Bid Clarification Meeting RFP for Construction of UNOPS
Bid Clarification Meeting RFP for Construction of UNOPS Offices & Accommodation in Mogadishu International Airport (MIA), Mogadishu, Somalia 18 th April 2018
KEY POINTS IN THE BIDDING PROCESS
This is an e-sourcing tendering processes, that UNOPS is now using in all of its tenders. For contractors to participate on e-sourcing platform, they need to have the following: They must be registered on www. ungm. org website as a vendor, and choose UNOPS as one of the UN agencies. To confirm that they are able to submit a tender, the bidders should express their interest on e-sourcing. 3
This RFP is for Construction of UNOPS Offices & Accommodation at Mogadishu International Airport (MIA), Mogadishu, Somalia. The duration of construction is estimated to be 9 months 4
CONTENTS TENDER DOCUMENTS: – – Bid Particulars SECTION I: Instruction to Bidders SECTION II: Returnable Bid Schedules SECTION III: UNOPS Minor Works Construction Contract – Evaluation Method and Criteria – Annexes 5
USEFUL INFORMATION Bidding period 6 th April 2018 to 30 th April 2018 Bid Submission deadline 12. 00 Noon (Mogadishu Time) on 30 th April 2018 Bid Opening 15. 00 pm on 30 th April 2018 Bids submission Via e-Sourcing platform Clarifications Request for clarification from bidders will not be accepted later than 20 th April 2018 Bid Validity 120 Days 6
BID SCHEDULES *submissions that fail sections marked in red will be disqualified SCHEDULE TYPE SCHEDULE 1 Proposal Form - Must be signed SCHEDULE 2 Proposal Security EVALUATION Check & Clarify Pass/Fail Bank Guarantee for Bid – USD 10, 000. 00 UNOPS shall only accept Bank Guarantees from Banks or other Financial Institutions rated by any of the three rating agencies and with a score of minimum Long Term Credit Rating; • • • Standard and Poor’s Moody Investor Services Fitch Ratings These banks include but not limited to the following: Premier Bank, Barclays Bank, Kenya Commercial Bank, Standard Chartered Bank among others. In Somalia, only Premier Bank meets the above minimum ratings. 7
BID SCHEDULES *submissions that fail sections marked in red will be disqualified SCHEDULE TYPE SCHEDULE 3 Bidders Details SCHEDULE 4 Priced Bill of Quantities - Financial Pass/Fail SCHEDULE 5 Bidder Preliminary Programmes 9 points A Written Work Plan (1 pt) EVALUATION Check & Clarify SCHEDULE 6 Proposed Project Team & Org Structure 17 points SCHEDULE 7 Insurances SCHEDULE 8 Capacities, Experience, Work in Hand Work Completed SCHEDULE 9 Implementation/Quality Management System 1 point SCHEDULE 10 Health and Safety Management System 1 point SCHEDULE 11 Environmental Management System 1 point SCHEDULE 12 Proposed Sub-Contractors and Suppliers 1 point Check & Clarify 67 points 8
BID SCHEDULE *submissions that fail sections marked in red will be disqualified SCHEDULE TYPE EVALUATION SCHEDULE 13 Proposed Sources of Naturally Occurring Material 1 point SCHEDULE 14 Outline Statement of Proposed Methods 1 point SCHEDULE 15 Declaration Check/Clarify SCHEDULE 16 Conflict of Interest Check/Clarify SCHEDULE 17 Dispute Details Check/Clarify SCHEDULE 18 Addenda to RFP Check/Clarify Qualification Criteria Valid Registration with the Ministry of Public Works in Mogadishu, Somalia Pass/Fail Qualification Criteria Bid Validity: 120 days Pass/Fail Qualification Criteria Attendance at Clarification & Site Meetings Pass/Fail 9
Short Form Construction Contract: • The Contract – Short form Construction Contract 10
Evaluation Criteria: • Proposals shall be evaluated on the basis of the “Cumulative Analysis” evaluation method. • An Eligibility & Formal evaluation criteria together with the Qualification criteria of the proposals shall be undertaken using a “Pass / Fail” criterion to determine compliance with the technical specifications set out in the RFP. • Technical Criteria shall be evaluated on the basis of a points system. 11
Evaluation Criteria cont’: • The proposals are to achieve a “Pass” for all “Pass / Fail” criteria stated in the RFP and offers failing to obtain a “Pass” would not be eligible for further consideration. • Furthermore UNOPS could request bidders to submit the necessary information or documentation, within a reasonable period of time, to rectify non-material non-conformities or omissions in the bid related to documentation requirements via “Check and Clarify” method. • Minimum points for Technical Compliance is 70% • Only bids that meet the requirements of Eligibility & Formal evaluation criteria together with the Qualification criteria & have met the minimum points (70%) for technical compliance. shall be considered for Financial Evaluation. • Weightage of Technical & Financial Proposals; 60% : 40% 12
IMPORTANT NOTIFICATION Please be advised that UNOPS reserves the right to amend the solicitation documents at any time. Any amendments or clarifications will be posted on the e-sourcing platform. 13
AWARD CRITERIA • The award shall be based on the “Cumulative Analysis” which achieves the best overall value for money for UNOPS 14
Q&A
- Slides: 15