收藏 分销(赏)

英文招标文件实例.doc

上传人:快乐****生活 文档编号:3674667 上传时间:2024-07-13 格式:DOC 页数:12 大小:97.50KB
下载 相关 举报
英文招标文件实例.doc_第1页
第1页 / 共12页
英文招标文件实例.doc_第2页
第2页 / 共12页
英文招标文件实例.doc_第3页
第3页 / 共12页
英文招标文件实例.doc_第4页
第4页 / 共12页
英文招标文件实例.doc_第5页
第5页 / 共12页
点击查看更多>>
资源描述

1、INVITATION FOR BIDSTB/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 F

2、und 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 Luapu

3、la 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, Grad

4、e 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 wor

5、ks; 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, Ro

6、om 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 o

7、r 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 tenderstenderboard.gov,zm. HOWEVER TELEFAX/ ELECTRONIC OFFERS SHALL NOT BE ACCEPTED. The bids, accom

8、panied 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

9、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

10、 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

11、 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

12、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

13、 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

14、 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

15、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

16、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.

17、Bidders may also access our website on www.tenderboard.gov.zm. The email address is tenderstenderboard.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 deposit

18、ed 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 Distric

19、t 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 repre

20、sentatives 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. Amendm

21、ent 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 Purchas

22、e 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 ErrorsF. Award of Contract24 Award Criteria 25 Acceptance or Rejection of Bids 26 Notification of awa

23、rd and Signing of Agreement 27 Performance Security G. Bidding Data A. General 1. Scope of Bid1.1 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 pr

24、ovided 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 Int

25、erested 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 its equivalent in any freely convertible currency at the prevailing exchange rate, in Cash or by Bank-certified cheque. 3. Elig

26、ible 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

27、 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 re

28、gistration; 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 month

29、s 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

30、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 Bidd

31、er 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

32、 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 auditors repor

33、ts 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 Bidders bankers; q. proposals for subcontracting components of t

34、he 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 pa

35、rtners 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

36、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 exec

37、ution 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 Ea

38、ch 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 on

39、e 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 v

40、isit 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 issue

41、d 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 Documents15 Bid Va

42、lidity 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 tha

43、n 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 t

44、he 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

45、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 ope

46、ning 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 shal

47、l submit offers that comply with requirements of the bidding documents, including the basic technical design as indicated in the drawingsand specifications. Alternatives will not be considered, unless specially allowed. 18. Format and Signing of Bid 18.1 The Bidder shall prepare one original and thr

48、ee 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

展开阅读全文
相似文档                                   自信AI助手自信AI助手
猜你喜欢                                   自信AI导航自信AI导航
搜索标签

当前位置:首页 > 环境建筑 > 项目管理/招投标

移动网页_全站_页脚广告1

关于我们      便捷服务       自信AI       AI导航        获赠5币

©2010-2024 宁波自信网络信息技术有限公司  版权所有

客服电话:4008-655-100  投诉/维权电话:4009-655-100

gongan.png浙公网安备33021202000488号   

icp.png浙ICP备2021020529号-1  |  浙B2-20240490  

关注我们 :gzh.png    weibo.png    LOFTER.png 

客服