Bidding Document for Vehicle
April 30, 2021 3:17 pm
585 Downloads
MINISTRY OF GENDER, CHILDREN & SOCIAL PROTECTION
REQUEST FOR BIDS
FOR
PROCUREMENT OF GOODS
(One-Envelope Bidding Process)
SUPPLY AND DELIVERY OF VEHICLES
CONTRACT No.: GH-MOGCSP-223852-GO-RFB
Issued on: 27th April, 2021
Table of Contents
PART 1 – Bidding Procedures. 5
Section I – Instructions to Bidders. 7
Section II – Bid Data Sheet (BDS) 37
Section III – Evaluation and Qualification Criteria. 43
Section IV – Bidding Forms. 47
Section V – Eligible Countries. 65
Section VI – Fraud and Corruption. 67
PART 2 – Supply Requirements. 71
Section VII – Schedule of Requirements. 72
Section VIII – General Conditions of Contract 88
Section IX – Special Conditions of Contract 111
Section X – Contract Forms. 119
GOVERNMENT OF THE REPUBLIC OF GHANA
MINISTRY OF GENDER, CHILDREN AND SOCIAL PROTECTION (MoGCSP)
GHANA PRODUCTIVE SAFETY NET PROJECT
SPECIFIC PROCUREMENT NOTICE
SUPPLY AND DELIVERY OF VEHICLES
RFB No: GH-MOGCSP-223852-GO-RFB
- The Government of the Republic of Ghana has received financing from the World Bank and intends to apply part of the proceeds toward payments under the contract for SUPPLY AND DELIVERY OF VEHICLES. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing, except for those payments, which the contract provides to be made through letter of credit.
- The Ministry of Gender, Children and Social Protection now invites sealed Bids from eligible Bidders for Supply and Delivery of Vehicles as shown below:
| Lot | Item Description | Quantity | Bid Security Amount (Bank Guarantee) | DELIVERY PERIOD |
| 1 | Pick-Ups | 3 No. | 2% of bid price | Within four (4) Weeks after Contract Signature |
| 2 | SUV’s | 2 No. | 2% of bid price | |
| 3 | Saloon Car | 1 No. | 2% of bid price |
NB: More details on the required specifications are contained in the bidding documents (See Section VII). A margin of preference shall NOT apply. Bidders may quote for any lot. Each lot will be evaluated and awarded separately.
- Bidding will be conducted through National Competitive Bidding procedures using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers (“Procurement Regulations”) dated July 2016 and revised in November 2017 and November, 2020 and is open to all eligible Bidders as defined in the Procurement Regulations.
- Interested eligible bidders may obtain further information from the address below and inspect the bidding documents during office hours from 9:00 am to 4:00 pm on Wednesday, 28th April, 2021.
- A complete set of bidding documents in English may be purchased and collected by interested eligible bidders at the address below upon submission of a written application and payment of a non-refundable fee of Two Hundred Ghana Cedis (GH¢ 200.00) cash to the Accounts Unit of the Ministry. Upon payment of the tender fee, bidders are required to obtain an official receipt from the Accounts Unit before collecting the documents from the Procurement and Supply Chain Management Unit in Room 13 of the Ministry of Gender, Children and Social Protection. No arrangements have been made for other methods of delivery of bidding documents.
- Sealed Bids must be clearly marked SUPPLY AND DELIVERY AND OF VEHICLES and delivered to the address below into the Bid Box placed at the Reception of the Ministry on or before 18th May, 2021 at 10:00 am and will remain valid for a period of 120 days after the bid submission deadline. Electronic Bidding will NOT be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend in the Conference Room of the Ministry on 18th May, 2021 at 10:30 am.
- Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
- For bidders’ eligibility, bids must be submitted together with the following: –
- Valid Business Registration Certificates
- VAT Registration Certificates
- Evidence of Annual Company Registration Renewal for the past two years
- Certificate of Incorporation
- Valid GRA Tax Clearance Certificate
- Valid SSNIT Clearance Certificate
- PPA Registration Certificate
- Most recent three (3) Year Audited Accounts
- Product Brochures
- The address referred to above is:
The Chief Director
Ministry of Gender, Children & Social Protection
- O. Box MBO 186,
Ministries Accra, Ghana
Tel: (+233) 0302 688181 / 0302 688187 / 0302 688184
Email: info@mogcsp.gov.gh
PART 1 – Bidding Procedures
| Section I -Instructions to Bidders |
Contents
- General 9
- Scope of Bid. 9
- Source of Funds. 9
- Fraud and Corruption. 10
- Eligible Bidders. 10
- Eligible Goods and Related Services. 13
- Contents of Request for Bids Document 13
- Sections of Bidding Document 13
- Clarification of Bidding Document 14
- Amendment of Bidding Document 14
- Preparation of Bids. 15
- Cost of Bidding. 15
- Language of Bid. 15
- Documents Comprising the Bid. 15
- Letter of Bid and Price Schedules. 16
- Alternative Bids. 16
- Bid Prices and Discounts. 16
- Currencies of Bid and Payment 18
- Documents Establishing the Eligibility and Conformity of the Goods and Related Services 19
- Documents Establishing the Eligibility and Qualifications of the Bidder 20
- Period of Validity of Bids. 20
- Bid Security. 21
- Format and Signing of Bid. 23
- Submission and Opening of Bids. 24
- Sealing and Marking of Bids. 24
- Deadline for Submission of Bids. 24
- Late Bids. 25
- Withdrawal, Substitution, and Modification of Bids. 25
- Bid Opening. 25
- Evaluation and Comparison of Bids. 27
- Confidentiality. 27
- Clarification of Bids. 27
- Deviations, Reservations, and Omissions. 27
- Determination of Responsiveness. 28
- Nonconformities, Errors and Omissions. 28
- Correction of Arithmetical Errors. 29
- Conversion to Single Currency. 29
- Margin of Preference. 29
- Evaluation of Bids. 29
- Comparison of Bids. 31
- Abnormally Low Bids. 31
- Qualification of the Bidder 32
- Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids. 32
- Standstill Period. 32
- Notification of Intention to Award. 33
- Award of Contract 33
- Award Criteria. 33
- Purchaser’s Right to Vary Quantities at Time of Award. 33
- Notification of Award. 33
- Debriefing by the Purchaser 34
- Signing of Contract 35
- Performance Security. 36
- Procurement Related Complaint 36
Section I. Instructions to Bidders |
Section II – Bid Data Sheet (BDS)
The following specific data for the goods to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.
| ITB Reference | A. General | |||||||||||||||||||||||
| ITB 1.1 | The reference number of the Request for Bids (RFB) is: GH-MOGCSP-223852-GO-RFB
Purchaser is: Ministry of Gender, Children and Social Protection The name of the RFB is: Supply And Delivery of Vehicles as follows:
|
|||||||||||||||||||||||
| ITB 2.1 | The Borrower is: Republic of Ghana through the Ministry of Gender, Children and Social Protection
Loan or Financing Agreement amount: US$ 100m The name of the Project is: Ghana productive safety net project, Ministry of Gender, Children and Social Protection |
|||||||||||||||||||||||
| ITB 4.1 | Maximum number of members in the Joint Venture (JV) shall be: Two | |||||||||||||||||||||||
| ITB 4.5 | A list of debarred firms and individuals is available on the Bank’s external website: http://www.worldbank.org/debarr. | |||||||||||||||||||||||
| B. Contents of Bidding Document | ||||||||||||||||||||||||
| ITB 7.1 | For Clarification of Bid purposes only, the Purchaser’s address is:
Chief Director/ Project Administrator Ministry of Gender, Children & Social Protection Ghana Productive Safety Nets Project (GPSNP) P O Box MBO186 Accra, Room No 14 Accra, Ghana Telephone: (+233) 0302 688181 / 0302 688187 / 0302 688184 Email: info@mogcsp.gov.gh Requests for clarification should be received by the Purchaser no later than: fourteen (14) days before closing date Web page: www.gpsnp.com |
|||||||||||||||||||||||
| C. Preparation of Bids | ||||||||||||||||||||||||
| ITB 10.1 | The language of the Bid is: English.
All correspondence exchange shall be in the English language. Language for translation of supporting documents and printed literature is English |
|||||||||||||||||||||||
| ITB 11.1 (j) | The Bidder shall submit the following additional documents in its Bid:
a) Valid Business Registration Certificates b) Evidence of Annual Company Registration Renewal c) VAT Registration Certificates d) Certificate of Incorporation e) Valid GRA Tax Clearance Certificate f) Valid SSNIT Clearance Certificate g) PPA Registration Certificate h) Most recent three (3) Year Audited Accounts i) Product Brochures
Bidder’s responsiveness in accordance with after sales service requirements as specified in section VII. |
|||||||||||||||||||||||
| ITB 13.1 | Alternative Bids shall not be considered. | |||||||||||||||||||||||
| ITB 14.5 | The prices quoted by the Bidder shall not be subject to adjustment during the performance of the Contract. | |||||||||||||||||||||||
| ITB 14.6 | Prices quoted shall correspond to 100 percent of the items specified and 100 percent of the quantities specified. | |||||||||||||||||||||||
| ITB 14.7 | The Incoterms edition is: 2020. | |||||||||||||||||||||||
| ITB 14.8 (b)(i) and (c)(v) | Place of destination:
Place of Destination: CIP-Ministry of Gender, Children and Social Protection For goods to be imported: Customs Duties and Value Added Taxes (CD & VAT) of the imported materials under the Contracts (incurred at the port of entry) shall be paid by the Purchaser. |
|||||||||||||||||||||||
| ITB 14.8 (a)(iii), (b)(ii) and (c)(v) | Final Destination (Project Site):
The quantities and items to be delivered to sites are specified in the List of Goods and Delivery Schedule in Section VII: As per Schedule of Requirements. In general, the Project Site is as follows: For supply of goods: Ministry of Gender, Children & Social Protection, Ministries, Accra, Ghana. |
|||||||||||||||||||||||
| ITB 15.1 | The Bidder is required to quote in the currency of the Purchaser’s Country the portion of the Bid price that corresponds to expenditures incurred in that currency. | |||||||||||||||||||||||
| ITB 16.4 | Period of time the Goods are expected to be functioning (for the purpose of spare parts): 10 years | |||||||||||||||||||||||
| ITB 17.2 (a) | Manufacturer’s authorization is: Required | |||||||||||||||||||||||
| ITB 17.2 (b) | After sales service is: Required | |||||||||||||||||||||||
|
ITB 18.1 |
The Bid validity period shall be 120 days. | |||||||||||||||||||||||
| ITB 18.3 (a) | The Bid price shall be adjusted by the following factor(s): N/A | |||||||||||||||||||||||
| ITB 19.1
|
A Bid Security shall be required.
