Overview : REQUEST FOR QUOTATION (RFQ) RFQ Reference: RFQ-023-PHL-2022 (RE-TENDER): SUPPLY AND DELIVERY OF 20 SETS BASE RADIO TRANSCEIVERS (FOR VEHICLES) | Date: 18 February 2022 |
SECTION 1: REQUEST FOR QUOTATION (RFQ) UNDP kindly requests your quotation for the provision of goods, works and/or services as detailed in Annex 1 of this RFQ. This Request for Quotation comprises the following documents: Section 1: This request letter Section 2: RFQ Instructions and Data Annex 1: Schedule of Requirements Annex 2: Quotation Submission Form Annex 3: Technical and Financial Offer When preparing your quotation, please be guided by the RFQ Instructions and Data. Please note that quotations must be submitted using Annex 2: Quotation Submission Form and Annex 3 Technical and Financial Offer, by the method and by the date and time indicated in Section 2. It is your responsibility to ensure that your quotation is submitted on or before the deadline. Quotations received after the submission deadline, for whatever reason, will not be considered for evaluation. Thank you and we look forward to receiving your quotations. Issued by: Name: SAMANTHA GUNASEKERA Title: Operations Manager Date: 18 February 2022 SECTION 2: RFQ INSTRUCTIONS AND DATA Introduction | Bidders shall adhere to all the requirements of this RFQ, including any amendments made in writing by UNDP. This RFQ is conducted in accordance with the UNDP Programme and Operations Policies and Procedures (POPP) on Contracts and Procurement Any Bid submitted will be regarded as an offer by the Bidder and does not constitute or imply the acceptance of the Bid by UNDP. UNDP is under no obligation to award a contract to any Bidder as a result of this RFQ. UNDP reserves the right to cancel the procurement process at any stage without any liability of any kind for UNDP, upon notice to the bidders or publication of cancellation notice on UNDP website. | Deadline for the Submission of Quotation | 25 Feb 2022, 5:00 PM, Timezone: Manila, Philippines If any doubt exists as to the time zone in which the quotation should be submitted, refer to http://www.timeanddate.com/worldclock/. | Method of Submission | Quotations must be submitted as follows: ☒ Dedicated Email Address Bid submission address: bids.ph@undp.org - File Format: PDF
- File names must be maximum 60 characters long and must not contain any letter or special character other than from Latin alphabet/keyboard.
- All files must be free of viruses and not corrupted.
- Max. File Size per email transmission: 10MB
- Mandatory subject of email RFQ-023-PHL-2022 SUPPLY AND DELIVERY OF 20 SETS BASE RADIO TRANCIEVERS (VEHICLE ATTACHED)
- It is recommended that the entire Quotation be consolidated into as few attachments as possible.
