英文招标文件实例

发布时间:2011-07-09 13:01:43

INVITATION FOR BIDS

TB/CE/025/07: TENDER FOR THE PERIODIC MAINTENANCE OF MAIN AND DISTRICT ROADS – D036 FROM MUNUNGA VIA NKOSHYA TO MUKUNSA IN LUAPULA PROVINCE (86.1KM)

The Road Development Agency intends to carry out periodic maintenance works on various roads in the country using funds from the Road Fund as support to the ongoing Road Sector Investment Programme (RoadSIPII). The Road Development Agency now intends to apply part of the funds to cover eligible payments under the contract for the periodic maintenance works on main and district roads D036 from Mununga via Nkoshya to Mukunsa in Luapula Province (86.1km).

The Zambia National Tender Board, on behalf of the Road Development Agency, now invites sealed bids from eligible bidders. The tender is open to firms that are registered in Zambia as contractors of road works with the National Council for Construction (NCC) in Category R, Grade 3, 2 and 1.

The primary objective of the works and services sought by these contracts is to rehabilitate the roads to all weather accessibility.

The scope of works for this contract includes, but is not limited to the following:

1) rehabilitation works which may include gravelling and drainage works;

2) works including grading, possible re-gravelling, reshaping, bridge and embankment maintenance and vegetation control; and

3) other works consisting activities needed to ensure all weather accessibility of the roads.

Bidders may view the bidding document at the Zambia National Tender Board, Room 21, 1st floor, Red Cross House, Ploy 2837, Los Angeles Boulevard, Longacres, P. O. Box 31009, Lusaka. A complete set of bidding documents may be purchased upon payment of a non-refundable fee of K1, 000,000.00 or its equivalent in any convertible currency at the prevailing exchange rate in cash or bank certified cheque.

The telephone numbers are 260-1-250632/250642/250687 and telefax numbers are 260-1-250633. Bidders may also access our website on www.tenderboard.gov.zm. The email address is tenders@tenderboard.gov,zm. HOWEVER TELEFAX/ ELECTRONIC OFFERS SHALL NOT BE ACCEPTED.

The bids, accompanied by a bid security of not less than 2% of the bid sum duly signed and sealed by the Guarantors must be deposited in the tender box on the 2nd floor of the Zambia National Tender Board offices at Red Cross House, Los Angeles Boulevard, Lusaka, on or before Friday 12 October 2007 at 14.00 hours local time on. The bids should be sealed and clearly marked “Tender for the Periodic Maintenance of Main and District Roads in Luapula Province

The closing date for receipt of bids is Friday 12 October 2007 at 14:00 hours local time. The bids shall be opened immediately thereafter in the Conference Room of the Zambia National Tender Board on the 2nd floor Red Cross House in the presence of bidders or their representatives who choose to attend. LATE BIDS SHALL NOT BE ACCEPTED.

INVITATION FOR BIDS

TB/CE/025/07: TENDER FOR THE PERIODIC MAINTENANCE OF MAIN AND DISTRICT ROADS – D036 FROM MUNUNGA VIA NKOSHYA TO MUKUNSA IN LUAPULA PROVINCE (86.1KM)

The Road Development Agency intends to carry out periodic maintenance works on various roads in the country using funds from the Road Fund as support to the ongoing Road Sector Investment Programme (RoadSIPII). The Road Development Agency now intends to apply part of the funds to cover eligible payments under the contract for the periodic maintenance works on main and district roads D036 from Mununga via Nkoshya to Mukunsa in Luapula Province (86.1km).

The Zambia National Tender Board, on behalf of the Road Development Agency, now invites sealed bids from eligible bidders. The tender is open to firms that are registered in Zambia as contractors of road works with the National Council for Construction (NCC) in Category R, Grade 3, 2 and 1.

The primary objective of the works and services sought by these contracts is to rehabilitate the roads to all weather accessibility.

The scope of works for this contract includes, but is not limited to the following:

1) rehabilitation works which may include gravelling and drainage works;

2) works including grading, possible re-gravelling, reshaping, bridge and embankment maintenance and vegetation control; and

3) other works consisting activities needed to ensure all weather accessibility of the roads.

Bidders may view the bidding document at the Zambia National Tender Board, Room 21, 1st floor, Red Cross House, Ploy 2837, Los Angeles Boulevard, Longacres, P. O. Box 31009, Lusaka. A complete set of bidding documents may be purchased upon payment of a non-refundable fee of K1, 000,000.00 or its equivalent in any convertible currency at the prevailing exchange rate in cash or bank certified cheque.

