Network Reinforcement and Access Project ( - Тендер #67965535) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: международный Организатор тендера: The World Bank Номер конкурса: 67965535 Дата публикации: 23-10-2025 Источник тендера: Тендеры всемирного банка |
||
P166170
Network Reinforcement and Access Project
Eswatini
OP00403165
Invitation for Bids
Published
SZ-ECC-509025-GO-RFQ
Request for Quotations
English
Oct 22, 2025 18:00
Oct 22, 2025
Eswatini Electricity Company
Joseph Ncwane
P.O. 258 , Eluvatsini House, Mhlambanyatsi Road H100, Mbabane Eswatini
Eswatini
Eswatini
26878248450
The Kingdom of Eswatini
ESWATINI ELECTRICITY COMPANY
INVITATION TO TENDER (ITT) DOCUMENT FOR:
RFT 003 of 2025/2026: Supply and Delivery of a 4*4 Extended Cab LDV
CLOSING DATE: 26 September 2025
TIME: 1100hrs
|
CONFINDENTIALITY |
|
No part of this document may be disclosed verbally or in writing, including by reproduction, to any third party without the prior written consent of the Eswatini Electricity Company. This document, its associated appendices and any attachments remain the property of Eswatini Electricity Company and shall be returned upon request. |
|
Procurement Method: [open tender or limited tender] |
Open Tender |
|
Subject of Procurement: |
Supply and Delivery of 4*4 Extended Cab LDV |
|
Procurement Reference Number: |
RFT 003 of 2025/2026 |
|
Date of Issue: |
26th August 2025 |
|
Submission Deadline: |
26th September 2025 |
|
Participation: [International or National] |
National |
PREFACE
This Tender Document for Procurement of Goods has been prepared by the Eswatini Public Procurement Regulatory Agency to be used for the procurement of Goods.
The document is customized to be consistent with the Public Procurement Act No. 07 of 2011, the Public Procurement Regulations, 2020, other of the Laws of Eswatini, and international best practices”.
This Invitation to Tender (ITT) shall be used to procure Goods above E200, 000.
The sale of this tender document to potential Tenderer(s) is discouraged.
Those wishing to submit comments or questions on this Standard Tender Document or to obtain additional information are encouraged to contact:
The Chief Executive Officer
Eswatini Public Procurement Regulatory Agency
RHUS Office Park, P.O. Box 9665
Karl Grant Street, Mbabane
ESWATINI
https://esppra.co.sz
info@esppra.co.sz
Standard Tender Document
Table of Contents
Invitation to Tenderers. 4
PART 1 – Tendering Procedures. 8
Section 1: Instructions to Tenderers. 10
Section 2: Tender Data Sheet 30
Section 3: Evaluation Methodology and Criteria. 33
Section 4: Tendering Forms. 37
Section 5: Eligible Countries. 47
PART 2 - Statement of Requirements. 48
Section 6: Statement of Requirements. 48
PART 3 - Contract 54
Section 7: General Conditions of Contract for the Procurement of Goods. 54
Section 8: Special Conditions of Contract 55
Section 9: Contract Forms. 57
Invitation to Tenderers
TENDER NOTICE UNDER OPEN TENDERING
Supply and Delivery of a 4*4 Extended Cab LDV – RFT 003 of 2025/26
|
Name |
Bank Name |
Account Number |
Branch Code |
Branch |
|
Eswatini Electricity Company |
Standard bank |
9110003236261 |
663164 |
Swazi Plaza |
|
Eswatini Electricity Company |
Nedbank |
020000286843 |
360164 |
Mbabane |
|
Eswatini Electricity Company |
First National Bank |
62154679735 |
280164 |
Mbabane |
NB: All payments must be referenced with the Tender Number and Name
Payments can also be made in cash at any of the EEC REVENUE OFFICES located countrywide.
