One million success jobs stories. Start yours today.

Tender Notice for Construction of 55 flood proof emergency latrines (standard) and 10 Disability friendly) latrines with writing PAH and donor visibility logos in IDP camps in Afgoye District - Polish Humanitarian Action (PAH)

Date Posted: Apr 20, 2026
Login to View Salary

Tender Detail


Tender Description

Polska Akcja Humanitarna, hereinafter PAH, known under the English translation Polish Humanitarian 

Action, with its registered office at Al. Solidarnosci 78a, Warsaw, Poland, entered into the National Court Register under KRS No. 136833, with a Country office in Somalia, hereinafter referred to as the Investor, plans to execute a tender for the Construction of 55 flood proof emergency latrines (standard) and 10 Disability friendly) latrines with writing PAH and donor visibility logos in IDP camps in Afgoye District. 

TYPE OF CONTRACT

The aim of this procurement is to put in place a contract for Construction of 55 flood proof emergency latrines (standard) and 10 Disability friendly) latrines with writing PAH and donor visibility logos in IDP camps in Afgoye District. The winning tender(s) will be required to enter into a works Contract with PAH to provide the abovementioned works. 

This procurement is funded by SHF and implemented by PAH. It remains unaffected by any recent suspensions of funds and will proceed as planned. 

This tender also aims to prequalify five suppliers (where applicable) for inclusion in the PAH Supplier Database for future similar procurements and tenders. 

  1. Conditions for Participation in Tender:

 

Only companies that meet the following conditions may participate in this tender: 

  1. Those entitled to carry out business activities, in compliance with the legal rules and regulations of Somalia, and who possess the necessary permissions or licenses required to carry out their business activities. 
    1. Those possessing the experience, knowledge and technical potential, as well as the personnel necessary to deliver the order. 
      1. Those with their office in the territory of Somalia. 
      2. Those whose financial and economic condition guarantee the delivery of the order. 
      3. Partial bids, bids to be executed in a consortium or in a partnership between two or more entities are permitted, under the condition that none of these entities submits a separate bid for the independent execution of part or all of the contract under this announcement. 
      4. Those not subject to exclusion from the tender procedure for the reasons set forth in the attached Tenderer’s Statement – Schedule 8. 
      5. Payment terms will only be accepted through bank transfer. 
      6. The bidder must accept that invoice settlement should be 30 days credit.

     

  2. Formal Criteria of Tender Documents: 
    1. The indispensable documents that must be attached to the Bid Submission Form, in order for it to be considered valid, are: 
      1. Schedule 7 Bid Submission Form. 
      2. Schedule 8 Tenderer’s Statement. 
      3. Schedule 9. Technical Specification/Bill of quantities. 
      4. Work plan 
      5. Registration from FGS to carry out business activities (Chamber of commerce/relevant department/ministry); issued not earlier than 3 months before the expiry date, within which the bid is to be made. 
      6. Tax Clearance Certificate from Southwest is mandatory 
      7. Power of attorney or any other document that grants the power to represent the Company and to assume financial obligations on behalf of the company. 
      8. Schedule 25, at least two references confirming recent experience in performing similar work.

 

All of the above jointly referred as “Tender Documents”.

  1. All blank spaces in the Tender Documents must be filled in by the company submitting the bid. Erasing or omitting is not permitted. 
    1. All Tender Documents, where required, must be sealed and signed by an authorized representative of the company, and the certificate of such authorization must be attached to the bid.
    2. No Tender Document is to be copied. Any Tender Document will be considered private and confidential. 
    3. Tender Documents may be amended or withdrawn until the deadline for the submission of bids. The amendment there can only be done in the same form as stated in the Bid Submission Form, while withdrawal at any written form indicating the Bid, however both amendment and withdrawal must clearly state in the email title either AMENDMENT or WITHDRAWAL. Applications for the amendment or withdrawal of bids received after the deadline or without WITHDRAWAL or AMENDMENT in the email title will not be taken into consideration. Whenever a bid has been withdrawn before the closing date and time, such a bid will remain unopened. If any tender document was withdrawn or amended after the deadline, such amendment or withdrawal will be considered invalid. 
    4. The English language shall be the point of reference in case of any ambiguity or lack of clarity. 
    5. Preference will be given to the use of ecological materials and components that minimize environmental pollution and comply with ecological standards.

