rfq with general instruction to suppliers 031... · web viewgeneral instruction to suppliers (gis)...

34
REQUEST FOR QUOTATIONS (RFQ) AND GENERAL INSTRUCTION TO SUPPLIERS (GIS) 1 Ref. No.: RFQ2017.030. SOMALIA Date : 4 October 2017 The International Organization for Migration (IOM) is an intergovernmental organization established in 1951 and is committed to the principle that humane and orderly migration benefits both migrants and society. IOM invites interested eligible Suppliers to submit Quotations for the Supply and Delivery of Armored Vehicle for IOM SOMALIA. Item No. Item Description Quantity Unit 1 Vehicle Specs: Toyota LC 200 Engine 4.5 L V8 Diesel LHD Transmission: 6 spd Automatic and fully certified armoring level VR6 or VR7 MOSS Accessories: (to be installed at the armoring factory) Standard Manufacturer's One (1) unit 1 IOM is encouraging companies to use recycled materials or materials coming from sustainable resources or produced using a technology that has lower ecological footprints. 1 FPU.SF-19.2

Upload: trinhque

Post on 11-Jun-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

REQUEST FOR QUOTATIONS (RFQ)AND

GENERAL INSTRUCTION TO SUPPLIERS (GIS)1

Ref. No.: RFQ2017.030. SOMALIADate : 4 October 2017

The International Organization for Migration (IOM) is an intergovernmental organization established in 1951 and is committed to the principle that humane and orderly migration benefits both migrants and society.

IOM invites interested eligible Suppliers to submit Quotations for the Supply and Delivery of Armored Vehicle for IOM SOMALIA.

Item No.

Item Description Quantity Unit

1 Vehicle Specs:

Toyota LC 200Engine 4.5 L V8 Diesel LHDTransmission: 6 spd Automaticand fully certified armoring level VR6 or VR7

MOSS Accessories: (to be installed at the armoring factory)

Standard Manufacturer's Warranty with Certified Workshop in Somalia or within the Region

Delivery: DAP Garowe, via Mogadishu,

SomaliaIncluding in-transit insurance coverage

Indicate export restrictions and how much time it takesgetting exportation license/permissions from the hosting authorities (if any).

Refer to Annex B for the complete technical

One (1) unit

1IOM is encouraging companies to use recycled materials or materials coming from sustainable resources or produced using a technology that has lower ecological footprints.

1

FPU.SF-19.2

specifications.With this RFQ is the GIS which include the Instructions to Suppliers, Technical Specifications and administrative requirements that Suppliers will need to follow in order to prepare and submit their quotation for consideration by IOM.

IOM reserves the right to accept or reject any quotation, and to cancel the procurement process and reject all quotations at any time prior to award of Purchase Order or Contract, without thereby incurring any liability to the affected Supplier/s or any obligation to inform the affected Supplier/s of the ground for IOM’s action.

Very truly yours,

Elizardo GALANG JRGlobal Procurement and Supply Unit

GENERAL INSTRUCTION TO SUPPLIERS (GIS)

1. Description of Goods

2

IOM request prospective suppliers to submit quotation for the Supply and Delivery of One (1) Unit of Armored Vehicle.

2. Corrupt, Fraudulent, and Coercive Practices

IOM requires that all IOM Staff, manufacturers, suppliers or distributors, observe the highest standard of ethics during the procurement and execution of all contracts. IOM shall reject any proposal put forward by Suppliers, or where applicable, terminate their contract, if it is determined that they have engaged in corrupt, fraudulent, collusive or coercive practices. In pursuance of this policy, IOM defines for purposes of this paragraph the terms set forth below as follows:

Corrupt practice means the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence the action of the Procuring/Contracting Entity in the procurement process or in contract execution;

Fraudulent practice is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, the Procuring/Contracting Entity in the procurement process or the execution of a contract, to obtain a financial gain or other benefit to avoid an obligation;

Collusive practice is an undisclosed arrangement between two or more bidders designed to artificially alter the results of the tender procedure to obtain a financial gain or other benefit;

