Request for Proposal (RFP) Contractor for Construction Works

Size: px
Start display at page:

Download "Request for Proposal (RFP) Contractor for Construction Works"

Transcription

1 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia Request for Proposal (RFP) Contractor for Construction Works Construction of Afmadow Women s Market Afmadow DC s Office with support from Transition Initiatives for Stabilization Plus TIS+ Mogadishu 22 September 2016 Page 1 of 24

2 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia REQUEST FOR PROPOSALS TIS+/SLD/001/ September 2016 Afmadow DC s Office with support from Transition Initiatives for Stabilization Plus TIS+ Wishes to advertise CONSTRUCTION OF AFMADOW WOMEN S MARKET, AFMADOW, JUBBALAND, SOMALIA SEALED OFFERS SHOULD BE HAND DELIVERED TO: Afmadow DC s Office Afmadow, Lower Juba, JSS Somalia RFP# TIS+/JSS/015/2016 Bid Forms Location & Date: Afmadow DC s Office, Afmadow, Lower Juba, JSS Somalia September 2016, 9:00 am 4:00 pm (East African Time) Payment for Submission Forms: USD$ 30, payment to Afmadow DC s Office, Afmadow, Lower Juba, JSS Somalia. Bidder s Meeting and Site Visit Date: 27 September 2016, 9:00 am (East African Time) Bidder s Meeting and Site Visit Location: Afmadow DC s Office, Afmadow, Lower Juba, JSS Somalia Submittal Due Date and Time: 4 October 2016, 4:00 pm (East African Time). PROPOSALS RECEIVED AFTER THE STIPULATED DATE AND TIME WILL NOT BE CONSIDERED. Submittal Location and Contacts: Afmadow DC s Office, Afmadow, Lower Juba, JSS Somalia Tel: Bid Opening and Evaluation Date: 5-6 October 2016, 9:00 am (East African Time) Bid Opening and Evaluation Location: Afmadow DC s Office, Afmadow, Lower Juba, JSS Somalia Contract Projected Award Date: 11 October 2016 Contact: TIS+ Procurement; procurement@somtisplus.com The reference RFP#: TIS+/JSS/016/2016 must be shown on your offer. THE PROPOSAL FORM AND BID BOOK COLLECTED FROM THE AFMADOW DC S HQ OFFICE MUST BE USED WHEN REPLYING TO THIS INVITATION. FAILURE TO SUBMIT YOUR BID IN THE ATTACHED PROPOSAL FORM AND BID BOOK, OR FAILURE TO COMPLETE THE DETAILS AS REQUESTED, WILL RESULT IN THE PROPOSAL NOT BEING CONSIDERED. Bids must be submitted in a securely sealed envelope in accordance with the Instructions to Bidders attached to this bid. BIDS WILL ONLY BE ACCEPTED IN THE CURRENCY STATED IN THE SPECIFIC TERMS AND CONDITIONS. BIDS RECEIVED IN ANY OTHER CURRENCY WILL BE INVALIDATED. Page 2 of 24

3 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia TABLE OF CONTENT A. TERMS OF REFERENCE... 4 A.1 BACKGROUND... 4 A.2 PURPOSE OF THE RFP... 4 A.3 OBJECTIVE OF THE PROJECT... 4 A.4 CONSTRUCTION STANDARD... 5 A.5 CONSTRUCTION IMPLEMENTATION... 5 A.6 TIMELINE FOR THE COMPLETION OF THE PROJECT... 6 A.7 PRICE OF THE OFFER... 6 B. INSTRUCTION TO BIDDER... 7 B.1 MARKING AND RETURNING OF PROPOSAL... 7 B.1.1 TECHNICAL PROPOSAL... 7 B.1.2 FINANCIAL PROPOSAL... 8 B.2 TIME FOR RECEIVING PROPOSAL... 8 B.3 PUBLIC OPENING OF PROPOSAL... 8 B.4 VALIDITY... 8 B.5 CHANGES AND/OR ALTERATIONS... 8 B.6 REFERENCES... 9 B.7 SUBCONTRACTING... 9 B.8 RIGHTS OF TRANSITION INITIATIVES FOR STABILIZATION PLUS TIS B.9 PROPERTY OF TRANSITION INITIATIVES FOR STABILIZATION PLUS TIS B.10 LANGUAGE OF PROPOSAL... 9 B.11 PROPRIETARY INFORMATION... 9 B.12 EVALUATION OF PROPOSAL B.13 AWARD / ADJUDICATION OF PROPOSAL B.14 ERROR IN PROPOSAL B.15 RFP TERMS AND CONDITIONS C. PROPOSAL FORM C.1 TECHNICAL PROPOSAL SUBMISSION FORM I C.2 TECHNICAL PROPOSAL SUBMISSION FORM II C.2.1 BIDDER GENERAL INFORMATION C.2.2 STAFF QUALIFICATION AND EXPERIENCE C.2.3 FINANCIAL INFORMATION C.2.4 WORKS IN HAND C.2.5 EXPERIENCE AND REFERENCES C.2.6 PROPOSED WORK PLAN AND SCHEDULE OF ACTIVITIES C.2.7 FORMAL PRESENTATION C.3 FINANCIAL PROPOSAL SUBMISSION FORM C.4 SCHEDULE OF PRICES D. BID EVALUATION SAMPLE Page 3 of 24

4 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia E. ANNEXES A. TERMS OF REFERENCE A.1 Background The TIS+ Program aims to promote peace and stability in Somalia by increasing the visibility of, and confidence in Government through improved service delivery, creating collaborative and strategic partnerships among government institutions, the private sector, civil society and communities. The TIS+ Program focuses on four objectives: 1. Increase confidence in governance based on equitable participation in decision making and management of community assets; 2. Empower community and government representatives to engage with private sector and development actors in collaborative process for community growth; 3. Increase Somali engagement in creating a more stable future; and 4. Support inclusive, sustainable development by reducing gender gaps in stabilization and development. A.2 Purpose of the RFP This Request for Proposal (RFP) intends to identify Contractors that will carry out the construction of Afmadow Women s Market located in Afmadow, Jubbaland, Somalia. Transition Initiatives for Stabilization Plus TIS+ invites contractors to submit technical and financial proposal for this work.+. TIS+ encourages participants to review the technical proposal carefully, especially the: a) Methodology and Work Schedule, b) List of Equipment and Materials Sourcing; c) Key Personnel and Subcontractors and d) Anticipated Use of Local Labour as the scope to be accomplished under this agreement has increased. It is recommended that the subcontractors prepare their technical proposal to match the exact scope. TYPE OF CONTRACT: An award resulting from this RFP will be a Firm Fixed Price Contract. A.3 Objective of the Project To complete and hand over to TIS+ within an agreed timeline and budget, a completed Afmadow Women s Market located in Jubbaland, Somalia in respect to the construction specification. A.4 Construction Standard The following standards and specifications shall apply to the entire construction project; from construction up to defect liability period. The standards to follow shall include: - British code and Standard (BS) A.5 Construction Implementation Construction implementation in line to the submitted work schedule. Work Closely with TIS+ Engineers or consultants and attend the Bi-weekly progress review meetings in due course of the project. Page 4 of 24

5 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia Maintain available at site at all time the following documentation: A site logbook for instruction to the contractor. A visitor logbook. Safety and Health Plan Quality Control Plan An updated timetable on a bar chart format (MS Project or approved equivalent). The EMMP form to record environmental monitoring as shown in the report form. Requests for work approval by Transition Initiatives for Stabilization Plus TIS+ Engineer. Accident and incident reports. A site diary, updated on daily basis. Approval of Present work plan and request for revision to ensure timely completion of the works. Check measurements and certify contractors Milestone works payments for submission to TRANSITION INITIATIVES FOR STABILIZATION PLUS TIS+ with relevant documentary evidence. Ensure that appropriate safety measures are taken on site to minimize the risk of accident to the workers and the public. Requires approval and is part of the Safety and Health Plan. A.6 Timeline for the completion of the project The timely achievement of the project is of utmost importance for TIS+. A contractual timeline will be part of the agreement signed with the successful bidder (please refer to the General Terms and Conditions for further details on the contractual documents). A.7 Price of the offer Please refer to the General Terms and Conditions; contract price. The Cost Proposal shall be submitted in conformity with Annex 2 of this RFP. The unit prices shall be fully burdened with all materials, labor, supervision, quality assurance, transport, security, overhead, profit/fee, risk and all other incidentals and obligations necessary for the completion of the work. The cost for issuing all the bonds should be included as part of the bid price. Project cost will be fixed price in CFA and it is the offeror s responsibility to review all quantities and verify with Drawings, BOQ, and SOW. Order of precedence is Scope of Works, Bill of Quantities, and Drawings. Costs proposals will be evaluated based on what is reasonable and practical for the nature of the proposed works and prevailing regional market rates for construction materials. TIS+ will neither evaluate nor compare cost proposals that are considered non-responsive. During the evaluation of proposals, TIS+ will determine the final price evaluated for each proposal, making the corrections to the proposal price, in accordance with process laid out in the present RFP. TIS+ reserves the right to accept or reject any modification or deviation. The modifications, deviations and any other elements added to the requirements of the RFP or which provide advantages not requested by TIS+ will not be taken into consideration during the evaluation of proposals. Page 5 of 24

6 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia B. INSTRUCTION TO BIDDER B.1 Marking and returning of proposal 1- A first sealed envelope bearing the name of the Offeror and the subject of the RFP marked TECHNICAL PROPOSAL, containing one (1) original, three (03) copies of the original and one (1) digital copy (either on a USB storage device, CD/DVD or sent to tenderbox.nairobi@somtisplus.com); 2- A second sealed envelope bearing the name of the Offeror and the subject of the RFP marked FINANCIAL PROPOSAL, containing one (1) original, three (03) copies of the original, and one (1) digital copy (either on a USB storage device, CD/DVD or sent to tenderbox.nairobi@somtisplus.com); Each of the written technical and cost proposals shall be accompanied by either a USB storage device, CD/DVD or sent to tenderbox.nairobi@somtisplus.com with electronic copies of all documents. While Microsoft Word and Excel are the preferred formats, PDF files are also acceptable. Please note, however, that Annex 2: Cost and Quantity Estimate, submitted in PDF or Word format must also be included in Excel format on the CD/ with formulas shown. The outer envelope shall be addressed as follows: TRANSITION INITIATIVES FOR STABILIZATION PLUS TIS+ Somalia Afmadow Women s Market Construction (JSS016) Afmadow DC s Office, Afmadow, Lower Juba, JSS Somalia RFP# TIS+/JSS/016/2016 DUE: 4 October 2016, 4:00 pm (East African Time) B.1.1 Technical Proposal The first inner envelope shall be marked Technical Proposal and addressed in the same manner as the outer envelope. The Bidder must provide sufficient information in the proposal to demonstrate compliance with the requirement set out in each section of this Request for Proposal. The proposal shall include, as a minimum as described in the Proposal Form 1 : The Technical Proposal Submission forms (I & II. Paragraph C.1 and C.2); The Bidder General Information form and relevant supporting documentation as described in the Proposal Form (Paragraph C.2.1); The list of proposed construction project staff (Paragraph C.2.2) and their CV s; A detailed organization chart of the company including the location and staffing of existing and planned offices; The firm financial information (Paragraph C.2.3); The list Works in Hand and their financial values (Paragraph C.2.4); A list of references (at least five) for the past five years with a particular emphasis on similar Services (Paragraph C.2.5); A proposed work plan and schedule of activities (Paragraph C.2.6). 1 In the event that the bidder is intending to use sub-contracting services, the same required documents as part of the Technical Proposal must be submitted for each sub-contractor. Page 6 of 24

7 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia B.1.2 Financial proposal The 2 nd inner envelope shall be marked Financial Proposal and addressed in the same manner as the outer envelope, and shall contain the following documentation: The financial Proposal Submission Form (Paragraph C.3); The duly filled in Schedule of Prices (Paragraph C.4) including the list of any additional services that the bidder find relevant to the management of the project in order to achieve the Objective of the Project. A BOQ template will be provided in soft copy and will be submitted in digital form (CD, DVD or USB) in an unlocked Microsoft Excel and PDF file format. COST PROPOSAL COMPONENTS Note: The Cost Proposal must be under separate, sealed envelope and clearly labeled as such. Submission Template: Letter must be signed by a person authorized to sign on behalf of the Offeror. This letter shall be included in the main envelope containing the Technical Proposal envelope and the Cost Proposal envelope. Cost and Quantity Estimate: The Cost Proposal shall be submitted in conformity with this RFP. The unit prices shall be fully burdened with all materials, labor, supervision, quality assurance, transport, security, overhead, profit/fee, risk and all other incidentals and obligations necessary for the completion of the work. Project cost will be fixed price in U.S. Dollars and it is the offeror s responsibility to review all quantities and verify with Drawings, BOQ, and SOW. Order of precedence is Scope of Works, Bill of quantities, and Drawings. Costs proposals will be evaluated based on what is reasonable and practical for the nature of the proposed works and prevailing regional market rates for construction materials. B.1.3 Safety, Deliverables and Other Requirements The Contractor shall ensure that employees are supplied with proper safety equipment and follow procedures that protect Contractor employees. The Contractor shall establish a safety zone around the work areas and establish safety practices to prevent staff injuries. The Contractor shall be solely liable for any injury or damage to any staff and/or property during the course of the jobs. This includes all costs involved with such injury or damage. The Contractor is also responsible to ensure all staff and laborers have access to adequate sanitation as is acceptable in the community. TIS+ will provide the Contractor with a Safety Plan consistent with the guidelines provided in the Environmental Mitigation and Monitoring Plan (EMMP). The Contractor shall sign a Safety Plan Acknowledgement Letter as part of the Awarded Contract that covers the life of the project. The Contractor is also responsible for the security on the project site. It is the Contractor s responsibility to secure the site and all project works and material until handover of site. Page 7 of 24

8 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia B.1.4 Delivery and Storage of Materials and Equipment The Contractor shall be responsible for all materials transport, storage, and providing any necessary security containers, and fencing and protection from the weather. At the end of the project, the Contractor shall remove all debris created by construction activities. The Contractor is responsible to control all theft and unauthorized use of materials and equipment on site. B.1.5 Deliverables during Construction Before and during the implementation of the project, the Contractor shall deliver to TIS+ the following: A Schedule of the Works Quality Control Plan Sampling and Testing Plan Safety Plan Security Plan Environmental Mitigation and Management Reporting TIS+ provide the EMM Plan Submittals Register Updates to the Work Schedule as Needed Request for Acceptance B.1.6 Clean up The Contractor shall keep the work site clean and neat at all times, removing all debris and refuse promptly at the end of each day from the site. At the end of the project work, the Contractor shall clean up the site to the satisfaction of the TIS+ and the Afmadow Women s Market or their appointed representative. B.2 Time for receiving proposal Sealed Proposals received prior to the stated closing time and date will be kept unopened. The Officer of the Bid Opening Unit will open Proposals when the specified time has arrived and no Proposal received thereafter will be considered. TRANSITION INITIATIVES FOR STABILIZATION PLUS TIS+ will accept no responsibility for the premature opening of a Proposal which is not properly addressed or identified. Modification to Proposals already submitted in a sealed envelope, will be considered if received prior to the closing time and date. B.3 Public opening of proposal Bidders, or their authorized representative, may attend the public opening of the RFP at the time, date and location specified. The only envelope that will be opened at public bid opening is the Technical Proposal. Page 8 of 24

9 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia B.4 Validity Proposals shall remain valid for a period of ninety (90) days from the date of closing of the Proposals. B.5 Changes and/or Alterations All requests for changes or alterations to the Request for Proposal or requests for clarifications must be submitted in writing by fax or to the TRANSITION INITIATIVES FOR STABILIZATION PLUS TIS+ Chief of Party or representative. Inquiries or requests for changes or alterations will be received till 29 September 2016, 4:00 pm (east African Time); after that date and time inquires or requests for changes or alterations will not be accepted. Only written inquiries will receive an answer. All inquiries and answers will be provided to all invitees in writing, regardless of the source of the inquiry. Under any circumstance TIS+ will accept verbal inquires or will provide verbal information in regard to this RFP. B.6 References The Bidder is requested to provide the name of at least five (5) clients to which it provides the same type of services, whether in various and/or disperse geographic locations. TRANSITION INITIATIVES FOR STABILIZATION PLUS TIS+ reserves the right to contact these references, without notifying the Bidder. (Please refer to paragraph B.1.1 and C.2.5 for further details on the references.) B.7 Subcontracting Bidders shall identify on their offer, any services, which may be subcontracted to another firm. A Technical Proposal as described hereafter must be submitted for all subcontractors and will be considered as being part of the bid. B.8 Rights of TRANSITION INITIATIVES FOR STABILIZATION PLUS TIS+ TIS+ reserves the right to accept any proposal, in whole or in part; or, to reject any or all proposals. TIS+ also reserves the right to negotiate with the Bidders. TIS+ shall not be held responsible for any cost incurred by the Bidder in preparing the response to this Request for Proposal. The Bidder agrees to be bound by the decision of TIS+ as to whether their proposal meets the requirements stated in this Request for Proposal. TIS+ reserves the right to award the agreement to one or more contractor(s). B.9 Property of TRANSITION INITIATIVES FOR STABILIZATION PLUS TIS+ This Request for Proposal, inquiries and answers and the Proposals are considered the property of Transition Initiatives for Stabilization Plus TIS+. All materials submitted in response to this Request shall remain with Transition Initiatives for Stabilization Plus TIS+. B.10 Language of Proposal The proposals prepared by the Bidder as well as all correspondence and documents relating to this document shall be written in English Language. Any printed literature furnished by the Bidder written in another language will only be considered if accompanied by accurate English translation of the relevant passages for purposes of interpretation. Page 9 of 24

