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

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

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

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

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

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

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

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

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

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

Annex A: Terms of Reference

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

Section I: Instruction to Offerors

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

REQUEST FOR PROPOSAL Enterprise Asset Management System

Annex A: Terms of Reference RFP/2017/UNHCR/PSP/MENA/001. Public Advocacy and Engagement for UNHCR Private Sector Partnership in the.

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

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES

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

ANNEX A TERMS OF REFERENCE (TOR)

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

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

NAVAJO NATION DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS

General guidance on EFSA procurements

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

PART I - GENERAL INFORMATION

Location & Subject Matter Substance of Change Proposed Changes

LES MAISONS CO-OPERATIVE ST. JACQUES PHASE 2 INVITATION TO TENDER (ITT) # ACCESSIBILITY IMPROVEMENT FEATURES

REQUEST FOR QUOTATION (RFQ) (Services)

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

Secretariat 28 July 2011

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016

Contract Description; Qualifications; Proposal.

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

REPORT 2014/154 INTERNAL AUDIT DIVISION

REQUEST FOR PROPOSAL PUNJAB PROCUREMENT RULES, 2014)

INVITATION FOR BID Annual Water Meter Purchase

INTERNAL AUDIT DIVISION REPORT 2018/003

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

REPORT 2014/052 INTERNAL AUDIT DIVISION

Procurement of Goods. Guidelines for Preparing Responsive Bids for. National and International. Competitive Bidding PPRA.

Norwegian Refugee Council IRAQ

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

REPORT 2016/100 INTERNAL AUDIT DIVISION. Audit of the operations in Niger for the Office of the United Nations High Commissioner for Refugees

REQUEST FOR QUOTATION (RFQ) (Goods and services)

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

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

March 26, 2004, 1:45 p.m. Rule Development Workshop Florida Department of Management Services

REQUEST FOR PROPOSAL Police Department Roof System Renovation

PURCHASING ORDINANCE

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

REQUEST FOR QUOTATION (RFQ)

CCOC Request for Proposal (RFP) Clerks and Staff Revenue Collections Education, Training, and Compliance Services

LIVINGSTON PARISH COUNCIL. Request for Qualifications for. Professional Services for the Livingston Parish Road Overlay Project

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

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002

DATE: [28/11/2016] CLOSING DATE AND TIME: [19/12/2016] 23:59 hrs CET

REQUEST FOR QUOTATION (RFQ) (Services)

TITLE DEPARTMENT OF ADMINISTRATION 1.1 PURPOSES AND POLICIES 220-RICR CHAPTER 30 - PURCHASES SUBCHAPTER 00 - N/A

Request for Proposal Number 5848-RFP-14/15. Auditing Services

REQUEST FOR PROPOSAL. Aerial Photography Services 2016

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

RFP Issued: Tuesday, November 10, Amended December 7, 2015 Pages 2, 10, and 11

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

GENERAL TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852G002

ORDINANCE BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF POLK COUNTY, FLORIDA THAT:

Law No. 02/L-44 ON THE PROCEDURE FOR THE AWARD OF CONCESSIONS

Assessment tool for compliance audit

Contract Description; Qualifications; Proposal.

MARCH 27, 2019 INVITATION FOR BIDS

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

Contract Description; Qualifications; Proposal.

LA14-20 STATE OF NEVADA. Performance Audit. Judicial Branch of Government Supreme Court of Nevada. Legislative Auditor Carson City, Nevada

RFP Milestones, Instructions, and Information

INTERNAL AUDIT DIVISION REPORT 2016/183

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

Contract Description; Qualifications; Proposal.

CANADIAN COUNCIL OF MINISTERS OF THE ENVIRONMENT INC. (CCME)

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

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

REPORT 2015/142 INTERNAL AUDIT DIVISION

MARYLAND STADIUM AUTHORITY RESOLUTIONS PROCUREMENT POLICIES AND PROCEDURES

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

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

PARKING SYSTEM FOR PRAGUE AIRPORT

Public Services and Procurement Canada Departmental Oversight Branch

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

Contract Description; Qualifications; Proposal.

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

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

STANDARD BIDDING DOCUMENTS FOR NATIONAL COMPETITIVE BIDDING

SECTION INSTRUCTIONS TO BIDDERS

PROPOSAL EVALUATION FORM

Transcription:

DATE: 04 April 2018 REQUEST FOR PROPOSAL: No. CANTO/RFP/PSP/2018/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF DIGITAL ACQUISITION SERVICES IN CANADA CLOSING DATE AND TIME: 3 rd OF MAY 2018 23:59 pm EST INTRODUCTION TO UNHCR The Office of the United Nations High Commissioner for Refugees was established on 14 December 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 8,600 people in more than 125 countries continue to help more than 33.9 million globally displaced persons. To help and protect some of the world s most vulnerable people in so many places and types of environments, UNHCR must purchase goods and services worldwide. For further information on UNHCR, its mandate and operations, please see http://www.unhcr.org. To learn more about UNHCR s work in Canada, please visit www.unhcr.ca 1. REQUIREMENTS UNHCR PSP Canada is currently looking to identify a competent external provider for the provision of digital acquisition services. The service provision will take place in Canada. The contract phase is planned from August 1 2018 to July 31 2020 (two-years) and potentially extendable for a further period of one year (three year contract) subject to satisfactory performance. The successful bidder will be requested to maintain their quoted price model for the duration of the contract. IMPORTANT: Terms of Reference (TORS) are detailed in Annex A of 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. 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.