The telephone numbers are 260-1-250632/250642/250687 and telefax numbers are 260-1-250633. Bidders may also access our website on www.tenderboard.gov.zm. The email address is tenders@tenderboard.gov,zm. HOWEVER TELEFAX/ ELECTRONIC OFFERS SHALL NOT BE ACCEPTED.

The bids, accompanied by a bid security of not less than 2% of the bid sum duly signed and sealed by the Guarantors must be deposited in the tender box on the 2nd floor of the Zambia National Tender Board offices at Red Cross House, Los Angeles Boulevard, Lusaka, on or before Friday 12 October 2007 at 14.00 hours local time on. The bids should be sealed and clearly marked “Tender for the Periodic Maintenance of Main and District Roads in Luapula Province

The closing date for receipt of bids is Friday 12 October 2007 at 14:00 hours local time. The bids shall be opened immediately thereafter in the Conference Room of the Zambia National Tender Board on the 2nd floor Red Cross House in the presence of bidders or their representatives who choose to attend. LATE BIDS SHALL NOT BE ACCEPTED.

Table of Clauses

A. General

1. Scope of Bid

2. Tender Authority

3. Eligible Bidders

4. Qualification of the Bidder

5. One Bid per Bidder

6. Cost for Bidding.

7. Site Visit

B. Bidding Documents

8. Content of Bidding Documents

9. Amendment of Bidding Documents

C. Preparation of Bids

10 Documents Comprising the Bid

11. Bid Prices

12 Bid Validity

13 Bid Security

14 Alternative Proposals by Bidders

15. Format and Signing of Bid

D. Submission of Bids

16 Sealing and Marking of Bids

17 Deadline for Submission of Bids

18 Proof of Purchase of Bidding Documents

E. Bid Opening and Evaluation

19 Bid Opening

20 Process to Be Confidential

21 Clarification of Bids

22 Examination of Bids and Determination of Responsiveness

23 Correction of Errors

F. Award of Contract

24 Award Criteria

25 Acceptance or Rejection of Bids

26 Notification of award and Signing of Agreement

27 Performance Security

G. Bidding Data

A. General

1. Scope of Bid

1.1 The Employer as defined in the Contract Data invites bids for the Works, as described in the Contract Data, Specification and Bill of Quantities. The name and identification number of the Contract is provided in the Contract Data.

1.2 The successful Bidder will be expected to complete the Works within the contract period specified in the Contract Data.

2. Tender Authority

2.1 The Tender Authority defined in the Bidding Data hereby invites sealed tenders from suitably qualified Contractors.

2.2 Interested Bidders are hereby requested to collect the bidding documents from the Tender Authority on payment of a non-refundable fee, sum is specified in the Bidding Data, or it’s equivalent in any freely convertible currency at the prevailing exchange rate, in Cash or by Bank-certified cheque.

3. Eligible Bidders

3.1 Should be registered with the National Council for Construction (NCC) in category R, Grade 3, 2 and 1.

3.2 This Invitation for Bids is open to all bidders who are Value Added Tax registered with Zambia Revenue Authority and should be in a possession of a VAT certificate and /or show proof of a VAT exemption certificate.

4. Qualification of the Bidder

4.1 All bidders shall include the following information and documents with their bids:

(a) Copy of Certificate of incorporation;

(b) Copy of Registration Certificate from NCC;

(c) Copy of original Certificate of Value Added Tax registration; or VAT Exemption Certificate;

(d) Copy of the receipt of purchase of the bidding document;

(e) Key Personnel are listed in the Bidding Data.

f) The proposed allocation/organisation of labour resources;

g) Copy of relevant bank statement from the Contractors Bank, not older than two months from the closing date of the Tender stated in the Invitation of Bids;

h) Daily wage rate for casual workers conforming to the current labour Laws or better;

i) Details of plant, equipment and vehicles for transport to be used with an indication of the type and age. Copies of registration documents should be provided for major equipment owned by the Bidder. If the intention is to hire some plant, equipment and/or vehicles, then a declaration should be provided from the hirer (accompanied by copies of registration documents for vehicles) clearly stating the availability of the plant to the Bidder if he is awarded the contract. Bidder should own ESPECIALLY the listed equipment in the Bidding Data.

j Litigation Status;

k Site Visit Certificate as shown in the Bidding Data shall be submitted as part of the Bid.

l. total monetary value of construction work performed;

m. experience in works of a similar nature and size for each of the last five years, and details of work under way or contractually committed; and clients who may be contacted for further information on those contracts;

n. reports on the financial standing of the Bidder, such as profit and loss statements and auditor’s reports for the past five years;

o. evidence of adequacy of working capital for this Contract (access to line(s) of credit and availability of other financial resources) SHALL BE ZMK 2,000,000,000.00

p. authority to seek references from the Bidder’s bankers;

q. proposals for subcontracting components of the Works amounting to not more than 10 percent of the Contract Price.

r. The Bidders should be requested to submit a written power of Attorney of the signatory of the bid to commit the Bidder.

s. any other document required in the BDS.

