REQUEST FOR QUOTATION (RFQ) (Pre-Delivery Inspection of ...
Transcript of REQUEST FOR QUOTATION (RFQ) (Pre-Delivery Inspection of ...
1
July 02, 2013
REQUEST FOR QUOTATION (RFQ) (Pre-Delivery Inspection of Rice Husk Gasified Power Generation Equipment)
United Nations Development Programme
United Nations Development Programme, DPRK Country
Office. Procurement Unit
PO BOX 27. 21 Munsudong Daedonggang, Pyongyang.
Democratic People’s Republic of Korea. 80807
+850-2-381-7772 Ext: 213 [email protected]
DATE: July 02, 2013
REFERENCE: RFQ-2013-12-DPRK
Dear Sir / Madam:
We kindly request you to submit your quotation for Pre-Delivery Inspection of Rice Husk Gasified
Power Generation Equipment, as detailed in Annex 1 of this RFQ. When preparing your quotation, please be guided by the form attached hereto as Annex 2.
Quotations may be submitted on or before 12:00PM, July 16, 2013 and via ☒e-mail, ☒courier mail or ☒facsimile to the address below:
United Nations Development Programme United Nations Development Programme, DPRK Country Office. Procurement Unit
PO BOX 27. 21 Munsudong Daedonggang, Pyongyang.
Democratic People’s Republic of Korea. 80807.
+850-2-381-7772 Ext: 204 [email protected]
Any question or comments regarding this Request for Quotation shall be sent to the address above or to the e-mail address [email protected] not later than July 9, 2013. The answers to the questions or any modification to this RFQ will be published in UNDP and UNGM websites, or sent to you directly before July 11, 2013. Quotations submitted by email must be limited to a maximum of 5MB, virus-free and no more than 5 email transmissions. They must be free from any form of virus or corrupted contents, or the quotations shall be rejected. It shall remain your responsibility to ensure that your quotation will reach the address above on or before the deadline. Quotations that are received by UNDP after the deadline indicated above, for whatever reason, shall
2
not be considered for evaluation. If you are submitting your quotation by email, kindly ensure that they are signed and in the PDF format, and free from any virus or corrupted files. Please take note of the following requirements and conditions pertaining to the supply of the abovementioned good/s:
Customs clearance, if needed, shall be done by:
☒UNDP
☐Supplier/Offeror
☐Freight Forwarder
Latest Expected Delivery Date, Place and Time (if delivery time exceeds this, quote may be rejected by UNDP)
☐ 1 week from the contract signed
☒ As per Delivery Schedule The pre-delivery inspection is tentatively scheduled to be conducted for 8 days from August 5 to August 12, 2013. Tentative major inspection points of the project’s cargo are:
Lot 1 Gasifier system – Yangon, Myanmar; Lot 2 Gasifier peripheral & auxiliary equipment and steel structure –
Guangzhou China Lot 3 Gas, diesel generation sets, transformer, electrical switch-gears &
equipment – Qingdao, China Actual address and timing for inspection in three places (in 2 countries) will be re-confirmed about 10 days before the actual inspection date.
Delivery Schedule
☒Required
☐Not Required
Preferred Currency of Quotation
☒Euro
☒Local Currency
Value Added Tax on Price Quotation
☒ Must be inclusive of VAT and other applicable indirect taxes
☐ Must be exclusive of VAT and other applicable indirect taxes
Deadline for the Submission of Quotation
Tuesday, 12:00PM (NOON) July 16, 2013
All documentations, including catalogs, instructions and operating manuals, shall be in this language
☒ English
☐ French
☐ Spanish
☐ Others
Documents to be submitted
☒ Duly Accomplished Form as provided in Annex 2, and in accordance with the list of requirements in Annex 1;
☒ Latest Business Registration Certificate ;
☒ Company Profile
☒ Complete documentation and information for key personnel involved in the provision of the requested services
☒ Working proposal
☒ Written Self-Declaration of not being included in the UN Security Council 1267/1989 list, UN Procurement Division List or other UN Ineligibility List;
☐ Others
☐ 60 days
3
Period of Validity of Quotes starting the Submission Date
☒ 90 days
☐ 120 days In exceptional circumstances, UNDP may request the Vendor to extend the validity of the Quotation beyond what has been initially indicated in this RFQ. The Proposal shall then confirm the extension in writing, without any modification whatsoever on the Quotation.
Partial Quotes ☐ Not permitted
☒ Permitted [The offeror can quote for all three lots specified in Appendix 1 or some of them.]
Payment Terms
☐ 100% upon complete delivery of goods
☒ Others % Milestone
70%
Following the submission final inspection report to UNDP-DPRK. To do this task, draft report will be prepared by a contractor and commented by Project Manager, and then revised/finalized version will be submitted within 1 (one) week after conclusion of the pre-inspection
30% Following the inspection and clearance by project manager’s upon equipment arrival and installation in DPRK
Evaluation Criteria Annex 4
UNDP will award to:
☐ One and only one supplier
☒ One or more Supplier, depending on the following factors: [The offeror can quote for all three lots specified in Appendix 1 or some of them.]
