Professional Documents
Culture Documents
Version: v2017.2
Page 1 of 22
p RFQ Ref No: Multi-3MDG-0349a/17
Invitation letter
Dear Sir/Madam ,
Subject: Request for Quotations for the Supply of Warehouse Management Services in
Yangon/Myanmar- RFQ Case No.: Multi-3MDG-0349a/17
The United Nations Office for Project Services (hereinafter referred to as UNOPS) is pleased to invite
prospective bidders to submit a quotation for the provision of goods/services in accordance with the UNOPS
General Conditions of Contract and the Schedule of Requirements as set out in this Request for Quotation
(RFQ) .
If you are interested in submitting a quotation in response to this RFQ, please prepare your quotation in
accordance with the requirements and process as set out in this RFQ and submit it to UNOPS by the
deadline for quotation submission set out in the Section 1: RFQ Particulars.
Approve~
--~ \) '7-
Name: Peter Bollen
Title: Procurement Specialist
Date: 10 November 17
Page 2 of 22
RFQ Ref No: Multi-3MDG-0349a/17
E-mail: bids.3mdg@unops.org
Quotation
Mail: Procurement Unit, 3MDG Fund
submission
United Nations Office for Project Services
12 (O), Pyi Thu Lane, Mayangone Township,
Yangon, Myanmar.
Tel: 657278, 657280~7, 657703~4 Ext: 346
Page 3 of 22
RFQ Ref No: Multi-3MDG-0349a/17
Any Contract resulting from this RFQ exercise will be subject to the supplier
registration on United Nations Global Marketplace (UNGM) website. Vendors can
register their company by accessing the website at www.ungm.org.
UNGM registration
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
Page 4 of 22
RFQ Ref No: Multi-3MDG-0349a/17
1. SCOPE OF QUOTATION
Bidders are invited to submit a quotation for the goods and/or services specified in Section III: Schedule of
Requirements, in accordance with this RFQ.
This RFQ is an invitation to treat and shall not be construed as an offer capable of being accepted or as
creating any contractual, other legal or restitutionary rights.
This RFQ is conducted in accordance with the applicable provisions of UNOPS Procurement Manual (latest
version of which can be accessed at: https://www.unops.org/english/Opportunities/suppliers/how-we-
procure/Pages/default.aspx) and other relevant Organisational Directives and Administrative Instructions that
are referred to in the Procurement Manual. In case of contradictions between this RFQ and the UNOPS
Procurement Manual, the UNOPS Procurement Manual shall prevail.
3. BIDDER ELIGIBILITY
Bidders may be a private, public or government-owned legal entity or any association with legal capacity to
enter into a binding Contract with UNOPS.
A Bidder, and all parties constituting the bidder, may have the nationality of any country with the exception of
the nationalities, if any, listed in Section I: RFQ Particulars. A Bidder shall be deemed to have the nationality
of a country if the Bidder is a citizen or is constituted, incorporated, or registered and operates in conformity
with the provisions of the laws of that country.
A Bidder shall not have a conflict of interest. A bidder shall be considered to have a conflict of interest if:
A Bidder has a close business or family relationship with a UNOPS personnel who: (i) are directly or
indirectly involved in the preparation of the bidding documents or specifications of the contract, and/or
the bid evaluation process of such contract; or (ii) would be involved in the implementation or
supervision of such contract;
A Bidder is associated, or has been associated in the past, directly or indirectly, with a firm or any of
its affiliates which have been engaged by UNOPS to provide consulting services for the preparation
of the design, specifications, and other documents to be used for the procurement of the goods,
services or works required in the present procurement process;
A Bidder has an interest in other bidders, including when they have common ownership and/or
management. Bidders shall not submit more than one bid, except for alternative offers, if permitted.
This will result in the disqualification of all bids in which the Bidder is involved. This includes
situations where a firm is the Bidder in one bid and a sub-contractor on another; however, this does
not limit the inclusion of a firm as a sub-contractor in more than one bid.