Coercive practice is impairing or harming, or threatening to impair or harm, directly or indirectly, any participant in the tender process to influence improperly its activities in a procurement process, or affect the execution of a contract

3. Conflict of Interest

All Suppliers found to have conflicting interests shall be disqualified to participate in the procurement at hand. A Supplier may be considered to have conflicting interest under any of the circumstances set forth below:

A Supplier has controlling shareholders in common with another Supplier;

A Supplier receives or has received any direct or indirect subsidy from another Supplier;

A Supplier has the same representative as that of another Supplier for purposes of this quotation;

Item No. Description Qty Unit1 Toyota LC 200

Engine 4.5 L V8 Diesel LHDTransmission: 6 spd Automaticand fully certified armoring level VR6 or VR7

One (1)

ea

3

A Supplier has a relationship, directly or through third parties, that puts them in a position to have access to information about or influence on the Quotation of another or influence the decisions of the Mission/Procuring Entity regarding this quotation process;

A Supplier submits more than one Quotation in this Quotation process;

A Supplier who participated as a consultant in the preparation of the design or technical specifications of the Goods and related services that are subject of this quotation process.

4. Eligible Suppliers

Only Suppliers that are determined to be qualified shall be considered for award. The Supplier shall fill up and submit the standard IOM Vendor Information Sheet (VIS) (Annex D) to establish their eligibility together with the Quotation.

Refer to Clause 9.5 for additional details.

5. Cost of Preparing the Quotation

The Supplier shall bear all costs associated with the preparation and submission of his Quotation and IOM will not in any case be responsible and liable for the costs incurred.

6. Errors, omissions, inaccuracies and clarifications

The documents and forms requested for the purpose of soliciting Quotations shall form part of the Contract; hence care should be taken in completing these documents.

Suppliers shall not be entitled to base any claims on errors, omissions, or inaccuracies made in the Quotation Documents.

7. Confidentiality and Non-Disclosure

All information given in writing to or verbally shared with the Supplier in connection with this General Instruction is to be treated as strictly confidential. The Supplier shall not share or invoke such information to any third party without the prior written approval of IOM. This obligation shall continue after the procurement process has been completed whether or not the Supplier is successful.

8. IOM’s Right to Accept any Quotation and to Reject any and all Quotations

IOM reserves the right to accept or reject any Quotation, and to cancel the procurement process and reject all Quotations, at any time prior to award of contract, without thereby incurring any liability to the affected Supplier/s or any obligation to inform the affected Supplier/s of the ground for IOM’s action.

4

9. Requirements

9.1 Quotation Documents

The following shall constitute the Quotation Documents to be submitted by the Suppliers:

9.1.1 Technical Proposal with Checklist Page (Annex A)9.1.2 Technical Specifications (Annex B) 9.1.3 Financial Proposal/Price Schedule Form (Annex C) 9.1.4 Vendor Information Sheet (Annex D)

Suppliers are required to use the forms provided as Annexes in this document.

9.1a Suppliers are advised to read the specifications carefully (see Annex B), as there are some special requirements. The technical specifications presented herein are not to be construed as defining a particular manufacturer’s product. Vehicle offered must meet or exceed all requirements herein. It must conform in strength, quality and workmanship to the accepted standards of the relevant industry. Modifications of and/or additions to basic standard products of less size or capability to meet these requirements will not be acceptable.

9.2 Content of Technical Proposal

The detailed content of the Technical Proposal will be evaluated on non-discretionary PASS or FAIL rating through compliance to the following requirements:

9.2.1. Vendor’s Expertise and Qualifications

This section should provide description of the company and related information:

a. Management structure, technical qualifications and proof of financial stability;

b. Recommendation for satisfactory performance on similar nature project with United Nations and/or International Organizations. Provide three (3) client recommendation letters;

c. If Bidder is a manufacturer, submit Manufacturing capacity;d. If Bidder is not the manufacturer valid authorization from the manufacturer.

