05.01.2015 Views

Cover Letter - Danish Refugee Council

Cover Letter - Danish Refugee Council

Cover Letter - Danish Refugee Council

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

Lower Kabete Road<br />

P.O.Box 14762 – 00800<br />

Tel: +254 20 4180403/4/5<br />

Fax: +254 20 4180406,<br />

Nairobi, Kenya<br />

<strong>Cover</strong> <strong>Letter</strong><br />

Place and Date: Nairobi 29/03/2011<br />

Name and address of potential tenderer:<br />

Publication reference: Open International 29032011<br />

Dear Mr/Ms<br />

Subject: Open International for Supply and Delivery of Non Food Items (Kits) in Mogadishu, South<br />

Central<br />

In relation to your inquiry regarding the publication of the above mentioned Tender Notice, please find<br />

enclosed the documents, which constitute the Tender Dossier:<br />

Costs incurred by the tenderer in preparing and submitting the tender proposals will not be reimbursed.<br />

We look forward to receiving your tender and the company profile at the address specified in the Instructions<br />

to Tenderers by 20 Th April 2011 before 12.00 Midday. Public tender opening is scheduled for the same day<br />

at 12.30pm.<br />

If you decide not to submit a tender, we would be grateful if you could inform us in writing, stating the<br />

reasons for your decision.<br />

Yours sincerely<br />

Alex Mwenda<br />

Regional Procurement & Logistics Manager<br />

1


A. Instruction to Tenders<br />

Publication Ref.: Open International 29032011<br />

Tasks to be executed<br />

» ECHO has committed to fund the execution of the Supply of Non Food Items (NFI) Kits and DRC<br />

has been appointed as one of the implementing partners to apply a portion of that loan for payments<br />

under this contract. ECHO will establish the final amount of the fund and will liquidate it to the DRC<br />

on completion of the operation on the basis of the expenses presented and declared eligible. No<br />

party other than DRC shall derive any rights from the loan or have any claim to its proceeds. Under<br />

no circumstances or for no reason whatsoever will the Donor entertain any request for indemnity or<br />

payment directly submitted by the DRC´s contractors. The subject of the contract is the delivery by<br />

the Supplier of the following obligations:<br />

1. Supply and Delivery of NFI Kits<br />

2. DRC reserves the right to award the tender to one or more than one bidder.<br />

3. Samples maybe requested before final award of tender to determine the quality standards.<br />

Timetable<br />

» Deadline for submission of tenders: Date: 20 Th April 2011 Time:12.00 Midday<br />

» Tender opening session: Date: 20 Th April 2011 Time:12.30pm<br />

» Notification of award to the successful tenderer: Date: 26 Th April 2011<br />

» Signature of the contract: Date: 26 Th April 2011<br />

Participation<br />

Participation in this tendering procedures is open on equal terms to all persons<br />

DRC will exclude from participation in a procurement procedure candidates or tenderers falling into any of<br />

the following cases:<br />

» They are bankrupt or being wound up, are having their affairs administered by the courts, have<br />

entered into an arrangement with creditors, have suspended business activities, are the subject of<br />

proceedings concerning those matters, or are in any analogous situation arising from a similar<br />

procedure provided for in national legislation or regulations;<br />

» They have been convicted of an offence concerning their professional conduct by a judgment that<br />

has the force of res judicata;<br />

» They have been guilty of grave professional misconduct proven by any means that the contracting<br />

authority can justify;<br />

» They have not fulfilled obligations relating to the payment of social security contributions or the<br />

payment of taxes in accordance with the legal provisions of the country in which they are established<br />

or with those of the country of the contracting authority or those of the country where the contract is<br />

to be performed;<br />

» They have been the subject of a judgment that has the force of res judicata for fraud, corruption,<br />

involvement in a criminal organisation or any other illegal activity detrimental to the Communities'<br />

financial interests;<br />

» Following another procurement procedure or grant award procedure financed by the Community<br />

budget, they have been declared to be in serious breach of contract for failure to comply with their<br />

contractual obligations. Candidates or tenderers must certify by any relevant means that they are not<br />

in one of the situations listed above.<br />

2


Contracts shall not be awarded to candidates or tenderers who, during the procurement procedure:<br />