Special conditions of Contract
☒ Cancellation of PO/Contract by UNDP if the delivery/completion is delayed more than 2 weeks after site inspection finished.
☐ Others
Annexes to this RFQ1
☒ Terms of Reference for the Services Required (Annex 1)
☒ Form for Submission of Quotation (Annex 2)
☒ General Terms and Conditions / Special Conditions (Annex 3).
☒ Evaluation Criteria (Annex 4) Non-acceptance of the terms of the General Terms and Conditions (GTC) shall be grounds for disqualification from this procurement process.
Services offered shall be reviewed based on completeness and compliance of the quotation with the minimum specifications described above and any other annexes providing details of UNDP requirements. The quotation that complies with all of the specifications, requirements and offers the lowest price, as well as all other evaluation criteria indicated, shall be selected. Any offer that does not meet the requirements shall be rejected. Any discrepancy between the unit price and the total price (obtained by multiplying the unit price and quantity) shall be re-computed by UNDP. The unit price shall prevail and the total price shall be corrected. If
1 Where the information is available in the web, a URL for the information may simply be provided.
5
Annex 1
TERMS OF REFERENCE for
Pre-Delivery Inspection of Rice Husk Gasified Power Generation Equipment
TASKS AND RESPONSIBILITIES
1) Acquisition and understanding of documents related to the procurement procedure
The feasibility study report is the basis to implement the demonstration projects in DPRK rural areas. The
first document of Invitation to Bid with reference of ITB-2012-03-DPRK and its Amendments were prepared
and advertised in January 2012, but the technical specifications of the Rice Husk Gasified Power Generation
system were revised by local experts in close consultation with UNDP-DPRK and Feasibility Study team. It
followed to re-preparation and re-advertisement of Invitation to Bid with reference of ITB-2012-06-DPRK.
Therefore the documents for acquisition and understanding are:
Invitation to Bid ITB-2012-06-DPRK and its Amendment 1 with subject “Procurement of complete
equipment and materials, for the installation of a 100 kW Rice Husk Gasification Power Plant in Yaksu
Cooperative Farm, in the DPR of Korea”; and
Offer submitted by SPM COGEN SDN BHD focused on the technical specifications of the system.
2) Pre-delivery inspection of the whole system of equipment as per the Appendix I
Based on the acquisition and understanding of documents described above, a contractor will be responsible
to carry out the inspection of the equipment through site visit to the manufacturing company and/or factory
with the following tasks.
To confirm the completion of the manufacturing of equipment and check thoroughly the quantity of the
system one by one compared to the documents;
To conduct the qualitative evaluation of the equipment based on the expertise interpretation and
operational experiences with measuring dimensions and calculating technical parameters;
To discuss some issues with manufacturers to be clear in qualitative and quantitative evaluation;
To check the label of equipment focused on the technical specifications, and if it is not clear, set in test
operation of equipment; and
To take pictures of inspected equipment to attach in the inspection report.
3) Preparing and submission the pre-delivery inspection report
After completion of pre-delivery inspection, a contractor is responsible to prepare the inspection report to
submit to UNDP-DPRK. To do this task, draft report will be prepared by a contractor and commented by
Project Manager, and then revised/finalized version will be submitted within a week after conclusion of
inspection.
6
EXPECTED DELIVERABLES
The contractor is expected to have the following deliverables:
1) The Inspection Report for manufacturing of whole system of RHGPG equipment.
2) Technical evaluation sheet to prove the qualitative and quantitative evaluation of the equipment.
3) Pictures of inspected equipment.
The contractor will be required to submit draft of the report to UNDP-DPRK for comments and approval. The
above mentioned deliverables will be submitted to UNDP-DPRK in signed hard copy and in electronic format.
All reports and pictures should be provided in electronic format.
DATES AND PLACES
The pre-delivery inspection is tentatively scheduled for 8 days from August 5 to August 12, 2013.
Tentative major inspection points of the project’s cargo are:
Gasifier system – Yangon, Myanmar;
Gasifier peripheral & auxiliary equipment and steel structure – Guangzhou China
Gas, diesel generation sets, transformer, electrical switch-gears & equipment – Qingdao, China
Actual address and timing for inspection in three places (in 2 countries) will be re-confirmed about 10 days
before the actual inspection date.
EXPERIENCE AND QUALITY OF THE CONTRACTOR
Contractor should have:
Postgraduate degrees in relevant science or engineering field;
Extensive experience over ten years in design and quality evaluation of RHGPG devices or systems;
Excellent track record in actual inspection of equipment of such kind. Proof of such track record is to be
substantiated by references of clients;
Good English written skills and spoken ability.
