Memo No.:T-14/845 Date: 17-05-2012

Invitation for Bids (IFB) No-06/2011-12.

Deadline for Bids : 20th June2012 up to 12.00 hours (Closing Date & Time).

1. The Bangladesh Water Development Board has received a loan from the Asian Development Bank (ADB) and a grant from Government of Netherlands towards the cost of South West Area Integrated Water Resources Planning & Management Project Part of this loan will be used for payments under the contract named above. Bidding is open to bidders from eligible source countries of the ADB.

2. The Bangladesh Water Development Board ("the Employer") invites sealed bids from eligible biddersFOR THE construction and completion of Package No. & NAME:

(I)Package No. NSP/FB/CONS/01/2011-12:

Construction of Foot Bridge (10.00m) over Zia Khal at Km.0.300 (Near Baliyadanga/Dipul Adikari House), Construction of Foot Bridge (16.00m) over Mulia Khal at Km. 3.500(Near Bashivita Bridge/Shorene Biswas house), Construction of Foot Bridge (12.00m) over Mulia Khal at Km. 5.000 (Near Patharghata Bill/Ibrahim House) & Construction of Foot Bridge (12.00m) over Mulia Khal at Km. 2.900 (Near Shitarampur School/Kajol Daku House) in Narail Sub-Project under SAIWRPMP during the year 2011-12.

(II)Package No.NSP/FB/CONS/02/2011-12:

Construction of Foot Bridge (16.00m) over Peruli Khal at Km.1.500 (Near Borojola-Kajirnala/Motiur Rahman House), Construction of Foot Bridge (12.00m) over Shitolbari Khal (Near Peruli Bazar) Construction of Foot Bridge (16.00m) over Bagmara Khal (Near Santosh Batcharia House) in Narail Sub-Project under SAIWRPMP during the year 2011-12.

(III) Package No.NSP/FB/CONS/03/2011-12:

Construction of Foot Bridge (16.00m) over Ramnagar Khal at Km.0.600 (Near Poritosh Boswas House), Construction of Foot Bridge (13.00m) over Shiddhipasha/Nauli Khal at Km. 0.500 (Near Rajabari Khal/Shihin House) Construction of Foot Bridge (14.00m) over Nauli Khal (Near Harerghari-Promohoni/Anonto Bairagi House) in Narail Sub-Project under SAIWRPMP during the year 2011-12.

3. Only eligible bidders with the following key qualificationsshould participate in this bidding:

a. Specific construction Experience:

(I) Package No. NSP/FB/CONS/01/2011-12:

The Bidder must have the Experience of at least 1 (One) Contract of BDTTk. 105.00 Lakhor more in Construction of Bridge/Foot Bridge/Culvert/Regulator/Check Structure /Similar type of structure etc work during the last 5 (five) years. Single entity or all Joint Venture (JV) Partners together (With the Experience of each Partner multiplied by the JV share) must meet the requirement while one (Lead) Partner must meet minimum 40% of the requirement.

(II)Package No.NSP/FB/CONS/02/2011-12:

The Bidder must have the Experience of at least 1 (One) Contract of BDTTk. 195.00 Lakhor more in ConstructionBridge/Foot Bridge/Culvert/Regulator/Check Structure /Similar type of structure etc work during the last 5 (five) years. Single entity or all Joint Venture (JV) Partners together (With the Experience of each Partner multiplied by the JV share) must meet the requirement while one (Lead) Partner must meet minimum 40% of the requirement.

(III) Package No.NSP/FB/CONS/03/2011-12:

The Bidder must have the Experience of at least 1 (One) Contract of BDTTk. 145.00 Lakhor more in construction of Bridge/Foot Bridge/Culvert/Regulator/Check Structure /Similar type of structure etc workduring the last 5 (five) years. Single entity or all Joint Venture (JV) Partners together (With the Experience of each Partner multiplied by the JV share) must meet the requirement while one (Lead) Partner must meet minimum 40% of the requirement.

b. Average annual construction turnover:

(I) Package No. NSP/FB/CONS/01/2011-12:

Minimum Average Annual Construction Turnover of BDT Tk. 210.00Lakh (Based on Total Certified Payments

Received for contracts in progress or Completed) over the last 5 (five) years. Single entity or all joint venture (JV) partners together (With the experience of each partner multiplied by the JV share) must meet the requirement while one (Lead) partner must meet minimum 40% of the requirement and the other partners need to meet 25% individually.

(II)Package No.NSP/FB/CONS/02/2011-12:

Minimum Average Annual Construction Turnover of BDT Tk. 390.00Lakh (Based on Total Certified Payments

Received for contracts in progress or Completed) over the last 5 (five) years. Single entity or all joint venture (JV) partners together (With the experience of each partner multiplied by the JV share) must meet the requirement while one (Lead) partner must meet minimum 40% of the requirement and the other partners need to meet 25% individually.

(III) Package No.NSP/FB/CONS/03/2011-12:

Minimum Average Annual Construction Turnover of BDT Tk. 290.00 Lakh (Based on Total Certified Payments

Received for contracts in progress or Completed) over the last 5 (five) years. Single entity or all joint venture (JV) partners together (With the experience of each partner multiplied by the JV share) must meet the requirement while one (Lead) partner must meet minimum 40% of the requirement and the other partners need to meet 25% individually.

c.Financial RESOURCES:

(I) Package No. NSP/FB/CONS/01/2011-12:

Financial resources requirement is minimum BDT Tk. 53.00Lakh.Single entity or all joint venture (JV) partners together (With the experience of each partner multiplied by the JV share) must meet the requirement while one (Lead) partner must meet minimum 40% of the requirement.

