United Nations Development Programme Sudan Office

Size: px
Start display at page:

Download "United Nations Development Programme Sudan Office"

Transcription

1 NUMBER ISSUING OFFICE:, GFATM - PMU, Building # (290) Garden City, Khartoum Sudan Tel: +249 (1) /7 ext (1713) Fax : +249 (1) Subject: Supply of Storage racks for 4 Medical Stores in South Darfur State. 1. We hereby solicit your quotation for - Option (1) Supply, delivery and installing of Storage Racks. - Option (2) Supply of the storage racks to UNDP warehouse. Khartoum Sudan. 2. To enable you submitting your offers please find enclosed: Bid submission form Annex I Technical Specifications Annex II Schedule Of Requirements Annex III Price Schedule Annex IV Contact details for the sites Annex V 3. Quotations must be delivered to the below address on or before 12:00 hours (local time Khartoum/Sudan) on September 6 th Late bids shall be rejected. Bid sent via fax or will not be accepted. Kindly be reminded to quote the above reference number upon submitting your offer. 4. Your Price Quote shall be sent by courier or hand delivered to the below address: Attention: GFATM Procurement Section UNITED NATION DEVELOPMENT PROGRAMME (UNDP) GFATM- PMU, House no. 290, Garden City P. O. Box 913, Khartoum Sudan. 5. For inquiries, please contact GFATM Procurement unit on this procurement.gf.sd@undp.org. 1

2 NUMBER Description of services Supply of Storage racks for 4 Medical Stores in South Darfur State as per the detailed Technical Specifications in Annex II CONDITIONS Lead Time for service delivery All works are expected to be complete within 45 working days after signature of Purchase Order for (Option 1), and with less delivery for (Option 2). Location Please refer to annex III for details Submission Form Price Proposal and Currency Vendor has to use the Submission Form under Annex I The price schedule format is provided under Annex IV. Price must be given in USD or SDG for Suppliers registered in Sudan. Payment for local suppliers will be made in local currency as per the USD exchange rate at the date of bid closing. The Selection Criteria - Compliance with requirements relating to technical design features or the product s ability to satisfy functional requirements. Payment Terms Validity of Quotation - Compliance with General Conditions of Contract for Civil Works specified by these Solicitation Documents and UNDP General Conditions for Goods. - Compliance with start-up, delivery and installation deadlines specified in the RFQ. (according to selected option) - Proof of after-sales service capacity and appropriateness of service network. Within 30 days after satisfactory completion of the works which include receipt of commissioning and testing certification documents by UNDP. Validity of Quotation: 90 days. Language Request for Clarification Export License English language in all documents. Bidders requesting clarification of any of the items, technical requirements or conditions stipulated in this RFQ shall communicate in writing with the Procurement Authority for this case procurement.gf.sd@undp.org All bidders must aware that the goods and services are for the benefit of the Government under UNDP s development assistance framework and goods purchased will normally be transferred to the national partners, or to an entity nominated by it, in accordance with UNDP s policies and procedures. The bidder shall include in their proposal: 2

3 NUMBER A statement whether any import or export licenses are required in respect of the goods to be purchased or service to be rendered including any restrictions on the country of origin, use/dual use nature of goods or services, including and disposition to end users; Confirmation that he has obtained licenses of this nature in the past and have an expectation of obtaining all the necessary licenses should their bid be successful. General Terms and Conditions Any contract arising out of this quotation will be subject to UNDP General Conditions of Contract for Civil Works and the and UNDP General Conditions for Goods available at which can also be provided upon request. NAME: Mohamed Abdalla FUNCTIONAL TITLE: Procurement Specialist Signature: Date: August 18,

4 NUMBER ANNEX I SUBMISSION FORM To: The procuring entity Dear Sir / Madam, Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply, deliver (and install) [Storage Racking System] in conformity with the said bidding documents for the sum of [total bid amount in words and figures] as may be ascertained in accordance with the Price Schedule attached herewith and made part of this Bid, and as per option 1 or 2. (Please choose) We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. We agree to abide by this Bid for a period of [number] days from the date fixed for opening of Bids in the Request for Quotation, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. We understand that you are not bound to accept any Bid you may receive. Dated this..... day of..... [year] Signature [in the capacity of] Duly authorized to sign the Bid for and on behalf of

5 NUMBER ANNEX II Technical Specifications The detailed specification of the Storage Racking System must be as follows: 2-1 Unit Dimensions: Height = 2500 mm length = 2000m Depth = 600 mm Levels= 4 (the offset of the first level should be at lease 100 mm from the floor) Levels height = minimum 600 mm 2-2- Frames component; Upright frame columns consist of 3" or 4" structural channel steel. 5