10 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia B.11 Proprietary Information Information, which the Bidder considers proprietary, must be marked clearly "proprietary" next to the relevant part of the text, and Transition Initiatives for Stabilization Plus TIS+ will then treat such information accordingly. B.12 Evaluation of proposal Following closure of the RFP, proposals will be evaluated by a Transition Initiatives for Stabilization Plus TIS+ evaluation team in the company of district and community representatives to assess their merits. The evaluation will be restricted to the contents of the Proposals and the reference checks. The Technical Proposals and Cost Proposals will be evaluated based on the trade-off method, where the technical bids will be awarded points and ranked, and a review of the cost will be undertaken to determine if it is reasonable. The Evaluation Committee will propose a first, second and third alternative. Transition Initiatives for Stabilization Plus TIS+ will not be held responsible for any duties, taxes or other levies including Value Added Tax for which the Firm may be liable in the course of the contract. All duties, taxes, or other levies must be included in the fees as shown in the Financial Proposal. The cost of all items in the Financial Proposal shall be calculated and shown in United Stated Dollars (USD) for bidders. Mandatory Requirements Provide valid JSS registration details certificate/license, as evidence that they are authorized to carry out the said work by JSS Somalia. Have attended the Bidder s training and site visit. Certificate of attendance of Bidders training and site visit, signed and stamped by TIS+ Engineer and Afmadow DC. Copy of receipt for purchase of tender document. Signed technical submission form and financial proposal. Completed, filled and signed BOQ Provide a company profile with list of BODs. CVs of all key personnel. Must have a minimum of 4 years of experience as a construction company, with 3 years experience in Somalia. Page 10 of 24

11 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia Evaluation Criteria Schedule Category (Office Use only) Technical Max Pass / Points Fail Points S1 Past Performance and Reference List Number of Projects Completed though the defect and liability period in the last 5 years 13 Experience with project of a value similar to the solicited project 10 Number of References Provided 10 S2 List of Key Personnel Director Bachelor Degree in Business Administration from a reputable university 1 5 years experience of work 1 More than 7 years experience in construction management 3 Project Manager/ Engineer Bachelor Degree in Civil Engineering or Construction from a reputable university 2 5 years experience of work 1 More than 7 years experience in Construction 2 Site Engineer/ Quantity Surveyor Bachelor Degree in either Civil Engineering, Quantity Surveying or Building Economics from a reputable university 5 years experience of work 1 More than 7 years experience in Construction 2 Foreman Certificate in Construction management from a reputable institute 1 5 years experience of work 1 More than 7 years experience in Construction 2 S3 Number of Laborers Percentage of women laborers and the approach to use of women in the project 3 Number of qualified labors proposed for the project - list skills and level of effort needed 2 S4 List of Equipment Concrete Mixer 1 Vibrator 1 4x4 Pickup vehicles 1 Scaffolding 1 Ladders 1 Wheel Barrows 1 Page 11 of 24 1

12 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia Cutters 1 S5 Methodology Proposed Work Plan and Schedule of Activities 12 Gannt Chart 3 Time taken to commence work 2 Reporting and Recording Systems - including environmental monitoring 10 Quality Assurance Plan 10 TOTAL MARKS 100 Page 12 of 24

13 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia B.13 Award / adjudication of proposal The Firm that submits the successful Proposal will be notified by letter of the award prior to the expiration of the validity period. The letter, referred to as the Letter of Acceptance, will state the sum of the fees to be paid to the Firm for the services rendered and will indicate the terms under which the Contract must be finalized. Please refer to the General Terms and Conditions (Annex A) for further details on the documents constitutive of the agreement. Prior to issuing the Letter of Acceptance, negotiations on the bid with the successful bidder will be carried out preceding the formulation of a draft contract. The Contract must be agreed and signed within 7 days of the issue of the Letter of Acceptance. Time required to complete any negotiations on the contract is including in the above time frame. TRANSITION INITIATIVES FOR STABILIZATION PLUS TIS+ will notify in writing immediately after finalizing the agreement those Firms whose Proposals were not successful. B.14 Error in proposal Bidders are expected to examine all Instructions and Documentation pertaining to the RFP. Failure to do so will be at Bidders own risk. In case of errors in the extension price, unit price shall govern. B.15 RFP terms and conditions This RFP and any responses thereto, shall be the property of TIS+. In submitting a proposal, the bidder acknowledges that TIS+ reserves the right to: (a) Visit and inspect the bidder s office and premises; (b) Contact any/all references provided; (c) Undertake site visits to the bidder s current and recently completed construction projects; (d) Request additional supporting or supplementary information; (e) Arrange interviews with the proposed project team/consultants; (f) Reject any/all of the proposals submitted; (g) Accept any proposals in whole or in part; (h) Negotiate with the most favorable bidder; Bidders shall bear all costs associated with the preparation and submission of proposals, and TIS+ shall not be responsible for these costs, irrespective of the outcome of the bidding process. Page 13 of 24

14 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia C. PROPOSAL FORM C.1 Technical Proposal Submission Form I This PROPOSAL FORM must be completed, signed and returned to TIS+. Proposal must be made in accordance with the instructions contained in this Request for Proposal. TERMS AND CONDITIONS OF CONTRACT Any Contract resulting from this RFP shall contain TIS+ S General Terms and Conditions together with all other contractual documents as detail in the General Terms and Conditions. INFORMATION Any request for information concerning this invitation, must be forwarded in writing by , to the person who prepared this document, with specific reference to the RFP number. DECLARATION The undersigned, having read the Terms of Reference, the Instruction to Bidder, the General Terms and Conditions set out in the attached document, hereby offers to supply the services specified in the ToR at the price or prices quoted in the Schedule of Prices, in accordance with the specifications stated and subject to the Terms and Conditions set out. Name of authorized representative: Title: Signature: Date: Supplier Name: Postal Address: Telephone No.: Address: Validity of Offer (not less than 90 days): Currency of Offer (USD): Page 14 of 24

15 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia C.2 Technical Proposal Submission Form II PLEASE USE YOUR COMPANY LETTERHEAD Date: To: TRANSITION INITIATIVES FOR STABILIZATION PLUS TIS+ Somalia Mogadishu Office. Dear Sir, We, the undersigned, offer to Construction of Afmadow Women s Market in Jubbaland State for TRANSITION INITIATIVES FOR STABILIZATION PLUS TIS+ Somalia in accordance with your Request for Proposal dated and our Proposal dated. We are hereby submitting our Proposal, which includes this Technical Proposal and a Financial Proposal to be submitted sealed under separate envelopes. Our Technical Proposal shall be binding on us subject to the modifications resulting from Contract negotiations, up to the expiration of the validity of the Proposal. We understand that you are not bound to accept any Proposal you receive. Yours sincerely, Authorized Signature: Name and Title of Signatory: Name of Contractor: Address: Page 15 of 24

16 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia The following information is considered an integral part of this submission and must be provided for the Proposal to be considered. The information should be provided according to the sample format. C.2.1 Bidder General Information Bidder General Information Description Registration Registration number Grade Specialty Information (to be filled by the Bidder) Remarks Provide certified copies Expiry Date Legal Status Written power of attorney of the signatory to the Bid VAT Registration Number Provide certified copies of Registration Provide original or certified copy of the power of attorney attested by a Notary DUNS Number Page 16 of 24

17 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia C.2.2 Staff Qualification and Experience Qualifications and experience of key management and technical personnel proposed for this Project. Signed CVs of all proposed staff must accompany the submission and it should be noted that substitution of staff during Project implementation shall be subject to the approval of Transition Initiatives for Stabilization Plus TIS+. (Personnel of all associate consultants must also be listed along with the name of the associate consulting Firm.). A detailed organization chart of the company including the location and staffing of existing offices must also be attached to the offer. A. Key Professionals Construction Project Management Staff Name Position Task B. Support Staff Name Position Task Page 17 of 24

18 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia C.2.3 Financial Information Annual Turn-over Information (Last five years) Year Turn-over Amount in currency (state USD) Remarks Page 18 of 24

19 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia C.2.4 Works in Hand Works in Hand Employer name & contact details Description of Works/Services Start date End date Amount in currency (state USD) Total: Page 19 of 24

20 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia C.2.5 Experience and References Year Employer name & contact details Construction Experience in last five years Description of Works/Services Amount in currency (state USD) Contractor's Responsibility (%) Total: Page 20 of 24

21 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia C.2.6 Proposed work plan and schedule of activities The proposed work plan and schedule of activities must be submitted with this Proposal. The work plan and schedule should be prepared in detail to the extent possible and include time allocated to centraland district-level periodic progress review meetings and preparation of quarterly progress reports. A proposed timeline in a bar chart format must be part of this Proposal. It should start with establishing Minimum Requirements till the Issuance of the Substantial Completion Certificate. C.2.7 Formal presentation Firms, whom Technical Proposal has been accepted, must make a formal presentation to the Selection Committee on the proposed strategy and methods for the following components/activities: a. Strategy for managing and executing this Project according to schedule. b. Strategy, methods and sample approach for securing community commitment throughout construction process. c. Strategy and methods and approach to ensure women opportunities in the construction activities; d. Strategy to ensure and elements of Quality Assurance in training, building design, construction materials and building construction. Page 21 of 24

22 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia C.3 Financial Proposal Submission Form PLEASE USE YOUR COMPANY LETTERHEAD Date: To: TRANSITION INITIATIVES FOR STABILIZATION PLUS TIS+ Somalia Mogadishu Office Dear Sir, We, the undersigned, offer to Construction of Afmadow Women s Market in Jubbaland State for TRANSITION INITIATIVES FOR STABILIZATION PLUS TIS+ -Somalia, accordance with your Request for Proposal dated and our Proposal. Our attached Financial Proposal is for the sum of amount in figures and words, and also state the currency if either in USD). This amount is inclusive of all taxes payable under the applicable law. Our Financial Proposal shall be binding on us subject to the modifications resulting from Contract negotiations, up to the expiration of the validity of the Proposal. We understand that you are not bound to accept any Proposal you receive. Yours sincerely, Authorized Signature: Name and Title of Signatory: Name of Contractor: Address: Page 22 of 24

23 Transition Initiatives for Stabilization Plus TIS+ Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia C.4 Schedule of Prices Refer to the Bill of Quantity in the Bid Book Page 23 of 24

24 Transition Initiatives for Stabilization Plus TIS+ D. ANNEXES Afmadow Local Administration /Dawladda Hoose Ee Degmada Afmadow, Jubbaland State of Somalia ANNEX A: Architectural Layout Design Drawings and Technical Specifications Refer to the Designs and Drawings in the Bid Book Page 24 of 24

25 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 BID BOOK CONSTRUCTION OF AFMADOW WOMEN S MARKET Summary of Bid Documentation Tender documents a) Form of Bid 2 b) Appendix to Form of Bid 3 c) Instructions to Bidders 4-8 d) Qualification Summary 9-15 e) Program of Works 16 f) Certificate of Pre-Tender Site Visit 17 g) Bank Details for Payment 18 h) Specifications i) Conditions of Contract j) Bills of Quantities k) Drawings 48

26 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Form of Bid To, The Bid Committee: 1. Having visited the above project site and examined the required bidding documents for the above mentioned works, we offer to execute, complete and remedy any defects to the works therein for the sum of (Insert amount in figures) USD$ (insert amount in words). 2. We undertake, if our bid is accepted, to start the works within Calendar days from the date of signing the contract and complete and deliver the works in accordance with the contract within Calendar months calculated from the date of starting the works. 3. We understand and we accept that the Committee is not bound to choose the lowest price or any bid that may be received and that any or all bids may be rejected without assigning any reason for such rejection. 4. We agree to abide by this Bid for a period of 90 days from the date fixed for receipt of the same. 5. Unless and until a formal Agreement is prepared and executed this Bid, together with your written acceptance thereof, shall constitute a binding contract between us. Dated this Day of 20. Signature in the capacity of.

27 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Appendix to Form of Bid Defects Liability Period 90 days 5 Percentage of Retention 10% of Interim Payment Certificate Time within which payment is to be made after Payment Certificate is approved 30 days Liquidated Damages USD$ 1,000 for each of the project payment milestones Limit of Liquidated Damages Contract Duration Based on the preceding project payment milestones, each at USD$ 1,000 per payment milestone Weeks Signature of Bidder: Date:

28 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Instructions to Bidders Scope of Bid TIS+ represented by the Bid Committee wishes to receive Bids for the Construction of the works described in the Bidding documents. Source of Funds Eligible Bidders One Bid per Bidder Cost of Bidding Site Visit Bidder s Meeting Language of Bid The Works are carried out under the AECOM/TIS+ program financed by USAID. The main criteria for admission to the tender are as follows: a) Certificate of registration a copy to be attached to the bid documents b) Certificate of attendance of Bidders site meeting signed and stamped by TIS+ Engineer. c) Copy of receipt for purchase of tender document d) Signed technical submission form and financial proposal e) Completed and filled and signed BOQ f) Provide a company profile with list of the Board of Directors. g) CVs of all key personnel. h) Must have a minimum of 4 years of experience as a construction company, with 3 years experience in Somalia. i) Adequate Equipment j) Good track-record and references from previous clients k) A company bank Account A firm shall submit only one bid in the same bidding process, either individually as a bidder or as a partner in a joint venture. No firm can be a subcontractor while submitting a bid individually or as a partner of a joint venture in the same bidding process. A bidder who submits or participates in more than one bid will cause all the proposals in which the bidder has participated to be disqualified. The bidder shall bear all costs associated with the preparation and submission of its Bid, TIS+ and the Bid Committee will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process The bidder is advised to visit and examine the Site of Works and its surroundings and obtain as their own responsibility, all information that may be necessary for preparing the bid and entering into a contract for construction of the Works. The costs of visiting the site shall be at the bidder s own expense. Once Bidders have collected bids and visited the site, a bidder s meeting will be called upon on 27 September 2016, 9:00 am (East African Time) at Afmadow DC s Office, Afmadow, Lower Juba, Somalia. The Language of Bid shall be in English Documents The Bidder shall fill all the information requested in the Bidding Documents. The documents to be

29 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 included in the Bid Bid Prices Currency of the Bid and Payments Filling and Signing of the Bid included in the bid are: a) Duly completed and signed Form of Bid; b) Appendix to Form of Bid; c) Qualification Summary; d) Program of Works; e) Certificate of Pre-Tender Site Visit; f) Bills of Quantities - Blank (to be filled) The Contract shall be for the whole Works computed based on the unit rates and prices in the Bill of Quantities submitted by the bidder. The bidder shall fill in prices for all items of the Works described in the Bill of Quantities. Items against which no rate or price is entered by the bidder will not be paid for when executed and shall be deemed covered by the rates for other items and prices in the Bill of Quantities. The currency of the Bid and payment for works executed shall be in United States Dollars (USD). The bidder shall fill all the information requested in the bid documents. If additional pages are required, the same can be inserted and paged accordingly. All the information shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the bidder. All pages of the bid where entries or amendments have been made shall be initialed by the person or persons signing the bid. Submission of Bids Bids will be submitted in sealed envelopes for the financial and technical proposals and if possible an electronic copy of the BOQ sent by and submitted in CD/DVD drive or USB drive. The BOQ should be filled and sent electronically to the tenderbox.nairobi@somtisplus.com as an unlocked format in both Microsoft Excel and PDF formats. The subject of the should read TIS+ BOQ AFMADOW WOMEN S MARKET CONSTRUCTION NAME OF ORGANIZATION. The filled Bid documents should be sealed in two (2) envelopes and deposited to the location designated in the Invitation to Bid before the expiry of the deadline for submission of Bids. The first envelope shall be marked TECHNICAL PROPOSAL, while the second envelope shall be marked FINANCIAL PROPOSAL. The two envelopes will be inserted in an outer envelope that will be marked as: TRANSITION INITIATIVES FOR STABILIZATION PLUS TIS+ Somalia Afmadow DC s Office. Lower Juba, JSS Somalia RFP# TIS+/JSS/016/2016 DUE: 4 October 2016, 4:00 pm (East African Time) Bid Validity The Bid shall remain valid for a period of 90 days from the date of. Bidders may not alter their bids after submission.

30 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Bid Opening Opening of the Bids shall be presided over by the members of the Bid Committee (a quorum will consist of three people, including a TIS+ Engineer and a community representative). The committee also welcomes ALL bidders to be present but it is not required, along with the presence of representatives from the Afmadow Women s Market and Afmadow Community. The Bids will be opened at the Afmadow DC s Office, Afmadow, Lower Juba, JSS Somalia in the presence of bidders designated representatives who choose to attend, at the time, date, and location stipulated in the Invitation to Bid. The bidders representatives who are present shall sign a register evidencing their attendance (Bid Opening Attendance Sheet). The name of bidder, amount in words and amount figures for each bid is to be read out and recorded together with other pertinent information as will be determined by the Bid Committee. Process to be Confidential Clarification of Bids and Contacting the Employer Evaluation of Bids Information relating to the examination, clarification, evaluation, and comparison of bids, and recommendations for the award of a contract, shall NOT be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful bidder has been announced. Any effort by a bidder to influence the Bid Committee s processing of bids or award decisions may result in the rejection of the bidder s bid. To assist in the examination, evaluation, and comparison of bids, the Bid Committee may, at its discretion, ask any bidder for clarification of its bid, including breakdowns of unit rates. The request for clarification and the response shall be in writing, but no change in the price or substance of the bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Bid Committee in the evaluation of the bids. The Bid Committee will check the tenders to ensure that they contain no amendment to the terms or any other arithmetic errors. Technical Evaluation: The offers will first be evaluated on technical merits. The technical evaluation assesses the capacity of the company on the basis of submitted technical documents. Points will be allocated to a maximum indicated in the table below. If a company gains less than 70 points (out of 100), it will not be taken into consideration for financial evaluation. Schedule Category (Office Use only) Pass / Technical Max Points Points Fail S1 Past Performance and Reference List Number of Projects Completed through the defect and liability period in the last 5 years Experience with projects of a value similar to or higher than the solicited project Number of References Provided 10 S2 List of Key Personnel Director Bachelor Degree in Business Administration or similar from a reputable university

31 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 5 years of work experience 1 More than 4 years experience in construction management in Somalia Project Manager/ Engineer Bachelor Degree in Civil Engineering or Construction from a reputable university 5 years of work experience 1 More than 4 years experience in Construction in Somalia 2 Site Engineer/ Quantity Surveyor 3 2 Bachelor Degree in either Civil Engineering, Quantity Surveying or Building Economics from a reputable university 1 5 years of work experience 1 More than 4 years experience in Construction in Somalia 2 Foreman Certificate in Construction management from a reputable institute 5 years of work experience 1 More than 4 years experience in Construction in Somalia 2 S3 Number of Laborers Percentage of women laborers and the approach to use of women in the project Number of semi-skilled and skilled labors proposed for the project - list skills and level of effort needed S4 List of Equipment Concrete Mixer 1 Vibrator 1 4x4 Pickup vehicles 1 Scaffolding 1 Ladders 1 Wheel Barrows 1 Brick Cutter 1 S5 Methodology Proposed Work Plan and Schedule of Activities 12 Gannt Chart 3 Reporting and Recording Systems - including environmental monitoring Quality Assurance Plan 11 TOTAL MARKS Financial Evaluation: The financial evaluation is based on the cost of work given in the tender. The bids with a score of 70 or more shall be checked for any arithmetic errors and corrections made as follows:

32 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 i) Where there is a discrepancy between the amounts in figures and words, the amount in words will govern; ii) Where there is a discrepancy between the unit rate and the line item total derived from multiplying the unit rate by the quantity, the unit rate as quoted will govern unless in the opinion of the Bid Committee, there is an obviously gross misplacement of the decimal point in the unit rate, in which case the line item total as quoted will govern and the unit rate will be corrected; If a bidder refuses to accept the correction, their bid will be rejected. Award The Bid Committee will recommend a bidder whose bid has been determined to be substantially responsive to the bidding documents. TIS+ shall then notify the successful bidder in writing that his Bid has been accepted before the expiry of the period of Bid validity. The Letter of Acceptance sent to the Contractor shall state the sum payable to the Contractor for execution, completion and maintenance of Works as per the Bid. TIS+ shall then send the Contract Agreement to be signed by the selected Contractor. The Contractor should return the signed Contract Agreement within seven days of receiving the Contract. TIS+ reserves the right not to notify bidders if their offers were unsuccessful.