Contractor shall :
Elaborate clearly in the technical proposal their understanding of the assignment and the tasks;
Indicate clearly the credentials of the personnel to work on the assignment and by no means substitute
those in the proposal by other personnel after the bid is submitted;
Provide a detailed and clear plan of how work will be conducted and work including man days, required
durations, time needed for home based work if necessary;
Provide a detailed financial plan/proposal in line with the template provided in Annex 2.
7
Appendix I
The technical specifications for Pre-Delivery Inspections of Rice Husk Gasified Power Generation System
Lot 1: Yangon, Myanmar - the following items:
a. 1.1 Rice Husk Gasifier b. 2.1 Ash & Char Remover
Item. Description Technical Specifications
required Offered by the Bidder
1.1. Rice Husk Gasifier
Manufacture standards
ASME, ASTM or approved equivalent standards for materials of construction. The bidders are requested to provide the name of the technical standards used for manufacturing of the gasifier offered
Compiled
Type Fixed bed with downdraft Compiled
Quantity 1 (one) 1 (one)
Fuel Rice husk (LHV = 13 MJ/kg, Moisture content ≤ 14%, Ash content 18-22%)
Compiled
Rated gas flow at gasifier outlet (Nm3/h)
300-350 350 – 400
Gas calorific value (MJ/Nm3) > 4.5 > 5.5
Gasification temperature (oC) 900-950 900 – 1400
Gasifier efficiency (%) > 65% (hot gas) 65% - 70%
Gas composition (CO, H2, CO2, CH4, N2)
As per design of the Equipment Supplier
Refer to Appendix A
Gas impurities at gasifier outlet
Tar content (mg/Nm3 of
gas) < 1000 < 500
Particulate matters
(mg/Nm3 of gas) < 1000 < 500
Gasifier start-up time (min) < 45 30 – 60
Turn down ratio 50% 40% - 100%
Load fluctuation (% of full load) ≥ 20% Max. of 20%
Rice husk consumption (kg/h) ≤ 200 (or 2.0 kg/kWh of gross power output)
Approx. 185
Air consumption (Nm3/h) As per design of the Equipment Supplier
300 – 400
Char/Ash discharge (kg/h) ≤ 45 max 40 – 45
Materials of construction
Gasifier body Carbon steel Compiled
Critical components of the Carbon steel/Cast Iron Compiled
8
Item. Description Technical Specifications
required Offered by the Bidder
gasifier (combustion cone, nozzle, etc.)
2.1. Ash/Char Remover
Type Single or double arm type Single arm
Quantity 1 (one) 1 (one)
Working temperature (oC) 150 – 400C Compiled
Rotational speed (rpm) < 2 1 – 2 rpm
Materials of construction
- Bearing: cast iron bushing - Blade: high chromium cast
iron - Shaft: carbon steel
- Compiled - Compiled
- Compiled
Type of drive Electric motor (3 phases, 380 V, 60 Hz)
Compiled
Motor rated power (kW) 0.5 Compiled Appendix - A Composition and Properties of SynGas Carbon Monoxide 31% Carbon Dioxide 3% Hydrogen 15% Methane 1% Water vapor 1% Nitrogen and Oxide 49% Density of Gas 1.1 kg/m
3
Specific Heat Capacity of Gas 1.1865 KJ/m3-K
Calorific Value of the Gas 5.5 – 6.5 MJ/Nm3
Lot 2: Guangzhou, China – the following items:
c. 1.2 Rice Husk Feeding System d. 2.2 Ash Discharging System e. 4.1 Gas Cleaner & Cooler f. 4.2 Gas filters g. 5.0 Gas Blower h. 8.1 Control system i. 8.2 Field Instrumentation j. 9.1 Cooling Tower k. 9.2 Cooling Water Circulating Pumps l. 10.1 Water Treatment Plant m. 10.2 Raw water pumps
Item. Description Technical Specifications
required Offered by the Bidder
1.2. Rice Husk Feeding System
Type Screw or Pneumatic Screw
Rice husk receiving hopper
Type Metallic Compiled
Quantity 1 (one) 1 (one)
9
Item. Description Technical Specifications
required Offered by the Bidder
Capacity 500 kg of rice husk Compiled
Rice husk conveyor
Type Screw Conveyor or Bucket Elevator
Screw Conveyor
Quantity 1 (one) 1 (one)
Conveying capacity 150% of rice husk consumption at full load of the gasifier
Compiled
Type of drive Electric motor (3 phases, 380 V, 60 Hz)
Compiled
2.2. Ash Discharging System
Type Water-cooled screw or chain conveyor
Screw Conveyor
Quantity 1 (one) 1 (one)
Capacity (kg/h) 100 100 – 200
Type of drive Electric motor (3 phases, 380 V, 60 Hz)
Compiled
Motor rated power (kW) 0.25 Compiled
4.1 Gas Cleaner and Cooler
Type Scrubber + Tar Condenser Wet scrubber, gas
conditioner & cleaning system
Outlet gas impurities
Tar content (mg/Nm3 of
gas) < 30 Compiled
Particulate matters
(mg/Nm3 of gas) < 30 Compiled
Moisture content (%) < 1 0.5
Outlet gas temperature (oC) < 40 35 – 40
Gas calorific value (MJ/Nm3) > 5.5 5.5 – 6.5
Water demand for Scrubber
(m3/h) < 6 m3/h, Recyclable 5 - 6 m3/h
Cooling water flow rate (for
Cooler) (m3/h) < 20 m3/hr (from Cooling Tower)
15 - 20 m3/h
Materials of Construction - Scrubber: Carbon steel - Gas Cooler: Carbon
steel/Stainless steel tube
