Procurement of Works

Similar documents
Procurement of Services

Procurement of Services

African Union REQUEST FOR PROPOSALS BY THE AFRICAN UNION COMMISSION FOR

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER

Procurement No: AUC/IED/119

1. Press Notice, Invitation to Bid, Instruction to Bid, Scope of Work & Eligibility Criteria

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

Laying Cable Tray System for House Building Finance Company Limited

Procurement of Licences of Business Objects BI Platform

SPECIFICATIONS FOR BUILDING MAINTENANCE

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL FOR THE

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

UNIVERSITY OF PERADENIYA

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS OPEN COMPETITION SUPPLY & DELIVERY OF MILITARY MOBILE KITCHEN

This annexure should be completed and signed by the Bidder s authorised personnel as indicated below:

Ref. No: NIEPMD/ESTATE 6(9)/

AFRICAN UNION COMMISSION OPEN COMPETITION SUPPLY, DELIVERY AND INSTALLATION OF DIGITAL RADIO-FLUOROSCOPY EQUIPMENT. Procurement Number: AUC/MSD/G/161

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

REQUEST FOR QUOTATION RFQ 013/17 (Works)

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".


EAST AFRICAN COMMUNITY CIVIL AVIATION SAFETY AND SECURITY OVERSIGHT AGENCY

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

Standard Request for Proposals Selection of Consultants

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT

LETTER OF INVITATION

Envelop Year Employer Description of Works Amount Contractor s Responsibility (%) Total

NOTICE INVITING TENDER. (NIT) SUPPLY, INSTALLATION & COMMISSIONING FULLY AUTOMATIC ORGANIC WASTE COMPOSTER HAVING CAPACITY OF

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

UNIVERSITY OF PERADENIYA

REQUEST FOR PROPOSALS

STATEMENT OF WORK PREVENTATIVE AND/OR CORRECTIVE Building MAINTENANCE SERVICE Materials Testing Laboratory

REPLACEMENT RESERVE GUIDE

e-tender Providing and fixing Modular Partition & Roller curtain Important Information: BID FORM for Procurement of

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Section 4 - Bidding Forms

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

QUOTATION FOR SUPPLY AND INSTALLATION OF LED TV AT GITC, BELAPUR.

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

QUOTATION FOR SUPPLY AND INSTALLATION OF LCD PROJECTOR AT GITC, BELAPUR

KENYA REINSURANCE CORPORATION LIMITED KRC/2018/032

PROPOSED CONSTRUCTION OF WATER TREATMENT PLANT TENDER DOCUMENT

Bank of Maharashtra Zonal Office, Chandigarh S.C.O , Sector 17-C Chandigarh

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

for Developing and Implementing Quality Management System (ISO)

REQUEST FOR QUOTATION

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

NEPAL TELECOM Nepal Doorsanchar Company Limited. Nepal Telecom. Nepal Telecom Nepal Doorsanchar Company Limited

INSTRUCTIONS TO BIDDERS

C.NO.I/07/ 01/2016-Admn. Dated : NOTICE INVITING TENDER FOR HIRING OF VEHICHLE FOR DEPARTMENTAL USE:

DEPT. OF BIOTECHNOLOGY INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR KHARAGPUR Date: 03/10/ PM dated 25/10/2018

Tender No- SBI/GITC/ESTATE/2017/2018/408 Date- 24/07/2017

COUNTY GOVERNMENT OF KIAMBU

NYERI COUNTY ASSEMBLY,Tender:Office Stationery And Computer Accessories,Closing Date:7/07/2014

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

b) Annex II: Proposal Submission Form, to be completed and returned with your proposal; and

REQUEST FOR PROPOSALS For. Guaranteed Energy Savings Contract

COUNTY GOVERNMENT OF KIAMBU

Warner Robins Housing Authority

Facilities & Infrastructure Mgmt.Dept. Pre-Qualification for Empanelment of Civil contractors in the state of kerala.

Boiler Care Products. Terms and Conditions

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

Request for Proposal For Renewal of Annual Technical Support (ATS) for Oracle & BEA Weblogic Licences

Tender Document June Supply of Bunk Beds in Boys Hostel Walchand College of Engineering Sangli

Part A TECHNICAL BID (To be returned duly signed on all pages)

ANNEXURE - 1. Advertisement

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ 02/ For Supply and Delivery of Optical MODEM.