33 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Qualification Summary 1. Company Information Name of Company Physical Address Town/City Telephone Fax Legal status (Copy of Certificate of Incorporation) Name of Managing Director Value of construction contract from previous/last year Signature of Contractor Date

34 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS Key Site Staff (CV and Certificates Must be attached) # Key Site Staff 1 Name: Title/ Position: Description of Qualification: 2 Name: Title/ Position: Description of Qualification: 3 Name: Title/ Position: Description of Qualification:

35 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 4 Name: Title/ Position: Description of Qualification: 5 Name: Title/ Position: Description of Qualification: Signature of Contractor Date

36 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS List of Equipment If a bidder indicates that they own the equipment, then all the details in the form must be filled. If hired, the details requested may not be known and maybe omitted. Bidder must attach proof of lease or ownership. # Equipment Name Model Year of manufacture # allocated for the project Owned/Hired We hereby certify that notwithstanding the list of equipment detailed above, we will provide sufficient, suitable and adequate equipment in good working order for the successful completion of works. Signature of Contractor Date

37 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Signature of Contractor Date 4. List of relevant construction works for the last five (5) years with certificates of completion attached The bidder is to list in chronological order the projects undertaken in the last five years, their value and the client s name and address. # Project Name Date Completed Contract Sum (USD) Clients Name and Address TOTAL Signature of Contractor Date

38 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS Value of the works currently under contract (Ongoing Works) The bidder is to list the construction projects which he is currently executing, their value and the expected completion date. # Project Name Date Completed Contract Sum (USD) Clients Name and Address TOTAL Signature of Contractor Date Page 14 of 38

39 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS List of Local Laborers to be deployed The bidder having worked a detailed methodology should have a clear view of the amount of labor effort required in completion of the works. It is recommended to use local labor as far as practicable in the works and additional scores will be obtained on use of female labor. # Activity No. of local labor to be deployed Male Female Signature of Contractor Date Page 15 of 38

40 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Program of Works The bidder shall break down their tasks and prepare a detailed resource based program of works on a gant chart to ensure completion within the stated time frame in the format shown below. Note, the below is only a sample and the bidder is required to prepare his program and attach here. # ACTIVITY DURATION (WEEKS) Page 16 of 38

41 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Certificate of Bidder s Visit to Site This is to certify that 28 (Name/s): Being the authorized representative(s) of (Name of Bidder): Participated in the organized visit to the works site for the above named project, held on (date) Signed: (Bid Committee Member) (Name of Bid Committee Member) Page 17 of 38

42 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Bank Details for Payments This is to certify that my account holder is Name of Bank: Address of Bank: Account Name: Account Number: Bank Branch: and it will serve me during the project execution period. Date: Page 18 of 38

43 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Specifications Builders Works The works shall involve the construction of Afmadow Women s Market as detailed in the drawing and outlined in the BOQ. 30 The Contractor shall construct the building as shown on the designs and drawings in conformity with the Specifications. The Contractor shall at all times use the best available materials and use only suitable construction methods. 1. Damp Proof Membranes 2. Cement Mortar A bituminous damp proof layer shall be inserted in the walls in accordance with the drawings and shall be a bitumen impregnated fiber complying with BS 743. Before application of the DPC, all surfaces must be clean and free from dust, dirt, grease and loose material. Bituminous damp proof courses (DPC) shall be laid with laps of not less than 75 mm and embedded solidly in cement mortar and with the exposed edges pointed. A polythene vapor barrier shall be laid on the blinding to all floors which shall first be screed with 25 mm thickness of fine sand or as detailed in the Drawings. Cement mortar for blockwork, masonry, rendering, tiling, screeding, pitching and jointing shall consist of Ordinary Portland Cement and natural sand mixed by hand or an approved mechanical mixer in the proportions by volume of one-part cement to four parts sand. The cement and sand shall first be mixed dry until the cement color can no longer be distinguished from the sand in any part of the mass and the whole shall then be uniformly wetted by approved means while undergoing further mixing. The water content shall just be sufficient to ensure a dense mortar of still consistency and adequate workability to permit troweling or floating into place. Mortar shall be prepared and used in such quantities that no more than 20 minutes shall elapse between first wetting and its completed use. Under no circumstance shall any mortar that has stiffened by commencing to set be used. Fresh mortar shall not be mixed with mortar prepared earlier and all batches shall be used entirely separately. Sand for cement mortar to be used for external renderings and internal plastering with lime and Portland cement shall comply with BS 119. Sand for cement mortar for all other purposes (plain and reinforced brickwork, block-walling, masonry etc.) shall comply with BS 1. It should be well graded siliceous sand of good, sharp, hard quality. It shall be free from lumps of stone, earth, loam, dust, slat, organic matter and any other deleterious substance. Page 19 of 38

44 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS Concrete Works Reinforcement: All reinforcement used in the works shall comply with the following specifications: Mild Steel bars - BS4449 Hot rolled steel bars High tensile bars BS4461 cold twisted steel bars Steel Fabric BS4483 At the time of fixing, all reinforcement shall be free from oil, painting, grease, dust and scale or any other coating which would destroy the bond with the concrete. The site supervisor is to approve the fixed reinforcement before commencement of concreting. Cover to Reinforcement: To ensure the cover to reinforcement is attained, spacer blocks shall be cast, of mix 1: 3 cement sand, and used between the reinforcement, the bottoms and sides of the formwork. Tolerance for the cover shall be kept within + or 3mm from the specified cover. Aggregates: The aggregates used for the works shall comply with BS882. The aggregates shall be free from dust, decomposed material, clay, earthy matter, friable, thin or laminated materials. Fine aggregates shall be of approved clean river sand Coarse aggregates for graded concrete shall be of 20 mm to 5 mm nominal size while those of mass concrete shall be up to 40 mm. Aggregates of rounded shape or otherwise capable of procuring a concrete of good workability with the minimum addition of water shall be preferred. The combined grading of aggregates shall be a smooth curve approximately parallel to the grading envelope limits given in the below table. Percentage by weight passing sieve Sieve sizes ½ 100 3/ / / No No No No No Water: Water for use in concrete shall be of drinkable quality free from humus, acid, chemicals, salts or other matter that may be harmful to the concrete. Page 20 of 38

45 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Cement: Cement shall be Ordinary Portland Cement complying with BS 12. The cement shall be stored in a water proof shed on a raised wooden platform. The store shall be provided by the Contractor and shall be properly roofed and perfectly water tight. It shall have a dry wooden floor above ground level with an air space at least 150 mm below it. The cement shall be used, as far as possible, in the order in which it has been delivered and put into store. Formwork: Forms, Formwork or shuttering shall include all temporary molds for forming the concrete to the required shape, together with all temporary construction such as falsework, props and struts required for the support of such molds, together with any special lining that may be required to produce a special concrete finish. Wrot or Wrought formwork or shuttering shall mean formwork where the internal timber face in contact with the concrete is planed smooth, and the contractor is to take particular care with the surface of the shuttering, and with the floating of unshuttered surfaces, it being the intention that a very smooth face will result when the shuttering is struck. Unwrot formwork or shuttering shall mean formwork when the internal timber face in contact with the concrete is left as sawn. All formwork shall be substantially and rigidly constructed of timber, steel, pre- cast concrete or other approved material and shall be true to the shape, line, level and dimensions shown on the drawings. Timber shall be well seasoned, free from loose knots. Faces in contact with concrete shall be free from adhering grout, projecting nails, splits or other defects that will mark the concrete surface and shall be coated with an approved type of oil before it is fixed in position. Immediately before concreting, the formwork shall be watered thoroughly and washed out to remove sawdust, shavings or other rubbish. Where the appearance of the concrete face is important, the position and direction of the joints shall be directed. Connections between formwork elements shall be constructed to allow for easy removal of the formwork, and shall be either nailed, screwed, bolted, clamped, braced and shall have sufficient strength to retain the correct shape and line during compaction of the concrete. Fillet strips shall be fixed in the formwork to form a 20 mm x 20 mm chamfer on all external corners of the concrete. The cost of the same shall not be paid separately but shall be assumed to have been included in the formwork rates. Page 21 of 38

46 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Removal of forms: Forms shall be removed in such a manner as will not injure the concrete, and no formwork shall be removed before the concrete has sufficiently set and hardened. The minimum periods between the placement and removal of formwork for the various parts of the structure is tabulated below. Compliance with these requirements shall not relieve the Contractor of his obligation to delay the removal of the forms if the concrete shall not set sufficiently. Structure Side beams, wall, columns Soffit of slabs Soffit of beams under 6m span Duration to remove form 2 days 12 days 16 days Soffit of beams over 6m span 16 days, plus 1 day per 0.6m in excess of 6m with max of 28 days The rates for formwork shall include for all timber metal molds inclusive of all necessary supports and stagings, bolts, nuts, straps, clamps, wedges and other fittings, also all cutting and waste and the cost of all labor transport and materials in making erecting and removing the formwork and for any other work required to construct the forms to the shapes and dimensions shown on the drawings, or as directed by the site supervisor. Concrete mixes: In order to ensure adequate durability of the finished concrete while at the same time limiting the shrinkage characteristics, the following limits shall be observed. Concrete grade Trial Mix Max size of Coarse aggregate Min. cement content Max cement content Max. Water/Cement Ratio 10N/mm 2 1:4:8 40mm 210kg/m N/mm 2 1:3:6 40mm 252kg/m 3 356kg/m N/mm 2 1:2:4 20mm 296kg/m 3 415kg/m N/mm 2 1:1 ½: 3 20mm 341kg/m 3 475kg/m Batching: Batching of the aggregates and cement shall be by weight while the water shall be proportioned by volume. Volume batching of aggregates may be used when weighbatching is not possible, but volume batching of cement will in no case be accepted. The weight of coarse and fine aggregates in each batch shall be computed such that whole number of bags of cement is used and the use of cement from broken bags will not be permitted. Page 22 of 38

47 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Page 23 of 38 Mixing: Mixing shall be done in power-driven concrete mixers for all classes of concrete except that small batches of class 10 and class 15 may by mixed by hand with the approval of the site supervisor. When using mechanical mixer, the dry materials shall be mixed in the mixer until a uniform color is obtained after which the gauged quantity of water shall be gradually added. After all the water has been added, the mixer shall continue to mix for a period of not less than two minutes. Upon completion of mixing of a particular batch, the mixer drum shall be completely emptied before fresh batch is placed therein. If the mixer is out of operation for 20 minutes, the concrete therein shall be considered defective and the Contractor shall remove and dispose of the same at his cost. When small quantities of concrete are to be mixed, the site supervisor may approve hand mixing. When hand mixing is employed, the cement content for all mixes shall be increased by 10% at the Contractor cost. When hand mixing is used, the fine aggregates shall first be mixed with cement until a uniform color is obtained before the coarse aggregates can be added after which the constituent materials are to be mixed again dry before application of water. The minimum amount of water to ensure workability of the mix is to be added during hand mixing Transport and placing: Concrete shall be transported in water-tight containers in a manner which will avoid the segregation of the constituent materials. Before placement of the concrete, the site supervisor shall approve the formwork and reinforcement. Approval of the formwork does not however release the Contractor from his obligation to provide firm formwork capable of supporting the fresh concrete without deformation or failure. The time elapsing between the initial mixing of the concrete and finally placing in the works shall not exceed 30 minutes when Portland Cement is used. Concrete remaining unplaced at the end of this period shall not be placed in the work, but shall be removed from the site and disposed off at the Contractor s expense. Concrete shall not be dropped through a height exceeding 1.5m and special methods shall be used for placing concrete in excess of 1.5m such as tremmie, chutes. A competent still fixer shall be present on site during the placing and compaction of concrete to ensure that the reinforcement remains in place and to make any corrections before the placing and compaction of the concrete. Proper bridging arrangements for traffic over reinforcement shall be provided so that the reinforcement is not distorted, damaged or displaced. Compaction: All concrete shall be compacted mechanically, except when agreed with the site supervisor that small areas may otherwise be compacted. The concrete shall be compacted using internal poker vibrator. The vibrator shall not be attached to the reinforcement and care shall be taken to avoid contact. When internal vibrators are used, they shall be withdrawn immediately water or a thin film

48 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 of mortar begins to appear on the surface of the concrete. Withdrawal shall be carried out slowly to avoid cavitation s. The concrete shall be worked well around the reinforcement, joints and corners of forms. Curing: Curing shall commence as soon as the concrete has hardened sufficiently. All exposed concrete surfaces shall be cured for a period of seven days by covering them with a layer of sand, Hessian, canvas or other approved material kept damp. Concrete shall be protected from the sun, wind, heavy rains and flowing water for at least 3 days after placing. 4. Painting Colors of Paints: The priming, undercoats and finishing coats shall each be of different tints, the printing and undercoats shall be the correct brands and tints to suit the respective finishing coats, in accordance with the manufacturer s instructions. All finishing coats shall be of the colors and types specified by TIS+. Preparation prior to painting: The Contractor shall include for the preparation of surfaces, rubbing-down between each coat, stopping, knotting and all other works necessary to obtain a first class finish. The floors and other fittings shall be covered up with dust sheets when carrying out the painting works. Paint splashes, spots and stains shall be removed from floors, wood work etc. and the same left clean and perfect upon completion of the painting works. Paint treatment: # Structure to be Painted 1 Fiberboard Ceiling Three coats distemper Description of Paint W ork 2 Plastered Walls 3 Metal work 3 coats plastic emulsion internally 2 coats exterior water paint Prime and paint one undercoat and two finishing coats gloss paint. 4 Galvanized Corrugated Two coats of approved Iron roofing paint 5 Woodwork Knot, prime, stop and paint one undercoat and two finishing coats gloss paint 5. Electrical Works Earthing: This shall include excavation of earth pit, earth electrode (pipe/plate), earth leads up to ground level, chamber with cover, excavation refilling with charcoal and salt etc. Page 24 of 38 Cables: All cable shall be PVC insulated, sheathed end steel armored with an outer PVC protective sheath. Cables shall have high conductivity stranded copper conductors and cores shall be color coded as per the British Standards. All cables

49 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 shall be without any kinks or visible damage. All cables shall be properly terminated with glands, tinned copper lugs and cables identification tags and shall be properly crimped or soldered with lugs as directed. All the indoor cables shall be laid on walls, ceilings, inside shafts, with suitable supports. Distance between supports shall not be more than 500 mm. Cables shall be laid indoors by using 3 mm thick M.S. spacers with G.I. saddles and screws. Wires: All wires shall be PVC insulated single core copper or aluminum as specified and shall be any 660 volts grade. Wires of single strand are permissible up to 2.5 sq. mm size. Beyond this size wires with stranded conductors only should be used. All wiring termination shall be with crimped lugs except in case of termination on piano type switches and piano type sockets outlets. Conduits buried in concrete structure shall be put in position and securely fastened to the reinforcement and approved by the site supervisor before the concrete is poured. Proper care shall be taken to ensure that the conduits are neither dislocated nor chocked at the time of pouring the concrete. Suitable fish wires shall be drawn in all conduits before they are embedded. No conduit shall be buried in concrete or plastered unless the work has been inspected and approved by the site supervisor. 6. Fixtures and Fittings Page 25 of 38 Fluorescent Light Fittings: All fixtures shall be complete with accessories and fixing necessary for Installation completed in all respects. Fixtures connected to emergency lighting systems shall have distinct red markings. Fixtures shall be installed at mounting heights as detailed on the drawings or instructed by the site supervisor. Fixtures and/or fixture outlets boxes shall be provided with hangars to adequately support the weight of the fixture. Lamps shall be supplied and installed in all lighting fixtures provided under this contract. Lamps used for temporary lighting service shall not be used in the final lamping of fixtures. Rates quoted against light fittings shall include for the complete light fittings, control gear, bulb etc. all complete in factory wired and assembled condition. Rate shall also include for fixing arrangement for the fittings and control gear. Fans, Regulators and Clamps: Ceiling fans including their suspension shall be equipped with secondary safety device against free fall of fans from their hooks. All ceiling fans shall be wired to ceiling roses or to special connector boxes and suspended from hooks or shackles. There shall be no joints in the suspension rod. For concrete roofs, ceiling fans hooks shall be buried in the concrete during construction. Fan hooks made of M.S. rods of 15 mm diameter shaped in U form with their legs projecting horizontally on the top at least 190 mm on either side and tied over the top reinforcement of the roof shall be laid in the concrete slabs. The suspension arrangement for the fans shall be so designed that the fans canopies shall completely hide suspension