|
(a) |
Information about the tender shall be accessed from: |
Bongani.chauke@eec.co.sz |
|
(b) |
Documents will be issued from: |
www.esppra.co.sz and www.eec.co.sz |
|
(c) |
Tenders must be delivered to: |
The tender box at the EEC Head Office Reception in Mbabane, Eluvatsini House, Mhlambanyatsi Road. Clearly marked: RFT 003 of 2025/2026 – Supply and Delivery of a 4*4 Extended Cab LDV |
|
(d) |
Address of Tender opening: |
EEC Head Office Reception, Eluvatsini House, Mhlambanyatsi Road. Mbabane |
|
8. The planned procurement schedule (subject to changes) is as follows:
|
|
PART 1 – Tendering Procedures Section 1: Instructions to Tenderers |
Table of Clauses
A. General 10
1. Scope of Tender 10
2. Source of Funds. 10
3. Corrupt Practices. 10
4. Eligible Tenderers. 11
5. Eligible Goods and Related Services. 13
B. Tendering Document 13
6. Contents of Tendering Document 13
7. Clarification of Tendering Document 14
8. Amendment of Tendering Document 14
C. Preparation of Tenders. 14
9. Cost of Tendering. 14
10. Language of Tender and Communications. 14
11. Documents Comprising the Tender 15
12. Tender Submission Sheet and Price Schedules. 15
13. Alternative Tenders. 16
14. Tender Prices and Discounts. 16
15. Currencies of Tender 17
16. Documents Establishing the Eligibility of the Tenderer 18
17. Documents Establishing the Eligibility of Goods. 18
18. Documents Establishing the Conformity of the Goods. 18
19. Documents Establishing the Qualifications of the Tenderer 18
20. Period of Validity of Tenders. 19
21. Tender Security or Tender Securing Declaration. 19
22. Format and Signing of Tender 20
D. Submission and Opening of Tenders. 20
23 Sealing and Marking of Tenders. 20
24 Deadline for Submission of Tenders. 20
25 Late Tenders. 21
26. Withdrawal and Replacement of Tenders. 21
27. Tender Opening. 21
E. Evaluation of Tenders. 22
28. Confidentiality. 22
29. Clarification of Tenders. 22
30. Compliance and Responsiveness of Tenders. 22
31. Nonconformities, Errors, and Omissions. 23
32. Preliminary Examination of Tenders – Eligibility and Administrative Compliance. 24
33. Detailed Commercial and Technical Evaluation. 24
34 Conversion to Single Currency. 25
35. Margin of Preference. 25
36. Financial evaluation of Tenders. 25
37. Determination of Best Evaluated Tender(s) 26
38. Post-qualification of the Tenderer 26
39. Negotiations. 26
F. Award of Contract 26
40. Award Procedure. 26
41. Procuring entity’s Right to Accept or Reject Any or All Tenders. 26
42. Procuring entity’s Right to Vary Quantities at Time of Award. 27
43. Signing and Effectiveness of Contract 27
44. Debriefing. 27
45. Performance Security. 27
47. Procurement Related Complaints and Administrative Review.. 27
48. Abnormal Low and Abnormally High Prices. 27
48.1 Abnormally Low Prices. 27
|
Section 1: Instructions to Tenderers |
||||||||||||||
|
A. General |
||||||||||||||
|
1. Scope of Tender |
||||||||||||||
|
1.1 The Procuring Entity indicated in the Tender Data Sheet (TDS), invites Tenders for the provision of Goods and related Services incidental thereto as specified in Section 6, Statement of Requirements. The Instructions to Tenderers should be read in conjunction with the TDS. The subject and procurement reference number, and number of lots of this Tendering Document are provided in the TDS. |
||||||||||||||
|
1.2 Throughout these Tendering Documents: (a) the term “in writing” means communicated in written form with proof of receipt; (b) if the context so requires, singular means plural and vice versa; and (c) “day” means calendar day unless specified as working day. |
||||||||||||||
|
1.3 Procurement will be undertaken in compliance with the Public Procurement Act and Regulations. |
||||||||||||||
|
2. Source of Funds |
||||||||||||||
|
2.1 The Procuring Entity indicated in the TDS has an approved budget from Government funds towards the cost of the procurement named in the TDS. The Procuring Entity intends to use these funds to place a contract for which these Tendering Documents are issued. |
||||||||||||||
|
2.2 Payments will be made directly by the Procuring Entity and will be subject in all respects to the terms and conditions of the resulting contract placed by the Procuring Entity. |
||||||||||||||
|
3. Corrupt Practices |
||||||||||||||
|
