PROVISION OF ELECTRICAL EQUIPMENT TO UNAMI/UNITAD IN BAGHDAD (GREEN ZONE), IRAQ

UN Secretariat
PROVISION OF ELECTRICAL EQUIPMENT TO UNAMI/UNITAD IN BAGHDAD (GREEN ZONE), IRAQ Request for EOI

Reference: EOIUNAMI19721
Beneficiary countries or territories: Iraq
Registration level: Basic
Published on: 20-Apr-2022
Deadline on: 05-May-2022 00:00 0.00

Description
1.0 United Nations Assistance Mission for Iraq (UNAMI) intends to solicit bids for the provision of supply and delivery of Electrical Materials, Accessories & Eequipment as listed in below Paragraph 1.4 to the UN Compound in Baghdad (Green Zone), Iraq for an initial period of three (3) years with an option for additional 2-year extension, one year at a time for a total cumulative contract duration of five (5) years (3+1+1), subject to satisfactory performance by the prospective Contractor and continued validity of the UNAMI/UNITAD service requirement and extension of the UNAMI/UNITAD’s mandate . 1.2 The Prospective Contractor/s will be required to supply and deliver the items as per UNAMI/UNITAD Supply Release Order (SRO)/Purchase Order (PO) that will be issued at different times during the term of the Contract on delivery terms DAP-UNAMI/UNITAD Compound, Baghdad (Green Zone), (Incoterms 2010). 1.3 All Electrical equipment items and quantities should be supplied and delivered in compliance with the detailed technical specifications, units of measure and quantities specified on "As and when required basis". 1.4 The electrical equipment includes Regrigerators, Washing Machines, Clothes Dryer, Induction Cookers, Cookware Sets, Industrial air coolers, and Television Sets subject to the following: i) Quality Assurance: The successful bidder/s shall warrant that all offered items are of merchantable quality and fit for their purpose, and provide certification that ALL items offered meet the below detailed internationally recognized standards, or other equivalent standards. ii) Warranties. The successful bidder/s shall guarantee minimum one (1) year manufacturer warranty from date of delivery to UNAMI/UNITAD for all line items as indicated under technical specifications. iii) Security clearances: The successful bidder/s should have capability to independently organize security access clearances for its personnel, truck, tools, equipment and supplies to UNAMI/UNITAD compound in Baghdad (Green Zone). iv) Split award: Bidders must submit complete offers for all line items including supporting technical documents. Partial offers and/or offered items without supporting documents will be rejected. UNAMI/UNITAD reserves the right to split the award in any manner that it deems to be in the best interest of the UN. Consideration will be given to, among other factors, the unit prices offered by different contractors, delivery times, warranty provisions and after sales support offered to name a few factors that will be considered. Therefore, acceptance of split award is mandatory and failure to confirm split award acceptance shall result in bid disqualification. 1.5 Local business presence in Iraq: The successful bidder/s should have reliable business presence and/or local partner/authorized distributor in Iraq to ensure successful attendance meetings, delivery of samples, delivery of all ordered items/quantities. a. The successful bidder/s should provide the name and contact details of authorized local distributor or partner/sub-contractor in Iraq responsible for delivery of the items in case of contract award. b. The successful bidder/s should provide a statement affirming that bidder or Bidder’s Local Partner/Subcontractor, are able to secure security access clearances and escort for its personnel, trucks and supplies to UNAMI/UNITAD compound inside Baghdad (Green Zone). 2.0 For this purpose, UNAMI will undertake a competitive bidding exercise shortly, accordingly would issue a tender solicitation to those companies who would express their interest and provide initial relevant information as to their ability to fulfill UNAMI’s/UNITAD's requirement. In addition, the interested Companies will be requested to complete a UNGM Registration at Basic Level or above. 3. The complete details of the requirement will be issued to the potential bidders after this request for EOI is closed. UNAMI reserves the right to change or cancel the requirement of this EOI at any time during the EOI and/or solicitation process. Submitting a response to this EOI does not therefore automatically guarantee that your company will be considered for issuance of the solicitation documents. Only vendors who in the UN's sole discretion, are deemed eligible and qualified, upon completion of an objective evaluation of the EOI submissions may receive the final tender solicitation documents. 4. Please note that this request for EOI is not an invitation for submission of a tender/bid. Its sole purpose is to establish a roster of vendors for upcoming tender. In addition, any company interested in participating in this EOI and subsequent tender, will be required to complete the UNGM Registration at Basic Level or above. 5.0 Please note on the following: • UNAMI/ UNITAD reserves the right in selecting the invitees for the competitive bidding based on substantial and proven records of performance in the subject field of activities and mere expressing an interest would not automatically warrant for RFQ/ITB/RFP document. • UNAMI/ UNITAD reserves the right to reject EOIs received after the above deadline. NOTE : SPECIFIC REQUIREMENTS / INFORMATION (IF ANY) 6.0 PRE-QUALIFICATION CRITERIA: i. Duly completed and signed Pre-Qualification questionnaire and the Vendor Response Form ii. UNGM registered at basic level or above and agrees to comply Level 1 upgrade prior to award if required Note: Proof of Documents must be submitted as part of technical requirements ONLY upon receipt of the tender document (RFP). 5.0 Pre-Qualification Questionnaire 5.1. Company’s Authorized Representative(s) (Name/Title): 5.2.……………………………………………………………………………….………………………. 5.3.……………………………………………………………………………….………………………. 5.4.……………………………………………………………………………….………………………. 5.5 Number of employees: ……………………………………………………….………………………. 5.6 Year Established : ……………………………………………………………………………………... 5.7 Experience in the field of similar required Services (No. of Years): ………………. 5.8 Does your company comply with All EOI Pre Qualification Criteria ? Yes [ ] No [ ] 5.9 Time (Calendar Days) required to initiate the services in case of selection: ___________________ 5.10 Reference to existing & previous comparable/similar Service Contracts to other International Organizations, private or state institutions: 5.11 Contract-1 a) Description:__________________________________________________________________ b) Location:______________________________________________Year Executed:__________ c) Contract Price (USD)___________________________________________________________ d) Client Organization:____________________________________________________________ e) Client Contact : Name and Telephone_____________________________________________ f) Email:_______________________________________________________________________ 5.13 Contract -2 a) Description:____________________________________________Year Executed:__________ b) Location:____________________________________________________________________ c) Contract Price (USD)___________________________________________________________ d) Client Organization:________________________________________________________ e) Client Contact : Name and Telephone_____________________________________________ f) Email:____________________________________________________________ 5.14 Contract -3 a) Description:____________________________________________Year Executed:__________ b) Location:____________________________________________________________________ c) Contract Price (USD)___________________________________________________________ d) Client Organization:________________________________________________________ e) Client Contact : Name and Telephone_____________________________________________ f) Email:____________________________________________________________

Chief Procurement Officer