If a Bid Security shall be required, the amount and currency of the Bid Security shall be as follows:
The bid security shall be valid for twenty-eight (28) days beyond the original validity period of the bid. |
|||||||||||||||||||||||
| ITB 19.3 (d) | Other types of acceptable securities: None | |||||||||||||||||||||||
| ITB 20.1 | In addition to the original of the Bid, the number of copies is: three (3) | |||||||||||||||||||||||
| ITB 20.3 | The written confirmation of authorization to sign on behalf of the Bidder shall consist of: Power of Attorney
The person granting the Power of Attorney must have the authority to sign on behalf of the bidder. In case the Bidder authorizes a person who is not in the payroll of the Bidder, the Bidder and the authorized person must have an Agent Agreement with defined roles and responsibilities specified for this procurement. |
|||||||||||||||||||||||
| D. Submission and Opening of Bids | ||||||||||||||||||||||||
| ITB 22.1
|
For Bid submission purposes only, the Purchaser’s address is:
Attention: Chief Director Ministry of Gender, Children & Social Protection Liberia Avenue, P. O. Box MBO 186, Accra, Ghana The deadline for Bid submission is: Date: 18th May, 2021 Time: 10:00 am Bidders shall not have the option of submitting their Bids electronically. |
|||||||||||||||||||||||
| ITB 25.1 | The Bid opening shall take place at:
Ministry of Gender, Children & Social Protection Liberia Avenue, Conference Room, on Date: 18th May, 2021 Time: 10:30 AM. |
|||||||||||||||||||||||
| ITB 25.6 | The Letter of Bid and Price Schedules shall be initialed by three representatives of the Purchaser conducting Bid opening.
Bids shall be initialed by three representatives of the purchaser in the presence of representatives of the bidders. Each Bid shall be read aloud and numbered, and any modification to the unit or total price shall be initialed by the Representative of the Purchaser. |
|||||||||||||||||||||||
| E. Evaluation and Comparison of Bids | ||||||||||||||||||||||||
| ITB 30.3 | The adjustment shall be based on the highest price of the item or component as quoted in other substantially responsive Bids. If the price of the item or component cannot be derived from the price of other substantially responsive Bids, the Purchaser shall use its best estimate. | |||||||||||||||||||||||
| ITB 32.1
|
The currency that shall be used for Bid evaluation and comparison purposes to convert at the selling exchange rate all Bid prices expressed in various currencies into a single currency is: Ghana Cedis (GH¢). The source of exchange rate shall be: Bank of Ghana
The date for the exchange rate shall be: prevailing exchange selling rate on the date of bid opening |
|||||||||||||||||||||||
| ITB 33.1 | A margin of domestic preference shall not apply. | |||||||||||||||||||||||
| ITB 34.2 | Evaluation will be done in accordance with the criteria and methodologies listed in this ITB and Section III, Evaluation and Qualification criteria. | |||||||||||||||||||||||
| ITB 34.6 | The adjustments shall be determined using the following criteria, from amongst those set out in Section III, Evaluation and Qualification Criteria:
(a) Deviation in Delivery schedule: Yes (b) Deviation in payment schedule: No (c) the cost of major replacement component, mandatory spare parts, and service: No. (d) the availability in the Purchaser’s Country of spare parts and after-sales services for the equipment offered in the Bid No (e) Life cycle costs: the costs during the life of the goods or equipment No. (f) the performance and productivity of the equipment offered; No. |
|||||||||||||||||||||||
| F. Award of Contract | ||||||||||||||||||||||||
| ITB 42 | The maximum percentage by which quantities may be increased is: 10%
The maximum percentage by which quantities may be decreased is: 10% |
|||||||||||||||||||||||
| ITB 45. 1 | The successful Bidder shall not submit the Beneficial Ownership Disclosure Form. | |||||||||||||||||||||||
| ITB 47.1 | The procedures for making a Procurement-related Complaint are detailed in the “Procurement Regulations for IPF Borrowers (Annex III).” If a Bidder wishes to make a Procurement-related Complaint, the Bidder should submit its complaint following these procedures, in writing (by the quickest means available, that is either by email or fax), to:
The Chief Director Ministry of Gender, Children & Social Protection P. O. Box MBO 186, Accra, Ghana Telephone: (+233) 0302 688181 / 0302 688187 / 0302 688184 Email: info@mogcsp.gov.gh
In summary, a Procurement-related Complaint may challenge any of the following: 1. the terms of the Bidding Documents; and 2. the Purchaser’s decision to award the contract. |
|||||||||||||||||||||||
Section III -Evaluation and Qualification Criteria
This Section contains the criteria that the Purchaser shall use to evaluate a Bid and qualify the Bidders. No other factors, methods or criteria shall be used other than specified in this bidding document.
Contents
If the Bidding Data Sheet so specifies, the Purchaser will grant a margin of preference to goods manufactured in the Purchaser’s Country for the purpose of Bid comparison, in accordance with the procedures outlined in subsequent paragraphs.
Substantially responsive Bids will be classified in one of three groups, as follows:
(a) Group A: Bids offering goods manufactured in the Purchaser’s Country, for which (i) labor, raw materials, and components from within the Purchaser’s Country account for more than thirty (30) percent of the EXW price; and (ii) the production facility in which they will be manufactured or assembled has been engaged in manufacturing or assembling such goods at least since the date of Bid submission;
(b) Group B: All other Bids offering Goods manufactured in the Purchaser’s Country;
(c) Group C: Bids offering Goods manufactured outside the Purchaser’s Country that have been already imported or that will be imported.
To facilitate this classification by the Purchaser, the Bidder shall complete whichever version of the Price Schedule furnished in the bidding document is appropriate provided, however, that the completion of an incorrect version of the Price Schedule by the Bidder shall not result in rejection of its Bid, but merely in the Purchaser’s reclassification of the Bid into its appropriate Bid group.
The Purchaser will first review the Bids to confirm the appropriateness of, and to modify as necessary, the Bid group classification to which Bidders assigned their Bids in preparing their Bid Forms and Price Schedules.
The Bids in each group will then be compared to determine the Bid with the lowest evaluated cost in that group. The lowest evaluated cost Bid from each group shall then be compared with each other and if as a result of this comparison a Bid from Group A or Group B is the lowest, it shall be selected for the award.
If as a result of the preceding comparison, a Bid from Group C is the lowest evaluated cost, all Bids from Group C shall be further compared with the Bid with the lowest evaluated cost from Group A after adding to the evaluated costs of goods offered in each Bid from Group C, for the purpose of this further comparison only, an amount equal to 15% (fifteen percent) of the respective CIP Bid price for goods to be imported and already imported goods. Both prices shall include unconditional discounts and be corrected for arithmetical errors. If the Bid from Group A is the lowest, it shall be selected for award. If not, the lowest evaluated cost from Group C shall be selected.
Most Advantageous Bid
The Purchaser shall use the criteria and methodologies listed in Section 2 and 3 below to determine the Most Advantageous Bid. The Most Advantageous Bid is the Bid of the Bidder that meets the qualification criteria and whose Bid has been determined to be:
(a) substantially responsive to the bidding document; and
(b) the lowest evaluated cost.
- Evaluation (ITB 34)
2.1. Evaluation Criteria (ITB 34.6)
The Purchaser’s evaluation of a Bid may take into account, in addition to the Bid Price quoted in accordance with ITB 14.8, one or more of the following factors as specified in ITB34.2(f) and in BDS referring to ITB34.6, using the following criteria and methodologies.
- Delivery schedule. (As per Incoterms specified in the BDS)
No credit will be given to deliveries before the earliest date and bids offering delivery after the final date shall be treated as non-responsive
(b) Deviation in payment schedule -No
(c) Cost of major replacement components, mandatory spare parts, and service. No
(d) Availability in the Purchaser’s Country of spare parts and after sales services for equipment offered in the Bid– No
(e) Life Cycle Costs-No
(f) Performance and productivity of the equipment: No
(g) Specific additional criteria-No
(h) Submission of the following: Yes
- Valid Business Registration Certificates
- VAT Registration Certificates
- Certificate of Incorporation
- Valid GRA Tax Clearance Certificate
- Valid SSNIT Clearance Certificate
- PPA Registration Certificate
- Most recent three (3) Year Audited Accounts
2.2. Multiple Contracts (ITB 34.4) –N/A
2.3. Alternative Bids (ITB 13.1)-N/A
3.1 Qualification Criteria (ITB 37.1)
After determining the substantially responsive Bid which offers the lowest-evaluated cost in accordance with ITB 34, and, if applicable, the assessment of any Abnormally Low Bid (in accordance with ITB 36) the Purchaser shall carry out the post-qualification of the Bidder in accordance with ITB 37, using only the requirements specified. Requirements not included in the text below shall not be used in the evaluation of the Bidder’s qualifications.
(a) If the Bidder is a manufacturer:
(i) Financial Capability
Bidders shall submit Audited Financial Statements for the last three (3) years to demonstrate that is has annual turnover equivalent or more than their bid price
OR
Bidders shall include a letter from a reputed bank indicating their financial status, which will indicate their ability to perform the contract of the magnitude equivalent to the quoted bid price.
(ii) Experience and Technical Capacity
The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s): at least three (3) similar contracts of similar nature and scope in the last five years
(iii) Documentary Evidence
The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement: as per the technical specifications.
(b) If Bidder is NOT a manufacturer:
The Bidder shall demonstrate the above qualifications (i), (ii), (iii).
- ii) The bidder shall submit Manufacturer’s Authorization Form (Section IV, Bidding Forms),
iii) The manufacturer shall provide documentary evidence to demonstrate that they have been manufacturing similar goods/equipment for the last three years (2018, 2019 and 2020).
| Section IV -Bidding Forms |
Table of Forms
Letter of Bid…………………………………………………………………………………………………………….. 48
Bidder Information Form………………………………………………………………………………………….. 51
Bidder’s JV Members Information Form……………………………………………………………………… 52
Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be Imported…….. 54
Price Schedule: Goods Manufactured Outside the Purchaser’s Country, already imported…. 55
Price Schedule: Goods Manufactured in the Purchaser’s Country……………………………………. 56
Price and Completion Schedule – Related Services…………………………………………………………. 57
Form of Bid Security…………………………………………………………………………………………………. 58
Form of Bid Security (Bid Bond)…………………………………………………………………………………. 60
Form of Bid-Securing Declaration………………………………………………………………………………. 62
Manufacturer’s Authorization……………………………………………………………………………………. 63
| INSTRUCTIONS TO BIDDERS: DELETE THIS BOX ONCE YOU HAVE COMPLETED THE DOCUMENT
The Bidder must prepare this Letter of Bid on stationery with its letterhead clearly showing the Bidder’s complete name and business address.
Note: All italicized text is to help Bidders in preparing this form. |
Date of this Bid submission: [insert date (as day, month and year) of Bid submission]
RFB No.: [insert number of RFB process]
Request for Bid No.: [insert identification]
Alternative No.:[insert identification No if this is a Bid for an alternative]
To: [insert complete name of Purchaser]
- No reservations: We have examined and have no reservations to the bidding document, including Addenda issued in accordance with Instructions to Bidders (ITB 8);
- Eligibility: We meet the eligibility requirements and have no conflict of interest in accordance with ITB 4;
- Bid/Proposal-Securing Declaration: We have not been suspended nor declared ineligible by the Purchaser based on execution of a Bid-Securing Declaration or Proposal-Securing Declaration in the Purchaser’s Country in accordance with ITB 4.7;
- Conformity: We offer to supply in conformity with the bidding document and in accordance with the Delivery Schedules specified in the Schedule of Requirements the following Goods: [insert a brief description of the Goods and Related Services];
- Bid Price: The total price of our Bid, excluding any discounts offered in item (f) below is:
Option 1, in case of one lot: Total price is: [insert the total price of the Bid in words and figures, indicating the various amounts and the respective currencies];
Or
Option 2, in case of multiple lots: (a) Total price of each lot [insert the total price of each lot in words and figures, indicating the various amounts and the respective currencies]; and (b) Total price of all lots (sum of all lots) [insert the total price of all lots in words and figures, indicating the various amounts and the respective currencies];
- Discounts: The discounts offered and the methodology for their application are:
(i) The discounts offered are: [Specify in detail each discount offered.]