3.1 It is the policy of the Government of The Kingdom of Eswatini through ESPPRA, to require that Procuring Entities, as well as Tenderers and Providers observe the highest standards of ethics during procurement and the execution of contracts. In pursuit of this policy, the Government of The Kingdom of Eswatini; (a) defines, for the purposes of this provision, the terms set forth below as follows: (i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value, to influence the action of a public official in the procurement process or in contract execution; and (ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (iii) “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; (iv) “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; (b) will reject a recommendation for award if it determines that the Tenderer recommended for award has engaged in corrupt, fraudulent, collusive or coercive practices in competing for the Contract; (c) will suspend a Provider from engaging in any public procurement proceeding for a stated period of time, if it at any time determines that the Provider has engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, a Government contract. |
||||||||||||||
|
3.2 Furthermore, Tenderers shall be aware of the provision stated in Sub-Clause 3.2 and Sub-Clause 36.1 (g) of the General Conditions of Contract. |
||||||||||||||
|
3.3 In pursuit of the policy defined in Sub-Clause 3.1, the Procuring entity may terminate a contract or be ordered by ESPPRA to cancel a contract if it at any time determines that corrupt, fraudulent, collusive or coercive practices were engaged in by representatives of the Procuring entity or of a Tenderer or Provider during the procurement or the execution of that contract. |
||||||||||||||
|
3.4 In pursuit of the policy defined in Sub-clause 3.1, the Government of The Kingdom of Eswatini requires representatives of both the Procuring Entities and of Tenderers and Providers to adhere to the relevant codes of ethical conduct. The Code of Ethical Conduct for Tenderers and Providers as provided in the Tendering forms shall be signed by the Tenderer and submitted together with the other Tendering forms. 3.5 In pursuit of the policy defined in Sub-clause 3.1, the Government of The Kingdom of Eswatini may suspend a provider from engaging in any public procurement or disposal process for a period determined by the Agency, where the provider is suspended from the procurement processes of an international agency of which Eswatini is a member. |
||||||||||||||
|
3.6 Any communications between a Tenderer and the Procuring Entity related to matters of alleged fraud or corruption must be made in writing and addressed to the Controlling Officer of the Procuring Entity .. |
||||||||||||||
|
4. Eligible Tenderers |
||||||||||||||
|
4.1 A Tenderer, and all parties constituting the Tenderer, shall meet the following criteria to be eligible to participate in public procurement: (a) the Tenderer has the legal capacity to enter into a contract; (b) the Tenderer is not: (i) insolvent; (ii) in receivership; (iii) bankrupt; or (iv) being wound up (c) the Tenderer’s business activities have not been suspended; (d) the Tenderer is not the subject of legal proceedings for any of the circumstances in (b); and (e) the Tenderer has fulfilled his or her obligations to pay taxes and social security contributions. |
||||||||||||||
|
4.2 A Tenderer may be a natural person, private entity, government-owned entity, subject to ITT Sub-Clause 4.6, any combination of them with a formal intent to enter into an agreement or under an existing agreement in the form of a joint venture, consortium, or association. In the case of a joint venture, consortium, or association, all parties shall be jointly and severally liable. For Tenders submitted by an existing or intended JV, a Power of Attorney from each member of the JV nominating a Representative in the JV and a Power of Attorney from the JV nominating a representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the JV during the Tendering process and, in the event the JV is awarded the Contract, during contract execution. |
||||||||||||||
|
4.3 A Tenderer, and all parties constituting the Tenderer including sub-contractors, shall have the nationality of an eligible country, in accordance with Section 5, Eligible Countries. A Tenderer shall be deemed to have the nationality of a country if the Tenderer is a citizen or is constituted, incorporated, or registered and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors for any part of the Contract including related services. |
||||||||||||||
|
4.4 A Tenderer shall not have a conflict of interest. All Tenderers found to be in conflict of interest shall be disqualified. A Tenderer may be considered to have a conflict of interest with one or more parties in this Tendering process, if they: (a) have controlling shareholders in common; or (b) receive or have received any direct or indirect benefit from any of parties in the tendering process; or |
||||||||||||||
|
(c) have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the Tender of another Tenderer, or influence the decisions of the Procuring entity regarding this Tendering process; or |
||||||||||||||
