REQUEST FOR PROPOSAL: No RFP/2017/1025 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

Similar documents
REQUEST FOR PROPOSAL: No. RFP/SWEST/2017/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF. [Documentary movie production]

DATE: 04 April REQUEST FOR PROPOSAL: No. CANTO/RFP/PSP/2018/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

DATE: 10/06/2016. INVITATION TO BID: No. ITB UNHCR/PMCS/2016/GOODS/766

INVITATION TO BID: No. ITB/2018/1147 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE SUPPLY OF VISIBILITY VESTS

DATE: 24/01/2018. REQUEST FOR PROPOSAL: No. 2018/HCR/HKG/RFP/10005 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

REQUEST FOR PROPOSAL: No. 2017/HCR/HKG/RFP/10048 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

INVITATION TO BID: No. ITB/UNHCR/PMCS/2015/GOODS/MI ITB/028 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE SUPPLY OF HYGIENE KITS

REQUEST FOR PROPOSAL: No. RFP/HCR/ALX/SLP/2016/ 002 FOR THE ESTABLISHMENT OF SERVICE CONTRACT FOR THE PROVISION OF

DATE: 26/07/2016. INVITATION TO BID: No. ITB/2016/778_Corrigendum as of 11/08/2016 FOR THE ESTABLISHMENT OF FRAME AGREEMENTS FOR THE SUPPLY OF

DATE: 02/03/2017 INVITATION TO BID: No. ACNUR/ITB/005

TENDER. INVITATION TO BID: No. ITB/SOM/GAL/17/008. CLOSING DATE AND TIME: Wednesday August 30, 2017, 16.30pm EAT

TENDER INVITATION TO BID: No. ITB/SOM/BOS/06/015 FOR THE CONSTRUCTION AND REHABILITATION OF FOUR (4) MCHS IN BOSSASO AND QARDO

CLOSING DATE AND TIME: Sunday Nov 06, 2016, 16.30pm EAT

CORRIGENDUM TO THE. REQUEST FOR EXPRESSION OF INTEREST: No. UNHCR/PS/2016/SERVICES/FU EOI/001

INVITATION TO BID#: ITB/SRBBE/ADM SECURITY SERVICES

Section I: Instruction to Offerors

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

REPORT 2015/168 INTERNAL AUDIT DIVISION. Audit of the operations in Thailand for the Office of the United Nations High Commissioner for Refugees

N O T I F I C A T I O N

REQUEST FOR QUOTATION (RFQ) (Services)

REQUEST FOR QUOTATION (RFQ) 3/5/2010 REFERENCE: RFQ-SS-Motorbike-CSAC

REPORT 2014/154 INTERNAL AUDIT DIVISION

ANNEX XIII - Copy of Long Term Agreement template for supplier reference LONG TERM AGREEMENT. LTA No: YEAR/No. Date: DD/MM/YY

ANNEX A TERMS OF REFERENCE (TOR)

INVITATION FOR PROPOSAL TO PROVIDE LEGAL CONSULTANCY SERVICES

S.I. 7 of 2014 PUBLIC PROCUREMENT ACT. (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY

REQUEST FOR PROPOSAL PUNJAB PROCUREMENT RULES, 2014)

PUBLIC PROCUREMENT RULES, 2004

REQUEST FOR QUOTATION (RFQ) (Services)

REQUEST FOR QUOTATION (RFQ) (Goods) NAME & ADDRESS OF FIRM DATE: March 3, 2017

UNICEF MOLDOVA United Nations Children s Fund Telephone

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

REPORT 2016/009 INTERNAL AUDIT DIVISION. Audit of the operations in Tanzania for the Office of the United Nations High Commissioner for Refugees

Location & Subject Matter Substance of Change Proposed Changes

REQUEST FOR QUOTATION (RFQ)

Register, 2014 Commerce, Community, and Ec. Dev.

