You are on page 1of 2

Ref: ZWE/16/01M/BAD PROCURE 034

BRIEF DESCRIPTION OF WORKS AND SELECTION CRITERIA


Name of Work CONSTRUCTION OF ANCILLARY INFRASTRUCTURE AND CIVIL
WORKS FOR A GOLD MILLING PLANT
Location/Land Guruve, - 36K 0249136, 8147870; 0249148, 8147977,
approximately 18 km South West of Guruve Centre, off the
Guruve to Mudhindo road past the Zimbabwe Apostolic Faith
Church in Ruvinga. The proposed project occupies an area of ten
hectares in Sipolilo under Guruve District

Details of the Project As per Tender documents and Drawings


Total Built up Area for Construction As per Tender documents and Drawings
Completion period 4 months (from contract signature)

The scope of work involves construction of ancillary infrastructure composed of an Administration Block,
Guard house, boiler house, CIP shed, assay lab and Plant foundations for a Gold Milling Plant situated at
36K 0249136, 8147870; 0249148, 8147977, approximately 18 km South West of Guruve Centre, off the
Guruve to Mudhindo road past the Zimbabwe Apostolic Faith Church in Ruvinga. The proposed project
occupies an area of ten hectares in Sipolilo under Guruve District.

The ancillary infrastructure and civil works for the Gold Milling Plant are to be constructed As per Drawings
attached to the call.

The Contractor shall supply all necessary and required materials, adequate and competent labour,
supervision, tools and, equipment, installed and consumable materials, services, testing devices, and each
and every item of expense necessary for the carrying out of the works in accordance with the technical
drawings, technical specifications, scope of work and other conditions and terms of contract as per the
Agreement and Schedule of Conditions of Building Contract, 1990 Edition.

All items of work, part of work or work itself shown on the architectural and engineering drawings or
mentioned in the tender document and any Architect's Instruction for variations are to be executed by the
contractor. Non-appearance of any of the items either in the drawings or in the tender shall not vitiate the
purpose for which the building shall be constructed. Any extra items shall be dealt appropriately in terms of
provision of the contract.

The expected date of completion shall be calculated from the date of signing the contract,

Enquires about the proposed work can be addressed to: HRE-PROCUREMENT@ilo.org

1
Bid Evaluation Criteria
The evaluation of bids will be done in three stages as detailed below:
a. Preliminary examination to determine eligibility, administrative compliance (including Tax clearance)
to this Invitation for Bids as well as proof of fair work ethics on a pass/fail basis;
b. A technical evaluation aimed at ascertaining the technical capacity, knowledge and experience the
prospective contractor on works related to the construction works similar to the proposed project,
and
c. Financial comparison to determine the lowest priced of technically responsive bids.
d. The final determination will be based on ‘’Lowest priced, substantially compliant. Compliance defined
as compliant/not compliant for all issues’’.

I. MANDATORY CRITERIA
Submission compliant to RFP
Mandatory documents provided

RETAINED (R) or DISQUALIFIED (D)


 
II. TECHNICAL OFFER POINTS
  %

1. SUPPLIER OVERVIEW 8.00

2. UNDERSTANDING OF ASSIGNMENT 8.33

3. MANAGEMENT AND TECHNICAL EXPERTISE 63.33

4. POST CONSTRUCTION SUPPORT 11.70

5. REFERENCES 8.33

  SUBTOTAL 100
 
III. FINANCIAL OFFER: Lowest priced, substantially compliant

You might also like