(ii) The exact method of calculations to determine the net price after application of discounts is shown below: [Specify in detail the method that shall be used to apply the discounts];
- Bid Validity Period: Our Bid shall be valid for the period specified in BDS 18.1 (as amended, if applicable) from the date fixed for the Bid submission deadline specified in BDS 22.1 (as amended, if applicable), and it shall remain binding upon us and may be accepted at any time before the expiration of that period;
- Performance Security: If our Bid is accepted, we commit to obtain a performance security in accordance with the bidding document;
- One Bid per Bidder: We are not submitting any other Bid(s) as an individual Bidder, and wearer not participating in any other Bid(s) as a Joint Venture member, or as a subcontractor, and meet the requirements of ITB 4.3, other than alternative Bids submitted in accordance with ITB 13;
- Suspension and Debarment: We, along with any of our subcontractors, suppliers, consultants, manufacturers, or service providers for any part of the contract, are not subject to, and not controlled by any entity or individual that is subject to, a temporary suspension or a debarment imposed by the World Bank Group or a debarment imposed by the World Bank Group in accordance with the Agreement for Mutual Enforcement of Debarment Decisions between the World Bank and other development banks. Further, we are not ineligible under the Purchaser’s Country laws or official regulations or pursuant to a decision of the United Nations Security Council;
- State-owned enterprise or institution: [select the appropriate option and delete the other] [We are not a state-owned enterprise or institution] / [We are a state-owned enterprise or institution but meet the requirements of ITB 4.6];
- Commissions, gratuities, fees: We have paid, or will pay the following commissions, gratuities, or fees with respect to the Bidding process or execution of the Contract: [insert complete name of each Recipient, its full address, the reason for which each commission or gratuity was paid and the amount and currency of each such commission or gratuity]
| Name of Recipient | Address | Reason | Amount |
(If none has been paid or is to be paid, indicate “none.”)
- Binding Contract: We understand that this Bid, together with your written acceptance thereof included in your Letter of Acceptance, shall constitute a binding contract between us, until a formal contract is prepared and executed;
- Purchaser Not Bound to Accept: We understand that you are not bound to accept the lowest evaluated cost Bid, the Most Advantageous Bid or any other Bid that you may receive; and
- Fraud and Corruption: We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf engages in any type of Fraud and Corruption.
Name of the Bidder: *[insert complete name of the Bidder]
Name of the person duly authorized to sign the Bid on behalf of the Bidder: **[insert complete name of person duly authorized to sign the Bid]
Title of the person signing the Bid: [insert complete title of the person signing the Bid]
Signature of the person named above: [insert signature of person whose name and capacity are shown above]
Date signed [insert date of signing] day of [insert month], [insert year]
*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder.
**: Person signing the Bid shall have the power of attorney given by the Bidder. The power of attorney shall be attached with the Bid Schedules.
[The Bidder shall fill in this Form in accordance with the instructions indicated below. No alterations to its format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Bid submission]
RFB No.: [insert number of RFB process]
Alternative No.: [insert identification No if this is a Bid for an alternative]
Page ________ of_ ______ pages
| 1.Bidder’sName[insert Bidder’s legal name] |
| 2.In case of JV, legal name of each member: [insert legal name of each member in JV] |
| 3.Bidder’s actual or intended country of registration: [insert actual or intended country of registration] |
| 4.Bidder’s year of registration: [insert Bidder’s year of registration] |
| 5.Bidder’sAddress in country of registration: [insert Bidder’s legal address in country of registration] |
| 6.Bidder’s Authorized Representative Information
Name: [insert Authorized Representative’s name] Address: [insert Authorized Representative’s Address] Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers] Email Address: [insert Authorized Representative’s email address] |
| 7. Attached are copies of original documents of [check the box(es) of the attached original documents]
¨ Articles of Incorporation (or equivalent documents of constitution or association), and/or documents of registration of the legal entity named above, in accordance with ITB 4.4. ¨ In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1. ¨ In case of state-owned enterprise or institution, in accordance with ITB 4.6 documents establishing: · Legal and financial autonomy · Operation under commercial law · Establishing that the Bidder is not under the supervision ofthe Purchaser 8. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.[If required under BDS ITB 45.1, the successful Bidder shall provide additional information on beneficial ownership, using the Beneficial Ownership Disclosure Form.] |
Bidder’s JV Members Information Form
[The Bidder shall fill in this Form in accordance with the instructions indicated below.The following table shall be filled in for the Bidder and for each member of a Joint Venture].
Date: [insert date (as day, month and year) of Bid submission]
RFB No.: [insert number of Biddingprocess]
Alternative No.: [insert identification No if this is a Bid for an alternative]
Page ________ of_ ______ pages
| 1. Bidder’s Name: [insert Bidder’s legal name] |
| 2. Bidder’s JV Member’s name: [insert JV’s Memberlegal name] |
| 3. Bidder’s JV Member’s country of registration: [insert JV’s Member country of registration] |
| 4. Bidder’s JV Member’s year of registration: [insert JV’s Member year of registration] |
| 5. Bidder’s JV Member’s legal address in country of registration: [insert JV’s Member legal address in country of registration] |
| 6. Bidder’s JV Member’s authorized representative information
Name: [insert name of JV’s Member authorized representative] Address: [insert address of JV’s Member authorized representative] Telephone/Fax numbers: [insert telephone/fax numbers of JV’s Member authorized representative] Email Address: [insert email address of JV’s Member authorized representative] |
| 7. Attached are copies of original documents of [check the box(es) of the attached original documents]
¨ Articles of Incorporation (or equivalent documents of constitution or association), and/or registration documents of the legal entity named above, in accordance with ITB 4.4. ¨ In case of a state-owned enterprise or institution, documents establishing legal and financial autonomy, operation in accordance with commercial law, and that they are not under the supervision of the Purchaser, in accordance with ITB 4.6. 8. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.[If required under BDS ITB 45.1, the successful Bidder shall provide additional information on beneficial ownership for each JV member using the Beneficial Ownership Disclosure Form.] |
Price Schedule Forms
[The Bidder shall fill in these Price Schedule Forms in accordance with the instructions indicated. The list of line items in column 1 of the Price Schedules shall coincide with the List of Goods and Related Services specified by the Purchaser in the Schedule of Requirements.]
* [For previously imported Goods, the quoted price shall be distinguishable from the original import value of these Goods declared to customs and shall include any rebate or mark-up of the local agent or representative and all local costs except import duties and taxes, which have been and/or have to be paid by the Purchaser. For clarity the Bidders are asked to quote the price including import duties, and additionally to provide the import duties and the price net of import duties which is the difference of those values.]
Price Schedule: Goods Manufactured in the Purchaser’s Country
| Purchaser’s Country
______________________
|
(Group A and B Bids)
Currencies in accordance with ITB15 |
Date: _________________________
RFB No: _____________________ Alternative No: ________________ Page N° ______ of ______ |
|||||||
| 1 | 2 | 3 | 4 | 5 | 6 | 7 | 8 | 9 | 10 |
| Line Item
N° |
Description of Goods | Delivery Date as defined by Incoterms | Quantity and physical unit | Unit price EXW | Total EXWprice per line item
(Col. 4´5) |
Price per line item for inland transportation and other services required in the Purchaser’s Country to convey the Goods to their final destination
|
Cost of local labor, raw materials and components from with origin in the Purchaser’s Country
% of Col. 5 |
Sales and other taxes payable per line item if Contract is awarded (in accordance with ITB 14.8(a)(ii) | Total Price per line item
(Col. 6+7) |
| [insert number of theitem] | [insert name of Good] | [insert quoted Delivery Date] | [insert number of units to be supplied and name of the physical unit] | [insert EXW unit price] | [insert total EXW price per lineitem] | [insert the corresponding price per line item] | [Insert cost of local labor, raw material and components from within the Purchase’s country as a % of the EXW price per line item] | [insert sales and other taxes payable per line item if Contract is awarded] | |
| Name of Bidder[insert complete name of Bidder]Signature of Bidder [signature of person signing the Bid]Date [insert date] | |||||||||
(Bank Guarantee)
[The bank shall fill in this Bank Guarantee Form in accordance with the instructions indicated.]
[Guarantor letterhead or SWIFT identifier code]
Beneficiary:[Purchaser to insert its name and address]
RFB No.:[Purchaser to insert reference number for the Request for Bids]
Alternative No.: [Insert identification No if this is a Bid for an alternative]
Date:[Insert date of issue]
BID GUARANTEE No.:[Insert guarantee reference number]
Guarantor:[Insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that ______ [insert name of the Bidder, which in the case of a joint venture shall be the name of the joint venture (whether legally constituted or prospective) or the names of all members thereof] (hereinafter called ”the Applicant”) has submitted or will submit to the Beneficiary its Bid (hereinafter called ”the Bid”) for the execution of ________________ under Request for Bids No. ___________ (“the RFB”).
Furthermore, we understand that, according to the Beneficiary’s conditions, Bids must be supported by a Bid guarantee.
At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of ___________ (____________) upon receipt by us of the Beneficiary’s complying demand, supported by the Beneficiary’s statement, whether in the demand itself or a separate signed document accompanying or identifying the demand, stating that either the Applicant:
(a) has withdrawn its Bid during the period of Bid validity set forth in the Applicant’s Letter of Bid (“the Bid Validity Period”), or any extension thereto provided by the Applicant; or
(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity Period or any extension thereto provided by the Applicant, (i) has failed to sign the contract agreement, or (ii) has failed to furnish the performance security, in accordance with the Instructions to Bidders (“ITB”) of the Beneficiary’s bidding document.
This guarantee will expire: (a) if the Applicant is the successful Bidder, upon our receipt of copies of the Contract agreement signed by the Applicant and the performance security issued to the Beneficiary in relation to such Contract agreement; or (b) if the Applicant is not the successful Bidder, upon the earlier of (i) our receipt of a copy of the Beneficiary’s notification to the Applicant of the results of the Bidding process; or (ii)twenty-eight days after the end of the Bid Validity Period.
Consequently, any demand for payment under this guarantee must be received by us at the office indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758.
_____________________________
[Signature(s)]
Note:All italicized text is for use in preparing this form and shall be deleted from the final product.
Form of Bid Security (Bid Bond)
[The Surety shall fill in this Bid Bond Form in accordance with the instructions indicated.]