50 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Page 26 of 38 element. Circuit Breakers: Circuit breakers shall preferably be air break horizontal type fully interlocked and meeting the requirements of BS Breakers shall be rated for a medium voltage of 240V and rated full load amperes as indicated on drawings. Breakers shall be capable of making and breaking system short circuits. Breakers shall be manually operated complete with panel operating handle, isolating plug with safety shutters, mechanical ON/OFF indicator, silver plated arcing and main contact arc chutes and trip free operation. Point Wiring: Point wiring shall include all works necessary for complete wiring of a switch circuit of any length from the tapping point on the distribution circuit to the following through the switch. a) Ceiling rose or connector (in the case of ceiling fan point). b) Ceiling rose (in the case of pendant except stiff pendant point). c) Back plate (in the case of stiff pendants and fittings with down rods) d) Socket and Outlets (in the case of socket outlets points) e) Lamp Holder (in the case of wall brackets, batten points, bulk head f) and similar fittings). g) Call Bell/ Buzzer The following shall be deemed to be included in the point wiring: a) Switch. b) Ceiling rose or connector as required c) Any special and suitable M. S. box for neatly housing the connector and covering the fan hook in case of fan point. d) Bushed conduit or porcelain where cable pass through walls, floors etc. e) Earth wire from the distribution boards to all current carrying apparatus through switch boards, M. S. Boxes etc. f) All metal blocks, boards, covers and M. S. Boxes, sunk or surface mounted including those required for mounting fan regulators but excluding those for fixing the distribution switch boards. g) All fixing accessories such as clips, nails, screws, phil plug, rawl plug etc. as required. h) Connection to ceiling rose, connector socket outlets, Lamp holders, switch, fan regulator etc. i) Looping in the same switch board and inter connections between points on the same circuit. System of Wiring: Power wiring shall be kept separate and distinct from lighting and fan wiring. All conductors shall run as far as possible along the walls and ceiling so as to be

51 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 easily accessible and capable of being thoroughly inspected. In all types of wiring due consideration shall be given for neatness, good appearance and safety. Rating of lamps, fans, sockets etc.: For the purposes of connected load calculations, incandescent installations for residential and non-residential building shall be rated at 100 W. Table fans shall be rated at 50/60W. 5 Amp socket outlet point and 15 Amp socket outlet point shall be rated at 100W and 1000W respectively, unless the actual values of loads are known or specified. Switch Boards: Metal clad switch gear shall be mounted on wall, columns etc. by suitable mechanical means so as to ensure firm mechanical supports. Hinged type boards shall consist of a box made of sheet metal clad, switch gear, distribution boards etc. Hinged metal boards shall consist of a box made of sheet metal of 6 SWG gauge thick and shall be provided with hinged cover to enable the board to be swung open for the examination of the wiring at the back. All wires passing through metal boards shall be bushed. No apparatus shall project beyond any edge of the panel. No fuse body shall be mounted within 25 mm of any edge of the panel. Wall chasing for conduits: The chase in the wall shall be neatly made and of ample dimensions to permit the flexing of conduit pipe in an approved manner. In case of building under construction, conduit shall be buried in the wall before plastering and shall be finished neatly after erection of conduit. In case of exposed brick masonry work, special care shall be taken to fix the conduit and accessories in position along with the building work. In case of new construction, the scope of work under the electrical contractor shall be responsible for providing chase in the wall, fixing up the conduits and finishing of the wall complete. Fixing of conduit in case: The conduit pipe shall be fixed by means of staples or by means of saddles not more than 600 mm apart. Fixing of standard bends or elbows shall be avoided as far as possible and all curves maintained by bending conduit pipe itself with long radius which will permit easy drawing of conductors. Conduits buried in concrete structure shall be put in position and securely fastened to the reinforcement to the approval of the site supervisor before the concrete is poured. Proper care shall be taken to ensure that the conduits are neither dislocated nor chocked at the time of pouring the concrete. Suitable fish wires shall be drawn in all conduits before they are embedded. No conduit shall be buried in concrete or plastered unless the work has been inspected and approved by the site supervisor. 7. Masonry/ Blockwork Precast concrete blocks for blockwork shall be solid blocks or hollow blocks manufactured from ordinary Portland cement and aggregates. All blocks shall be manufactured mechanically by compression and vibration. The mix used shall not be richer than one-part Page 27 of 38

52 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS Hardcore 9. Timber cement to six parts of combined fine and coarse aggregates by volume. Blocks shall be dried for 24-hour after which curing shall start and continue for a period of not less than 10 days. The blocks shall then by carefully handled and stacked protected from rain by a cover and in such a way that air circulates around them. The blocks shall not be laid before 28 days after casting. All blockwork shall be bonded pointed and uniformly bedded in true horizontal coursed in cement mortar and built true to line and profile. Blockwork shall be carried up evenly and in regular stages and no part shall be raised more than 1m above any other part of the work at any time. All blocks shall be well soaked before use and the top of unfinished walls wetted before work re-commences. Courses shall be properly leveled and perpendicular joints, quoins, jambs and angles shall be plumbed as the work proceeds. Blockwork which is not to be rendered shall be finished with a fair face and the blocks shall be selected for even texture and unmarked faces, regular shape and square unbroken arises. The blockwork shall be pointed as the work proceeds with a neat joint to approval. Where blockwork is to be rendered, the joint shall be raked out 12 mm deep as the work proceeds to form an adequate key. Blockwork shall be bonded to concrete columns and walls by approved galvanized metal ties, 25 mm wide and 3mm thick cast into the concrete and spaced at alternate courses and extending not less than 300 mm into the block joints. This shall then be lapped to run throughout the length of the blockwork course. Masonry shall be constructed from approved hard durable stone laid to bond. The stones shall be rough dressed so that the beds and sides are roughly perpendicular to the exposed face of the wall. The joints shall be 12 mm thick on average and completely filled with mortar. The face of the work shall be true to profile and the joints shall be neatly pointed in mortar. Where the walls are to be rendered, the joints shall be raked out to a depth of 12 mm to form a key. All walling of 300 mm thickness or less shall be built in single thickness of blocks or stone. The stones shall be properly bonded together and in such manner that no vertical joint in any one course shall be within 125 mm approximately of a similar joint in the courses immediately above or below. The masonry walling shall be reinforced with hoop iron at every alternate course. This shall be in form of galvanized metal 25 mm wide and 3mm thick. This shall be in the form of a roll spread centrally over the running joints, for the full length of the wall and lapped and crimped 300 mm at running joints and full width of walls at angles and intersections. Hardcore: Hardcore shall be sound hard stone, rock or broken concrete not less than 100 mm in size unless otherwise directed. Sufficient but not excessive blinding material of smaller sizes may be permitted at the discretion of the site supervisor. All timber shall be reasonably free from sap, shakes, large loose or dead knots, wane edged or other defects and shall be dry and properly seasoned, with maximum 15% moisture content for joinery work and 18% moisture content for carpentry. All carpentry work shall be left with sawn surface except where particularly specified to be wrought. All structural timber used in the works shall be treated with an approved Page 28 of 38

53 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 preservative. Sizes and thickness of wrot carpentry and joinery are nominal i.e. 3mm reduction off specified sizes will be allowed for each wrot face, except where described as finished sizes in which case no reduction from the stated thickness or size will be permitted. Timbers shall be in long length and warped timber will not be permitted. Where joints are unavoidable in beams or purlins, they shall be properly scarfed and bolted and where practicable be placed at points of support. Scarfs unless otherwise directed shall be of a length equal to twice the depth of element, provided that the adjacent timber are continuous. Doors: The rate for the door shall include for hardwood frame, architraves, 3 lever lock, 3No. hinges, and all door furniture. All frames shall be securely fixed to reveals by means of galvanized wrought iron clamps 25 mm x 3 mm x 300 mm long split and caulked for building into joints and bent and screwed to backs of frames and with flanged and built 225 mm into joints of walling, three cramps to each side frame of each door. The clamps shall not be more than 750 mm apart commencing at 20mm above the bottom of the frame. Wall plates shall be secured by clamps as the doors but the clamps shall be spaced at 1 mm centers. Solid Doors: All solid doors shall be in hardwood timber unless otherwise specified in the drawings and BOQ. The doors shall be framed, ledged and braced, 50 mm thick, 838 x 2100 mm overall or to sizes specified on the drawings and shall consist of x 50.8 mm (4 x2 ) stiles and top rail, x 25.4 mm (10 x1 ) lock and bottom rails and x 25.4 mm (4 x1 ) diagonal braces filled in with 25.4 mm tongued grooved and V jointed both sides boarding in matched widths and shall include chamfer on edge of stiles and adjacent boarding to form V joint. Flush doors: Where specified, the flush doors shall be 45 mm thick consisting of a 60 x 45 mm hardwood frame braced with 35x35mm soft wood cross battens at 65mm centers and faced on both sides with 4mm thick plywood all glued with an approved adhesive. Architraves: The finishing to door frames to all doors shall consist of 76.2x19mm splayed architraves plugged to walling and measured at all angles. Where the door frame is set against the face of the wall or where there is insufficient room for architrave, the finishing shall consist of 19mm quadrant molding planted on the frame. The architrave shall be in hardwood timber. Brandering: The brandering shall be 50x50mm fixed to and level with the underside of ceiling joints at 600mm centres maximum in both directions. The Contractor shall include for cutting and fittings at trusses. The brandering timber shall be cypress or other equal and approved. Ceilings: Ceilings to all rooms shall be formed of approved insulation board not less than 12.5mm thick. Unless otherwise specified, the ceiling type shall be Celotex acoustical ceiling, white in color with a noise reduction coefficient of 0.45 and a light reflectance coefficient of It shall be supplied in panels of 24 x 24 (600x600mm). Page 29 of 38

54 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Terms and Conditions of Award The subcontract award will include, but not be limited to, the following provisions: TYPE OF SUBCONTRACT This is a Firm Fixed Price subcontract. This fixed price includes, but is not necessarily limited to, all of the Subcontractor s labor, supervision, insurance, transportation, fuel, oil, materials, tools, equipment, transport, loading and offloading, handling, maintenance, testing, taxes, quality control, security, waste removal and other obligations to which the Subcontractor may be entitled as well as the entire and indirect costs, such as overhead, transportation, and profit. The total sum cannot be exceeded. The subcontractor shall bear the financial responsibility for any fines, fees, penalties, or corrective costs that result as a consequence of the subcontractor s failure to meet the EPA, MCC, National, County, or other city regulations concerning demolition and disposal in a manner consistent with the terms of this subcontract. Any fines, fees, penalties, or corrective costs that are not paid by the Subcontractor directly, shall be deducted from the final contract value. LIQUIDATED DAMAGES The liquidated damages for delays in the completion of works shall be USD$ 1,000 for each of the project payment milestones. The maximum value of liquidated damages is based on the preceding project payment milestones each at USD$ 1,000 per payment milestone. In the event that the Subcontractor does not complete the Works within 15 days following the end of the completion period of the Subcontract then the Performance Penalty (found in the Contract Data) shall be levied beyond this period of 15 days shall be deducted from the final payment until the Works is authorized as completed by the Community Representative, TIS+ Engineer and TIS+ COP. The said sum shall be payable by the sole fact of the delay without the need for any previous notice or any legal proceedings, or proof of damage, which shall in all cases be considered as ascertainable. INSURANCE The Subcontractor agrees to maintain liability insurance as required and customary in the construction industry and as stated in this provision. Adequate liability insurance shall be maintained for all construction personnel and equipment during the entire period of performance of this Subcontract. Such insurance will protect the Subcontractor and its employees, TIS+ and USAID from the following claims which may arise out of or result from its operations hereunder (whether by itself, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable): claims under workmen's compensation, disability benefit and other similar employee benefit acts; claims for damages because of bodily injury, occupational sickness or disease, or death, of its employees or any other person; claims which are sustained by any person as a result of the actions of the Subcontractor or by any other person; and claims for damages because of injury to or destruction of tangible property, including loss of use. Specifically, insurance required under this Agreement shall include, with no war or hostile zone exclusions: Page 30 of 38

55 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Insurance of the Works and Subcontractor's Equipment The Subcontractor shall purchase and maintain insurance to prevent against loss or damage and cover replacement of equipment deemed necessary to complete the Works. The insurance shall provide coverage for: a) The Works, together with materials and Plant for incorporation therein, to the full replacement cost b) An additional sum of 15 per cent of such replacement cost, to cover any additional costs of and incidental to the rectification of loss or damage including professional fees and the cost of demolishing and removing any part of the Works and of removing debris of whatsoever nature c) The Subcontractor's Equipment and other things brought onto the Site by the Subcontractor, for a sum sufficient to provide for their replacement at the Site. Delays in the Works due to loss or damage to construction equipment which is not insured are not considered excusable delays. Insurance Against Accident to Workmen TIS+ shall not be liable for or in respect of any damages or compensation payable to any workman or other person in the employment of the Subcontractor or any other subcontractor. The Subcontractor shall indemnify and keep indemnified TIS+ against all claims, proceedings, damages, cost, charges and expenses whatsoever in respect thereof or in relation thereto. The Subcontractor shall insure against such liability and shall continue such insurance during the whole of the time that any persons are employed by him on the Works. Provide that, in respect of any of any persons employed by any subcontractor, the Subcontractor s obligations to insure as aforesaid under this clause shall be satisfied if the subcontractor shall have insured against liability in respect of such persons in such a manner that TIS+ is indemnified under the policy, but the Subcontractor shall require such subcontractor to produce to TIS+, when required, such policy of insurance and the receipt of the payment of the current premium. 50 Third Party Insurance The Subcontractor shall, without limiting his or TIS+ obligations and responsibilities, insure, in the joint names of the Subcontractor and TIS+, against liabilities for death of or injury to any person (other than as provided in Clause 24 of FIDIC - The International Federation of Consulting Engineers) or loss of or damage to any property (other than as provided in Clause 24 of FIDIC) or loss of or damage to any property (other than the Works) arising out of the performance of the Subcontract, other than the exceptions defined in paragraphs (a), (b) and (c) of Sub- Clause in FIDIC. Evidence of Insurance Prior to the start of the Works at the site, the Subcontractor shall furnish TIS+ with Certificates of Insurance as documentation that all insurance required herein has been effected. Each insurer must be reasonably acceptable to TIS+, and possess a minimum Best rating of A- VII (or equivalent rating agency in the country) and licensed to conduct business in all countries where this Subcontract shall apply. If requested, Subcontractor shall provide copies of receipts for the payment of the current Page 31 of 38

56 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 premium. It is specifically agreed that the types and amounts of insurance Subcontractor s liability to indemnify, defend, and hold TIS+ harmless. shall not limit Subcontractor shall provide at least Thirty (30) days prior written notice of cancellation or material change in any insurance. INDEMNIFICATION The Subcontractor shall defend, indemnify, and hold harmless, TIS+, and TIS+ s Client (USAID), agents, officers and directors, and employees, from and against any and all claims, liability, losses, cost or expenses, including attorney's fees, arising out of the acts, errors or omissions of the Subcontractor, its agents, officers and directors, employees, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. This indemnification obligation shall not be limited in any way by required, actual, or available insurance coverage. Specifically, in regard to damage to persons and property, the Subcontractor shall indemnify TIS+ and USAID against all losses and claims in respect of: (a) death of or injury to any person, or (b) loss of or damage to any property which may arise out of or in consequence of the execution and completion of the Works and the remedying of any defects therein, and against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect thereof or in relation thereto. Likewise, TIS+ shall defend, indemnify, and hold harmless the Subcontractor and its agents, officers and directors, and employees from and against all claims, liability, losses, cost or expenses, including attorney's fees, arising out of the acts, errors or omissions of TIS+, its agents, officers and directors, employees, subcontractors, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. This indemnification obligation shall not be limited in any way by required, actual, or available insurance coverage. SPECIAL SUBCONTRACT PROVISIONS The following clauses are incorporated from the Prime Task Order and are applicable to this Subcontract: A.1 Authorized Geographic Code USAID has eligibility rules concerning goods and commodities, commodity-related services, and suppliers of goods and services (other than commodity-related services). These rules are set forth in 22 CFR 228 and Series 300 of USAID's Automated Directives System (ADS-300), which, as amended from time to time, are incorporated by reference as a part of this subcontract (see the clause entitled "Source, Origin, and Nationality Requirements" [AIDAR ]). The authorized geographic code for procurement of goods and services under this subcontract is 935. Local procurement is authorized subject to the provisions of AIDAR , Local Procurement (FEB 1997). (a) Restricted Goods Pursuant to the clause of the subcontract entitled "Source, Origin, and Nationality Requirements" (AIDAR ), the Subcontractor shall not purchase (or, for motor vehicles, take a long-term [i.e., six months or longer] lease for) restricted goods. Restricted goods are: (1) agricultural Page 32 of 38