6 NUMBER Upright frames are punched on 4" vertical centers. Beam connector clips specially punched allow for vertical adjustability in 2" increments. Diagonal and horizontal braces are used throughout the entire frame... braces are, 2"x2" and 1.5"x1.5" structural angles welded to the columns. Up to 75% more substantial than competitive structural racks. Footpads are made of 7-gauge steel plates and welded to each column, efficiently dispersing floor loads. Each footpad features multiple anchor holes, facilitating installation and re-anchoring. Has a safety factor equaling 1.92: 1. Has minimum safety yields: Columns = 50,000 p.s.i. Balance = 36,000 p.s.i. 2-3 Load Beams Beams should be constructed of either structural "C"-channel or formed step beams Beam Connections Beam connectors should be constructed of heavy 5-gauge steel plates, featuring a wrap-around design. Beams should be bolted to the upright frame column, allowing no need for an extra safety lock to secure the connection. Each end of each load beam is bolted to the column with two grade-5 bolts and nuts, providing 57% higher moment capacity than a one-bolt design. Every connector plate features round holes, not slots. Bolted beams should be easily adjustable in 2" vertical increments and can be adjusted just as easily and quickly as boltless designs. 2-4 Detail description of the main components: Rack Beams: Manufactured with high-strength steel Beams to be connected to the uprights using a 3-pin or 4-pin teardrop connector Tubular step or "L"-shaped beam to be used to prevents moisture from getting trapped and rusting the steel Safety clips should be added to prevent the release pins from engaging 6

7 NUMBER Rack Upright Frames -Ultra-tough, heavy duty steel uprights Upright frames are open-back style 15 gauge steel Posts are 3-3/16" wide and 2-9/16" deep Footplates are bolted onto the base of the posts for load stability and come pre-drilled for floor anchors Teardrop style slots to allow for beams to be vertically adjusted in 2" increments Diagonal and horizontal braces are bolted in throughout the entire frame. The number of which depend on frame height 7

8 NUMBER SCHEDULE OR REQUIREMENTS ANNEX III The Storage Racks should be supplied, delivered and installed in the medical facility stores indicated below. Bidders should submit quotations for the supply, delivery and installation for all sites or to deliver Racks to UNDP warehouse in Khartoum. All works are expected to be complete within 45 working days after signature of Purchase Order for (Option 1), and with less delivery for (Option 2). State localities Locations No. of racks per each site = 4 Toles Toles Hospital 4 Reheid Elberdi Reheid Elberdi Hospital 4 South Darfur Eldeaeen Eldeaeen Health Center 4 Adila Adila Hospital 4 Total Number of Racks 16 8

9 NUMBER Price Schedule ANNEX IV 1. Bidders have to choose either of the below options (1 or 2). 2. The Price Schedule must provide a detailed cost breakdown for each item. 3. Technical descriptions for each proposed item must provide sufficient detail to allow the Purchaser to determine compliance of Bid with specifications as per Schedule of Requirements and Technical Specifications of this ITB. 4. Estimated weight/volume of the consignment must be part of the documentation submitted. 5. All prices/rates quoted must be exclusive of all taxes, since the United Nations, including its subsidiary organs, is exempt from taxes. For locally registered companies that are required by law to pay VAT, this information should be included in the bid submission. Upon issuance of contract, UNDP will accept and pay for the VAT amount in the invoices ONLY if the VAT registration number is clearly indicated on the invoice. 6. The format shown on the following pages should be used in preparing the Price Schedule. In addition to the hard copy, if possible please provide also the information in soft copy (CD Rom). Option (1) Description Supply and Installation of Storage Racks at requested Locations Unit of Measure Set as the specifications mentioned at ((Annex-? ) Locations QTY Unit Price Toles Hospital 4 Reheid Elberdi Hospital 4 Eldeaeen Health Center 4 Adila Hospital 4 16 Total Price Option (2) Description Unit of Measure QTY Unit Price Total Price Supply of Storage Set as the 4 Racks to Khartoum specifications 4 city (UNDP designated mentioned at 4 warehouse). ((Annex-? )

10 NUMBER *Unit price should be based on (DDP Incoterms 2010) final designated sites as per chosen option (1 or 2). Note: In case of discrepancy between unit price and total, the unit price shall prevail. Signature of Bidder.. 10

11 NUMBER State Locality City South Darfur Toles Toles LOCATIONS CONTACTS LIST Exact Location of the store Name Contact Person per state Mobile Phone No., ANNEX VI Contact Person Per Locality Mobile Name Phone Dr.Mahmoud Adam Ali Ibrahim Agbash Toles Hospital Reheid Reheid Reheid Elberdi Elberdi Elberdi Hospital Dr, Hatim Eldeaeen Health Mr. Gafar Eldeaeen Eldeaeen Center Abdalla Ali Ibrahim Abaker Adila Adila Adila Hospital