Bidders must disclose any actual or potential conflict of interest in the Quotation Submission Form and they
shall be deemed ineligible for this procurement process unless such conflict of interest is resolved in a
manner acceptable to UNOPS. Failure to disclose any actual or potential conflict of interest may lead to the
Bidder being sanctioned further to UNOPS policy on vendor sanctions.
A Bidder shall not be eligible to submit a quotation if and when at the time of quotation submission, the
Bidder:
is included in the Ineligibility List, hosted by UNGM, that aggregates information disclosed by UNOPS
(UNOPS Ineligibility List) and other Agencies, Funds or Programs of the UN System;
is included in the Consolidated United Nations Security Council Sanctions List, including the UN
Security Council Resolution 1267/1989 list;
is included in the World Bank Corporate Procurement Listing of Non-Responsible Vendors and World
Bank Listing of Ineligible Firms and Individuals.
is included in any other Ineligibility List from a UNOPS partner and if so listed in Section I: RFQ
Particulars.
is currently suspended from doing business with UNOPS and removed from its vendor database(s),
for reasons other than engaging in proscribed practices as defined in the UNOPS Procurement
Manual.
All Bidders are expected to embrace the principles of the United Nations Supplier Code of Conduct, given
that it originates from the core values of the Charter of the United Nations. UNOPS also expects all its
suppliers to adhere to the principles of the United Nations Global Compact.
Page 5 of 22
RFQ Ref No: Multi-3MDG-0349a/17
Bidders may request clarification in relation to the RFQ by submitting a written request to the contact stated in
the Section I: RFQ Particulars, until the time stated in Section I: RFQ Particulars. Explanations or
interpretations provided by personnel other than the named contact person will not be considered binding or
official.
Bidders shall not be entitled to any remuneration or compensation for the preparation and submission of their
quotation.
6. QUOTATION CURRENC(IES)
The quotation shall be made in the currenc(ies) stated in Section I: RFQ Particulars. If applicable, for
comparison and evaluation purposes, UNOPS will convert the quotations into USD at the official United
Nations rate of exchange in force at the time of the deadline for quotation Submission.
UNOPS reserves the right not to reject any quotation submitted in a currency other than the mandatory bidding
currenc(ies). UNOPS may accept quotation s submitted in another currency than stated above if the Bidder
confirms during clarification of quotations in writing that it will accept a Contract issued in the mandatory
quotation currency and that for conversion the official United Nations operational rate of exchange of the day of
RFQ deadline as stated in Section I: RFQ Particulars shall apply. Regardless of the currency of quotations
received, the Contract will always be issued and subsequent payments will be made in the mandatory bidding
currency above.
Rates in quotations shall be fixed. Quotations with adjustable rates shall be disqualified.
Article II, Section 7, of the Convention on the Privileges and Immunities provides, inter alia, that the United
Nations, including UNOPS as a subsidiary organ, 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 in Section I: RFQ Particulars.
8. PAYMENT TERMS
UNOPS will ordinarily effect payment within 30 days after receipt of the goods/services and on submission of
payment documentation. Time in connection with discounts offered for accelerated payment will be computed
from the date of receipt of payment documents by UNOPS. Payment discounts will not be considered in the
financial evaluation.
UNOPS requires that all Bidders observe the highest standard of ethics during the entire RFQ process, as
well as the duration of any Contract that may be signed as a result of this process. Therefore, all Bidders shall
represent and warrant that they:
(i) have not unduly obtained, or attempted to unduly obtain, any confidential information in
connection with the RFQ process and any Contract that may be signed as a result of this
RFQ process;
(ii) have no conflict of interest that would prevent them from entering into a Contract with
UNOPS, and shall have no interest in other parties involved in this RFQ process or in the
project underlying this RFQ process;
(iii) have not engaged, or attempted to engage, in any Proscribed Practices in connection with
this RFQ process or the Contract that may be awarded as a result of this RFQ process. For
the purposes of this provision, Proscribed Practices are defined in the UNOPS Vendor
Sanctions Procedures, and include: corrupt practice, fraudulent practice, coercive practice,
collusive practice, unethical practice and obstruction.
