the quality of all materials delivered to site.
Materials must meet the minimum requirements and will not be recycled, previously used or repaired. Any
material that does not meet the minimum standards shall be rejected. Such materials shall be removed from
site and replaced at the offeror’s expense with materials of the required quality.
2.1.2 Quantity of Materials (TYPE OF Subcontract: Firm Fixed Price)
MRRD/SIKA-WEST Technical Unit shall check that the required quantity of materials has been delivered to
site and used in the works. Payment will not be certified for any materials specified in the subcontract but not
used in the works, for whatever reason.
2.1.3 Quality of Workmanship
MRRD/SIKA-WEST Technical Unit shall be responsible for checking that the quality of workmanship by the
offeror is of an acceptable standard according to this Specification. The MRRD/SIKA-WEST Technical Unit
will reject any work that has not been executed to the required standard. The Offeror shall redo any rejected
works at his own expense and with no time delays to the overall scheme.
2.2 Structures
2.2.1 Excavations
Excavations shall be clean and free of water. All excavations will be inspected by the MRRD/SIKA-WEST
Technical Unit before work proceeds. The Offeror shall give the MRRD/SIKA-WEST Technical Unit 3 days’
notice of the inspection date.
Excavations are dangerous and liable to collapse, particularly in wet weather or waterlogged ground. The
Offeror shall take all necessary precautions to ensure that all excavations are properly protected to prevent
accidental or unauthorized entry. Excavations deeper than 1.2m deep shall not be entered unless they are
shored up with wooden or other temporary bracing.

Foundation trenches should be excavated to the exact width and height as shown in the drawing.

The bottom of foundations trenches must be leveled and the side of trenches should be perfectly dressed

All roots and any other organic compositions in and around the foundation which will cause distractive
effects on the strength and stability of foundations during its life, must be cut before to start of
construction works.
No sand or any other materials found or excavated on the site may be used in the work unless written
permission has been obtained from the MRRD/SIKA-WEST Technical Unit if it is agreed to make use of any
such materials for back filling, the material must be clear of rock and rubbish.
Page 9 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan
2.2.2 Backfilling
Backfilling shall be made in max 20 cm layers by using proper compactor. The soil shall be watered in order to
provide moisture to get higher compaction rate. Desirable compaction is 95%. The backfill material should be
well graded with fine and aggregate.
The max size of the aggregate /stone should be less than 50 mm. The MRRD/SIKA-WEST Technical Unit
shall check and approve the compaction before the commencement of the works.
2.2.3 Sand
Sand shall be clean and free from contaminants such as oil, silt, soil, wood, metal or vegetable matter
(preferable clean river sand). Very fine or smooth sand shall not be used. The MRRD/SIKA-WEST Technical
Unit shall check and approve the quality before the commencement of the works. Coarse Sand (used for
concrete) shall have a maximum size of 5mm. Medium Sand (used for masonry mortar and plaster) shall have
a maximum size of 2mm.
Natural sand or crushed gravel or stone clean sharp, coarse grift, pit or river sand free from silt, dust, clay, salt
or any other matter shall pass a 3/16'' (4.7 mm) squire mesh and shall be the best reasonably obtainable for the
work. All sand shall be washed and sieved as often as is required to make it conform to this specification
2.2.4 Aggregate
Shall be natural gravel, stone or other approved materials hard strong and durable, non-porous free from
adherent coating or other harmful matter and shall pass or be crushed to pass the meshes specified in the
concrete mixes and be well graded by sieving and combination where necessary. Aggregate used for concrete
shall be angular crushed rock varying in size from 5mm to 20mm for Grade 1 Concrete and 5 mm to 60mm for
Grade 2 Concrete. It shall be clean and free from contaminants such as oil, silt, soil, wood, metal or vegetable
matter.
2.2.5 Cement
Cement shall be delivered in sealed bags to the site. It shall be kept clean and dry until usage. Partially used
bags of cement shall be stored in a dry place until required. Any partially used bags that have become damp
shall be rejected.
Cement shall be ordinary Portland cement and shall be approved by the MRRD/SIKA-WEST Technical Unit.
When stored in bags these shall be raised 30 cm above the ground and stacked in rows of 10 bags high, 60 cm
clear from the walls, in dry place such that it will be efficiently protected from moisture and contamination,
and that the consignments can be used up in the order in which they are received. No cement which has
become damaged shall be used in the work, but shall be immediately removed from the work and replaced.