4.2 Bids submitted by a joint venture of two or more firms as partners shall comply with the following requirements, unless otherwise stated in the Bidding Data:

(a) the Bid shall include all the information listed in Clause 4 above for each joint venture partner;

(b) the Bid shall be signed so as to be legally binding on all partners;

(c) all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms

(d) one of the partners will be nominated as being in charge, authorized to incur liabilities, and receive instructions for and on behalf of any and all partners of the joint venture; and

(e) the execution of the entire Contract, including payment, shall be done exclusively with the partner in charge.

4.3 A history of litigation or arbitration awards against the bidder, or a history of non-performance in previous contracts awarded, may result in disqualification.

5 Each Bidder one Bid per Lot

Each Bidder shall submit only one Bid, either individually or as partner in a joint venture.

6. Cost of Bidding.

The Bidder shall bear all costs associated with the preparation and submission of the Bid, and the Employer will in no case be responsible or liable for those costs.

7. Site Visit

Within one week after the tenders have been advertised in the press, the Regional Engineer (RE) will facilitate for the Contractors to visit each Lot to be tendered. Each Contractor participating in the site visits will be given a “Site Visit Certificate” by the RE. The site visit is mandatory and the site visit certificate should be submitted as part of the tender documents.

The Contractors participate in the site visit exercise at their own expense.

B. Bidding Documents

8. Content of Bidding Documents

8.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in accordance with clause of Amendment of Bidding Documents.

Section

1 Instruction to Bidders

2 Forms of Bid and Qualification Information

3 Conditions of Contract

4 Contract Data

5 Specifications

6 Bill of Quantities

7 Drawings/Maps

8 Forms of Securities

9. Amendment of Bidding Documents

15 Bid Validity

Tenders shall remain valid for a period of 90 days from the closing date defined in the Bidding Data.

16 Bid Security

16.1 Bids must be submitted in accordance with the Instructions to Bidders contained in these Bidding Documents. All Bids must be accompanied by a Bid Security of not less than 2% of the Bid Sum in cash, Bank certified cheque or insurance bonds. The bid security should be duly signed and sealed by the Guarantor(s); the format to be used is attached hereto.

16.2 The Bid Security as required in clause 16.1 above shall be valid for a period of not less than 30 days beyond the Bid validity period stated in the Bidding Data.

16.3 Any Bid not accompanied by an acceptable Bid Security will be rejected by the Employer as non-responsive.

16.4 The Bid Security of the unsuccessful Bidders will be repaid or returned as promptly as possible, but not later than thirty (30) days after the expiration of the period of Bid validity.

16.5 The Bid Security of the successful Bidder will be repaid or returned when the Bidder has signed the Agreement and furnished the required Performance Security.

16.6 The Bid Security may be forfeited if the Bidder withdraws the Bid after Bid opening or the period of Bid validity, and if the Bidder does not accept the correction of the Bid price, or in the case of a successful Bidder fails within the specified time limit to sign the Agreement or furnish the required Performance Security.

17 Alternative Proposals by Bidders

17.1 Bidders shall submit offers that comply with requirements of the bidding documents, including the basic technical design as indicated in the drawings

and specifications. Alternatives will not be considered, unless specially allowed.

18. Format and Signing of Bid

18.1 The Bidder shall prepare one original and three copies of the documents comprising the Bid.

18.2 The original shall be typed or written in indelible ink and signed by a person or persons duly authorised to sign on behalf of the Bidder. All pages of the Bid where entries or amendments have been made shall be initialled by the persons signing the Bid.

18.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be initialled by the person or persons signing the Bid.

D. Submission of Bids

19 Sealing and Marking of Bids

19.1 All Bids must be addressed to the Bidding Authority.

19.2 Bids must be submitted sealed in an inner and outer envelope.

19.3 The envelopes must be marked as follows:

(a) The outer envelope must be marked as follows:

(i) Tender No, including Lot No. if applicable and name of the Project.

(ii) Do not open before ………. (The date given in the Bidding

Data) 2007 at 14.30 hours local time

(b) The inner envelope shall indicate the name and address of the bidder and it shall also be marked in the top left hand corner, as in clause 16.3 (a) above. Failure to mark the envelope as indicated may lead to the bid’s misplacement or premature opening.

