Beruflich Dokumente
Kultur Dokumente
11 February 2011
Dear Sir/Madam,
UNOPS Project Identification: 00077144
Case reference: RFQ/11/010/AGOC/UNOPS
Subject: Request for Quotation for Temporary Bridge Design and Construction
over Kabul River
1. The United Nations Office for Project Services (hereinafter UNOPS) is pleased to
invite you to submit a quotation for Design and Construction of Temporary Bridge
Construction over Kabul River described in section 4: Statement of Works to this
Request for Quotation.
2. We would appreciate receiving your quotation on or before 27 February 2011 via email PMAFG@unops.org or deliver to UNOPS/AGOC, UNOCA Compound,
Jalalabad Road, Kabul, Afghanistan to the attention of Ms. Fatima Raza. Please
specify above project and reference number on your quotation.
3. Any requests for clarification should be referred to:
Contact Person: Ajmal Razi
Office: UNOPS
Address: UNOPS/AGOC, UNOCA Compound, Jalalabad Road, Kabul, Afghanistan
Telephone: +93 700 206642
E-Mail: AjmalR@unops.org
4. Your quotation shall include the following:
Statement of Works
for Temporary Bridge Construction over Kabul River
in Kabul City
1. Background
The United Nations Office for Project Services (UNOPS) as Implementation Partner (IP) will
undertake the design and construction of a new bridge and approach road over Kabul River as
well as rehabilitation of the historical Hartan (described in the UNOPS original project proposal
as Arthal) Bridge. In order to undertake these works there is a need to construct a temporary
bridge and bridge access roads that will carry the existing traffic load of the Hartan Bridge.
The design, material and construction specification, except the size and location, should be
similar or comparable to the existing bridge photograph provided in Annex A, called Poo-e-
Mahmood Bridge, located near the Eid-gah Mosque. The size of the proposed temporary bridge
will be 45 meters (approximately) in length with 12 meters carriageway (4 lanes) width and 1.5
meters foot path width on each side of the bridge. Bidders are required to physically visit and
inspect both the locations of the Sample Bridge as mentioned above, proposed bridge
location, the access roads to the bridge, and change to traffic flows before submitting their
proposals. The design and specification provided will be subject to approval by Kabul
Municipality.
There is also the need to take into account the environmental and aesthetics of the surrounding
area and structures.
The approach roads and interchange allowed for in the Quotation will be dependent on the traffic
flow study and the requirements of the Kabul Municipality. UNOPS will work closely with Kabul
Municipality, JICA, Kabul Zoo, local construction industry and community members, as well as
UNAMA and other specialized UN agencies.
UNOPS will award the required contracts for the construction of the bridge at the agreed site and
alignment, completion of the road approaches including the interchange completion of the
required lighting, completion of the traffic control system.
2. OBJECTIVES
This project aims to contribute to the efforts of the Government of Islamic Republic of
Afghanistan in achieving a safe, integrated transportation network that ensures connectivity and
improvement of Kabul City, with the construction of a new temporary bridge in the vicinity of
Arthal Bridge and also rehabilitation of the existing bridge for use by pedestrians.
3. Project Purposes
The purposes of the project are:
A.
B.
C.
D.
To maintain/sustain the critical trunk road access in Kabul with road safety secured.
To increase business access and opportunities for urban households.
To create employment opportunities through the provision of local labour.
To promote socially responsible and environmentally sound implementation practices in
bridge/road construction.
Bridge Type:
Approach Roads:
Other components:
The contractor may allow some variation in the span of the bridges for reasons of design
convenience as may be dictated by site, material specifications, need for traffic flow, elevations,
or by any regulations in force and that it is ultimately beneficial for the effective flow of the
traffic. Others may be due to sub-soil conditions or from the point of view of structural analysis.
5. Sub-soil exploration
Two150 mm diameter boreholes, one on each side of the river along the selected alignment are to
be completed. The depth of borehole is to be dependent on the structural requirements of the
selected design. Standard Penetration Tests (SPT) on each hole using 63.50 kg hammer and
falling from the height of 76 cm. The tests should be done with the Standard Split Barrel Sampler.
The N-values should be obtained by counting the number of blows required to drive the spoon
from 15cm to 45cm. If SPT is lower the bore holes should drive some more meters until stable
soil strata are reached. If contractor has an alternate proposal then this is to be provided in detail
in the respective bid accompanied with sound justification.
6. Design
The approximate span of the proposed bridge is 45 meter, the carriageway width is 12 meter
and load class as specified above.
The design shall allow provisions for installation and conveyance of utilities such as water
supply pipeline, telephone cables, television cables, power cables, etc. along the bridge.