BOND NO. ______________________
BY THIS BOND [name of Bidder] as Principal (hereinafter called “the Principal”), and [name, legal title, and address of surety],authorized to transact business in [name of country of Purchaser], as Surety (hereinafter called “the Surety”), are held and firmly bound unto [name of Purchaser] as Obligee (hereinafter called “the Purchaser”) in the sum of [amount of Bond][1][amount in words], for the payment of which sum, well and truly to be made, we, the said Principal and Surety, bind ourselves, our successors and assigns, jointly and severally, firmly by these presents.
WHEREAS the Principal has submitted or will submit a written Bid to the Purchaser dated the ___ day of ______, 20__, for the supply of [name of Contract] (hereinafter called the “Bid”).
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal:
- has withdrawn its Bid during the period of Bid validity set forth in the Principal’s Letter of Bid (“the Bid Validity Period”), or any extension thereto provided by the Principal; or
- having been notified of the acceptance of its Bid by the Purchaser during the Bid Validity Period or any extension thereto provided by the Principal; (i) failed to execute the Contract agreement; or (ii) has failed to furnish the Performance Security, in accordance with the Instructions to Bidders (“ITB”) of the Purchaser’s bidding document.
then the Surety undertakes to immediately pay to the Purchaser up to the above amount upon receipt of the Purchaser’s first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser shall state that the demand arises from the occurrence of any of the above events, specifying which event(s) has occurred.
The Surety hereby agrees that its obligation will remain in full force and effect up to and including the date 28 days after the date of expiration of the Bid Validity Periodset forth in the Principal’s Letter of Bid or any extension thereto provided by the Principal.
IN TESTIMONY WHEREOF, the Principal and the Surety have caused these presents to be executed in their respective names this ____ day of ____________ 20__.
Principal: _______________________ Surety: _____________________________
Corporate Seal (where appropriate)
_______________________________ ____________________________________
(Signature) (Signature)
(Printed name and title) (Printed name and title)
Form of Bid-Securing Declaration
[The Bidder shall fill in this Form in accordance with the instructions indicated.]
Date: [date (as day, month and year)]
Bid No.: [number of RFB process]
Alternative No.: [insert identification No if this is a Bid for an alternative]
To: [complete name of Purchaser]
We, the undersigned, declare that:
We understand that, according to your conditions, Bids must be supported by a Bid-Securing Declaration.
We accept that we will automatically be suspended from being eligible for bidding or submitting proposals in any contract with the Purchaser for the period of time of [number of months or years] starting on [date], if we are in breach of our obligation(s) under the Bid conditions, because we:
(a) have withdrawn our Bid during the period of Bid validity specified in the Letter of Bid; or
(b) having been notified of the acceptance of our Bid by the Purchaser during the period of Bid validity, (i) fail or refuse to sign the Contract; or (ii) fail or refuse to furnish the Performance Security, if required, in accordance with the ITB.
We understand this Bid Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of our Bid.
Name of the Bidder*
Name of the person duly authorized to sign the Bid on behalf of the Bidder** _______
Title of the person signing the Bid ______________________
Signature of the person named above ______________________
Date signed ________________________________ day of ___________________, _____
*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder attached to the Bid
[Note: In case of a Joint Venture, the Bid-Securing Declaration must be in the name of all members to the Joint Venture that submits the Bid.]
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated. This letter of authorization should be on the letterhead of the Manufacturer and should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer. The Bidder shall include it in its Bid, if so indicated in the BDS.]
Date: [insert date (as day, month and year) of Bid submission]
RFB No.: [insert number of RFB process]
Alternative No.: [insert identification No if this is a Bid for an alternative]
To:[insert complete name of Purchaser]
WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of[insert type of goods manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby authorize [insert complete name of Bidder] to submit a Bid the purpose of which is to provide the following Goods, manufactured by us [insert name and or brief description of the Goods], and to subsequently negotiate and sign the Contract.
We hereby extend our full guarantee and warranty in accordance with Clause 28 of the General Conditions of Contract, with respect to the Goods offered by the above firm.
Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]
Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]
Title: [insert title]
Dated on ____________ day of __________________, _______ [insert date of signing]
Eligibility for the Provision of Goods, Works and Non Consulting Services in
Bank-Financed Procurement
In reference to ITB 4.8 and ITB 5.1, for the information of the Bidders, at the present time firms, goods and services from the following countries are excluded from this Bidding process:
Under ITB 4.8(a) and ITB 5.1: none
Under ITB 4.8(b) and ITB 5.1 none
Section VI –Fraud and Corruption
(Section VI shall not be modified)
- Purpose
- The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement under Bank Investment Project Financing operations.
- Requirements
- The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders (applicants/proposers), consultants, contractors and suppliers; any sub-contractors, sub-consultants, service providers or suppliers; any agents (whether declared or not); and any of their personnel, observe the highest standard of ethics during the procurement process, selection and contract execution of Bank-financed contracts, and refrain from Fraud and Corruption.
- To this end, the Bank:
- Defines, for the purposes of this provision, the terms set forth below as follows:
- “corrupt practice” is the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;
- “fraudulent practice” is any act or omission, including misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain financial or other benefit or to avoid an obligation;
- “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;
- “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;
- “obstructive practice” is:
- deliberately destroying, falsifying, altering, or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive, or collusive practice; and/or threatening, harassing, or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or
- acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under paragraph 2.2 e. below.
- Rejects a proposal for award if the Bank determines that the firm or individual recommended for award, any of its personnel, or its agents, or its sub-consultants, sub-contractors, service providers, suppliers and/ or their employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question;
- In addition to the legal remedies set out in the relevant Legal Agreement, may take other appropriate actions, including declaring misprocurement, if the Bank determines at any time that representatives of the Borrower or of a recipient of any part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices during the procurement process, selection and/or execution of the contract in question, without the Borrower having taken timely and appropriate action satisfactory to the Bank to address such practices when they occur, including by failing to inform the Bank in a timely manner at the time they knew of the practices;
- Pursuant to the Bank’s Anti- Corruption Guidelines, and in accordance with the Bank’s prevailing sanctions policies and procedures, may sanction a firm or individual, either indefinitely or for a stated period of time, including by publicly declaring such firm or individual ineligible (i) to be awarded or otherwise benefit from a Bank-financed contract, financially or in any other manner;[2] (ii) to be a nominated[3] sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed contract; and (iii) to receive the proceeds of any loan made by the Bank or otherwise to participate further in the preparation or implementation of any Bank-financed project;
- Requires that a clause be included in bidding/request for proposals documents and in contracts financed by a Bank loan, requiring (i) bidders (applicants/proposers), consultants, contractors, and suppliers, and their sub-contractors, sub-consultants, service providers, suppliers, agents personnel, permit the Bank to inspect[4] all accounts, records and other documents relating to the procurement process, selection and/or contract execution, and to have them audited by auditors appointed by the Bank.
| Section VII – Schedule of Requirements |
Contents
- List of Goods and Delivery Schedule……………………………………………………………………. 73
- List of Related Services and Completion Schedule……………………………………………….. 73
- Technical Specifications………………………………………………………………………………………. 74
- Drawings……………………………………………………………………………………………………………. 74
- Inspections and Tests………………………………………………………………………………………….. 85
|
|
3 No. Pick-Ups
| MINIMUM SPECIFICATIONS REQUESTED | OFFERED SPECIFICATIONS |
| Main Application | |
| MAKE : | |
| MODEL (2021) : | |
| The vehicle offered should be based on the manufacturer’s current standard production models, which conforms as near as possible to the following specifications. | |
| OUTLINE SPECIFICATION | |
| PRINICIPAL FEATURES SOUGHT | |
| – Left Hand Steering Control | – |
| – Adjustable steering | – |
| – Four Wheel Drive | – |
| – Automatic Disconnecting Differential (ADD) | – |
| – AM/FM Radio with CD Player with speakers | – |
| – Power Window | – |
| – Inside Driving mirror | – |
| – 3 way intermittent wiper Windscreen washer spray Heat defroster | – |
| – Central Lock | – |
| – Keyless Entry | – |
| – Air Bag Driver And Passenger | – |
| – Anti-Lock Braking System (Abs) | – |
| – One (1) Tonne Payload | – |
| – Load Sensing Pressure Valve (Load Balancing) | – |
| – High Stop Lamp On Bucket | – |
| – Fog lamps | – |
| EXTERIOR | |
| – Double Cabin | – |
| – Rear and side step | – |
| – Mud splash guards, front and rear fenders | – |
| – Fog lamp | – |
| – High Stop Lamp On Bucket | – |
| – Maker standard colour finish or nearest equivalent | – |
| – Colour to be selected by bidder | – |
| ENGINE | |
| – Engine Capacity 2.8L | – |
| – Engine displacement 2755 cc | – |
| – Diesel 4 stroke 4 cylinder inline | – |
| – Power output 130 kW @ 3400rpm (max) | – |
| – Torque 450 Nm @ 2400 rpm (max) | – |
| – Bore & Stroke (mm): 92.0 x 103.6 | – |
| – Compression Ratio: 15.6 | – |
| – Fuel tank 80 litres (maximum) capacity with strainer , sediment drain and water elements | – |
| – Fuel pump type – Distributor type | – |
| TRANSMISSION | |
| – Mechanical floor mounted shift gear | – |
| – Automatic Transmission: Maximum 6 speed forward and 1 reverse “High” and “Low” transfer box | – |
| – Heavy duty single dry plate, Diaphragm – clutch type | – |
| – Four wheel drive | – |
| SUSPENSION | |
| – Double wishbone with stabilizer bar – front suspension | – |
| – Leaf Spring – rear suspension | – |
| – Load Sensing Pressure Valve (Load Balancing) | – |
| DIMENSIONS AND WEIGHTS | |
| – OVERALL SIZE | – |
| – Length x Width x Height (mm) max. – 5330 x 1855 x 1815 | – |
| – Wheelbase (max): 3085 mm | – |
| – BUCKET SIZE- Length x Width x Height (mm) max. – 1525x 1540 x 480 | – |
| – Volume – 1.0m3 | – |
| – GVW: 2910 kg max | – |
| – One (1) Tonne Payload | – |
| – Angle of Approach – 310 | – |
| – Angle of Departure – 210 | – |
| – Turning Radius, m (max) – 6.4 | – |
| – Ground clearance : 280 mm – 310 mm | – |
| STEERING, TYRES AND WHEELS | |
| – Left hand side control | – |
| – Power assisted | – |