» Are subject to a conflict of interest;<br />

» Are guilty of misrepresentation in supplying the information required by the humanitarian<br />

organisation as a condition of participation in the contract procedure or fail to supply this information.<br />

Tenderers or candidates who have been guilty of making false declarations will also incur financial<br />

penalties representing 10% of the total value of the contract being awarded. That rate may be<br />

increased to 20% in the event of a repeat offence within five years of the first infringement.<br />

To be eligible for participation in this tender procedure, tenderers must prove to the satisfaction of the DRC<br />

that they comply with the necessary legal, technical and financial requirements and have the wherewithal to<br />

carry out the contract effectively.<br />

Currency<br />

Tenders must be presented in US$.<br />

Lots<br />

» Tender procedure is divided into lots:<br />

• The tenderer may submit a tender for (one only , lots no. , several lots , all of the lots );<br />

• Each lot will form a separate contract and the quantities indicated for different lots will be<br />

indivisible. The tenderer must offer the whole of the quantity or quantities indicated for each lot.<br />

Under no circumstances will tenders for part of the quantities required be taken into<br />

consideration. If the tenderer is awarded more than one lot, a single contract may be concluded<br />

covering all those lots;<br />

Period of validity<br />

» Tenderers shall be bound by their tenders for a period of 30 days from the deadline for the<br />

submission of tenders;<br />

» The successful tenderer will be bound by the tender for a further period of 60 days following receipt<br />

of the notification that the tenderer has been selected.<br />

Language of offers<br />

The offers, all correspondence and documents related to the tender exchanged by the tenderer and DRC<br />

must be written in English.<br />

Submission of tenders<br />

Tenders must be received before the deadline specified below. They must include the Tender submission<br />

form in part B of this tender dossier and be sent to the following address:<br />

<strong>Danish</strong> <strong>Refugee</strong> <strong>Council</strong><br />

Lower Kabete Road<br />

Opp. Ngecha Road<br />

Nairobi, Kenya<br />

DRC<br />

Mogadishu<br />

Or Secure Email<br />

drcjobs@drcsomalia.org<br />

3


Tenders must comply with the following conditions:<br />

» All tenders must be submitted in one original copy typewritten or hand written in ink;<br />

» All tenders must be received at DRC Regional Office, Lower Kabete Road/ DRC Mogadishu Office<br />

or by Email before the deadline 20 Th April 2011 at 12.00 Midday, by registered letter with<br />

acknowledgement of receipt or hand-delivered by DRC or their representative;<br />

» All tenders, including annexes and all supporting documents, must be submitted in a sealed<br />

envelope bearing only:<br />

• The above address;<br />

• The reference code of this tender procedure, Open International 29032011<br />

• The words “Not to be opened before the tender opening session” in the language of the tender<br />

dossier and equivalent phrase in the local language;<br />

• The name of the tenderer.<br />

Content of tenders<br />

All tenders submitted must comply with the requirements in the tender dossier and must comprise:<br />

» Part B: Tender form (duly authorized signature);<br />

» Part C: Tendererer’s declaration(s);<br />

» Part D: Information chart of the tender;<br />

» Part E: List of Contents; NFI Kits<br />

» Part F: Model of financial/technical offer;<br />

» Part G: Approximate Dynamic Plan for performing the task;<br />

» A description of the commercial warranty tendered;<br />

» Appropriate statements from banks and evidence of professional risk indemnity insurance;<br />

» Regarding supplies: samples, descriptions and/or authentic photographs and/or certificates drawn up<br />

by official quality control institutes or agencies of recognized competence attesting the conformity of<br />

the products with the specifications or standards in force.<br />

» Proof that the contractor has the capacity to carry out the project from references and past projects<br />

of similar size<br />

Pricing<br />

» The prices of the offers will be expressed in US$ and they must be expressed on a lump sum basis<br />

that must be inclusive of all annexed costs such as taxes, transport, handover and work on site;<br />

» The prices will be considered fixed and valid for the entire duration of the contract until the complete<br />

execution of the work/delivery. No additional charge of whatsoever nature and type will be accepted<br />

by DRC.<br />

» The price must clearly indicate all cost up to delivery in DRC Warehouses in Mogadishu.<br />

