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

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

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

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

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

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

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

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

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

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

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

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

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

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

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

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

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

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

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

STANDARD BIDDING DOCUMENTS FOR NATIONAL COMPETITIVE BIDDING

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

REQUEST FOR QUOTATION (RFQ)

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO

REQUEST FOR QUOTATION (RFQ) (Goods and services)

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

CHEMELIL SUGAR COMPANY LIMITED

Section I: Instruction to Offerors

Invitation to Bid. 6. Bids will be opened on 22 May, 2012 at 10:30am hours by UNODC/UNDP Procurement Committee

TENDER DOCUMENT INTERNATIONAL COMPETITIVE BIDDING (ICB)

REQUEST FOR PROPOSAL Enterprise Asset Management System

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS

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

REQUEST FOR QUOTATION (RFQ) (Goods)

REQUEST FOR QUOTATION (RFQ) (Services)

Standard Bidding Documents. For. KMU Annual report

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

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

REQUEST FOR PROPOSAL PUNJAB PROCUREMENT RULES, 2014)

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

NATIONAL BIOSAFETY AUTHORITY

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

REQUEST FOR QUOTATION (RFQ) (Goods)

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

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

REQUEST FOR QUOTATION (RFQ) (Goods)

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

REQUEST FOR PROPOSALS For Blanket Agreement to supply of coffins Boxes RFP #: 14/S/HAAD/PT/2012

BID INVITATION. Bid Invitation

Board of Intermediate Education Bakhtiari Youth Center, North Nazimabad, Karachi

19 (including this cover page) and 11 pages Form of Contract

CITY OF HOPKINSVILLE

REQUEST FOR PROPOSAL Police Department Roof System Renovation

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

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

MINISTRY OF DEFENCE ULINZI HOUSE P O BOX NAIROBI TENDER DOCUMENT FOR PRE-QUALIFICATION OF FIRMS FOR THE SUPPLY OF SPARES FOR EARTH MOVERS.

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

Invitation to Bid. Subject: Procurement of Air Conditioners Ref: ITB/KRT/12/090

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR QUOTATION (RFQ) Printing Services; UNDP booklet

DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES GENERALLY; EXCEPTIONS

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified.

SECTION INSTRUCTIONS TO BIDDERS

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/

KIBABII UNIVERSITY TENDER DOCUMENT FOR PROVISION OF SANITARY BINS AND PEST CONTROL SERVICES FOR AND FINANCIAL YEARS

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/

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

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

REQUEST FOR QUOTATION (RFQ)

ANNUAL CONTRACT FOR THE PURCHASE OF EARPLUG FOR THE SRI LANKA AIR FORCE YEAR 2018

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

BID DOCUMENT SECTION I

COVER PAGE. Bid Proposal # Ready Mix Concrete

CLIENT CREDIT APPLICATION

Invitation for Tender and Instructions to Bidders

TENDER FOR PROVISION OF LIFTING AND HOISTING EQUIPMENT INSPECTION SERVICES AT MENENGAI NAKURU

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

TENDER DOCUMENT FOR IFMIS NO

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

Sunnyside Valley Irrigation District

TENDER FOR PROCUREMENT OF E-LEARNING CONTENT LICENSE FOR THE CENTRAL BANK OF KENYA

ALBRO COURT HOUSING CO-OPERATIVE INVITATION TO TENDER (ITT) # BATHROOMS

THE TECHNICAL UNIVERSITY OF KENYA

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES

Invitation to Bid (ITB) - GENERATORS FM/CDS/227/08

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

REQUEST FOR QUOTATION (RFQ) (Services)

Invitation for Tender and Instructions to Bidders SUB: PROCUREMENT OF (PTO ASSY POWER TAKE OFF )

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/

CITY OF LEESBURG FLORIDA INVITATION FOR BID (IFB) Wireless Mobile Column Lift (Truck Lift)

Nepal Telecom. Tender No. NDCL/ITD-02/ for Supply and Delivery of Intel Servers. [April, 2012]

TENDER NO.SRC /CS/06/ : FOR PROVISION OF COURIER SERVICES WITHIN NAIROBI AND ITS ENVIRONMENT TO SALARIES AND REMUNERATION COMMISSION

TENDER DOCUMENT FOR SUPPLY, DELIVERY AND FITTING OF TYRES AND TUBES FOR KRA MOTOR VEHICLES - TWO (2) FRAMEWORK AGREEMENT

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

TENDER FOR PROCUREMENT OF FRESH MILK FOR THE

Transcription:

Délégation pour le Somalia Branch Office for Somalia P.O. Box 43801 00100 Tel.: +254-20-4202000 Nairobi Fax: Kenya kensmsuppy@unhcr.org Email : TENDER INVITATION TO BID: No. ITB/SOM/BOS/06/015 November 2, 2016 FOR THE CONSTRUCTION AND REHABILITATION OF FOUR (4) MCHS IN BOSSASO AND QARDO CLOSING DATE AND TIME: Tuesday 29 November 2016 16.30pm EAT 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 five decades, the agency has helped tens of millions of people restart their lives. Today, a staff of some 7,685 people in more than 125 countries continues to help about 34 million persons. 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), office in Bossaso, somalia invites qualified Construction Companies to make a firm offer for the construction and rehabilitation of four (4) different Mother and Child Health (MCH) namely Horseed and Central MCHs in Bossaso & Shabelle and Shimibiralle MCHs in Qardo) (referred to hereinafter as goods). It is mandatory for all bidders to visit the site. The service provider will perform the works according the Bill of Quantities (BOQ), designs and drawing dimensions annexed to this ITB. UNHCR invites qualified construction companies to make a firm offer as listed in Annex A: BOQ within the deadline above. It is strongly recommended that this Invitation to Bid document and its annexes be read thoroughly. Failure to observe the procedures laid out therein may result in disqualification from the evaluation process. Note: This document is not to be construed in any way as an offer to contract with your firm. Page 1 of 6

2. BIDDING INFORMATION: 2.1. ITB DOCUMENTS The following annexes form integral part of this Invitation to Bid: Annex A: Annex B: Annex C: Annex D: Bill of Quantities Drawing and designs UNHCR General Conditions of Contracts for the Provision of Goods and services 2010 Vendor Registration Form 2.2 ACKNOWLEDGMENT We would appreciate you informing us of the receipt of this ITB by return e-mail: - Your confirmation of receipt of this invitation to bid - Whether or not you will be submitting a bid.2.3 REQUESTS FOR CLARIFICATION Bidders are required to submit any request for clarification in respect of this ITB by e- mail to kheyre@unhcr.org copying farahm@unhcr.org and aponge@unhcr.org the subject should be the ITB number. The deadline for receipt of questions is 16:30 hrs on 24 th November 2016. Please note that Bid Submissions are NOT to be sent to the e-mail addresses above. UNHCR will compile the questions received and plans to respond to questions shortly after the query closing date. UNHCR may, at its discretion, copy any reply to a particular question to all other invited bidders at once. 2.4 YOUR OFFER Your offer shall be prepared in English. Please submit your offer using the Annex 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 ITB. Your offer shall comprise the following two sets of documents: - Technical offer & Financial offer Page 2 of 6

2.4.1 Content of the TECHNICAL OFFER The technical offer should contain all information required. The technical details of the products requested by UNHCR can be found in Annex A. Your technical offer should clearly state whether or not the equipment you are offering, fully conform to the specifications given. Clearly state and disclose any discrepancies with the specifications given. The following details shall also be provided in the Technical Offer. Production/Delivery Capacity: The bidder shall state the mobilization time, ex-stock (if no set up time is required) and total lead-time for the whole quantity. Inspection: Inspection will be applicable and will be advised at the time of Purchase Order issuance. The inspection will be arranged and paid for by UNHCR. Place of Inspection: The bidder shall state the place of inspection. Country of Origin of the Supplier and place of Manufacture: The technical offer shall state the country in which the supplier is registered, as well as the country and place of manufacture some of the products. Warranty: The bid shall include defects and liability period with terms of warranty. Certificate: If available, the bidder shall submit a copy of internationally recognized quality certificate of the manufacturing company together with a copy of quality certificate for the finished product. 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 D). UNHCR General Conditions for Provision of Goods / Services: Your technical offer should contain your acknowledgement of the UNHCR General Conditions for Provision of Goods / services by signing Annex C. 2.4.2 Content of the FINANCIAL OFFER Your financial offer must contain an overall offer in a single currency, in USD. The Financial offer is to be submitted as per the Financial Offer Form (Annex A). Bids that have a different price structure may not be accepted. The following details shall be provided for each item: Unit costs: The bidder shall quote the unit price per line items. Any quantity or other discounts shall be clearly indicated. UNHCR is exempt from all direct taxes and customs duties. In this regards, price has to be given without VAT. Page 3 of 6