| – Steering Gear type – Rack and Pinion | – |
| – Tyre size: 265/65 R17 or equivalent | – |
| – Rim type – Alloyed Steel | – |
| – Rim size: 17’’ | – |
| – Spare tyre same size and mounted under carriage | – |
| – Best quality radial ply on/off highway | – |
| BRAKES AND SAFETY | |
| – Hydraulically Power assisted | – |
| – Ventilated Disk type – front | – |
| – Drums type – rear | – |
| – Mechanical parking brake | – |
| – Anti-Lock Braking System (ABS) | – |
| – Seatbelts for seats | – |
| – Airbag (Driver, passenger and knee airbag) | – |
| ELECTRICALS | |
| – Heavy duty battery 12 volts (64Ah rating) | – |
| – Heavy duty starter and alternator | – |
| – Hazard warning lights | – |
| – Exterior lights and indicators to conform with Ghanaian regulations | – |
| – All electrical components fully tropicalised | – |
| – Head and tail lights, cabin lights and back up lights as well as indicator lights | – |
| INSTRUMENT PANEL, COMFORT AND AUDIO | |
| – Air conditioning | – |
| – AM/FM Electronic Tuning Radio with CD Player, USB/AUX Terminal and Speakers | – |
| – Audio control switches on steering wheel | – |
| – Power Window | – |
| – Central Lock | – |
| – Keyless Entry with Alarm | – |
| – Odometer/Speedometer/Trip meter reading to 1 km (Trip meter to 0.1km) | – |
| – Digital clock | – |
| – Cup Holders | – |
| – Horn | – |
| – Engine temperature gauge | – |
| – Low engine oil pressure warning lights and gauge | – |
| – Battery charge gauge | – |
| – Fuel level gauge | – |
| SEATS | |
| – Bucket type front seats | – |
| – Seating Capacity – 5 persons | – |
| – Seat material – Heavy duty fabric | – |
| ACCESSORIES | |
| – Bucket liner | – |
| ENVIRONMENTALLY Sound automotive waste management practices in accordance with EPA Permit Conditions and guidelines, PERMIT CERTIFICATE MUST BE ATTACHED | |
| MANUALS (IN ENGLISH) | |
| – One operators maintenance manual with lubrication chart for each vehicle unit | – |
| MISCELLANEOUS | |
| – Maker’s standard toolkit together with suitable hydraulic jack (or heavy-duty equivalent). Wheel spanners | – |
| – A suitable fire extinguisher to be installed in the vehicle | – |
| – Specify warranty period offered | – |
| – Manufacturer Certified Efficiently Functioning Workshop in Northern, Middle and Southern Belts including Accra of Ghana | – |
| – Attach proof of all technical information provided above | – |
2 No. SUVs
| MINIMUM SPECIFICATIONS REQUESTED | OFFERED SPECIFICATIONS |
| MAKE : | |
| MODEL : | |
| General
Equipment offered should be from the manufacture’s own standard range of production in current supply and conforming as near as possible to the following specifications. Vehicles should be suitable for continuous operation in tropical conditions altitudes 1,500 M above sea level. Bidder shall ensure that the vehicle offered complies with the stipulated requirements of law pertaining to operation vehicles in Ghana or any modification there in effect at the time of submitting the bid. All items to be fully assembled with all the normal standard fittings and tested ready for immediate use. |
|
| 2. PRINCIPAL FEATURES SOUGHT | |
| – Left- hand drive ,power assisted steering
– Diesel turbo engine with maximum output power of 130kW@3400 rpm – GVW 2715 kg approx.(max) – FM/AM radio/ CD player with auxiliary input/USB, 6 speakers maximum and 8inch display audio blue tooth – 4 Wheel Drive Station wagon – Eco drive mode – with(eco+normal+sport) – 7 Seater – Dual zone climatic Air Conditioner (Left and Right Controls) with independent rear switch – Leather upholstery – Air Bag System: Driver and Passenger + Knee for Driver – Side impact beams on all doors – Side step – Steering column-Manually adjustable – Front seat slide – drivers and passenger (drivers and passenger:power) – Rear spoiler integrated high stop lamp – Chrome plated front grille and door handles – Chrome plate rear license garnish – Integrated antenna in rear and side glass – Immobilizer – Max. Ground clearance: 279 mm – Audio controls on steering wheel |
– |
| 3. DIMENSIONS | |
| – Length: 4795mm | – |
| – Width: 1855mm
– Height: 1835mm |
– |
| Interior dimensions | |
| – Length: 2487mm | – |
| – Width: 1478mm | – |
| – Height: 1103mm | – |
| Tread
Front: 1545mm Rear: 1555mm |
|
| Angle of approach (degrees): 30 | |
| Angle of departure (degrees): 25 | |
| Minimum turning radius
Tyre: 5.8m Body: 6.2m |
|
| 4. ENGINE | |
| – Diesel turbo engine with maximum output power of 130kW@3400 rpm | – |
| – Engine capacity: Max. 2.8 L (4 cylinder, inline, 16 valve, Diesel engine) | – |
| – Maximum output: 130 kW @ 3400 rpm | – |
| – Maximum torque: 450Nm @2400 rpm | – |
| – Fuel pump type | – |
| – Heavy duty dry type air cleaner with replaceable element (s) | – |
| – Positive oil and fuel filtering systems with replaceable elements | – |
| – Dust proof crankcase breather and oil filter cap/ heavy duty, tropicalised engine cooling system with direct drive cooling fan | – |
| 5. TRANSMISSION, TRANSFER AND DRIVELINE | |
| – Automatic transmission; maximum 6 speeds forward all synchromesh and one reverse | – |
| – Full time 4WD | – |
| – Automatic free running hubs | – |
| 6. STEERING SYSTEM | |
| – Left hand side control | – |
| – Power assisted tilt steering | – |
| – Multi functionary steering control (audio controls on steering wheels) | – |
| 7. BRAKE SYSTEM | |
| – Dual circuit hydraulic system with vacuum booster | – |
| – Front brake: Ventilated disc brakes
– Rear brakes: Ventilated disc brakes |
– |
| – Anti-Lock Brake System (ABS) | – |
| – Mechanical parking brake | – |
| 8. SUSPENSION | |
| – Front: Heavy duty double wishbone suspension with coil spring and double acting, telescopic shock absorbers
– Rear: 4-link with lateral rod |
– |
| TYRES AND WHEELS | |
| – Radial tyres tubeless suitable to the full load rating and for/off highway ground conditions | – |
| – Alloy wheels | – |
| – Tyre size: 265/65 R17 | – |
| – Full size spare tyre mounted on a suitable carrier with cover | – |
| 9. ELECTRICAL AND ANCILLARIES | |
| – 12 volts. All electrical components tropicalized | – |
| – Heavy duty battery (specify rating, 64Ah) | – |
| – Heavy duty alternator (specify rating, 2.2 kW) | – |
| – Exterior lights and indicators to conform with Ghanaian regulations | – |
| – Hazard warning light | – |
| – 2-speed electric windshield wiper with intermittent feature and electric windshield washer | – |
| – Rear wiper and washer | – |
| INSTRUMENT MONITORS AND WARNING DEVICES | |
| – All calibrations on gauge/meters to be in metric units | – |
| – Speedometer, odometer, tripmeter | – |
| – Multi information display (Fuel consumption, avg speed, etc) | – |
| – Engine coolant temperature gauge and temperature warning light | – |
| – Engine oil low pressure warning light | – |
| – Battery check indicator | – |
| – Fuel level gauge and low fuel warning light | – |
| – Side turn indicators integrated on rear view mirrors | – |
| CAB AND ACCESSORIES | |
| – Seating capacity: 7 persons | – |
| – Leather seats | – |
| – 12V DC power outlets | – |
| – Separate buckets seats for driver and front passenger | – |
| – Driver and passenger sun visor; assist grip for all passengers | – |
| – Seatbelts on all seats | – |
| – Driver and Passenger Air bag | – |
| – Power mirror / retractable | – |
| – Clearance and back sonar | – |
| – Central Door locking system | – |
| – Side step | – |
| – Front fog and driving lamp | – |
| – Rear fog lamp | – |
| – Dual zone climatic Air Conditioner (Left and Right Controls) with independent rear switch | – |
| – FM/AM radio/ CD player with auxiliary input/USB/Blue tooth, and 6 speakers. | – |
| – Digital clock | – |
| – Power window front and rear | – |
| – Roof rail | – |
| – Power rear view mirrors (left & right) | – |
| BODY EXTERIOR | |
| – Laminated windshield and safety glass throughout | – |
| – Vertical opening back door | – |
| – Over fenders | – |
| – Colour finish to be determined by the client. Bidder to specify colour and trim options available | – |
| – Fuel tank with security lock | – |
| MISCELLANEOUS | |
| – Rechargeable fire extinguisher | – |
| – Warning triangle | – |
| – First Aid Kit | – |
| – Heavy duty vehicle jack, wheel spanner and all accessories | – |
| – Makers standard toolkit | – |
| – Chassis: Ladder type box section preferred. Makers standard to be specified | – |
| – Protection against corrosion: Optimum and guaranteed protection is required. | – |
| – Operating manual in English | – |
| – Warranty: 36-months or 100,000-km whichever comes first | – |
| Additional Features: Bidder is invited to list features offered which are additional to those specified above |
1 No. SALOON CAR
| MINIMUM SPECIFICATIONS REQUESTED | OFFERED SPECIFICATIONS |
| Saloon Car | Quantity: |
| 4 Door | Make: |
| About 1820 GVW | Model: |
| Year of Manufacture | 2021 |
| 1. MAIN APPLICATION
The vehicle offered shall be based on the Toyota manufacture’s current standard production model, which conforms as near as possible to the following specifications. Vehicles shall be suitable for continuous operations in tropical condition and for use in areas of Ghana |
|
| 2. PRINCIPAL FEATURES SOUGHT
– Left hand steering control – GVW 1820kg – Kerb weight 1265-1320 kg – Wheelbase: 2700 mm approx. – Ground clearance 130 mm – Four door sedan – Driver + Passenger + Curtain + Knee airbags – Side impact beams on all doors – Automatic power windows on all doors – New current model of highest quality |
|
| 3. ENGINE
– Petrol, 4 stroke 4 cylinder, in line, – Dual VVT-i with Twin Cam – Engine capacity 1.8L – Minimum output 103kW/6400 engine rpm – Maximum Torque 172 Nm/4000 engine rpm – Min turning radius (Tire/Body) 5.4/5.8 m – Natural aspiration – Positive oil and fuel filtering with replaceable element – Fuel tank 55 litres capacity with strainer and sediment drain – Dust proof crankcase breather and oil filter cap – Heavy duty tropical cooling system suited for ambient temperatures of 450C direct drive cooling fan – Engine under-guard Protection |
|
| 4. TRANSMISSION TRANSFER AND DRIVELINE
– 7 speed Continuous Variable Transmission |
|
| 5. SUPENSION
– Independent suspension for both front and rear (MacPherson struts for front and Torsion beam with Toe correction) – Full size spare tyre – Heavy duty coil springs – Double acting heavy duty telescopic shock absorbers for front and rear – Impact absorbing body structure |
|
| 6. STEERING
– Left hand side control – Power assisted – Tilt/Collapsible telescopic steering column |
|
| 8. BRAKES
– Power assisted – Ventilated Discs type- front – Solid Discs type, rear – Dual hydraulic circuit – ABS/EBD – Hand operated lever type parking brake |
|
| 9. WHEEL RIMS AND TIRES
– 225/45R17 wheels – Toyota recommended standard suitable for on/off road duties – Tubeless tyres – Alloy Wheels |
|
| 10. ELECTRICAL AND ANCILLARIES
– 12 volts – Heavy duty battery – Heavy duty starter and alternator – Hazard warning lights – Exterior lights and indicators to conform with Ghanaian regulations – Fog lamps |
|
| 11. cab and accessories
– Forced ventilation system fitted with multiple speed fans. – Air conditioning – AM/FM radio /DVD player – Reverse camera – Digital clock. – Seating capacity: 5 persons with bucket type front seat upholstery shall be heavy-duty breathing cloth. – Safety belt front and rear – Safety glass throughout – Sun visors – Alam – Dual outside mirrors and inside rear view mirrors – Outside mirrors, electrically controlled – Front and rear seat head rest |
|
| 12. INSTRUMENTS, MONITORS AND WARNING DEVICES
– Odometer/Speedometer/Trip meter reading to 1 km (Tripmeter to 0.1km) – Maximum speed 240 km/hr – Engine temperature gauge. Engine oil level gauge, -Parking brake light, Speedometer and odometer, Engine speed Tachometer, Seat belt and door warning lights. – Low engine oil pressure warning lights and gauge – Battery charge gauge (Amp meter) – Fuel level gauge |
|
| 13. PROTECTION AGAINST CORROSION
– Optimum and guaranteed protection is required for complete vehicle – Warranty period (3 years or 100,000km whichever comes first)
|
|
| 14. COLOUR FINISH AND MARKING
– Toyota Maker’s Standard |
|
| 15. MANUALS (IN ENGLISH)
One operators maintenance manual |
|
- Drawings
This bidding document includes: No drawings.