| Cost of preparation of quotation | UNDP shall not be responsible for any costs associated with a Supplier’s preparation and submission of a quotation, regardless of the outcome or the manner of conducting the selection process. | Supplier Code of Conduct, Fraud, Corruption, | All prospective suppliers must read the United Nations Supplier Code of Conduct and acknowledge that it provides the minimum standards expected of suppliers to the UN. The Code of Conduct, which includes principles on labour, human rights, environment, and ethical conduct may be found at: https://www.un.org/Depts/ptd/about-us/un-supplier-code-conduct Moreover, UNDP strictly enforces a policy of zero tolerance on proscribed practices, including fraud, corruption, collusion, unethical or unprofessional practices, and obstruction of UNDP vendors and requires all bidders/vendors to observe the highest standard of ethics during the procurement process and contract implementation. UNDP’s Anti-Fraud Policy can be found at http://www.undp.org/content/undp/en/home/operations/accountability/audit/office_of_audit_andinvestigation.html#anti | Gifts and Hospitality | Bidders/vendors shall not offer gifts or hospitality of any kind to UNDP staff members including recreational trips to sporting or cultural events, theme parks or offers of holidays, transportation, or invitations to extravagant lunches, dinners or similar. In pursuance of this policy, UNDP: (a) Shall reject a bid if it determines that the selected bidder has engaged in any corrupt or fraudulent practices in competing for the contract in question; (b) Shall declare a vendor ineligible, either indefinitely or for a stated period, to be awarded a contract if at any time it determines that the vendor has engaged in any corrupt or fraudulent practices in competing for, or in executing a UNDP contract. | Conflict of Interest | UNDP requires every prospective Supplier to avoid and prevent conflicts of interest, by disclosing to UNDP if you, or any of your affiliates or personnel, were involved in the preparation of the requirements, design, specifications, cost estimates, and other information used in this RFQ. Bidders shall strictly avoid conflicts with other assignments or their own interests, and act without consideration for future work. Bidders found to have a conflict of interest shall be disqualified. Bidders must disclose in their Bid their knowledge of the following: a) If the owners, part-owners, officers, directors, controlling shareholders, of the bidding entity or key personnel who are family members of UNDP staff involved in the procurement functions and/or the Government of the country or any Implementing Partner receiving goods and/or services under this RFQ. The eligibility of Bidders that are wholly or partly owned by the Government shall be subject to UNDP’s further evaluation and review of various factors such as being registered, operated and managed as an independent business entity, the extent of Government ownership/share, receipt of subsidies, mandate and access to information in relation to this RFQ, among others. Conditions that may lead to undue advantage against other Bidders may result in the eventual rejection of the Bid. | General Conditions of Contract | Any Purchase Order or contract that will be issued as a result of this RFQ shall be subject to the General Conditions of Contract Select the applicable GTC: ☒ General Terms and Conditions / Special Conditions for Contract. | Special Conditions of Contract | ☒ Cancellation of PO/Contract if the delivery/completion is delayed by [15 working Days] any adjustment in the delivery completion, the winning vendor shall submit a letter justification citing the reason/s for such adjustment/s. | Eligibility | A vendor who will be engaged by UNDP may not be suspended, debarred, or otherwise identified as ineligible by any UN Organization or the World Bank Group or any other international Organization. Vendors are therefore required to disclose to UNDP whether they are subject to any sanction or temporary suspension imposed by these organizations. Failure to do so may result in termination of any contract or PO subsequently issued to the vendor by UNDP. It is the Bidder’s responsibility to ensure that its employees, joint venture members, sub-contractors, service providers, suppliers and/or their employees meet the eligibility requirements as established by UNDP. Bidders must have the legal capacity to enter a binding contract with UNDP and to deliver in the country, or through an authorized representative | Currency of Quotation | Quotations