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

REQUEST FOR QUOTATION (RFQ) (Services)

Subject: Supply and Delivery of Personal Protective Devices (PPD) - Respirators (N95 masks)

REPORT 2015/011 INTERNAL AUDIT DIVISION. Audit of the operations in Colombia for the Office of the United Nations High Commissioner for Refugees

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

REQUEST FOR QUOTATION (RFQ)

CSIR-CENTRAL MECHANICAL ENGINEERING RESEARCH INSTITUTE MAHATMA GANDHI AVENUE, DURGAPUR , WEST BENGAL TENDER DOCUMENT FOR MS/SS SHEET

INDIAN STATISTICAL INSTITUTE

General guidance on EFSA procurements

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year

Quotations submitted by hand/mail should be in sealed envelopes and sent to the following address:

Annex A: Terms of Reference RFQ/PH/2018/001 Request for Quotation for the development and implementation of a local lead generation campaign

Education, Audiovisual and Culture Executive Agency GRANT AGREEMENT FOR AN ACTION WITH MULTIPLE BENEFICIARIES AGREEMENT NUMBER [ ]

REQUEST FOR QUOTATION (RFQ) (Goods)

REQUEST FOR QUOTATION (RFQ) (Goods)

REQUEST FOR QUOTATION (RFQ) (Drafting design and engineering specifications for a biogas plant)

REQUEST FOR QUOTATION (RFQ) 8 Oct 2010 REFERENCE: RFQ-SS-CATSERVICES-SPP

802-18Q. Defibrillator. Due: 06/15/2018 2:00 p.m. MST

NAVAJO NATION DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS

REQUEST FOR QUOTATION (RFQ) Printing Services; UNDP booklet

THE TECHNICAL UNIVERSITY OF KENYA

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/12/127 DATE: 10/14/2012

1. INTRODUCTION AND DESCRIPTION OF THE CURRENT SITUATION

UNOPS General Conditions of Contract for the provision of Goods

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

PUBLIC PROCUREMENT AND CONCESSIONS REGULATIONS

REQUEST FOR QUOTATION (RFQ) (Goods and services)

Assessment tool for compliance audit

REQUEST FOR QUOTATION (RFQ)

The tender document may be download from the website,www,cdac.in/

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

COMPILATION OF THE ACQUISITION REGULATION OF THE PANAMA CANAL AUTHORITY 1

RFP/2017/859: Questions & Answers. Factory Audit Services

TENDER DOCUMENT FOR PROVISION OF AIR TRAVEL AGENCY SERVICES (FRAMEWORK CONTRACT FOR TWO YEARS)

Procurement Procedure for Supply of Interim Staff for IT and General Administration Ref. EBA/2012/018/OPS/IT/RT

NATIONAL BIOSAFETY AUTHORITY

REPORT 2014/052 INTERNAL AUDIT DIVISION

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

INTERNAL AUDIT DIVISION REPORT 2016/183

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

REQUEST FOR QUOTATION (RFQ) (Goods)

UNITED NATIONS CHILDREN S FUND (UNICEF)

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

Standard Bid Document

REQUEST FOR PROPOSAL (RFP) Court Investigator in the Tribal Court (revised 1/24/2018)

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/16/008 DATE: 13/03/2016

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016

Invitation to Bid UNDP/ITB/ECP/2012/017 Date: 28 th November 2012

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

REQUEST FOR QUOTATION (RFQ) (Motorcycle) NAME & ADDRESS OF FIRM DATE: August 17, 2017

Constitutional Review Process & Electoral Reform in Liberia Grade Type of contract: Individual Contract (IC) Team Leader Governance Unit

Fisa de date Notice type: Simplified participation notice Legislation: Law no. 98/

Design Standards for Federal Aid to Secondary Roads

Invitation to Bid ITB-SS-GDS-DDR

RFP Milestones, Instructions, and Information

REQUEST FOR QUOTATION (RFQ)

