Back to tenders & grants page
Lot 7 Routine Road Maintenance of the A31 Km 23+000 near Matsoaing to A3 Km 46+000 Sani Top Transport & Logistics Lot 7 Routine Road Maintenance of the A31 Km 23+000 near Matsoaing to A3 Km 46+000 Sani Top
Receive Tenders like this by email

Lot 7 Routine Road Maintenance of the A31 Km 23+000 near Matsoaing to A3 Km 46+000 Sani Top

Lot 7 Routine Road Maintenance of the A31 Km 23+000 near Matsoaing to A3 Km 46+000 Sani Top has been closed on 09 Dec 2021. It no longer accepts any bids. For further information, you can contact the World Bank

Bellow, you can find more information about this project: 

Location: Lesotho

General information

Donor:

World Bank

Industry:

Transport & Logistics

Status:

Closed

Timeline

Published:

22 Nov 2021

Deadline:

09 Dec 2021

Value:

Not available

Contacts

Description

https://devbusiness.un.org/content/lot-7-routine-road-maintenance-a31-km-23000-near-matsoaing-a3-km-46000-sani-top-0
  Lesotho- P155229- Lesotho Transport Infrastructure and Connectivity Project (LTIC)- LS-MOPWT-259967-CW-RFB Country: Lesotho Project Id: P155229 Project Name: Lesotho Transport Infrastructure and Connectivity Project (LTIC) Loan/Credit/TF Info.: IDA-61510 Notice Version No.: 0 General Information Notice Type Invitation for Bids Borrower Bid Reference LS-MOPWT-259967-CW-RFB Bid Description Lot 7 Routine Road Maintenance of the A31 Km 23+000 near Matsoaing to A3 Km 46+000 Sani Top Language of Notice English Deadline for Application Submission Date 2021/12/09 Local Time 12:00 Selected category codes for product to be procured 95111503-Access roads Contact Information on Advertisement Organization/Department Roads Directorate Name Ntaba Manoeli Title Procurement Specialist Address Moshoeshoe Road, Industrial Area City   Province/State   Postal Code   Country Lesotho Phone +26658036700 Fax   Email [email protected] Website   Detailed Information for Advertisement Request for Bids (RFB)   The Road Directorate through the Ministry of Public Works has received financing from the World Bank (Bank) towards the cost of the Transport, Infrastructure and Connectivity Project and intends to apply part of the proceeds towards payments under the contract Routine Road Maintenance of the A5 Roma – Ha Mosi: Lot 1 (28km), Lot 2 (28km), Lot 3 (29km), Lot 4 (26km) and Lot 5 (26km) and A31 Mokhotlong – Sani Lot 1 (23km) and A31 Mokhotlong – Sani Lot 2 (23km)   Bid No. From To Date Compulsory Site Visit Date/ Time Assembly Point LS-MOPWT-259972-CW-RFB A5 Road Km 0+000 Near Roma village Km 28+000 near Ramabanta 15/11/2021   08:30 hrs U-Save Roma Shopping Centre LS-MOPWT-259976-CW-RFB A5 Road Km 28+000 Near Ramabanta Km 56+000 near Ha Mat’sa 15/11/2021   08:30 hrs U-Save Roma Shopping Centre LS-MOPWT-259969-CW-RFB A5 Road Km 56+000 Near Ha Mat’sa Km 85+000 Semonkong 15/11/2021   08:30 hrs U-Save Roma Shopping Centre S-MOPWT-259962-CW-RFB A5 Road Km 85+000 Semonkong Km 111+000 Ha Matlosa 15/11/2021   08:30 hrs U-Save Roma Shopping Centre LS-MOPWT-259977-CW-RFB A5 Road Km 111+000 Near Ha Matlosa A5 Road Km 137+000 Ha Mosi 15/11/2021   08:30 hrs U-Save Roma Shopping Centre LS-MOPWT-259974-CW-RFB A31 Km 0+000 Ha Kotsie (Near Mojakisane) A31 Km 23+000 Near Matsoaing 18/11/2021   10:00hrs A31 Km 0+000 Ha Kotsie (Near Mojakisane) LS-MOPWT-259967-CW-RFB A31 Km 23+000 (Near Matsoaing) A3 Km 46+000 Sani Top 18/11/2021   10:00hrs A31 Km 0+000 Ha Kotsie (Near Mojakisane)     The Roads Directorate now invites bids from E3 Contractors who have undergone Roads Directorate Contractor Refresher Training for the Works described in Section 1: Works Requirements, attached to this RFB. Road Maintenance and Rehabilitation- ROMAR and Road Construction and Upgrading- ROCAU Training will be an added advantage.       Compulsory Site Visits and Mandatory Pre-Bid Conference Compulsory site visits, at the Bidders’ own cost, have been organized as tabulated above.   Failure to attend the site visit will result in disqualification from bidding.  Any further details of exact locations of the proposed roads and site visits shall be available from the Roads Directorate’s Procurement Office.  Further, a mandatory Pre-Bid Conference shall be held at the Roads Directorate Office on Monday, 22nd November 2021 at 10:00 hrs (local time) after completion of all the site visits at Roads Directorate Meeting Room. Eligible bidders Maximum number of Members/E3 Contractors in the Joint Venture (JV) shall be Two (2). Eligible Materials, Equipment and Services The materials, equipment and services to be supplied under the Contract and financed by the Bank may have their origin in any country except for the following countries: “none”. Bidding Documents shall be available on request electronically beginning Tuesday, 9th November, 2021; that is soft copies of the bid document shall be emailed free of charge to Category E3 Contractors at the address and contacts below.   Bid Security Bid Security “shall not be” required for this bid. Instead, a Bid-Securing Declaration “shall be ” required for each Lot Performance Security The successful Contractor shall submit a 5% Performance Security in accordance with the Contract Conditions. Validity of Bids The bids shall be valid for 90 working days. Price The Contractor shall quote its total price in the Contractor’s Bid Form. Admeasurement Contracts The Contractor shall also fill in their unit rates and prices for all items of the Works described in the attached Bill of Quantities.  