• Invitation to Tender: Supply and Delivery of a Brand New PKE250 URBAN UD 65-Seater Bus
    Home > > Invitation to Tender: Supply and Delivery of a Brand New PKE250 URBAN UD 65-Seater Bus

    The Women’s University in Africa (WUA) is inviting qualified suppliers to submit their bids for the supply and delivery of a Brand New PKE250 URBAN UD 65-Seater Bus. The tender aims to select a reliable supplier who meets the requirements outlined below.

    B) SPECIFIC REQUIREMENTS

    The following specific requirements must be met by the supplier:

    • Brand New PKE250 URBAN UD 65 -Seater Bus
    • It must comply with all relevant safety and environmental regulations.
    • The bus should be new and of the latest model, manufactured in 2023.
    • Provide the technical specifications of the bus, including engine type, dimensions, fuel efficiency, etc.

    C) SCOPE OF WORK

    The scope of work includes the following:

    • Supply and delivery of Brand New PKE250 URBAN UD 65- Seater Bus to the designated site at Women’s University in Africa 549 Arcturus Road Manresa.
    • Registering and insuring the bus and ensuring all necessary documentation is completed.
    • Offering warranty and guarantee services for 3 years or 100000km mileage or whichever comes first.
    • Providing free services for the first 10,000 kilometres

    c) Evaluation Criteria for Bids:

    The evaluation of bids will be based on the following criteria:

    D) PREPARATION OF BID

    The Bid will have preliminaries, technical schedule and financial schedule.

     

    D.01 Preliminaries

    • Suppliers must be properly registered and shall be required to provide a copy of the Certificate of Incorporation, CR14 document and Company Profile;
    • The Suppliers should submit combined preliminary & technical and financial schedules based on the required specifications;
    • No Suppliers may submit more than one bid, either individually or as a joint venture partner in another bid;
    • The Suppliers must provide a valid Procurement Regulatory Authority of Zimbabwe (PRAZ) registration certificate in the appropriate category code/N/002(New Heavy Motor Vehicle and Buses)
    • The Suppliers must provide a valid Zimbabwe Revenue Authority (ZIMRA) tax clearance certificate;
    • The minimum period for which the proposal must remain valid is sixty (60) working days from the deadline for submission of proposals. The suppliers must clearly state the proposal validity period on a bid validity form.
    • To provide at least three traceable references from the clients describing the nature of deliveries and the amounts in USD, per reference. The reference should be for deliveries successfully undertaken in the past 5 years.

     

    D.02 Preparation of Technical Bid

    Bidders to attach the requested documents upon submission.

     

    WUA VEHICLE BASE SPECIFICATIONS
    C-Compliant
    NC-Non-Compliant
    NB: BIDDERS TO FILL IN THE SPEC DOCUMENTS UNDER BIDDER’S OFFER 
    BRAND NEW PKE250 URBAN UD 65-SEATER BUS
    Item Description Specification Bidders Offer C/ NC POINTS COMMENTS
    1 BODY
     Model  PKE250 URBAN UD 65-Seater :
     Capacity –   +16000 kilograms
     Net Vehicle Mass (GVM)
    Steering Right Hand Wheel Drive,
    Electric Power Steering
    Adjustable steering column
    Mud flaps  Front and rear
    Fuel Tank  Minimum +/-300L lockable
    Batteries Carrier  Lockable
    Airbags Required
    Passenger door Driver operated split passenger door with pneumatic operation
    Window operation Up sealed down sliding side windows
    Driver seat Shock absorption with three-point seat belts
    wipers intermittent front wiper and auto wiping while washing
    Towing facilities  Front and rear
    2 Interior Environment
     Emergency exit Two emergency roof exit points
    Passenger Charging port 65Xusb Charging ports
    Interior Ceiling GRP interior ceiling with LED strip lights
    Modesty screen and partition behind driver Standard
    Windscreen heater demister Standard cold and hot air
    Handrail Full length handrail(8700mm)
    Reclining cloth passenger seats with seat belts on all seats
    Air conditioned R134a .Roof mounted dependent  AC
    FM/AM Radio with Bluetooth and inbuilt speaker
    Rims and tyres 295/80R22,5×6 radial incl. 1 * spare, tubeless r
    LUGGAGE
    Inside and outside Parcel shelves Required
    3 BRAKES, STEERING, SUSPENSION
    Front Axle Parabolic Leaf springs suspension
    Rear Axles Multi Leaf  spring suspension
    Brake(Full Air) S-cam Drum Brake

    Electronic brake system(ABS)