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones

Doing Business with UNHCR. Procurement Service (PS)

INDIAN STATISTICAL INSTITUTE

TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/

Transcription:

DATE: 30/10/2017 REQUEST FOR PROPOSAL: No RFP/2017/1025 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF ARMOURED VEHICLES, SPARE PARTS AND RELATED SERVICES CLOSING DATE AND TIME: 7 December 2017 23:59 hrs CET INTRODUCTION TO UNHCR The Office of the United Nations High Commissioner for Refugees (UNHCR) was established on December 14, 1950 by the United Nations General Assembly. The agency is mandated to lead and co-ordinate international action to protect refugees and resolve refugee problems worldwide. Its primary purpose is to safeguard the rights and well-being of refugees. It also has a mandate to help stateless people. In more than six decades, the agency has helped tens of millions of people restart their lives. Today, a staff of some 9,700 people in 126 countries continues to help about 60 million people. To help and protect some of the world s most vulnerable people in so many places and types of environment, UNHCR must purchase goods and services worldwide. For further information on UNHCR, its mandate and operations, please see http://www.unhcr.org. 1. REQUIREMENTS The Office of the United Nations High Commissioner for Refugees (UNHCR), Global Service Center in Budapest, invites qualified suppliers to make a firm offer for the establishment of Frame Agreement(s) for the provision of armoured vehicles, spare parts and related services. UNHCR may award Frame Agreement(s) with initial duration of three (3) years, potentially extendable by a maximum of two (2) years in increments of one year each. The successful bidders will be requested to maintain their quoted price model for the entire duration of the Frame Agreement(s). The estimated annual requirement of armoured vehicles is 50 units with an increasing trend. Please note that this figure is a projection of the requirements and does not construe a commitment of UNHCR to purchase any minimum quantity. Orders may vary depending on operational requirements and funds availability. Purchase orders will be issued on an ad-hoc basis against the Frame Agreement. The applicable Terms of Reference (TORs) are detailed in Annex A to this document. It is strongly recommended that this Request for Proposal and its annexes be read thoroughly. Failure to observe the procedures laid out therein may result in disqualification from the evaluation process. Other United Nations Agencies, Funds and Programs shall be entitled to the same fees and terms as those contained in the offers of the successful bidders and could form the basis for a Frame Agreement with other UN Agencies.

When a Frame Agreement is awarded, either party can terminate the agreement only upon 90 days (3 months) notice, in writing to the other party. The initiation of conciliation or arbitral proceedings in accordance with article 19 settlement of disputes of the UNHCR General Conditions of Contracts for provision of Goods and Services shall not be deemed to be a cause for or otherwise to be in itself a termination clause. Sub-Contracting: Please take careful note of article 5 of the attached General Terms and Conditions (Annex D). Note: this document is not construed in any way as an offer to contract with your firm. UNHCR is not bound to select any of the companies/institutions that decide to submit their proposals and UNHCR can determine on an ad-hoc basis what goods are required and where. 2. BIDDING INFORMATION: 2.1. RFP DOCUMENTS The following annexes form integral part of this Request for Proposal: Annex A: Annex B: Annex C: Annex D: Annex E: Annex F: Terms of Reference (TOR) to the required services; Technical Evaluation Criteria; Financial Offer Form; UNHCR General Conditions of Contracts for the Provision of Goods and Services (2010) Vendor Registration Form; UN Supplier Code of Conduct (Rev.05, Sept.2013) 2.2 ACKNOWLEDGMENT We would appreciate your informing us of the receipt of this RFP by return e-mail to kyprouli@unhcr.org as to: - Your confirmation of receipt of this request for proposal - Whether or not you will be submitting a bid 2.3 REQUESTS FOR CLARIFICATIONS Bidders are required to submit any request for clarifications or any question in respect of this RFP by e-mail to Maria-Arethousa Kyprouli, Supply Associate at kyprouli@unhcr.org. The deadline for receipt of questions is: 23:59 hrs CET on 10/11/2017. Correspondence with any other UNHCR staff member or an affiliate in respect of this RFP is not permitted and may constitute grounds for disqualification from the tender process. The potential suppliers are requested to keep all questions concise. Please note that Bid Submissions are not to be sent to the e-mail address above. 2

