Skip to main content

Tender Notice for the Construction of One Drying Shed and Toilets for Mushishito Marshland Farmers’ Cooperatives in Nyamagabe

DUHAMIC-ADRI

DUH aranira AM ajyambere y' Icyaro is a local non-profit organization based in Kigali, the capital of Rwanda, Kicukiro District, Niboyi Sector.

 

Sector
Other
Rate this employer
Average: 3.6 (93 votes)

TENDER NOTICE FOR THE CONSTRUCTION OF ONE DRYING SHED AND TOILETS FOR MUSHISHITO MARSHLAND FARMERS’ COOPERATIVES IN NYAMAGABE

TENDER SUMMARY

Tender Title

CONSTRUCTION OF ONE DRYING SHEDS AND TOILETS FOR MUSHISHITO MARSHLAND FARMERS’ COOPERATIVES.

 TENDER INITIATION DATE

February 28, 2025

SUBMISSION DEADLINE

March 13, 2025, 11:00AM

PUBLIC OPENING DATE

March 13, 2025, 11:30AM

  SUBMISSION AND OPENING LOCATION

DUHAMIC-ADRI HEAD OFFICE, KICUKIRO-NIBOYE

INQUIRY CONTACT EMAIL

E-mail  procurement@duhamic.org.rw

Context and background

 Brief description of Climate-Smart Agriculture Project

Since July 2024, DUHAMIC-ADRI has partnered with the United Nations High Commissioner for Refugees (UNHCR) through a signed Partnership Framework Agreement (PFA) to implement Phase II of the Climate-Smart Agriculture and Market Development for Enhancing Livelihoods of Refugees and their Host Communities in Rwanda.

The Climate-Smart Agriculture initiative aims to improve food security and self-reliance for 2,036 beneficiaries (732 refugee and 1,304 host community households, including 1,091 women and 945 men). By 2026, this project will benefit over 7,851 family members through climate-smart agricultural practices and a market development approach.

Specifically, the partnership focuses on contributing to achieving the following outcomes of the project: Outcome 1: Increased Agricultural Productivity and Outcome 2: Increased Household Income.

Rationale

Agricultural production in Mushishito marshlands faces challenges due to limited infrastructure for post-harvest management, leading to significant crop losses. Climate variability further exacerbates these issues, making traditional sun-drying techniques insufficient during rainy seasons. The construction of drying sheds will provide Mushishito farmers with protected spaces to dry their produce, thereby improving crop quality, reducing post-harvest losses, and aligning Climate-Smart Agriculture practices aimed at sustainability and resilience.

The drying sheds will support both marshland cooperatives by enabling efficient drying and safe storage conditions, essential for maintaining quality and marketability. Additionally, by incorporating climate-smart technologies, this project promotes adaptation to climate impacts, ensuring long-term benefits for the marshland communities.

Objective

Main Objective:

To improve post-harvest management and reduce crop losses through the construction of climate-resilient drying sheds for Mushishito marshland cooperatives.

Specific Objectives:

  • Provide secure, weather-resistant drying facilities to reduce crop loss and improve quality.
  • Enhance the cooperative’s capacity to manage and sustain post-harvest infrastructure.
  • Promote climate-smart practices by introducing covered, ventilated drying structures that protect crops from unpredictable weather patterns.
  • Project Activities

Site setting out and Preparation

  • Set and select suitable locations/ positions within identified plot land to be used for the construction of drying shed.
  • Clear and level the land to ensure stable foundation for each drying shed.

 Construction of Drying Sheds

  • Procure materials that ensure durability and sustainability (e.g., galvanized steel, treated wood).
  • Engage project stakeholder for shed construction while ensuring quality control.

Training and Capacity Building

  • Conduct training sessions for cooperative members on maintenance, optimal usage, and safety of drying sheds.
  • Train cooperative leaders on record-keeping and cost management for future repair or expansion needs.

Monitoring and Evaluation

  • Conduct regular monitoring to track the construction progress and ensure adherence to technical specifications.
  • Implement post-construction evaluations to assess the drying sheds’ impact on crop preservation and cooperatives’ operational efficiency.

