0 valutazioniIl 0% ha trovato utile questo documento (0 voti)
92 visualizzazioni8 pagine
Egyptian Ministry of Transport invites you to submit a Proposal to this Request for Proposal (RFP) for the above-referenced subject. This RFP includes the following documents: Section 1-This Letter of Invitation Section 2Instructions to Proposers (including data sheet) Section 3Terms of Reference Section 4Proposal Submission Form Section 5Documents Establishing the Eligibility and Qualifications of the Proposer.
Egyptian Ministry of Transport invites you to submit a Proposal to this Request for Proposal (RFP) for the above-referenced subject. This RFP includes the following documents: Section 1-This Letter of Invitation Section 2Instructions to Proposers (including data sheet) Section 3Terms of Reference Section 4Proposal Submission Form Section 5Documents Establishing the Eligibility and Qualifications of the Proposer.
Egyptian Ministry of Transport invites you to submit a Proposal to this Request for Proposal (RFP) for the above-referenced subject. This RFP includes the following documents: Section 1-This Letter of Invitation Section 2Instructions to Proposers (including data sheet) Section 3Terms of Reference Section 4Proposal Submission Form Section 5Documents Establishing the Eligibility and Qualifications of the Proposer.
High Speed Rail Project Egyptian Ministry of Transport May, 2014 1 Section 1. Letter of Invitation Egypt May 18, 2014 High Speed Rail Project Dear Mr. /Ms.: The United Nations Development Programme (MOT) hereby invites you to submit a Proposal to this Request for Proposal (RFP) for the above-referenced subject. This RFP includes the following documents: Section 1-This Letter of Invitation Section 2- Instructions to Proposers (including Data Sheet) Section 3- Terms of Reference Section 4- Proposal Submission Form Section 5- Documents Establishing the Eligibility and Qualifications of the Proposer Section 6- Technical Proposal Form Section 7- Financial Proposal Form Section 8 - Form for Proposal Security Section 9- Form for Performance Security Section 10- Form for Advanced Payment Guarantee Section 11 - Contract for Professional Services, including General Terms and Conditions Your offer, comprising of a Technical and Financial Proposal, in separate sealed envelopes, should be submitted in accordance with Section 2. You are kindly requested to submit an acknowledgment letter to mot to the following address: Minister of Transport Address: El Nasr Road, Nasr City, Cairo, Egypt Focal point in MOT: Dalia Hassan Gomaa The letter should be received by MOT no later than noon, 12/6/2014. The same letter should advise whether your company intends to submit a Proposal. If that is not the case, MOT would appreciate your indicating the reason, for our records. 2 9 B.9.5 Proposal Security Required C.15.4 Amount: USO 20,000.00 b) 10 B.9.5 Acceptable forms of Proposal - Bank Guarantee (See Section 8 for template) Security 3 11 B.9.5 Validity of Proposal Security 90days C.15.4 a) Proposal Security of unsuccessful Proposers shall be returned. 12 Advanced Payment upon signing Not allowed of contract 25% mobilization cost will be paid upon approval of work and mobilization plan. 13 Liquidated Damages Will be imposed under the following conditions: Percentage of contract price per day of delay : $2500 Max. no. of days of delay 30 days After which MOT may terminate the contract. 14 F.37 Performance Security USO 50,000.00 15 C.17, Preferred Currency of Proposal United States Dollars (US$) C.17 b) and Method for Currency conversion Reference for determining Exchange Rate according to: Central Back of Egypt at bid opening date. 16 B.10.1 Deadl ine for submitting 2 days before the submission date. requests for clarifications/ questions 17 B.10.1 Contact Details for submitting Focal Person in MOT: Dalia Hassan Gomaa clarifications/questions 4 Address: El Nasr Road, Nasr City, Cairo, Egypt Fax No. : 248008761 Tel No.: 248008261 E-mail: dgomaa@mot.gov.eg 18 B.11.1 Manner of Disseminating Direct communication to prospective Proposers by email or Supplemental Information to fax the RFP and 3 Surety bonds or other instruments issued by non-bonk Financiol Institutions are least preferred by MOT. Unless stated otherwise, they shall be considered unacceptable to MOT. 4 This contact person and address is officially designated by MOT. If inquiries are sent to other person/s or address/es, even if they are MOT staff, MOT shall have no obligation to respond nor can MOT confirm that the query was officially received. 20 responses/clarifications to queries 19 D.23.3 No. of copies of Proposal that must be submitted [if transmitted by courier] 20 D.23.1 Proposal Submission Address D.23.2 D.24 21 C.21 Deadline of Submission D.24 Original: [1]. Copies: [5] Ministry of Transport - Investment department Address Nasr Road, Nasr City, Cairo Phone no. 24008261 Date and Time : Thursday 12/6/2014 -12:00 PM. 22 D.23.2 Allowable Manner of Submitting Courier/Hand Delivery Proposals 23 D.23.2 Conditions and Procedures for NA D.26 electronic submission and opening, if allowed 24 D.23.1 Date, time and venue for 25 26 opening of Proposals E.29.2 Evaluation method to be used in E.29.3 selecting the most responsive F.34 Proposal C.15.1 Required Documents that must be Submitted to Establish Qualification of Proposers (In "Certified True Copy" form only) Date and Time: Thursday 12/6/2014-02:00 PM. Venue : Ministry of Transport - Investment department Combined Scoring Method, using the 70%-30% distribution for technical and financial proposals, respectively If t echnical proposal does not pass 750 Points it will not be considered. l/ Company Profile, which should not exceed fifteen (15) pages, including printed brochures and product catalogues relevant to the goods/services