Page 6 of 22
RFQ Ref No: Multi-3MDG-0349a/17
11. AUDIT
UNOPS may conduct investigations relating to any aspect of the Contract award at any time during the term
of the Contract and for a period of three (3) years following the expiration or prior termination of the Contract.
The Contractor shall provide its full and timely cooperation with any such inspections, post-payment audits or
investigations. Such cooperation shall include, but shall not be limited to, the Contractor’s obligation to make
available its personnel and any relevant documentation for such purposes at reasonable times and on
reasonable conditions and to grant to UNOPS access to the Contractor’s premises at reasonable times and
on reasonable conditions in connection with such access to the Contractor’s personnel and relevant
documentation. The Contractor shall require its agents, including, but not limited to, the Contractor’s
attorneys, accountants or other advisers, to reasonably cooperate with any inspections, post-payment audits
or investigations carried out by UNOPS hereunder
12. BID PROTEST
Any Bidder that believes to have been unjustly treated in connection with this RFQ process or any Contract
that may be awarded as a result of such RFQ process may submit a complaint to UNOPS’ General Counsel.
More information about bid protests can be found on UNOPS’ website at www.unops.org.
Page 7 of 22
RFQ Ref No: Multi-3MDG-0349a/17
1. Introduction
In the capacity as Fund Manager for the Three Millennium Development Goals Fund (3MDG Fund)
UNOPS requires warehouse services for the implementing partners.
UNOPS has leased one warehouse in Hlaing Tharyar, Yangon, Myanmar with a total surface area of
2
929.03m including two 20ft air-conditioned containers. The warehouse is intended for the temporary
storage of both temperature and non-temperature sensitive health related commodities, such as
pharmaceuticals, medical test kits, consumables, instruments and equipment to be utilised for
implementing 3MDG funded activities. Currently over 100 items are stored in the warehouse and it is
expected to reach 300 items in 2018 to be redistributed amongst 60 Partners.
The warehouse will function as a transit warehouse and the Contractor will carry out the following
activities:
- Receipt and inspection of goods from international consignments;
- Repacking and issuing of goods in accordance with instruction for the Fund Manager;
- Reporting all receipt and distribution activities;
- Ensuring proper and safe storage of all goods in accordance with their storage requirements;
Page 8 of 22
RFQ Ref No: Multi-3MDG-0349a/17
spare parts, lubricants, and maintenance fees will be borne by the Fund Manager upon submission
of receipts;
2.9 The bidder shall provide qualified and sufficient warehouse personnel including English speaking
warehouse manager to monitor that the operation is running smoothly, security personnel,
storekeeper and labour as required for moving inventory, carrying out stock counts and other
labour active activities.
2.10 Loading of goods is not part of the responsibilities of the warehouse Contractor except for small
3
consignments less approximately than 1m or 100kg. For any larger consignments, the Fund
Manager will instruct the Partner to ensure the necessary labour for loading any goods to be picked
up will be available.
2.11 Any discrepancies or damage or loss of commodities during handling, transfer and storage at the
warehouses will be the full responsibility of the contracted bidder. In such event, the replacement
value, including transport charges, of the damaged or lost commodities will be deducted from the
invoice.
2.12 A 24-hour guard force must be provided by the bidder for the warehouses. During hours of
warehouse operation, at least one guard will be posted at the main gate and responsible for
keeping a log book of all vehicle and pedestrian movement into and out of the warehouses. Access
to the warehouses will be strictly controlled, limited to authorized official visitors and business only.
During after duty hours, a minimum of two guards must be on duty.