57 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 commodities; (2) motor vehicles; (3) pharmaceuticals and contraceptive items; (4) pesticides; (5) fertilizers; (6) used equipment; and (7) U.S. Government owned excess property. The Subcontractor may not purchase restricted goods without advance written approval of the TIS+ COP, TIS+ Operations Manager, TIS+ Engineer Manager and USAID Contracting Officer. (b) Nationality, Source, and Cargo Preference In order to be eligible for USAID financing all goods and services provided by the Subcontractor under this subcontract shall have their nationality, source, and origin in those countries listed in USAID Geographic Code in effect on the date of acquisition and/or in ("Eligible Countries"). However, the 52 source rule does not apply to goods owned by the Contractor prior to bid opening. Citizens of any country or area, and firms and organizations located in or organized under the laws of any country or area which is not included in USAID. Geographic Code 935 are ineligible for financing by USAID as suppliers of services or commodities or as agents acting in connection with the supply of services or commodities, except that non-u.s. citizens lawfully admitted for permanent residence in the United States are eligible regardless of such citizenship. ** See Attachment 2A in FIDIC and for a list of countries in Geographic Codes 935. A.2 Executive Order on Terrorism Financing (AAPPD 02-04,Mar 2) The Subcontractor/Recipient 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 Subcontractor/recipient to ensure compliance with these Executive Orders and laws. This provision must be included in all subcontracts/sub-awards issued under the Prime Contract. In addition to conducting a background check for any new personnel, Subcontractor agrees to conduct a search for the prospective employees name on the following site: A.3 Foreign Corrupt Practices Act In the performance of its obligations under this Agreement, Subcontractor, its officers, directors, agents and employees shall comply strictly with all applicable laws, regulations and orders including but not limited to the Foreign Corrupt Practices Act of the United States. Subcontractor hereby acknowledges and agrees that certain laws of the United States of America prohibit any person from making any payment of money or anything of value, directly or indirectly, to any government official, political party, or candidate for political office for the purpose of obtaining or retaining business. Subcontractor hereby represents and warrants that, in the performance of its obligations hereunder, it has not made or offered to make, and will not make or offer to make, any such proscribed payment. Any such practice will be grounds for cancelling the award of this contract and for such other additional actions, civil and/or criminal as may be applicable. 53 Page 33 of 38

58 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 A.4 USAID Disability Policy Acquisition (December 4) (a) The objectives of the USAID Disability Policy are (1) to enhance the attainment of United States foreign assistance program goals by promoting the participation and equalization of opportunities of individuals with disabilities in USAID policy, country and sector strategies, activity designs and implementation; (2) to increase awareness of issues of people with disabilities both within USAID programs and in host countries; (3) to engage other U.S. government agencies, host country counterparts, governments, implementing organizations and other donors in fostering a climate of nondiscrimination against people with disabilities; and (4) to support international advocacy for people with disabilities. The full text of the policy paper can be found at the following website: (b) USAID therefore requires that the Subcontractor 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 subcontract. To that end and within the scope of the subcontract, the Subcontractor s actions must demonstrate a comprehensive and consistent approach for including men, women and children with disabilities. A.5 Anti-Trafficking (a) The U.S. Government is opposed to prostitution and related activities, which are inherently harmful and dehumanizing, and contribute to the phenomenon of trafficking in persons. None of the funds made available under this subcontract may be used to promote, support, or advocate the legalization or practice of prostitution. Nothing in the preceding sentence shall be construed to preclude assistance designed to ameliorate the suffering of, or health risks to, victims while they are being trafficked or after they are out of the situation that resulted from such victims being trafficked. (b) TIS+ may terminate this subcontract, without penalty, if the Subcontractor (i) engages in severe forms of trafficking in persons or has procured a commercial sex act during the period of time that the grant, subcontract, or cooperative agreement is in effect, or (ii) uses forced labor in the performance of the grant, subcontract, or cooperative agreement. A.6 Prohibition of Assistance to Drug Traffickers TIS+ reserves the right to terminate this Subcontract, to demand a refund, or take other appropriate measures if the Subcontractor is found to have been convicted of a narcotics offense or to have been engaged in drug trafficking as defined in 22 CFR Part 140 and ADS Page 34 of 38

59 Location Afmadow, Lower Juba, JSS Somalia DATE 22 September 2016 GRANT NO JSS016 PROJECT NAME Construction of Afmadow Women s Market SOMALIA CONDITIONS 1. Consistent with the September 10, 9 memorandum from the Department of State (State) to the Department of Treasury s Office of Foreign Assets Control (OFAC), and with the September 16, 9 memorandum from OFAC to State, both relating to State/USAID Somalia Programs (such memoranda attached hereto at Tab 1), the Company agrees that it and/or its implementing partners (including contractors, grantees, sub-contractors and sub-grantees) will not knowingly and voluntarily make payments or provide any other benefits to al Shabaab, or to entities controlled by al Shabaab, or to individuals acting on behalf of al Shabaab (collectively, excluded parties ). Such prohibited payments or other benefits would include: a) Cash facilitation fees or other similar fees at roadblocks, ports, warehouses, airfields or other transit points to excluded parties; b) Purchases or procurement of goods or services from excluded parties; and c) Payments to al-shabaab as the de facto municipal authority 2. The Company and its implementing partners (including contractors, grantees, sub-contractors and sub-grantees) agree to exercise enhanced due diligence when providing assistance to Somalia under this agreement to avoid the accidental, unintentional or incidental provision of such payments or benefits to excluded parties. 3. In the event that the Company or its implementing partners (including contractors, grantees, subcontractors and sub-grantees) become aware that it made a payment or provided a benefit to excluded parties, the Company shall, in accordance with 22 CFR (f) and within ten days after becoming aware of such payment or provision of benefit, notify the Agreement Officer in writing, with a copy to the AOTR (Agreement Officer's Technical Representative), of such payment or provision of benefit. This notification shall include the following information: a) Factual descriptions of each such event; b) Amount of funds expended or other benefit provided for each event; c) Safeguards and procedures, including management and oversight systems, that were in place to help avoid the occurrence of such event; and d) Explanation of the reasons for each such payment or each such benefit provided, including whether it was made or provided knowingly, voluntarily, accidentally, unintentionally, incidentally, or forced. Page 35 of 38

60 Location Afmadow, Lower Juba, JSS Somalia DATE 22 September 2016 GRANT NO JSS016 PROJECT NAME Construction of Afmadow Women s Market Bills of Quantities Preamble 1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, Conditions of Contract, Technical Specifications, Designs and Drawings. 2. The rates and prices bid in the Bill of Quantities should include all labor, supervision, materials, equipment, erection, maintenance, insurance, taxes, and duties, together with all general risks, liabilities, and obligations set out or implied in the Contract. 3. A rate or price shall be entered against each item in the Bill of Quantities, whether quantities are stated or not. The cost of Items against which the Contractor has failed to enter a rate or price shall be deemed to be covered by other rates and prices entered in the Bill of Quantities. 4. The whole cost of complying with the provisions of the Contract shall be included in the Items provided in the un-priced Bill of Quantities, and where no Items are provided, the cost shall be deemed to be distributed among the rates and prices entered for the related Items of Work. 5. General directions and descriptions of work and materials are not necessarily repeated nor summarized in the Bill of Quantities. References to the relevant sections of the Contract documentation shall be made before entering prices against each item in the Bill of Quantities. 6. The method of measurement of completed work for payment shall be in accordance with CESSM - Collaborative Evaluation of Semantic Similarity. Errors will be corrected by the Employer for any arithmetic errors in computation or summation as follows: Where there is a discrepancy between amounts in figures and in words, the amount in words will govern; and the total amount derived from the multiplication of the unit price and the quantity, the unit rate as quoted will govern, unless in the opinion of the Bid Committee, there is an obviously gross misplacement of the decimal point in the unit price, in which event the total amount as quoted will govern and the unit rate will be corrected.

61 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Bill of Quantities

62 DETAILS OF COMPONENT PROJECT: AFMADOW WOMEN MARKET GRANT NO. JSS 016 NOTICE TO ALL BIDDERS - COMPLETE PROJECT PRICE: 1. All bidders MUST examine the complete project documents. These documents include the Drawings, 2. Quotation given by the contractor on this BOQ are to cover any and all additional materials, labor or 3. Eventual claims for extra works are covered by project general documentation of contract. Currency: Project No: Project Title: Location: Tender No: Tender Title: Original Issue: US Dollars Afmadow Women Market Somalia MARKET HALL - BLOCK A Item Description of Work/Items Prj. Schedules Unit Qntty Rate Ref. General Preliminaries A Pre-construction work, mobilisation activities L.sum 1 B Post construction works and clean up. L.sum 1 General Requirements C EMMP monitoring and reporting L.sum 1 SUB TOTAL FOR GENERAL D SUB STRUCTURES Earthwork schedules Excavation (any soil type) for foundation.this item includes all excavations, disposal and temporary support or shoring if needed. See drawing and schedule for details. CM 794 Amnt USD E Ground improvement under foundations. This includes supplying of filling materials and compacting the layers according to schedule and drawings CM 794 F Soil backfilling on RCC matt foundation up to ground level. This includes supplying of needed materials. See drawings and schedules for levels/dimensions and details. CM 794 G Gravel compaction, Class 2, at any places under the PCC shown inside the building or at sidewalk/ramp. This includes supplying of needed materials. See drawing and project schedules for dimensions and details. CM 162

63 H Extra Quantities from excavated materials of Gravel compaction, Class 2, at any places under the PCC shown inside the building or at sidewalk/ramp. This includes supplying of needed materials. See drawing and project schedules for dimensions and details. CM 108 SUB-TOTAL FORWARDED TO NEXT PAGE Item Description of Work/Items Unit Qntty Rate Amount Concrete Plain concrete class 15/40 OR mix (1:4:8) I 50mm Thick blinding to strip foundations Sm 142 J Ditto but to column bases Sm 146 Anti-termite Treatment SUB-TOTAL BROUGHT FROM PREVIOUS PAGE K L Approved anti-termite chemical treatment to be applied as per specifications Blinding 50mm Thick approved quarry dust blinding to surfaces of hardcore DPM Sm 600 Sm 600 M 1000 gauge polythene damp proof membrane Sm 600 Structure Concrete-General;Non reinforced concrete,reinforced Concreteconcrete Integral Finishes N NOTE: Cost for concrete items in this section includes reinforcement, steel anchorage embedded in concrete(foundations,groundbeams,column bases and beams), shuttering, concrete, concrete curing and all to the complete job. mm thick, RCC concrete,reinforced with A142 wiremesh. (20 Mpa) at the floor over the waterproofing layer. This item includes the stairs steps at the entrances and the ramps. schedules CM 120 O P RCC concrete, 300mm thick, (20 Mpa) at the colum bases; reinforcements as per the drawing (all inclusive) RCC concrete, 300mm thick, (20 Mpa) at the strip foundation, reinforcements as per the drawing (all inclusive) SUBTOTAL FOR SUBSTRUCTURES CM 44 CM 43

64 Q R S RCC Columns, includes all columns (from -1.2 to +5) and supporting columns; reinforcements as per the drawing (all inclusive) RCC (20 Mpa) beams. The items covers all beams- Ring beam 1No. Reinforcements as per the drawing (all inclusive) RCC (20 Mpa) beams. The items covers all beams- Ring beam 1NO.Reinforcements as per the drawing (all inclusive) CM 24 CM 20 CM 20 T RCC (20 Mpa) beams. The items covers all beams- Ring beam 1NO.Reinforcements as per the drawing CM 11 (all inclusive) SUBTOTAL FOR CONCRETE Item Description of Work/Items Unit Qntty Rate Amount SUPERSTRUCTURE - WALLING External Walls Concrete Hollow block walls, bedded, jointed and pointed in cement sand (1:3) mortar: flush vertical and horizontal joints :in U mm Thick walls Sm 620 Internal Walls Concrete Hollow block walls: bedded, jointed and pointed in cement sand (1:3) mortar: flush vertical and horizontal joints :in V mm Thick walls Sm 440 SUBTOTAL FOR WALLING W Roofing Five Box profile 28 guage G.I sheets to engineers approval on timber purlins( m.s). SM 690 X 300mm girth Ridge cap fixed to ends to match sheets Roofing trusses- light timber work Sawn cypress: first grade: clean: pre-treated with wood preservative to engineers approval: including jointing and connections as necessary Allow for hoisting trussess approx 6.0m high from ground level LM 31 Y 150 x 50mm rafters LM 668 Z 150 x 50mm: tie beam LM 530

65 A1 150 x 50mm: king post LM x 50mm: Struts and ties LM x 50mm ridge piece L M 32 D1 150 x 50mm Purlins LM 943 E1 F1 100 x 50 mm Wall plate: fixed to concrete or masonry with approved bolts at 1mm c/c 150x150mm PVC box gutter: fixed to fascia with and including steel flat brackets at 1 mm (maximum) centres: holes for down pipes as necessary: closed ends LM 123 LM 128 SUB-TOTAL FORWARDED TO NEXT PAGE Item Description of Work/Items Unit Qntty Rate Amount SUB-TOTAL BROUGHT FROM PREVIOUS PAGE U.P.V.C Pipes, gutters and fittings to B.S Part 1 (References to Terrain Product Handbook PH. 05) G1 150mm diameter UPVC rain water downpipe: holderbats at 1500 mm (maximum) centres LM 70 H1 Ditto for 800 mm swan neck offset No 14 I1 Ditto for shoe No 14 Wrot cypress: J1 225 x 25 mm Fascia & barge boards Lm 230 Prepare surfaces: and apply undercoat and two finishing coats first grade gloss/varnish paint on wooden/metal surfaces: to K1 Fascia & barge boards: surfaces over but not exceeding 300mm girth Lm 230 L1 General metal surfaces: gutters & downpipes Sm 63 SUBTOTAL FOR ROOFING

66 Doors and Door Hardware,Joinery doors,pvc doors,annealed Glasses schedules NOTE: Prior to work, samples must be approved by the Engineer.Prices to include iron mongery and other accessories. External Doors Standard steel panel door with mild steel plate & 50 x 25mm RHS including fan lights, 100 x 50mm RHS frame, fixing accessories, locks with handles & fixing to concrete Hollow block jambs & concrete head and threshold. M1 0 x 2400mm high No. 8 Prepare surfaces: and apply undercoat and two finishing coats first grade gloss paint as "Crown Paints" or other equal approved: on metal surfaces: to N1 General metal surfaces (both sides) SM 38 W Ventillation blocks Vent blocks bended and jointed with cement sand mortor 1:3 to architects approvals SM 228 SUBTOTAL FOR DOORS Item Description of Work/Items Unit Qntty Rate Amount FINISHES Interior wall finishes Plaster: 9mm first coat of cement/lime/sand (1:2:9): 3mm second coat of cement/lime/sand (1:1:6): steel trowelled: on conccrete hollow block or concrete: to O1 Walls: internally SM 880 Prepare & apply three coats of silk vinyl emulsion paint on plastered concrete hollow block wall surfaces: to P1 Walls: internally SM 880 External Wall finishes

67 Cement and sand (1:4) render: on concrete : steel trowel finished: to Q1 15mm thick:concrete hollow block: externally SM 1240 Prepare surfaces and apply undercoat and two finishing coats first grade emulsion paint on concrete surfaces: to R1 concrete wall: externally Sm 1240 SUBTOTAL FOR WALL FINISHES Floor finishes (Meat,vegetable,fooding and clothing divisions) Cement and sand (1:4) screed: to hacked floors: in S1 32mm thick finished to receive cement sand floor finish SM x 600 x 8mm non-slip ceramic floor tiles as approved, jointed & bedded with c/s mortar (1:3) grouting joints in matching cement: T1 To floors ( Food & Clothing Sections) Sm 288 U1 V1 100 x 8mm skirting to match( Food & Clothing Sections) Rough concrete screed with grooves (Meat and Vegetable section) LM 98 SM 288 SUBTOTAL FOR FINISHES Item Description of Work/Items Unit Qntty Rate Amount Water Services(Site visit to confirm quantities needed.) W1 Service Sewer pipes Item 1 X1 Manholes 750x675mm Item 1 Y1 Underground drains for sewer ITEM 1 Z1 Market stalls Drains open channels with M.S gratings cover ITEM 1

68 A2 Septic tanks and fittings as needed 1 No. ITEM 1 B2 R.C.C Structure Elevated plastic water tank - 0 litres capacity - with all the accessories that come along with it. Construction of the stucture is inclusive as per the drawing ITEM 1 SUBTOTAL WATER SERVICES Electrical Services Lighting points C2 Flourescent lights(market hall) NO 37 D2 Wall mounted security light fixtures(market Walls) No. 16 Switches and Sockets E2 2 Gang 2way switch(market Hall) NO 4 F2 Single power sockets NO 12 Amoured Cabling G2 Lighting set 1.5mm ITEM 1 H2 Lighting set 2.5mm ITEM 1 I2 600xx metallic metre board wall mounted NO. 1 J2 Photocell/timer NO. 1 K2 Conduit for Amoured cabling with its matching accessories ITEM 1 SUBTOTAL ELECTRICAL SERVICES Item Description of Work/Items Unit Qntty Rate Amnt USD SUMMARY OF COMPONENT Currency: Project No: Project Title:

69 Location: Tender No: Tender Title: Original Issue: Summary of MARKET HALL Block A 1 Subtotal for General 2 Subtotal for Sub structure 3 Subtotal for Walling 4 Subtotal for Roofing 5 Subtotal for Doors and Windows 6 Subtotal for Finishes 7 Subtotal for Water Services 8 Subtotal for Electrical Services TOTAL MARKET HALL BLOCK A

70 PROJECT: AFMADOW WOMEN MARKET GRANT NO. JSS 016 NOTICE TO ALL BIDDERS - COMPLETE PROJECT PRICE: 1. All bidders MUST examine the complete project documents. These documents include the 2. Quotation given by the contractor on this BOQ are to cover any and all additional materials, labor 3. Eventual claims for extra works are covered by project general documentation of contract. GARBAGE AREA - BLOCK C - See Accompanying drawings sheet C-01 Item Description of Work/Items Project Schedules Ref. Unit Quantiti es Unit General Description of the Garbage collection building, as per the design drawings Block C The cost bid for the Garbage collection area should be a lumpsum to meet the technical description presented below and as presented in Block B of the design drawings, and include all preparation, construction, finishing components : Amount A Pre-construction work, excavation, compaction, anti termite treatment, concrete works, superstructure, walls - hollow blocks, including plastering and painting, internal and external finishing, timber truss roof with Guage 28 zinc iron sheets, steel door and vents, exactly as per the design drawings and the specifications, descriptions on the design drawings for Block C. lumpsum 2 TOTAL FOR BLOCK B TOTAL FOR the project Name Position Signature Address and Mobile Number