9.2.2. Vendor’s understanding on the required methodology

This section should establish vendor’s understanding of the requirements and and technical specifications by:

a. Identifying the processes how requirements will be met point by point;

5

b. Describing if the bid meets or exceeds the requirements, while ensuring suitability of the bid. Providing supporting documents such as Implementation Timetable, including Transportation and Delivery Schedule where needed, that is within the duration of the contract.

9.2.3. Schedule of Technical data

9.2.3.a Full technical data on the armoring methodology of opaque areas.

9.2.3.b Full technical data on the armoring methodology of transparent areas.

9.2.3 c. Full technical data and drawings on ballistic steel frames for all armored glazing indicating shields and splash Guards.

9.2.3.d Full technical data on the armoring methodology of the roof and floor areas

9.2.3.e Full technical data on the armoring methodology of the engine compartment area, including drawings where required.

9.2.3.f Full technical data on the armoring methodology for the fuel tanks, including drawings where required

9.2.3.g Full technical data and drawings on ballistic steel frames for all armored doors indicating shields and splash guards

9.2.3.h Suppliers must retain a 1m x 1m sample of the ballistic steel(s) used during the production of the vehicles for a period of 3 (Three) years. This is to be clearly marked, recorded and placed in storage, this may be necessary for independent testing in the event of an incident involving the vehicle to investigate any failure of the ballistic material(s) used.

9.2.4 Schedule of Required Certifications

9.2.4.a Valid certification, in the name of the armouring manufacturer, from a recognized government testing agency, that the vehicles to be provided under this RFQ are fully compliant with the European Committee for Standardization (CEN) VRG standards to Vehicle Resistant Level 7 (VR7) VPAM BRV 2009 (VR7) for - DIN EN 1063, 1522 and 1523VRG, where a complete armoured vehicle of the same model and type as specified within this RFQ, shall have undergone a comprehensive destructive testing process from a recognized government testing agency, and shall have demonstrated the ability as a completed product to successfully defeat all threats defined in VPAM-BRV 2009 Guideline for VR7 Level

A copy of the test report (not older than 5 years) must be supplied with the bid and will be returned to the bidder after the evaluation of the bids. The vehicle that was tested should have been submitted for testing in complete driving condition with axles, wheels, engine, fuel tank, interior trim and seats.

9.2.4.b Valid certifications of road worthiness, TUV/MOT of EU standard or equivalent, for the specific vehicles to be provided under this specific RFQ

6

9.2.4.c Valid certification, in the name of the armouring manufacturer, from a recognized government testing agency, confirming that all armour plating and glazing used in the up-armour production of these specific vehicles, as required and supplied under this specific RFQ, fully comply with the European Committee for Standardization (CEN) VRG standards to Vehicle Resistant Level 7 (VR7) VPAM BRV 2009 (VR7) EN 1063 2000 Glazing EN 1522 1998 Opaque Armor EN 1523 1998 testing methods for ballistic protection.

9.2.4.d The explosive tests shall be in accordance with the VPAM ERV2010 and the VPAM guidelines or Standardization Agreement (STANAG) 4569.

Please note that the preferred agency should be the German National Ballistics Laboratory, known as the Beschussamt Mellrichstadt. , because it is the original publisher of the “B” system of armoring standards, others such as IABG will also be accepted.

9.2.5 Quality Management System

9.2.5a Quality Certificate (ISO9001) including Quality Manual and Policy and other information describing the processes applied for the manufacturing of the armoured vehicle. If supplier is trader, mandatory that they submit the above information regarding each manufacturer.

9.2.5b Environmental Compliance Certificates, Accreditations, Markings/Labels, and other evidences of the supplier’s practices which contributes to the ecological sustainability and reduction of adverse environmental impact (e.g., use of non-toxic substances, recycled raw materials, energy-efficient equipment, reduced carbon emission, etc.), either in its business practices or in the goods it manufactures

9.2.5c Quality Assurance Mechanisms in placeProvide summary of quality assurance mechanism in place at each facility location where vehicles are manufactured to ensure consistency with the Technical Specifications (Annex B) including presence and characteristics of in-house Quality Control laboratory (if any).