Additional information before the deadline for submission of tenders<br />

The tender dossier should clearly bar the need for candidates invited to tender to request additional<br />

information during the procedure.<br />

If DRC, either on its own initiative or in response to a request from a prospective tenderer, provides<br />

additional information on the tender dossier, it must send such information in writing to all other prospective<br />

tenderers at the same time.<br />

Contact name: Alex MWENDA<br />

Address: DANISH REFUGEE COUNCIL – REGIONAL OFFICE, NAIROBI<br />

Phone: +254 714 402815<br />

E-mail: procurement.log@drchoa.org<br />

4


Any prospective tenderers seeking to arrange individual meetings with either DRC and/or the Donor during<br />

the tender period may be excluded from the tender procedure.<br />

Alteration or withdrawal of tenders<br />

» Tenderers may alter or withdraw their tenders by written notification prior to the deadline for<br />

submission of tenders. No tender may be altered after this deadline. Withdrawals must be<br />

unconditional and will end all participation in the tender procedure;<br />

» Any such notification of alteration or withdrawal must be prepared and submitted in accordance with<br />

“Content of Tenders”. The outer envelope must be marked Alteration or Withdrawal as appropriate;<br />

» No tender may be withdrawn in the interval between the deadline for submission of tenders and the<br />

expiry of the tender validity period. Withdrawal of a tender during this interval may result in forfeiture<br />

of the tender guarantee.<br />

Opening of tenders<br />

» The tenders will be opened in public session on 20 Th April 2011 at 12.30pm at <strong>Danish</strong> <strong>Refugee</strong><br />

<strong>Council</strong>, Regional Office in Nairobi by the committee appointed for the purpose. The committee<br />

will draw up minutes of the meeting, which will be available on request;<br />

» At the tender opening, the tenderers' names, the tender prices, written notifications of modification<br />

and withdrawal, the presence of the requisite tender guarantee and such other information as DRC<br />

may consider appropriate will be announced;<br />

» After the public opening of the tenders, no information relating to the examination, clarification,<br />

evaluation and comparison of tenders, or recommendations concerning the award of the contract<br />

can be disclosed;<br />

» Any attempt by a tenderer to influence the evaluation committee in the process of examination,<br />

clarification, evaluation and comparison of tenders, to obtain information on how the procedure is<br />

progressing or to influence DRC in its decision concerning the award of the contract will result in the<br />

immediate rejection of the tender;<br />

» All tenders received after the deadline for submission specified in the procurement notice or these<br />

instructions will be kept by DRC. The associated guarantees may be returned to the tenderers on<br />

request. No liability can be accepted for late delivery of tenders. Late tenders will be rejected and will<br />

not be evaluated.<br />

Evaluation of tenders<br />

» Examination of the administrative conformity of tenders<br />

• The aim at this stage is to check that tenders comply with the essential requirements of the<br />

tender dossier. A tender is deemed to comply if it satisfies all the conditions, procedures and<br />

specifications in the tender dossier without substantially departing from or attaching restrictions<br />

with them;<br />

• Decisions to the effect that a tender is not technically compliant must be duly justified in the<br />

evaluation minutes;<br />

• If a tender does not comply with the tender dossier, it will be rejected immediately and may not<br />

subsequently be made to comply by correcting it or withdrawing the departure or restriction.<br />

» Technical evaluation<br />

• After analyzing the tenders deemed to comply in administrative terms, the evaluation committee<br />

will rule on the technical admissibility of each tender, classifying it as technically compliant or<br />

non-compliant. The technical evaluation will be based on the documents annexed in the tender<br />

concerning both the task to be carried out under the tender, and the professional ability of the<br />

tenderer.<br />

5


» To facilitate the examination, evaluation and comparison of tenders, the evaluation committee may<br />

ask each tenderer individually for clarification of their tender, including breakdowns of prices. The<br />

request for clarification and the response must be in writing only, but no change in the price or<br />

substance of the tender may be sought, offered or permitted. Decisions to the effect that a tender is<br />

not technically compliant must be duly justified in the evaluation minutes.<br />

