DANISH REFUGEE COUNCIL (DRC) has floated a tender for Provision of Consultancy Services for Integrated Emergency Response (IER) Assessment - 2020. The project location is Somalia and the tender is closing on 22 Sep 2020. The tender notice number is SOM-MGQ-20-RFP-004, while the TOT Ref Number is 45809378. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Somalia

Summary : Provision of Consultancy Services for Integrated Emergency Response (IER) Assessment - 2020

Deadline : 22 Sep 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 45809378

Document Ref. No. : SOM-MGQ-20-RFP-004

Competition : ICB

Financier : Danish International Development Agency (DANIDA)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : DANISH REFUGEE COUNCIL (DRC)
Supply Chain Department DRC office, Bulo Hubey, Airport Road, Mogadishu
Somalia
Email :tenders.som@drc.ngo
URL :www.drc.dk

Tender Details

Request for proposals are invited for Provision of Consultancy Services for Integrated Emergency Response (IER) Assessment - 2020.

Request for Proposal


DRC/DDG SOMALIA
10th September 2020

Request for Proposal No. RFP NO. SOM-MGQ-20-RFP-004 Provision of Consultancy Services for Integrated Emergency Response (IER) Assessment - 2020.

Dear Sir/Madam:

The Danish Refugee Council (DRC/DDG) is a humanitarian, non-governmental, non-profit organization founded in 1956 that works in more than 30 countries throughout the world. DRC/DDG fulfils its mandate by providing direct assistance to conflict-affected populations - refugees, internally displaced persons (IDPs) and host communities in the conflict areas of the world; and by advocating on behalf of conflict-affected populations on the basis of humanitarian and human rights principles. In Somalia, DRC/DDG is providing relief and development services using a human rights framework, aiming at supporting IDPs, returnees and host communities affected by conflict and natural disasters. Currently, the main sectoral programs include; Food Security and Livelihoods; NFI/Shelter; WASH and Infrastructure; Protection and Advocacy; Community-Driven Recovery and Development as well as Emergency Response.
Danish Demining Group (DDG) is a specialized unit within DRC which implements mine action and armed violence reduction (AVR) programs. DDG-s mandate is ‘to create a safe environment free from armed violence and the remnants of conflict-, and DDG does this via a programmatic focus on four key sectors: Security Systems Reform, Small Arms and Light Weapons (SALW) management, Mine Action and Conflict Management.
The Danish Refugee Council (DRC) Somalia Programme with funding from DANIDA invites consultancy firms and individuals for provision of consultancy services for integrated emergency response (IER) assessment 2020.

I. TENDER DETAILS
The Tender details are as follows:

Line Item Time, date, address as appropriate
1 RFP published 15th September 2020 8.30 AM EAT
3 Closing date for clarifications 20th September 2020 4.30 PM EAT
4 Closing date and time for receipt of Tenders 22nd September 2020 4.30 PM EAT
5 Tender Opening Location DRC/DDG Mogadishu Somalia
6 Tender Opening Date and time 23rd September 2020 1 1.00 AM EAT








PLEASE NOTE: NO PROPOSAL WILL BE ACCEPTED AFTER THE ABOVE CLOSING TIME AND DATE

II. SELECTION AND AWARD CRITERIA
The criteria for awarding contracts resulting from this Tender is based on ‘best value for money-. For the purpose of all tenders, DRC defines best value for money as:

Best value for money should not be equated with the lowest initial proposal option. It requires an integrated assessment of technical, organizational and pricing factors in light of their relative importance (i.e. reliability, quality, experiences, and reputation, past performance, cost/fee realism, delivery time, reasonableness, need for standardization, and other criteria depending on the item to be procured).

For all proposals deemed technically compliant as per the specification stipulated in Annex A - Terms of Reference, DRC will give a weighted combined technical and financial score. The weighted score will determine the contract award.
Please note that proposals shall respond to all criteria, or their proposal may be disqualified.

A. Administrative Evaluation
A proposal shall pass the administrative evaluation stage before being considered for technical and financial evaluation. Proposals that are deemed administratively non-compliant may be rejected. Documents listed below shall be submitted with your proposal.
Administr ative criteria # criteria Instructions Weighting in administrative evaluation
Pass -5 Fail -1
1. Legality documents i.e. Valid trade licenses from Mogadishu, Hargeisa and Puntland or the federal government of Somalia. All registration letters must be valid and up to date. Pass/Fail
2 Annex A: DRC Bid Form (Technical bid and Financial bid) Bids in separate envelopes
(Technical & Financial Bids).
(For Email submissions, technical & financial bids should be sent via different email as indicated below). Pass/Fail
3. Tender Envelopes
(For Email submissions, Tender subject should be clearly specified tender details and reference). Sealed, clearly marked with company details & stamped Pass/Fail
4. Annex B: Tender and Contract Award Acknowledgment Certificate Complete ALL sections in full, sign, stamp and submit Pass/Fail
5. Annex C: DRC General Conditions of Contract for the Procurement of Goods or Services / Special Conditions of Contract/ Construction Contract Complete ALL sections in full, sign, stamp and submit Pass/Fail
6. Annex D: Supplier Code of Conducts Complete ALL sections in full, sign, stamp and submit Pass/Fail
7. Annex E: Supplier Profile and Registration Complete ALL sections in full, sign, stamp and submit Pass/Fail

