Consulting services to support development of low carbon strategy in Ukraine
UNDP
Consulting services to support development of low carbon strategy in Ukraine
Request for proposal
Reference:
RFP UKR/2012/037
Beneficiary countries or territories:
Ukraine
Published on:
04-Sep-2012
Deadline on:
23-Sep-2012 23:00 (GMT 2.00)
Description
The deadline for submission was extended till 23 September 2012.
All inquiries received on or before 16 September 2012 will be posted on UNDP Ukraine designated web site on 17 September 2012. No inquiries will be accepted after 16 September 2012. Inquiries can be sent to the following Email: procurement@undp.org.ua Clarifications to inquiries raised by the offerors both by e-mail and during the pre-bidding meeting will be posted on the following web address: http://procurement-notices.undp.org/view_notice.cfm?notice_id=9652
REQUEST FOR PROPOSAL (RFP)
DATE: September 4, 2012
REFERENCE: RFP UKR/2012/037
Dear Sir / Madam:
We kindly request you to submit your Proposal for consulting services to support development of low carbon strategy in Ukraine.
Please be guided by the form attached hereto as Annex 2, in preparing your Proposal.
Proposals may be submitted on or before Tuesday, September 18, 2012 via email to the address below: tenders@undp.org.ua
Your Proposal must be expressed in the English or Ukrainian language, and valid for a minimum period of 90 days.
In the course of preparing your Proposal, it shall remain your responsibility to ensure that it reaches the address above on or before the deadline. Proposals that are received by UNDP after the deadline indicated above, for whatever reason, shall not be considered for evaluation. If you are submitting your Proposal by email, kindly ensure that they are signed and in the .pdf format, and free from any virus or corrupted files.
NB. The Offeror shall create 2 archive files (preferably *.zip format): one should include technical proposal, another one should include financial proposal and be encrypted with password. Both files should be attached to the email letter.
During evaluation process only technically compliant companies will be officially asked by UNDP procurement unit via email to provide password to archive with financial proposal. Please do not include the password either to email letter or technical proposal and disclose before official request.
Messages should not exceed 5 MB in size. Offers larger than 5 MB should be split into several messages and each message subject should indicate “part x of y” besides the marking mentioned in the announcement and the solicitation documents. Messages larger than 5 Mb will not be delivered. All electronic submissions are confirmed by an automatic reply.
The Offeror shall mark the email letter/s:
Subject of the message should include: “RFP UKR/2012/37” and the name of tender: “Consulting services to support development of low carbon strategy in Ukraine”.
Body of the message should include: Name of the offeror
Archive files should be marked as: Technical proposal and Financial proposal
Note: if the email letters or achieve files are not marked as per the instructions in this clause, the procuring UNDP entity will not assume responsibility for the Proposal’s misplacement or premature opening.
Services proposed shall be reviewed and evaluated based on completeness and compliance of the Proposal and responsiveness with the requirements of the RFP and all other annexes providing details of UNDP requirements.
The Proposal that complies with all of the requirements, meets all the evaluation criteria and offers the best value for money shall be selected and awarded the contract. Any offer that does not meet the requirements shall be rejected.
Any discrepancy between the unit price and the total price shall be re-computed by UNDP, and the unit price shall prevail and the total price shall be corrected. If the Service Provider does not accept the final price based on UNDP’s re-computation and correction of errors, its Proposal will be rejected.
No price variation due to escalation, inflation, fluctuation in exchange rates, or any other market factors shall be accepted by UNDP after it has received the Proposal. At the time of Award of Contract or Purchase Order, UNDP reserves the right to vary (increase or decrease) the quantity of services and/or goods, by up to a maximum twenty five per cent (25%) of the total offer, without any change in the unit price or other terms and conditions.
Any Contract or Purchase Order that will be issued as a result of this RFP shall be subject to the General Terms and Conditions attached hereto. The mere act of submission of a Proposal implies that the Service Provider accepts without question the General Terms and Conditions of UNDP, herein attached as Annex 3.