- Compiled - Compiled - Compiled
4.2 Gas Filters
Type On-line, cylinder tanks Compiled
Quantity 2 (1 working + 1 standby) 3 (2 working + 1 standby)
Filter media Dried rice husk or “Activated”
Saw dust Compiled
Gas impurities at filter outlet
Tar content (mg/Nm3 of
gas) < 10 5 – 10
Particulate matters
(mg/Nm3 of gas) < 10 < 5
10
Item. Description Technical Specifications
required Offered by the Bidder
Moisture content (%) < 0.5 0.1 – 0.5
Filter media life (hours) 330 – 3300 Compiled
Outlet gas temperature (oC) < 35 35 – 40
Materials of construction
Body Carbon steel Compiled
Critical components Carbon steel Compiled
5. GAS BLOWER/FAN
Type Centrifugal, induced draft Compiled
Quantity 1 (one) 1 (one)
Rated gas flow (Nm3/h) > 150 350 – 400
Static pressure (mm WG) 150 100 – 200
Type of drive Electric motor (3 phases, 380 V, 60 Hz)
Compiled
Motor rated power (kW) 3 0.5 kW
Materials of construction Carbon steel Compiled
8.1. Control system
Type of control To be proposed by the bidders PID Controller
Power supply for control system
220 V / 60 Hz Compiled
Operators Interface Local Control Panel(s) Motor Control Center
w/Interlock
8.2. Field instrumentation
Analog signal (mA) 4-20 Compiled
Digital signal 24 VDC (dry contacts) Compiled
Local indicators Analog and/or digital type Analog
Transmitters (If applicable) Intelligent type of instruments enabling the easy integration with the PLC system
Compiled
Temperature measurements Thermo-couples and/or resistance temperature detectors (RTDs)
Compiled
Flow measurements (If applicable)
Pitot-type devices Compiled
Level measurements Infrared level sensor and/or level gauges
Level Gauge
Pressure measurements Pitot-type pressure gauges Analog type
Control valves
- Valves shall be sized to carry maximum nominal flow at the specified pressure drop with 80% of valve maximum lift;
- Control valves and control dampers shall be equipped with pneumatic actuators and electro-pneumatic positioners;
- Provide with accessories
Compiled
Compiled
Compiled
11
Item. Description Technical Specifications
required Offered by the Bidder
such as handwheels, filter regulators, solenoid pilot valves, and limit switches as applicable.
9.1. Cooling tower
Type Induced draft Compiled
Quantity 1 cooling tower with its accessories
Compiled
No. of cells As per design of the Equipment Supplier
1 (one)
Fans per cell 1
Maximum circulating water flow (m3/h)
As per design of the Equipment Supplier
25 m3/h
Hot water temperature (oC in) 44 max Compiled
Cold water temperature (oC out)
32 max Compiled
Tower pump head (m) 20 Compiled
Design drift loss (%) 0.1 Compiled
Design evaporation loss (%) 1.9 Compiled
Water basin
Volume (m3) 32 3.24
Dimensions (L x W x H m) 4.0 x 4.0 x 2.0 1.8 x 1.8 x 1.0
Materials of construction
Cooling tower Fiberglass Reinforced Plastics (FRP)
Compiled
Water basin
Steel Reinforced concrete foundation and brick walls (to be designed by the bidder and constructed by the Purchaser)
Compiled
9.2 Cooling water circulating pumps
Type Centrifugal, horizontal, end-suction
Compiled
Quantity 2 (1 working + 1 standby) Compiled
Capacity per pump (m3/h) 20 25
Water head (m) 20 20
Type of motor 380 V / 3 phases / 60 Hz Compiled
Motor speed (rpm) 1800 Compiled
Protection IP 55 Compiled
Insulation class F Compiled
Materials of construction
Casing Cast Iron Compiled
Impeller Cast Iron Compiled
Shaft Stainless Steel Compiled
10.1. Water treatment plant
Type Skid-mounted Compiled
12
Item. Description Technical Specifications
required Offered by the Bidder
Treatment technology As per design of the Equipment Supplier
Mechanical Filtration
Quantity (trains) 2 (1 working + 1 standby) Compiled
Rated capacity (m3/h) per train 1.0 Compiled
Quality of treated water To meet the requirements of the cooling water
Compiled
10.2. Raw water pumps
Type Single stage, horizontal Compiled
Quantity 2 (1 working + 1 standby) Compiled
Rated capacity per pump (m3/h)
1.0 Compiled
Head (m) As per design of the Equipment Supplier
15 – 20 meters
Type of motor 220 V / 60 Hz Compiled
Motor speed (rpm) 1800 Compiled
Protection IP 55 Compiled
Insulation class F Compiled
Materials of construction
Casing Cast Iron Compiled
Impeller Cast Iron Compiled
Shaft Stainless Steel Compiled
Lot 3 Qingdao, China – the following items:
n. 6.1 Gas Engine o. 6.2 Electric Generator p. 7.1 Step-up transformer q. 7.2 0.4 kV Switchgear r. 11.0 Standby-by Diesel Engine Generator
Item. Description Technical Specifications
required Offered by the Bidder
6. GAS ENGINE-GENERATOR SYSTEM
6.1. Gas engine
Type Sparks internal combustion engine
Compiled (refer Appendix B)
Quantity 1 (one) 1 (one)
