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

Similar documents
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

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

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

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

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

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

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

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

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

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

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

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

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

REQUEST FOR PROPOSAL PUNJAB PROCUREMENT RULES, 2014)

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

COVER PAGE. Bid Proposal # Ready Mix Concrete

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

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

SECTION INSTRUCTIONS TO BIDDERS

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

Section I: Instruction to Offerors

Location & Subject Matter Substance of Change Proposed Changes

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

Diesel Engine Replacement for. Gillig Low Floor Buses

KENTUCKY EDUCATIONAL DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS. for. Guaranteed Energy Savings Contracts. Addendum #1

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

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

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

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

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

BID DOCUMENT SECTION I

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 QUOTATION (RFQ) (Services)

REQUEST FOR PROPOSAL Enterprise Asset Management System

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

TENDER NO. NCA/PRE/015/

Procurement Guidelines for. the Japanese Grants. (Type I)

Legal Services for Representation to Indigent Parents RFP Laramie County

TURKS AND CAICOS ISLANDS GOVERNMENT MINISTRY OF TOURISM, ENVIRONMENT, HERITAGE AND CULTURE DEPARTMENT OF ENVIRONMENT AND COASTAL RESOURCES (DECR)

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

Notice inviting e-bids for Printing and Supply of IEC Material

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

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

SWAZILAND POSTS AND TELECOMMUNICATIONS CORPORATION (SPTC)

INVITATION TO SUBMIT EXPRESSION OF INTEREST (For Short listing of Companies/ Service Providers)

General guidance on EFSA procurements

STANDARD BIDDING DOCUMENTS FOR NATIONAL COMPETITIVE BIDDING

Israel Railways Ltd. Procurement & Contracting Division

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016

Norwegian Refugee Council IRAQ

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

Anglo American Procurement Solutions Site

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

Standard Bid Document

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

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

Supply and Installation of A3 Size Scanner

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

CHEMELIL SUGAR COMPANY LIMITED

PUBLIC PROCUREMENT RULES, 2004

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

RFP FOR PROCUREMENT ANTI SKIMMING DEVICES AND PIN SHIELD (GUARD)

PUBLIC PROCUREMENT AND CONCESSIONS REGULATIONS

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

Request for Proposal. RFP # Non-Profit, Sports Photography

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

Subject: SOLICITATION OF BIDS, PROPOSALS AND THE AWARD OF PROCUREMENT CONTRACTS OUTDATED

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

INDIAN STATISTICAL INSTITUTE

REPORT 2013/122 INTERNAL AUDIT DIVISION. Audit of United Nations High Commissioner for Refugees operations in Nepal

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

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

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

INDIAN STATISTICAL INSTITUTE

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

PARKING SYSTEM FOR PRAGUE AIRPORT

CITY OF PEACHTREE CITY MICROSOFT OFFICIAL LICENSE ADDENDUM #1

THE TECHNICAL UNIVERSITY OF KENYA

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

REQUEST FOR QUOTATION (RFQ) (Services)

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

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

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW

REQUEST FOR QUOTATION (RFQ)

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

STATE OF ARKANSAS PROFESSIONAL / CONSULTANT SERVICES INSTRUCTION SHEET

FAIRFAX COUNTY ECONOMIC DEVELOPMENT AUTHORITY PROCUREMENT GUIDELINE

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

REQUEST FOR PROPOSAL Police Department Roof System Renovation

INSTRUCTIONS TO BIDDERS Medical Center

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

Notice Inviting Tender for Purchase of Glass Jars, Plastic bottles, Entomological pins etc.

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

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

DECREE ON IMPLEMENTATION OF PRE-SHIPMENT INSPECTION OF IMPORTED GOODS

Transcription:

DATE: [21/03/2016] REQUEST FOR PROPOSAL: No. RFP/HCR/ALX/SLP/2016/ 002 FOR THE ESTABLISHMENT OF SERVICE CONTRACT FOR THE PROVISION OF ICT Infrastructure for the 4 th & 5 th floors in Alexandria Field Office CLOSING DATE AND TIME: [21/04/2016] 17:00 INTRODUCTION TO UNHCR The Office of the United Nations High Commissioner for Refugees 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 6,600 people in more than 110 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), [Alex office], invites qualified service providers to make a firm offer for the establishment of Service contract for the provision of [ICT Infrastructure for the 4th & 5th floors in Alexandria Field Office] (referred to hereinafter as [services]. Terms of Reference (TORS) / General Conditions and BOQ are detailed in Annex A, Attached with this document. Please note that figures have been stated in order to enable bidders to have an indication of the projected requirements. It does not represent a commitment that UNHCR will purchase a minimum quantity of services. 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. 1