2.13 Smoking shall not be allowed in the warehouses. At least four fire extinguishers should be installed
at clearly indicated points inside each warehouse and inspected and maintained on a regular basis.
2.14 The warehouses shall be kept clean and devoid of rubbish, water and damp proof (no leakages in
the roof), as well as free of insect or rodent infestation. Fuel and oil leakages from trucks to
warehouses must be removed and cleaned. The bidder must prevent ponds of water from forming
around access roads to the warehouse and make arrangements to limit water seepage into the
warehouse by tracks if applicable.
2.15 The bidder must ensure that the warehouses have adequate aeration and that temperature inside
does not exceed 40 degrees Celsius. UNOPS will provide two temperature data loggers which will
record and indicate the current temperature in the warehouse.
2.16 The Contractor is not required to insure the goods; this will be the responsibility of UNOPS.
2.17 Payment will be done on a monthly basis at the mid of each month after the services have been
provided, acceptance of the recent monthly stock report which the Contractor is obliged to submit
st
on every 1 day of the month, return of the two temperature data loggers and an invoice is provided
by the Contractor.
Page 9 of 22
RFQ Ref No: Multi-3MDG-0349a/17
These Standard Operating Procedures are concerned with the technical and management issues when
handling and storing UNOPS commodities in the Warehouses.
1. The warehouse must be prepared before arrival of UNOPS commodities for storage and distribution.
Storage areas and wooden pallets need to be established prior to the arrival of the commodities.
2. Standard warehouse wooden pallets and basic office equipment as well as one dedicated phone number
(can be mobile) must be organized and available at warehouse.
3. The Contractor will be responsible for warehouse spraying, fumigation, and termite control as well as
rodents treatments during the contract period. The warehouse must be free of live insects and rodents
and any sign of infestation must be detected and action taken by Contractor on time.
4. Security against theft and loss must be provided 24/7 as per conditions in the present contract. The
Contractor is responsible to ensure there is a guard present for 24-hours at the warehouse.
5. Any loss incurred must be identified and accounted for. Any damage or losses of UNOPS items occurring
while the items are stored inside the warehouse must be communicated to UNOPS Logistics section for
further action immediately. The Contractor will be responsible as per terms indicated in the present
contract.
6. Losses and commodity damage by transporters used by UNOPS for field distributions needs to be
documented on UNOPS waybills so as to deduct from transporters the CIF value and local transport cost
from the transport company. The Contractor will assist UNOPS in identifying and reporting those losses
and or damages during transport.
7. The Contractor is expected to recruit qualified warehouse staff and their terms of reference will be shared
with UNOPS Logistics so as to adjust them to the UNOPS standards if required.
8. The following general warehouse structure maintenance should be considered and appropriate action
must be taken by the Contractor on time so as to avoid commodity damage during handling or storage:
a) Proper maintenance of roof of warehouse, doors and floors for avoid water filtering inside. b) Keep
good hygiene, ventilation and prevention measures against rodents.
9. UNOPS Logistics will organize a technical training on warehouse management in accordance with this
SOP for the Contractor so as to implement standard UNOPS ways of working.
10. Stock Management: The purpose of stock management procedures is to ensure adequate supply of
UNOPS commodities to partners. Stock management is achieved by:
a. Adequate receipt and “Received Inspection Report” completion and appropriate storage of goods
until required;
b. Immediate Stock Cards update when stocks are received or issued and regular inventory reports;
c. Release of goods in accordance with UNOPS “Issue Vouchers” and “Waybills” and only based on
UNOPS authorised instructions and distribution plans;
d. Bi-monthly stock checks and reporting;
e. All sock management related files should be kept for audit purpose.
11. Receipt and Storage Commodities: Intake must be orderly and recorded with a proper recording of
shelf life, batch number or other reference numbers etc. depending on the type of commodities. The
Contractor will check the received commodities against the relevant Packing List and fill in the UNOPS
“Received and Inspection Report” (RIR) Form. The Contractor will use pallets for each stack so as to
avoid any commodity damage.