|
(d) submit more than one Tender in this Tendering process, except for alternative offers permitted under ITT Clause 13. However, this does not limit the participation of subcontractors in more than one Tender, or as Tenderers and subcontractors simultaneously: or (e) participated as a consultant in the preparation of the design or technical specifications of the Goods and related services that are the subject of the Tender. |
||||||||||||||
|
4.5 A firm that is under a declaration of suspension by the Agency in accordance with ITT Clause 3.5, at the date of the deadline for Tender submission or thereafter before contract signature, shall be disqualified. |
||||||||||||||
|
4.6 Government-owned enterprises shall be eligible only if they can establish that they are legally and financially autonomous and operate under commercial law. |
||||||||||||||
|
4.7 Tenderers shall provide such evidence of their continued eligibility satisfactory to the Procuring Entity, as the Procuring Entity shall reasonably request. |
||||||||||||||
|
5. Eligible Goods and Related Services |
||||||||||||||
|
5.1 All Goods and related Services to be supplied under the Contract shall have as their country of origin an eligible country in accordance with Section 5, Eligible Countries. |
||||||||||||||
|
5.2 For purposes of this Clause, the term “Goods” means goods, raw materials, products, livestock, assets, land, equipment or objects of any kind and description in solid, liquid or gaseous form, or in the form of electricity, or intellectual and proprietary rights as well as works or services incidental to the provision of such Goods where the value of such works or services does not exceed the value of the Goods. |
||||||||||||||
|
5.3 The term “country of origin” means the country where the Goods have been mined, grown, cultivated, produced, manufactured, or processed, or through manufacture, processing, or assembly, another commercially recognised article results that differs substantially in its basic characteristics from its imported components. |
||||||||||||||
|
5.4 The nationality of the Provider that produces, assembles, distributes, or sells the Goods shall not determine their origin. |
||||||||||||||
|
5.5 If so, required in the TDS, the Tenderer shall demonstrate that it has been duly authorised by the Manufacturer of the Goods to supply, in the Kingdom of Eswatini, the Goods indicated in its Tender. |
||||||||||||||
|
B. Tendering Document |
||||||||||||||
|
6. Contents of Tendering Document |
||||||||||||||
|
6.1 The Tendering Document consists of Parts 1, 2, and 3, which include all the Sections indicated below, and should be read in conjunction with any addenda issued in accordance with ITT Clause 8. |
||||||||||||||
|
PART 1 Tendering Procedures
PART 2 Statement of Requirements
PART 3 Contract
|
||||||||||||||
|
7. Clarification of Tendering Document |
||||||||||||||
|
A prospective Tenderer requiring any clarification of the Tendering Document shall contact the Procuring Entity in writing at the Procuring Entity’s address indicated in the TDS. The Procuring Entity will respond in writing to any request for clarification, provided that such request is received no later than the date indicated in the TDS. The Procuring Entity shall forward copies of its response to all Tenderers who have acquired the Tendering Document, including a description of the inquiry but without identifying its source. Should the Procuring Entity deem it necessary to amend the Tendering Document as a result of a clarification, it shall do so following the procedure under ITT Clause 8 and Sub-Clause 24.2. |
||||||||||||||
|
8. Amendment of Tendering Document |
||||||||||||||
|
8.1 At any time prior to the deadline for submission of Tenders, the Procuring entity may amend the Tendering Document by issuing addenda. 8.2 Any addendum issued shall be part of the Tendering Document and shall be communicated in writing to all who have obtained the Tendering Document directly from the Procuring entity. 8.3 To give prospective Tenderers reasonable time in which to take an addendum into account in preparing their Tenders, the Procuring entity may, at its discretion, extend the deadline for the submission of Tenders, pursuant to ITT Sub-Clause 24.2. |
||||||||||||||
|
C. Preparation of Tenders |
||||||||||||||
|
9. Cost of Tendering |
||||||||||||||
|
9.1 The Tenderer shall bear all costs associated with the preparation and submission of its Tender, and the Procuring entity shall not be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering process. |
||||||||||||||
|
10. Language of Tender and Communications |
||||||||||||||
|