The following inspections and tests shall be performed: Purchaser’s Inspection and Acceptance Conformity tests
| Section VIII -General Conditions of Contract |
Table of Clauses
- Definitions. 90
- Contract Documents. 91
- Fraud and Corruption. 91
- Interpretation. 91
- Language. 92
- Joint Venture, Consortium or Association. 93
- Eligibility. 93
- Notices. 93
- Governing Law.. 93
- Settlement of Disputes. 94
- Inspections and Audit by the Bank. 94
- Scope of Supply. 95
- Delivery and Documents. 95
- Supplier’s Responsibilities. 95
- Contract Price. 95
- Terms of Payment 95
- Taxes and Duties. 95
- Performance Security. 96
- Copyright 96
- Confidential Information. 96
- Subcontracting. 97
- Specifications and Standards. 97
- Packing and Documents. 98
- Insurance. 98
- Transportation and Incidental Services. 99
- Inspections and Tests. 99
- Liquidated Damages. 100
- Warranty. 101
- Patent Indemnity. 101
- Limitation of Liability. 103
- Change in Laws and Regulations. 103
- Force Majeure. 103
- Change Orders and Contract Amendments. 104
- Extensions of Time. 105
- Termination. 106
- Assignment 107
- Export Restriction. 107
Section VIII – General Conditions of Contract
APPENDIX TO GENERAL CONDITIONS
(Text in this Appendix shall not be modified)
- Purpose
- The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement under Bank Investment Project Financing operations.
- Requirements
- The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders (applicants/proposers), consultants, contractors and suppliers; any sub-contractors, sub-consultants, service providers or suppliers; any agents (whether declared or not); and any of their personnel, observe the highest standard of ethics during the procurement process, selection and contract execution of Bank-financed contracts, and refrain from Fraud and Corruption.
- To this end, the Bank:
- Defines, for the purposes of this provision, the terms set forth below as follows:
- “corrupt practice” is the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;
- “fraudulent practice” is any act or omission, including misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain financial or other benefit or to avoid an obligation;
- “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;
- “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;
- “obstructive practice” is:
- deliberately destroying, falsifying, altering, or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive, or collusive practice; and/or threatening, harassing, or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or
- acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under paragraph 2.2 e. below.
- Rejects a proposal for award if the Bank determines that the firm or individual recommended for award, any of its personnel, or its agents, or its sub-consultants, sub-contractors, service providers, suppliers and/ or their employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question;
- In addition to the legal remedies set out in the relevant Legal Agreement, may take other appropriate actions, including declaring misprocurement, if the Bank determines at any time that representatives of the Borrower or of a recipient of any part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices during the procurement process, selection and/or execution of the contract in question, without the Borrower having taken timely and appropriate action satisfactory to the Bank to address such practices when they occur, including by failing to inform the Bank in a timely manner at the time they knew of the practices;
- Pursuant to the Bank’s Anti- Corruption Guidelines and in accordance with the Bank’s prevailing sanctions policies and procedures, may sanction a firm or individual, either indefinitely or for a stated period of time, including by publicly declaring such firm or individual ineligible (i) to be awarded or otherwise benefit from a Bank-financed contract, financially or in any other manner;[5] (ii) to be a nominated[6] sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed contract; and (iii) to receive the proceeds of any loan made by the Bank or otherwise to participate further in the preparation or implementation of any Bank-financed project;
- Requires that a clause be included in bidding/request for proposals documents and in contracts financed by a Bank loan, requiring (i) bidders (applicants/proposers), consultants, contractors, and suppliers, and their sub-contractors, sub-consultants, service providers, suppliers, agents personnel, permit the Bank to inspect[7] all accounts, records and other documents relating to the procurement process, selection and/or contract execution, and to have them audited by auditors appointed by the Bank.
| Section IX – Special Conditions of Contract | |
| The following Special Conditions of Contract (SCC) shall supplement and / or amend the General Conditions of Contract (GCC).Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.
[The Purchaser shall select insert the appropriate wording using the samples below or other acceptable wording, and delete the text in italics] |
|
| GCC 1.1(i) | The Purchaser’s Country is: Ghana |
| GCC 1.1(j) | The Purchaser is: Ministry of Gender, Children and Social Protection (MoGCSP) |
| GCC 1.1 (o) | The Project Site(s)/Final Destination(s) is/are: Ministry of Gender, Children and Social Protection (MoGCSP) |
| GCC 4.2 (a) | The meaning of the trade terms shall be as prescribed by Incoterms. If the meaning of any trade term and the rights and obligations of the parties thereunder shall not be as prescribed by Incoterms, they shall be as prescribed by: [exceptional; refer to other internationally accepted trade terms ] |
| GCC 4.2 (b) | The version edition of Incoterms shall be 2020 edition. |
| GCC 5.1 | The language shall be: English |
| GCC 8.1 | For notices, the Purchaser’s address shall be:
Chief Director/ Project Administrator Ministry of Gender, Children & Social Protection Ghana Productive Safety Nets Project (GPSNP) P O Box MBO186 Accra, Room No 14 Accra, Ghana Telephone: (+233) 0302 688181 / 0302 688187 / 0302 688184 Email: info@mogcsp.gov.gh
|
| GCC 9.1 | The governing law shall be the law of: Ghana |
| GCC 10.2 | The rules of procedure for arbitration proceedings pursuant to GCC Clause 10.2 shall be as follows:
(a) Contract with foreign Supplier: If the Purchaser chooses the UNCITRAL Arbitration Rules, the following sample clause should be inserted: GCC 10.2 (a)—Any dispute, controversy or claim arising out of or relating to this Contract, or breach, termination or invalidity thereof, shall be settled by arbitration in accordance with the UNCITRAL Arbitration Rules as at present in force. If the Purchaser chooses the Rules of ICC, the following sample clause should be inserted: GCC 10.2 (a)—All disputes arising in connection with the present Contract shall be finally settled under the Rules of Conciliation and Arbitration of the International Chamber of Commerce by one or more arbitrators appointed in accordance with said Rules. If the Purchaser chooses the Rules of Arbitration Institute of Stockholm Chamber of Commerce, the following sample clause should be inserted: GCC 10.2(a)—Any dispute, controversy or claim arising out of or in connection with this Contract, or the breach termination or invalidity thereof, shall be settled by arbitration in accordance with the Rules of the Arbitration Institute of the Stockholm Chamber of Commerce. If the Purchaser chooses the Rules of the London Court of International Arbitration, the following clause should be inserted: GCC 10.2 (a)—Any dispute arising out of or in connection with this Contract, including any question regarding its existence, validity or termination shall be referred to and finally resolved by arbitration under the Rules of the London Court of International Arbitration, which rules are deemed to be incorporated by reference to this clause. (b) Contracts with Supplier national of the Purchaser’s Country: In the case of a dispute between the Purchaser and a Supplier who is a national of the Purchaser’s Country, the dispute shall be referred to adjudication or arbitration in accordance with the laws of the Purchaser’s Country. |
| GCC 13.1 | Details of Shipping and other Documents to be furnished by the Supplier
Copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount; (ii) Original and 3 (three) copies of the negotiable, clean, on-board bill of lading marked “freight prepaid” and 3 (three) copies of nonnegotiable bill of lading; (iii) Copies of the packing list identifying contents of each package; (iv) Insurance Certificate; (v) Manufacturer’s or Supplier’s warranty certificate; (vi) Inspection certificate, issued by the nominated inspection agency, and the Supplier’s factory inspection report; and (vii) Certificate of origin. The above documents shall be received by the Purchaser before arrival of the Goods and, if not received, the Supplier will be responsible for any consequent expenses. |
| GCC 15.1 | The prices charged for the Goods supplied and the related Services performed Shall not be adjustable.
If prices are adjustable, the following method shall be used to calculate the price adjustment N/A |
| GCC 16.1 | Sample provision
GCC 16.1—The method and conditions of payment to be made to the Supplier under this Contract shall be as follows: Payment for Goods supplied from abroad: Payment of foreign currency portion shall be made in Ghana Cedis in the following manner: (i) Advance Payment: Ten (10) percent of the Contract Price shall be paid within thirty (30) days of signing of the Contract, and upon submission of claim and a bank guarantee for equivalent amount valid until the Goods are delivered and in the form provided in the bidding document or another form acceptable to the Purchaser. (ii) On Shipment: Eighty (80) percent of the Contract Price of the Goods shipped shall be paid through irrevocable confirmed letter of credit opened in favor of the Supplier in a bank in its country, upon submission of documents specified in GCC Clause 13. (iii) On Acceptance: Ten (10) percent of the Contract Price of Goods received shall be paid within thirty (30) days of receipt of the Goods upon submission of claim supported by the acceptance certificate issued by the Purchaser. Payment of local currency portion shall be made in Ghana Cedis within thirty (30) days of presentation of claim supported by a certificate from the Purchaser declaring that the Goods have been delivered and that all other contracted Services have been performed. Payment for Goods and Services supplied from within the Purchaser’s Country: Payment for Goods and Services supplied from within the Purchaser’s Country shall be made in GHS, as follows: (i) Advance Payment: Zero percent of the Contract Price shall be paid within thirty (30) days of signing of the Contract against a simple receipt and a bank guarantee for the equivalent amount and in the form provided in the bidding document or another form acceptable to the Purchaser. N/A (ii) On Delivery: One Hundred (100) percent of the Contract Price shall be paid on receipt of the Goods and upon submission of the documents specified in GCC Clause 13. (iii) On Acceptance: Zero percent of the Contract Price shall be paid to the Supplier within thirty (30) days after the date of the acceptance certificate for the respective delivery issued by the Purchaser. N/A |
| GCC 16.5 | The payment-delay period after which the Purchaser shall pay interest to be: N/A |
| GCC 18.1 | A Performance Security shall be required
Performance Security shall be: 10% of the Contract price |
| GCC 18.3 | If required, the Performance Security shall be in the form of: a Bank Guarantee
If required, the Performance security shall be denominated in a freely convertible currency acceptable to the Purchaser” or “ the currencies of payment of the Contract, in accordance with their portions of the Contract Price |
| GCC 18.4 | Discharge of the Performance Security shall take place: not later than twenty-eight (28) days following the date of completion of the suppliers’ performance obligations under the contract, including any warranty obligations. |
| GCC 23.2 | The packing, marking and documentation within and outside the packages shall be:
Product packages shall be clearly and durably marked on their bases, and metal tags shall be attached to the inside and outside of reels, and will display the following mandatory information in English:
a. Contract Number b. Name or trade mark of manufacturer c. Name and address of Consignee d. Country of origin e. Gross weight f. Net weight g. Package number of total number of packages h. Brief description of the content. i. Shipping data.