being procured l/ Members of the Governing Board and their Designations duly certified by the Corporate Secretary, or its equivalent document if Bidder is not a corporation l/ Tax Registration/Payment Certificate issued by the Internal Revenue Authority evidencing that the Bidder is updated with its tax ,payment obligations, or Certificate of Tax exemption, if any such privilege is enjoyed by the Bidder l/ Certificate of Registration of the business, including Articles of Incorporation, or equivalent document if Bidder is not a corporation l/ Trade name registration papers, if applicable l/ Official Letter of Appointment as local representative, if 21 Bidder is submitting a Bid in behalf of an entity located outside the country v Quality Certificate (e.g., ISO, etc.) and/or other similar certificates, accreditations, awards and citations received by the Bidder, if any v Certification or authorization to act as Agent in behalf of the Manufacturer, or Power of Attorney, if bidder is not a manufacturer v Latest Audited Financial Statement (Income Statement and Balance Sheet) including Auditor's Report for the past 3years. v Statement of Satisfactory Performance from the Top 5Clients in terms of Contract Value the past 10 years of reference. v All information regarding any past and current litigation during the last five (S) years, in which the bidder is involved, indicating the parties concerned, the subject of the litigation, the amounts involved, and the final resolution if already concluded. 27 Other documents that may be NA Submitted to Establish Eligibility 28 C.15 Structure of the Technical NA Proposal (only if different from the provision of Section 12) 29 C.15.2 Latest Expected date for commencement of Contract 30 C.15.2 Expected duration of contract (Target Commencement bate and Completion Date) 1/7/2014 Commencement: 7 calendar days after awarding Contract duration: 90 days Awarding date: 19/06/14 31 MOT will award the contract to: One Proposer only 32 E.29.2 Criteria for the Award of F.34 Contract and Evaluation of Proposals 33 E.29.4 Post-Qualification Actions (See Tables below) v Verification of accuracy, correctness and authenticity of the information provided by the bidder on the legal, technical and financial documents submitted; v Validation of extent of compliance to the ITB requirements and evaluation criteria based on what has so far been found by the evaluation team; 22 " Inquiry and reference checking with Government entities with jurisdiction on the bidder, or any other entity that may have done business with the bidder; " Inquiry and reference checking with other previous clients on the quality of performance on on-going or previous contracts completed; 34 Conditions for Determining " MOT's receipt of Performance Bond Contract Effectively " MOT's receipt of Professional Indemnity Insurance 35 Other Information Related to NA the RFP 5 Summary of Technical Proposal Evaluation Forms Score Weight Points Obtainable 1. 2. 3. Expertise of Firm / Organization Proposed Methodology, Approach and Implementation Plan Management Structure and Key Personnel Total 30% 40% 30% Technical Proposal Evaluation Form 1 1.1 1.2 1.3 1.4 1.5 Expertise of the Firm/Organization Reputation of Organization and Staff I Credibility I Refiability I Industry Standing General Organizational Capability which is likely to affect implementati on Financial stability loose consortium, holding company or one firm age/size of the firm strength of project management support project financing capacity project management controls Extent to which any work would be subcontracted (subcontracting carries additional risks which may affect project implementation, but properly done it offers a chance to access specialized skills.) Quality assurance procedures, warranty Relevance of: Specialized Knowledge 5 Where the information is available in the web, a URL for the information may simply be provided 300 400 300 1000 Points obtainable 50 90 15 25 120 23 - Experience on Similar Programme/ Projects - Experience on Projects in the Region Work for MOT/ major multilateral/ or bilateral programmes 300 Technical Proposal Evaluation Points Form 2 Obtainable Proposed Methodology, Approach and Implementation Plan 2.1 To what degree does the Proposer understand the task? 30 2.2 Have the important aspects of the task been addressed in sufficient detail? 25 2.3 Are the different components of the project adequately weighted relative to one 20 another? 2.4 Is the proposal based on a survey of the project environment and was this data input 55 properly used in the preparation of the proposal? 2.5 Is the conceptual framework adopted appropriate for the task? 65 2.6 Is the scope of task well defined and does it correspond to the TOR? 120 2.7 Is the presentation clear and is the sequence of activities and the planning logical, 85 realistic and promise efficient implementation to the project? 400 Technical Proposal Evaluation Points Form 3 Obtainable Management Structure and Key Personnel 3.1 Task Manager 140 Sub-Score General Qualification 120 Suitability for the Project - International Experience 25 - Training Experience 20 - Professional Experience in the area of specialization 45 - Knowledge of the region 30 - Language Qualifications 20 140 3.2 Senior Expert 120 Sub-Score General Qualification 100 Suitability for the Project - International Experience 15 - Training Experience 15 - Professional Experience in the area of specialisation 45 - Knowledge of the region 25 - Language Qualifications 20 120 24 3.3 Junior Expert 40 Sub-Score General Qualification 30 Suitability for the Project - International Experience 5 - Training Experience 5 - Professional Experience in the area of specialisation 10 - Knowledge of the region 10 - Language Qualification 10 40 Total Part 3 300 25