10.1 The medium of communication shall be in writing. 10.2 The Tender, as well as all correspondence and documents relating to the Tender exchanged by the Tenderer and the Procuring Entity, shall be written in the language specified in the TDS. 10.3 Supporting documents and printed literature that are part of the Tender may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified in the TDS, in which case, for purposes of interpretation of the Tender, such translation shall govern. |
||||||||||||||
|
11. Documents Comprising the Tender |
||||||||||||||
|
The Tender shall comprise the following: (a) the Tender Submission Sheet and the applicable Price Schedules, in accordance with ITT Clauses 12, 14, and 15; (b) a Tender Security or a Tender Securing Declaration, in accordance with ITT Clause 21; (c) written confirmation authorising the signatory of the Tender to commit the Tenderer, in accordance with ITT Clause 22; |
||||||||||||||
|
(d) documentary evidence in accordance with ITT Clause 16 establishing the Tenderer’s eligibility to Tender; (e) documentary evidence in accordance with ITT Clause 17 establishing that the Goods and Related Services to be supplied by the Tenderer are of eligible origin; |
||||||||||||||
|
(f) documentary evidence in accordance with ITT Clauses 18 and 30, that the Goods and Related Services conform to the Tendering Documents; (g) documentary evidence in accordance with ITT Clause 19 establishing the Tenderer’s qualifications to perform the contract if its Tender is accepted; (h) The Code of Ethical Conduct for Tenderers and Providers in accordance with ITT Clause 3.4; and (i) any other document(s) required in the TDS. |
||||||||||||||
|
12. Tender Submission Sheet and Price Schedules |
||||||||||||||
|
12.1 The Tenderer shall submit the Tender Submission Sheet using the form provided in Section 4, Tendering Forms. This form must be completed without any alterations to its format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested, which includes: (a) the reference of the Tendering Document and the number of each addendum received; (b) a brief description of the Goods and Related Services offered; (c) the total Tender price; |
||||||||||||||
|
(d) any discounts offered and the methodology for their application; (e) the period of validity of the Tender; (f) a commitment to submit any Performance Security required and the amount; |
||||||||||||||
|
(g) a declaration of nationality of the Tenderer; (h) a commitment to adhere to the Code of Ethical Conduct for Tenderers and Providers; (i) a declaration that the Tenderer, including all parties comprising the Tenderer, is not participating, as a Tenderer, in more than one Tender in this Tendering process; except for alternative Tenders in accordance with ITT Clause 13; (j) confirmation that the Tenderer has not been suspended by the Agency; |
||||||||||||||
|
(k) a declaration on gratuities and commissions; and (l) Power of attorney or Board resolution on authorised signatory |
||||||||||||||
|
12.2 The Tenderer shall submit the Price Schedule for Goods and Related Services, using the format provided in Section 4, Tendering Forms. The Price Schedule shall include, as appropriate: |
||||||||||||||
|
(a) the item number; (b) a brief description of the Goods or Related Services to be supplied; (c) their country of origin and percentage of local produced content (where applicable); |
||||||||||||||
|
(d) the quantity; (e) the unit prices, with a separate unit price ex-factory and for delivery and incidental costs according to the delivery terms (Incoterms); (f) customs duties and all taxes paid or payable in Eswatini; |
||||||||||||||
|
(g) the total price per item; (h) subtotals and totals per Price Schedule; and (i) Power of attorney or Board resolution on authorised signatory |
||||||||||||||
|
13. Alternative Tenders |
||||||||||||||
|
13.1 Alternative Tenders shall not be permitted. |
||||||||||||||
|
14. Tender Prices and Discounts |
||||||||||||||
|
14.1 The prices and discounts quoted by the Tenderer in the Tender Submission Sheet and in the Price Schedules shall conform to the requirements specified below. 14.2 All items in the Schedule of Supply must be listed and priced separately in the Price Schedules. If a Price Schedule shows items listed but not priced, their prices shall be assumed to be included in the prices of other items. Items not listed in the Price Schedule shall be assumed to be not included in the Tender, and provided that the Tender is substantially responsive, the corresponding adjustment shall be applied in accordance with ITT Sub-Clause 31.3. |
||||||||||||||
|
14.3 The price to be quoted in the Tender Submission Sheet, in accordance with ITT Sub-Clause 12.1(c), shall be the total price of the Tender, excluding any discounts offered in the event that taxes are not exempt, the price must include any applicable taxes. |
