| Ministry/Division : |
: |
Ministry of Finance |
| Agency : |
: |
National Board of Revenue |
| Procuring Entity Name : |
: |
Customs Modernization and Infrastructure Development Project (CMID) |
| Procuring Entity Code : |
: |
|
| Procuring Entity District : |
: |
Dhaka |
| Invitation For |
: |
Works |
| Invitation Reference No |
: |
08.01.0000.104.014.066.25-48 |
| Date |
: |
15/01/2026 |
KEY INFORMATION
|
| Procurement Method |
: |
ICT One Stage & Two envelope Tendering Method |
FUNDING INFORMATION
|
| Budget and Source of Funds : |
: |
Development Budget Loan |
| Development Partner |
: |
World Bank |
PARTICULAR INFORMATION
|
| Project/Programme Code |
: |
|
| Project/Programme Name |
: |
|
| Tender Package No |
: |
WD-03 |
| Tender Package Name |
: |
Construction of Customs House, Chattogram (CCH) and relevant structures. |
| Tender Publication Date |
: |
18/01/2026 |
| Tender Last Selling Date |
: |
11/03/2026 |
| Tender Closing Date and Time |
: |
12/03/2026 03:00 PM |
| Tender Opening Date and Time |
: |
12/03/2026 03:30 PM |
| Office Address Information |
|
Selling Tender Document (Principal)
|
Office of the Project Director, Customs Modernization and Infrastructure Development Project (CMID), Probashi Kallyan Bhaban, Level 13, 71-72, Eskaton Garden, Ramna Dhaka-1000. |
|
Receiving Tender Document
|
As above |
|
Opening Tender Document
|
As above |
|
Selling Tender Document (Others)
|
As above |
|
| Place/Date/Time of Tender Meeting (Optional) |
: |
Place : As above Date: 16/02/2026 Time: 02:30 PM |
INFORMATION FOR TENDERER
|
| Eligibility of Tenderer : |
: |
3.1 Financial Capabilities:
(i) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as USD 10M (Ten million USD) for the subject contract(s) net of the Bidder’s other commitments
(ii) The Bidders shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments.
(iii) The audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Employer, for the last 5 (five) years i.e. 2024,2023,2022,2021,2020 years shall be submitted and must demonstrate the current soundness of the Bidder’s financial position and indicate its prospective long-term profitability.
3.2 Average Annual Construction Turnover:
Minimum average annual construction turnover of USD 76M (Seventy-six million USD), or calculated as total certified payments received for contracts in progress and/or completed within over the last best five (5) years in the past ten (10) years (years counting backward from the date of publication of IFB) divided by 5 (five) years.
4.1 (a) General Construction Experience:
Experience under construction contracts in the role of prime contractor, JV member, Subcontractor, or management contractor for at least the last 10 (ten) years, starting 1st January 2026 (years counting backward from the date 1st January 2026).
4.2 (a) Specific Construction & Contract Management Experience:
(i) A minimum number of similar contracts specified below that have been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor or Subcontractor between 1st January 2016 and bid submission deadline:
(i) 01 (one) contract must be at least USD 60M (Sixty million USD);
Or
(ii) Aggregated value of 2 (Two) contracts must be at least USD 90M (Ninety-five million USD).
The similarity of the contracts shall be based on the following:
(a) At least 10 storied green certified Building including 3 level Basement, Lift-generator-substation system installation, and firefighting system installation.
(b) Construction of buildings with using Sustainable material and green features.
Installation of Solar panels, Firefighting systems, Rain water Harvesting etc.
4.2 (b)
For the above and any other contracts [substantially completed and under implementation] as prime contractor, joint venture member, between 1st January 2016 and Application submission deadline, a minimum construction experience in the following key activities successfully completed in any one calendar year:
1. Piling works (boring): 18000 meters.
2. Pile Concrete Works: 11000 cum
3. Share Wall: 3000 cum
4. Retaining Wall: 1000 cum
5. Land development: 14000 cum
4.2 (c) Specific Experience in managing ES aspects:
For the contracts in 4.2 (a) above and/or any other contracts [substantially completed and under implementation] as prime contractor, joint venture member, or Subcontractor between 1st January 2016 and Application submission deadline, experience in managing the following ES risks and impacts and any additional sustainable procurement aspects:
-Minimum requirements for managing ES aspects similar to the following activities under a single contract is USD 73,500 (seventy-three thousand five hundred USD).
ES Activities:
1. Contractor shall have experience in preparing and implementing of CESMP (Contractors Environmental and Social Management Plan).
2. The contractor should have experience in ESMP implementation of any other project.
3. Contractor shall have experience in Occupational Health and Personnel Safety Measures in Physical Works.
All other details as per RFB.
|
| Brief Description of Goods or Works : |
: |
Construction of Custom House Chattogram (CCH) and relevant structures
(Construction of Green-Building Certified Custom House Chattogram, including general & site facilities, land development, earthworks, piling, basement, RCC structure, electrical, mechanical, plumbing, sanitary, fire safety, electro mechanical installations, building finishing works, green features, rain water harvesting, solar panel, electrical sub-station, internal road network & pavement, drainage system, main gate, boundary wall, environmental mitigation and occupational health & safety works as per specification, BOQ and drawings: General Layouts, Green-building certified Customs House: 3B+G+15, Laboratory & ware house: 1B+G+6, Mosque: G+1, Plaza & cafeteria, Guard house, Main gate, Boundary wall , Utilities & landscaping etc.)
|
| Brief Description of Related Services : |
: |
NA |
| Tender Document Price : |
: |
BDT 30,000.00 (Thirty thousand taka) or USD 250 (USD two hundred fifty) - To be deposited in the bank account as per SPN. |
| Tender Lot Information |
| Lot No |
Identification |
Location |
Security Amount |
Completion Time in Weeks/Months |
| Single lot |
WD-03 |
Dhaka |
BDT 135 million (one hundred thirty-five million BDT) or USD 1.10M (one point one zero million USD) |
104 Weeks |
|
PROCURING ENTITY DETAILS
|
| Name of Official Inviting Tender : |
: |
AKM Nurul Huda Azad |
| Designation of Official Inviting Tender : |
: |
Project Director |
| Address of Official Inviting Tender : |
: |
Office of the Project Director, Customs Modernization and Infrastructure Development Project (CMID), Probashi Kallyan Bhaban, Level 13, 71-72, Eskaton Garden, Ramna Dhaka-1000. |
| Contact Details of Official Inviting Tender : |
: |
Phone: +8802 55138691 , Fax: , Email: cmid.nbr@gmail.com |
| The procuring entity reserves the right to accept or reject all tenders |