Cement shall be delivered on the site in bags with an unbroken seal fixed by the makers and plainly marked
with the name of brand and the manufactured.
2.2.6 Water
Water used for mixing concrete, mortar, plaster and other construction materials shall be potable, clean and
free from organic material. If none is available on site, the contractor shall transport suitable water to site.
2.2.7 Concrete Mixes
The below classes of concrete shall be used unless otherwise indicated on the drawings. Mark 200 Concrete
shall always be used for RCC. Mark 150 shall be used for PCC.
Concrete shall be mixed in the following proportions by volume:
Mark 200 Concrete:
Mark 150 Concrete:
1: 1,5: 3 cement: coarse sand: aggregate
1: 2: 4 cement: coarse sand: aggregate
The water cement ratio shall be approximately 0.55 by weight, thus a mix containing 50 kg of cement will
require 27.5 L of water. Too much water improves the workability but reduces the strength. Concrete that has
too much water added shall be rejected.
Page 10 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan
2.2.8 Mixing Concrete
Concrete mixed on site shall be machine mixed on a clean dry platform of level boards. Concrete shall not be
mixed on the bare ground. Mixing by hand shall be carried out in the following way: First the cement and
sand shall be thoroughly mixed; Second, this mixture shall be thoroughly mixed with the aggregate that has
been slightly wetted; When the mixture is completely mixed and uniform in color, the correct quantity of water
shall be added, and the concrete thoroughly mixed. Hand mixed concrete is not to be used for the structural
works.
If ready mixed concrete is delivered to site, the offeror shall produce certificates from the mixing plant
describing the details of the mix. Ready mixed concrete suppliers shall be approved in advance. Any ready
mixed concrete delivered to site shall be rejected if the supplier had not been previously approved by the
MRRD/SIKA-WEST Technical Unit.
2.2.9 Placing Concrete
Once mixed, concrete shall be used immediately. Any concrete that has been allowed to achieve its initial
setting shall not be placed. Concrete shall be placed in layers with a maximum thickness of 250mm and a
maximum length of 1M. Each layer shall be thoroughly compacted with a wooden rammer. When placing on
old or set concrete, the surface of the old concrete shall be thoroughly cleaned and wetted with water/cement
paste prior to the placing of new concrete. If the surface is smooth it must be chipped to form a good bonding
key.
If concrete has been in position 30 minutes. The MRRD/SIKA-WEST Technical Unit may require that no
more concrete may be placed in contact there with until 24 hours have elapsed. Should the concrete has been
laid 24 hours, the set surface shall be scrubbed with a hard steel wire brush dusted and saturated with water and
the concrete shall be well rammed in contact when the concrete has been laid more than seventy-two hours in
addition to the above, the surface shall be chipped. In both cases thick slurry of neat cement must be applied
first before the new concrete is to be poured allowed to pour concrete.
2.2.10 Formwork
Formwork shall be adequately braced and supported to withstand the pressure of the wet concrete before it
sets. The faces of the formwork shall be smooth and clean, so that the faces of the fresh concrete are not
marked. The joints should be very tight to avoid honey combing. Mold oil may be used to prevent the concrete
sticking to the formwork. Side formworks should be struck 3 days after concreting, and underside formworks
should be removed after 28 days.
2.2.11 PCC work
 All PCC works must be in the proportion as it is shown on the drawing sheets.
 PCC work must be kept moist at least for 14 days and should be protected from freezing and other
weathering effects
 Sand and gravel for concrete shall be clean, hard, durable, angular and sharp. It shall not have more
than 5% clay and silt.
 Cement for concrete shall be fresh Portland cement, free from lumps and admixtures
 Materials of concrete shall be measured by measuring box and in the absence of concrete mixer,
ingredients must be first dry mixed and then water be added slowly and gradually and mixed
thoroughly.
2.2.12 RCC work



Bars to be used in reinforced concrete structures shall be grade 28 mild steel of minimum 10%
elongation.
The surface of the reinforcement bars shall be cleaned and shall remove any loose, flaky crust, mill
scale, oil, grease, or other undesirable coatings or foreign substances, before placing. After
placement, the reinforcement shall be maintained in a clean and serviceable condition until it is
completely embedded within the concrete.