||||||||||||||
|
14.4 The Tenderer shall quote any unconditional and conditional discounts and the methodology for their application in the Tender Submission Sheet, in accordance with ITT Sub-Clause 12.1(d) and ITT Sub-Clause 14.8 respectively. |
||||||||||||||
|
14.5 The terms EXW, CIP, and other similar terms shall be governed by the rules prescribed in the edition of Incoterms, published by The International Chamber of Commerce, as specified in the TDS. |
||||||||||||||
|
14.6 Prices quoted on the Price Schedule for Goods and Related Services, shall be disaggregated, when appropriate as indicated in this sub-clause. This disaggregation shall be solely for the purpose of facilitating the comparison of Tenders by the Procuring entity. This shall not in any way limit the Procuring Entity’s right to contract on any of the terms offered: (a) for Goods;
(b) for Related Services;
|
||||||||||||||
|
14.7 Prices quoted by the Tenderer shall be fixed during the Tenderer’s performance of the Contract and not subject to variation on any account, unless otherwise specified in the TDS. A Tender submitted with an adjustable price quotation shall be treated as non-responsive and shall be rejected, pursuant to ITT Clause 30. However, if in accordance with the TDS, prices quoted by the Tenderer shall be subject to adjustment during the performance of the Contract, a Tender submitted with a fixed price quotation shall not be rejected, but the price adjustment shall be treated as zero. |
||||||||||||||
|
14.8 If so, indicated in ITT Sub-Clause 1.1, Tenders are being invited for individual contracts (lots) or for any combination of contracts (packages). Tenderers wishing to offer any price reduction for the award of more than one Contract shall specify in their Tender the price reductions applicable to each package, or alternatively, to individual Contracts within the package. Price reductions or discounts shall be submitted in accordance with ITT Sub-Clause 14.4, provided the Tenders for all lots are submitted and opened at the same time. |
||||||||||||||
|
15. Currencies of Tender |
||||||||||||||
|
15.1 Tender prices shall be quoted in the following currencies: (a) for Goods and Related Services originating in Eswatini, the Tender prices shall be quoted in the currency of Eswatini (Lilangeni), unless otherwise specified in the TDS; and (b) for Goods and Related Services originating outside Eswatini, or for imported parts or components of Goods and Related Services originating outside Eswatini, the Tender prices shall be quoted in the currency of the expense or in the currency of the Tenderer’s country unless otherwise specified in the TDS. 15.2 Alternatively, the Procuring entity may request that prices quoted be expressed in the currency specified in the TDS. If the Tenderer wishes to be paid in a currency or a combination of currencies different from the one in which it was requested to express its quotation, it shall as part of its offer:
|
||||||||||||||
|
16. Documents Establishing the Eligibility of the Tenderer |
||||||||||||||
|
To establish their eligibility in accordance with ITT Clause 4, Tenderers shall complete the eligibility declarations in the Tender Submission Sheet, included in Section 4, Tendering Forms and submit the documents required in Section 3 Evaluation Methodology and Criteria. |
||||||||||||||
|
17. Documents Establishing the Eligibility of Goods |
||||||||||||||
|
17.1 To establish the eligibility of the Goods and Related Services, in accordance with ITT Clause 5, Tenderers shall complete the country-of-origin declarations in the Price Schedule included in Section 4, Tendering Forms. |
||||||||||||||
|
18. Documents Establishing the Conformity of the Goods |
||||||||||||||
|
18.1 To establish the conformity of the Goods and Related Services to the Tendering Documents, the Tenderer shall provide as part of its Tender the documentary evidence specified in Section 6, Statement of Requirements. 18.2 The documentary evidence may be in the form of literature, drawings or data, and shall consist of a detailed description of the essential technical and performance characteristics of the Goods and Related Services, demonstrating substantial responsiveness of the Goods and Related Services to those requirements, and if applicable, a statement of deviations and exceptions to the provisions of the Statement of Requirements. |
||||||||||||||
|
18.3 If so, stated in the TDS Tenderers may be required to submit representative samples of the Goods being offered and/or be requested to demonstrate the operation of the Goods to the Procuring entity. |
||||||||||||||
|