71 PROJECT: AFMADOW WOMEN MARKET GRANT NO. JSS 016 NOTICE TO ALL BIDDERS - COMPLETE PROJECT PRICE: 1. All bidders MUST examine the complete project documents. These documents include the Drawings, 2. Quotation given by the contractor on this BOQ are to cover any and all additional materials, labor or 3. Eventual claims for extra works are covered by project general documentation of contract. WASH ROOMS - BLOCK B - See the drawing ( 2 complete buildings) Project Item Description of Work/Items Schedules Unit Qntty Rate A General Description of the washrooms/ toilets as per the design drawings Block B The cost bid for the two washrooms/ toilets should be a lumpsum to meet the technical description presented below and as presented in Block B of the design drawings, and include all preparation, construction, finishing components : Pre-construction work, mobilisation activities, excavation, compaction, anti termite treatment, concrete works, superstructure, walls - hollow blocks, including plastering and painting, internal and external finishing, timber truss roof with Guage 28 zinc iron sheets, steel doors, windows and vents, plumbing fixtures ( 8 toilets and 4 washbasin), ceramic floor tiles, electrical works, plumbing and drain / sewage works, exactly as per the design drawings, specifications and descriptions on the design drawings for Block B. Total for two washrooms, total 8 stalls. TOTAL FOR BLOCK B Ref. lumpsum 2 Amnt USD TOTAL FOR the project BOQ Value for whole tender in words: Agreed on behalf of Contractor Name Position Signature Address and Mobile Number

72 Location Afmadow, Lower Juba, JSS Somalia GRANT NO DATE 22 September 2016 PROJECT NAME Construction of Afmadow Women s Market JSS016 Architectural Designs and Drawings

73 PROJECT AFMADOW WOMEN MARKET,JUBALAND ARCHITECTURAL DRAWINGS CLIENT JUBALAND STATE OF SAOMALIA MINISTRY OF PUBLIC WORKS IMPLEMENTATION PARTNER TRANSITION INITIATIVES FOR STABILIZATION PLUST TIS+ ARCHITECTS Geconsult Group P.O Box Hotel Building Nairobi,Kenya geconsulteam@gmail.com website : Geconsult Group P.O Box Hotel Building Nairobi,Kenya Tel Mob GSPublisherEngine

74 AFMADOW WOMEN MARKET,JUBALAND AUGUST 2016: DRAWING INDEX GRANT NO. JSS 016 SHEET NO. SHEET CONTENT REVISION NO. S.O-001 PROPOSED SET-OUT PLAN S.P-001 A-001 A-002 A-003 PROPOSED SITE PLAN PROPOSED MARKET FLOOR PLAN PROPOSED MARKET ROOF PLAN ELEVATIONS - WOMEN MARKET 01 A-004 A-005 ELEVATIONS - WOMEN MARKET 02 SECTION - WOMEN MARKET B-001 WASHROOM DRAWINGS C-001 GARBAGE AREA DRAWINGS & DETAILS D.S-001 W.S-001 DOOR SCHEDULES WINDOW SCHEDULES S.T-001 3D-001 3D-002 3D-003 3D-004 3D-005 SEPTIC TANK DETAILS 3DIMENSIONAL 001 3DIMENSIONAL 002 3DIMENSIONAL 003 3DIMENSIONAL 004 3DIMENSIONAL 005 NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 INDEX SHEET W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. INDEX GSPublisherEngine

75 3, 2, 20,000 43,090 3,190 1,100 3,800 2,100 3,000 RAMP UP RAMP UP 3,000 LEGEND A B PROPOSED WOMEN MARKET PROPOSED WASHROOMS C PROPOSED GARBAGE COLLECTION AREA D ELEVATED WATER TANK COMPACTED GRAVEL 5,700 3, C 3, 5,000 31,800 30,000 RAMP UP RAMP UP 6,550 2,000 12, 2,000 6,550 4,150 2,000 7,686 2,000 4,164 20,000 4,150 2,000 7,686 2,000 4,164 RAMP UP A 20,000 PROPOSED SET-OUT PLAN RAMP UP 6,550 2,000 12, 2,000 6,550 RAMP UP RAMP UP 1,100 4,090 3,800 4,090 5,800 30,000 31,800 B 4,090 5,800 1,100 4,090 3,800 B 3,190 1,100 3,800 5,800 5,800 7,600 5,800 1,260 7,600 1,260 D 4,000 3,000 WASHROOMS SEPTIC TANK WASTE WATER SEPTIC TANK NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 SET-OUT PLAN W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. S.O-001 GSPublisherEngine

76 5,000 3, 21,800 20,000 4,150 2,000 7,686 2,000 4,164 RAMP UP RAMP UP 5,800 4, 5,700 3, GARBAGE COLLECTION AREA 3, 5,000 31,800 30,000 12, 2,000 6,550 2,000 6,550 RAMP UP RAMP UP SHOP 01 SHOP 01 ENTRANCE SHOP 02 SHOP 03 ENTRANCE FOODING STUFF SHOPS SHOP 04 MEAT DIVISION SHOP 09 SHOP 08 SHOP 07 SHOP 06 SHOP 05 SHOP 09 SHOP 08 SHOP 07 SHOP 06 SHOP 05 ENTRANCE CLOTHING SHOPS SHOP 04 VEGETABLE PRODUCTS DIVISION SHOP 01 SHOP 01 ENTRANCE SHOP 02 SHOP 03 RAMP UP RAMP UP 6,550 2,000 12, 2,000 6,550 30,000 31,800 4, 5,800 gt gt gt gt 5,800 7,600 4,150 2,000 7,686 2,000 4,164 20,000 21,800 GENTS GENTS WC WC WC WC IC IC IC IC IC ELEVATED WATER TANK WASHROOMS SEPTIC TANK 4,000 WASTE WATER SEPTIC TANK RAMP UP RAMP UP LADIES LADIES WC WC WC WC gt gt gt gt IC 5,800 7,600 PROPOSED SITE PLAN 4, 5,800 NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 SITE PLAN W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. S.P-001 GSPublisherEngine

77 x1700mm plain concrete structural ramp screeded & with grooves 09 X , ,175 3,175 2, 3,175 3,175 3, 3,150 2, 3,150 3, 14,700 3,000 8,300 3,000 4,400 1, , ,000 2, 1,000 1, 1,000 1,000 1,000 1,100 1,000 1,050 2,000 1,050 1,000 1,100 1,000 1,000 1,000 RAMP UP 0x2400mm high steel door 600x1000mm high concrete service worktops with cocrete hollow blocks upstands E x1000mm high wooden service worktops with concrete hollow blocks upstands 05 0x1700mm plain concrete structural ramp screeded & with grooves 04 X-01 RAMP UP 03 0x2400mm high steel door ,700 PROPOSED WOMEN MARKET FLOOR PLANS E 01 A B C D E F G 20,000 3,000 4,100 2,800 2,800 4,100 3, ,700 9,700 RAMP UP RAMP UP 1, 1,000 1,750 2,000 1,550 1,000 1, 1, 1,000 1,550 2,000 1,750 1,000 1, 0x2400mm high steel door concrete structural. ramp sreeded & with grooves 0x2400mm high steel door p.v p.v p.v p.v 0x1000mm plain p.v p.v 1,500 1, 1,500 1,300 1,500 1, 1,500 1,500 1, 1,500 1,300 1,500 1, 1,500 p.v p.v tables tables tables tables tables tables tables tables tables tables tables tables tables tables tables tables tables tables tables tables tables tables tables tables p.v p.v tables tables tables tables tables tables tables tables p.v Rough concrete screed f.f Walling upto Rough concrete screed f.f +300 Ceiling level with +300 R.c beam p.v MEAT DIVISION VEGETABLE PRODUCTS DIVISION 1,500 1, 1,500 1,300 1,500 1, 1,500 1,500 1, 1,500 1,300 1,500 1, 1,500 tables tables tables tables tables tables tables tables 600 tables tables tables tables tables tables tables tables p.v 1,500 1, 1,500 1,300 1,500 1, 1,500 p.v 1,500 1, 1,500 1,300 1,500 1, 1,500 tables tables tables tables tables tables tables tables tables tables tables tables tables tables tables tables p.v p.v , , , , , , worktops worktops 1,600 1,600 worktops worktops worktops worktops p.v SHOP , , 1,191 2,400 2,400 SHOP ,400 p.v Walling upto worktops worktops Ceiling level with R.c SHOP 05 SHOP 03 beam cement screed f.f SHOP SHOP ,600 worktops 1,500 1,500 p.v worktops SHOP 02 worktops worktops 2, SHOP worktops 600x600mm non-slip tiles with worktops grooves f.f SHOP 06 2, x600mm non-slip tiles with grooves f.f SHOP 06 worktops SHOP 02 worktops p.v 1, , SHOP 07 p.v ENTRANCE ENTRANCE FOODING STUFF SHOPS , , ,000 CLOTHING SHOPS p.v worktops 600 2,800 SHOP 01 2,221 2,221 worktops SHOP 01 p.v worktops SHOP 08 3,050 1,850 SHOP 08 2, worktops 600 1,600 2,000 worktops worktops p.v worktops 600 worktops 600 1, worktops 600 2,000 2,000 p.v 3,000 1,800 SHOP 01 SHOP 09 3,000 1,800 SHOP 09 worktops p.v 600 worktops 2,750 ENTRANCE worktops ENTRANCE 2, worktops RAMP UP 0x1000mm plain concrete structural RAMP UP. 0x2400mm high steel door ramp screeded & with grooves p.v p.v p.v p.v 2,000 p.v p.v , ,000 4,100 2,800 2,800 4,100 3,000 2,800 6,700 6,700 2, , 1, ,000 1,550 1,000 1, 1, 1,000 1,550 2, ,000 1, A B C D E F G E 03 MARKET FLOOR PLAN RAMP UP E 02 RAMP UP 1, 1,000 2, 1, , ,000 2, 1,000 1, 1,000 1,000 1,000 1,100 1,000 1,050 2,000 1,050 1,000 1,100 1,000 1,000 1,000 14,700 3,000 8,300 3, ,175 3,175 2, 3,175 3,175 3, 3,150 2, 3,150 3, 30,000 NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 MARKET FLOOR PLAN W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. A-001 GSPublisherEngine

78 A B C D E F G MARKET ROOF PLAN FALL FALL FALL FALL LOWER LEVEL ROOF HIGH LEVEL ROOF HIGH LEVEL ROOF LOWER LEVEL ROOF FALL FALL FALL FALL Deg. Lower level roof with five box profile G.I sheets FALL FALL FALL FALL 18 Deg. Lower level roof with five box profile G.I sheets Deg. Upper Level roof with five box profile G.I sheets Deg. Upper Level roof with five box profile G.I sheets FALL FALL FALL FALL LOWER LEVEL ROOF HIGH LEVEL ROOF HIGH LEVEL ROOF LOWER LEVEL ROOF FALL FALL FALL FALL A B C D E F G NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 MARKET ROOF PLAN W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. A-002 GSPublisherEngine

79 Second storey level 9.80m A B C D E F G 13,650xmm high ventilation blocks 300mm high wall signage to manufacturer's details and specifications Masonry wall plastered and painted to Archs' approval p.v First storey level 5.30m 5,000mm long rain water downspout. 1000x1500mm high steel grill windows to Archs'schedules Masonry wall plastered and painted to Archs' approval 300mm slab level G.L p.v p.v p.v p.v p.v p.v 2,800 3, 2,650 1,650 2,600 2,600 2,650 1,650 3, 2,800 Ventilation blocks 1000x1500mm high steel grill windows to Archs'schedules 0x2400mm high steel door to Archs'schedules G.L 3,000 4,100 2,800 2,800 4,100 3,000 A B C D E F G ELEVATION Second storey level 9.80m 18.0 deg Five box profile roofing First storey level 5.30m 300mm slab level G.L 300 5,000 4, ,700 1, p.v p.v p.v p.v p.v p.v p.v p.v p.v p.v 2,700 1, ,700 1, ,000 29,300x750mm high ventilation blocks 5,000mm long rain water downspout. 1000x1500mm high steel grill windows to Archs'schedules Plain concrete ramp screeded & with grooves 3,175 3,175 2, 3,175 3,175 3, 3,150 2, 3,150 3, ELEVATION 02 NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 ELEVATIONS W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. A-003 GSPublisherEngine

80 D G F E C B A 300mm high wall signage to manufacturer's details and specifications Masonry wall plastered and painted to Archs' approval 13,650xmm high ventilation blocks p.v Ventilation blocks 1000x1500mm high steel grill windows to Archs'schedules 0x2400mm high steel door to Archs'schedules G.L p.v 2,800 p.v 3, 2,650 1,650 p.v 2,600 p.v 2,600 2,650 1,650 p.v 3, p.v 2,800 First storey level 5.30m 5,000mm long rain water downspout. 1000x1500mm high steel grill windows to Archs'schedules Masonry wall plastered and painted to Archs' approval 300mm slab level G.L 3,000 4,100 2,800 2,800 4,100 3,000 G F E D ELEVATION 03 C B A Second storey level 9.80m 18.0 deg Five box profile roofing 29,300xmm high ventilation blocks 5,000mm long rain water downspout. 1000x1500mm high steel mesh windows to Archs'schedules Plain concrete ramp screed & with grooves 300 5,000 p.v 3, ,700 1, p.v 2,950 p.v 2,000 p.v 2, ,700 1, p.v 3,000 p.v 2,975 p.v 2,975 p.v 2,000 p.v 2,975 p.v 2, ,700 1, ,000 1, First storey level 5.30m 300mm slab level G.L 3, 3,150 2, 3,150 3, 3,175 3,175 2, 3,175 3, ELEVATION 04 NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 ELEVATIONS 02 W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. A-004 GSPublisherEngine

81 13,650xmm high ventilation blocks x300mm deep R.C beams to S.E details First storey level 5.30m 5,000mm high rain water downspout. mm thick concrete hollow block walling 300mm slab level G.L mm high service table to Architectural details 300 5, ,400 2,300 A 2,800 B C MEAT SECTION 3, 2,600 D 3,000 4,100 2,800 2,800 4,100 3,000 9,540 2,600 CE 2,650 1, ,840 F VEGETABLE SECTION 3, 1,500 1, 1,500 1, 1,500 1, 1,500 1,500 1, 1,500 1, 1,500 1, 1,500 1,000 9,700 d.p.c d.p.c d.p.c d.p.c d.p.c d.p.c 1000mm high service table to Architectural details 4,700 3,300 1,400 2, , ,400 G 300 ROOF SPECIFICATION - pitch 18.0 deg Five box profile roofing - 100x50mm rafters at 600mm c/c 50x50mm - 100x50mm ties and struts - 100x75mm wall plate -12mm raw bolts cast into beams at 1mm c/c - ridge tiles in coloured mortar match - mm thick fascia and barge board and gutter to S.E's detail - all timber to be cured and painted with motor oil x300mm deep R.C beams to S.E details 29,000x800mm high Ventilation blocks 2,400 2,300 5, x400mm deep R.C beams to S.E details Ventiliation blocks x250mm deep R.C beams to S.E details 0x2400mm high steel door to Archs'schedules Plain concrete ramp screeded & with grooves G.L FOUNDATION SPECIFICATION - 150mm thick slab laid on app.dpm and blinding - b.r.c mesh - 600xmm deep R.C strip fnd to S.E's details - depth to be determined on site. - hardcore fill consolidated at 450mm level A B C D SECTION X-X CE F G NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 SECTIONS W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. A-005 GSPublisherEngine

82 A B E 04 C Plain concrete WC 300x300mm p.v ramp cer. tiles f.f p.v +300 WC p.v E , ,400 1,400 1,400 1,400 2,600 1,300 2, ,300 1,100 3,800 1, ,400 2, 1,100 1, 2, WC Plain concrete 300x300mm p.v ramp cer. tiles f.f WC p.v 300x300mm p.v X A LOBBY LOBBY B 300x300mm cer. tiles f.f cer. tiles f.f 100 C , 1, 1, 1, ,400 1,400 1,400 1, ,100 1, , 2, ,400 2, 1,100 3,800 E 02 5,800 E 03 X A mm dia. stack vent pipe A B B C C 150mm dia. stack vent pipe 12.0 deg Roof with five box profile 28 guage G.I sheets With mm thick fascia boards 1st storey level 3.45m 150mm dia. pvc stack vent pipe Approved sanitary fitings-wash hand basin 300 3,150 C B A ,800 WC 3,150 3,150 2, 1,400 SECTION X-X WASHROOMS FLOOR PLAN WASHROOMS ROOF PLAN WASHROOMS SECTION X-X Slab level 0.30m d.p.c d.p.c Wall plastered and painted to Approval 300x R.C lintel beam to S.E details x600mm high aluminium windows mm thick concrete hollow blocks walling FOUNDATION SPECIFICATION - 150mm thick slab laid on app.dpm and blinding - b.r.c mesh - 600xmm deep R.C strip fnd to S.E's details - depth to be determined on site. - hardcore fill consolidated at 450mm level st storey level 3.45m x2100mm high wooden flush door to Archs' schedules Slab level 0.30m G.L 375 1,400 1,400 1,400 1, , ,800 ELEVATION deg. roofing with five box profile roof 28 guage x600mm high aluminium windows masonry wall plastered & painted to Archs' approval G.L Plain concrete ramp 1st storey level 3.45m 3.45m 600x700mm high opening Slab level 0.30m G.L 0.30m A B 1,350 1,400 2, C 1st storey level 3.45m Slab level 0.30m G.L p.v p.v p.v p.v 300 1, , ,400 1,400 1,400 1, mm dia. dia. pvc pvc stack ent pipe vent pipe ey level G.L el G.L C B A ELEVATION 01 ELEVATION 02 ELEVATION 03 ELEVATION 04 2, ,085 1,400 1, ,085 G.L NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 WASHROOM DETAILS W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. B-001 GSPublisherEngine