shall be quoted in Philippine Peso (PHP) | Joint Venture, Consortium or Association | If the Bidder is a group of legal entities that will form or have formed a Joint Venture (JV), Consortium or Association for the Bid, they shall confirm in their Bid that : (i) they have designated one party to act as a lead entity, duly vested with authority to legally bind the members of the JV, Consortium or Association jointly and severally, which shall be evidenced by a duly notarized Agreement among the legal entities, and submitted with the Bid; and (ii) if they are awarded the contract, the contract shall be entered into, by and between UNDP and the designated lead entity, who shall be acting for and on behalf of all the member entities comprising the joint venture, Consortium or Association. Refer to Clauses 19 – 24 under Solicitation policy for details on the applicable provisions on Joint Ventures, Consortium or Association. | Only one Bid | The Bidder (including the Lead Entity on behalf of the individual members of any Joint Venture, Consortium or Association) shall submit only one Bid, either in its own name or, if a joint venture, Consortium or Association, as the lead entity of such Joint Venture, Consortium or Association. Bids submitted by two (2) or more Bidders shall all be rejected if they are found to have any of the following: a) they have at least one controlling partner, director or shareholder in common; or b) any one of them receive or have received any direct or indirect subsidy from the other/s; or b) they have the same legal representative for purposes of this RFQ; or c) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about, or influence on the Bid of, another Bidder regarding this RFQ process; d) they are subcontractors to each other’s Bid, or a subcontractor to one Bid also submits another Bid under its name as lead Bidder; or e) some key personnel proposed to be in the team of one Bidder participates in more than one Bid received for this RFQ process. This condition relating to the personnel, does not apply to subcontractors being included in more than one Bid. | Duties and taxes | Article II, Section 7, of the Convention on the Privileges and Immunities provides, inter alia, that the United Nations, including UNDP as a subsidiary organ of the General Assembly of the United Nations, is exempt from all direct taxes, except charges for public utility services, and is exempt from customs restrictions, duties, and charges of a similar nature in respect of articles imported or exported for its official use. All quotations shall be submitted net of any direct taxes and any other taxes and duties, unless otherwise specified below: All prices must: ☒ be exclusive of VAT and other applicable direct taxes | Language of quotation | International English Including documentation including catalogues, instructions, and operating manuals. | Documents to be submitted | Bidders shall include the following documents in their quotation: ☒ Annex 2: Quotation Submission Form duly completed and signed ☒ Annex 3: Technical and Financial Offer duly completed and signed and in accordance with the Schedule of Requirements in Annex 1 ☒ Business permit/Registration Certificate | Quotation validity period | Quotations shall remain valid for Ninety (90) days from the deadline for the Submission of Quotation. | Price variation | No price variation due to escalation, inflation, fluctuation in exchange rates, or any other market factors shall be accepted at any time during the validity of the quotation after the quotation has been received. | Partial Quotes | ☒ Not permitted | Alternative Quotes | ☒ Not permitted | Payment Terms | ☒ 100% payment within 30 days after acceptance of goods and receipt of payment documentation. | Conditions for Release of Payment | ☒ Written Acceptance of Goods, Services and Works, based on full compliance with RFQ requirements | Contact Person for correspondence, notifications and clarifications | E-mail address: procurement.ph@undp.org Attention: Quotations shall NOT be submitted to this address but to the address for quotation submission above. Otherwise, offer shall be disqualified. Any delay in UNDP’s response shall be not used as a reason for extending the deadline for submission, unless UNDP determines that such an extension is necessary and communicates a new deadline to the Proposers. | Clarifications | Requests for clarification from bidders will not be accepted any later than Three (3) days before the submission deadline. Responses to request for clarification will be communicated through