18.4 Standards for workmanship, process, material, and equipment, as well as references to brand names or catalogue numbers specified by the Procuring entity in the Statement of Requirement, are intended to be descriptive only and not restrictive. The Tenderer may offer other standards of quality, brand names, and/or catalogue numbers, provided that it demonstrates, to the Procuring entity’s satisfaction, that the substitutions ensure substantial equivalence or are superior to those specified in the Statement of Requirement. |
||||||||||||||
|
19. Documents Establishing the Qualifications of the Tenderer |
||||||||||||||
|
To establish its qualifications to perform the Contract, the Tenderer shall submit the evidence indicated for each qualification criteria specified in Section 3, Evaluation Methodology and Criteria. |
||||||||||||||
|
20. Period of Validity of Tenders |
||||||||||||||
|
20.1 Tenders shall remain valid until the date specified in the TDS. A Tender valid for a shorter period shall be rejected by the Procuring entity as non-compliant. 20.2 The Procuring entity will make its best effort to complete the procurement process within this period |
||||||||||||||
|
20.3 In exceptional circumstances, prior to the expiration of the Tender validity period, the Procuring entity may request Tenderers to extend the period of validity of their Tenders. The request and the responses shall be made in writing. If a Tender Security or a Tender Securing Declaration is requested in accordance with ITT Clause 21, it shall also be extended for a corresponding period. A Tenderer may refuse the request without forfeiting its Tender Security or being liable for suspension in case of a Tender Securing Declaration. A Tenderer granting the request shall not be required or permitted to modify its Tender. |
||||||||||||||
|
21. Tender Security or Tender Securing Declaration |
||||||||||||||
|
21.1 The Tenderer shall furnish as part of its Tender, a Tender Security or a Tender-Securing Declaration, if required, as specified in the TDS. 21.2 The Tender Security shall be in the amount specified in the TDS and denominated in the currency of Eswatini or a freely convertible currency, and shall: a) at the Tenderer’s option, be in the form of either a letter of credit, or a bank guarantee, or Bank draft or Cashier’s Check from a banking institution; b) be issued by a reputable financial institution selected by the Tenderer from an eligible country. If the institution issuing the security is located outside Eswatini, it shall have a correspondent financial institution located in Eswatini to make it enforceable; c) be substantially in accordance with the form of Tender Security included in Section 4, Tendering Forms; d) be payable promptly upon written demand by the Procuring entity in case the conditions listed in ITT Clause 21.6 are invoked; e) be submitted in its original form - copies will not be accepted. |
||||||||||||||
|
21.3 The Tender Security or Tender Securing Declaration shall be submitted using the appropriate form included in Section 4, Tendering Forms and shall remain valid until the date specified in the TDS. |
||||||||||||||
|
21.4 Any Tender not accompanied by a substantially responsive Tender Security or Tender Securing Declaration, if one is required in accordance with ITT Sub-Clause 21.1, shall be rejected by the Procuring entity as non-compliant. |
||||||||||||||
|
21.5 The Tender Security or Tender Securing Declaration of all Tenderers shall be returned as promptly as possible once the successful Tenderer has signed the Contract and provided the required Performance Security where applicable or upon request by the unsuccessful Tenderer after publication of the notice of best evaluated Tenderer. |
||||||||||||||
|
21.6 If a Tenderer withdraws its Tender during the period of Tender validity specified by the Tenderer on the Tender Submission Sheet, except as provided in ITT Sub-Clause 20.2; or |
||||||||||||||
|
If the successful Tenderer fails to:
Tender Security may be forfeited, or Tender Securing Declaration executed. |
||||||||||||||
|
22. Format and Signing of Tender |
||||||||||||||
|
22.1 The Tenderer shall prepare one original of the documents comprising the Tender as described in ITT Clause 11 and clearly mark it “ORIGINAL.” In addition, the Tenderer shall submit copies of the Tender, in the number specified in the TDS and clearly mark each of them “COPY.” In the event of any discrepancy between the original and the copies, the original shall prevail. |
||||||||||||||
|