Other United Nations Agencies, Funds and Programmes shall be entitled to the same prices and terms as those contained in the offers of the successful bidders and could form the basis for a Service contract with other UN Agencies. 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. When a Service contract is awarded, either party can terminate the agreement only upon 60 days (2 months) notice, in writing to the other party. The initiation of conciliation or arbitral proceedings in accordance with article 18 settlement of disputes of the UNHCR General Conditions of Contracts for provision of Services shall not be deemed to be a cause for or otherwise to be in itself a termination clause. 2. BIDDING INFORMATION: 2.1. RFP DOCUMENTS The following annexes form integral part of this Invitation to Bid: Annex A: Terms of Reference (TORs) / BOQ Annex B: Drawings Annex C: Vendor Registration Form Annex D: UNHCR General conditions of contracts for Provision of Service 2010 2.2 ACKNOWLEDGMENT We would appreciate your acknowledgment receipt of this RFP by return e-mail To: elsaies@unhcr.org, ARECASUP@unhcr.org CC: mathewos@unhcr.org - Your confirmation of receipt of this invitation to bid - Whether or not you will be submitting a bid Failure to send the above requested information may result in disqualification of your offer from further evaluation. 2.3 REQUESTS FOR CLARIFICATION Bidders are required to submit any request for clarification or any question in respect of this RFP by e-mail to [Diya Elsaies], [Admin Assistant] at elsaies@unhcr.org, ARECASUP@unhcr.org CC / mathewos@unhcr.org The deadline for receipt of questions is 17:00 on [07/04/2016]. Bidders are requested to keep all questions concise. Please note that Bid Submissions are not to be sent to the e-mail address above, Any offers send by e-mail will be disqualified. 2

UNHCR will compile the questions received. [UNHCR may, at its discretion, copy any reply to a particular question to all other invited bidders at once. OR will respond to these at the supplier conference. After the supplier conference, a Questions & Answers document will be prepared and posted on the UNHCR website: http://supply.unhcregypt.org/]. 2.4 YOUR OFFER Your offer preferred to 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. The following details shall also be provided along with the offer: - 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 C). - UNHCR General conditions of contracts for Provision of Service: Your offer should contain your acknowledgement of the UNHCR General conditions of contracts for Provision of Service Revision January 2010-by signing Annex D. Your offer must contain an overall offer in Egyptian Pounds. UNHCR is not exempted from all direct taxes and customs duties. With this regards, price has to be given WITH VAT You are requested to hold your offer valid for a minimum of [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 implementation and receipt of documents in order. The cost of preparing a bid and negotiating a contract, including any related travel, is not reimbursable nor can it be included as a direct cost of the assignment. 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 comprise the following two sets of documents (Separately Sealed): - Technical offer - Financial offer 2.4.1 Content of the TECHNICAL OFFER No pricing information should be included in the Technical offer. Failure to comply may risk disqualification. The technical offer should contain all information required. 3

The Terms of Reference (TOR) / General conditions and BOQ of the 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: 1. Experience (20 Points ) - Similar projects in past three-years (5 points) - Certificates of successful completion (5 points) - Previous experience of subcontractors (5 points) - Previous experience in similar projects (5 points) 2. Equipment and implementation teams (20 points) - Organization structure of chart (3 points) - Project s proposed structure, including the prequalification and experience or proposed key staff / skilled workers (7 points) - Equipment s required for implementation (5 points) - Methods of execution and lists of equipment s materials (5 points) 3. Time Schedule (20 points) - How to achieve the required project duration (5 points) - Liability test period (5 points) - Activities logical sequence (CPM) (Microsoft project / Primavera) (10 points) 2.4.2 Content of the FINANCIAL OFFER - Your separate Financial Offer must contain an overall offer in EGP currency, - The financial offer must cover all the services to be provided (price all inclusive ). - The prices should be valid for one year without any change unless the increased price is published in a local press - The company should have a bank account under the company s name, and payments should not be made to individual accounts. 2.5 BID EVALUATION: 2.5.1 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: [60] % from the total score Technical offer Area Points obtainable 1.Experience [20] 2.Equipments & Implementation team [20] 3.Time Schedule [20] Total: [60] Remark: The Technical offer score will be calculated according to the above percentage distribution for the technical offer. 4

The Financial offer will use the following percentage distribution: [40] % 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 opposite proportion to the lowest price; e.g., [Total Price Component ] x [lowest price] \ [Other price] = points for other supplier s Price Component. 2.5.2 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. 2.6 SUBMISSION OF BID: The offers must bear your official letter head, clearly identifying your company. Please indicate on your offer (inside the sealed envelope) subject field: - Bid number : - Name of your firm - List of documents attached to you bid such as extracts, descriptions, and other necessary information it deems would enhance the comprehension of its offer. The Technical and Financial offers shall be clearly separated. The technical offer and financial offer are to be sent in separate documents in sealed marked envelopes attention: Mr.: Aklilu Mathewos 13 th Nordon Street, Kafr Abdo, Alexandria, Egypt RFP/HCR/ALX/SLP/2016/ 002. NOT TO BE OPENED BEFORE : Date 21/04/2016 Time 23:59HRS Failure to do so may result in disqualification. Deadline: [21/04/2016], 23:59 HRS Local time 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. Please indicate on your offer ( inside the sealed envelope) subject field: - Bid number : RFP/HCR/ALX/SLP/2016/002 - Name of your firm - List of documents attached to your bid such as extracts, descriptions, and other necessary information it deems would enhance the comprehension of its offer. 5

- It is your responsibility to verify that all Offers have been received properly before the deadline UNHCR will not be responsible for locating or securing any information that is not identified in the bid. 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 Services. 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. 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 RFP will be made in the currency of the winning offer(s). Payment will be made in accordance to the General Conditions for the Purchase of Services and in the currency in which the PO is issued. 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 SERVICES Please note that the General conditions of contracts ( Annex D ) 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 3.0 A PRE-TENDER / SITE VISIT WILL BE HELD AT UNHCR FIELD OFFICE ALEXANDRIA AT 13 NORDON STREET, KAFR ABDOU ON 31/03/2016 AT 11:00 AM Signature Name: [Aklilu Mathewos], Title: [Admin and finance Officer] [Administration Department] [UNHCR Alexandria Office] 6