Gas consumption in full load (Nm3/h)
As per design of the Equipment Supplier
220 – 250
Engine efficiency ≥ 30% 30 %
Starting system Battery power starter Compiled
Lubrication method Lube oil Compiled
Cooling method Closed circuit oil-water cooling Compiled
Materials of construction ASME, ASTM or approved equivalent standards
Compiled
6.2. Electric generator
13
Item. Description Technical Specifications
required Offered by the Bidder
Type
Brushless, self-regulated, digital voltage regulation (AVR), horizontal mounted, single shaft with single or double bearing
Compiled (single – bearing)
(refer Appendix B)
Quantity 1 (one) 1 (one)
Gross power output (kW) 100 Compiled
Efficiency (%) ≥ 90% Compiled
Rated voltage (Volt) 400 400
Frequency (Hz) 60 60
Cos 0.8 lag. Compiled
Phase & Connection 3 phases / 4 wires Compiled
Mode of excitation Brushless Compiled
Insulation class F (both rotor, stator and exiter) H
Mounting Horizontal Compiled
Temperature rise Class B (both rotor and stator) F
Terminal box To suit HT cable connection 400 V cable connection
Cooling method IP 23 Compiled
Materials of construction Carbon steel Compiled
7. ELECTRICAL SYSTEM
7.1. Step up transformer
Type Out-door installed Compiled
Manufacture standards IEC or approved equivalent standards
Compiled
Quantity 1 (one) 1 (one)
Rated capacity (kVA) 150 150
Cooling method ONAN Compiled
Rated voltage
HV side (kV) 3.3 Compiled
LV side (kV) 0.4 Compiled
Tap voltage on HV side + 2 x 2.5% Compiled
No. of taps 5 Compiled
Tap changing method OCTC (off circuit tap charger) Compiled
Connection Delta-Wye Compiled
Connection method
HV side Bushing Compiled
LV side Bushing Compiled
LV neutral Bushing Compiled
7.2. 0.4 kV Switchgear
Type Vacuum or Air, Indoor Air Circuit Breaker
Manufacture standards IEC or approved equivalent standards
IEC
Rated voltage (kV) 0.4 0.4
11. STAND-BY DIESEL OR GASOLINE ENGINE GENERATOR
Function To be used for starting up the rice husk gasification power
8.0 kW 3-phase black-start genset (1-unit)
14
Item. Description Technical Specifications
required Offered by the Bidder
system during the period when the electricity supply from the local grid is not available
Type Offered by bidder Refer Appendix C
Capacity Offered by bidder but not less than 5 kW
8.0 kW
Other technical specifications Offered by bidder Refer Appendix C
Appendix – B Gas Engine Specification
Make: Deutz – German Technology Country of origin: China Design capacity: 100 kW (base-load) Rated speed: 1800 rpm Idling speed: 700 – 800rpm Type: Vee type 8-cylinders, 4-stroke, electronic-control spark plug ignition, water-cooling,
wet cylinder jacket, premix proper ratio of air and gas before combustion Cooling system: Radiator, fan cooling. Compression ratio: 11.5 : 1 Fuel: Synthetic gas (syn-gas) Oil recommended: SAE 15W/40CD Oil consumption: Approx. 1.0 g/kWh Noise level: 80 Decibel (max)
Alternator Specification Make: Stamford – United Kingdom Technology Country of origin: China Voltage: 400V, 60Hz, 3phase, 0.8pf. Number of bearing: Single Excitation: Brushless by Automatic Voltage Regulation (AVR) Protection: IP 23
Appendix – C Black-start Diesel Generator Specification
Make: Deutz – German Technology Country of origin: China Design capacity: 10 kW (Prime rating) Rated speed: 1800 rpm Idling speed: 700 – 800 rpm Type: Inline 2-cylinders, 4-stroke, standard fuel injection Cooling system: Air-cooled Compression ratio: 16 : 1 Fuel: High speed diesel Oil recommended: SAE 15W/40CD Oil consumption: Approx. 1.5 g/kWh Noise level: 80 Decibel (with canopy)
Alternator Specification Make: Stamford – United Kingdom Technology LEROY SOMER Country of origin: China Voltage: 400V, 60Hz, 3phase, 0.8pf. Number of bearing: Single
16
Annex 2
FORM FOR SUBMITTING SUPPLIER’S QUOTATION2 (This Form must be submitted only using the Supplier’s Official Letterhead/Stationery3)
We, the undersigned, hereby accept in full the UNDP General Terms and Conditions, and hereby offer to supply the items listed below in conformity with the specification and requirements of UNDP as per RFQ Reference No. _______: TABLE 1 : Offer to Supply Goods Compliant with Technical Specifications and Requirements
Price Schedule: Request for Quotation of Services
Description of Activity/Item Quantity Unit of measure
Estimated Amount
1. Remuneration
1.1 Fee for Services in Home office
(please breakdown activities)
1.2 Fee for Services in Field
(please breakdown activities)
2. Out of Pocket Expenses
2.1 Travel
2.2 Per Diem Allowances (not exceeding allowable UN Daily Subsistence Allowance, rate for Myanmar and Prof China are attached in Appendix 2)