12. Stock Cards provided by UNOPS must be filled in and singed by the Storekeeper immediately after a
transaction takes place. Source documents for commodity Received / Dispatched must kept in the
warehouse filing system for further references. Commodity accounting for all transactions will be reported
to UNOPS.
13. Issue Voucher and Waybill. UNOPS Issue Vouchers and Waybills are the main documents for
commodity transactions from warehouse to destination (see templates with instructions below). All
Page 10 of 22
RFQ Ref No: Multi-3MDG-0349a/17
movements of UNOPS commodities must be accompanied with UNOPS Issue Vouchers (to be prepared
and singed by UNOPS Logistics staff) and Waybills (to be prepared and signed by Warehouse Manager).
All related files should be kept for audit purpose. One Waybill plus one Issue Voucher will be issued per
destination / consignee respectively.
14. Commodity accounting including physical checks and documentation control for all transactions shall
be reported to UNOPS using the monthly stock report every 1st day of each month.
15. Physical Stock Check must be taken by the Contractor in every two months. Upon request from
UNOPS random physical stock checks with the participation of UNOPS Logistics must be conducted by
the Contractor’s staff and tallied with the receiving and dispatching documents (i.e. tally with the BL or
Waybill for incoming goods and the UNOPS Issue Voucher and Waybill for outgoing goods). All physical
stock checks should be indicated on the stocks cards and signed by both the UNOPS logistics and
Contractor staff.
16. Final Year end stock count. A final year-end stock count is to be conducted in the last week of the year.
This stock count is jointly undertaken by staff of UNOPS and of the Contractor. The Contractor and
UNOPS staff will subsequently sign off on the stock count reports for UNOPS year-end reporting
purposes
Page 11 of 22
RFQ Ref No: Multi-3MDG-0349a/17
This form is to be used when commodities are to be transported.
To be completed by the
Consignee either IPs or
NMCP in case of damaged
or missing items.
Page 12 of 22
RFQ Ref No: Multi-3MDG-0349a/17
To be completed by UNOPS
To be completed by UNOPS, destination will be an IP or
distribution would be the NMCP
standard selection.
To be completed by UNOPS,
according to the distribution To be completed by the
plan. Contractor based on current
stock and First Expiry Fist Out.
To be completed by the Consignee either IPs To be completed by the Consignee either IPs
or NMCP. Date of receipt should be entered. or NMCP in case of damaged or missing items.
Page 13 of 22
RFQ Ref No: Multi‐3MDG‐318a/17
Control done by (print full name and title) Control done by (print full name and title)
Page 14 of 22
RFQ Ref No: Multi‐3MDG‐318a/17
Page 15 of 22
Annex
x 2 – Che
ecklist
Importantt notice
Bidders arre required
d to indicate
e “Yes” or “No” in below checkllist.
A missing docum
Any ments may
y disqualiffy your bid
d.
This ch
hecklist Yes
s / No
Quotation Submiss
sion Form – Form
F A Yes
s / No
Price Schedule
S Forrm – Form B Yes
s / No
Previou
us Experiencce form – Form D Yes
s / No
Company Name : __
_________
_________
_________
_____
Authorized
d representative : __
_________
_________
_________
_____
Title : __
_________
_________
_________
_____
Authorized
d signature
e : __
_________
_________
_________
___
P
Page 16 of 22
2
RFQ Reff No: Multi-3MDG-0349a/17
Form A: Quotatio
on subm
mission fo
orm
Bidders are requested
r to complete thiss form, sign it and return iti as part of th
heir bid submmission. The bidder
b shall
fill in this form
m in accordaance with the
e instructionss indicated. No
N alterations s to its forma
at shall be pe
ermitted and
no substitutions shall be accepted.
