ebook img

government procurement services agency PDF

206 Pages·2013·7.48 MB·English
by  
Save to my drive
Quick download
Download
Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.

Preview government procurement services agency

THE UNITED REPUBLIC OF TANZANIA MINISTRY OF FINANCE GOVERNMENT PROCUREMENT SERVICES AGENCY (GPSA) Bidding Document PROCUREMENT OF COMMON USE ITEMS AND SERVICES Bid No. AE/005/HQ/FA/2013/2014/G/02 FOR Supply, INSTALLATION AND COMMISSIONING OF OFFICE EQUIPMENT and consumables Using Framework Agreements National Competitive Bidding Government Procurement Services Agency P. o. Box 9150, Dar es Salaam. FEBRUARY, 2013 SECTION I: INVITATION FOR BIDS 2 THE UNITED REPUBLIC OF TANZANIA MINISTRY OF FINANCE GOVERNMENT PROCUREMENT SERVICES AGENCY (GPSA) Bid No. AE/005/HQ/FA/2013/2014/G/02 For Supply, Installation and Commissioning of Office Equipment and Consumables Using Framework Agreements Invitation for Bids Date: 11th February, 2013 1. The Government of Tanzania has set aside funds for the operation of the Procuring Entities during the financial year 2013/2014. It is intended that part of the proceeds of the fund will be used to cover eligible payments under the Framework Agreements for the supply, Installation and Commissioning of Office Equipment and Consumables 2. The Government Procurement Services Agency [GPSA] now invites sealed bids from eligible Suppliers of supply, Installation and Commissioning of Office Equipment and consumables 3. Bidder may quote for one or more item(s) and for one or more delivery point(s) in a region as indicated in the Schedule of Requirements and Schedule of delivery Points respectively. Evaluation and award of Framework Agreements will be on item, region and districts basis. 4. Bidder is restricted to quote for more than one region in a single application. If a bidder wishes to quote for more than one region should purchase separate bidding documents equal to the number of regions desired. All bids should be submitted to the region where a bidder is intending to provide services. 5. Bidding will be conducted through the National Competitive Method a procedure specified in the Public Procurement (Goods, Works, Non Consultant Service and Disposal of Public Assets by Tender) Regulations, 2005 – Government Notice No. 97 and is open to all Bidders as defined in the Regulations. 6. Interested eligible Bidders may obtain further information from and inspect the Bidding Documents at the office of the Government Procurement Services Agency 3 Headquarters, P. o. Box 9150, Nyerere Road/Bohari Street, Keko Mwanga, Dar es Salaam, and Government Procurement Services Agency - Regional Offices as indicated in Appendix I from 8:00 am to 3:30 pm on Mondays to Friday inclusive except on public holidays. 7. A complete set of Bidding Document(s) in English and additional set may be collected or downloaded in GPSA website by interested Bidders upon submission of a written application to the address given under paragraph 6 above and upon payment of a non-refundable fee of [Tanzania Shillings fifty thousand only (Tshs. 50,000.00)]. Payment should either be by Cash, Banker‟s Draft, or Banker‟s Cheque, payable to Chief Executive Officer, Government Procurement Services Agency, P.o. Box 9150, Dar es Salaam. 8. All bids must be accompanied by a bid securing declaration in the format provided in the bidding documents. 