Please be advised that UNDP is not bound to accept any Proposal, nor award a contract or Purchase Order, nor be responsible for any costs associated with a Service Providers preparation and submission of a Proposal, regardless of the outcome or the manner of conducting the selection process.
UNDP’s vendor protest procedure is intended to afford an opportunity to appeal for persons or firms not awarded a Purchase Order or Contract in a competitive procurement process. In the event that you believe you have not been fairly treated, you can find detailed information about vendor protest procedures in the following link: http://www.undp.org/procurement/protest.shtml.
UNDP encourages every prospective Service Provider to prevent and avoid conflicts of interest, by disclosing to UNDP if you, or any of your affiliates or personnel, were involved in the preparation of the requirements, design, cost estimates, and other information used in this RFP.
UNDP implements a zero tolerance on fraud and other proscribed practices, and is committed to preventing, identifying and addressing all such acts and practices against UNDP, as well as third parties involved in UNDP activities. UNDP expects its Service Providers to adhere to the UN Supplier Code of Conduct found in this link : http://www.un.org/depts/ptd/pdf/conduct_english.pdf
Thank you and we look forward to receiving your Proposal.
All inquiries received on or before 16 September 2012 will be posted on UNDP Ukraine designated web site on 17 September 2012. No inquiries will be accepted after 16 September 2012. Inquiries can be sent to the following Email: procurement@undp.org.ua Clarifications to inquiries raised by the offerors both by e-mail and during the pre-bidding meeting will be posted on the following web address: http://procurement-notices.undp.org/view_notice.cfm?notice_id=9652
REQUEST FOR PROPOSAL (RFP)
DATE: September 4, 2012
REFERENCE: RFP UKR/2012/037
Dear Sir / Madam:
We kindly request you to submit your Proposal for consulting services to support development of low carbon strategy in Ukraine.
Please be guided by the form attached hereto as Annex 2, in preparing your Proposal.
Proposals may be submitted on or before Tuesday, September 18, 2012 via email to the address below: tenders@undp.org.ua
Your Proposal must be expressed in the English or Ukrainian language, and valid for a minimum period of 90 days.
In the course of preparing your Proposal, it shall remain your responsibility to ensure that it reaches the address above on or before the deadline. Proposals that are received by UNDP after the deadline indicated above, for whatever reason, shall not be considered for evaluation. If you are submitting your Proposal by email, kindly ensure that they are signed and in the .pdf format, and free from any virus or corrupted files.
NB. The Offeror shall create 2 archive files (preferably *.zip format): one should include technical proposal, another one should include financial proposal and be encrypted with password. Both files should be attached to the email letter.
During evaluation process only technically compliant companies will be officially asked by UNDP procurement unit via email to provide password to archive with financial proposal. Please do not include the password either to email letter or technical proposal and disclose before official request.
Messages should not exceed 5 MB in size. Offers larger than 5 MB should be split into several messages and each message subject should indicate “part x of y” besides the marking mentioned in the announcement and the solicitation documents. Messages larger than 5 Mb will not be delivered. All electronic submissions are confirmed by an automatic reply.
The Offeror shall mark the email letter/s:
Subject of the message should include: “RFP UKR/2012/37” and the name of tender: “Consulting services to support development of low carbon strategy in Ukraine”.
Body of the message should include: Name of the offeror
Archive files should be marked as: Technical proposal and Financial proposal
Note: if the email letters or achieve files are not marked as per the instructions in this clause, the procuring UNDP entity will not assume responsibility for the Proposal’s misplacement or premature opening.
Services proposed shall be reviewed and evaluated based on completeness and compliance of the Proposal and responsiveness with the requirements of the RFP and all other annexes providing details of UNDP requirements.
The Proposal that complies with all of the requirements, meets all the evaluation criteria and offers the best value for money shall be selected and awarded the contract. Any offer that does not meet the requirements shall be rejected.
