Arama

NEW CONSTRUCTION OF LIURAI BRIDGE, AILEU MUNICIPALITY

Teklif Çağrısı

GENEL BİLGİ

Doğu Timor
   Aileu, Timor-Leste
   TENDER/014/MOP-2024
   8 Nisan, 2024
13 Mayıs, 2024
National Procurement Commission
   INVITATION FOR BIDS

Tender/014/MOP-2024 Date: 9 April 2024
1. The National Procurement Commission (NPC) – Ministry of Planning, and Strategic Investment (MPIE) on behalf of Ministry of Public Works (MPW)-Government of Timor-Leste is inviting interested bidders to submit Bids for the;
NEW CONSTRUCTION OF LIURAI BRIDGE, AILEU MUNICIPALITY
2. The Maximum Budget is US$ 2,584,026.40 (Inclusive of all applicable taxes). The Employer may disqualify evaluated price bids exceeding maximum budget.
3. The bidding shall be conducted through Competitive Bidding with Single Stage - Two Envelopes Procedure, wherein the Technical Bid and Price Bid shall be submitted together in separately sealed envelopes.
4. Participation in this bidding process is open to all interested international and national bidders. The attention of interested bidders is drawn to the qualification criteria detailed in the Bidding Document. The Key Evaluation Qualification Criteria is as follows:
• Historical Financial Performance: Submission of audited financial statements or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Employer, for the last 3 years to demonstrate the current soundness of the Bidder’s financial position. As a minimum, the Bidder’s net worth for the last year calculated as the difference between total assets and total liabilities should be positive.
• Average Annual Construction Turnover: For Single Entities: Minimum average annual construction turnover of US$4,500,000.00 calculated as total certified payments received for contracts in progress or completed, within the last three (3) years. For JV, all Partners combined must meet the requirement, one Partner must meet 40% of the requirement and each partner must meet 25% of the requirement.
• Financial Resources: For Single Entities: the Bidder must demonstrate access to financial resources such as working capital of recent financial year or availability of cash in bank, approved line of credit and other financial means, other than any contractual advance payments for its current works commitment to meet a cash-flow requirement of US$750,000.00 and its current works commitment. For JV, All Partners combined must meet the requirement, One Partner must meet 40% of the requirement and each partner must meet 25% of the requirement.
• Contracts of Similar Size and Nature: Specific Construction Experience (Contracts of Similar Size and Nature) One (1) similar contract satisfactorily completed / substantially completed as a prime contractor, joint venture member, management contractor during the last Seven (7) years where the value of participation in each contract is at least US$2,000,000.00 each.
• Construction Experience in Key Activities: For the above and any other contracts [substantially completed and under implementation] as prime contractor or joint venture member within the last 7 years, a minimum construction experience in the following key activity in one single contract successfully completed: Construction of Steel Bridge of minimum Length: 50M.
The similarity of the contracts shall be based on the following: Based on Scope of Works, specify the minimum key requirements in terms of physical size, complexity, construction method, technology and/or other characteristics including part of the requirements.

The passing score for bidder qualification is 75 points.

5. Interested bidders may inspect the Bidding Documents or obtain further information from:

National Procurement Commission (NPC)
Av. De Balide, Patrimoniu Estado (Ex-Dempal), Dili, Timor-Leste
Email: : To: nf@cna.gov.tl
CC: as@cna.gov.tl ; ns@cna.gov.tl; ab@cna.gov.tl ; om@cna.gov.tl
Telephone: +670 3331101

6. The Bidding Document, in the English language, may be obtained free-of-charge by any interested companies by sending through email a letter to participate in the tender to the email addresses specified above. Upon receipt of letter of intent, the National Procurement Commission (NPC) will promptly send via email a PDF copy of the documents;
7. A pre-bid meeting will be held at 10:00 hour’s local time on 19 April 2024 at the same address specified above. Attending the Pre-bid meeting by a bidder is optional; the pre-bid for the above mentioned project will be held virtually through the following Zoom detail:

https://us06web.zoom.us/j/6421938789?pwd=dnBsWmpnNmd2WVdVRlJJT3dvUlBkQT09
Meeting ID: 642 193 8789
Passcode: cna2021

8. Bidders must enclose with their Technical Bid a Bid Security (in the form of Bank Guarantee) in the amount of: US$25,000.00
The bid security shall be valid twenty eight (28) days beyond the original validity period of the bid or beyond any period any extension if requested under ITB 18.2.
9. The bid must be received in the Tender Box located at the same address specified above not later than 15:00 Hours local time on 13 May 2024.
10. Technical Bids will be opened at the same address on 13 May 2024 at 15:00 Hours Timor-Leste time and in the presence of Bidders representative who wish to attend.
11. Any Bid or its modification received by the Employer after the deadline shall be declared late and rejected, and promptly returned unopened.
12. The duration for construction is 8 months and 12 months for Defect Liability Period.
13. Bidder will provide justification in the price bid if the price bid lower than 30% of cost estimate (abnormally low price bid).
14. The Employer shall award the contract to the Bidder with the highest combined score evaluated in accordance with the procedure specified under Section 3 – Bid Evaluation Procedure, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily
15. The winner of this tender will be required to submit a Performance Guarantee in the form of an unconditional and non-revocable bank guarantee. Bank Guarantee issued by an overseas bank shall have a corresponding bank in TL. Additionally, during contract implementation, the winner (awardee) will be subjected to a quality guarantee in the form of retention.
16. Bidder shall be responsible for paying of all related taxes.



Hermingardo Albano Soares
Executive Director of National Procurement Commission (NPC)
   İngilizce
   Uluslararası tedarik
   yayınlandı: 8 Nisan, 2024

İletişim Bilgileri

   Hermingardo A. Soares
Director
National Procurement Commission
Avenida de Balide
Dili
Doğu Timor
   tıklayınız...
   www.cna.gov.tl

ÜRÜNLER, İŞLER ve HİZMETLER

Additional resources

Orjinal Metni


More information: tıklayınız...
Bu ilan sadece bilgi içindir.
Sizlere güncel ve doğru bilgileri sunmak ilkemizdir. Ancak bilgilerin sıfır hata ile yayınlandığını garanti edemeyiz.
Bu ilana özel güncelleme, düzeltme veya önerileriniz için lütfen ilgili alıcıyla direkt temasa geçiniz.