9. All bids in one original plus one copy marked “BID NO. AE/005/HQ/FA/2013/2014/G/02 FOR PROCUREMENT, INSTALLATION AND COMMISSIONING OF OFFICE EQUIPMENT AND CONSUMABLES NOT TO BE OPENED BEFORE THURSDAY, 14TH MARCH 2013 AT 10:00 AM”, properly filled in, and enclosed in plain envelopes must be delivered to the address below at or before Thursday, 14th March 2013 At 10:00 Am. Bids will be opened promptly thereafter in public and in the presence of Bidders‟ representatives who choose to attend in the opening at the Government Procurement Services Agency Conference Room, Nyerere Road/Bohari Street, Keko Mwanga, , Dar Es Salaam and GPSA Regional Offices as Indicated in Appendix I. 10. Late bids, portion of bids, electronic bids, bids not received, bids not opened and not read out in public at the bid opening ceremony shall not be accepted for evaluation irrespective of the circumstances. Chief Executive Officer, Government Procurement Services Agency [GPSA] Nyerere Road/Bohari Street, Keko Mwanga, P.o. Box 9150, Dar es Salaam. Tel: +255 22 2861617/ +255 22 2866071 Fax: +255 22 2866072 E-mail: [email protected] Website: www.gpsa.go.tz 4 SECTION II: INSTRUCTIONS TO BIDDERS THESE ARE STANDARD AND CAN BE DOWNLOADED /VIEWED IN THE GPSA WEBSITE: www.gpsa.go.tz 5 SECTION III: BID DATA SHEET 6 Bid Data Sheet The following specific data for the supplies and services 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. BDS ITB Amendments of, and Supplements to, Clauses in the Clause Clause Instruction to Bidders Number Number A. Introduction 1. 1.1 The subject of procurement is: SUPPLY, INSTALLATION AND COMMISSIONING OF OFFICE EQUIPMENT AND CONSUMABLES TO MINISTRIES, INDEPENDENT DEPARTMENTS, AGENCIES, REGIONS, DISTRICTS, LOCAL GOVERNMENT AUTHORITIES AND PARASTATAL ORGANIZATIONS AS INDICATED IN APPENDIX 2 2. 1.2 Period for supplies: Twelve (12) MONTHS Commencement date for Framework Agreement: 1ST July 2013 Completion date for Framework Agreement: 30TH JUNE 2014 3. 2.1 Financial year for the operations of the Procuring Entities: 2013/2014 4. 3.1 Joint venture, consortium or association is applicable: YES 5. 4.1 Ineligible countries : NOT APPLICABLE. 7. 4.5 Demonstration of authorization by manufacturer: APPLICABLE ONLY FOR OFFICE EQUIPMENT B. Bidding Documents 8. 7.2 The number of copies to be returned: TWO [ONE ORIGINAL AND ONE COPY]. 9. 8.1 The address for clarification of bidding documents is SECRETARY, GOVERNMENT PROCUREMENT SERVICES AGENCY TENDER BOARD, NYERERE ROAD/BOHARI STREET, P. O. BOX 9150, DAR ES SALAAM, AND AT THE ADDRESSES OF REGIONAL OFFICES INDICATED IN THE ATTACHED LIST IN APPENDIX 1. 10. 8.2 Period to respond to request for clarification: Three (3) days Period prior to deadline for submission of bids for the Bidders to request clarifications: FOURTEEN (14) DAYS C. Preparation of Bids 11. 10.1 The Language of all correspondences and documents related to the bid is: ENGLISH 7 BDS ITB Amendments of, and Supplements to, Clauses in the Clause Clause Instruction to Bidders Number Number 12. 11.1 (g) In addition to the documents stated in ITB Clause 11, the following documents must be included with the Bid: i. Registration certificate which shows legal status of the Business:- a. Company Registration Certificate [Certificate of Incorporation]; or b. Business name registration certificate AND extract from register; NB: Individual person are exempted from roman (i) ii. Relevant Trading Business License; iii. TIN certificate and or VAT certificate; iv. Notarized Power of attorney in acceptable format; v. Properly filled Bid securing Declaration in the format provided; vi. Declaration of Anti Bribery Policy (Integrity) in the format provided; vii. Copy of receipt (Exchequer Receipt Voucher) evidencing purchase of bidding documents. viii. Manufacturer Certificate of Authorization for Office Equipment. 13. 12.3 (c) Other procurement specific information required from Bidders in ITB Clause 12.3(c) is as follows: i. Priced schedule filled in acceptable format: The price quoted for each item shall be inclusive of taxes, inland transport cost, loading and off loading charge, incidental cost and any other related cost with respect to the delivery point; ii. Compliance with technical specifications; iii. Filled „bidders particulars data‟ certified by “Mwenyekiti serikali ya mtaa/kijiji or Afisa Mtendaji wa mtaa/kijiji” at the Local area of the delivery point (DISTRICT) in the format provided under section IV; iv. Adequate Bid validity period of 90 days; v. All required forms signed by an authorized personnel; 14. 