• Invitation to Tender: Supply and Delivery of Brand New Kwid Renault
    Home > > Invitation to Tender: Supply and Delivery of Brand New Kwid Renault

    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:

    • Brand New KWID RENAULT (Driving school vehicle )
    • It must comply with all relevant safety and environmental regulations.
    • The vehicle should be new and of the latest model, manufactured in 2023.
    • Provide the technical specifications of the truck, including engine type, dimensions, fuel efficiency, etc.

    C) SCOPE OF WORK

    The scope of work includes the following:

    • Supply and delivery of Brand New Kwid Renault to the designated site at Women’s University in Africa 549 Acturus Road Manresa
    • Registering and insuring the vehicle 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 1,000 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; G/N/003(New Light Motor Vehicles)
    • 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 supplier 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 ten 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 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:

    1. Total contract price in USD
    2. Clarity on resources mobilisation, 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

    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 100 mark 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 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.

     

    ×