procurement.ph@undp.org. | Evaluation method | ☒The Contract or Purchase Order will be awarded to the fastest delivery lead time and fully compliant offer Note: Offers must be STRICTLY COMPLIANT with minimum specifications. | Evaluation criteria | ☒Full compliance with all requirements as specified in Annex 1 ☒Full acceptance of the General Conditions of Contract | Right not to accept any quotation | UNDP is not bound to accept any quotation, nor award a contract or Purchase Order | Right to vary requirement at time of award | At the time of award of Contract or Purchase Order, UNDP reserves the right to vary (increase or decrease) the quantity of services and/or goods, by up to a maximum twenty-five per cent (25%) of the total offer, without any change in the unit price or other terms and conditions. | Type of Contract to be awarded | ☒ Purchase Order | Expected date for contract award. | 04 March 2022 | Publication of Contract Award | UNDP will publish the contract awards valued at USD 100,000 and more on the websites of the CO and the corporate UNDP Web site. | Policies and procedures | This RFQ is conducted in accordance with UNDP Programme and Operations Policies and Procedures | UNGM registration | Any Contract resulting from this RFQ exercise will be subject to the supplier being registered at the appropriate level on the United Nations Global Marketplace (UNGM) website at www.ungm.org. The Bidder may still submit a quotation even if not registered with the UNGM, however, if the Bidder is selected for Contract award, the Bidder must register on the UNGM prior to contract signature. |
ANNEX 1: SCHEDULE OF REQUIREMENTS Technical Specifications for Goods: Note: Offers must be STRICTLY COMPLIANT with minimum specifications. Item No | Minimum technical requirements | Unit | Quantity | 1 | Dual Band VHF/UHF Mobile Base Transceiver (Must be branded and Genuine) Kenwood TM-V71A or equivalent Frequency Range Transmitter (TX) Band A & B | 144 - 148 MHz 430 - 450 MHz | Frequency Range Receiver (RX) Band A RX Band B RX | 118 - 524 MHz 136 - 524 MHz 800 - 1300 MHz * (*excluding cellular band) | Mode | F2D, F3E | Antenna Impedance | -50Ω | Power Requirement | DC13.8V ±15% (minus) | Operating Temperature Range | -20°C ~ +60°C | Frequency Stability | Within ±5ppm (-10° C~ +50° C) | Current Drain | | Transmit VHF HI | Less than 13.0A | MID | Less than 5.5A | LOW | Less than 4.0A | UHF HI | Less than 13.0A | MID | Less than 6.5A | LOW | Less than 5.0A | Receive | | Less than 1.2A (at 2W audio output) | Dimensions (W x H x D) | Without protrusions Panel | 5.51 x 1.69 x 1.50 inch (140 x 43 x 38.2 mm) | Body w/Panel | 5.51 x 1.69 x 7.11 inch (140 x 43 x 180.7 mm) | With protrusions Panel | 5.51 x 1.69 x 2.18 inch (140 x 43 x 55.4 mm) | Body w/Panel | 5.51 x 1.69 x 8.39 inch (140 x 43 x 213.1 mm) | Weight (approx.) Body w/Panel | 3.3 lbs. (1.5 kg) | Transmitter | RF Output Power | | | HI VHF/UHF | | 50W / 50W | MID VHF/UHF | | Approx.10W / Approx. 10W | LOW VHF/UHF | | Approx.5W / Approx. 5W | Modulation | Reactance modulation | Maximum Frequency Deviation | Within±5kHz | Spurious Radiation | Less than -60dB | Modulation Distortion | | Less than 3% | (300 MHz ~ 3 kHz) | | Microphone Impedance | | -600Ω | Receiver | Circuitry | | Double Super Heterodyne | Intermediate Frequency | 1st IF (A Band/B Band) | 45.05MHz / 49.95MHz | 2nd IF (A Band/B Band) | 455kHz / 450kHz | Sensitivity VHF/UHF | Less than 0.16 µV | Squelch Sensitivity VHF | Less than 0.1 µV | UHF | Less than 0.1 µV | Selectivity -6 dB -50 dB | More than 11 kHz | | Less than 30 kHz | Audio Output Power (8ohms) | More than 2W (at 5% distortion) |
Packages includes: - Key Hand Microphone
- Microphone Hanger
- DC Power Cable
- DC Line Noise Filter
- Customized Mounting Brackets for “Ford Wildtrak 4x4 Pickup” mounting bracket and accessories
- Data Cables
- Programming Software and Programming Interface Cables
- Licenses and Permit
- Spare fuses
Additional Note: - Winning bidder must demo install 1 unit to Ford Wildtrak 4x4 Pickup. Further instruction will be coordinated by the DICT.
- License / Permit should name to the Department of Information and Communications Technology (DICT).
| Set | 20 | 2 | Antenna (Mobile with mounting) Diamond SG-7000 or equivalent Type: Dualband w/ Spring Mobile Antenna (VHF/UHF) Bands: 144/440 MHz Gain dBi: 2.15dBi (144MHz) / 4.9dBi (440MHz) Max Power Rating: 50W FM (Total) Height: 27.5" Weight: 133g Mount: UHF Element Phasing: 144MHz -1/2l Radialless, 440MHz - 2x5/8l Radialless VSWR: Less than 2.0 Impedance: 50 ohms Clip / magnetic mounting included | Set | 20 |
|