UNHCR will reply to the questions received as soon as possible by means of publication on UNHCR and UNGM websites. 2.4 YOUR OFFER Your offer shall be prepared in English. Please submit your offer using the Annexes provided. Offers not conforming to the requested formats may be not taken into consideration. Inclusion of copies of your offer with any correspondence sent directly to the attention of the responsible buyer or any other UNHCR staff other than the submission e-mail address will result in disqualification of the offer. Please send your bid directly to the address provided in the Submission of Bid section 2.6 of this RFP. Your offer shall be prepared in English and shall comprise the following two sets of documents: - Technical offer - Financial offer The proposal must bear an official company s letterhead that is clearly identifying your company. The Technical and Financial components of the proposal shall be clearly separated. 2.4.1 Content of the TECHNICAL OFFER No pricing information shall be included in the Technical offer. Failure to comply may risk disqualification. The technical offer should contain all information required. The Terms of Reference (TORs) of the goods and services requested by UNHCR can be found in Annex A. Your technical offer should be concisely presented and structured in the following order to include, but not necessarily be limited to, the following information: - Description of the company and the company s qualifications The following documents and information should be provided company profile; registration certificate; last three years financial audit reports; Year founded; If multi location company, specify headquarters location; Number of similar and successfully completed projects; Number of similar projects currently underway; Total number of clients, especially in the UN system; Include any information that will facilitate our evaluation of your company s substantive reliability, financial and managerial capacity to provide the services. - Understanding of the requirements for the armoured vehicles, spare parts and related services, proposed approach, solutions and outputs. Detailed description of the goods and manner in which your company would respond to the TOR: 3

Compliance to the requirements stated in the TOR. A description of your organization s capacity to provide the goods / services, including an estimated time of delivery to the specified locations; A description of your organization s experience in the supply of these goods / services. - Vendor Registration Form: If your company is not already registered with UNHCR, you should complete, sign and submit with your technical proposal the Vendor Registration Form (Annex E). If your company is already registered with UNHCR, please submit an empty Vendor Registration Form clearly indicating your UNHCR Vendor ID. - UNHCR General Conditions for Provision of Goods and Services: Please note that the General Conditions of Contracts (Annex D) will be strictly adhered to for the purpose of any future frame agreement. By submitting a proposal the Vendor confirm the acceptance of these terms and conditions. 2.4.2 Content of the FINANCIAL OFFER Your separate Financial Offer must contain an overall offer in a single currency, either in US Dollars, Euros, or in the currency of your company s country. For evaluation purposes only, the offers submitted in currency other than US Dollars will be converted into US Dollars using the United Nations rate of exchange in effect on the date the submissions are due. The financial offer must cover all the products and services to be provided (price all inclusive ). The Financial Offer is to be submitted as per the Financial Offer Form (Annex C). Bids that have a different price structure may not be accepted. Please keep the format of Financial Offer Form, do not change its structure. If comments need to be added, please use a separate sheet for that purpose. Please send back the excel format of Financial Offer Form as well as a non-editable copy (e.g. pdf format) of the same. UNHCR is exempt from all direct taxes and customs duties. With this regards, price has to be given without VAT. You are requested to hold your offer valid for 180 days from the deadline for submission. UNHCR will make its best effort to select a company within this period. UNHCR s standard payment terms are within 30 days after satisfactory implementation and receipt of documents in order. The cost of preparing a bid and of negotiating a contract, including any related travel, is not reimbursable nor can it be included as a direct cost of the assignment. Any activity undertaken or expenses incurred in preparation of a contract before an actual contract is signed shall be borne by the Bidder. An advance notice or information of award is not to be considered as a contract. UNHCR does not bind itself in any way to select a company that is offering the lowest prices. The intended contract will be awarded on the basis of the most responsive proposal, after a weighted evaluation compiling the technical and financial factors. 4