Subject: R
Request fo
or Quotatio
ons for th he supply of Wareh house Management Services
S in
n
Yangon/Myanmar – RF
FQ Case No.: Multi-3MDG-0349a/17 dated 10 Noovember 17
7
Name: [ccomplete]
Title: [ccomplete]
Date: [ccomplete]
Signature: _
___________ ___________
__________
___________
___________
__________
___
P
Page 17 of 22
2
RFQ Reff No: Multi-3MDG-0349a/17
Name: [comple
ete]
Title: [comple
ete]
Email addresss: [comple
ete]
Telephone: [comple
ete]
P
Page 18 of 22
2
RFQ Reff No: Multi-3MDG-0349a/17
Form B: Price Sc
chedule Form
Bidders shalll fill in this Price Schedule Form in ac
ccordance with
w the instru
uctions indica
ated.
RFQ referen
nce no: Multi--3MDG-349a
a/17
Currency Myanm
mar Kyats (M
MMK)
2. S
Store keeperr Insert Qty
Q inse
ert 10
0 insert
3. L
Labours as required Insert Qty
Q inse
ert 10
0 insert
4. S
Security stafff Insert Qty
Q inse
ert 10
0 insert
5. O
Others*____
_________ Insert Qty
Q inse
ert 10
0 insert
6. O
Others*____
_________ Insert Qty
Q inse
ert 10
0 insert
Total Ware
ehouse Man
nagement Se
ervices K __ insert _
MMK _____
Bidder’s dis
scount for accelerated
a payment: __
___% of tota
al firm price fo
or each calendar day lesss than thirty
(30) days
contractors or suppliers
List of subc s
(A) _[Fu
ull legal name
e and addresss of subcon
ntractors]___
_________
(B) ____
__________
___________
___________
__________
________
(C) ____
__________
___________
___________
__________
________
Name ___________
: __________ __________
___________
___________
__________
____
Title : __________
___________
__________
___________
___________
__________
____
Date : __________
___________
__________
___________
___________
__________
____
Signature : __________
___________
__________
___________
___________
__________
____
P
Page 19 of 22
2
RFQ Reff No: Multi-3MDG-0349a/17
Form C: Technic
cal Quota
ation Forrm
RFQ referen
nce no: Multi--3MDG-0349 9a/17
Name of Bid
dder: [insert name
n of Bidd
der]
☐ Yes ☐ No
TION MUST
ANY DEVIAT T BE LISTED
D BELOW:
__________
___________
__________
___________
___________
__________
___________
___________
__________
_
__________
___________
__________
___________
___________
__________
___________
___________
__________
_
__________
___________
__________
___________
___________
__________
___________
___________
__________
_
__________
___________
__________
___________
___________
__________
___________
___________
__________
_
__________
___________
__________
___________
___________
__________
___________
__________
Name : __________
___________
__________
___________
_____
Title : __________
___________
__________
___________
_____
Date : __________
___________
__________
___________
_____
Signature : __________
___________
__________
___________
_____
P
Page 20 of 22
2
RFQ Reff No: Multi-3MDG-0349a/17
Form D: Previou
us experience forrm
Name : ________
___________
___________
__________
________
Title : ________
___________
___________
__________
________
Date : ________
___________
___________
__________
________
Signature : ________
___________
___________
__________
________
75 00ax:
0 +45 45
4 33 75 01
1
P
Page 21 of 22
2
RFQ Reff No: Multi-3MDG-0349a/17
on structure (e.g.
Organizatio ( service provider,
wholesaler, trader, man
nufacturer)
Years of co
ompany expe
erience
2. Experrtise of Staff
ff:
Total numb
ber of staff
Number of staff involved in similar services
s
contracts
1.
2.
3.
The bidder m
must provide a copy of va
alid companyy registration
n certificate.
ame
Company Na : ___
__________
___________
_________
Title : ___
__________
___________
_________
P
Page 22 of 22
2