Project location

This drying shed will be constructed at KARUMBI Village, UWINDEKEZI Cell, KIBIRIZI Sector of Nyamagabe District, in the Southern Province of Rwanda.

Expected Outcomes

  1. Reduced Post-Harvest Losses:Protected drying facilities will minimize crop spoilage, especially during adverse weather, leading to increased income for farmers.
  2. Improved Crop Quality and Marketability:Crops dried in controlled environments will have better quality, ensuring better prices in the market.
  3. Enhanced Cooperative Capacity:The training sessions will empower cooperatives with skills for maintaining and managing post-harvest infrastructure.
  4. Sustainable Climate Adaptation:Adoption of climate-smart infrastructure will reduce farmers’ vulnerability to climate variability.

General Specifications and performance Requirements

General considerations

On the technical view point and before any execution, the Contractor in charge of the implementation of the works in the present project should have full knowledge of all the specific parts of the work specified in the whole of document that form in all a homogeneous and complete work. This implies that all works and supplies must be completed in a perfect manner.

In a way, to avoid other contention the contractor shall inform the client representative or in a separate note to his/her Bid, all mistakes, omissions or contradictions in the document during studies. In case of omissions in the description of certain particular works, the contractor shall in all cases execute all necessary works to the perfect completion.

Work site sign board

At the entry of the site, the contractor shall install, in the 10 days following the date of the opening of the work site, project identifying sign. Its exact location is determined after agreement between the Client and beneficiaries on the issue.

This work includes manufacturing and installing sign boards on adequate foundations.  

The measurements of the sign board shall be 1.20 m x 2.40 m and supports shall be in metal hollow sections with buttresses well fixed in the soil. The text, (nonrestrictive) shall be painted in black or in dark brown on a white background and shall read notably:

Logo of project implementing agencies and stakeholders: To be specified during contract

Negotiation.

 During Works execution

The contractor shall sign out all expenses, materials and other equipment or plans and diagrams that he judges necessary for the perfect execution of the works. These documents shall be submitted to the Engineer for approval who replies in 5 days following the receipt of the requests.

All details of supplies leading to the performance of principle plans must be submitted inevitably for approval by the engineer before the beginning of works execution, he shall always make sure that he gives his reactions in 8 days’ time. The contractor shall not ask for any prolongation or compensation in terms of time for any modification he will have been asked to do.  The contractor must always present to the client for testing and approval any material or equipment before they are put to use.

Security

The Contractor must always know the working environment and should adhere to the existing laws, should always adhere to the conditions of the security and police. The contractor shall always be liable for any losses caused by the fire and shall always be responsible for the entire security of the site.

 Water

The contractor shall be responsible for all the water consumption at the site during construction. The water used for construction and preparation of construction materials shall respected the acceptable standards for construction in Rwanda.

Access to the Site  

The utilization of the existing routes by trucks and by other equipment’s should not cause any nuisances to the environment (dust, noise, ruts etc.). All deterioration of the surface caused to the adjacent works shall be repaired to the expense of the contractor.

Implantation of work

All the Works and parts of works implantation will be done by the contractor and at his/her expenses. Before commencement of works execution or implantation, the contractor shall begin by a sub – implantation to verify the leveling of the land and inform the client of any possible inaccuracy. The representative of the client should first verify the implantation before works execution commences. A statement to the implantation shall be pronounced and given to the contractor. Before all beginning of works, the enterprise must be precise in the presence of the engineer, the pegging defining the time of works on the basis of data provided by the engineer: benchmark, origin of each intervention zone. He will be responsible for all accidents and should always endeavor to prevent them.

 Utilization of materials

Materials to be used should be in conformity with the norms and laws in Rwanda and should conform to the present tender document. The conditions stipulated here shall always be considered as the required minimum required for the implementation of the works.

Environment Protection

The contractor must respect the norms and prescriptions in relation to environmental protection. On this note he is supposed to remove all garbage and unused materials out of the site and deposit far away in conformity with environmental regimes.

Consistence of unit prices

The contractor should be well versed with the conditions that would influence the execution of the works especially:

  • The nature and the quality of soils and grounds,
  • The conditions of transport and access to the site,
  • The water and rain regimes in the region,
  • The conditions of accessing water to the site,
  • Any other particular conditions relative to the present site.