83 A 100 3, 100 3,000 2, E , 3, , PROPOSED GARBAGE ROOF PLAN p.v A E 03 GARBAGE COLLECTION AREA cement screed f.f 3, B Ramp up 1,000 1, 1, , , A E 01 B 3, GARBAGE AREA FLOOR PLAN A GARBAGE AREA ROOF PLAN PROPOSED GARBAGE ROOF PLAN B B 3,700 3, x600mm high aluminium windows 1st storey level 3.45m E 02 1st storey level 3.45m Slab level 0.30m 300x R.C lintel beam to S.E details 1st storey level 3.45m 1X2400mm high steel door Slab level 0.30m G.L Slab level 0.30m 02 G.L G.L B 3, d.p.c 01 SECTION 02 X-X 3,000 ELEVATION 03 p.v 3, p.v 3,700 1, d.p.c SECTION X-X 1st storey level 3.45m 3.45m G.L A Slab level 0.30m deg deg Roof Roof with with five five box box profile profile G.I G.I sheets sheets G.L G.L 1st 1st storey level level 3.45m 2X1500mm high high window opening with with 25mm steel steel grills grills mm c/c c/c Slab Slab level level 0.30m deg Roof with five box profile 28 guage G.I sheets -mm thick fascia boards -all timber to be cured & painted with motor oil 300x R.C lintel beam to S.E details mm thick masonry walling G.L FOUNDATION SPECIFICATION - 150mm thick slab laid on app.dpm and blinding - b.r.c mesh - 600xmm deep R.C strip fnd to S.E's details - depth to be determined on site. - hardcore fill consolidated at 450mm level B 0.30m 500 G.L A 3, 3, ELEVATION 01 ELEVATION 02 p.v ELEVATION 04 A B 500 G.L G.L F.L F.L , E ,500 1,300 1,300 1, E -2 E -2 A E -1 MARKET TYPICAL TABLES 600 1,000 Section A-A 100 F.L 1,500 1,100 ELEVATION A E -2 75mm thick concrete worktop 400mm high Hollow block wall upstand Hollow block wall upstand 1,000 ELEVATION F.L ,000 75mm thick concrete worktop Hollow block wall upstand 75mm thick concrete worktop 75mm thick concrete worktop Hollow block wall upstand NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 GARBAGE CUBICLE DETAILS W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. C GSPublisherEngine

84 TYPE Market Door Washroom doors Garbage area door DOOR SCHEDULES QUANTITY SIZE MATERIAL FINISH IRONMONGERY WIDTH HEIGHT HINGES LOCKS HANDLES 08 2,000 2,400 Metallic- steel Painted to Specs' 06 2,400 MDF Painted to Specs' 01 1, 2,400 Metallic- steel Painted to Specs' 2,000 1,000 1,000 4 SS heavy duty butt hinges as per UNION specs 3 SS butt hinges as per UNION specs 4 SS heavy duty butt hinges as per UNION specs 1, lever lock system as per UNION specs 4 lever metal casement system as per UNION specs 5 lever lock system as per UNION specs 19mm Tubular SS handle as per UNION specs Tubular SS handle as per UNION specs 19mm Tubular SS handle as per UNION specs 2,400 2,400 2,400 Market Door Garbage area Door Washroom Doors NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 DOOR SCHEDULES W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. D.S-001 GSPublisherEngine

85 5, ,700 1,650 2,975 2,700 1,650 2,700 1,650 2,000 2,700 1,650 6, ,000 1, ,860 5,000 1, , G.L G.L G.L G.L No.14 PLAIN CONCRETE TYPICAL WALL VENTILATION BLOCKS No , , ,000 No ,500 1,500 2, , , , , , , , PLAIN CONCRETE TOP LEVEL TYPICAL VENTILATION BLOCKS NO. 10 2, G.L G.L STEEL GRILL TYPICAL WINDOW No.24 G.L G.L STEEL GRILL TYPICAL WINDOW WASHROOM FRONT WINDOW N0. 02 G.L G.L G.L STEEL GRILL TYPICAL WINDOW WASHROOM REAR WINDOW N ,500 1,500 G.L WINDOW OPENING GARBAGE AREA WINDOW N0. 01 NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 WINDOW SCHEDULES W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. W.S-001 GSPublisherEngine

86 12mm dia. m.s bars at 150mm c/c bothways NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 SEPTIC TANK DETAILS W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. S.T-001 GSPublisherEngine

87 ,175 3,175 2, 3,175 3,175 3, 3,150 2, 3,150 3, 6,150 2,000 6,150 11,500 3,000 A B C D E F G 3,000 4,100 2,800 2,800 4,100 3,000 9,700 9, X X X X X X X X X300 mm thick slab with A142 BRC mesh on both top and bottom 600X300 mm thick slab with A142 BRC mesh on both top and bottom 600X X X X300 mm thick slab with A142 BRC mesh on both top and bottom mm thick slab with A142 BRC mesh on both top and bottom 600X X X300 mm thick slab with A142 BRC mesh on both top and bottom mm thick slab with A142 BRC mesh on both top and bottom 600X X X X X X X X X X X X X X X X X300 mm thick slab with A142 BRC mesh on both top and bottom 600X300 mm thick slab with A142 BRC mesh on both top and bottom 600X X X X X X X X X X X X X X X X300 mm thick slab with A142 BRC mesh on both top and bottom mm thick slab with A142 BRC mesh on both top and bottom 600X X X X X X X300 9,700 9,700 3,000 4,100 2,800 2,800 4,100 3,000 A B C D E F G 6,150 2,000 6,150 3,000 8,300 3,000 3,175 3,175 2, 3,175 3,175 3, 3,150 2, 3,150 3, PROPOSED FOUNDATION LAYOUT NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 FOUNDATION LAYOUT W.D HASSAN ABDISAMAD STRUCTURAL DRAWINGS SHEET REVISION N 0. A GSPublisherEngine

88 ROOF LEVEL 300 5, SECTION d.p.c 50MM THK MURRUM BLINDING. 500g POLYTHENE SHEET. A142 B.R.C. WIRE MESH MASS CONCRETE CLASS 20/20 d.p.c d.p.c 50MM THK MURRUM BLINDING. 500g POLYTHENE SHEET. A142 B.R.C. WIRE MESH MASS CONCRETE CLASS 20/ , 1,500 22Y Y X COLUMN 1,500 GROUND FLOOR Y Y mm Thick Blinding (1:4:8 Mix) 1, WELL COMPACTED HARDCORE TO STRUCTURAL ENGINEER'S APPROVAL Y T1 Y8-02- Y T1 Y Y EXTERNAL STRIP FOOTING) 50mm Thick Blinding(1:4:8 Mix) 2Y Y , Y T1 Y8-02- Y T1 Y INTERNAL STRIP FOOTING) 2Y12-02 Y WELL COMPACTED HARDCORE TO STRUCTURAL ENGINEER'S APPROVAL 50mm Thick Blinding(1:4:8 Mix) 1, Y12-05-B2 8Y Y Y16-03 Y Y Y Y X1500X300 BASE GROUND BEAM RING BEAMS COLUMNS,TYPICAL BEAMS DETAILS, FOUNDATION FOOTING DETAILS NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 FOOTING DETAILS W.D HASSAN ABDISAMAD STRUCTURAL DRAWINGS SHEET REVISION N 0. A GSPublisherEngine

89 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, WALL PLATE BELOW WALL PLATE BELOW WALL PLATE BELOW WALL PLATE BELOW WALL PLATE BELOW WALL PLATE BELOW RIDGE TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 TRUSS x50 WALL PLATE BELOW WALL PLATE BELOW WALL PLATE BELOW WALL PLATE BELOW WALL PLATE BELOW WALL PLATE BELOW 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, 1, PROPOSED ROOF STRUCTURAL LAYOUT NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 ROOF LAYOUT W.D HASSAN ABDISAMAD STRUCTURAL DRAWINGS SHEET REVISION N 0. A GSPublisherEngine

90 1,655 1,667 1,644 1,655 1,655 3,264 1,655 1,655 1,655 1,655 1,655 1, , ,500 1,500 1,500 1,500 1,500 1,500 1,500 1, , , 13,600 3, TRUSS 1mm C/C 1, x50 150x50 75x50 100x50 150x50 75x50 BOTTOM TIE JOINT CENTRE 150x50mm Under-Purlin 150x50 75x50 75x50 RAFTER JOINT NOTES: 150X50mm EXTERNAL TIMBER MEMBERS 100X50mm INTERNAL TIMBER MEMBERS ROOF PITCH 25 DEG 2Y12-01 Y x50 2x100x25 Nailing plates 150x25 Nailing Plate 100x50 Wall Plate 150x50 150x50 2Y12-03 TYPICAL 450X ROOF BEAM APPEX JOINT 12mm Diam. x300mm Long Anchor Bolt at 1mm x300mm deep R.C. Beam 450 ROOF DETAILS NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 ROOF DETAILS W.D HASSAN ABDISAMAD STRUCTURAL DRAWINGS SHEET REVISION N 0. A GSPublisherEngine

91 WC PARKING Floor Le el 1,300 M. IN ERT LE EL DETAIL FOR WC CONNECTION TO DRAIN 1.8 WALK-WAYS GARBAGE COLLECTION AREA 1.2 WALK-WAYS 2,300 SHOP 01 SHOP 01 ENTRANCE DRAIN CHANNEL SHOP 09 SHOP 08 SHOP 09 SHOP 08 ENTRANCE DRAIN CHANNEL SHOP 01 SHOP 01 LADIES GENTS FT WC WC WC WC 100 Ro ing E e ELEVATED WATER TANK ENTRANCE FOODING STUFF SHOPS SHOP 07 SHOP 07 CLOTHING SHOPS ENTRANCE 100 NDERGRO ND SHOP 02 SHOP 06 SHOP 06 SHOP 02 MANHOLE PARKING 1.8 WALK-WAYS 3,290 SHOP 03 SHOP RAIN C ANNEL SHOP IN FLOOR SLAB SHOP 05 SHOP RAIN C ANNEL SHOP IN FLOOR SLAB 100 N ERGRO N 1.5 WALK-WAYS 100 NDERGRO ND 100 NDERGRO ND MANHOLE ,000 L WASHROOMS SEPTIC TANK 100 NDERGRO ND SOAK PIT RAMP UP MEAT DIVISION 00 RAIN C ANNELS VEGETABLE PRODUCTS DIVISION RAMP UP 150 NDERGRO ND AN OLE NDERGRO ND 100 NDERGRO ND MANHOLE ,000 L WASTE WATER SEPTIC TANK 100 NDERGRO ND SOAK PIT 00 RAIN C ANNELS LADIES WC 100 Ro ing E e FT WC GT 1.8 WALK-WAYS PROPOSED DRAINAGE LA OUT GENTS FT WC WC NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 DRAINAGE LAYOUT W.D HASSAN ABDISAMAD MECHANICAL DRAWINGS SHEET REVISION N GSPublisherEngine

92 1.8 WALK-WAYS 15 GARBAGE COLLECTION AREA 1.2 WALK-WAYS 2,300 SHOP 01 SHOP 01 ENTRANCE SHOP 09 SHOP 08 SHOP 09 SHOP 08 ENTRANCE SHOP 01 SHOP W er T s 20 Belo Groun LADIES GENTS WC 40 WC 15 FT 40 WC WC GT Ro ing E e Flo B ll l e ELEVATED WATER TANK 40 G e l e ENTRANCE FOODING STUFF SHOPS SHOP 07 SHOP 07 CLOTHING SHOPS ENTRANCE SHOP 02 SHOP 06 SHOP 06 SHOP W er T PARKING SHOP 03 SHOP 05 SHOP 05 SHOP WALK-WAYS 3,290 SHOP 04 SHOP 04 MEAT DIVISION VEGETABLE PRODUCTS DIVISION 1.5 WALK-WAYS 1 W T 32 Belo Groun RAMP UP RAMP UP 25 Fro Belo Groun LADIES WC WALK-WAYS PROPOSED PLUMBING LA OUT GENTS 40 WC 15 WC 40 WC In Sl b 100 In Sl b Ro ing E e NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 LU ING LAYOUT W.D HASSAN ABDISAMAD MECHANICAL DRAWINGS SHEET REVISION N 0. 0 GSPublisherEngine

93 600XX METALLIC METRE BOARD MOUNTED TO THE WALL. PHOTO CELL / TIMER MOUNTED ABOVE THE METRE BOARD FOR SECURITY LIGHTING. 20,000 9,800 30,000 14,700 3,000 MEAT SECTION 8,301 FOODING STUFF SECTION 3,199 6,800 2,800 20,000 9,600 VEGETABLE SECTION CLOTHING SECTION 2,600 7,000 14,700 3,000 30,000 PROPOSED WOMEN MARKET - POWER LAYOUT 8,301 3,199 NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 MARKET POWER LAYOUT W.D HASSAN ABDISAMAD ELECTRICAL DRAWINGS SHEET REVISION N GSPublisherEngine

94 600XX METALLIC METRE BOARD MOUNTED TO THE WALL. PHOTO CELL / TIMER MOUNTED ABOVE THE METRE BOARD FOR SECURITY LIGHTING. 20,000 9,800 30,000 14,700 3,000 MEAT SECTION 8,301 FOODING STUFF SECTION 3,199 6,800 2,800 20,000 9,600 VEGETABLE SECTION CLOTHING SECTION 2,600 7,000 14,700 3,000 30,000 PROPOSED WOMEN MARKET - LIGHTING LAYOUT 8,301 3,199 NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 MARKET LIGHTING POINTS W.D HASSAN ABDISAMAD ELECTRICAL DRAWINGS SHEET REVISION N GSPublisherEngine

95 A B C LEGEND CONSUMER BOARD 10 WAY 01 SECURITY LIGHT POINT 2 GANG 2WAY SWITCH PROPOSED WASHROOM ELCTRICAL LAYOUT NOTES 1 GANG 1WAY SWITCH SINGLE LIGHT NOT EXCEEDING 60 WATTS SINGLE POWER SOCKET LIGHTING SET 1.5MM LIGHTING SET 2.5MM POWER SET 2 FT FLOURESCENT -The consumer board shall be fitted inside the meter board -All light parts shall be fitted at a height of ICSO F.F.F -All power points to be fitted at a height of 450 F.F.F -The earth cet shall be done in regard to iee regulations regarding earth cet -The meter board shall be mounted on the interior wall as shown -Condiuting (pvc) system of wiring shall be use NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST 2016 WASHROOM LIGHTING POINTS W.D HASSAN ABDISAMAD ELECTRICAL DRAWINGS SHEET REVISION N GSPublisherEngine

96 VIEW 001 NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST DIMENSIONAL 01 W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. 3D-001 GSPublisherEngine

97 VIEW 002 NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST DIMENSIONAL 02 W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. 3D-002 GSPublisherEngine

98 VIEW 003 NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST DIMENSIONAL 03 W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. 3D-003 GSPublisherEngine

99 VIEW 004 NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST DIMENSIONAL 04 W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. 3D-004 GSPublisherEngine

100 VIEW INTERIOR VIEWS NOTES - All dimensions are in mm unless stated Any discrepancies in the drawings should be reported to the consultants before the contractor commences work on site. * All drawings and concepts remain the property of TIS+ / client / USAID PROJECT: - AFMADOW WOMEN MARKET, AFMADOW, JUBALAND CLIENT Jubaland State of Somalia Ministry of Public Works IMPLEMENTATION PARTENR Transition Initiatives for Stabilization Plus TIS+ ARCHITECTS Geconsult Group geconsulteam@gmail.com P.O Box website : hotel building Tel Nairobi,Kenya Mob Scale Date Drawing title: Drawn By: Designed By: AS SHOWN AUGUST DIMENSIONAL 05 W.D HASSAN ABDISAMAD ARCHITECTURAL DRAWINGS SHEET REVISION N 0. 3D-005 GSPublisherEngine

REQUEST FOR QUOTATIONS (RFQ)

REQUEST FOR QUOTATIONS (RFQ) REQUEST FOR QUOTATIONS (RFQ) Transition Initiatives for Stabilization Plus (TIS+) Provision of Support for Engineering Technical Supervision and Capacity Building for Baardhere Orientation Center (JSS021)

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

Preparation of Bidding Document. Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan

Preparation of Bidding Document. Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan Preparation of Bidding Document Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan Mandatory Documents to be Submitted to get Eligibility in Bid Opening

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) ANGUILLA ELECTRICITY COMPANY LIMITED (ANGLEC) REQUEST FOR PROPOSAL (RFP) AUGUST 2017 CONSULTANCY SERVICES FOR THE DEVELOPMENT OF AN OCCUPATIONAL HEALTH AND SAFETY PROGRAM CONTENTS Page SECTION 1 : Invitation

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS AT ELELEA SUBCOUNTY HOSPITAL IN ELELEA WARD, TURKANA COUNTY BILLS OF QUANTITIES Tender No... County

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF DATE: 05/03/2018 REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF Recruitment and staff administration services in Gulf Cooperation

More information

ANNEX III - BID FORMS

ANNEX III - BID FORMS ANNEX III - BID FORMS The forms below must be completed and returned with your Bid: III (A): III (B): III (C): III (D): III (E): III (F): III (G) Bid Submission Form Bill of Quantity (BoQ) (financial bid,

More information

POLICY ON UNISA PUBLIC TENDERS Overview

POLICY ON UNISA PUBLIC TENDERS Overview POLICY ON UNISA PUBLIC TENDERS Overview Preamble UNISA invites suppliers to tender for the supply of goods and services where the proposed contract amount is R500 000 or more (amount annually updated for

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II MACHAKOS UNIVERSITY COLLEGE ISO 9001:2008 Certified (A Constituent College of Kenyatta University TENDER DOCUMENT FOR THE PROPOSED CONSTRUCTION AND COMPLETION OF BUILDING AND CIVIL ENGINEERING WORKSHOPS

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR TO TENDERERS MINISTRY OF WATER AND IRRIGATION STATE DEPARTMENT OF WATER UPPER TANA NATURAL RESOURCES MANAGEMENT PROJECT (UTaNRMP) P.O. Box 996-60100 Embu; Tel 068 22 31376; Email: info@utanrmp.or.ke utanrmp@gmail.com

More information

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax , University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel. 0112914476, Fax. 0112911393, e-mail : supplies@kln.ac.lk 08/12/2015 Web Domains/UKSJ/15/12/20154 The Manager, Invitation of Quotations for Web

More information

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD. NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH

More information

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB 1.1 BACKGROUND 1. The original funding provided by the Government to operate

More information

Invitation to Tender. Development Legal Services. August 2015

Invitation to Tender. Development Legal Services. August 2015 Development Legal Services August Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 5 1.5. Copyright...

