ATTACHMENT 1 COVER LETTER AND INSTRUCTIONS ON TENDERING PROCEDURES

Similar documents
Invitation to Tender. Development Legal Services. August 2015

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB

Invitation to Tender. External Audit Services. July 2015

Invitation to tender For Asbestos Removal Services

Request for Proposal (RFP)

Gambling-Related Harm Minimisation in Criminal Justice Invitation to Tender

LEVEL 1-3 DEVELOPMENT SUPPORT TO SCHOOL GAMES ORGANISERS, SCHOOLS AND OTHERS - DELIVERY AGENT BETWEEN SEPTEMBER 2017 AND AUGUST 2020

ECMWF Copernicus Procurement

Invitation to Tender for the Provision of

INVITATION TO TENDER for Consulting Services

Invitation to Tender RGT Evaluation Framework Agreement, 2016 to 2019

Innovate 2 Succeed Invitation to Tender External Evaluator - June 2017

Shetland Islands Council

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

Invitation to Tender. Reference: IOSVSP4P-Metal

METROPOLITAN HOUSING TRUST LTD CONTRACT RELATING TO THE PROVISION OF GROUNDS MAINTENANCE AND CLEANING SERVICES

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING

INVITATION TO TENDER TENDER INSTRUCTIONS RELATING TO TIMING FOR THE TRIATHLON IRELAND NATIONAL SERIES EVENTS

Casework Technical Support (Social Welfare - Project Management)

Invitation to Tender. ITF Centenary Campaign 20 Million Trees for Kenya s Forests. Tender ITF2017/KEN/CC001

Trethowans LLP. Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender

TENDER SPECIFICATION DOCUMENT WEST MIDLANDS INTERNATIONAL TRADE LLP. Media for UKTI promotion 14/15 15/16. Tender for the Supply of Media Campaigns

Request for Proposal (RFP)

Newton Professional Development and Engagement Programme

Call for Quotations - for the Data Collection of surveys in relation to Pembroke Gardens & St. Paul s Bay Promenade

UNIVERSITY OF SUNDERLAND STANDING ORDERS TENDERING AND CONTRACT PROCEDURES

Invitation to Tender for the Provision of

Procurement Document

INTERREG IVA Programme. Guidance Note on Procurement and Tendering G4/IIVA

STRATEGIC COMUNICATIONS SERVICES

POLICY ON UNISA PUBLIC TENDERS Overview

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

Prison Education Services

Procurement & Probity Policy (v3.0)

Manager, Sourcing Supply and Contracts, Grid Projects Approved By:

INVITATION TO TENDER (ITT) TENDER RETURN DATE AND TIME (DEADLINE): 12 APRIL pm

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF)

Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF)

Financial Instructions - Departmental Bid Committee

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

REQUEST FOR PROPOSALS

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ]

Invitation to Tender (ITT): Health and Social Care Community of Practice ( CoP ) Convenor

RYDE TOWN COUNCIL QUOTATION DOCUMENTATION TOWN MAP AND EVENTS POSTER

Pacific Horticultural and Agricultural Market Access (PHAMA) Program

Procurement Process: General Requirements

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

EU PROJECT MANAGER (FULL-TIME) LOCAL ENTERPRISE OFFICE (36 MONTH CONTRACT)

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

Presentation on Public Procurement and Asset Disposal Act 2015

COMMUNITY LIVING BRANT POLICY AND PROCEDURE MANUAL

CONTRACT MANAGEMENT POLICY CITY OF BEACONSFIELD

Invitation to Tender. North East England Chamber of Commerce. Mobile Phone Contract

DEVELOPMENT OF AN ONLINE HARMONIZED CUSTOMS AND EXCISE TARIFF DATABASE AND REFERENCE TOOL. Tender Number: SACU/014/2018/O

Invitation to Tender. Implementation of Microsoft Dynamics CRM for D2N2 Growth Hub

Invitation for Expressions of Interest (EOI) Design and Deliver Pre-departure Program (2018 intake) Australia Awards Papua New Guinea Program (AAPNG)

Invitation to Register for Inclusion in the Approved Vendor List. 1 December 2017

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL)

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID

INSTRUCTIONS DOCUMENT

Guide - Alternative Procurement - Unsolicited Proposals

CONSTRUCTION INDUSTRY COUNCIL Technical Seminar on Construction Procurement Selection of Consultants 27 November 2015

3.1 Sustainable Procurement Policy

Quotation Procedure TRIM: D12/85125P

For: Consultancy in higher education leadership development in Myanmar.

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

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

Request for Proposal (RFP) For: Creation of Skills Tool Kits for Schools: Automobile Technology. Date: 20 February 2017

Request for Proposal (RFP)

Commissioning and Procurement Toolkit

1. Sinopse do Pedido de Cotação

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

08 NOVEMBER PURPOSE

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

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

This Policy is entitled the "Purchasing and Tendering Policy".