The non-skilled labor to be employed and local builders shall be the residents in the sector where the works are being implemented

The unit prices of the present tender covers all the contractors expenses, without any exceptions, in order to achieve the total completion of the foreseen works, this includes, the profit as well as other rights, taxes, general expenses, and  all expenses done in Rwanda as a result of this work , mainly  ,:

  • All expenses (wages, social security funds, holidays, lodgings, transport etc), of supplies, renting, depreciation of equipment and upkeep of the material,
  • All expenses for the edible matters bought in Rwanda or abroad, materials for site implantation and quarries
  • All insurances of any nature, access to quarries, repair of roads, laboratory expenses, storage of materials. Prices also include expenses of site debarking and any other cost that is not to be incurred by the client.

Involvement of the local community in execution works

During the construction Work, the contractor will have to work closely with the local community of the place. To ensure the sustainability of the infrastructure, the contractor will have to involve the community, particularly the   farmers committee members in the execution works as the manpower.

Implementation Timeline

The Construction of each drying shed and toilet is expected to take not more than 60 calendar days up signing the contract.

Tender requirement

Offer

Offer shall be prepared in English. Offer shall comprise the following two sets of documents:

Technical offer:

Technical offer should be concisely presented and structured in the following order to include, but not necessarily be limited to, the following information:

Company’s profile and qualifications

Description of your company with the following documents: Company profile, registration certificate and last audit reports:

  1. Year foundation, address, telephone, email, bank details
  2. If multi location company, specify headquarters location.
  3. A brief description of the company’s experience

Any information that will facilitate our evaluation of your company’s substantive reliability,

financial and managerial capacity to provide the services.

Proposed personnel to carry out the assignment

The composition of the dedicated team you propose, their qualifications

and experience: degrees and curriculum Vitae of core staff/Engineers.

Understanding the requirements for the project, proposed approach, solutions, methodology and outputs: Any comments or suggestions on the BoQ, drawings, as well as your detailed description of the way your company would respond to the project:

  • A description of your organization’s experience in construction
  • A description of your organization’s capacity to execute the tasks

Financial offer:

Separate Financial Offer must contain an overall offer in a single currency, Rwanda francs (RWF). The financial offer must cover all goods and services to be provided (price “all inclusive”). The Financial Offer is to be submitted as per the Financial Offer Form (Annex). Bids that have a different price structure may not be accepted.

The cost of preparing a bid and of negotiating a contract, including any related travel, is not reimbursable nor can it be included as a direct cost of the assignment. Any activity undertaken or expenses incurred in preparation of a contract before an actual contract is signed shall be borne by the Bidder. An advance notice or information about the award is not to be considered as a contract.

DUHAMIC-ADRI will not provide any advance payments or payments by letter of credit.

The standard payment terms are by bank transfer thirty (30) days after acceptance of contractor’s invoice and delivery of the goods to the and/or acceptance by DUHAMIC-ADRI of the services.

BID EVALUATION

Each proposal from a Bidder will be considered separately and independently. Bidders shall submit a complete proposal for each solicitation in which they wish to participate. References to previous or on-going proposals will not be considered. The award of a previous contract with DUHAMIC-ADRI will not be considered as a preference or guarantee for the award of future solicitations on the same subject.

Technical and Financial evaluation:

For the award of this project, DUHAMIC-ADRI has established evaluation criteria which govern the selection of offers received. Evaluation is made on a technical and financial basis.

The percentage assigned to each component is determined in advance as follows:

The Technical offer will be evaluated using the following criteria and percentage distribution: 70% of the total score.

Technical Evaluation Criteria - see details in Technical Evaluation Form (Annex A)

Percentage (%)

Eligibility (mandatory requirements that a company must meet for evaluation)

Pass/Fail

Company profile (capacity/qualifications)

10

Qualification of the proposed staff, equipment, and reporting structure

15

Experience on similar services

15

Work plan, site management and assessments

15

Technical requirements for works

15

Total:

70%

The Technical offer score will be calculated according to the percentage distribution for the

technical offer

Clarifications of Proposals

To assist in the evaluation and comparison of proposals DUHAMIC-ADRI may at its discretion ask Bidder for clarification about the content of the proposal. The request for clarification and the response shall be in writing and no change in price or substance of the proposal shall be sought up, offered, or accepted.