Reinforcement shall be cut and bent in compliance with the requirements of the design shown on the
drawing sheets. Bars shall not be bent or straightened in a manner that will injure or weaken the
material. Bars with kinks, cracks, or improper bends will be rejected.
Page 11 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan










Offeror shall notify MRRD/SIKA-WEST Technical Unit to inspect and check reinforcements in place
upon finishing of reinforce bars placement. It is not allowed to pour concrete before of checking the
reinforcement by engineer.
In order to maintain the protective cover for reinforcement, bars shall always be set on chairs – like
wire spiders or napkin caddies that keep rebar from touching the underneath shuttering.
Minimum Overlap for foundation reinforcement shouldn’t be less than 40d ( forty times of diameter
of the steel bars)
Minimum overlap for slabs, beams and columns reinforcement shouldn’t be less than 25d + 15cm.
Shuttering shall be either of hard wood board of thickness not less than 18mm proper steel plate. It
shall not have orifices other deficiencies.
The face of forms that are come in contact with concrete must be properly oiled before of concrete
pouring.
Sand and gravel for concrete shall be clean, hard, durable, angular and sharp. It shall not have more
than 5% clay and silt.
Cement for concrete shall be fresh Portland cement, free from lumps and admixtures
Materials of concrete and mortar shall be measured by measuring box and in the absence of concrete
mixer, ingredients must be first dry mixed and then water be added slowly and gradually and mixed
thoroughly.
RCC work must be kept moist at least for 14 days and should be protected from freezing and other
weathering effects.
2.2.13 Curing Concrete
Sufficient water is required for concrete to harden through hydration. The concrete must be kept moist or
“cured” to ensure that it does not dry out. Poorly cured concrete will shrink or crack thus not achieving its full
strength. Concrete shall be cured by covering in plastic sheets, spraying with water, covering with wet sand or
other methods proposed by the offeror and approved by the MRRD/SIKA-WEST Technical Unit.
The offeror shall ensure that all concrete is properly cured.
Concrete shall be kept wet 10 days wetted sacking or layer of dry sand minimum 4 cm thick, which must be
sprayed wet, after it has been laid on the concrete or in any other way as directed to protect it from drying
effects of winds or sun and from all running water. It must also be protected from vibration and shocks for at
least seven days and no further loads or any type shall be applied during this period, concrete surfaces to
receive any paving must be made rough directly after laying. Curing shall start as soon as the concrete has
been poured and shall continue until curing is complete after 10 days.
2.2.14 Concrete Finishing:
Concrete shall be finished to a smooth uniform surface and finished using a metal or wooden float. The surface
texture shall be flat and smooth with no irregularities or air bubbles. When formwork is removed, the face of
the concrete shall be flat and smooth. If there are signs of voids, air bubbles or inadequate compaction, the
concrete shall be removed, disposed of and re-laid with a fresh mix.
2.2.15 Mortar
Mortar for stone-work and floors screeds shall be mixed in the proportion 1 cement: 4 medium sand by
volume. Sufficient water shall be added to achieve the desired workability. The surfaces of the blocks shall be
wetted before placing. Mortar shall be placed on all horizontal and vertical faces between the blocks, with no
gaps. Each block shall be placed to the correct line and level, and shall be level in all directions. Any gaps shall
be filled with additional mortar rammed in with a small wooden rammer. The outside faces of block-work
walls shall be pointed. No excess mortar shall be allowed to stain the faces of the blocks.
2.2.16 Solar Lights
Solar Light including all required accessories (Pole, Solar Panel, Battery, Charge Controller, Lamps, Wiring)
provided for this project shall be of standard type, be approved by the MRRD/SIKA-WEST Engineers and
completely be suitable for the purpose used in the project. It shall also have all required specifications and
brands mentioned in this specification or in the drawing and BoQ.