9.2.6 Warranty/Guarantee

9.2.6.a Certification of agreement from the Armouring Manufacturer, and the Supplier if two separate entities, that the original Toyota mechanical and electrical warranties on the base vehicles will remain intact and valid after the armouring manufacture process , for a minimum period of 2 years (24 months) or 60,000km (Sixty Thousand Kilometers) whichever occurs first

9.2.6.b Certification of agreement from the Armouring Manufacturer, and the Supplier if two separate entities to provide a full warranty covering the entire up-armoring and modification conversion, including the braking and suspension systems and the dual-battery system, for a

7

minimum period of 2 years (24 months) or 60,000km (Sixty Thousand Kilometers) whichever occurs first.

9.2.6.c Certification of agreement from the Armouring Manufacturer, and the Supplier if two separate entities, that the supplier must provide a full warranty for a minimum period of 2 years (24 months) or 60,000km (Sixty Thousand Kilometers) whichever occurs first. covering delaminating on all glazing to be supplied and included in the up-armoring and modification conversion of the specific vehicles to be provided as per this RFQ.

9.2.6.d Certification of agreement from the Armouring Manufacturer, and the Supplier if two separate entities, to provide a 5 year (60 months) anti-perforation corrosion warranty on the ballistic steel used in the up-armoring and modification conversion of the specific vehicles to be provided as per this RFQ.

9.2.6.e Certification of agreement from the Armouring Manufacturer, and the Supplier if two separate entities to provide detailed Dealer (Toyota), Operator and supplemental electrical wiring manuals for the specific vehicles to be supplied under this RFQ

9.2.6.f Certification of agreement from the Armouring Manufacturer, and the Supplier if two separate entities that full details of warranty claims procedure will be provided.

9.2.7 Additional Content

9.2.7.a Technical data sheet that includes information about fuel consumption rate per 100KM, and the emission rate. Apart from the actual manufacturer’s data on fuel economy, bidders are to indicate the thirdparty organization where fuel economy tests for their vehicles has been carried out such as US EPA, FIA foundation or equivalent.

9.2.7b Spare parts list with Part Number, Spare parts price list (Indicate discount rates if any)

9.2.7.c After sales service such as:- Training- Spare Parts Availability- Local Dealer / representative in the region certified to perform

aftersales services

9.3 Financial Proposal

The Price Schedule Form (Annex C) and other required documents shall be duly signed and accomplished and typewritten or written in indelible ink. Any correction made to the prices, rates or to any other information

8

shall be rewritten in indelible ink and initialed by the person signing the Quotation Form.

The language of the Quotation shall be in English and prices shall be quoted in US Dollars or USD, exclusive of VAT.

Prices quoted by the Supplier shall be fixed during Supplier performance of the contract and not subject to price escalation and variation on any account, unless otherwise approved by IOM. A submitted quotation with an adjustable price quotation will be treated as non responsive and will be rejected.

9.4 Validity of Quotation Price

The Quotation shall remain valid for a minimum period of 30 calendar day, after the deadline for submission.

In exceptional circumstances, prior to expiry of the period of validity of quotations, IOM may request that the Suppliers extend the period of validity for a specified additional period. The request and the response there to shall be made in writing. A supplier agreeing to the request will not be required or permitted to modify its quotation.

9.5 Documents Establishing Supplier’s Eligibility and Qualification

The Supplier shall furnish, as part of its Quotation, documents establishing the Supplier’s eligibility to submit Quotation and its qualifications to perform the contract if its Quotation is accepted. These include, but are not limited to the following:

1. That, Suppliers should submit with their quotation any information updating their original Vendor Information Sheet (VIS) or company profile on file or, alternatively, confirm in their bids that the originally submitted information remains essentially correct as of the date of bid submission2. That, in the case of a Supplier offering to supply goods under the Contract which the supplier did not manufacture or otherwise produce, the Supplier shall submit the Manufacturer’s Authorization to demonstrate that it has been duly authorized by the vehicle manufacturer or producer to supply the goods in the country of final destination;3. That, to the best of the Supplier ’s knowledge and signing declaration that supplier it is not included in the UN 1267 List or the UN Ineligibility List, nor in any and all of UN list of suspended and removed vendors4. That, In the case of a Supplier not doing business within the Mission’s country, the Supplier is or will be (if awarded the contract) represented by an Agent in that country equipped, and be able to carry out the Supplier’s maintenance, repair and spare parts-stocking obligations prescribed in the Conditions of Contract and/or Technical Specifications.

