INVITATION TO TENDER:
Construction for a communal Berkad in Magaalo Qallooc, Borama District, Somaliland
03.06.2025
Tender Reference: SOM1085/2025/028
Tender Procedure: National Open Tender
Madam, Sir,
Welthungerhilfe is one of the largest private aid organizations in Germany and has no political nor religious affiliations. It was established in 1962 as the German chapter of the Freedom from Hunger campaign, which was led by the UN Food and Agriculture Organization (FAO) and is one of the first global initiatives in the fight against hunger. From rapid disaster relief to reconstruction and long-term development cooperation projects with local partners, Welthungerhilfe provides assistance from a single source. Since its foundation, WHH has provided 2.25 billion EUR of funding for more than 6,600 projects in 70 countries. Welthungerhilfe has been active in Somaliland since 2001 (Currently operates Awdal, Waqooyi-Galbeed, Togdheer and Sool Regions) and has expanded into South/Central Somalia through the cooperation with local implementing partners. Whilst Welthungerhilfe’s’ strategic focus is on building resilience and strengthening local humanitarian leadership, our 2023-2024 activities seek to respond to the present drought crisis through humanitarian relief. Welthungerhilfe has active projects in Mudug, Galagudd, Gedo and plans to expand its intervention in Bay and Hiran regions. The core areas of work in South central Somalia include: Humanitarian emergency assistance, Food Security, Resilience programs-agriculture, WASH and infrastructure restoration and rehabilitation.
The project will aim to provide clean and safe drinking water to rural communities and their livestock in the Awdal region. The project will construct one water source in Magaalo Qallooc, Borama District, Somaliland as well as establish, train, and support a Water Management Committee (WMC) to serve as community service providers. WMC will be trained and supported to execute their responsibilities, including bookkeeping and financial management, tariff collection, resource conflict resolution, and development and monitoring of sustainability plans. Additionally, the project will conduct nutrition, hygiene, and sanitation behavior change campaigns.

Interested bidders must be registered, and a holder of a valid business registration license and tax clearance certificate.
Must be in possession of a qualified technical team able to perform the desired work perfectly and to the required technical standards.
The technical team (Project Manager/ Site Agent/ Civil Engineer, Foreman/Site Supervisor/ Plumber) must meet specific qualification and/or expertise as outlined in the ToR.
The bidder must be in possession of the necessary equipment/machines/ plants and tools to perform the task.
The bidder must produce a valid bank statement for the last six (6) months, financial report or a recently certified audit report.
WHH holds the right to make slight changes to the technical specifications and quantities provided.
Upon award and contracting of a bidder, all the works – all lots – must be completed within agreed timelines to be proposed by the bidder.The following technical specifications need to be adhered to:

The design
The Bill of Quantities (BoQ)- Annex 1
The Terms of Reference (ToR)
Anti-Terrorism Policy
The tender, all correspondence and documents related to the tender exchanged by the bidder and the Contracting Authority must be written in the language of the procedure, which is English Language
If the bidder notices contradictions or errors in the bid document or specifications that are unclear, the bidder must clarify the issue by making queries before the set deadline for submission of inquiries/questions. The principle hereby agrees to clarify all queries to all interested bidders upon request.
Bidders may alter or withdraw their tenders by written notification prior to the deadline for submission of the bid document. No bid may be altered after this deadline. Withdrawals must be unconditional and will end all participation in the tender procedure. Any such notification of alteration or withdrawal must be prepared and submitted in writing before the deadline. The outer envelope must be marked ‘Alteration’ or ‘Withdrawal’ as appropriate. No bid may be withdrawn in the interval between the deadline for submission and bid opening of bids and the expiry of the tender validity period. Any correction of information must be clear and is to be confirmed by signature, specifying the date.
Bids submitted by interested bidders will be checked for any arithmetical errors in computation and summation. Errors will be corrected by the evaluation committee as follows:
Where there is a discrepancy between amounts in figures and in words, the amount in words will be the considered amounts.