Page 12 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan
The major points to be undertaken for providing Solar Light and its required accessories will be as follow but
not limited to:
a) Certificates and Samples: Prior to the procurement of Solar Light and its needed accessories, the offeror
shall submit for the review and approval of the MRRD/SIKA-W engineers all required certificates and sample
of the Solar Light set to be used on the project. Certificate is to include data sheets (like brand of manufacturer,
power, warranty period, and etc.) as provided by the manufacturer of the product.
b) Solar lights must be installed in the locations mentioned in drawing or determines by the MRRD/SIKAWEST Engineer.
c) Solar Light provided for the project shall be new and with no defects as supplied or when installed.
d) The Offeror shall be responsible to transport and store Solar Light and all project materials and equipment
for the work and any damage in storage, transport or during installation shall be fixed at the Offeror’s expense.
e) Solar panels and Batteries must be able to provide power for the Solar Lights from sunset to sunrise
(maximum 12 hours during the night shift working hours shall be considered). Any changes in the
specification and type of the Solar Light shall be approved by the MRRD/SIKAWEST Engineers. Some of the
required specifications for Solar Light are, but not limited to the following:
Features:
Features include but not limited to the following:
 Single high power LED
 Effective heat conductivity
 Life time ≥ 50,000 Hours
 IP65
 Instant Start
 Mercury and lead free
 Higher color rendering Ra >80
 Stable light output
 Easy and flexible installation
Solar Light Type:
All Solar Lights including LED Lamps shall be high quality, Indian made and in accordance with the below
specifications.
Solar Light Pole:
It shall be made based on drawing from Galvanized Iron with the following dimensions:
· Thickness of the pole >5 mm
· Base diameter of the pole>150 mm
· Tope diameter of the pole >100 mm
Wiring System:
All wires and electrical materials used in the project shall be of standard and approved type and wiring system
shall be done by the technical and a specialize team.
Electrical Parameters:
· Work Voltage: AC (85 ~ 265v) and DC (12 ~24v)
· Frequency: 50 – 60 Hz
· Power of Light: 30 W
· Efficiency: 90 – 93%
· Power Factor: > 0.9
Solar Panel:
Solar Panels shall be made in India type. Two solar panel each one 60 watt for each light.
Page 13 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan
Battery:
Battery 180 AMP best quality
Charge Controller:
24 Volt high qualities, Indian made
Lamp:
Lamp 30 Watt LED of high quality, Indian made.
2.2.17-Extended Warranty
System Warranty:
The vendor will warrant the performance, at specified parameters, of each PVS System for a “worry fee”
period of two years from date of commissioning and acceptance.
Equipment Warranties
1.
The vendor shall provide at a minimum a TWENTY FOUR (24) month warranty against ALL
manufacturer defects on all system integrated parts and labor excluding fuses and end-use devices (e.g.,
lamps). The guarantee shall cover all repairs and replacements without additional cost. All warranties will
start from the date of commissioning and acceptance.
2.
The Vendor must deliver documentation for all manufacturer warrantees for the components.
3.
Equipment warranties shall be administered by the vendor for the duration of warranty period. Any
components which fail to perform according to specification (including, but not limited to, signs of
corrosion, deformation, fracture or poor operation) must be replaced by the vendor without cost.
4.
PV modules shall be warranted for output of not less than 80 percent of initial rating for a period of 20
years. The charge controller, low voltage disconnect switches, charge indicators, light fixtures, etc. Must
be warranted for at least TWENTY FOUR (24) months from dare of commissioning and acceptance.
5.
The battery must be warranted for at least TWENTY FOUR (24) months. Lead-acid battery end-of-life
will be determined when the battery capacity is down to 1.75 V/cell at 25 degrees centigrade and / or
drops to less than 80 percent of the initial rated capacity.
6.
The equipment warranty will exclude damage or loss caused by manmade or natural disaster, acts of
terrorism, and action or inaction by third party. All warranties will start from the date the system is
commissioned and accepted by SIKA-WEST.
7.
SIKA-WEST is not responsible for consequential or direct damage caused by the installation, operation,
and/or maintenance of system or equipment.
Section 9. Drawings
The works are detailed on the drawings as submitted to the subcontractor. See Attached. Only the figures and
dimensions contained in the drawings shall be followed. Clarifications must be obtained from the MRRD/SIKAWEST Technical Unit in case of any ambiguities.
Page 14 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan
Appendices of RFP
(A through L)
APPENDIX A – PROPOSAL COVER LETTER-Technical
Herat, Afghanistan
May 14, 2014
TO:
MRRD/SIKA-WEST
Ladies and Gentlemen:
We, the undersigned, offer to undertake the RFP No. MRRD/SIKA-WEST PZ-14-04-30, Provision and
Installation of Solar Lighting in Pashtun Zarghun, Herat Province, Afghanistan , in accordance with your
Request for Proposal dated [insert _Month & Day_ year] and our Proposal (Technical and Price).