9

10. Submission of Quotation Documents

Quotation should be sent via email to [email protected] and [email protected] and attachments must not exceed 2MB and must be submitted on or before 10 October 2017, 1500HRS Manila Time. Late Quotations will not be accepted.

11. Opening of Quotations

At the indicated time and place, the opening of Quotations shall be carried out by IOM in the presence of the Contractors who wish to attend. IOM reserve the right to conduct opening of Quotations in public or not.

12. Acceptance of Quotations

IOM is not bound to take an immediate decision on the acceptability or unacceptability of Quotations at the time of their opening.

13. Rejection of Quotations

Quotation can be rejected for the following reasons:

(a) the Quotation is not presented in accordance with this General Instruction; (b) the Quotation Form or any document which is part of the Quotation Document is not signed; (d) the Supplier is currently under list of blacklisted suppliers;(e) the Supplier offer imposes certain basic conditions unacceptable to IOM

IOM is not bound to accept any offer received and reserves the right to waive any minor defect in an offer, provided, however, that such minor defect (i) does not modify the substance of the offer and (ii) does not change the relative ranking of the Suppliers.

14. Evaluation of Quotations

IOM shall evaluate and compare the Quotations on the basis of the following:

(a) Technical Evaluation

The technical proposals of Supplier shall be evaluated based non-discretionary PASS or FAIL. Suppliers must PASS all criteria outlined per below table.

Technical Evaluation Table

Criteria Evaluation

10

Vendor’s Expertise and Qualifications

Pass/Fail

Vendor’s understanding on the required methodology Pass/Fail Schedule of Technical data Pass/FailSchedule of Required Certifications Pass/FailQuality Management System Pass/FailWarranty/Guarantee Pass/Fail

(b) Financial Evaluation

IOM shall determine the completeness of the Financial Proposal whether all theForms are present and the required to be priced are so priced.

Arithmetical errors will be corrected on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Supplier does not accept the correction of the errors, its Quotation will be rejected. If there is a discrepancy between words and figures, the amount in words will prevail.

15. Post Qualification

Prior to award, post-qualification will be carried out by IOM to further determine the selected Supplier’s technical and financial capability to perform the contract. IOM shall verify and validate any documents/information submitted, and shall conduct reference checking with other clients and ocular inspection of the office, plant and equipment, with or without notice to the supplier.

15.1 Inspection:

The Armoring Manufacturer, and the Supplier if two separate entities, to provide certification of agreement from full and unfettered access, and guaranteeing full cooperation and support, to IOM personnel and/or technical consultants duly appointed by IOM and acting on behalf of IOM, for the purpose of conducting various inspections, audits and quality checks to ensure that the vehicles to be provided under this RFQ are fully certified and compliant with all the specifications contained within this RFQ .

These inspections and audits shall include, but not be limited to, the following:

A) Initial Technical Inspection (at the premises of the armouring manufacturer): To include but not limited to;

Inspection of the vehicles, to be supplied under this RFQ, after completion of the first stage of armouring (no interior fitted) to ensure that the materials used comply fully with the necessary ballistic certification in accordance with the specified international CEN standards of level B6/B7.

Inspection of all welding to ensure that the correct standards have been applied and that heat stress factors have not adversely affected the quality of these materials used.

11

Inspection of all mechanical modifications and upgrades to ensure that the systems, components and installations will fully comply with the specifications provided by IOM.

B) Final Technical Inspection (at the premises of the armouring manufacturer): To include but not limited to;

Inspection of the vehicles prior to delivery ensuring that the completed vehicles comply fully with the specifications provided by IOM.