The Financial offer will use the following percentage distribution: 30% of the total score.

The financial component will be analyzed only for those suppliers that pass the technical evaluation

The maximum number of points will be allotted to the lowest price offer that is opened and

compared among those invited firms. All other price offers will receive points in inverse

proportion to the lowest price, e.g., [total Price Component] x [RWF lowest] \ [RWF other] =

points for another supplier’s Price Component.

Submission of Bid

The offers must bear the official letter head, clearly identifying the company. An interested company with relevant experience and who meet the above criteria should submit their technical proposal and a financial proposal detailing the professional fees, reimbursable, and VAT; by 13th March 2025, at 11:00 AM at DUHAMIC-ADRI Head Office located in Niboye Sector-Kicukiro District.

Submission Requirements:

Bidders are required to submit their offers in one main sealed envelope. This main envelope must contain two separate sealed envelopes:

  • Envelope A: Technical Proposal
  • Envelope B: Financial Proposal
  • After registration of the bidder at DUHAMIC-ADRI reception office, the bidder will be directed to a bid box for bid submission.

Opening Proposals:

Technical Proposal Opening:

  • The technical proposals (Envelope A) will be opened first in a public session on 13thMarch 2025 at DUHAMIC-ADRI OFFICE 11:00 AM.
  • During this session, only the technical proposals will be evaluated based on the criteria outlined in the bidding documents and the financial proposal will remain sealed and returned in the bid box in the front of every participant.

Financial Proposal Opening:

  • Only bidders whose technical proposals meet the required standards and are shortlisted will be invited to the opening of the financial proposals (Envelope B).
  • The financial proposals of the shortlisted bidders will be opened in a separate public session. The date, time, and location of the financial proposal opening will be communicated to the shortlisted bidders.
  • Bidders not shortlisted in the technical evaluation (less than 70% mark)will not have their financial proposals opened, and their financial proposals will be returned unopened.

Confidentiality:

  • All information provided by bidders will be treated as confidential. The procurement process will be conducted in a transparent manner to ensure fairness and competitiveness

Site visit: Mandatory

The mandatory site visit is planned for 6th March 2025 at 10:00 AM at Mushishito marshland Kibirizi sector. In Nyamagabe district. Contact person, Tel:0783158706

The site visits will allow the bidder to have a global picture of the work and explore existing opportunities and limitations which will allow him or her to make reasonable cost proposal based on expected quality of works and limited timeline to complete the work.

All interested bidders must carry out this mandatory field visit. The costs of visiting the site shall be at the bidder’s own expense. If the procuring entity decides to re-advertise the tender, it may not require the second site visit to those who had visited before unless there are reasons for the second site visit.

Qualifications and Experience of the bidder

The bidder should have at least 3 years of general experience in construction works and should have worked the similarly assignment with amount greater or equal to Eighty  millions (80,000,000 Rwf) Rwandan Francs in last five years in the sector of agriculture project such as drying sheds, silos, or barns, with a proven track record of managing construction project from design to completion while ensuring quality control, adherence to timelines, and budget management. A portfolio of completed project and client references should be available to demonstrate their experience and capability.

Composition of the tender offer

Interested bidders will present the offer including:

  1. Application letter addressed to the Executive Secretary of DUHAMIC-ADRI.
  2. Copy of Certificate of Domestic Company Registration from the Rwanda Development Board (RDB)
  3. Copy of tax clearance certificate issued by RRA.
  4. Company description (Maximum three pages).
  5. Commitment letter addressed to the executive Secretary of DUHAMIC-ADRI to respect the given timeline will be respected. The applicant shall commit to starting the work no later than two days after tender notification.
  6. A site visit certificate
  7. Proof of using EBM
  8. Bid guaranty of at least 5% of the proposed bids (bank or insurance). (To be submitted in financial proposal envelope)
  9. Financial capacity proven by credit line equivalent or more than the proposed bids(To be submitted in financial proposal envelope)

The following documents are mandatory, and failure to submit them will result in automatic rejection.