Various Instruments/Equipments/Machines for Workshops

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT

National Research Development Corporation (NRDC), New Delhi INVITATION FOR BIDS (IFB)

THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank

TENDER FORM. (To be submitted along with technical bid)

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ-02/ For Supply and Delivery Of Optical MODEM November, 2015

NEPAL TELECOM Nepal Doorsanchar Company Limited. Nepal Telecom. Nepal Telecom Nepal Doorsanchar Company Limited

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

REPUBLIC OF KENYA MINISTRY OF LAND AND PHYSICAL PLANNING PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AT BOMET, BOMET COUNTY

REQUEST FOR BID (RFB)

DOCUMENT FOR EMPANELMENT OF CONTRACTORS

HomeServices Terms and Conditions

TOTAL GRAND TOTAL

(e-procurement System)

REQUEST FOR PROPOSAL FOR THE FACILITATION OF A STRATEGIC PLANNING SESSION FOR THE THREE YEARS REFERENCE NUMBER: RFP/STR01/2018

INVITATION TO QUOTE (ITQ)

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

NOTICE INVITING TENDER (NIT)

TENDER NOTICE FOR HIRING OF OFFICE PREMISES

Project Administration Instructions

Pleasantdale Elementary

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

City Of Hammond Purchasing Department RFP JANITORIAL SERVICES FOR THE PUBLIC SAFETY SERVICES OFFICE OF MOTOR VEHICLES REQUEST FOR PROPOSALS

INVITATION TO BID: APARTMENT CLEANING

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

Request for Proposal Supply & Install Generators at District Health Centers Project

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents.

BID DOCUMENTS FROM CITY OF BEEVILLE FOR PURCHASE OF SEAL COATING FOR CITY STREETS BEEVILLE, TEXAS BIDS WILL BE RECEIVED UNTIL

(A State Govt. University) Ph. No.-(0522) , 43, 45 Website: Tender Notice

REPUBLIC OF KENYA TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS

Transcription:

AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA African Union Commission Standard Bidding Documents Procurement of Works Provision of Minor Maintenance Works Under Framework Contract Procurement Number: AUC/AFMD/ST/W-017/2016 Date of Issue: 13 th

Section I. Invitation for Bids Provision of Minor Maintenance Works under Framework Contract Procurement Number: AUC/AFMD/ST/W-017/2016 The African Union Commission has allocated funds for the procurement of Works and now invites sealed bids from eligible bidders for the Provision of Minor Maintenance Works under framework contract as per attached Terms of Reference. A firm shall be selected under least cost selection criteria. Bids that are responsive, qualified, technically compliant will be ranked according to price. Interested bidders may obtain further information and download the bidding document at http://www.au.int/en/bids Bids must be delivered to the address below on or before Friday 13 th May 2016 at 1430 hours. All bids must be accompanied by: Valid tax certificate; Valid business registration documents Proof of previous experience Financial information-bank statement-at least last two years ONE (1) Original and ONE (1) Copy of the Technical and financial proposal (Refer to TORs/statement of Works attached for details) Other relevant information indicated in the TOR Bid Validity: Bids should be valid for at 60 days from the closing date. Bid Opening: Bids will be opened immediately after the bid closing hours, in the presence of bidders or bidders representatives who choose to attend, at the address below. Late bids will be rejected and returned unopened to bidders. Submission of bids: This is a TWO envelope bidding. FINANCIAL AND TECHNICAL Bids MUST BE SUBMITTED IN TWO SEPARATE ENVELOPES enclosed in one outer Envelope. The Outer envelope should be clearly marked with the Title of the bid and Procurement Number. Address for Bid submission: The Chairperson of the Tender Board African Union Commission, Roosevelt Street, Building C, 3rd Floor, P.O. Box 3243, Addis Ababa, Ethiopia Tel+251115517700; Email; tender@africa-union.org

SECTION II: Bid Submission Sheet {Complete this form with all the requested details and submit it as the first page of your bid. Ensure that your bid is authorised in the signature block below. If any documentation is attached, a signature and authorisation on this form will confirm that the terms and conditions of this bidding document prevail over any attachments. If your bid is not authorised, it may be rejected.} Bid Addressed to (Employer): Date of Bid: Procurement Number: Subject of Procurement: We offer to provide the Works detailed in the Terms of Reference/Statement of Requirements, in accordance with the terms and conditions stated in the contract. We confirm that we are eligible to participate in this procurement process. The validity period of our bid is: days/weeks/months from the time and date of the submission deadline. We confirm that the rates quoted in the Bills of Quantities are fixed and firm for the duration of the validity period and will not be subject to revision or variation. We understand that you are not bound to accept the lowest or any bid you may receive. Works will commence within days/weeks/months from date of Contract. Works will be completed within days/weeks/months from date of Contract. Dated this day of 20. [signature] [in the capacity of] Duly authorised to sign Bid for and on behalf of