Inspection and testing of all functions, controls and equipment ensuring proper operation as stipulated within the specifications provided by IOM.

Conduct a test drive and quality inspection ensuring that the mechanical upgrades and modifications contained within the specification provided by IOM have been completed in full and that the required levels of safety, performance and operation of the components are met.

The Armoring Manufacturer, and the Supplier if two separate entities, to provide Certification of agreement that at their own costs at no additional charge to IOM, they will conduct any and all works, replacements, modifications and upgrades required to rectify or correct any mistakes in workmanship and/or non-compliance, of their own doing, with the specifications provided and contained in this RFQ.

If any, the cost for the two Technical Inspections, Initial and Final, as described above, will be borne by IOM. The costs for any additional inspections, over and above the Initial and Final Technical Inspections described above, resulting from any fault or non-compliance with the technical specification by the supplier and/or armouring manufacturer, will be borne by the Supplier and will be deducted from the final payment.

16. Award of Contract

The Supplier that has submitted the lowest evaluated Price, substantially responsive to the requirements of this General Instruction and who has been determined to be qualified to perform the contract shall be selected and awarded the contract.

IOM shall notify the selected Supplier through a Notice of Award. IOM shall also notify in writing, the other Suppliers who were not selected without disclosing the reason for rejection.

17. Delivery Site and Period of Delivery

The goods should be delivered at the following delivery site/s: Incoterm 2010 DAP – Garowe thru Mogadishu Port, Somalia 18. Liquidated Damages

12

If the Supplier fails to deliver any or all of the goods within the period specified in Clause 17 above, a penalty payment of 0.1% of the price of the undelivered goods for every day of breach of the delivery schedule by the Supplier will be requested. The Maximum number of days delayed is until 20 days only, with next course of action as Termination of contract.

19. Payment

Payment shall be made only upon IOM’s acceptance of the goods, and upon IOM’s receipt of invoice describing the goods delivered2.

IOM may grant an advance payment equivalent to maximum of 10% of the Contract Amount upon submission of a claim and a Bank Guarantee for the equivalent amount valid until the goods are delivered and in the form provided in Annex E. The bank guarantee may be waived if the advanced amount is less than USD Five Thousand Dollars (USD5,000).

20. Warranty

Warranty shall be quoted based on the standard warranties provided by the manufacturer unless specified in the Technical Specifications of this General Instruction. A Warranty Certificate shall be provided by the Supplier.

21. Settlement of Dispute

The United Nations Commission on International Trade Law (UNCITRAL) arbitration rules will apply for any dispute, controversy or claim that will arise in relation to the procurement process.

ANNEX A - CHECKLIST FOR TECHNICAL PROPOSAL

2

13

No. Document Submitted

1 Vendor’s Expertise and Qualifications  

2Vendor’s understanding on the required methodology  

3 Schedule of Technical data  

4 Schedule of Required Certifications  

5 Quality Management System  

6 Warranty/Guarantee  

14

TECHNICAL SPECIFICATIONS Annex B

Ref No. : ____________________Item No. : ____________________Item Description : ____________________

Manufacturer : ________________________________________________Origin : ________________________________________________Model : ________________________________________________

IOM’S SPECIFICATIONS BIDDER'S SPECIFICATIONSAnd indicate COMPLY or NOT COMPLY

Brand New Toyota LC 200Engine 4.5 L V8 Diesel LHDTransmission: 6 spd Automaticand fully certified armoring level VR6 or VR7

Inclusion:MOSS Accessories: (to be installed at the armoring factory)

01.         TJM Heavy Duty Front T15 Bull Bar (with HF/VHF Antenna Brackets) 02.         Warn Electric Winch 12 volt fixed in the heady duty front bull bar (6 tons capacity) 03.         Winch recovery accessories in storage bag 04.         Window Lifter (driver side) 05.         Ball type heavy duty tow bar with electrical socket 06.         4 tons hydraulic jack 07.         Fire Extinguisher 2kg 08.         Rechargeable MagLite Torch 09.         Advanced First Aid Kit / trauma kit 10.         Essential Tool Kit 11.         Dashboard fitted blue flashing lights 12.         Strobe Lights Front mounted on Bull Bar 13.         Tail light kill switch 14.         Central Door Locking.