Where there is a discrepancy between a unit price and the total amount derived from the multiplication of the unit price and the quantity, the unit price as quoted will be the price considered.
Amounts corrected in this way will be binding on the bidder. If the bidder does not accept them, its bid will be rejected.
The execution of works must be per the technical specifications of this tender document and must respect the norms and standards valid in the Somaliland as set by the MoWRD
WHH will assign a representative to follow up and supervise continuously the works. The remarks of WHH must be considered.
Every modification of the contractual works or the time schedule must be confirmed in writing, in the form of contract annexes, amendments or modifications. Verbal arrangements are not valid unless accompanied by writing as indicated in the “Conditions of contract” of Annex 1 of this document,
The contractual time schedule must be followed. Occasional rain, bad weather, holidays etc. must be considered when the Contractor sets up his time schedule.
The Contractor will respect the rules of security on site. He will be fully liable in case of accidents, damages etc. to his staff, workers and/or thirds parties. At night, the site must be protected as well.
hereinafter recognised as the “The Tender & The Contract.”
The work information inclusive of the description of the works, drawings, specifications, constraints on how the contractor provides the works, requirements for the programme, services, other important precisions and the site information are provided by the Employer in the pages 6-9 of Annex 1 of this document, hereinafter Recognized as the “The Tender & The Contract.”
The foreseen exact locations in the field will be shown to the decided Contractor by a representative of WHH after the awarding of the contract.
The competitor’s financial offers must be submitted in the provided format of the Annex 1 of this document, hereinafter recognized as the “The Tender & The Contract”, entitled the “The Contractor’s Offer” (pages 4-5) inclusive of the following information:
All supplies required for the installation works should be quoted.
Transportation charges for staff, equipment, accommodation, food, health and medical insurance, security etc.
All staff costs such as salaries, allowances, medical treatment, insurance etc
Any store or storage related charges
The price quoted should be inclusive of all taxes, duties, clearance and other cost in accordance with the law of Somaliland. Payment of all taxes according to the law of Somaliland is the sole responsibility of the contractor.)
The estimated duration of the contract proposed by WHH shall be a maximum of three months (90 calendar days. Should a potential competitor come to a different duration as per its estimation, this should be indicated in the offer.
All offered prices in the said price offer must be indicated in the USDs currency ONLY. Quotations stated in other currencies will not be considered during the awarding process.
Welthungerhilfe (WHH), Somaliland Office
Address: Hargeisa, Masale area Behind Ambassador Hotel Close to Djibouti Consulate.
Note: all required documents must be uploaded in the systems (E-tender portal)
The following documents must be submitted through the E-tender portal before tender closing date:
Financial offer : Complete BOQ with clear calculations which signed and stamped is required.
Detailed work plan/implementation plan
List of all tools and equipment as requested: List down all relevant equipment’s that you will use for delivering this works and indicate the ownership of the asset or if they are under lease agreement.
List of adequate key staff and their CVs (particularly the Engineer (project manager, site supervisor and hydrologist (water specialist). If you are applying more than one lot, the bidder must have the respective engineer or staff to be able to concurrently complete the works within the given timeline.
Valid Tax Clearance certificate
Valid Registration licence / Permit
The company profile, and all the business/company and all relevant documents issued by the government including body of commerce and Ministry of Commerce.
List of references ( at least three) from past clients (With valid email addresses, mobile numbers, etc. )
Past experience: Based on Letters of recommendation or contracts of similar works within the last five years Company’s bank statement records for the last 6-months with a balance of 20% of the respective contract.
WHH Supplier declaration form (annex 2) duly filled and signed.
Payment Conditions
Payment Conditions
The payment conditions are fully explained and are supposed to be implemented as stipulated in the “Conditions of Contract”.