Section III: Terms of Reference/Statement of Requirements Background The African Union is established as a Continental Organisation charged with spearheading Africa s rapid integration and sustainable development by promoting unity, solidarity, cohesion and cooperation among the peoples of Africa and African States as well as developing a New Partnership worldwide. The Commission serves as Secretariat to the Union and has its Headquarters is located in Addis Ababa, In order to maintain its premises and facilities in good repair the African Union Commission is looking to engage TWO Suppliers for Provision of Minor Maintenance Works under framework contract. These may be responsive repairs or planned maintenance work. Interested suppliers should have the ability to deliver value for money and quality service in the most economic, efficient and effective way. Expected date of commencement of contract: The contract for provision of minor maintenance work is expected to commence in June 2016. Benefits: The principle benefits anticipated by African Union Commission in this procurement include; Ability to maximise opportunities for best value and efficient services for a relatively high value contract. To allow bidders to explore efficiencies, this may be possible by suggesting innovative and cost effective solutions. Presentation of cost savings to African Union Commission in order to maximise economical operational efficiency and value for money. Contract: The Contract/s will be awarded for an initial period of one year with an option to extend for another two years based on acceptable performance. Firms may be awarded a call off contract directly to perform a job or depending on the task, a competitive process may be conducted among the two firms. The contract shall be a Non Exclusivity contract meaning the AUC can exercise the right to invite other external Suppliers for a specific procurement process. The areas of activities are the following: AUC HQ offices Chairperson s Residence -Africa House, Deputy Chairperson s Residence Eight (8) Commissioners Residences

Description of Maintenance Works required: Category I: Minor Electrical work Minor Maintenance of Electrical fixtures that needs special tools and expertise New installation such as electrical cables Pump and Motor Maintenance Replacement of Accessories Repair and maintenance of house and kitchen Appliances (Washing machines, Stoves, dryers, Fridges, Boilers, and Cold rooms, cookers etc. Perform Preventive maintenance activities according to manufacturer s recommendation. Perform predictive/planned maintenance schedules Category II: Sanitary & Plumbing Water supply Drainage- sanitary and rain water Septic tank Minor Maintenance of water systems, taps, valves, toilets etc New installation such as water Pump, Pipes e.t.c Perform Preventive maintenance activities according to manufacturer s recommendation. Category III: Civil Works Wood works (door frames, partitions) Metal works (grilling, welding activities) Aluminium works including partitioning. Window covering: Vertical and horizontal blinds, Curtains e.t.c Glass (solar reflector film, glass replacement.) Ceiling works Painting works Partitioning works Roof (ceramics, Carpet, roof sheet) Small renovation works( pavements, walkway, asphalt road, fence works) Site Visits: During the tendering process, the AUC may wish to conduct site visits to your references sites identified in order to moderate the score given. African Union Commission will advise Tenderers of the need to facilitate such visits during the tender process. Selection of firms Firms shall be selected on their abilities to deliver in the following areas; a) Technical capacity of the company-previous Experience of key assignments in the last 3 years b) Technical capability of Key technical staff in the respective areas of expertise.

c) Timelines management d) Financial stability of companies in order to assure good faith performance e) Compliance with all works and material agreements f) Ability to ensure remedial action of defects in a timely and effective manner g) Quality control and assurance e.g zero defects at hand over, timeliness, customer satisfaction h) Health and safety measures undertaken by the company Award Criteria The Contract will be awarded on the basis of the following weighted award criteria: Award Criteria Score Specific Experience of the company in providing the services (Minimum three 20 (3) references of related projects). Provide references Personnel Capabilities-Technical Expertise/capacity of Key in the relevant 30 Provide detailed CVs of staff for various areas of expertise bidded for. Health and Safety measures taken by the company 10 Should be explained. E.g Protective wear for staff, hazard control measures Financial Capacity/stability (Provide most recent financial statements or any 15 Minimum US$10,000 Quality control and assurance -Timelines 10 -Zero defects at handover -customer satisfaction Insurance cover 05 Equipment capabilities- List of Equipment (Owned or leased) 10 TOTAL Pass mark- 70 marks Financial Proposal The bid should be accompanied by a detailed Pricing proposal. The activities mentioned above shall be used as a base therefore Suppliers can give detailed or specific price breakdown rates. The pricing proposal should state the Unit rates for different categories of tasks. Selection Method: Least cost Selection.

