Sei sulla pagina 1di 8

MINISTRY OF TRANSPORT

REQUEST FOR PROPOSALS


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

Potrebbero piacerti anche