Public Procurement Challenges - Modern Slavery Act March 2018

Request for Proposal (RFP)

How To Do Business with the Ontario Government. Supply Chain Management, Ontario Shared Services Ministry of Government Services January 2010

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

Bangalore International Airport Limited INFORMATION DOCUMENT

BY LAW 9 CONCERNING PROCUREMENT, SERVICE AND CONSTRUCTION WORK CONTRACTS

Tender Specifications. Office Cleaning Services - Ref. DELSGPS

Write Deal Association VO/0695

Sample Social Clauses to Encourage Community Benefits from Waste

EU PROJECT MANAGER (PART-TIME) ATLANTIC SOCIAL LAB (27 MONTH CONTRACT)

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Selecting Economic Operators

Public Procurement Act

Guidance Notes for Police Staff Application for Employment

POST PRIMARY BUILDING UNIT FURNITURE & EQUIPMENT FOR SECOND LEVEL SCHOOLS

Parliamentary Procurement Rules

TERMS AND CONDITIONS OF THE APPOINTMENT OF INDEPENDENT DIRECTORS

Workforce Investment Board Of Southeast Missouri

AP 515 PURCHASING. Administrative Procedures Manual AP Purchasing

Template for ToR for Transaction Advisory Services

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

KENYA ROADS BOARD EXPRESSION OF INTEREST (EOI) FOR PROVISION OF TECHNICAL, FINANCIAL AND PERFORMANCE AUDIT CONSULTANCY SERVICES FOR KENYA ROADS BOARD

Invitation to tender

Transcription:

Date: 16 August 2017 ATTACHMENT 1 COVER LETTER AND INSTRUCTIONS ON TENDERING PROCEDURES CPG/2123/2017 A Political Economy Analysis (PEA) of Colombia s Rail Sector Colombia Prosperity Fund Programme 2017-2022 You are invited to submit a tender to the Secretary of State for Foreign & Commonwealth Affairs as represented by the British Embassy in Bogota, hereinafter referred to as the Authority, for the provision of A Political Economy Analysis (PEA) of Colombia s Rail Sector Colombia Prosperity Fund Programme 2017-2022 in accordance with the following attachments: Attachment 1: Cover Letter & Instructions; Attachment 2: Information Required from Tenderers & Evaluation Criteria; Attachment 3: Proposed Contract Documents; Attachment 4: Terms of Reference Attachment 5: Schedule of Prices and Rate Attachment 6: Overview and Background Information Attachment 7: Supplier Tips for Completing Response Attachment 8: Certificate of Bona Fide Please read the instructions on the tendering procedure carefully as failure to comply may invalidate your tender. All tender documentation will be published, and all substantive communication between the Authority and bidders will be conducted via the FCO s e-procurement Portal, Bravo Solution. URL is https://fco.bravosolution.co.uk/ (requires registration), then navigate to project_1353/itt_1870. Your tender must be submitted electronically through the BRAVO solution e-procurement Portal by 23:59 (London time) on the 7 th of September. Tenders not submitted via the BRAVO portal will not be considered. Sincerely, Américas Regional Procurement Hub Foreign & Commonwealth Office

ABOUT THESE INSTRUCTIONS 1. Please note that references to the Authority throughout these documents means the Secretary of State for Foreign & Commonwealth Affairs as represented by the British Embassy in Bogota, Colombia. TIMETABLE AND ADMINISTRATIVE ARRANGEMENTS 2. Indicative timetable for the award of contract is as follows: DESCRIPTION DAY DATE Upload RFP to Bravo Wednesday 16 August 2017 Last Day to Submit Questions via Bravo Wednesday 30 August 2017 Request for Proposal Response Due Date Thursday 7 September 2017 Bidders informed of tender outcome by Thursday 14 September 2017 Pre-Contract Discussion with & Award of contract to Preferred Supplier by Mobilisation and meeting with winning Supplier (Post) Friday 15 September 2017 Monday 18 September 2017 Commencement of Contract Period Tuesday 19 September 2017 3. The above timetable is indicative and the Authority reserves the right to vary it. 4. Tenderers should be aware the Authority may circulate responses to questions raised by tenderers to all tenderers subject to considerations of commercial confidentiality. When submitting questions, tenderers should indicate, with reasons, whether all or part of the question is commercially confidential.