You are requested to hold your offer valid for 90 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 delivery 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. 2.5 BID EVALUATION:. 2.5.1 Technical and Financial evaluation: All bids from pre-qualified suppliers will be evaluated based on: Compliance with the established UNHCR specifications Unit cost and total cost Delivery capacity. UN Global Compact and other factors: UNHCR supports the UN Global Compact Initiative put forward on 31 January 1999 by UN Secretary-General Kofi Annan that would bring companies together with UN agencies, labor and civil society to support ten principles in the areas of the human rights, labour, environment and anticorruption. We encourage our suppliers to sign up with the UN Global Compact Initiative. 2.5.2 Supplier Registration: The qualified suppliers 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. This will be followed later by performance evaluation as a supplier such as: Random / periodic testing of the supplier's products / services, Ability to respond quickly to Agency's needs, Timely delivery Dependability of products and services 2.6 SUBMISSION OF BID: The offers must bear your official letter head, clearly identifying your company. Sealed offers should be addressed as listed below and submitted to: TO BE ADDRESSED AS FOLLOWS: INVITATION TO BID NO: ITB/SOM/BOS/06/015 FOR THE CONSTRUCTION AND REHABILITATION OF FOUR (4) DIFFERENT MCHS IN BOSSASO AND QARDHO TOWNS Page 4 of 6

TO BE DROPPED INTO A TENDER BOX INSIDE BOSSASO OFFICES AT THE ATTENTION OF UNHCR HEAD OF FIELD OFFICE -BOSSASO Offers must be submitted in 2 (two) separately sealed envelopes as follows: 1 (one) sealed envelope containing technical part of the offer (vendor registration form, ISO certificates, if any, all statutory documents such as company registration documents) 1 (one) sealed envelope containing financial part of the offer (Financial Proposal Form) Offers submitted must be sealed in an outer and two inner envelopes as detailed below: a. the outer envelope should be marked and addressed as above, b. the first inside envelope will contain the vendor registration form and the relevant registration documentation, c. the second inside envelope shall contain your financial offer and duly filled price proposal form. Offers that are otherwise addressed and/or copied or sent to other addresses or individuals will be marked invalid and not considered for evaluation. Deadline: 29 TH November 2016, 16.30pm EAT Any bid received after this date will not be considered. UNHCR may, at its discretion, extend the deadline for the submission of bids, by notifying all prospective bidders simultaneously. UNHCR will not be responsible for locating or securing any information that is not identified in the bid. Accordingly, to ensure that sufficient information is available, the bidder shall furnish, as part of the bid, any descriptive material such as extracts, descriptions, and other necessary information it deems would enhance the comprehension of its offer. To be included in the main competition the supplier s product must pass the test and has been accepted by UNHCR as meeting our technical specifications. 2.7 BID ACCEPTANCE: UNHCR reserves the right to accept the whole or part of your bid. UNHCR may at its discretion increase or decrease the proposed content when awarding the contract and would not expect a significant variation of the rate submitted. Any such increase or decrease in the contract duration would be negotiated with the successful bidder as part of the finalization of the Purchase Orders for Goods. UNHCR may, at its discretion, extend the deadline for the submission of bids, by notifying all prospective suppliers in writing. The extension of the deadline may accompany a modification of the solicitation documents prepared by UNHCR at its own initiative or in response to a clarification requested by a prospective supplier. Please note that UNHCR is not bound to select any of the firms submitting bids and does not bind itself in any way to select the firm offering the lowest price. Page 5 of 6

Furthermore, the contract will be awarded to the bid considered most responsive to the needs, as well as conforming to UNHCR s general principles, including economy and efficiency and best value for money. 2.8 CURRENCY AND PAYMENT TERMS FOR PURCHASE ORDERS Any Purchase Order (PO) issued as a result of this ITB will be made in USD. Payment will be made in accordance to the General Conditions for the Purchase of Goods and in USD. Payments shall only be initiated after confirmation of successful completion by UNHCR business owner. 2.9 UNHCR GENERAL CONDITIONS OF CONTRACTS FOR THE PROVISION OF GOODS AND SERVICES Please note that the General Conditions of Contracts for provision of Goods services (Annex C) will be strictly adhered to for the purpose of any future contract. The Bidder must confirm the acceptance of these terms and conditions in writing. Signature Amna Al-Ahmar Head of Field Office UNHCR FO Bossaso, Somalia. Page 6 of 6