The following details shall be provided for each item: Unit costs: Using the financial offer form (Annex C), the bidder shall quote (ICC Incoterms 2010): - EXW Suppliers premises (please specify location) - FCA Suppliers premises (please specify location) - DAP Brussels/Belgium Consignee: N.V. REIBEL S.A. Chaussée de Vilvoorde, 11, Vilvoordsteenweg B-1120 Brussels Belgium 2.5 BID EVALUATION: 2.5.1 Supplier Registration: The qualified supplier(s) will be added to the Vendor Database after investigation of suitability based on the submitted Vendor Registration Form and supporting documents. The investigation involves consideration of several factors such as: Financial standing; Core business; Track record; Contract capacity. Failure to provide the abovementioned documentation, might lead to disqualification. 2.5.2 Technical and Financial evaluation: For the award of this project, UNHCR has established evaluation criteria which govern the selection of offers received. Evaluation is made on a technical and financial basis. The percentage assigned to each component is determined in advance as follows: The Technical offer will be evaluated using inter alia the following criteria and percentage distribution: 70% of the total score. Compliance with Mandatory requirements. Non-compliance will result in disqualification of the proposal, which will not be further evaluated. Criteria Percentage 1.Understanding of the requirements 50% 2.Company qualifications 5% 3.Company past Experience (with at least 3 similar 5% projects) 4.Training and Inspection Capability 5% 5.Buyback and/or refurbishment solutions 5% Total: 70% The Financial offer will attribute 30% from the total score. The maximum number of points will be allotted to the lowest price offer that is opened and compared among those invited firms. All other price offers will receive points in inverse 5

proportion to the lowest price; e.g., [total Price Component] x [US$ lowest] \ [US$ other] = points for other supplier s Price Component. UNHCR reserves the right to split the award among different Vendors. For evaluation purposes only, the offers submitted in currency other than US Dollars will be converted into US Dollars using the United Nations rate of exchange in effect on the date the submissions are due. 2.6 SUBMISSION OF BID: The offers must bear your official letter head, clearly identifying your company. Bids should be submitted by e-mail and all attachments should be in searchable PDF format. Copies of the PDF format documents may, as an addition, be included in Excel or other Office formats. The Technical and Financial components of the proposal shall be clearly separated. The Technical component should contain concise but clear answers to questions inserted in the Annex B. The Financial component should include your price quotations inserted into the Annex C. Bids should be submitted by e-mail and Annexes B and C should be submitted both in PDF and Excel format. Bid must be sent by e-mail ONLY to: HQSMSBID@unhcr.org The technical offer and financial offer are to be sent in separate documents. Failure to do so may result in disqualification. Deadline: 07/12/2017, 23:59 hrs CET. Any bid received after this date or sent to another UNHCR address may be rejected. UNHCR may, at its discretion, extend the deadline for the submission of bids, by notifying all prospective bidders simultaneously. It is your responsibility to verify that all e-mails have been received properly before the deadline. Please be aware of the fact that the e-mail policy employed by UNHCR limits the size of attachments to a maximum of 5 Mb so it may be necessary to send more than one e- mail for the whole submission. Please indicate in your e-mail subject field: - Bid ref. RFP/2017/1025 - Name of your firm with the title of the attachment - Number of e-mails that are sent (example: 1/3, 2/3, 3/4). UNHCR will not be responsible for locating or securing any information that is not identified in the submitted proposal. Accordingly, to ensure that sufficient information is provided to UNHCR, each potential service provider shall furnish, as part of the proposal, any descriptive 6