All materials used for packing shall be environmentally neutral. Additional marking and documentation within and outside the packages shall be: None.
The packing, marking and documentation within and outside the packages shall be as specified in clause 6 of section VII. and all packages or crates shall be marked as follows:
Consignee of materials:
Chief Director Ministry of Gender Children and Social Protection (MOGCSP) Accra, Ghana |
| GCC 24.1 | The insurance coverage shall be as specified in the Incoterms. |
| GCC 25.1 | Responsibility for transportation of the Goods shall be as specified in the Incoterms. |
| GCC 25.2 | Incidental services to be provided are: indicated in the Specification (including Schedule of Requirements and Technical Specifications) |
| GCC 26.1 | The inspections and tests shall be: Inspection & Tests” described in Section VII. Technical Specifications.
The items shall be inspected, tested and accepted by the Inspection and Acceptance Committee appointed by the Purchaser |
| GCC 26.2 | The Inspections and tests shall be conducted at: the suppliers premises at Accra, Ghana |
| GCC 27.1 | The liquidated damage shall be: 0.5 % per week |
| GCC 27.1 | The maximum amount of liquidated damages shall be: 10% |
| GCC 28.3 | The period of validity of the Warranty shall be: 365 days or more
For purposes of the Warranty, the place(s) of final destination(s) shall be: Ministry of Gender Children and Social Protection, Accra, Ghana Sample provision
GCC 28.3—In partial modification of the provisions, the warranty period shall be 12 months from date of acceptance of the Goods or 18 months from the date of shipment, whichever occurs earlier. The Supplier shall, in addition, comply with the performance and/or consumption guarantees specified under the Contract. If, for reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall, at its discretion, either:
(a) make such changes, modifications, and/or additions to the Goods or any part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance tests in accordance with GCC 26.7,
or
(b) pay liquidated damages to the Purchaser with respect to the failure to meet the contractual guarantees. The rate of these liquidated damages shall be: N/A.
|
| GCC 28.5, GCC 28.6 | The period for repair or replacement shall be: 30 days. |
| GCC 33.4 | If the value engineering proposal is approved by the Purchaser the amount to be paid to the Supplier shall be 20% (insert appropriate percentage. The percentage is normally up to 50% of the reduction in the Contract Price.
|
Attachment: Price Adjustment Formula
If in accordance with GCC 15.1, prices shall be adjustable, the following method shall be used to calculate the price adjustment:
15.1 Prices payable to the Supplier, as stated in the Contract, shall be subject to adjustment during performance of the Contract to reflect changes in the cost of labor and material components in accordance with the formula:
P1 = P0 [a + bL1 + cM1] – P0
L0 M0
a+b+c = 1
in which:
P1 = adjustment amount payable to the Supplier.
P0 = Contract Price (base price).
a = fixed element representing profits and overheads included in the Contract Price and generally in the range of five (5) to fifteen (15) percent.
b = estimated percentage of labor component in the Contract Price.
c = estimated percentage of material component in the Contract Price.
L0, L1 = *labor indices applicable to the appropriate industry in the country of origin on the base date and date for adjustment, respectively.
M0, M1 = *material indices for the major raw material on the base date and date for adjustment, respectively, in the country of origin.
The Bidder shall indicate the source of the indices, and the source of exchange rate (if applicable)and the base date indices in its Bid.
The coefficients a, b, and c as specified by the Purchaser are as follows:
a = 0.05
b=0.475
c= 0.475
Base date = thirty (30) days prior to the deadline for submission of the Bids.
Date of adjustment = [insert number of weeks]weeks prior to date of shipment (representing the mid-point of the period of manufacture).
The above price adjustment formula shall be invoked by either party subject to the following further conditions:
- No price adjustment shall be allowed beyond the original delivery dates. As a rule, no price adjustment shall be allowed for periods of delay for which the Supplier is entirely responsible. The Purchaser will, however, be entitled to any decrease in the prices of the Goods and Services subject to adjustment.
- If the currency in which the Contract Price P0 is expressed is different from the currency of origin of the labor and material indices, a correction factor will be applied to avoid incorrect adjustments of the Contract Price. The correction factor shall be: Z0 / Z1, where,
Z0 = the number of units of currency of the origin of the indices which equal to one unit of the currency of the Contract Price P0 on the Base date, and
Z1 = the number of units of currency of the origin of the indices which equal to one unit of the currency of the Contract Price P0 on the Date of Adjustment.
- No price adjustment shall be payable on the portion of the Contract Price paid to the Supplier as advance payment.
| Section X – Contract Forms |
Notification of Intention to Award. 120
Beneficial Ownership Disclosure Form.. 124
Notification of Intention to Award
[This Notification of Intention to Award shall be sent to each Bidder that submitted a Bid.]
[Send this Notification to the Bidder’s Authorized Representative named in the Bidder Information Form]
For the attention of Bidder’s Authorized Representative
Name: [insert Authorized Representative’s name]
Address: [insert Authorized Representative’s Address]
Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]
Email Address: [insert Authorized Representative’s email address]
[IMPORTANT: insert the date that this Notification is transmitted to Bidders. The Notification must be sent to all Bidders simultaneously. This means on the same date and as close to the same time as possible.]
DATE OF TRANSMISSION: This Notification is sent by: [email/fax] on [date] (local time)
Notification of Intention to Award
Purchaser: [insert the name of the Purchaser]
Project:[insert name of project]
Contract title: [insert the name of the contract]
Country: [insert country where RFB is issued]
Loan No. /Credit No. / Grant No.: [insert reference number for loan/credit/grant]
RFB No: [insert RFB reference number from Procurement Plan]
This Notification of Intention to Award (Notification) notifies you of our decision to award the above contract. The transmission of this Notification begins the Standstill Period. During the Standstill Period you may:
- request a debriefing in relation to the evaluation of your Bid, and/or
- submit a Procurement-related Complaint in relation to the decision to award the contract.
- The successful Bidder
| Name: | [insert nameof successful Bidder] |
| Address: | [insert addressof the successful Bidder] |
| Contract price: | [insert contract priceof the successful Bid] |
- Other Bidders [INSTRUCTIONS: insert names of all Bidders that submitted a Bid. If the Bid’s price was evaluated include the evaluated price as well as the Bid price as read out.]
| Name of Bidder | Bid price | Evaluated Bid price
(if applicable) |
| [insert name] | [insert Bid price] | [insert evaluated price] |
| [insert name] | [insert Bid price] | [insert evaluated price] |
| [insert name] | [insert Bid price] | [insert evaluated price] |
| [insert name] | [insert Bid price] | [insert evaluated price] |
| [insert name] | [insert Bid price] | [insert evaluated price] |
- Reason/s why your Bid was unsuccessful
| [INSTRUCTIONS: State the reason/s why this Bidder’s Bid was unsuccessful. Do NOT include: (a) a point by point comparison with another Bidder’s Bid or (b) information that is marked confidential by the Bidder in its Bid.] |
- How to request a debriefing
| DEADLINE: The deadline to request a debriefing expires at midnight on [insert date] (local time).
You may request a debriefing in relation to the results of the evaluation of your Bid. If you decide to request a debriefing your written request must be made within three (3) Business Days of receipt of this Notification of Intention to Award. Provide the contract name, reference number, name of the Bidder, contact details; and address the request for debriefing as follows: Attention: [insert full name of person, if applicable] Title/position: [insert title/position] Agency: [insert name of Purchaser] Email address: [insert email address] Fax number: [insert fax number] delete if not used If your request for a debriefing is received within the 3 Business Days deadline, we will provide the debriefing within five (5) Business Days of receipt of your request. If we are unable to provide the debriefing within this period, the Standstill Period shall be extended by five (5) Business Days after the date that the debriefing is provided. If this happens, we will notify you and confirm the date that the extended Standstill Period will end. The debriefing may be in writing, by phone, video conference call or in person. We shall promptly advise you in writing how the debriefing will take place and confirm the date and time. If the deadline to request a debriefing has expired, you may still request a debriefing. In this case, we will provide the debriefing as soon as practicable, and normally no later than fifteen (15) Business Days from the date of publication of the Contract Award Notice. |
- How to make a complaint
| Period: Procurement-related Complaint challenging the decision to award shall be submitted by midnight, [insert date] (local time).
Provide the contract name, reference number, name of the Bidder, contact details; and address the Procurement-related Complaint as follows: Attention: [insert full name of person, if applicable] Title/position: [insert title/position] Agency: [insert name of Purchaser] Email address: [insert email address] Fax number: [insert fax number] delete if not used At this point in the procurement process, you may submit a Procurement-related Complaint challenging the decision to award the contract. You do not need to have requested, or received, a debriefing before making this complaint. Your complaint must be submitted within the Standstill Period and received by us before the Standstill Period ends. Further information: For more information see the Procurement Regulations for IPF Borrowers (Procurement Regulations)[https://policies.worldbank.org/sites/ppf3/PPFDocuments/Forms/DispPage.aspx?docid=4005] (Annex III). You should read these provisions before preparing and submitting your complaint. In addition, the World Bank’s Guidance “How to make a Procurement-related Complaint” [http://www.worldbank.org/en/projects-operations/products-and-services/brief/procurement-new-framework#framework] provides a useful explanation of the process, as well as a sample letter of complaint. In summary, there are four essential requirements: 1. You must be an ‘interested party’. In this case, that means a Bidder who submitted a Bid in this bidding process, and is the recipient of a Notification of Intention to Award. 2. The complaint can only challenge the decision to award the contract. 3. You must submit the complaint within the period stated above. 4. You must include, in your complaint, all of the information required by the Procurement Regulations (as described in Annex III). |
- Standstill Period
| DEADLINE: The Standstill Period is due to end at midnight on [insert date] (local time).
The Standstill Period lasts ten (10) Business Days after the date of transmission of this Notification of Intention to Award. The Standstill Period may be extended as stated in Section 4 above. |
If you have any questions regarding this Notification please do not hesitate to contact us.
On behalf of the Purchaser:
Signature: ______________________________________________
Name: ______________________________________________
Title/position: ______________________________________________
Telephone: ______________________________________________
Email: ______________________________________________
Beneficial Ownership Disclosure Form
RFB No.: [insert number of RFB process]
Request for Bid No.: [insert identification]
To: [insert complete name of Purchaser]
In response to your request in the Letter of Acceptance dated [insert date of letter of Acceptance] to furnish additional information on beneficial ownership: [select one option as applicable and delete the options that are not applicable]
(i) we hereby provide the following beneficial ownership information.