2.3 Communications
2.4 Reproduction and Reports
2.5
2 This serves as a guide to the Supplier in preparing the quotation and price schedule.
3 Official Letterhead/Stationery must indicate contact details – addresses, email, phone and fax numbers – for verification
purposes
17
TABLE 2 : Offer to Comply with Other Conditions and Related Requirements
Other Information pertaining to our Quotation are as follows :
Your Responses
Yes, we will comply
No, we cannot comply
Delivery of Report
Validity of Quotation
All Provisions of the UNDP General Terms and Conditions
Written Self-Declaration of not being included in the UN Security Council 1267/1989 list, UN Procurement Division List or other UN Ineligibility List;
All other information that we have not provided automatically implies our full compliance with the
requirements, terms and conditions of the RFQ.
[Name and Signature of the Supplier’s Authorized Person] [Designation] [Date]
18
Appendix 2
Daily Subsistence Allowance Rate
for Myanmar and People’s Republic of China
Area DSA rate (USD)
Yangon, Myanmar 179
Guangzhou, PR of China 257
Qingdao, PR of China 269
19
Annex 3
General Terms and Conditions
1. ACCEPTANCE OF THE PURCHASE ORDER
This Purchase Order may only be accepted by the Supplier's signing and returning an acknowledgement copy of it or
by timely delivery of the goods in accordance with the terms of this Purchase Order, as herein specified. Acceptance of
this Purchase Order shall effect a contract between the Parties under which the rights and obligations of the Parties shall
be governed solely by the terms and conditions of this Purchase Order, including these General Conditions. No
additional or inconsistent provisions proposed by the Supplier shall bind UNDP unless agreed to in writing by a duly
authorized official of UNDP.
2. PAYMENT
2.1 UNDP shall, on fulfillment of the Delivery Terms, unless otherwise provided in this Purchase Order, make
payment within 30 days of receipt of the Supplier's invoice for the goods and copies of the shipping documents
specified in this Purchase Order.
2.2 Payment against the invoice referred to above will reflect any discount shown under the payment terms of this
Purchase Order, provided payment is made within the period required by such payment terms.
2.3 Unless authorized by UNDP, the Supplier shall submit one invoice in respect of this Purchase Order, and such
invoice must indicate the Purchase Order's identification number.
2.4 The prices shown in this Purchase Order may not be increased except by express written agreement of UNDP.
3. TAX EXEMPTION
3.1 Section 7 of the Convention on the Privileges and Immunities of the United Nations provides, inter alia, that
the United Nations, including its subsidiary organs, is exempt from all direct taxes, except charges for
utilities services, and is exempt from customs duties and charges of a similar nature in respect of articles
imported or exported for its official use. In the event any governmental authority refuses to recognize
UNDP's exemption from such taxes, duties or charges, the Supplier shall immediately consult with UNDP to
determine a mutually acceptable procedure.
3.2 Accordingly, the Supplier authorizes UNDP to deduct from the Supplier's invoice any amount representing
such taxes, duties or charges, unless the Supplier has consulted with UNDP before the payment thereof and
UNDP has, in each instance, specifically authorized the Supplier to pay such taxes, duties or charges under
protest. In that event, the Supplier shall provide UNDP with written evidence that payment of such taxes,
duties or charges has been made and appropriately authorized.
4. RISK OF LOSS
Risk of loss, damage to or destruction of the goods shall be governed in accordance with Incoterms 2010, unless
otherwise agreed upon by the Parties on the front side of this Purchase Order.
5. EXPORT LICENCES
Notwithstanding any INCOTERM 2010 used in this Purchase Order, the Supplier shall obtain any export licences
required for the goods.