2. BIDDING INFORMATION: 2.1. RFP DOCUMENTS The following annexes form an integral part of this Invitation to Bid: Annex A: Annex B: Annex C: Annex D: Annex E: Annex F: Terms of Reference (TORs) Financial Offer Form Vendor Registration Form UN General Conditions of Contracts for the Provision of Services UNHCR Special Data Protection Conditions RFP Checklist Form 2.2 ACKNOWLEDGMENT We would appreciate your informing us of the receipt of this RFP by return e-mail to Erzsebet Gal, galer@unhcr.org as to: - 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 or any question in respect of this RFP by e-mail to Erzsebet Gal, PSP Administrative Associate, at galer@unhcr.org. The deadline for receipt of questions is on 18 TH of April 2018 23:59 p.m. EST. Bidders are requested to keep all questions concise. IMPORTANT: Please note that Bid Submissions are not to be sent to the e-mail address above. UNHCR will compile the questions received and the corresponding Q&A file will be posted and sent to all bidders. 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. IMPORTANT: 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: - Technical offer - Financial offer 2.4.1 Content of the TECHNICAL OFFER IMPORTANT: No pricing information should be included in the Technical Offer. Failure to comply may risk disqualification. The technical offer should contain all information required. 2

The Terms of Reference (TORs) 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: a) Description of the company and the company s qualifications Proven track record with digital fundraising activities in the Canadian marketplace inclusive of media buying and campaign management Eligibility to work in Canada Experience working with similar non-profit organizations or United Nations organization is desired A description of your company with the following documents: company profile, registration certificate and last audit reports: Year founded; If a multi-location company, specify headquarters location; Number of similar and successfully completed projects; Number of similar projects currently underway; Total number of clients, please provide a list; You are requested to provide three (3) references that we may contact from your current client list, including ones from working relationships with UNHCR Canada or other UN Agencies. If submitting a partnership proposal, please provide references for each firm that is participating in the proposal bid. Any information that will facilitate our evaluation of your company s substantive reliability, financial and managerial capacity to provide the services. b) Understanding of the requirements for services, proposed approach, solutions, methodology and outputs A description of your organization s capacity to provide the service. A description of your organization s experience in these services. All bidders should include an initial transition schedule, as well as standard delivery times for services provided. A few samples of successful creative pieces. A sample media plan A sample campaign management report A sample table of contents for a quarterly analysis report c) Proposed personnel to carry out the assignment A description of each team member s role within your firm proposed to carry out the services. Please also provide Curriculum Vitae of the core staff to work on the project. d) 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); e) Please indicate your acknowledgement of the UNHCR General Conditions of Contract for the Provision of Services (Annex D) on the RFP Checklist Form (Annex F) and including it in your submitted Technical Proposal. f) Please indicate your acknowledgement of the UNHCR Special Data Protection Conditions (Annex E) on the RFP Checklist Form (Annex F) and including it in your submitted Technical Proposal. 3

g) RFP Checklist Form Annex F please submit the signed copy (checklist about the formal criteria of bidding). 2.4.2 Content of the FINANCIAL OFFER Your separate Financial Offer must contain an overall offer in a single currency, which shall be Canadian Dollars (CAD). The financial offer must cover all the services to be provided (price all inclusive ). The Financial Offer is to be submitted as per the Financial Offer Form (Annex B). Bids that have a different price structure may not be accepted. Bidders should provide costs, as per Annex B, for each service. The Price Component of your proposal should detail your fee structure for each activity listed above in the Technical Component, as well as other associated costs to deliver the required services. Kindly note: Travel associated with visits to suppliers, contractors or UNHCR offices are the sole responsibility of the vendor. UNHCR is exempt from all direct taxes and customs duties. With this regards, price has to be given without any taxes VAT, GST or HST. 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 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. 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. 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. The Technical offer will be evaluated using inter alia the following criteria and percentage distribution: 70% from the total score (on a 100 points scale, i.e. max 70 points obtainable for the technical offer). Please find hereunder the detailed scoring breakdown: 1. Company Qualifications (10) General Liability of the Company (2.5) 4

Number of similar projects, successful campaigns to acquire online sales or clients (5) Presence and experience in the non-profit sector, including experience working with NGO, UN or UNHCR (2.5) 2. Quality of Service (50) Comprehensive of presented proposal (10) Quality/creativity of services and proposals (Including third party services if applicable) media buying, media contacts (20) Capacity to provide described services in TORs and achieve the proposed result (20) 3. Project staff (10) Experience of core people who will work on UNHCR project. (Including experience with similar projects) (10) Agencies will be asked to deliver a presentation on their proposal and to introduce the team members who will work with UNHCR via web/teleconference. The minimum passing scores of the evaluation is 49 out of 70; if a bid does not meet these minimums it will be deemed technically non-compliant and will not proceed to the financial evaluation. The Financial offer will use the following percentage distribution: 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 proportion to the lowest price; e.g., [total Price Component] x [CAD$ lowest] \ [CAD$ other] = points for other supplier s Price Component. 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 PDF format. (Copies of the PDF format documents may, as an addition, be included in Excel or other formats etc.). The Technical and Financial offers shall be clearly separated. Bid must be sent by e-mail ONLY to: DENCOBID@unhcr.org IMPORTANT: The technical offer and financial offer are to be sent in separate documents. Failure to do so may result in disqualification. Deadline: 3 rd of May, 23:59 p.m. EST IMPORTANT: 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, to send in a compressed file or to send a link to an online file storage modality. Please indicate in e-mail subject field: - Bid CANTO/RFP/PSP/2018/001 - Name of your firm with the title of the attachment 5

- If your email includes the technical or the financial offer (they are to be sent in separate emails) - Number of e-mails that are sent (example: 1/3, 2/3, 3/3). 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. 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 UN GENERAL CONDITIONS OF CONTRACTS FOR THE PROVISION OF SERVICES Please note that the General Conditions of Contracts for the Provision of Services (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. Yours faithfully, Anu Surendran Senior Private Sector Partnerships Officer (Americas) 6