DANISH REFUGEE COUNCIL has floated a tender for Transportation Service. The project location is South Sudan and the tender is closing on 13 Feb 2020. The tender notice number is RFP-SSD-JUB-2020-02, while the TOT Ref Number is 39832233. 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 : South Sudan

Summary : Transportation Service

Deadline : 13 Feb 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 39832233

Document Ref. No. : RFP-SSD-JUB-2020-02

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : DANISH REFUGEE COUNCIL
Addis Ababa Road, Next to UNICEF Offices Juba Attn: Supply Chain Specialist / Country Supply Chain Manager
South Sudan
Email :c.o.conduct@drc.dk
URL :www.drc.dk/

Tender Details

Request for proposals are invited for Transportation Service Under FWA to DRC- South Sudan.

Addis Ababa Road, Next to UNICEF Offices
Juba, South Sudan


16th Jan 2020


To: Interested Service Providers

Request for Proposal No. RFP-SSD-JUB-2020-02 Transportation Service Under FWA to DRC- South Sudan

Dear Sir/Madam:

The Danish Refugee Council Danish Demining Group (DRC DDG) has received a grant from Various donors for the implementation of the humanitarian aid operation in South Sudan. DRC DDG seeks proposals from Vendors to Provide Truck Hire services for Transportation of Cargo from Juba to Different locations for DRC DDG- South Sudan as indicated in the Annexes A1 & A2 herein attached.

I. TENDER DETAILS
The Tender details are as follows:

Line Item Time, date, address as appropriate
1 RFP published 16th Jan 2020
3 Closing date for clarifications by email 30th Jan 2020
4 Closing date and time for receipt of Tenders 13th February 2020 1100Hours EAT
5 Tender Opening Location DRCDDG Juba office, South Sudan
Addis Ababa Road, Next to UNICEF Offices
6 Tender Opening Date and time 14th February 2020, 1200Noon EAT (Public)


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 F-Administrative Compliance, 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 the given administrative compliance, 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 in Annex F-Administrative Compliance, shall be submitted with your proposal.
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.

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
• Annex A.1-Technical Data and
• All documents required are in Annex F-Administrative Compliance

Financial Proposal
• Annex A.2 Financial proposal providing cost pricing of the Provision of Service.

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, email 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. Hard Copy:
Hard copy Proposals shall be separated into ‘Financial Proposal’ and ‘Technical proposal’:
o The Financial Proposal shall only contain the financial details
o The Technical Proposal shall contain all other documents required by the tender as mentioned in Annex F-. Administrative Compliance, but excluding any pricing information



Each part shall be placed in a sealed envelope, marked as follows:


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





All proposals must be submitted before the closing date and time in sealed envelopes at the address provided below:
RFQ Tender box at the Juba office– Supply Chain Office
DRC South Sudan Country Office
Addis Ababa Road,
Next to UNICEF Offices
Juba, South Sudan


Bid submission by email:

Email submissions shall NOT be accepted for this tender.


V. COMPLETION OF BID FORM

A. Prices Quoted
Any discount offered shall be included in the Proposal price. The proposal price must be all inclusive i.e including all costs associated with providing the service plus the applicable taxes and Bank Transfer Charges. Payments to ECO bank South Sudan accounts shall not incur bank transfer charges. Transfer to other banks shall incur Usd 50 charges per transaction.

B. Currency
The currency of the Proposal shall be in United States Dollars (USD). No other currencies are acceptable.

C. Language
All correspondence and documents related to this RFP shall be in English.

D. Presentation
Proposals shall be clearly legible. Prices entered in lead pencil will not be considered. All erasures, amendments, or alterations shall be initialed by the signatory to the Proposal. Do not submit blank pages of the Proposal Form and/or schedules which are unnecessary for your offer. All documentation shall be written in English. All Proposal shall be signed by a duly authorized representative of the Bidder.

E. Split Awards
DRC reserves the right to split awards.

F. Validity Period
Proposals shall be valid for at least the minimum number of days specified in the RFP from the date of proposal closure. DRC reserves the right to determine, at its sole discretion, the validity period in respect of Proposals which do not specify any such maximum or minimum limitation.

VI. ACCEPTANCE
DRC reserves the right, at its sole discretion, to consider as invalid or unacceptable any proposal which is a) not clear; b) incomplete in any material detail such as specification, terms delivery, quantity etc.; or c) not presented on the proposal Form – and to accept or reject any amendments, withdraws and/or supplementary information submitted after the time and date of the RFP Closure.

VII. AWARD OF CONTRACTS
This RFP does not commit DRC to award a contract or pay any costs incurred in the preparation or submission of proposals, or costs incurred in making necessary studies for the preparation thereof, or to procure or contract for services or goods. Any proposal submitted will be regarded as an offer made by the Bidder and not as an acceptance by the Bidder of an offer made by DRC. No contractual relationship will exist except pursuant to a written contract document signed by a duly authorized official of DRC and the successful Bidder.

DRC may award contracts for part quantities or individual items. DRC will notify successful Bidders of its decision with respect to their proposal as soon as possible after the proposals are opened. DRC reserves the right to cancel any RFP, to reject any or all proposals in whole or in part, and to award any contract.

Suppliers who do not comply with the contractual terms and conditions including delivering different products and of different origin than stipulated in their proposal and covering contract may be excluded from future DRC RFPs.

VIII. CONFIDENTIALITY
This RFP or any part hereof, and all copies hereof shall be returned to DRC upon request. This RFP is confidential and proprietary to DRC, contains privileged information, part of which may be copyrighted, and is communicated to and received by Bidders on the condition that no part thereof, or any information concerning it may be copied, exhibited, or furnished to others without the prior written consent of DRC, except that Bidders may exhibit the specifications to prospective subcontractors for the sole purpose of obtaining offers from them. Notwithstanding the other provisions of the RFP, Bidders will be bound by the contents of this paragraph whether or not their company submits a proposal or responds in any other way to this RFP.

IX. COLLUSIVE BIDDING AND ANTI-COMPETITIVE CONDUCT
Bidders and their employees, officers, advisers, agent or sub-contractors shall not engage in any collusive bidding or other anti-competitive conduct or any other similar conduct, in relations to:
• The preparation of submission of proposals,
• The clarification of proposals,
• The conduct and content of negotiations,
• Including final contract negotiations,
In respect of this RFP or procurement process, or any other procurement process being conducted by DRC in respect of any of its requirements.

For the purpose of this clause, collusive bidding, other anti-competitive conduct, or any other similar conduct may include, among other things, the disclosure to, exchange or clarification with, any other Bidder, person or entity, of information (in any form), whether or not such informat

Documents

 Tender Notice