CONDITIONS APPLYING TO THIS TENDER 1. The tender process will be conducted in line with the principles of fair treatment, transparency and with the aim of identifying the proposal that offers the most economically advantageous tender from the point of view of the purchasing authority. These instructions are designed to ensure all tenders are given equal and fair consideration. It is important you provide all information in the format specified. All questions or requests for clarification should be submitted via the messaging system within the BRAVO solution portal. BACKGROUND TO THE REQUIREMENT 2. The full requirement is set out in Attachment 4 Terms of Reference/Statement of Service Requirement. Background information is included in Attachment 6 Overview and Background Information. CONTRACT PERIOD 3. The contract is to be for a period of 10 weeks beginning on the 26 th of September 2017 unless terminated by the Authority. ALTERATIONS AND QUALIFICATION 4. No alteration shall be made in the form of tender, contract conditions and terms of reference/statement of service requirements or other documents. 5. Tenders must be in accordance with the Authority s Instructions (Attachment 1), Conditions of Contract (Attachment 3) and Terms of Reference / Statement of Service Requirement (Attachment 4), and not qualified in any way. Tenderers must ensure any explanatory or descriptive matter does not constitute a qualification to the Authority requirements and terms and conditions as stated in its Invitation to Tender. INCOMPLETE TENDER 6. Tenders may be rejected if information requested is not provided in the tender submission. RETURN AND RECEIPT OF TENDERS 7. Tenders are to be returned by 23:59 (London time) on the 7 th of September by submitting online via the FCO s e-procurement portal BRAVO Solution. Tenders not submitted via the BRAVO e-portal will not be considered. 8. A tender comprising responses to questions listed in Attachment 2 Information required from Tenderers & Evaluation Criteria must be completed in its entirety, signed and uploaded in accordance with the instructions in the ITT. 9. A tender can be submitted at any time up to the time and date stated. The authority is not responsible for non-receipt. Tenders submitted before that date will remain unopened until then. Please ensure your tender is submitted not later than the appointed time. The

Authority does not undertake to consider tenders submitted after the deadline. Tenders shall be submitted in English. 10. Bidders are requested not to submit generic corporate or marketing literature. 11. Bidders should upload documents either in standard Microsoft Office formats (Word, Excel, etc), or PDF only. Other formats (e.g. Microsoft Project and internet free formats ) are not installed as standard on UK government IT networks and such attachments may be rendered inaccessible to the Authority for evaluation purposes. Similarly, the.rar format is blocked by most government IT firewalls and will render such files inaccessible to evaluators. ACCEPTANCES OF TENDERS 12. By issuing this invitation the Authority is not bound in any way and does not have to accept the lowest or any tender and reserves the right not to award any contract or to accept the whole or any specified part of the tender. PERIOD FOR WHICH TENDERS SHALL REMAIN VALID 13. Tenders shall constitute offers capable of acceptance by the Authority and shall remain valid for 3 months from the closing date for receipt of tenders. AMENDMENTS TO THE TENDER DOCUMENTS 14. The Authority reserves the right to amend the published tender documents at any time prior to the deadline for receipt. Any such amendment will be numbered, dated and issued through the FCO s e-procurement portal BRAVO Solution. In the event of amendments, the Authority may at its discretion extend the deadline for receipt of tenders. INDUCEMENTS AND COLLUSION 15. Offering an inducement of any kind in relation to obtaining this or any other contract with the Authority will disqualify your tender and may constitute a criminal offence. 16. Question 1.6.4 in the BRAVO Solution questionnaire constitutes a Certificate of Bona Fide Tendering. Any breach of the undertakings covered under items 1 3 inclusive will invalidate your tender. COSTS AND EXPENSES 17. You will not be entitled to claim from the Authority any costs or expenses which you may incur in preparing your tender, including any site visit, whether or not your tender is successful. DEBRIEFING 18. Following the award of contract, debriefing will be offered to all tenderers.

ACQUIRED RIGHTS DIRECTIVE 2001/23/EC (ARD) 19. It is the Authority s view that Acquired Rights Legislation (implemented in the UK as TUPE 2006) will not apply. If you have a view contrary to that of the Authority on the applicability of ARD legislation, it would be helpful if you would advise, giving reasons, prior to the tender return date. In the event that any transfer resulting from this Invitation to tender constitutes a transfer of an undertaking under local ARD legislation, those elements of the Contract documents relating to ARD legislation will apply. PARENT COMPANY GUARANTEE / BANK GUARANTEE 20. You may be asked to provide a Parent Company Guarantee or a Bank Guarantee. COMPLIANT TENDERS 21. Subject to the submission of a compliant tender, bidders may submit an alternative price or method for delivering the Services which the Authority, at its sole discretion, may or may not pursue. CONFIDENTIALITY 22. All information supplied by the Authority to you must be treated in confidence and not disclosed to third parties except insofar as this is necessary to obtain sureties or quotations for the purposes of submitting the tender. All information supplied by you to the Authority will similarly be treated in confidence except: i. That references may be sought from banks, existing or past clients, or other referees submitted by the Tenderers; ii. iii. iv. For the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the Supplement to the Official Journal of the European Union, in accordance with any UK legal requirements e.g. the Freedom of Information Act 2000 etc, or EC Directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to contracts. All Central Government Departments and their Executive Agencies and Non Departmental Public Bodies are subject to control and reporting within Government. In particular, they report to the Cabinet Office and HM Treasury for all expenditure. Further, the Cabinet Office has a cross-government role delivering overall Government policy on public procurement - including ensuring value for money and related aspects of good procurement practice. For these purposes, the Authority may disclose within Government any of the Contractor's documentation/information (including any that the Contractor considers to be confidential and/or commercially sensitive such as specific bid information) submitted by the Contractor to the Authority during this