  • Copy of Certificate of Domestic Company Registration from the Rwanda Development Board (RDB)
  • Copy of a valid tax clearance certificate issued by RRA
  • A site visit certificate
  • Proof of using EBM

TECHNICAL EVALUATION WILL CONSIDER THE FOLLOWING CRITERIA  

Eligibility (the minimum requirements that a company must meet for evaluation

  • The bidder must show proof of existence for the last three years by submitting Certificate of Domestic Company Registration from the Rwanda Development Board (RDB)
  • The bidder should show tax compliance by providing a valid tax clearance certificate issued by the RRA.
  • A Site visit certificate

COMPANY PROFILE (CAPACITY/QUALIFICATIONS)

Company Profile: Short description of the Company, details on the objectives, and experience in the construction sector. &nbsp

QUALIFICATION OF THE PROPOSED STAFF, EQUIPEMENT AND REPORTING STRUCTURE

Number and Qualifications of dedicated staff, CV, diplomas,

  • Project leader: with a bachelor’s degree in construction/engineering degree with a minimum of five (5) years of experience as a site engineer and equally conversant with site safety.
  • Site Manager: With at least a bachelor’s degree or A1 in Building construction/Engineering with 5-year experience as a Site Manager and equal Conversant with site safety.
  • Site Foreman: with at least a bachelor’s degree or A2 in Building construction/Engineering with min 2-years of experience as a Foreman and equally conversant with site safety.

 All to have experience in works of similar nature&nbsp&nbsp

Detailed curriculum vitae of the above personnel certified by employee or the bidding

  • company or representative shall be attached. CV certified means duly signed by the contracting company (Curriculum Vitae which are not certified will not be considered for evaluation)

Ownership or lease of major equipment including but not limited to the below listed items.

Proof of ownership e.g. copies of yellow cards, receipts, letters of insurance etc. and/or lease agreements to be provided or a company commitment for inspection at any time:

&nbsp

a) Concrete mixing & placing plant/equipment

b) Vehicle Transport

c) Steel cutting & Bending Tools

d) Power Tools/Equipment

e) Metal formwork capacity

EXPERIENCES ON SIMILAR SERVICES &nbsp

Track Records & Current Projects: Submission of evidence regarding executed, relevant contracts with a minimum value of 80 million Rwf project value signed with companies or organizations and their outcome within the last five (5) years supported by copies of purchase orders/contracts  and supported by certificate of good completion  with their purchase orders / contracts- Attached (at least 5 certificates) preferably for Government, INGOs and UN-Agencies:

WORK PLAN, SITE MANAGEMENT AND ASSESSMENT 

&nbspWork Plan: Level and quality of the proposed WORKPLAN chart prepared with MS Project, MS Excel or similar software (presenting / indicating activities that shall be performed on a weekly basis and broken down with percentage distribution

for all main tasks with their content table to be indicated by the participating companies)&nbsp 

TECHNICAL REQUIREMENTS FOR THE WORKS

&nbsp

  • Availability of Methodology: Provide a well detailed methodological statement

describing how the contractor understands the project scope and how to execute the works following the minimum requirements as below listed:

Construction site preparation

General construction process

  • Substructure works
  • Main Structure frame construction
  • Reinforcement works
  • Concrete works
  • Formwork and scaffolding work
  • Walling
  • Roofing and Installation work.
  • Electrical works

External Works

  • Finishes works
  • Landscaping and drainage
  • Other civil work &nbsp

Payment modalities

The payment will be made in three installments based on the work progress and performance as follows:

  • First installment: 40% of the total contract value to be paid upon completion site installation delivering all materials on-site, and construction of the stable foundation of the drying shed. site.
  • Second installment: 50% of the total contract value after provisional handover, as approved by   DUHAMIC-ADRI’s authorized personnel.
  • Third installment: 5% of the total contract value to be paid 7 calendar days after the final handover, as approved by DUHAMIC-ADRI’ s authorized personnel.
  • The last installment (5%) will be after completion of the 6-month warranty

Note:

  • These payments will be made after the presentation of an electronic generated invoice (EBM) opened by the company name.
  • The payments will be based on the supervision’s reports to ensure that the construction director respects the terms and conditions in the contract to be signed.