The type of foundation and girder shall be discussed by the Contractor with the UNOPS
Engineer so that various aspects could be discussed to facilitate good design and easy
construction.
The main foundations for the bridge shall be located within the influence area of the
boreholes.
The design of the bridge shall include the bridge approaches on the both sides of the bridge
The reinforcement bars shall be grade Fe 500 for bar dia 12mm & above and grade Fe 415 for
bar dia 10mm & below.
Design traffic control system in coordination with Kabul Municipality for both sides of the
bridge.
Approach Roads to be AASHTO Standards.
7. Drawings
The drawings should be done in an appropriate style and the scales suitably fixed so that they
are easily readable at site or workshop by naked eye. Except for the general views, the
drawings should preferably be made to the scale of 1:50 and for showing minute details to
1:20 / 1:10 where necessary.
Adequate number of drawings should be produced to appropriately represent all the necessary
details, views, etc.
The detail reinforcement schedule will be a part of the drawings.
All drawings should be made to paper size ISO A3.
Except for similar components, each different component shall have separate drawings in
cross section, elevation and plan.
All drawing dimensions shall be in metric system (mm)
8. Bill of Quantities
Bill of Quantities (BoQ) should be prepared for the bridge, the approaches and traffic islands.
The BoQ should be explicit covering all items of work. It should be as exhaustive as possible
to avoid changes, additions, deletions and substitutions during execution and therefore the
undesired disputes and claims.
The detailed technical and material specifications should be a part of the BoQ.
The quantities should be worked out as accurate as possible to avoid unnecessary variations
during the execution of the work.
Availability of materials may also be specified for those that are unique in features. As far as
possible, the materials should be readily available in Afghanistan.
Unit rate should be calculated providing all required details and explanation.
The cost estimates should be appropriately worked out to indicate the approximate cost of the
bridge. It should be accompanied by analysis of rates where necessary.
All forms of taxes excise duties, sales tax, royalties, etc. applicable in Afghanistan and
abroad when materials are imported, should be incorporated in the cost analysis.
The cost estimate should be treated as highly confidential.
10. Construction
On agreement of the design, drawings and cost, the Contractor has the responsibility to construct
the bridge. The contractor shall mobilize all the resources required to complete the bridge on time
with quality and quantity.
An experienced bridge construction supervisor shall be there at site at all times.
The bids will be evaluated by the Combined Quality and Cost Evaluation Method. The Financial
Bids of only those Contractors that obtain a minimum score of 70% in the Technical Proposal
shall be evaluated. The financial bid of the firms failing to obtain the minimum score will not be
considered.
The Technical Proposal should contain the following information:
Summary of the indicative Bill of Quantities and cost in United States Dollars;
Proposed construction approach & methodology that is easy to implement and
technology locally available;
Contractors technical capabilities & experience records;
Detailed Curriculum Vitae of designer and supervision consultant. The CVs should be
supported by Academic & Experience Certificates.
Tenders shall be assessed using a point scoring system with scores being awarded for each
selection criteria and sub-criteria. Each criterion is weighted to reflect its relative importance.
Weighted scores are then summed to yield the total score.
The maximum weighted score for each criterion is as follows:
a)
b)
c)
d)
e)
Methodology
Relevant Experience
Capability and Capacity
Work Plan and schedule
Management Skills and Systems
20
25
15
25
15
100
The technical and financial proposals shall be assigned weightings of 70% and 30% respectively.
The firm obtaining the highest total score shall be invited for negotiations.
The scores, representing value of the Tenders to the IP, are compared with Tender prices or rates
to arrive at the best value for money Tender.
After review of the Tenders, the IP may seek clarification through interviews with Tenderers or
other means.
All Tenderers will be notified in writing as to whether they have been successful or otherwise.
Unsuccessful Tenderers will, on request, be provided with a brief statement of the reasons which
lead to the rejection.
Methodology
Good understanding of the services to be provided in this Contract.
Suitability of methodology for delivering the required services.
Understanding of issues applying to these services.
Practicality of proposed timetable.
Application of relevant standards.
b)
SN
Description of Works
Construction supervision
Post Construction
months
Support
for
Rate USD
Amount USD
5. A contract may be awarded to the bidder having submitted the quotation representing
the best value for UNOPS. However, UNOPS reserves the right to accept or reject
any quotation, and to cancel the process and reject all quotations, at any time prior to
the award of contract, without thereby incurring any liability to the Bidders or any
11. UNOPS will effect payment within 30 days after receipt of original payment
documentation.
We look forward to receiving your quotation.
Yours sincerely,
Kirk Bayabos
Head of Support Services
UNOPS, AGOC
14
Total
amount of
contract
Year project
was
undertaken