Details of beneficial ownership
| Identity of Beneficial Owner
|
Directly or indirectly holding 25% or more of the shares
(Yes / No)
|
Directly or indirectly holding 25 % or more of the Voting Rights
(Yes / No)
|
Directly or indirectly having the right to appoint a majority of the board of the directors or an equivalent governing body of the Bidder
(Yes / No) |
| [include full name (last, middle, first), nationality, country of residence] |
OR
(ii) We declare that there is no Beneficial Owner meeting one or more of the following conditions:
- directly or indirectly holding 25% or more of the shares
- directly or indirectly holding 25% or more of the voting rights
- directly or indirectly having the right to appoint a majority of the board of directors or equivalent governing body of the Bidder
OR
(iii) We declare that we are unable to identify any Beneficial Owner meeting one or more of the following conditions. [If this option is selected, the Bidder shall provide explanation on why it is unable to identify any Beneficial Owner]
- directly or indirectly holding 25% or more of the shares
- directly or indirectly holding 25% or more of the voting rights
- directly or indirectly having the right to appoint a majority of the board of directors or equivalent governing body of the Bidder]”
Name of the Bidder:*[insert complete name of the Bidder]_________
Name of the person duly authorized to sign the Bid on behalf of the Bidder:**[insert complete name of person duly authorized to sign the Bid]___________
Title of the person signing the Bid: [insert complete title of the person signing the Bid]______
Signature of the person named above: [insert signature of person whose name and capacity are shown above]_____
Date signed[insert date of signing]day of[insert month], [insert year]_____
* In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder. In the event that the Bidder is a joint venture, each reference to “Bidder” in the Beneficial Ownership Disclosure Form (including this Introduction thereto) shall be read to refer to the joint venture member.
** Person signing the Bid shall have the power of attorney given by the Bidder. The power of attorney shall be attached with the Bid Schedules.
[useletterhead paper of the Purchaser]
[date]
To:[name and address of the Supplier]
Subject: Notification of Award Contract No.. . . . . . . . ..
This is to notify you that your Bid dated [insert date] for execution of the [insert name of the contract and identification number, as given in the SCC]for the Accepted Contract Amount of [insertamount in numbers and words and name of currency], as corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our Agency.
You are requested to furnish (i) the Performance Security within 28 days in accordance with the Conditions of Contract, using for that purpose one of the Performance Security Forms and (ii) the additional information on beneficial ownership in accordance with BDS ITB 45.1 within eight (8) Business days using the Beneficial Ownership Disclosure Form, included in Section X, – Contract Forms, of the Bidding Document.
Authorized Signature:
Name and Title of Signatory:
Name of Agency:
Attachment:Contract Agreement
[The successful Bidder shall fill in this form in accordance with the instructions indicated]
THIS AGREEMENT made
the[insert:number] day of[insert:month], [insert:year].
BETWEEN
(1) [insert complete name of Purchaser], a [insert description of type of legal entity, for example, an agency of the Ministry of …. of the Government of {insert name ofCountry of Purchaser}, or corporation incorporated under the laws of {insert name ofCountry of Purchaser}] and having its principal place of business at [insert address of Purchaser] (hereinafter called “the Purchaser”), of the one part, and
(2) [insert name of Supplier], a corporation incorporated under the laws of [insert:country of Supplier] and having its principal place of business at [insert:address of Supplier] (hereinafter called “the Supplier”), of the other part:
WHEREAS the Purchaser invited Bids for certain Goods and ancillary services, viz., [insert brief description of Goods and Services] and has accepted a Bid by the Supplier for the supply of those Goods and Services
The Purchaser and the Supplier agree as follows:
- In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Contract documents referred to.
- The following documents shall be deemed to form and be read and construed as part of this Agreement.This Agreement shall prevail over all other contract documents.
- the Letter of Acceptance
- the Letter of Bid
- the Addenda Nos._____ (if any)
- Special Conditions of Contract
- General Conditions of Contract
- the Specification (including Schedule of Requirements and Technical Specifications)
- the completed Schedules (including Price Schedules)
- any other document listed in GCC as forming part of the Contract
- In consideration of the payments to be made by the Purchaser to the Supplier as specified in this Agreement,the Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of the Contract.
- The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of [insert the name of the Contract governing law country] on the day, month and year indicated above.
For and on behalf of the Purchaser
Signed: [insert signature]
in the capacity of [insert title or other appropriate designation]
In the presence of [insert identification of official witness]
For and on behalf of the Supplier
Signed: [insert signature of authorized representative(s) of the Supplier]
in the capacity of [insert title or other appropriate designation]
in the presence of [insert identification of official witness]
[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the instructions indicated]
[Guarantor letterhead or SWIFT identifier code]
Beneficiary: [insert name and Address of Purchaser]
Date: _ [Insert date of issue]
PERFORMANCE GUARANTEE No.: [Insert guarantee reference number]
Guarantor:[Insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that _ [insert name of Supplier, which in the case of a joint venture shall be the name of the joint venture] (hereinafter called ”the Applicant”) has entered into Contract No. [insert reference number of the contract] dated [insert date] with the Beneficiary, for the supply of _ [insert name of contract and brief description of Goods and related Services](hereinafter called ”the Contract”).
Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required.
At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures]
()[insert amount in words],1 such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of the Beneficiary’s complying demand supported by the Beneficiary’s statement, whether in the demand itself or in a separate signed document accompanying or identifying the demand, stating that the Applicant is in breach of its obligation(s) under the Contract, without the Beneficiary needing to prove or to show grounds for your demand or the sum specified therein.
This guarantee shall expire, no later than the …. Day of ……, 2…2, and any demand for payment under it must be received by us at this office indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded.
_____________________
[signature(s)]
Note:All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.
Option 2: Performance Bond
By this Bond [insert name of Principal] as Principal (hereinafter called “the Supplier”) and [insert name of Surety] as Surety (hereinafter called “the Surety”), are held and firmly bound unto [insert name of Purchaser] as Obligee (hereinafter called “the Supplier”) in the amount of [insert amount in words and figures], for the payment of which sum well and truly to be made in the types and proportions of currencies in which the Contract Price is payable, the Supplier and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS the Supplier has entered into a written Agreement with the Purchaser dated the day of , 20 , for [name of contract and brief description of Goods and related Services] in accordance with the documents, plans, specifications, and amendments thereto, which to the extent herein provided for, are by reference made part hereof and are hereinafter referred to as the Contract.
NOW, THEREFORE, the Condition of this Obligation is such that, if the Supplier shall promptly and faithfully perform the said Contract (including any amendments thereto), then this obligation shall be null and void; otherwise, it shall remain in full force and effect. Whenever the Supplier shall be, and declared by the Purchaser to be, in default under the Contract, the Purchaser having performed the Purchaser’s obligations thereunder, the Surety may promptly remedy the default, or shall promptly:
(1) complete the Contract in accordance with its terms and conditions; or
(2) obtain a Bid or Bids from qualified Bidders for submission to the Purchaser for completing the Contract in accordance with its terms and conditions, and upon determination by the Purchaser and the Surety of the lowest responsive Bidder, arrange for a Contract between such Bidder and Purchaser and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the Balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term “Balance of the Contract Price,” as used in this paragraph, shall mean the total amount payable by Purchaser to Supplier under the Contract, less the amount properly paid by Purchaser to the Supplier; or
(3) pay the Purchaser the amount required by Purchaser to complete the Contract in accordance with its terms and conditions up to a total not exceeding the amount of this Bond.
The Surety shall not be liable for a greater sum than the specified penalty of this Bond.
Any suit under this Bond must be instituted before the expiration of one year from the date of the issuing of the Taking-Over Certificate.
No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Purchaser named herein or the heirs, executors, administrators, successors, and assigns of the Purchaser.
In testimony whereof, the Supplier has hereunto set his hand and affixed his seal, and the Surety has caused these presents to be sealed with his corporate seal duly attested by the signature of his legal representative, this day of 20 .
SIGNED ON on behalf of
By in the capacity of
In the presence of
SIGNED ON on behalf of
By in the capacity of
In the presence of
Demand Guarantee
[Guarantor letterhead or SWIFT identifier code]
Beneficiary:[Insert name and Address of Purchaser]
Date: [Insert date of issue]
ADVANCE PAYMENT GUARANTEE No.: [Insert guarantee reference number]
Guarantor:[Insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that [insert name of Supplier, which in the case of a joint venture shall be the name of the joint venture] (hereinafter called “the Applicant”) has entered into Contract No. [insert reference number of the contract] dated [insert date] with the Beneficiary, for the execution of [insert name of contract and brief description of Goods and related Services] (hereinafter called ”the Contract”).
Furthermore, we understand that, according to the conditions of the Contract, an advance payment in the sum [insert amount in figures] () [insert amount in words] is to be made against an advance payment guarantee.
At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures]
() [insert amount in words]1 upon receipt by us of the Beneficiary’s complying demand supported by the Beneficiary’s statement, whether in the demand itself or in a separate signed document accompanying or identifying the demand, stating either that the Applicant:
- has used the advance payment for purposes other than toward delivery of Goods; or
- has failed to repay the advance payment in accordance with the Contract conditions, specifying the amount which the Applicant has failed to repay.
A demand under this guarantee may be presented as from the presentation to the Guarantor of a certificate from the Beneficiary’s bank stating that the advance payment referred to above has been credited to the Applicant on its account number [insert number] at[insert name and address of Applicant’s bank].
The maximum amount of this guarantee shall be progressively reduced by the amount of the advance payment repaid by the Applicant as specified in copies of interim statements or payment certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the interim payment certificate indicating that ninety (90) percent of the Accepted Contract Amount, has been certified for payment, or on the [insert day] day of [insert month], 2 [insert year], whichever is earlier. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No.758, except that the supporting statement under Article 15(a) is hereby excluded.
.
____________________
[signature(s)]
Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.
[1] The amount of the Bond shall be denominated in the currency of the Purchaser’s Country or the equivalent amount in a freely convertible currency.
[2] For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract.
[3] A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.
[4] Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is not limited to: accessing and examining a firm’s or individual’s financial records and information, and making copies thereof as relevant; accessing and examining any other documents, data and information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining third party verification of information.
[5] For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract.
[6] A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.
[7] Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is not limited to: accessing and examining a firm’s or individual’s financial records and information, and making copies thereof as relevant; accessing and examining any other documents, data and information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining third party verification of information.
1 The Guarantor shall insert an amount representing the percentage of the Accepted Contract Amount specified in the Letter of Acceptance, and denominated either in the currency (ies) of the Contract or a freely convertible currency acceptable to the Beneficiary.
2 Insert the date twenty-eight days after the expected completion dateas described in GC Clause 18.4. The Purchaser should note that in the event of an extension of this date for completion of the Contract, thePurchaser would need to request an extension of this guarantee from the Guarantor.Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Purchaser might consider adding the following text to the form, at the end of the penultimate paragraph:“The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months] [one year], in response to the Beneficiary’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.”
1 The Guarantor shall insert an amount representing the amount of the advance payment and denominated either in the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible currency acceptable to the Purchaser.