More information

institutions and Public Sector Undertakings for similar works.

institutions and Public Sector Undertakings for similar works. Limited Cuffe Parade, Mumbai 400 005 Ph: (022) 6655 3355; Fax: (022) 2218 0411 Notice inviting tender for Architects / Consultants for Electrical, HVAC and Allied Works at IDBI Office building at CBD Belapur,

More information

Tender Document - Request for Quotation

Tender Document - Request for Quotation Tender Document - Request for Quotation Subject of the Tender: Tender Number: Quantity: Fabrication and Supply of Solar Drying Units JOBS/ GIZ-001 350 Kits Tender Announcement date: April 3 rd, 2014 Tender

More information

DIRECTORATE OF EXAMINATIONS ADMINISTRATION AND CERTIFICATION INVITATION TO TENDER FOR

DIRECTORATE OF EXAMINATIONS ADMINISTRATION AND CERTIFICATION INVITATION TO TENDER FOR DIRECTORATE OF EXAMINATIONS ADMINISTRATION AND CERTIFICATION INVITATION TO TENDER FOR THE PROVISION OF SECURITY PRINTING AND PACKAGING SERVICES FOR THE PRIMARY SCHOOL LEAVING EXAMINATIONS (PSLE), JUNIOR

More information

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO. REPUBLIC OF KENYA MINISTRY OF LAND, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF LAND PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO.

More information

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX 78-90300 MAKUENI TENDER NO. GMC/T/24/2017/2018 & 2018/2019 PROVISION OF FOR THE FINANCIAL YEAR 2017/2018 & 2018/2019 TENDER DOCUMENT

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

Invitation to Tender. External Audit Services. July 2015

Invitation to Tender. External Audit Services. July 2015 External Audit Services July Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 4 1.5. Copyright...

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

PART I INSTRUCTIONS TO PERSON TENDERING

PART I INSTRUCTIONS TO PERSON TENDERING PART I INSTRUCTIONS TO PERSON TENDERING 1. The objective of instruction to persons tendering, in so far it may affect the execution of the contract, shall be deemed to form part of the General conditions

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

United Nations Development Programme (UNDP) FOR THE

United Nations Development Programme (UNDP) FOR THE United Nations Development Programme (UNDP) CALL FOR EXPRESSIONS OF INTEREST AND PREQUALIFICATION FOR THE CONSTRUCTION AND REHABILITATION OF IRRIGATION SYSTEMS IN LEBANON UNDP Lebanon invites interested

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 800 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: ASIA2017BRM03o Open

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1. Item rate tenders are invited from eligible contractors registered/enlisted with Central Government Departments/State Government Departments/

More information

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) TENDER DOCUMENT FOR CONSTRUCTION OF BIOSAFETY LEVEL II LABORATORY (BSL II) (PUBLIC HEALTH LABORATORY) AT MOI TEACHING REFERRAL

More information

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya Tender Document For the Supply and delivery of Mobile Digital X - Ray Machines ITT No.: GF ATM TB NFM - 17/18 OIT -

More information

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI) MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.)-462003 EXPRESSION OF INTEREST (EOI) Notice Inviting Expression of Interest (EOI) for hiring the services of consultants

More information

DIRECTORATE-GENERAL FOR COMMUNICATION DIRECTORATE FOR MEDIA CONDITIONS FOR SUBMITTING A TENDER INVITATION TO TENDER NEGOCIATED PROCEDURE

DIRECTORATE-GENERAL FOR COMMUNICATION DIRECTORATE FOR MEDIA CONDITIONS FOR SUBMITTING A TENDER INVITATION TO TENDER NEGOCIATED PROCEDURE Directorate General for Communication Directorate for Media The Director DIRECTORATE-GENERAL FOR COMMUNICATION DIRECTORATE FOR MEDIA CONDITIONS FOR SUBMITTING A TENDER INVITATION TO TENDER NEGOCIATED PROCEDURE

More information

STATE BANK INSTITUTE OF RURAL DEVELOPMENT LIMGAMPALLY, HYDERABAD

STATE BANK INSTITUTE OF RURAL DEVELOPMENT LIMGAMPALLY, HYDERABAD STATE BANK INSTITUTE OF RURAL DEVELOPMENT LIMGAMPALLY, HYDERABAD - 500019 Ph NO: 23463304 NOTICE INVITING TENDER NIT NO: 04 /2017-18 STATE BANK INSTITUTE OF RURAL DEVELOPMENT (SBIRD) invites sealed tenders

More information

COUNTY GOVERNMENT OF NYERI

COUNTY GOVERNMENT OF NYERI COUNTY GOVERNMENT OF NYERI WHEN REPLYING PLEASE QUOTE OUR REFERENCE NO AND DATE. ALL CORRESPONDENCES TO BE ADDRESSED TO THE COUNTY SECRETARY OR THE CHIEF OFFICERS OF DEPARTMENTS P.o. Box 1112-10100 NYERI

More information

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ]

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ] 1 Request for Quotation (RFQ) for Conducting audit of Online Campaign for Indian Plantations for IBEF Request for Quotation [RFQ] 20th Floor, Jawahar Vyapar Bhawan Tolstoy Marg New Delhi 110001 2 PART

More information

Tender specifications for advertising Satellite image analyses for agricultural control 2018

Tender specifications for advertising Satellite image analyses for agricultural control 2018 Tender specifications for advertising of Satellite image analyses for agricultural control 2018 1 February 2018 1 1.1 Introduction... 3 1.2 The contracting authority... 3 1.3 Description of the project...

More information

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD TENDER No. NCC/T/RPW&T/205/2017- Chief officer Roads, Public works and Transport

More information

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF)

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF) Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF) Request for Quotation [RFQ] April 2015 India Brand Equity Foundation, Apparel House,

More information

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) IOM Nigeria FRAMEWORK AGREEMENT FOR SUPPLY OF DIESEL FOR ONE (1) YEAR ITB NO: NG10-014 Prepared by DORCAS SHAIBU 11 January, 2018 IOM Nigeria No.11

More information

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO. Request for Proposals (RFP) Information Technology Independent Verification and Validation ADDENDUM NO. 2 Questions and Answers RFP Amendments September 2015 Contained herein are the responses to the questions

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information

TERMS OF REFERENCE RFP NO.: SALGA/32/2016

TERMS OF REFERENCE RFP NO.: SALGA/32/2016 TERMS OF REFERENCE RFP NO.: SALGA/32/2016 SOUTH AFRICAN LOCAL GOVERNMENT ASSOCIATION (SALGA) HEREBY REQUEST FOR PROPOSALS FOR THE PROGRAMME DESIGN: EMPLOYEE WELLNESS PROGRAMME (EWP) CLOSING DATE: 13 MAY

More information

Expression of Interest

Expression of Interest Expression of Interest For short listing agencies for SAUDI/QATAR/BAHRAIN/KUWAIT Embassy Attestations, MOFA and Visa Stamping UTTAR PRADESH FINANCIAL CORPORATION U.P. State Government Recruiting Agency

More information

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date CUSTOMER NAME Security Awareness Education Request for Proposal Program Content & Hosting Services Date Contents SAE Project Overview... 3 SAE Vendor Qualifications... 3 Project Milestones... 3 CUSTOMER

More information

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/ NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/2016-2017 TENDER FOR SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION AND COMMISIONING OF A STRUCTURED CABLING LOCAL AREA NETWORK, FIBER EXTENSION

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA DEPARTMENT OF ROADS, PUBLIC WORKS & TRANSPORT PROPOSED COSTRUCTION AND COMPLETION OF TYPE DISPENSARIES & ASSOCIATED EXTERNAL WORKS FOR THE MIN. OF HEALTH

More information

Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce

Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce Request for Quotation [RFQ] India Brand Equity Foundation, 20 th Floor, Jawahar Vyapar Bhawan Tolstoy

More information

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS PRE-QUALIFICATION/ REGISTRATION OF SUPPLIERS FOR 2017-2018 CLOSING

More information

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

TENDER DOCUMENT. 7 th Generation Core i7 Branded Laptop. Computer Cell, Research Center, UET, Lahore. Tel:

TENDER DOCUMENT. 7 th Generation Core i7 Branded Laptop. Computer Cell, Research Center, UET, Lahore. Tel: TENDER DOCUMENT 7 th Generation Core i7 Branded Laptop Computer Cell, Research Center, UET, Lahore. Tel: +92-42-99029101 1 REQUEST FOR PROPOSALS TERMS AND CONDITIONS For Procurement of 7 th Generation

More information

DEVELOPMENT OF AN ONLINE HARMONIZED CUSTOMS AND EXCISE TARIFF DATABASE AND REFERENCE TOOL. Tender Number: SACU/014/2018/O

DEVELOPMENT OF AN ONLINE HARMONIZED CUSTOMS AND EXCISE TARIFF DATABASE AND REFERENCE TOOL. Tender Number: SACU/014/2018/O DEVELOPMENT OF AN ONLINE HARMONIZED CUSTOMS AND EXCISE TARIFF DATABASE AND REFERENCE TOOL Tender Number: SACU/014/2018/O Closing Date: 17h00 Namibian time on 05 March 2018 Delivery Address: Attention:

More information

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/ SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/2015-2016 NOTICE DATE: WEDNESDAY 6 TH MAY 2015 CLOSING DATE: WEDNESDAY 20 TH MAY 2015 AT 10:00

More information

Template for ToR for Transaction Advisory Services

Template for ToR for Transaction Advisory Services Template for ToR for Transaction Advisory Services Addendum 1 Prepared by Genesis Analytics 4 December 2013 PPP TRANSACTION ADVISOR TERMS OF REFERENCE Terms of reference for transaction advisor services

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) "Empanelment of HR Consultants for Recruitment Services Issue Date: 21 st June 2017 Last Date for Receipt of Proposal at SBI: 30 th June 2017 State Bank of India Central Recruitment

More information

QUESTIONS AND ANSWERS

QUESTIONS AND ANSWERS QUESTIONS AND ANSWERS REGARDING Invitation to tender MOVE/A3/2013-119 (Contract notice 2013/S 122-208384) concerning "Framework Contract regarding Impact Assessments and Evaluations (ex-ante, intermediate

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

GENERAL TERMS AND CONDITIONS OF SERVICE CONTRACTS OF DRUKARNIA ELLERT SP. Z O.O. (hereinafter: the Printing House) 1 Definitions

GENERAL TERMS AND CONDITIONS OF SERVICE CONTRACTS OF DRUKARNIA ELLERT SP. Z O.O. (hereinafter: the Printing House) 1 Definitions GENERAL TERMS AND CONDITIONS OF SERVICE CONTRACTS (hereinafter: GTC) OF DRUKARNIA ELLERT SP. Z O.O. (hereinafter: the Printing House) 1 Definitions Contract a contract whereby the Customer orders the production

More information

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM THE KENYATTA INTERNATIONAL CONVENTION CENTRE TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM KENYATTA INTERNATIONAL CONVENTION CENTRE KICCBUILDING

More information

Tanahu Hydropower Limited. Invitation for Expression of Interest (EOI) for consultancy services. for

Tanahu Hydropower Limited. Invitation for Expression of Interest (EOI) for consultancy services. for Tanahu Hydropower Limited Invitation for Expression of Interest (EOI) for consultancy services for Route Alignment Survey of Damauli Bharatpur 220 kv transmission line. Date of First Publication 2070-12

More information

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison NAFTA Chapter 10: Government Procurement Chapter Ten: Government Procurement Chapter Fifteen: Government

More information

Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services

Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services 10/12/2015 Dear Sir/Madam, Subject: Request for Quotation (RFQ) for Animation Motion graphics Services

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR COMPENSATION STUDY Proposals Due: November 3, 2016, 4:00 PM 1.0 OBJECTIVE SECTION 1 SUBMITTAL PROCEDURES & DEADLINE The City of Signal Hill is seeking proposals from qualified

More information

Request For Proposal Procedures

Request For Proposal Procedures PROCUREMENT SERVICES OFFICE Request For Proposal Procedures SECTION 1: OVERVIEW 1.1 What is a Request for Proposal (RFP)? A RFP is a method of solicitation used when, it has been determined that giving

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS)

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/PM/OT/016/2016-2017 TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) CLOSING DATE AND TIME: 17th October, 2016 at 2.00Pm Geothermal Development

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

Commonwealth of Virginia

Commonwealth of Virginia Commonwealth of Virginia Alternative Project Delivery Division April 2017 Virginia Department of Transportation TABLE OF CONTENTS INTRODUCTION... 2 1.0 DEFINITIONS... 3 2.0 PRELIMINARY PROJECT SELECTION...

More information

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY MERU UNIVERSITY OF SCIENCE & TECHNOLOGY P.O BOX 972-60200 Meru-Kenya Tel: 020-2092048, 020-2069349, 061-23092, 064-30320 Cell Phone: +254712524293, +254 725330827, +254 78151411, +254 725330826,+254 752839270,+254

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 800 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: ASIA2018LO2o Open Date:

More information

Call for tender for translation services for the Translation Centre Frequently asked questions (FAQs) FL/LEG17

Call for tender for translation services for the Translation Centre Frequently asked questions (FAQs) FL/LEG17 Call for tender for translation services for the Translation Centre Frequently asked questions (FAQs) FL/LEG17 Question no. 1: Could you send us the relevant documents for call for tenders FL/LEG17? Answer

More information

School Risk Assessment

School Risk Assessment RSU #14 WINDHAM RAYMOND SCHOOLS AND YARMOUTH SCHOOLS School Risk Assessment RFP # 12-06 Bill Hansen and Judy Paolucci 12/2/2011 RSU #14 Windham Raymond Schools and the Yarmouth School Department are requesting

More information

Lesotho Highlands Development Authority P.O.Box 7332, Maseru 100, Lesotho. Telephone: Fax: REQUEST FOR PROPOSALS

Lesotho Highlands Development Authority P.O.Box 7332, Maseru 100, Lesotho. Telephone: Fax: REQUEST FOR PROPOSALS Lesotho Highlands Development Authority P.O.Box 7332, Maseru 100, Lesotho. Telephone: 311280 Fax: 22310632 REQUEST FOR PROPOSALS TENDER FOR THE DESIGN, PRINTING, SUPPLY AND DELIVERY OF DIARIES AND CALENDARS

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

Tender 1 (3 Sisters) : Brecon, Conway, & Ludlow Towers. Tender 2 : Dunton, Lenham, & Romney Towers

Tender 1 (3 Sisters) : Brecon, Conway, & Ludlow Towers. Tender 2 : Dunton, Lenham, & Romney Towers 20 th July 2017 Dear Sir / Madam, Tender 1 (3 Sisters) : Brecon, Conway, & Ludlow Towers. Tender 2 : Dunton, Lenham, & Romney Towers Contract Title: Replacement of existing concrete refuse chute to : (see

More information

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL)

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNCITRAL Model Law on Procurement of Goods, Construction and Services with Guide to Enactment CONTENTS PREAMBLE CHAPTER I. GENERAL PROVISIONS

More information

ETHICS AND ANTI-CORRUPTION COMMISSION

ETHICS AND ANTI-CORRUPTION COMMISSION ETHICS AND ANTI-CORRUPTION COMMISSION TENDER DOCUMENT FOR PROPOSED OFFICE PARTITIONING AND REFURBISHMENT TO ETHICS AND ANTI- CORRUPTION COMMISSION OFFICES ON 1ST FLOOR, CENTRAL SQUARE BUILDING, KISUMU

More information

TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE OF THE CORE NETWORK FOR CENTRAL BANK OF KENYA (REF. NO.

TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE OF THE CORE NETWORK FOR CENTRAL BANK OF KENYA (REF. NO. BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 2232 Fax 31060/30192 TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program

More information

REQUEST FOR PROPOSALS. Gail Wilson,

REQUEST FOR PROPOSALS. Gail Wilson, International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 REQUEST FOR PROPOSALS Procurement Number: WDN2016Global01o Open Date: August 10, 2016 Questions Deadline:

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

Invitation for Bid (IFB)

Invitation for Bid (IFB) Invitation for Bid (IFB) Procurement of Laptop The Centre for Peace and Development Initiatives (CPDI) is an independent, non-partisan and a not-for-profit civil society organization working on issues

More information

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055 REQUEST FOR QUOTATION INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Quotation to supply: SIMULTANIOUS INTERPRETATION SYSTEM IRAQ RFQ/11/055 May 26, 2011 Page 2 of 11 Table of Contents

More information

TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING (ERP) SUPPORT AND MAINTENANCE

TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING (ERP) SUPPORT AND MAINTENANCE KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-0000-NAIROBI Tel: +54 00 614896; email: info@kentrade.go.ke TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING

More information

Procurement of Services

Procurement of Services AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA African Union Standard Bidding Documents Procurement of Services Provision of Outside Catering Service within African Union Commission Compound Procurement

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter referred to as a Tender] are requested from persons, companies, close

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No:

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No: REPUBLIC OF KENYA RIFT VALLEY WATER SERVICES BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No: RVWSB/MLM-TAT/EQ /2017-2018 TENDER DOCUMENT EMPLOYER PROJECT MANAGER RIFT VALLEY

More information

Interested bidders Swedish Committee for Afghanistan, Kabul Management Office

Interested bidders Swedish Committee for Afghanistan, Kabul Management Office Date: 03 December 2017 To: From: Interested bidders Swedish Committee for Afghanistan, Kabul Management Office No of Pages: Eighteen (18), including four (4) Sections (1-4) Subject: RFQ ref: M&E 2018-1

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Proudly South African External Audit Services ISSUED BY: Proudly South African DATE: 25 January 2017 1. INTRODUCTION Proudly South African, South Africa s national buy local campaign,

More information

Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF)

Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF) Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF) Request for Quotation [RFQ] India Brand Equity Foundation, Apparel House, 5th Floor, # 519-22, Sector 44, Gurgaon

More information