6. FITNESS OF GOODS/PACKAGING
The Supplier warrants that the goods, including packaging, conform to the specifications for the goods ordered under
this Purchase Order and are fit for the purposes for which such goods are ordinarily used and for purposes expressly
20
made known to the Supplier by UNDP, and are free from defects in workmanship and materials. The Supplier also
warrants that the goods are contained or packaged adequately to protect the goods.
7. INSPECTION
7.1 UNDP shall have a reasonable time after delivery of the goods to inspect them and to reject and refuse
acceptance of goods not conforming to this Purchase Order; payment for goods pursuant to this Purchase
Order shall not be deemed an acceptance of the goods.
7.2 Inspection prior to shipment does not relieve the Supplier from any of its contractual obligations.
8. INTELLECTUAL PROPERTY INFRINGEMENT
The Supplier warrants that the use or supply by UNDP of the goods sold under this Purchase Order does not infringe
any patent, design, trade-name or trade-mark. In addition, the Supplier shall, pursuant to this warranty, indemnify,
defend and hold UNDP and the United Nations harmless from any actions or claims brought against UNDP or the
United Nations pertaining to the alleged infringement of a patent, design, trade-name or trade-mark arising in
connection with the goods sold under this Purchase Order.
9. RIGHTS OF UNDP
In case of failure by the Supplier to fulfil its obligations under the terms and conditions of this Purchase Order,
including but not limited to failure to obtain necessary export licences, or to make delivery of all or part of the goods by
the agreed delivery date or dates, UNDP may, after giving the Supplier reasonable notice to perform and without
prejudice to any other rights or remedies, exercise one or more of the following rights:
9.1 Procure all or part of the goods from other sources, in which event UNDP may hold the Supplier responsible
for any excess cost occasioned thereby.
9.2 Refuse to accept delivery of all or part of the goods.
9.3 Cancel this Purchase Order without any liability for termination charges or any other liability of any kind of
UNDP.
10. LATE DELIVERY
Without limiting any other rights or obligations of the parties hereunder, if the Supplier will be unable to deliver the
goods by the delivery date(s) stipulated in this Purchase Order, the Supplier shall (i) immediately consult with UNDP to
determine the most expeditious means for delivering the goods and (ii) use an expedited means of delivery, at the
Supplier's cost (unless the delay is due to Force Majeure), if reasonably so requested by UNDP.
11. ASSIGNMENT AND INSOLVENCY
11.1. The Supplier shall not, except after obtaining the written consent of UNDP, assign, transfer, pledge or make
other disposition of this Purchase Order, or any part thereof, or any of the Supplier's rights or obligations
under this Purchase Order.
11.2. Should the Supplier become insolvent or should control of the Supplier change by virtue of insolvency,
UNDP may, without prejudice to any other rights or remedies, immediately terminate this Purchase Order
by giving the Supplier written notice of termination.
12. USE OF UNDP OR UNITED NATIONS NAME OR EMBLEM
The Supplier shall not use the name, emblem or official seal of UNDP or the United Nations for any purpose.
13. PROHIBITION ON ADVERTISING
The Supplier shall not advertise or otherwise make public that it is furnishing goods or services to UNDP without
specific permission of UNDP in each instance.
14. CHILD LABOUR
21
The Supplier represents and warrants that neither it nor any of its affiliates is engaged in any practice inconsistent with
the rights set forth in the Convention on the Rights of the Child, including Article 32 thereof, which, inter alia, requires
that a child shall be protected from performing any work that is likely to be hazardous or to interfere with the child's
education, or to be harmful to the child's health or physical, mental, spiritual, moral or social development.
Any breach of this representation and warranty shall entitle UNDP to terminate this Purchase Order immediately upon
notice to the Supplier, without any liability for termination charges or any other liability of any kind of UNDP.
15. MINES
The Supplier represents and warrants that neither it nor any of its affiliates is actively and directly engaged in patent
activities, development, assembly, production, trade or manufacture of mines or in such activities in respect of
components primarily utilized in the manufacture of Mines. The term "Mines" means those devices defined in Article
2, Paragraphs 1, 4 and 5 of Protocol II annexed to the Convention on Prohibitions and Restrictions on the Use of
Certain Conventional Weapons Which May Be Deemed to Be Excessively Injurious or to Have Indiscriminate Effects
of 1980.
Any breach of this representation and warranty shall entitle UNDP to terminate this Purchase Order immediately upon
notice to the Supplier, without any liability for termination charges or any other liability of any kind of UNDP.
16. SETTLEMENT OF DISPUTES
16.1 Amicable Settlement. The Parties shall use their best efforts to settle amicably any dispute, controversy or
claim arising out of, or relating to this Purchase Order or the breach, termination or invalidity thereof. Where
the Parties wish to seek such an amicable settlement through conciliation, the conciliation shall take place in
accordance with the UNCITRAL Conciliation Rules then obtaining, or according to such other procedure as
may be agreed between the Parties.
