Supply and installation of water reservoirs

170

The Central Bank of Lesotho invites tenders from category A or B contractors or specialists’ contractors for the supply, delivery and installation of four (4) rectangular sectional water reservoirs of the following specifications:

The Central Bank of Lesotho invites tenders from category A or B contractors or specialists’ contractors for the supply, delivery and installation of four (4) rectangular sectional water reservoirs of the following specifications:

ItemQuantityLength # of panelsWidth # of panelsDepth # of panelsTank size (Liters)
1143240 000
231111 728

Panel sizes                            –           1220 x 1220 mm

Panel thickness                   –           4.5mm

Roof sheets                          –           2.5 mm thick

Fasteners                              –           High tensile grade

Corrosion protection        –           All steel components must be hot dipped galvanized

Accessories should include:

Caged external and internal access ladder

Hinged lockable manhole

Float and pointer type level indicator

1.        Tender Conditions

  1. Bidders are requested to show i) validity of their bids which should be at least 30 days ii) delivery period iii) warranty period.
  2. Bids in sealed envelopes bearing no identification of the bidder, clearly marked “Bid for supply and installation of water reservoirs “should be deposited in the tender box located at the reception area of Central Bank of Lesotho at corner Moshoeshoe & Airport Roads no later than 14h30 Friday 04th September  2020.
  • Tenders will be opened on Tuesday 08th September 2020. As a health measure, no bidders will be allowed to attend the opening. All proponents will be emailed the record of the opening proceedings.
  • Certified (at source) copies of Ministry of Public Works contractor’s certificate (where applicable) or Specialist licensing or accreditation, current tax clearance certificate and traders license must be submitted with the bid.
  • Letter of credit from an authorized Financial Institution or recent financial statement of the bidder duly signed by an Audit Firm or practicing Chartered Accountant must be provided.
  • Tenders should be accompanied by a minimum of two positive and relevant project reference letters preferably from previous implementation site in the last five years. Contact details should also be availed so that contact may be made during the selection process.
  • Bidders are requested to quote in Maloti or Rands only.
  • Bidders must provide working email addresses and telephone/cell numbers.
  • Central Bank of Lesotho is not bound to accept the lowest or any bid.
  • For further clarification bidders are requested to contact the undersigned at [email protected].
  • Evaluation criteria shall consist of the following mandatory requirements amongst others (Failure of which result in disqualification):
Supplier registration Valid certified (at source) copies of traders license/ certificate of Incorporation ( if not Lesotho Registered)
Registration with Ministry of worksValid Certified(at source)  copies of Ministry of Public Works contractor’s certificate Category A or B.
Specialists Registration requirementsEvidence shall be provided in the form of licencing to operate as a specialist from the relevant authority or accreditation letter.
Tax Compliance Valid certified (at source) copies of current tax clearance certificate
Financial CapacityRecent financial statement of the bidder duly signed by an Audit Firm or practicing Chartered Accountant or a Letter of Credit from an authorized Financial Institution that reflect a minimum working capital or credit  equivalent or more than the bid amount.
Company ExperienceTwo (2) reference letters from clients provided with the similar services in the last five years and satisfactory workmanship on sites completed with similar work.
Technical SpecificationSigned bid detailing the required specifications as they are.
PriceCompetitive Price
  • Other important evaluation factors are as follows:
Delivery PeriodNot more than 12 weeks
Validity of  the bidValid for at least 30 days
Warranty periodTo be transferred as is from the manufacturer
  • Special notes
  • Bidders are expected to ensure strict compliance with the above specifications and conditions, failure to do so will result in disqualification of bids.
  • All Bidders are advised that a Vendor Exclusion Policy shall apply where necessary; copies of the policy may be obtained from the Secretary.
  • Bidders are to note that the Central Bank of Lesotho shall apply withholding tax obligation when effecting payment.
  • Contractors and suppliers shall recognize the importance of performing the work in a safe and responsible manner so as to prevent damage, injury, or loss to individuals, the environment, including materials and equipment used at the work place and or stored on-site.

Panel sizes                            –           1220 x 1220 mm

Panel thickness                   –           4.5mm

Roof sheets                          –           2.5 mm thick

Fasteners                              –           High tensile grade

Corrosion protection        –           All steel components must be hot dipped galvanized

Accessories should include:

Caged external and internal access ladder

Hinged lockable manhole

Float and pointer type level indicator

1.        Tender Conditions

  1. Bidders are requested to show i) validity of their bids which should be at least 30 days ii) delivery period iii) warranty period.
  2. Bids in sealed envelopes bearing no identification of the bidder, clearly marked “Bid for supply and installation of water reservoirs “should be deposited in the tender box located at the reception area of Central Bank of Lesotho at corner Moshoeshoe & Airport Roads no later than 14h30 Friday 04th September  2020.
  • Tenders will be opened on Tuesday 08th September 2020. As a health measure, no bidders will be allowed to attend the opening. All proponents will be emailed the record of the opening proceedings.
  • Certified (at source) copies of Ministry of Public Works contractor’s certificate (where applicable) or Specialist licensing or accreditation, current tax clearance certificate and traders license must be submitted with the bid.
  • Letter of credit from an authorized Financial Institution or recent financial statement of the bidder duly signed by an Audit Firm or practicing Chartered Accountant must be provided.
  • Tenders should be accompanied by a minimum of two positive and relevant project reference letters preferably from previous implementation site in the last five years. Contact details should also be availed so that contact may be made during the selection process.
  • Bidders are requested to quote in Maloti or Rands only.
  • Bidders must provide working email addresses and telephone/cell numbers.
  • Central Bank of Lesotho is not bound to accept the lowest or any bid.
  • For further clarification bidders are requested to contact the undersigned at [email protected].
  • Evaluation criteria shall consist of the following mandatory requirements amongst others (Failure of which result in disqualification):
Supplier registration Valid certified (at source) copies of traders license/ certificate of Incorporation ( if not Lesotho Registered)
Registration with Ministry of worksValid Certified(at source)  copies of Ministry of Public Works contractor’s certificate Category A or B.
Specialists Registration requirementsEvidence shall be provided in the form of licencing to operate as a specialist from the relevant authority or accreditation letter.
Tax Compliance Valid certified (at source) copies of current tax clearance certificate
Financial CapacityRecent financial statement of the bidder duly signed by an Audit Firm or practicing Chartered Accountant or a Letter of Credit from an authorized Financial Institution that reflect a minimum working capital or credit  equivalent or more than the bid amount.
Company ExperienceTwo (2) reference letters from clients provided with the similar services in the last five years and satisfactory workmanship on sites completed with similar work.
Technical SpecificationSigned bid detailing the required specifications as they are.
PriceCompetitive Price
  • Other important evaluation factors are as follows:
Delivery PeriodNot more than 12 weeks
Validity of  the bidValid for at least 30 days
Warranty periodTo be transferred as is from the manufacturer
  • Special notes
  • Bidders are expected to ensure strict compliance with the above specifications and conditions, failure to do so will result in disqualification of bids.
  • All Bidders are advised that a Vendor Exclusion Policy shall apply where necessary; copies of the policy may be obtained from the Secretary.
  • Bidders are to note that the Central Bank of Lesotho shall apply withholding tax obligation when effecting payment.
  • Contractors and suppliers shall recognize the importance of performing the work in a safe and responsible manner so as to prevent damage, injury, or loss to individuals, the environment, including materials and equipment used at the work place and or stored on-site.

Comments