» Financial evaluation<br />

• The rates and prices inserted in the bill of quantities must correspond to the conditions laid down<br />

in the tender documents. The financial and economic standing of the tenderer will be evaluated<br />

by the evaluation committee.<br />

» Award criteria<br />

• The tender commission will not necessarily choose on the basis of lowest price alone but will<br />

award one of received offer on criteria such as best value for money, price, quality, compliance<br />

with international norms, delay for delivery and other as defined in the tender notice. The<br />

experience of the tenderer in the performance of similar contracts can be as well a criterion for<br />

selection.<br />

Signature of the contract<br />

» Within 5 days of receipt of the contract already signed by DRC, the selected tenderer must sign and<br />

date the contract and return it, to DRC. Upon signing the contract, the successful tenderer will<br />

become the Contractor and the contract will enter into force;<br />

» If the successful tenderer fails to sign and return the contract and any financial guarantee required<br />

within 10 days after receipt of notification DRC may consider the acceptance of the tender to be<br />

cancelled without prejudice to DRC's right to seize the guarantee, claim compensation or pursue any<br />

other remedy in respect of such failure, and the successful tenderer will have no claim whatsoever<br />

on DRC.<br />

Performance guarantee<br />

» The successful tenderer will be informed in writing that its tender has been accepted (notification of<br />

award). Before DRC signs the contract with the successful tenderer, the successful tenderer must<br />

provide the documentary proof or sworn statement required under the law of the country in which the<br />

company (or each of the companies in case of a consortium) is established, to show that it does not<br />

fall into the exclusion situations listed in the “Practical Guide to contract procedures” financed from<br />

the general budget of the EC in the context of external actions and mentioned in “Participation” of the<br />

present tender dossier;<br />

» The evidence or these documents or statements must carry a date, which cannot be more than 180<br />

days in relation to the deadline for the submission of the tender;<br />

» If the successful tenderer fails to provide this documentary proof or statement within 15 calendar<br />

days following the notification of award or if the successful tenderer is found to have provided false<br />

information, the award will be considered null and void. In such case, DRC may award the tender to<br />

another tenderer or cancel the tender procedure;<br />

» Within 30 days of receipt of the contract already signed by DRC, the selected tenderer must sign and<br />

date the contract and return it, with the performance guarantee, to DRC. Upon signing the contract,<br />

the successful tenderer will become the Contractor and the contract will enter into force;<br />

» If the successful tenderer fails to sign and return the contract and any financial guarantee required<br />

within 30 days after receipt of notification, DRC may consider the acceptance of the tender to be<br />

cancelled without prejudice to DRC's right to seize the guarantee, claim compensation or pursue any<br />

other remedy in respect of such failure, and the successful tenderer will have no claim whatsoever<br />

on DRC;<br />

» The performance guarantee referred to in the General Conditions is set at 10% percent of the<br />

amount of the contract and must be presented as Bank Pre-financing guarantee Form. It will be<br />

6


eleased within 30 days of the issue of the final acceptance certificate by DRC, except for the<br />

proportion assigned to after-sales service;<br />

Ethics clauses<br />

» Any attempt by a candidate or tenderer to obtain confidential information, enter into unlawful<br />

agreements with competitors or influence the committee or DRC during the process of examining,<br />

clarifying, evaluating and comparing tenders will lead to the rejection of their candidacy or tender and<br />

may result in administrative penalties;<br />

» Without DRC´s prior written authorization, a Supplier and its staff or any other company with which<br />

the Supplier is associated or linked may not, even on an ancillary or subcontracting basis, supply<br />

other services, carry out work or supply equipment for the project. This prohibition also applies to<br />

any other projects that could, owing to the nature of the contract, give rise to a conflict of interest on<br />

the part of the Supplier;<br />

» When putting forward a candidacy or tender, the candidate or tenderer shall declare that he is<br />

affected by no potential conflict of interest and has no particular link with other tenderers or parties<br />

involved in the project. Should such a situation arise during performance of the contract, the Supplier<br />

must immediately inform the DRC;<br />

» The Contractor must at all times act impartially and as a faithful adviser in accordance with the code<br />

of conduct of his profession. The Supplier shall refrain from making public statements about the<br />

project or services without the DRC's prior approval. The Supplier may not commit DRC in any way<br />

without its prior written consent;<br />

» For the duration of the contract the Supplier and its staff shall respect human rights and undertake<br />

not to offend the political, cultural and religious mores of the beneficiary state;<br />