(II)Package No.NSP/FB/CONS/02/2011-12:

Financial resources requirement is minimum BDT Tk. 98.00Lakh.Single entity or all joint venture (JV) partners together (With the experience of each partner multiplied by the JV share) must meet the requirement while one (Lead) partner must meet minimum 40% of the requirement.

(III) Package No.NSP/FB/CONS/03/2011-12:

Financial resources requirement is minimum BDT Tk. 73.00 Lakh.Single entity or all joint venture (JV) partners together (With the experience of each partner multiplied by the JV share) must meet the requirement while one (Lead) partner must meet minimum 40% of the requirement.

4. Local competitive bidding (LCB) will be conducted in accordance with ADB's single stage, one envelope procedure and is open to all bidders from eligible source countries.

5. To obtain further information and inspect the bidding documents, bidders should contact:

(a) Office of the Executive Engineer, Narail Sub-Project Management Office, BWDB, Rupgonj, Narail.

Telephone: 0481-62772,

Email:

(b) Office of the Project Director, Project Management Office, South West Area Integrated Water Resources Planning & Management Project, BWDB, Jessore.

6. A complete set of bidding documents in English Language may be purchased by any interested eligible party from the (1.) Manager, Sonali Bank, Main Branch, Narail (2.) Manager, Sonali Bank, Main Branch, Jessore. (3.) Manager, Janata Bank, Dilkhusha Corporate Branch, Dilkhusha Commercial Area, Dhaka upon payment of (I)Tk. 1500.00 (Taka One Thousand Five Hundred) onlyfor Package No. NSP/FB/CONS/01/2011-12, (II) Tk. 3000.00 (Taka Three Thousand) onlyforPackage No.NSP/FB/CONS/02/2011-12and(III) Tk. 1500.00 (Taka One Thousand Five Hundred) for Package No.NSP/FB/CONS/03/2011-12(Non-Refundable) in the form of Bank Draft or Pay Order (issued by a local bank of Faridpur Town)in favor of Deputy Director, Regional Accounting Centre (RAC), BWDB, Faridpur during office hours on working days up to 19th June2012.

7. Completion Time:

(I) Package No. NSP/FB/CONS/01/2011-12:365 days from the date of signing contract.

(II) Package No.NSP/FB/CONS/02/2011-12:365 days from the date of signing contract.

(III) Package No.NSP/FB/CONS/03/2011-12:365 days from the date of signing contract.

8.BID SECURITY:

(I) Package No. NSP/FB/CONS/01/2011-12:

Must be accompanied by a Bid Security of must be accompanied by a Bid Security of Tk. 2,40,000.00 (Taka Two Hundred FortyThousand) only in the form of a Payment Order (issued by a local bank of Faridpur Town) or Bank Draft from any Schedule Bank of Bangladesh in favor of Deputy Director, Regional Accounting Centre (RAC), BWDB, Faridpur or an unconditional and irrevocable Bank Guarantee issued by a Scheduled Bank of Bangladesh in favor of Executive Engineer, Narail Sub-Project, BWDB, Narail.

(II)Package No.NSP/FB/CONS/02/2011-12:

Must be accompanied by a Bid Security of must be accompanied by a Bid Security of Tk. 4,40,000.00 (Taka Four Hundred Forty Thousand) only in the form of a Payment Order (issued by a local bank of Faridpur Town) or Bank Draft from any Schedule Bank of Bangladesh in favor of Deputy Director, Regional Accounting Centre (RAC), BWDB, Faridpur or an unconditional and irrevocable Bank Guarantee issued by a Scheduled Bank of Bangladesh in favor of Executive Engineer, Narail Sub-Project, BWDB, Narail.

(III) Package No.NSP/FB/CONS/03/2011-12:

Must be accompanied by a Bid Security of must be accompanied by a Bid Securityof Tk. 3,30,000.00 (Taka Three Hundred Thirty Thousand) only in the form of a Payment Order (issued by a local bank of Faridpur Town) or Bank Draft from any Schedule Bank of Bangladesh in favor of Deputy Director, Regional Accounting Centre (RAC), BWDB, Faridpur or an unconditional and irrevocable Bank Guarantee issued by a Scheduled Bank of Bangladesh in favor of Executive Engineer, Narail Sub-Project, BWDB, Narail.

9.Bids must be submitted in accordance with the Instructions to Bidders (ITB) included in the Bidding Documents to the

(1)Office of the Executive Engineer, Sub-project Management Office, Narail Sub-Project, BWDB, Narail

(2) Office of the Deputy Commissioner, Narail

(3) Office of the Project Director, SWAIWRPMP, BWDB, Jessore upto 20th June2012 on or before 12:00 hrs (noon).

10. Bidders shall submit their bids only in person which must reach the above offices before deadline for submission of Bids as

indicated in Paragraph 9 above. Bids received after the deadline will not be accepted. BWDB will not be responsible for any cost or expenses incurred by Bidders in connection with the preparation or submission of Bids.

11.Bids will be opened at 14:00 hrs on 20th June 2012 at the office of the undersignedin the presence of bidders'

Representatives who choose to attend.

12. Acceptance of a bid will rest with the competent authority who is not bound to accept the lowest or any of the bids without assigning any reason.

NB: This IFB will also be available on the website

Page No - 1