     

  2. Minimum Requirement

This stage will determine whether the tender that has been submitted meets the minimum requirement. Only those tenders meeting the minimum requirement will go forward to the second phase of the evaluation. 

  • Delivery, Companies MUST submit all two lots: 
    • Registration Certificate from State level Southwest State. 
      • Must have 2 similar contracts in constructing emergency latrines and disability latrines with NGOs/UN. 
      • Attachment of signed and stamp active Bank statement for the last six months and showing balance (Bank statements generated from online banking portals must be authenticated by the issuing bank, bearing an official bank stamp and an authorized bank officer’s signature
  1. Selection Criteria (Qualitative Criteria)
    1. Evaluation points will be awarded based on the following criteria:
      1. A comprehensive and clear breakdown of prices must be shown as part of the financial offer – any transport fees, taxes, customs charges, component parts, packing fees etc. must be shown separately if any. Prices offered will be evaluated on a full cost basis (including all fees and taxes).

 

Marks for cost will be awarded on the inverse proportion principle (shown below): 

Score vendor = maximum score 50% (price min / price vendor). 

  1. As part of the evaluation, consideration will be given to the bidder’s plan for engaging the local community residing near the project site. Scoring will reflect the percentage of local workforce participation, with higher scores awarded for greater involvement. Bidders should provide details on their approach, including estimated local employment percentages and any community engagement initiatives. 

    1. The evaluation will assess the bidder's experience in completing similar projects (construction standard latrines and disability latrines) considering the scope, complexity, and scale of previous work. Supporting documents such as contracts, completion certificates, and client references may be required to verify experience. Please fill schedule 25. 
      1. The evaluation will assess the bidder's financial capacity. Active bank statement with recent transactions. Attachment of bank statement is required. 
      2. The expected timeframe for the supplier to complete the delivery. The timeline should be realistic and should be in line with the technical person’s estimate. Methodology and Work Plan: Assesses the proposed approach, including the schedule, project management techniques, and innovative solutions. 
      3. The evaluation will assess the bidder's proposed waste management approach based on its effectiveness, environmental sustainability, and compliance with regulations. The plan should outline waste segregation, disposal, recycling, and hazardous waste handling while demonstrating efforts to minimize environmental impact.

     

  2. PAH retains the authority to revise its selection of the successful tenderer in cases where contract negotiation or finalization is unreasonably protracted. Additionally, PAH reserves the right to terminate the tender process at any point before the contract is signed.

How To Apply

  1. Requirements for Bid Submission:
    1. The bid should include comprehensive subject matter and should be drawn up in accordance with the following terms and conditions: 
      1. All required Tender Documents can be obtained by visiting https://somalijobs.com  
      2. The bids of interested companies and all required Tender Documents to be delivered in the following ways:

 

                           •    Electronically to Tender.somalia@pah.org.pl;  and in the subject field state: 

  • Tender 2026/008, Construction of 55 flood proof emergency latrines (standard) and 10 Disability friendly) latrines with writing PAH and donor visibility logos in IDP camps in Afgoye District.  
    • Name of your firm with the title of the attachment. 

      • Number of emails that are sent e.g., 1 of 3, 2 of 3, 3 of 3.

       

      1. The deadline for submission is 4th May 2026 by 12:00 Noon Local time
 

Skills Required

Attachment

Company Overview

Warsaw

Polish Humanitarian Action is humanitarian non-profit organisation based in Warsaw/Poland. For almost 30 years we have been delivering humanitarian aid to people suffering due to armed conflicts and natural disasters. Currently we are working in Soma... Read More

Related Jobs

Google Map