» The Contractor may accept no payment connected with the contract other than that provided for<br />

therein. The Supplier and its staff must not exercise any activity or receive any advantage<br />

inconsistent with their obligations to DRC;<br />

» The Supplier and its staff shall be obliged to maintain professional secrecy for the entire duration of<br />

the contract and after its completion. All reports and documents drawn up or received by the<br />

Contractor shall be confidential;<br />

» The contract shall govern the Contracting Parties' use of all reports and documents drawn up,<br />

received or presented by them during the execution of the contract;<br />

» The Supplier shall refrain from any relationship likely to compromise his independence or that of its<br />

staff. If the Supplier ceases to be independent, DRC may, regardless of injury, terminate the contract<br />

without further notice, and without the Supplier having any claim to compensation;<br />

» DRC reserves the right to suspend or cancel a contract if corrupt practices of any kind are<br />

discovered at any stage of the award process. For the purposes of this provision, "corrupt practices"<br />

are the offer of a bribe, gift, gratuity or commission to any person as an inducement or reward for<br />

performing or refraining from any act relating to the award of a contract or implementation of a<br />

contract already concluded with DRC;<br />

» All tenders will be rejected or contracts terminated if it emerges that the award or execution of a<br />

contract has given rise to unusual commercial expenses;<br />

» Such unusual commercial expenses are commissions not mentioned in the main contract or not<br />

stemming from a properly concluded contract referring to the main contract, commissions not paid in<br />

return for any actual and legitimate service, commissions remitted to a tax haven, commissions paid<br />

to a recipient who is not clearly identified or commissions paid to a company which has every<br />

appearance of being a front company;<br />

» The Supplier shall supply DRC on request with all supporting documents relating to the conditions of<br />

the contract's execution. DRC may carry out whatever documentary or on-the-spot checks it deems<br />

necessary to find evidence in cases of suspected unusual commercial expenses;<br />

7


» When putting forward a candidacy or tender, the candidate or tenderer shall declare its commitment<br />

to the non–exploitation of child labour and to the respect of basic social rights and working<br />

conditions. DRC may carry out whatever documentary or on-the-spot checks it deems necessary to<br />

find evidence of the enforcement of the above mentioned principles.<br />

Cancellation of the tender procedure<br />

In the event of a tender procedure's cancellation, tenderers will be notified by the DRC. If the tender<br />

procedure is cancelled before the outer envelope of any tender has been opened, the sealed envelopes will<br />

be returned, unopened, to the tenderers.<br />

Cancellation may occur where:<br />

» The tender procedure has been unsuccessful, namely where no qualitatively or financially worthwhile<br />

tender has been received or there has been no response at all;<br />

» The economic or technical parameters of the project have been fundamentally altered;<br />

» Exceptional circumstances or force majeure render normal performance of the project impossible;<br />

» All technically compliant tenders exceed the financial resources available;<br />

» There have been irregularities in the procedure, in particular where these have prevented fair<br />

competition.<br />

In no circumstances will DRC be liable for damages, whatever their nature (in particular damages for loss of<br />

profits) or relationship to the cancellation of a tender, even if DRC has been advised of the possibility of<br />

damages. The publication of a procurement notice does not commit DRC to implement the programme or<br />

project announced.<br />

8


B. Tender Form<br />

(To be completed by the tenderer)<br />

Publication reference:<br />

Title of contract:<br />

Place and Date:<br />

Submitted by:<br />

Name(s) of tenderer(s)<br />

Contact Numbers<br />

Leader<br />

Partner 2*<br />

Etc … *<br />

* Add/delete additional lines for partners as appropriate. Note that a subcontractor is not considered to be a<br />

partner for the purposes of this tender procedure. If this tender is being submitted by an individual tenderer,<br />

the name of the tenderer should be entered as Leader (and all other lines should be deleted)<br />