NOTE: All communication equipment must be air lifted and only required wiring should be installed in the car.

Other Requirement:1. Smooth and professional finishing.

15

2. No rough edged shall be left not properly finishing especially for the steel works.3. No rough edged shall be left not properly finishing especially for the steel works.4. Steel frame on the front windshield should be protected by a rubber covers to avoid being rust also to avoid injuring hands.5. Steel frame on the front windshield should be protected by a rubber covers to avoid being rust also to avoid injuring hands.8. The towing hook at the rear bumper shall be from the closed type (not the open type).9. A rear power source shall be installed to light up the towed compartment.10. A full welded metal front bull bar (not nickel and/or any fragile material) shall be also extended to cover the front lights as well (not only the middle part of the engine).11. The back armored door (bulk head door) shall have a latch from inside to prevent access to the AV from outside.12. The engine compartment shall be properly sealed with some metal or Kevlar material through the hood (hood protection). The hood has a proper locking system that will prevent it from flying out to block driver view.13. Engine bay fire system should be installed.

Notes and Reminders:

Radio Equipment:

Radios and communications wirings must be installed during the armoring process. Each RFQ must specify the types of radios required. The radio and sat phone communications equipment must be positioned in the front compartment in such a way as to enable equal ease of operation by both the driver and the front passenger (the space between the driver and passenger seat may be utilized but changing of channels and operation of equipment must be possible without stopping the vehicle). All wiring must be run through pre-installed conduit tubing so as to facilitate the ease of any post-manufacture replacement and/or maintenance of wiring and equipment. Wiring must be incorporated in the certified armoring design and manufacture in order to prevent the creation of gaps in the armor during the installation of the equipment. Manuals must be provided for the radios and sat phone communications equipment. Equipment should not be installed in the glove box. Items are:

Radios: a) Full Package Iridium Sat Phone Car Docking Station for handset Model 9555 b) Full Package Codan HF Radio Mobile Station NGT SRx (GPS enabled) with all accessories and antenna

16

c) Full Package Motorola VHF Radio Mobile Station GM360 with all accessories and antenna

17

ITEM NO. ITEM DESCRIPTION COUNTRY

OF ORIGIN QUANTITY UNIT UNIT PRICE

TOTAL PRICE

DELIVERY SCHEDULE

including period of vehicle

acquisition, armoring,

installation of accessories, processing of

export licenses and sea transit

DELIVERY SITE /FINAL

DESTINATION

1 Offered Vehicle per Annex B

 TOTAL    Annex C

PRICE SCHEDULE FORM PROJECT TITLE : Supply and Delivery of Armored Vehicles for IOM Garowe, Somalia REF NO. : RFQ2017.031. SOMALIA

________________________________________ Suppliers authorized signature over printed name

18

Annex D

VENDORS INFORMATION SHEET (VIS)

Name of the Company __________________________________________________________

Address Leased Owned Area: _______sqm

House No _____________________________________________________

Street Name _____________________________________________________

Postal Code _____________________________________________________

City _____________________________________________________

Region _____________________________________________________

Country _____________________________________________________

Contact Numbers/AddressTelephone Nos. __________________ Contact Person:

___________________Fax No. ____________________E mail Address ____________________ Website: ___________________

Location of Plant/Warehouse Leased Owned Area: ______sqm

__________________________________________________________________

__________________________________________________________________

__________________________________________________________________

Business Organization Corporation Partnership Sole Proprietorship

Business License No.: __________ Place/Date Issued:_________ Expiry Date ________

No. of Personnel ___________ Regular ___________ Contractual/Casual ____________

Nature of Business/Trade

19

Manufacturer Authorized Dealer Information Services

Wholesaler Retailer Computer Hardware

Trader Importer Service Bureau

Site Development/ Consultancy Others ____________Construction __________________

Number of Years in business: _________Complete Products & Services

__________________________________________________________________

__________________________________________________________________

Payment Details

Payment Method Cash Check Bank Transfer Others

Currency Loc.Currency USD EUR Others

Terms of Payment 30 days 15 days 7 daysupon receipt of invoice

Advance Payment Yes No % of the Total PO/Contract

Bank Details:

Bank Name ________________________________________________Bldg and Street ________________________________________________City ________________________________________________Country ________________________________________________Postal Code ________________________________________________Country ________________________________________________Bank Account Name________________________________________________Bank Account No. ________________________________________________Swift Code ________________________________________________Iban Number ________________________________________________

Key Personnel & Contacts (Authorized to sign and accept PO/Contracts & other commercial documents)

20

Name Title/Position Signature

_______________________ ______________________________________________

_______________________ ______________________________________________

_______________________ ______________________________________________

_______________________ ______________________________________________

Companies with whom you have been dealing for the past two years with approximate value in US Dollars:

Company Name Business Value Contact Person/Tel. No.

_______________________ ______________________________________________

_______________________ ______________________________________________

_______________________ ______________________________________________

_______________________ ______________________________________________

Have you ever provided products and/or services to any mission/office of IOM?

Yes No

If yes, list the department and name of the personnel to whom you provided such goods and/or services.

Name of Person Mission/Office Items Purchased

_______________________ ______________________________________________

_______________________ ______________________________________________

_______________________ ______________________________________________

21

_______________________ ______________________________________________

Do you have any relative who worked with us at one time or another, or are presently employed with IOM? If yes, kindly state name and relationship.

_______________________ ______________________________________________

_______________________ ______________________________________________

_______________________ ______________________________________________

_______________________ ______________________________________________

Trade Reference

Company Contact Person Contact Number

_______________________ ______________________________________________

_______________________ ______________________________________________

_______________________ ______________________________________________

_______________________ ______________________________________________

Banking Reference

Bank Contact Person Contact Number

_______________________ ______________________________________________

_______________________ ______________________________________________

_______________________ ______________________________________________

22

_______________________ ______________________________________________

REQUIREMENTS CHECK LIST

Please submit the following documents together with the Information Sheet:

No. DocumentFor IOM use only

Submitted Not Applicable

1 Company Profile (including the names of owners, key officers, technical personnel)    

2Company's Articles of Incorporation, Partnership or Corporation, whichever is applicable, including amendments thereto, if any.

   

3Certificate of Registration from host country's Security & Exchange Commission or similar government agency/department/ministry

   

4 Valid Government Permits/Licenses    

5 Audited Financial Statements for the last 3 years*    

6

Certificates from the Principals (e.g. Manufacturer's Authorization, Certificate of Exclusive Distributorship, Any certificate for the purpose, indicating name, complete address and contact details)

   

7 Catalogues/Brochures    

8 List of Plants/Warehouse/Service Facilities    

9 List of Offices/Distribution Centers/Service Centers    

10 Quality and Safety Standard Document / ISO 9001    

11 List of all contracts entered into for the last 3 years (indicate whether completed or ongoing ) *    

12

Certification that Non-performance of contract did not occur within the last 3 years prior to application for evaluation based on all information on fully settled disputes or litigation

   

13

For Construction Projects: List of machines & equipment (include brand, capacity and indication if the equipment are owned or leased by the Contractor)

   

23

* For Competitive Biddings, number of years may increase depending on the estimated contract amount.** Indicate if an item is not applicable. Failure to provide any of the documents mentioned above will result in automatic "failed" rating.

I hereby certify that the information above are true and correct. I am also authorizing IOM to validate all claims with concerned

authorities.

Received by:

______________________________________________

Signature Signature

______________________________________________

Printed Name Printed Name

_____________________________________________

Position/Title Position/Title

______________________________________________

Date Date

__________________________FOR IOM USE ONLY_________________________

Purchasing Organization ___________________Account Group ___________________

Industry 001 002 003

where 001 - Transportation related to movement of migrants002 - Goods (e.g. supplies, materials, tools)003 - Services (e.g. professional services, consultancy, maintenance)

Vendor Type Global Local

24