22.2 The original and all copies of the Tender shall be typed or written in indelible ink and shall be signed by a person duly authorised to sign on behalf of the Tenderer. This authorisation shall consist of a Power of Attorney which if signed in Eswatini shall be registered and if signed outside Eswatini, shall be notarized and shall be attached to the Tender. The name and position held by each person signing the authorisation must be typed or printed below the signature. All pages of the Tender, except for unamended printed literature, shall be signed or initialled by the person signing the Tender. |
||||||||||||||
|
22.3 Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialled by the person signing the Tender. |
||||||||||||||
|
D. Submission and Opening of Tenders |
||||||||||||||
|
23. Sealing and Marking of Tenders |
||||||||||||||
|
23.1 The Tenderer shall enclose the original and each copy of the Tender, in separate sealed envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” These envelopes containing the original and the copies shall then be enclosed in one single plain envelope securely sealed in such a manner that opening and resealing cannot be achieved undetected. |
||||||||||||||
|
23.2 The inner and outer envelopes shall: (a) bear the name and address of the Tenderer; (b) be addressed to the Procuring entity in accordance with ITT Sub-Clause 24.1; |
||||||||||||||
|
(c) bear the Procurement Reference number of this Tendering process; and (d) bear a warning not to open before the time and date for Tender opening, in accordance with ITT Sub-Clause 27.1. |
||||||||||||||
|
23.3 If all envelopes are not sealed and marked as required, the Procuring entity will assume no responsibility for the misplacement or premature opening of the Tender. |
||||||||||||||
|
24. Deadline for Submission of Tenders |
||||||||||||||
|
24.1 Tenders must be received by the Procuring entity at the address and no later than the date and time indicated in the TDS. 24.2 The Procuring entity may, at its discretion, extend the deadline for the submission of Tenders by amending the Tendering Documents in accordance with ITT Clause 8, in which case all rights and obligations of the Procuring entity and Tenderers previously subject to the deadline shall thereafter be subject to the deadline as extended. |
||||||||||||||
|
25. Late Tenders |
||||||||||||||
|
The Procuring entity shall not consider any Tender that arrives after the deadline for submission of Tenders, in accordance with ITT Clause 24. Any Tender received by the Procuring entity after the deadline for submission of Tenders shall be declared late, rejected, and returned unopened to the Tenderer. |
||||||||||||||
|
26. Withdrawal and Replacement of Tenders |
||||||||||||||
|
26.1 A Tenderer may withdraw or replace its Tender after it has been submitted at any time before the deadline for submission of Tenders by sending a written notice, duly signed by an authorised representative, which shall include a copy of the authorisation in accordance with ITT Sub-Clause 22.2. Any corresponding replacement of the Tender must accompany the respective written notice. All notices must be: (a) submitted in accordance with ITT Clauses 22 and 23 (except that withdrawals notices do not require copies), and in addition, the respective envelopes shall be clearly marked “Withdrawal,” or “REPLACEMENT,” and (b) received by the Procuring entity prior to the deadline prescribed for submission of Tenders, in accordance with ITT Clause 24. |
||||||||||||||
|
26.2 Tenders requested to be withdrawn in accordance with ITT Sub-Clause 26.1 shall be returned unopened to the Tenderer. |
||||||||||||||
|
26.3 No Tender may be withdrawn or replaced in the interval between the deadline for submission of Tenders and the expiration of the period of Tender validity specified by the Tenderer on the Tender Submission Sheet or any extension thereof. 26.4 Tenders may only be modified by withdrawal of the original Tender and submission of a replacement Tender in accordance with ITT Sub-Clause 26.1. Modifications submitted in any other way shall not be taken into account in the evaluation of Tenders. |
||||||||||||||
|
27. Tender Opening |
||||||||||||||
|
27.1 The Procuring entity shall conduct the Tender opening in the presence of Tenderers` designated representatives who choose to attend, at the address, date and time specified in the TDS. |
||||||||||||||
|
27.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and the envelope with the corresponding Tender shall not be opened but returned to the Tenderer. No Tender withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorisation to request the withdrawal and is read out at the Tender opening. All other envelopes including those marked “REPLACEMENT” shall be opened and the relevant details read out. Replacement Tenders shall be recorded as such on the record of the Tender opening. Only envelopes that are opened and read out at the Tender opening shall be considered further. |
||||||||||||||