Otherwise, where not in confrontation or contradiction to the said “Conditions of Contract”, about it, the stipulated contract is subject to the involvement of the “Welthungerhilfe Terms and Conditions for International Procurement of Goods, Works and Services”.
For more information, the said document can be found at the following web link: http://www.welthungerhilfe.de/fileadmin/user_upload/Ueber_uns/Tender/Terms_and_Conditions_International_Procurement.pdf https://www.welthungerhilfe.de/en/tenders.html
Welthungerhilfe will prioritize the quotations as follows:
Tenderers that shall not provide the requested quotation including exportation prices duly signed and stamped with the other documentation as listed in section 14 of the tender document as requested will be automatically excluded from this competition.
Experience is a key factor in the evaluation process; therefore, companies are advised to document past work experience properly for verification.
The following ranking criteria will be considered for the contract granting:
Essential Criteria: The Company must have all mandatory documents as stated in section 14 including a valid registration certificate. These criteria will be scored as Failed and Passed. The bidders who fail will not be evaluated against Technical and Financial criteria.
Technical Criteria: 60% (technical aspects: including past experience, recommendations, updated profile, work plan, technical staff, equipment’s, financial statements, references will be assessed e)
Financial criteria: 40% price ( x/y*40% where x is the least price offered, and y is the respective price of the contractor)
The evaluation of the competence, capability, and work experience will be conditioned with the performance documented in the technical offer and recommendation from references
Then, the financial offer and technical part will be added together to obtain, and the highest bidder will be awarded the contract as per the evaluation criteria.
NB: Refer to the ToR for detailed information on the evaluation criteria
The Contractor shall, together with the return of the countersigned Contract, furnish the Contracting Authority with a guarantee for the full and proper execution of the contract. The amount of the contract that will be discussed with the successful contractor will be captured in the contact if enforceable.
If a performance bond or bank guarantee is specifically required by the terms of the Contract, then such bond or guarantee, in the amount specified in the Contract, shall be issued by Contractor through a primary bank of Contractor's choice which must be a first-class international accepted bank and must cooperate with Commerzbank (www.commerzbank.com) in Germany. The bond or guarantee will be issued on forms either furnished by or acceptable to WHH. Failure to deliver an acceptable bond or guarantee within two weeks from the date of Contractor's acceptance of the Purchase Order, unless otherwise specified in the Contract, shall be deemed a "default" by Contractor and the provisions of Article 17 of the “Welthungerhilfe Terms and Conditions for International Procurement of Goods, Works, and Services” will apply.
The granted contract for the construction/engineering works is supposed to involve the application of the “Conditions of Contract” of Annex 1 of this document, hereinafter recognized as the “The Tender & The Contract.”
Otherwise, where not in confrontation or contradiction to the said “Conditions of Contract”, about it, the stipulated contract is subject to involvement of the “Welthungerhilfe Terms and Conditions for International Procurement of Goods, Works and Services”.
For more information, the said document can be found at the following web link: http://www.welthungerhilfe.de/fileadmin/user_upload/Ueber_uns/Tender/Terms_and_Conditions_International_Procurement.pdf https://www.welthungerhilfe.de/en/tenders.html
The offer must be valid for 90 calendar days at a minimum.
Quotations must specify all details according to the tender text. Competitors who do not receive written feedback two weeks after the deadline for the bid submission will have to consider their bid unsuccessful.
Application Procedure: Please kindly submit your tender application documents in a sealed envelope (hardcopies) to WHH Hargeisa Office, Hargeisa, Masale area Behind Ambassador Hotel Close to Djibouti Consulate, not later than 18.06.2025 at 3:00pm.
Late submission will not be allowed.
In case of any questions, go to the question section in the system and seek clarification from there.
NB: This tender invitation is valid without signature!
Annexes:
Invitation to tender (in this document)
BOQs for Berkads
Designs/picture drawings for the Berkads
ToRs for Berkads
WHH supplier declaration form
Code of conduct