Contact Person (for this tender):<br />

Name:<br />

Address:<br />

Telephone:<br />

Fax:<br />

E-mail:<br />

9


C. Tenderer’s Declaration(s)<br />

(To be completed and signed by the tenderer (including one from each partner in a consortium).<br />

In response to your tender for the above contract we, the undersigned, hereby declare that:<br />

» We have examined and accept in full the content of the dossier for invitation to tender No<br />

…………………. of ……………………… (Date). We hereby accept its provisions in their entirety,<br />

without reservation or restriction;<br />

» We offer to deliver, in accordance with the terms of the tender dossier and the conditions and time<br />

limits laid down, without reserve or restriction:<br />

<br />

<br />

Annex I – 7,500 NFI Kits<br />

Annex II – 7,500 Pcs Jerrycans, 20 Ltrs<br />

» The price of our tender (excluding the discounts) is:<br />

Annex I :<br />

In Words:<br />

Annex II :<br />

In Words:<br />

» This tender is valid for a period of ………………………. (length of period) from the final date for<br />

submission of tenders, i.e. until ……………………… (Date);<br />

» We are submitting this application in our own right and/or as partner in the consortium led<br />

by……………………………………………. (name of the leader/ourselves)* for this tender<br />

……………………….(Lot No). We confirm that we are not tendering for the same contract in any<br />

other form. We confirm, as a partner in the consortium, that all partners are jointly and severally<br />

liable by law for the performance of the contract, that the lead partner is authorised to bind, and<br />

receive instructions for and on behalf of, each member, that the performance of the contract,<br />

including payments, is the responsibility of the lead partner, and that all partners in the joint<br />

venture/consortium are bound to remain in the joint venture/consortium for the entire period of the<br />

contract's performance;<br />

» We are not in any of the situations excluding us from participating in contracts which are listed in the<br />

“Instructions to tenderers”. In the event that our tender is successful, we undertake to provide the<br />

proof usual under the law of the country in which we are established that we do not fall into the<br />

exclusion situations listed. The date on the evidence or documents provided will be no earlier than<br />

180 days before the deadline for submission of tenders and, in addition, we will provide a sworn<br />

statement that our situation has not altered in the period which has elapsed since the evidence in<br />

question was drawn up;<br />

» We also understand that if we fail to provide this proof within 15 calendar days after receiving the<br />

notification of award, or if the information provided is proved false, the award will be considered null<br />

and void;<br />

10


» We agree to abide by the ethics clauses that we have no potential conflict of interests or any relation<br />

with other candidates or other parties in the tender procedure at the time of the submission of this<br />

application;<br />

» We will inform the <strong>Danish</strong> <strong>Refugee</strong> <strong>Council</strong> immediately if there is any change in the above<br />

circumstances at any stage during the implementation of the contract. We also fully recognise and<br />

accept that any inaccurate or incomplete information deliberately provided in this application may<br />

result in our exclusion from this and other contracts funded by the European Communities;<br />

» We note that the <strong>Danish</strong> <strong>Refugee</strong> <strong>Council</strong> is not bound to proceed with this invitation to tender and<br />

that it reserves the right to award only part of the contract. It will incur no liability towards us should it<br />

do so.<br />

This tender includes the following annexes:<br />

(Numbered list of annexes with titles)<br />

Name and surname:<br />

Duly authorised to sign this tender on behalf of:<br />

Place and date:<br />

Stamp of the firm/company:<br />

11


D. Information chart of the Tenderer<br />

(To be completed by the tenderer)<br />

Name and acronym of the firm:<br />

Full name and address of legal representative of the firm:<br />

Experience in implementing tasks similar to the object of the contract (in the past three years):<br />

» Name of the implementing partner and name of the contact person for references<br />

» Brief description of the task carried out and location<br />

Main collaboration with international Organisations and NGOs (in the past three years):<br />

» Name of the implementing partner and name of the contact person for references<br />

» Brief description of the task carried out and location<br />

Number of skilled workers employed by the firm and description of their tasks:<br />

Annual overall budget of the firm:<br />

Description of machinery and equipment held by the firm and to be employed to carry out the task:<br />

