The Women’s University in Africa (WUA) is inviting qualified suppliers to submit their bids for the supply and delivery of Brand New Kwid Renault. 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:
C) SCOPE OF WORK
The scope of work includes the following:
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
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 KWID RENAULT | ||||||||
Item | Description | Specification | Bidders Offer | C/ NC | POINTS | COMMENTS | ||
1 | BODY | |||||||
Model | 1.0RXT(PETROL)5.50 | |||||||
Capacity – | +/- 7 000 kilograms | |||||||
Net Vehicle Mass (NVM) | ||||||||
Steering | Right Hand Wheel Drive, | |||||||
Electric Power Steering | ||||||||
Adjustable steering column | ||||||||
Mud flaps | Front and rear | |||||||
Fuel Tank | Minimum 28-30L lockable | |||||||
Airbags | passenger and driver | |||||||
shelves | rear passenger shelf | |||||||
wipers | intermittent front wiper and auto wiping while washing | |||||||
Towing facilities | Front and rear | |||||||
2 | Interior Environment | |||||||
Five (5) Seater, | ||||||||
Leather or Cloth material with seat belts | ||||||||
Air conditioned R134a | ||||||||
FM/AM Radio with Bluetooth and inbuilt speaker | ||||||||
Hardened plastic floors Electronic windows | ||||||||
Rims and tyres | 165/70Rx4 radial incl. 1 * spare, tubeless | |||||||
3 | BRAKES, STEERING, SUSPENSION | |||||||
Front Suspension | Mac Pherson strut lower transverse link | |||||||
Rear Suspension | Twist beam suspension with coil springs | |||||||
Brake | Front Disc | |||||||
Instructor brakes | ||||||||
Rear Drums | ||||||||
Power assisted steering | Electronically assisted | |||||||
4 | ENGINE | |||||||
Engine power – | 67.06bhp @ 5500rpm | |||||||
PS @ rpm | ||||||||
Engine torque – | Minimum 91 Nm @ 4250rpm | |||||||
Nm @ rpm | ||||||||
Fuel | Petrol | |||||||
Exhaust Discharge | Right Hand Side | |||||||
Gear Box | 5-speed | |||||||
Drive type | FWD | |||||||
5 | TRANSMISSION | |||||||
Transmission type | Manual 5-Speed | |||||||
6 | ELECTRICAL SYSTEMS | |||||||
Batteries | 1 x maintenance free, rechargeable | |||||||
Lighting | head lights | |||||||
Tail lights | ||||||||
Front and rear indicator lamps | ||||||||
7 | WARRANTY & BACKUP SERVICES | |||||||
Warranty/gaurantee period | 3 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 5 tonne | |||||||
Wheel Spanner | Heavy duty, cross T | |||||||
Jack handle | ||||||||
Tool kit | Standard tool kit in tools box (12 piece) | |||||||
Fire extinguisher | 1x 1kg powdered | |||||||
10 | PRODUCT SPECIFICATION SHEET | |||||||
Full product(s) specifications, data sheets and catalogues for the vehicle | ||||||||
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:
D.031 Basis of Pricing and Payment
The contract will be a lump sum contract.
Payments will be made on the following basis:
Address: 549 Arcturus Road, Manresa. Harare, Zimbabwe
F) EVALUATION OF PROPOSALS
The evaluation of proposals will use the Least Cost Selection evaluation methodology as detailed below:
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 100points.
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 mobilization, 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 100 mark 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.