13.3 (b) The qualification criteria required from Bidders in ITB Clause 13.3(b) is modified as follows. 8 BDS ITB Amendments of, and Supplements to, Clauses in the Clause Clause Instruction to Bidders Number Number a) Financial Capability: Bidders shall furnish documentary evidence that meets the following financial requirements; Bank statement for a period of two months prior to the date of tender advertisement; b) Technical capability only for equipment.  Key personnel and technical staff: The bidder is required to submit CVs recently signed by the proposed professional staff. Key information should include number of years working for the firm/entity, and degree of responsibility held in various related assignments during the last six (6) months.  Service Provider must demonstrate to have competent engineers that are capable of resolving most of the reported problems;  Technical staff should posses the following minimum qualifications (related to the service intends to provide) from recognized Institution/College/University: i. Workshop technician – holder of at least FTC; ii. ICT technician - holder of at least trade test grade III; iii. Plant mechanics – holder of at least trade test grade III; iv. Electrical technician - holder of at least trade test grade III; v. Computer technician - holder of at least trade test grade III; 15. 13.3 (c) The qualification criteria required from Bidders in ITB Clause 13.3(c): None. 16. 15.4 The rules governing the terms are prescribed in: NOT APPLICABLE 17. 15.5 (a)(i) The price quoted for each item shall: INCLUDE TAXES, INLAND TRANSPORT COST; LOADING AND OFF (iii), (iv) LOADING CHARGE, INCIDENTAL COST AND ANY (optional) OTHER RELATED COSTS WITH RESPECT TO THE DELIVERY POINT. THE PROCURING ENTITY SHALL NOT BEAR ANY ADDITIONAL COST OR CHARGE OR FEE RATHER THAN 9 BDS ITB Amendments of, and Supplements to, Clauses in the Clause Clause Instruction to Bidders Number Number UNIT PRICE QUOTED AND AWARDED TO THE BIDDER; 18. 15.5 (b) NOT APPLICABLE 19. 15.6 The price shall be FIXED WITHIN AGREEMENT PERIOD; 20. 16.1 (a) a) For supplies and related services originating in the United Republic of Tanzania the currency of the Bid shall be TANZANIAN SHILLINGS; 21. 16.2 The rates of exchange to be used by the Bidder shall be those established by the Bank of Tanzania prevailing on: 28 DAYS PRIOR TO BID SUBMISSION DATE; 22. 17.1 The Bid validity period shall be NINETY (90) DAYS; 23. 18.1 A BID SECURING DECLARATION form shall be filled by the Bidder. 24. 19.1 Alternative bids to the requirements of the bidding documents WILL NOT be permitted. 25. 20.1 The number of copies of the bid to be completed and returned shall be: TWO [ONE ORIGINAL AND ONE COPY]. 26. 20.2 Written confirmation of authorization are: POWER OF ATTORNEY D. Submission of Bids 27. 21.2 (a) For Bid submission purposes only, the Procuring Entity‟s address is: GOVERNMENT PROCUREMENT SERVICES AGENCY HEADQUARTER OFFICES: SECRETARY, GOVERNMENT PROCUREMENT SERVICES AGENCY TENDER BOARD, P. O. BOX 9150, STREET ADDRESS: NYERERE ROAD/BOHARI STREET, KEKO MWANGA AREA, CITY: DAR ES SALAAM. AND GOVERNMENT PROCUREMENT SERVICES AGENCY REGIONAL OFFICES’ ADDRESSES AS INDICATED IN APPENDIX 1. MODE OF SUBMISSION: ALL BIDS SHOULD BE SUBMITTED TO THE REGION WHERE A BIDDER INTENDS TO PROVIDE SERVICES. 28. 21.2 (b) Project name: Procurement of Common use Items and Services. 10

Description:
specified in the Public Procurement (Goods, Works, Non Consultant Service and Amendments of, and Supplements to, Clauses in the .. HP 4525N. Ea . B15001 Manual Typewriter .. B67036 Hp Laser jet Cb383a Magenta. Ea.
See more

The list of books you might like

Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.