Description of the measures employed to ensure the quality of supplies and services, and description of the<br />

firm’s study and research facilities;<br />

Indication of the technicians or technical bodies involved, whether or not belonging directly to the firm,<br />

especially those responsible for quality control;<br />

12


E. Financial/Technical offer<br />

(To be completed by the tenderer with the relevant information)<br />

Publication reference: Open International 29032011<br />

Currency of Tender: US$<br />

Article Quantity Description of article<br />

1<br />

2<br />

Total:<br />

If Relevant:<br />

Training or other services (Lump Sum)<br />

Transport Cost<br />

Miscellaneous<br />

Total Costs<br />

Unit costs with delivery<br />

(DDP or DDU) to place of acceptance<br />

Total<br />

Completed at:<br />

Location:<br />

Date:<br />

On behalf of:<br />

By:<br />

Name:<br />

Signature:<br />

Stamp:<br />

13


F. Work plan for performing the task<br />

(To be completed by the tenderer with the relevant information)<br />

Approximate dynamic plan (GANTT) for performing the task that will correspond to the deadline from<br />

the offer.<br />

Days<br />

Activity: 1 2 3 4 5 6 7 8 9 10 11 12 Notes:<br />

Lot 1<br />

Preparation<br />

for item 1<br />

14


Annex I:7,500 NFI Kits, Mogadishu Delivered<br />

Cost<br />

VAT & Other Taxes<br />

Included<br />

No. Description of Items: Specifications Unit QTY<br />

Unit<br />

Cost<br />

Total Cost<br />

in US$<br />

1 Plastic Sheeting 5mX4m, UV Treated, 200gms Pcs 7,500<br />

per Sq/m with eyelet,<br />

laminated, color: silver/ grey<br />

2 Cooking Set Find below different types/ Set 7,500<br />

quantities in a set;‐<br />

1pot X 7 Liters<br />

Aluminium, thickness<br />

16G(1.4mm), min weight 600g,<br />

internal diameter approx.<br />

10.5”, straight sided, Lid: min<br />

21G<br />

1pot X 5 Liters<br />

Aluminium, thickness<br />

16G(1.4mm), min weight 500g,<br />

internal diameter approx. 9.5”,<br />

straight sided, Lid: min 21G<br />

1 Serving Tray Aluminium/ Stainless Steel,<br />

approx. 40cm diameter<br />

5 Mugs Aluminium/ Stainless mugs,<br />

500ml capacity, approx. 50g<br />

5 Spoon Stainless spoons for eating,<br />

standard<br />

1 Serving Spoon Stainless steel, Length 33‐<br />

35cm, min weight 70grams<br />

1 Kitchen Knife, cooking Stainless steel, blade length 6‐<br />

8inches, wooden handle<br />

3 Sleeping Mat Polypropylene material, Pcs 15,000<br />

800grams, 90cmX180cm<br />

4 Soap 500grams, TFM 50‐62% (KBA Pcs 52,500<br />

Grade II), non‐perfumed<br />

5 Sanitary Clothes 100% cotton (150X170cm) Pcs 22,500<br />

6 Blanket 150cmX200cm ; minimum 30%<br />

wool, weight 1.3 – 1.5Kgs,<br />

Machine pressed in baleswith<br />

minimum of 25pieces per bale<br />

7 Polypropylene Sack Capacity 90Kgs, virgin woven<br />

polypropylene, weight 130 –<br />

140grams, size approx. 46.5” X<br />

29.5”<br />

8 Mosquito Net Long Lasting Insecticidal Net<br />

(WHO recommended) W60’ X<br />

L78’ X H60’<br />

Pcs 30,000<br />

Pcs 7,500<br />

Pcs 15,000<br />

15


Annex II:7,500 NFI Kits, Mogadishu Delivered<br />

Cost<br />

VAT & Other Taxes<br />

Included<br />

No. Description of Items: Specifications Unit QTY<br />

Unit<br />

Cost<br />

Total Cost<br />

in US$<br />

1 Jerrycan 20Liters, Rigid, Round type,<br />

Weight round 900grams HDPE<br />

Pcs 15,000<br />

16

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!