B. Technical Evaluation
To be technically acceptable, the proposal shall meet or exceed the stipulated requirements and specifications in the RFP. A Proposal is deemed to meet the criteria if it confirms that it meets the conditions, procedures and specifications in the RFP without substantially departing from or attaching restrictions with them. If a proposal does not technically comply with the RFP, it will be rejected.
The technical criteria for this RFP and their weighting in the technical evaluation are:

Technical criteria # Technical criteria Weighting in technical
evaluation
[Total 100%]
1. Proof of past experience i.e. reports, purchase orders, service contracts, recommendation letters - Minimum 3 copies 30%
2. Technical proposal addressing all the technical requirements summarizes understanding of the TOR, methodology and tools to be used. 30%
3. Annex A: DRC Bid Form (Technical bid and Financial bid) - duly filled, signed and stamped with reasonable lead time. 10%
4. A suitability and capacity statement of purposed team including CV of participating consultant with details of qualifications and experience (Minimum 2 CVs). Minimum 3 years of experience with academic qualification of master-s degree. Minimum 6 years of experience with academic qualification of Bachelor-s degree may be accepted in lieu of the Master-s degree. 10%
5. Work-plan clearly indicating the activity schedule with clear timeframe 30 days time frame 10%
6. Proof of companies- capacity i.e. Financial Bank Statement (1-year, statement 1st September 2019 to 31st August 2020) 10%
Total Technical evaluation weighting scores 100%

C. Financial Evaluation
All proposals that pass the Technical Evaluation will proceed to the Financial Evaluation. Proposals that are deemed technically non-compliant will not be financially evaluated.

III. TENDER PROCESS
The following processes will be applied to this Tender:
• Tender Period
• Tender Closing
• Tender Opening
• Administrative Evaluation
• Technical Evaluation
• Financial Evaluation
• Contract Award
• Notification of Contract Award
IV. SUBMISSION OF PROPOSALS
Bidders are solely responsible for ensuring that the full proposal is received by DRC in accordance with the RFP requirements, prior to the specified date and time mentioned above. DRC will consider only those portions of the proposals received prior to the closing date and time specified.

The following documents shall be contained with the bid:
Technical Proposal
• Proof of past experience (Similar assignments undertaken) - Minimum 3 copies.
• Technical proposal addressing all the technical requirements summarizes understanding of the TOR, methodology and tools to be used.
• Annex A: DRC Bid Form (Technical bid and Financial bid)
• CV of participating consultant with details of qualifications and experience (Minimum 2)
• Work-plan clearly indicating the activity schedule with clear timeframe
• Proof of companies- capacity i.e. Financial Bank Statement (1-year, 2019/2020)
• Legality documents i.e. Valid trade licenses from Hargeisa, Baidoa, Mogadishu, or the federal government of Somalia.
• Annex E: Supplier Profile and Registration
• Annex B: Tender and Contract Award Acknowledgment Certificate
• Annex C: DRC General Conditions of Contract for the Procurement of Goods or Services / Special Conditions of Contract/ Construction Contract
• Annex D: DRC Supplier code of conducts
Financial Proposal
• Annex A: DRC Bid Form (Technical bid and Financial bid)

Proposals not received before the indicated time and date as set forth on page 1, or delivered to any other email address, or physical address will be disqualified.

Proposals submitted by mail or courier is at the Bidder-s risk and DRC takes no responsibility for the receipt of such proposals.

Bidders are solely responsible for ensuring that the full proposal is received by DRC in accordance with the RFP requirements.

A Submission,

A. Hard Copy:
All applications should be put in one envelope and submitted in hardcopy and addressed to DRC Mogadishu Office.

o The Financial Proposal shall only contain the financial details

ITB No.: SOM-MGQ-20-RFP-004 FINANCIAL BID Bidder Name:
o The Technical Proposal shall contain all other documents required by the tender as mentioned in section A. Administrative Evaluation, but excluding any pricing information

ITB No: SOM-MGQ-20-RFP-004 TECHNICAL BID Bidder Name:



Both envelopes shall be placed in an outer sealed envelope, addressed and delivered to:

No.: SOM-MGQ-20-RFP-004
B. Email submission
Bids can be submitted via DRC Somalia Tender mailbox: Tenders.SOM@drc.ngo Separate mails shall be sent to include:
- Technical Proposals inclu

Documents

 Tender Notice