Safeguarding and Anti-Corruption clauses

The consultancy firm/ consultant will be responsible to observe and respect the DUHAMIC-ADRI code of conduct, ethical, protection and safeguarding policies and will hire and retreat with dignity, transparency and equity all staff and team members in different levels including business mentors and coaches.

DUHAMIC-ADRI treat all people with dignity and respect and takes a zero tolerance on harassment, harm, sexual-abuse, exploitation, child labor, and human trafficking and any other conduct that is discriminatory or disrespectful to others. DUHAMIC-ADRI don’t tolerate any form of corruption.

During the execution of the contract, the consultancy firm/ consultant and its staff will be bound by DUHAMIC-ADRI Values and approved polices where among them are the following:

  • &nbspDUHAMIC-ADRI Safeguarding and Child Protection policy
  • &nbspDUHAMIC-ADRI Prevention of Sexual Harassment, Exploitation and Abuse at work policy.
  • DUHAMIC-ADRI Gender and non-discrimination policy.

 Moreover, the consultancy firm/ consultant has to ensure the regular payment of its staff to avoid complaints and the negative side effects for DUHAMIC-ADRI image and its partners. DUHAMIC-ADRI will have rights and responsibilities to monitor and crosscheck if the terms and conditions for the consultancy team members are followed and mutually respected.

At any time DUHAMIC-ADRI has the right to check whether your organization complies with the safeguarding and protection procedures and take appropriate action.

Conclusion

The construction of drying shed is essential to advancing Climate-Smart Agriculture practices within Mushishito marshlands. By safeguarding crops from climate-induced losses, the shed will enhance farmers' resilience and income potential, directly contributing to sustainable development goals focused on food security, economic growth, and climate adaptation.

MUHIGIRWA Benjamin
Executive Secretary

BOQ/ FINANCIAL OFFER FORM

CONSTRUCTION OF ONE (1) DRYING SHELTER (25X10M) AND TOILET

LOCATION: KIBIRIZI SECTOR OF NYAMAGABE DISTRICT

BILL OF QUANTITY FOR CONSTRUCTION OF DRYING SHED AND TOILET

A

DESCRIPTION

UNIT

Qty

 Unity Cost

 Total Cost

1

Site clearance and earthworks

ff

1

 

 

2

Temporally site office construction in timber poles and iron sheets

Ls

1

 

 

 Sub Total

 

 

 

 -   

B

DRYING AREA

1

Excavation of footing depth not exceeding 100cm

cum

51.84

 

 

2

Class 25 concrete casting of footing and column bases including blinding concrete

cum

9.792

 

 

3

excavation for ground beam

cum

7.86

 

 

4

Backfilling around footing and column base

cum

38.88

 

 

5

Terminal treatment to sides, bottoms of excavation, and soffits of hard core

sqm

250

 

 

6

Supply and fix well finished RHS columns 60x40x1.5mm and make one metallic ladder, cost includes substructure cross reinforcement tubes welding

pce

184

 

 

7

Backfilling and compaction to prepared surface with murram soil 10cm thick layer including 50cm apron and external drying ground

Sqm

380

 

 

8

Hardcore fill to the treated surfaces of 10cm thick layer including external 50cm apron and exterior drying ground

cum

38

 

 

9

100mm thick concrete interior, 50cm apron in U shape drain and exterior drying ground, concrete class 20

Sqm

380

 

 

10

Roof framework including 50cm overhang: Supply and fix/welding of well finished rectangular hollowed steel (60*40*1.5mm) for 10 metallic roof trusses and crossing lines of metallic purlins with 40*40*1.5mm RHS

Ls

1

 

 

11

Supply and fix of well finished metallic gutter of good quality 15x17cm.

m

54

 

 

12

Supply and fix of 200 x 30mm fascia or verge board

m

32

 

 