Procurement. The information will not be disclosed outside Government. Contractors taking part in this competition consent to these terms as part of the competition process. Compliance with Environmental Requirements 23. You should include details of how you will meet any environmental requirements of this framework including the statement regarding the Authority s environment policy as set out in Condition 50 of the Conditions of Contract. You should include any major environmental aspects of the Contract and how you propose to minimise adverse effects. 24. Green Claims Code Tenderers must ensure that any environmental claim is fully in accordance with the Green Claims Code. The Code is available on the Department for Environment, Food and Rural Affairs (DEFRA) website: http://www.defra.gov.uk/environment/economy/products-consumers/green-claims-labels/ 25.. Tenderers must also ensure, where relevant to the Services under this Contract, that it fully complies with the Authority s requirement that all timber and wood-derived products for supply or use in performance of this Contract must be independently verifiable and either from a Legal and Sustainable source; or from a FLEGT-licensed or equivalent source. Further information and guidance on the UK Government timber policy is available on the Central Point for Expertise on Timber (CPET) website: http://www.cpet.org.uk/uk-governmenttimber-procurement-policy FREEDOM OF INFORMATION 26. The Authority is committed to open government and meeting its legal responsibilities under the Freedom of Information Act 2000. Accordingly, all information submitted to the Authority may need to be disclosed by the Authority in response to a request under the Act. We may also decide to include certain information in the publication scheme which we maintain under the Act. If you consider that any information included in your tender is commercially sensitive, please identify it and explain what harm may result from disclosure, and the time period applicable to that sensitivity. You should be aware the, even where you have indicated that information is commercially sensitive, we may be legally required to disclose it under the Act if a request is received. Please also note that receipt of any material marked confidential or equivalent by the Authority should not be taken to mean that the Authority accepts any duty of confidence by virtue of that marking. If a request is received, we may also be required to disclose details of unsuccessful tenders. NO WARRANTY AND DISCLAIMER 27. The Authority and its advisers make no representation or warranty as to the accuracy or completeness of the information set out in this Tender. Tenderers should make their own enquiries and satisfy themselves as to the information set out therein.

28. This document should not be construed as an offer by the Authority capable of acceptance by you. SUB CONTRACTING ARRANGEMENTS 29. Where a sub-contracting approach is proposed, all information requested should be given in respect of the prime contractor. 30. Where sub-contractors will play a significant role in the delivery of the services or products under any ensuing contract, please indicate in a separate annex (by inserting the relevant company/organisation name) the composition of the supply chain, indicating which member of the supply chain will be responsible for the elements of the requirement noting that ultimate responsibility will always rest with the Prime Contractor. 31. It is recognised that arrangements in relation to sub-contracting may be subject to future change. However, Potential Suppliers should be aware that where sub-contractors are to play a significant role, any changes to those sub-contracting arrangements may constitute a material change and therefore may affect the ability of the Potential Supplier to proceed with the procurement process or to provide the goods and/or services. CONSORTIA ARRANGEMENTS 32. If the Potential Suppliers bidding for a requirement is a consortium, the following information must be provided: i. Full details of the consortium; and ii. Information sought in this section in respect of each of the consortium s constituent members as part of a single composite response. 33. Potential Suppliers should provide details of the actual or proposed percentage shareholding of the constituent members within the consortium in a separate Annex. If a consortium is not proposing to form a corporate entity, full details of alternative proposed arrangements should be provided in the Annex. However, please note the Authority reserves the right to require a successful consortium to form a single legal entity in accordance with regulation 28 of the Public Contracts Regulations 2006. 34. The Authority recognises that arrangements in relation to consortia may (within limits) be subject to future change. Potential Suppliers should therefore respond in the light of the arrangements as currently envisaged. Potential Suppliers are reminded that any future proposed change in relation to consortia must be notified to the Authority so that it can make a further assessment by applying the selection criteria to the new information provided.