Our proposal shall be binding upon us, including mutually agreed upon modifications resulting from
subcontract negotiations, up to [insert _Month & Day_ year], at which time the validity of our proposal will
expire.
We understand that MRRD/SIKA-WEST is not required to accept and/or evaluate proposals that do not
conform to the instructions of this RFP, and additionally, MRRD/SIKA-WEST may reject all proposals and
not award a subcontract for this RFP.
Sincerely yours,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
Page 15 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan
APPENDIX B - MRRD/SIKA-WEST PROPOSAL CHECKLIST
(Please check all that apply and include this page in the sealed envelope with the proposal)
Offeror: __________________________________________________________________________
Have you?
Submitted your technical and financial proposal to MRRD/SIKA-WEST into different sealed
envelopes, each containing two (2) hard copies and/or one electronic copy (CD-ROM) by the required
deadline?
Does your proposal include the following?
Cover Letters (use templates in Appendices A and H)
Summary of Relevant Work Experience (use form in Appendix C)
Past Performance References (Letters from clients submitted as Appendix D)
Implementation Plan, Timeline & Coordination Plan (to be submitted as Appendix E)
Staffing Plan (use template in Appendix F and submit resumes/CVs for proposed staff))
List of Equipment (use template in Appendix G)
Priced Deliverable and Payment Schedule (use template in Appendix I)
Bill of Quantity (use Excel template in Appendix J)
NGO Registration Certificate/ AISA Business License (to be submitted as Appendix K)
Tax Exemption Certificate (if applicable, to be submitted as Appendix L)
Page 16 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province, Afghanistan
APPENDIX C - SUMMARY OF RELEVANT, COMPLETE WORK EXPERIENCE
Include projects that best illustrate your work experience relevant to this RFP, sorted by decreasing order of completion dat e.
Projects should have been undertaken in the past three years. Projects undertaken in the past six years may be taken into consideration at the discreti on of the evaluation
panel.
# Project Title
Description of Activities
Location
Province/District
Client
Name/Tel No
1
2
3
4
5
6
7
8
Page 17 of 25
Cost in AFN
Start-End
Dates
Completed
on
schedule
(Yes/No)
Completion
Letter Received?
(Yes/No)
Type of
Agreement –
Subcontract,
Grant, PO (fixed
price, cost
reimbursable)
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province,
Afghanistan
APPENDICES D - G:
APPENDIX D - PAST PERFORMANCE REFERENCES
Offerors must include copies of letters from past or current clients as documentation of successful performance
and include it as Appendix D of the technical proposal.
APPENDIX E - IMPLEMENTATION PLAN, TIMELINE & COORDINATION PLAN
Offerors should develop and submit a proposal that complies with instructions detailed in Section 3
Technical Proposal Components as Appendix E.
Appendix E.2 Implementation Timeline should be completed in the Excel format shown below.
Page 18 of 25
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province, Afghanistan
Stability in Key Areas-West (SIKA-West)
USAID Contract No. AID-306-C-12-0004
Annex E.2 Implementation Timeline
Instructions for completion: The first 3 tasks are included as an EXAMPLE and should be deleted by the applicant and replaced with activities specific to the RFP. Key
activities should be listed under Description of Activity and an X should be marked in the columns/weeks in which the activity will take place and be
completed. The applicant
may modify the number of tasks and weeks included as needed to include a complete timeline.
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
Description of Activity/Task
Meet with Govt. Ministry to Coordinate Workplan
Finalize and submit workplan To SIKA-West
Select Trainees, obtain letters of commitment
Week Week Weekk Week Week Week Week Week Week Week Week
1
2
3
4
5
6
7
8
9
10
11
X
X
X
Page 19 of 25
Week
12
Week
13
Week
14
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province, Afghanistan
APPENDIX F
- STAFFING PLAN
Offerors must complete the below table and submit resumes/CVs of proposed staff.
POSITION
NAME
TITLE AND TASK OF TEAM MEMBER
Overall
Management
Position (e.g.,
Project Manager)
Top Technical
Position
20
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province, Afghanistan
APPENDIX G – LIST OF EQUIPMENT
Complete the following table with the list of major equipment that you propose to specifically use
on this project (examples are mixer, dump truck, water truck, vibrator, compactor, excavator, water
pump and generator).
