WASH Sector Water Network Works in Al-Hasahisa and Al-Kamlin
The International Organization for Migration, Mission in Sudan hereby invites prospective contractors to submit a proposal in accordance with the General Conditions of Contract and the Schedule of Requirements as set out in the attached Request for Quotation.
If you are interested in submitting a proposal in response to this RFQ, please prepare your proposal in accordance with the requirements and procedure as set out in this RFQ and submit it by the deadline for submission of proposals set out in Section 2: RFQ Instruction Data. Should you require further clarifications, kindly communicate with the contact person/s identified in Section 2 as the focal point for queries on this RFQ.
Please note the following important conditions of this RFQ and ensure that your Proposal is submitted in accordance with these conditions.
Preliminary Evaluation – Required Documents
The Preliminary Evaluation shall include the following:
1. Legal Status & Eligibility
- Certificate of Registration / Business License
- Valid Tax Registration Certificate
- Annex 8: Vendor Information Sheet (for vendors not registered with IOM)
2. Declarations of Conformity
- Annex 2: Quotation Submission Form (Bidder’s Declaration of Conformity), confirming that the bidder is not suspended/debarred, not bankrupt, and not subject to legal actions affecting operations
3. Financial Capacity
- Audited financial statements and/or bank statements for the last three (3) years
- Evidence of minimum annual turnover of USD 1,000,000 (last three years)
Incomplete submissions may be disqualified at the preliminary evaluation stage.
Technical Evaluation – Required Documents
The Technical Proposal shall include the following:
1. Work Schedule & Completion Period
- Annex 4: Construction Schedule Form (or bidder’s equivalent workplan) aligned with IOM’s estimated timeline
2. Technical Compliance & Completeness
- Annex 2: Quotation Submission Form
- Annex 3: Technical and Financial Offer
- Annex 4: Construction Schedule Form
- Annex 5: Company Experience Form
- Annex 6: Equipment Schedule Form
- Annex 7: Project Staff Form
- Annex 8: Vendor Information Sheet
- Annex 11: Draft Construction Agreement (as applicable)
3. Relevant Experience
- Annex 5: Company Experience Form with supporting documents (contracts, POs, completion certificates)
- Minimum three (3) similar projects implemented within the last five (5) years (IOM/UN/INGOs/Government preferred)
4. Technical Capacity & Personnel
- Annex 6: Equipment Schedule Form (machinery, vehicles, mobilization capacity)
- Annex 7: Project Staff Form with CVs and supporting documents (Project Engineer and key technical team)
5. Materials & Technical Specifications
- Detailed technical specifications, catalogues, brand names, country of origin, and quality certificates
- Completed material specification sheets as included in the construction documents
Failure to submit complete required documents may result in disqualification at the technical evaluation stage.
The Proposer is required to prepare the Financial Proposal following the below format and submit it in a separate email with the mandatory subject line: RFQ-SCU-AFDB-2026-002 Financial Proposal as indicated in the Instruction to Proposers. The Financial Proposal should align with the requirements of the Terms of Reference and the Proposer’s Technical Proposal.
Proposer’s shall be allowed to quote prices for one or more lots. However, proposer’s must offer 100% of works specified per lot. Financial Proposal must be signed and stamped by authorized signatory of the Proposer. Proposers should also submit a copy of the Financial Proposal in Excel Format.
We look forward to receiving your proposal.
The tender contains sustainability considerations for the prevention of polluting emissions to air, solid waste to land and discharges to water.
Examples:
EMS, waste management and wastewater management.
| Link | Description | |
|---|---|---|
| https://sudan.iom.int/procurement-opportunities |