13

Provide and fix roof coverings of gauge 28 iron sheets (type autoportant) fixed with J roofing bolts on roof structure coverage. Cost to consider sheets overlap

sm

378

 

 

14

Supply and fix of crossing members in RHS of 25x25x1.5mm for hanging the maize cobs

Lm

1584

 

 

15

Supply and fix of well finished crossing members in RHS of 60x40x1.5mm for columns linkage support

Lm

137.6

 

 

16

Side metallic sheets of gauge 28 iron sheets (type autoportant) fixed with J roofing bolts. Cost includes one double door and one single door fixing in iron sheets and metallic tubes

sqm

290

 

 

17

Supply and fix of 100Watt solar Panel with frame and 300Watt inverter, cost to include all accessories, lifetime subscription, batteries, 6 lightbulbs and switches.

Ls

1

 

 

18

Supply and fix of 6kg fire extinguisher

Pce

2

 

 

Sub Total

 

 

 

 -   

C

External works

1

Supply and installation of Drying mesh 12sqm with all accessories with steel logs of 60x40x1.5mm and cross members of 40x40x1.5mm (Drawing attached)

sqm

12

 

 

2

Supply and installation of 5,000L water tank on quarry stone masonry supporting stand, with 110 PVC pipes and all accessories for rainwater harvesting (ROTO Tanks)

pce

4

 

 

3

Provide cost for digging/concrete covering a 15m deep soak pit connecting to the drainage channel/apron and tank overflow, cost to include construction of masonry drainage connecting channel

Pce

2

 

 

4

Hardcore of 100mm thick around the drying ground, cost to include compaction and preparation

cum

5

 

 

5

100mm thick of concrete in front of drying ground, concrete class 20

sqm

50

 

 

6

Reinforced concrete ground beam 1:2:4 ratio

cum

6.6

 

 

6

Construction of retaining wall of approved stone masonry bonded with mortar 1:3

cum

202.4

 

 

7

Supply and install coping to retaining wall using cement and sand mortar mix in the ratio of 1:3 (cement: sand).

sqm

30.8

 

 

Sub Total

 

 

 

 -   

D

EXTERNAL PIT LATRINE WITH URINALS 4x4m

1

Dig pit of 1 m of diameter and 20m deep each with bricks and mortar finishing on top for 50cm

cum

15.7

 

 

2

Excavation works for toilets foundation depth not exceeding 1m

cum

6.216

 

 

3

Foundation in stones with cement mortar

cum

6.216

 

 

4

50mm thick lean concrete mix for blinding

sqm

8.88

 

 

5

Reinforced concrete 1:2:4 ratio to cover the two (2) excavated pit, (Specifications: 20cm of thickness and 1.2m of diameter with other required latrine finishing works

cum

0.23

 

 

6

20cm thick burnt brick work not exceeding 3 m height

sqm

69.4

 

 

7

Hard core fill of 10cm to the treated surfaces under slab

cum

1.773

 

 

8

Smoothing the floor with mortar and availing urinals facility cost to include 2 taps for toilets from rain harvested water

sqm

17.73

 

 

9

Provide simple wooden door in metallic frame for toilets (Ladies & Gents) (2000*900mm)

no

2

 

 

10

Gutter in metallic sheets

m

5

 

 

11

Supply and fix of metallic fascia board

Lm

12

 

 

12

Supply and install 110 PVC downpipe and drain rainwater to concrete covered 10m soak pit

Ls

1

 

 

13

Roof structure in 60x40x1.5mm Metallic Tubes

pce

12

 

 

14

Provide a roof covering of gauge 28 iron sheets (type autoportant) with translucent sheet

sqm

20.25

 

 

15

Contingencies

Ls

1

 

 

Sub Total

 

 

 

 -   

 TOTAL COST WITH OUT VAT

 

 

 -   

 TOTAL COST WITH VAT

 

 

 -   

Click on the APPLY button to send your application documents:
  • Your application will be sent to the employer immediately (Allowed formats: .doc .pdf .txt .docx)
  • A confirmation email will be sent to you few minutes afterwards
  • You can request any documents archived from our website (ex: a job description, a CV, a cover letter...)