DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

Similar documents
REQUEST FOR PROPOSAL (RFP)

UNESCO AMMAN OFFICE. Call for Proposals from Senior Individual Consultants AMN/CONS/17/07

REQUEST FOR PROPOSAL (RFP_2017_12)

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

United Nations Development Programme (UNDP) FOR THE

Request for Quotation (RFQ) for Goods Reference No.: UNWHQRFQ56. HeForShe Textile-Based Visibility Items 2016

Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services

Terms of Reference Audit Consultant UN Women Audit Unit Office of Audit and Investigations

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL (RFP)

UNDP Procurement. UNDP Angola Procurement

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

Request for Proposal For: 2018 American Bar Association Temporary Services

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

REQUEST FOR PROPOSAL (RFP)

PUBLIC HEALTH AGENCY OF CANADA MANITOBA/SASKATCHEWAN REGIONAL OFFICE REQUEST FOR PROPOSAL (RFP)

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

Consultant to support monitoring and evaluation planning for Capacity Development Partnership Fund (CDPF) Phase III

Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project. Invitation for Bid (IFB) DISP-KIWASH

Casework Technical Support (Social Welfare - Project Management)

ANNEX III - BID FORMS

1. Sinopse do Pedido de Cotação

CRISP Azure Migration Consulting Services. All responses due no later than Friday, July 21 st, at 5pm EST

There are Four areas in the systems transformation process (1) assessment, (2) planning, (3) implementation, and (4) evaluation.

- 1 - VACANCY NOTICE No CDR/AD14-AD15/6/2016 concerning a post of. DIRECTOR (M/F) at the Directorate for Communication

COMMITTEE OF THE REGIONS

REQUEST FOR PROPOSALS. Gail Wilson,

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

Request For Proposal Of Printing and Design Services. Marketing Department

DATE: 27 November 2014

REQUEST FOR PROPOSALS

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

TITLE OF CONSULTANT: Individual Consultant (IC) to Develop a Strategic Plan and Implementation Program for Business Botswana

UNESCO AMMAN OFFICE. Call for Proposals for Senior Individual Consultant JOR/CONS/17/09

CARIBBEAN EXAM NATIONS COUNCIL

Request for Proposal Simulation-Based Learning Competition

1.1 Detailed working concept which allows us to examine the technical aspects in the light of the project objective.

KERIO VALLEY DEVELOPMENT AUTHORITY

Job Profile BID Opportunities (BTO H J13)

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

Application Guidelines. Request for Proposals (RFP) for Independent Contractor Opportunity for:

TOPIC GUIDE: TEMPLATE FOR TENDER DOCUMENTATION

TERMS OF REFERENCE FOR PROVISION OF INTERNAL AUDIT SERVICES TO THE EAST AFRICAN BUSINESS COUNCIL SECRETARIAT IN ARUSHA

EUROPEAN COMMISSION Directorate-General for Education and Culture

COMUNICATIONS AUTHORITY OF KENYA

REQUEST FOR PROPOSALS. RFP Strategic Planning Consultant. ISSUE DATE: July 31, 2015

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:

National Technical Advisor to Support the Development of the Action Plan to Implement the Child Protection Policy in Schools

ON-CALL TRANSLATION SERVICES BY INDIVIDUAL CONSULTANTS

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

REQUEST FOR PROPOSALS

EUROPEAN SPACE AGENCY ESA EXPRESS PROCUREMENT PROCEDURE EXPRO / EXPRO+ TENDERING CONDITIONS ( EXPRO/TC ) NOTE

TERM OF REFERENCE. Consultant: Technical Adviser to support the PRAIA Group on Governance Statistics Location : Praia, Cabo Verde. 4 April h00

Procurement of Services

BIS Research & Evaluation Framework. Guide for Buyers

NOTICE INVITING TENDER

Individual Consultant Procurement Notice IRQ10-IC/056/17 Electrical Engineer - Training Project, Sulaymaniyah, IRAQ National Consultant

Hong Kong Science & Technology Parks Corporation Request for Quotation on Cisco IP Phones (Ref: RFQ-IT )

Call for tender for translation services for the Translation Centre Frequently asked questions (FAQs) FL/LEG17

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

United Nations Children s Fund (UNICEF) Phnom Penh, Cambodia

Invitation to Tender

RFP IP-Based Surveillance Camera System

VADODARA SMART CITY DEVELOPMENT LTD.