Type of
Equipment
Capacity
# of Units
Lease or Own?
Age of
Proposed
Equipment
Current Location
of the Equipment
ONLY INCLUDE EQUIPMENT YOU ARE PLANNING TO USE ON THIS PROJECT
21
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province, Afghanistan
APPENDIX H –PROPOSAL COVER LETTER-PRICE
Herat, Afghanistan
<Insert Date>
TO:
MRRD/SIKA-WEST
Ladies and Gentlemen:
We, the undersigned, offer to undertake the RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of
Solar Lighting in Pashtun Zarghun, Herat Province, Afghanistan, in accordance with your Request for Proposal
dated April 30, 2014 and our Price Proposal.
Our attached Proposal is for the sum of: Amount in Words and figures (00000.00 must be in Afghani).
Our proposal shall be binding upon us, including mutually agreed upon modifications resulting from subcontract
negotiations, up to [insert _Month & Day_ year], at which time the validity of our proposal will expire.
We understand that MRRD/SIKA-WEST is not required to accept and/or evaluate proposals that do not conform to
the instructions of this RFP, and additionally, MRRD/SIKA-WEST may reject all proposals and not award a
subcontract for this RFP.
Sincerely yours,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
22
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province, Afghanistan
APPENDIX I - PRICED DELIVERABLES AND PAYMENT SCHEDULE
Offerors shall enter proposed prices in the Bid Amount Column. Note that in addition to providing
proposed prices for deliverables, the Offeror should provide a detailed breakdown of costs in
Appendix I.
PLEASE FILL IN APPROPRIATE LOCAL CURRENCY AMOUNTS ACCORDING TO
YOUR SUGGESTED COST PROPOSAL
No.
Deliverable
Amount
Percentage of
Total
in AFN
1
Deliverable No. 1
2
Deliverable No. 2
3
Deliverable No. 3
30%
4
Deliverable No.4
Retention Payment
after 3- Month
Completion Period
10%
30%
30%
23
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province, Afghanistan
APPENDIX J – Bill of Quantity (BoQ)
The Offeror must submit a detailed BoQ in the Excel format shown below.
Provision and Installation of Solar Lighting in Pashtun Zarghun District, Herat Province, Afghanistan
No
Specifications
Unit
A
Mobilization
1
Site preparation and transferring of equipment
to the project site
B
Solar Lights
B1
Supply and Installation of Solar Lights
including all necessary accessories (Complete
set Iike Solar Panel, Battery, Charge
Controller, Lamp, GI Pole, Wiring, Pole base
plate, side screw for installation and etc.) to
the project site according to the specification.
B2
Excavation of foundation
B2
B3
B3.1
B3.2
B3.3
B3.4
B3.5
B4
B4.1
B4.2
B4.3
B4.4
B4.5
C
C1
1.00
1.00
14.00
14.00
17.54
Unskilled labor on site
7.89
Plain Cement Concrete (PCC) M-150
1.41
Sandy gravel
1.55
Cement on project site
8.00
Water
282.24
Skill labor
0.92
Unskilled labor
4.59
RCC M200 (1:1.5:3)
11.20
Sandy gravel
11.09
Cement on project site
70.00
Water
1,848.00
Skill labor
7.28
Unskilled labor
40.32
Demobilization
Site cleaning, installation of sign board and
transferring of equipment from the project site
Grand Total
24
1.00
Quantity
LS
LS
Set
Set
m3
md
m3
m3
bags
liter
md
md
m3
m3
bags
liter
md
md
LS
Unit
Price(AFN)
Total Price
(AFN)
RFP- MRRD/SIKA-WEST. PZ-14-04-30, Provision and Installation of Solar Lighting in Pashtun Zarghun, Herat Province, Afghanistan
APPENDIX K – Afghanistan NGO REGISTRATION CERTIFICATE/Copy of AISA Business
License
The Offeror must submit a copy of the registration obtained from the relevant GIRoA Ministry.
APPENDIX L - TAX EXEMPTION CERTIFICATE- If the Offeror is a NGO and exempt from tax
withholding, then a copy of the Tax Exemption Certificate issued by the Ministry of Economy must be
attached as Appendix K.
25
Download