Items against which no rate or price is entered by the Contractor will not be paid for by the Employer when executed and shall be deemed covered by the rates for other items and prices in the Bill of Quantities. The rates and prices shall include all duties, taxes, and other levies payable by the Contractor under the Contract, as of the date 7 (Seven) days prior to the deadline for submission of bids. Technical proposal The Contractor shall furnish a technical proposal including proposed designs, a statement of work methods, management of environment and social risks and impacts, equipment, personnel schedule, Community employment aligned with appendix 1 (SECTION 1) and any other relevant information, in sufficient detail to demonstrate the adequacy of its proposal to meet the work’s requirements and the completion time. Clarification Any clarification request regarding this RFB may be sent in writing to Procurement Manager Ms. Moliehi Ntlhakana [email protected] before Monday 29th November 2021.  The Employer will forward copies of its response to all Contractors including a description of the inquiry but without identifying its source.       Submission of Bids All Bids, in sealed envelopes ((containing one (1) original bid document and one (1) soft copy (memory stick – flash) of the document)) and clearly labeled with the “Name of the Specific Project  Lot Number and Reference No.”. Also copies of valid Tax Clearance and Trader’s License Certificates certified at source should be attached to each Bid.   Bids shall be submitted in the form attached at Section 3 together with the full bidding document as per Item 14 and be hand delivered/deposited in the Tender Box near the Procurement Office (Room G11): Procurement Office (Room G11) M D Ntlhakana (Ms) – Procurement Manager Roads Directorate Roads Directorate Corner Senate and Lepoqo Roads Industrial Area (Opposite Browns Wholesalers)   Tel:  (266) 22323029/22323024/52229000 The deadline for submission of Bids is Thursday, 9th December 2021 at 12h00. The address for submission of Bids is: Attention: Procurement Office (Room G11) M D Ntlhakana (Ms) – Procurement Manager Roads Directorate P.O. Box 194 MASERU – 100 Tel:  (266) 22323029/22323024 E-mail Address:  [email protected]/[email protected],ls    Opening of Bids Bids will be opened by the Employer’s representatives on the same day as the deadline of submission of Bids (on Thursday, 9th December 2021), at 1430 hrs (local time) Evaluation of Bids The bids will be evaluated to determine substantial responsiveness of the technical proposal. A substantially responsive Bid is one that meets the requirements of the bidding document without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that: (a)  if accepted, would: (i)   affect in any substantial way the scope, quality, or performance of the Works specified in the Contract; or (ii)  limit in any substantial way, inconsistent with the bidding document, the Employer’s rights or the Bidder’s obligations under the proposed Contract; or (b)  if rectified, would unfairly affect the competitive position of other Bidders presenting substantially responsive Bids. For technically compliant bids, the total evaluated prices, excluding provisional sums and any provision for contingencies but including day works where priced competitively, will then be compared to determine the lowest evaluated price(s). Contract Award Successful tenderers shall be awarded only one bid/contract per bidder. The Contract will be awarded to the Contractor who: offers the lowest evaluated price(s), technically compliant bid, and guarantees completion of the Works by the specified date The Employer shall invite by the quickest means the successful Contractor(s) for any discussion that may be needed to conclude the contract or otherwise for contract signature. The Employer shall communicate by the quickest means with the other Contractors on its contract award decision. An unsuccessful Contractor may request clarifications as to why its bid was not determined to be successful.  The Employer will address this request within a reasonable time. The Employer shall publish a contract award notice on its notice board, website with free access, if available, or in a newspaper of national circulation, within 15 (fifteen) days after award of contract or as soon as practicable thereafter. The information shall include the name of the successful Contractor, the Contract Price, the Contract duration, summary of its scope and the names of the Contractors and their quoted and evaluated prices. Fraud and Corruption The Bank requires compliance with the Bank’s Anti-Corruption Guidelines and its prevailing sanctions policies and procedures as set forth in the WBG’s Sanctions Framework, as set forth in Appendix A to the Contract Conditions. In further pursuance of this policy, the Contractor shall permit and shall cause their agents (where declared or not), subcontractors, subconsultants, service providers, suppliers, and personnel, to permit the Bank to inspect all accounts, records and other documents relating to the RFB and Contract performance (in the case of award), and to have them audited by auditors appointed by the Bank.       Transport Infrastructure and Connectivity Project (LTIC) Lesotho Not cancelled Invitation for Bids Works Thursday, December 9, 2021- 17:00 WB-P873225-11/21 IDA-61510 LS-MOPWT-259967-CW-RFB P155229 Roads, Bridges and Tunnels Monday, November 22, 2021 English Monday, November 22, 2021- 13:51 World Bank

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more