Section IV: Pricing Proposal Item No. Description of Work Unit of Measure Unit Price in Specified Currency

SECTION IV: FORM OF CONTRACT FRAMEWORK AGREEMENT FOR THE PROVISION OF MINOR WORKS / MAINTENANCE {delete as appropriate) FRAMEWORK AGREEMENT FOR:. AFRICAN UNION FRAMEWORK AGREEMENT NUMBER:. This Framework agreement (the Agreement) dated.. is made between: 1. The African Union Commission (hereinafter referred to as the African Union) and 2.. (hereinafter referred to as the Contractor) Whereas: The African Union may require the Contractor to undertake the activities, under the terms of the Agreement, as defined in the Statement of Requirements hereto (Appendix 1) and as defined in the subsequent individual Calldown Contracts which shall be placed pursuant to the Agreement. 1. Terms of Agreement This Agreement and any Calldown Contracts shall be subject to the General Conditions of Contract for Framework Agreements for Goods (attached) (hereinafter referred to as the General Conditions). No variation in the terms or scope of this Agreement, or any Calldown Contracts agreed under this Agreement, shall be valid or binding unless previously expressly agreed in

writing by the Contract Officer and the Contractor in the form of letters entitled "Amendment to Framework Agreement" or "Amendment to Calldown Contract" respectively. The African Union takes no responsibility for any goods supplied outside of those expressly contained in this Agreement and more particularly defined in the Calldown Contracts made under this Agreement. 2. Duration of Agreement The Agreement shall commence on and expire on unless terminated earlier in accordance with the provisions of Clause 13 of the General Conditions or extended by an Amendment to Framework Agreement 3. Place and Timeframe for Commencement Except where expressly altered by a Calldown Contract, the place and timeframe of commencement of activities under this Agreement shall be as defined in Appendix 1. 4. Defects Liability The Defects Liability period applicable to activities undertaken under this Agreement will be. 5. General Administration The African Union will appoint a Contract officer who will be responsible for maintaining, negotiating and issuing any amendments to this Agreement. 6. Notices Any notice given by one party to the other pursuant to this Agreement shall be sent to the other party in writing by personal delivery or e-mail. A notice shall be effective when delivered or on the notice's effective date, whichever is later. 7. Acknowledgement The Consultants shall confirm acceptance of the terms of this Agreement by signing and returning to the Contract Officer the duplicate copy enclosed herewith within a period of 30 days. For and on behalf of the African Union Name: Position: Signature: Date: For and on behalf of The Consultants Name: Position: Signature: Date:

APPENDIX 1 STATEMENT OF REQUIREMENTS FOR FRAMEWORK AGREEMENT NUMBER:.. Item No. Type of work (detailed descriptions as per attached) Currency Unit of measure Price per Unit Site Signed as agreed: For and on behalf of the African Union Name: Position: Signature: Date: For and on behalf of The Consultants Name: Position: Signature: Date:

CALLDOWN CONTRACT Framework Agreement with: Framework Agreement for: Framework Agreement Number: Calldown Contract Number: Dear Sirs We refer to the above mentioned Agreement dated.and confirm that you are now required to undertake the activities defined in Annex A hereto, under the terms and conditions of the above mentioned Agreement which shall apply to this Calldown Contract as if expressly incorporated herein. Amount of Calldown Contract In accordance with the prices contained in the Framework Agreement the total amount of this Calldown Contract is... Delivery period In accordance with the Framework Agreement you are required to commence the activities by.. Acknowledgement You are required to confirm acceptance of this Calldown Contract by signing and returning to the Contract Officer the duplicate copy enclosed herewith within a period of 5 days. For and on behalf of the The African Union Name: Position: Signature: Date: For and on behalf of The Contractor Date: Name: Position: Signature:

Section VII: Bank Guarantee Form for Advance Payment ANNEX 1 FRAMEWORK AGREEMENT NUMBER:. CALLDOWN CONTRACT NUMBER: Item No. Type of work (detailed descriptions as per attached) Currency Unit of measure Price per Unit TOTAL PRICE TOTAL AMOUNT OF THIS CALLDOWN CONTRACT