20 Deadline for Submission of Bids

20.1 Bids shall be delivered no later than the time and date specified in the Bidding Data.

20.2 Any Bid received after the deadline prescribed in Clause 17.1 will be returned unopened to the Bidder.

20.3 Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed in Clause 17.1. Each Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and delivered in marked “Modification” or “Withdrawal”, as appropriate.

21 Proof of Purchase of Bidding Documents

The Bidders must show proof of having paid for the Bidding Documents by enclosing a copy of the receipt for non-refundable fee.

Where the bidder is not the actual purchaser of the documents, the name of the purchaser and receipt number must be given.

E. Bid Opening and Evaluation

22 Bid Opening

22.1 The Tender Authority will open the bids in the presence of the bidders’ representatives who choose to attend at the time and in the place specified in the Bidding Data.

22.2 The Bidder’s names, the Bid prices, the total amount of each Bid, any discounts, Bid modifications and withdrawals, the presence or absence of Bid Security, and such other details as the Tender Authority may consider appropriate, will be announced by the Tender Authority at the opening.

23 Process to Be Confidential

Information relating to the examination, clarification, evaluation, and comparison of bids and recommendations for the award of a contract shall not be disclosed to bidders or any other persons not officially concerned with such process until the award to successful Bidder has been announced. Any effort by a Bidder to influence the Employer’s processing of bids or award decisions may result in the rejection of his Bid.

24 Clarification of Bids

To assist in the examination, evaluation, and comparison of bids, the Employer may, at the Employer’s discretion, ask any Bidder for clarification of the Bidder’s Bid, including breakdowns of unit rates. The request for clarification and the response shall be in writing or by cable, telex, or facsimile, but no change in price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the corrections of arithmetic errors discovered by the Employer in the evaluation of the bids.

25 Examination of Bids and Determination of Responsiveness

25.1 Prior to the detailed evaluation of bids, the Employer will determine whether each Bid (a) meets the eligibility criteria, (b) has been properly signed, (c ) is accompanied by the required securities, and (d) is substantially responsive to the requirements of the bidding documents.

F. Award of Contract

28 Award Criteria

Subject to Clause 24, the Employer will award the Contract to the Bidder whose Bid has been determined to be substantially responsive to the bidding documents and who has offered the lowest evaluated Bid price, provided that such Bidder has been determined to be eligible and qualified.

29 Acceptance or Rejection of Bids

The Employer reserves the right to accept or reject any bid and to annul the bidding process and reject any or all bids at any time prior to award of contract without thereby incurring any liability to the affected bidder(s) or any obligation to inform the affected bidder/bidders of the grounds for the Employer’s action.

30 Notification of award and Signing of Agreement

30.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration of the Bid validity period by cable, telex, or facsimile confirmed by a letter. This letter, “Letter of Acceptance” will state execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract, hereinafter and in the Contract called the “Contract Price”.

30.2 The notification of award will constitute the formation of the Contract, subject to the Bidder furnishing the Performance Security and signing the Agreement.

30.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder. Failure of the successful Bidder to sign the Form of Agreement within fifteen (15) days of receipt of the Form of Agreement shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security.

30.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly notify the other bidders that their bids have been unsuccessful.

31 Performance Security

31.1 Within fifteen (15) days of receipt of the notification of award from the Employer, the successful Bidder shall furnish to the Employer a Performance Security in the form of a bank guarantee or Performance Bond in an amount of ten percent (10%) of the Contract Price. The sample of Performance Security provided in the Bidding Documents shall be used.

32.2 If the Performance Security, to be provided by the successful Bidder, is in the form of a bond, it shall be issued by an insurance company which has been determined by the successful Bidder to be acceptable to the Employer.


rehabilitation ['ri:hə,bili'teiʃən] n. 复原

embankment [im'bæŋkmənt] n. 路堤堤防

提供招标文件的地方

zambia赞比亚(非洲中南部国)

Angeles安杰利斯(姓氏);天使城(菲律宾地名)

Lusaka 卢萨卡(赞比亚首都)

购买招标文件

K 赞比亚克瓦查

prevailing [pri'veiliŋ, pri:-] adj. 流行的;一般的,最普通的;占优势的;盛行很广的v. 盛行,流行(prevail的现在分词形式);获胜

duly [dju:li, 'du:li] adv. 适当地;充分地;按时地

guarantor [,ɡærən'tɔ:, 'ɡærəntə] n. [金融] 保证人

deposited v. 存放;储存;放置(deposit的过去分词)adj. 存放的;堆积的去分词)

thereafter [,ðεər'ɑ:ftə, -'æf-] adv. 其后;从那时以后 adv.其后;从那时以后

英文招标文件实例

相关推荐