16.2 Arbitration. Unless, any such dispute, controversy or claim between the Parties arising out of or relating
to this Purchase Order or the breach, termination or invalidity thereof is settled amicably under the preceding
paragraph of this Section within sixty (60) days after receipt by one Party of the other Party's request for such
amicable settlement, such dispute, controversy or claim shall be referred by either Party to arbitration in
accordance with the UNCITRAL Arbitration Rules then obtaining, including its provisions on applicable law.
The arbitral tribunal shall have no authority to award punitive damages. The Parties shall be bound by any
arbitration award rendered as a result of such arbitration as the final adjudication of any such controversy,
claim or dispute.
17. PRIVILEGES AND IMMUNITIES
Nothing in or related to these General Terms and Conditions or this Purchase Order shall be deemed a waiver of any of
the privileges and immunities of the United Nations, including its subsidiary organs.
18. SEXUAL EXPLOITATION:
18.1 The Contractor shall take all appropriate measures to prevent sexual exploitation or abuse of anyone by it or
by any of its employees or any other persons who may be engaged by the Contractor to perform any services
under the Contract. For these purposes, sexual activity with any person less than eighteen years of age,
regardless of any laws relating to consent, shall constitute the sexual exploitation and abuse of such person.
In addition, the Contractor shall refrain from, and shall take all appropriate measures to prohibit its
employees or other persons engaged by it from, exchanging any money, goods, services, offers of
employment or other things of value, for sexual favors or activities, or from engaging in any sexual
activities that are exploitive or degrading to any person. The Contractor acknowledges and agrees that the
provisions hereof constitute an essential term of the Contract and that any breach of this representation and
warranty shall entitle UNDP to terminate the Contract immediately upon notice to the Contractor, without
any liability for termination charges or any other liability of any kind.
22
18.2 UNDP shall not apply the foregoing standard relating to age in any case in which the Contractor’s personnel
or any other person who may be engaged by the Contractor to perform any services under the Contract is
married to the person less than the age of eighteen years with whom sexual activity has occurred and in
which such marriage is recognized as valid under the laws of the country of citizenship of such Contractor’s
personnel or such other person who may be engaged by the Contractor to perform any services under the
Contract.
19.0 OFFICIALS NOT TO BENEFIT:
The Contractor warrants that no official of UNDP or the United Nations has received or will be offered by the
Contractor any direct or indirect benefit arising from this Contract or the award thereof. The Contractor agrees that
breach of this provision is a breach of an essential term of this Contract.
20. AUTHORITY TO MODIFY:
Pursuant to the Financial Regulations and Rules of UNDP, only the UNDP Authorized Official possess the
authority to agree on behalf of UNDP to any modification of or change in this Agreement, to a waiver of any of its
provisions or to any additional contractual relationship of any kind with the Contractor. Accordingly, no
modification or change in this Contract shall be valid and enforceable against UNDP unless provided by an
amendment to this Agreement signed by the Contractor and jointly by the UNDP Authorized Official.
23
Annex 4
EVALUATION AND SELECTION OF OFFERS
UNDP will award contract to the consultant that guarantees the best value for money. Thus, award will be made to the
lowest priced technically acceptable offer. The technical criteria are described in the following table:
Technical criteria Max points A B C D E
1 Proposed Work Plan and Proposed Methodology (Form 1) 300
2 Experience (Form 2) 300
Total 600
Evaluation forms for technical proposals follow on the below. The obtainable number of points specified for each
evaluation criterion indicates the relative significance or weight of the item in the overall evaluation process. The Technical
Proposal Evaluation Forms are:
Form 1: Proposed Work Plan and Proposed Methodology
Form 2: Experience
Note: The score weights and points obtainable in the evaluation sheet are tentative and should be changed depending on the
need or major attributes of technical proposal.
Technical Proposal Evaluation
Table 1
Points
Obtainable
Company / Other Entity
A B C D E
Proposed Work Plan & Methodology
1.1 To what degree does the Offeror understand the task and
deadlines? 80
1.2 Did the proposal address all required aspects of the ToR in
sufficient detail? 80
1.3 Is the proposal based on well-defined description of work
requirements? 70
1.4 Does the proposal fully correspond to the description of work? 70
Total 300
Technical Proposal Evaluation
Table 2
Points
Obtainable
Company
A B C D E
Experience
2.1 Level of experience for the consultant in design and quality
evaluation of RHGPG devices or systems (evidence is required) 80
2.2 Qualifications in terms of education, consultancy, specializations
and other relevant requirements (proof is required) 50
2.3 Experience in inspection of equipment, in particular, in
gasification devices and systems (proof reference is required) 80
2.4 Experience with UNDP or other UN or donor agencies (proof
reference is required) 40
2.5 Language skills 50
Total 300
24
UNDP reserves the right to accept or reject any quotation, and to annul the solicitation process and reject all quotations at
any time prior to award of contract, without thereby incurring any liability to the affected Bidder(s) or any obligation to
inform the affected Bidder(s) of the grounds for the Purchaser's action.