    Park/Emergency system-Spring brake rear

    Exhaust brake-Standard

    Rear S-cam Drum brake
    Steering Operation Power assisted
    Steering wheel tilt &Telescopic Standard
    4 ENGINE
     Engine power – 184KW  @ 2200rpm
    Engine Model (GH8E)In line 6 cylinder
    Engine type Turbo Intercooled,Common Rail)
     Engine torque – Minimum 950Nm @ 1100-1700rpm
     Fuel Diesel
    Exhaust Discharge Right Hand Side
    Protection Standard
     Emission EUR III
    Exhaust Discharge Right Hand Side
    5 TRANSMISSION
    Transmission type Manual      
     Transmission PTO Required
    No of Gears 6 Front
    6 ELECTRICAL SYSTEMS
    Batteries maintenance free, rechargeable
    Lighting head lights
    Tail lights
    Front and rear indicator lamps
    Reading lights Individual Reading lamps per seat
    Reversing Reverse camera
    Electrically operated rear view mirror
    Driver fan
    Digital clock
    Fridge
    Standing passengers Standing passenger bars on both sides
    Curtains Required
    7 WARRANTY & BACKUP  SERVICES
    Warranty/gaurantee period Two years or first 100 000km or whichever comes first
    First 1000km service free Required
    Service interval – at least 5000km Required
    Warranty and service booklet two (2)
    Operations and Maintenance Manuals two (2)
    Workshop parts catalogue two (2) Hard Copies
    Workshop repair manual Two (2) Hard Copies
    8 TRAINING
    Training 6 x driver training
    6 x basic servicing  training
    9 TOOLS & ACCESSORIES
    Bottle jack 1 x  30 tonne hydraulic
    Wheel Spanner Heavy duty, cross T
    Jack handle
    Tool kit Standard tool kit in toolbox (64 pieces)
    Fire extinguisher 1x 2.5kg dry chemical powdered
    Triangles 1 Set breakdown triangles
    All legal stickers incl. chevron
     Standard breakdown kit
    10 PRODUCT SPECIFICATION SHEET
     Full product(s) specifications, data sheets and catalogues for the bus
    11 LOCAL WORKSHOP
    Attach   proof of local workshop facilities for service repair, parts/spares and expertise.
    Attach  CVs of workshop personel
     
    total points =
    pass mark

    D.03 Preparation of Financial Bid

    Financial bid should contain the following documents and information:

    1. Total contract price in USD
    2. Clarity on resources mobilization, payment methods, currency, payment terms; and
    3. Latest 6 months bank statements that shows financial capacity to undertake the contract.

    D.031 Basis of Pricing and Payment

    The contract will be a lump sum contract.

    Payments will be made on the following basis:

    1. The contract price must be a fixed total lump sum, including all costs such as taxes , duties, profit etc,  required to carry out the contract

    Address: 549 Arcturus Road, Manresa. Harare, Zimbabwe

    1. F) EVALUATION OF PROPOSALS

    The evaluation of proposals will use the Least Cost Selection evaluation methodology as detailed below:

    1. Preliminary examination to confirm that all documents required have been provided, to confirm the eligibility of bidders. The documents are outlined in the preparation of the proposal;
    2. Technical evaluation to assess the technical quality of proposals against the criteria below, to determine the technical score for each proposal and to determine which proposals reach the minimum technical score given below; and
    3. Financial evaluation to determine the lowest priced proposal which meets the minimum technical score.

    Proposals failing any stage will be eliminated and not considered in subsequent stages.

    F.01 Preliminary Evaluation Criteria

    Specific Experience [100] points
    Submission of documents in D) Preparation of Proposals

    [10 marks each]

    [100] points
    Certificate of Incorporation, CR14 document and company profile;  
    The Contractor should submit combined preliminary & technical and financial bids  
    Submit only one bid  
    Valid PRAZ Certificate  
    Valid ZIMRA Certificate  
    3 Traceable references  (30 points)  
    Confirmation of 60 days bid validity period  
    Attendance of pre-bid site visit  
    Delivery Period  
    Total 100 points
       

    The qualifying score required to pass the technical evaluation is 100 points.

     

    E.01 Technical Evaluation Criteria

    Bids will be awarded scores out of the maximum number of points indicated D.02.

    The minimum technical qualifying score required to pass the technical evaluation is 100 points.

    E.02 Financial Evaluation Criteria

    Proposals will be awarded scores out of the maximum number of points indicated below for each of the following criteria:

    Specific Experience [100] points
    1.     Contract price [50] points
    2 Resources mobilisation, payments methods, currency, payment terms, [25] points
    2.     6 months bank statement [25] points
    Total 100 points

     

     

       

     

    F) RECOMMENDATION FOR AWARD

    The Bid with the lowest evaluated price that meets the minimum technical score given above will be recommended for award of contract, subject to any negotiations required.

     G) RIGHT TO REJECT

    The WUA reserves the right to accept or reject any Bid or to cancel the procurement process and reject all Bids at any time prior to contract award.

     H) SUBMISSIONS

    We look forward to receiving your Bids and the opportunity to work together.

     

    ×