Request for Qualifications. Career Pathways for English Language Learners. April 21, 2014

EXPRESSION OF INTEREST NOTICE Date: 9 October 2013 UNDP/EOI/13/105

United Nations Children s Fund (UNICEF) Supply Division, Copenhagen, Denmark

REQUEST FOR STATEMENTS OF QUALIFICATIONS FOR REAL ESTATE BROKERAGE SERVICES FOR THE CITY OF TOLLESON

Template for ToR for Transaction Advisory Services

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

REQUEST FOR PROPOSALS RFP # LE TELEHANDLER WITH INTER-CHANGEABLE ATTACHMENTS DEPARTMENT OF ROADS, NAVAJO DOT

REQUEST FOR PROPOSAL. For Technical Contractor CanGym Revitalization City Park Drive, Suite 120 Ottawa, ON K1J 1A3

CALL FOR TENDERS FOR THE SUB-CONTRACTING OF TRANSLATION

Request for Qualifications Research & Analytical Consultant(s) RELEASE DATE» January 2018

Request For Quotation (RFQ) for the Procurement of an Independent External Evaluation Firm

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

REQUEST FOR QUOTATIONS (RFQ)

Reserve list of Administrative Assistants / Logisticians (AST6)

REQUEST FOR PROPOSAL (RFP) CONTENTS OF RFP : Cover Page Scope of Work Instructions to Bidder(s)

Office of Climate Change Guyana September TRANSITIONING TO NATIONAL ENERGY SECURITY: Bartica as a Model Green Town TERMS OF REFERENCE

NOTICE OF ADVERTISEMENT FOR BIDS. Furnishing and Delivery of 5kV Switchgear for Panora Municipal Electrical Utility Panora, Iowa, 50216

DIRECTORATE-GENERAL FOR COMMUNICATION DIRECTORATE FOR MEDIA CONDITIONS FOR SUBMITTING A TENDER INVITATION TO TENDER NEGOCIATED PROCEDURE

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

Materials Recycling. Waste Wood Grinding Request for Proposal

Request for Proposal (RFP)

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

VACANCY NOTICE 06/04/2017 AT NOON, BARCELONA GMT+1

REQUEST FOR PROPOSALS EXECUTIVE SEARCH SERVICES. Issuance Date November 27, 2017

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN

Tender 1 (3 Sisters) : Brecon, Conway, & Ludlow Towers. Tender 2 : Dunton, Lenham, & Romney Towers

CALL FOR COMBINED HEAT AND POWER (CHP) PROJECTS. Program Guide

Request for Proposal (RFP)

TASI01127 Request for Quotation (RFQ) Train the Trainers & Certification on (Caterpillar) Mobile Equipment s

REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF SECRETARIAT SERVICES FOR THE FOOD AND BEVERAGES MANUFACTURING SECTOR EDUCATION AND TRAINING AUTHORITY

NC State University OESAD GUIDELINES Contract Year

Transit Return on Investment (ROI) Study Request for Proposals (RFP)

REQUEST FOR QUALIFICATIONS

Transcription:

DATE: 05/03/2018 REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF Recruitment and staff administration services in Gulf Cooperation Council (GCC) countries CLOSING DATE AND TIME: 2 nd of April 2018 23:59 pm (CET) 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. About PSP: UNHCR s Private Sector Partnerships (PSP) department plays a crucial role in helping expand the organization s funding base, while ensuring a sustainable and predictable stream of income. These nongovernmental funds raised by PSP are very crucial for dealing with new displacement crises as well as the progression of numerous on-going emergencies. PSP MENA focuses on two main income pillars: leadership giving (high net worth individuals, corporations, foundations, and national partners) and individual giving. To learn more about UNHCR s work in the MENA region, please visit http://www.unhcr.org/middle-east-andnorth-africa.html 1. REQUIREMENTS PSP MENA is looking for an agency for recruitment and staff administration services. The agency needs to be experienced in hiring employees for sales and marketing activities. The objective is to identify qualified and motivated candidates that are suitable for the Face-to-Face frontliner position as outlined in the role position description. Quality candidates, to fill the Face-to-Face frontliner position should be recruited through a comprehensive search and hiring process. PSP MENA is looking to enter into a frame agreement with qualified service provider for two years, further extendable for one year, subject to satisfactory performance. Service providers will be requested to maintain their quoted price structure 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: Terms of Reference (TORs) / the basis of the technical offer/ no template provided, proposal to be submitted Financial Offer Form / to be submitted Vendor Registration Form / to be submitted UN General Conditions of Contracts for the Provision of Services (2010) / to be submitted RFP Checklist Form / to be submitted 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 galer@unhcr.org. The deadline for receipt of questions is on 19 th of March 2018 23:59 p.m. CET. 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 all the questions received and respond after the deadline. The response will consists of one documents with all questions received from all bidders, and their respective answers, and this will be shared with all bidders. 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 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 2

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 five sets of documents: - Technical offer in the form of a proposal as required in Annex A - Completed financial offer, Annex B - Completed Annex C if you are not already registered with UNHCR - Signed copy of Annex D, the General Conditions of Contracts - Completed Annex E, the RFP checklist 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. 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: Description of the company and the company s qualifications A description of your company with evidence of your company s capacity to perform the services required, including: - Company profile, - Registration certificate in UAE - License approved by UAE Government - Last audit reports - Year founded If a multi-location company, please specify the location of the company s headquarters, and the branches that will be involved in the project work with founding dates; Presence and experience in United Arab Emirates and GCC countries (as per countries listed above) Similar experience in the business or the number of similar and successfully completed projects; Number of similar projects currently underway; Any relevant experience working with UNHCR, other UN Agencies and NGOs should be included; You are requested to provide two (3) references that we may contact from your current client list, including ones from working relationships with UNHCR or other UN Agencies Any information that will facilitate our evaluation of your company s substantive reliability, financial and managerial capacity to provide the services Please include your company policy, Code of Conduct and the terms of conditions related the requested services. Understanding of the requirements for services, proposed approach, solutions, methodology and outputs Please see point 2 Requirements on Annex A. Proposed personnel Provide Curriculum Vitae of core staff and account managers. CVs should not exceed two pages and should contain: a. Academic background b. Relevant professional experience c. Language certifications d. References- including contact details. 3

2.4.2 Content of the FINANCIAL OFFER Your separate Financial Offer must contain an overall offer in a US dollars. 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 (your proposal), 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. 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 the following criteria and percentage distribution: 70% from the total score (out of 100 points). CRITERIA DESCRIPTION 1. Company Qualifications (max score 20) Capacity to undertake contract (5) 4

Ability to scale up team & response time for short-notice emergency programs (5) Sector experience (non-profit and sales and marketing) (5) Regional experience (5) 2. Quality of Service (max score 35) Understanding of the service requirements (quality of the offer) (20) Reporting capabilities (15) 3. Qualification of Project Staff (15) Account management skills (5) Staff Experience (5) Employees profiles & skills (5) Remark: The Technical offer score will be calculated according to the percentage distribution for the technical and financial offers. 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 [USD lowest] \ [USD 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.). 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 emails. Failure to do so may result in disqualification. Deadline: 2 nd of April 2018 23:59 pm (CET) 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 RFP/2018/UNHCR/PSP/MENA/001 - Name of your firm with the title of the attachment - 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 5

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. Sincerely, Houssam Chahin PSP Regional Manager for MENA 6