Any discrepancy between the unit price and the total price shall be re-computed by UNDP, and the unit price shall prevail and the total price shall be corrected. If the Service Provider does not accept the final price based on UNDP’s re-computation and correction of errors, its Proposal will be rejected.
No price variation due to escalation, inflation, fluctuation in exchange rates, or any other market factors shall be accepted by UNDP after it has received the Proposal. At the time of Award of Contract or Purchase Order, UNDP reserves the right to vary (increase or decrease) the quantity of services and/or goods, by up to a maximum twenty five per cent (25%) of the total offer, without any change in the unit price or other terms and conditions.
Any Contract or Purchase Order that will be issued as a result of this RFP shall be subject to the General Terms and Conditions attached hereto. The mere act of submission of a Proposal implies that the Service Provider accepts without question the General Terms and Conditions of UNDP, herein attached as Annex 3.
Please be advised that UNDP is not bound to accept any Proposal, nor award a contract or Purchase Order, nor be responsible for any costs associated with a Service Providers preparation and submission of a Proposal, regardless of the outcome or the manner of conducting the selection process.
UNDP’s vendor protest procedure is intended to afford an opportunity to appeal for persons or firms not awarded a Purchase Order or Contract in a competitive procurement process. In the event that you believe you have not been fairly treated, you can find detailed information about vendor protest procedures in the following link: http://www.undp.org/procurement/protest.shtml.
UNDP encourages every prospective Service Provider to prevent and avoid conflicts of interest, by disclosing to UNDP if you, or any of your affiliates or personnel, were involved in the preparation of the requirements, design, cost estimates, and other information used in this RFP.
UNDP implements a zero tolerance on fraud and other proscribed practices, and is committed to preventing, identifying and addressing all such acts and practices against UNDP, as well as third parties involved in UNDP activities. UNDP expects its Service Providers to adhere to the UN Supplier Code of Conduct found in this link : http://www.un.org/depts/ptd/pdf/conduct_english.pdf
Thank you and we look forward to receiving your Proposal.
procurement@undp.org.ua
Link | Description | |
---|---|---|
http://procurement-notices.undp.org/view_notice.cfm?notice_id=9652 | RFP UKR/2012/037 |
84101501
-
Financial assistance
84101502
-
Savings mobilization programs
84101503
-
Guarantee agreements
84101601
-
Co financing
84101602
-
Bi lateral or multi lateral aid
84101603
-
Non governmental aid
84101604
-
Government aid
84101701
-
Debt negotiation
84101702
-
Debt reorganization
84101703
-
Debt servicing
84101704
-
Debt collection services
84101705
-
Repossession services
84111501
-
Cost accounting service
84111502
-
Financial accounting service
84111503
-
Tax accounting service
84111504
-
Bookkeeping services
84111505
-
Payroll accounting services
84111506
-
Billing services
84111507
-
Inventory accounting service
84111508
-
Export administration and accounting service
84111601
-
Year end audits
84111602
-
Quarterly reviews
84111603
-
Internal audits
84111701
-
Treasury services
84111702
-
Investor relations services or programs
84111703
-
Budget preparation or review services
84111801
-
Tax preparers
84111802
-
Tax advisory services
84121501
-
Privately owned banks
84121502
-
Publicly owned banks
84121503
-
Credit unions
84121504
-
Development finance institutions
84121601
-
Funds clearance services
84121602
-
Letter of credit services
84121603
-
Currency exchange services
84121604
-
Spot exchange transaction services
84121605
-
Currency conversion service
84121606
-
Remittance processing services
84121607
-
Operating lease finance service
84121608
-
Payment gateway services
84121701
-
Investment advisers
84121702
-
Investment policy
84121703
-
Investment analysis
84121704
-
Investment agreements
84121705
-
Market data
84121706
-
Financial asset management service
84121801
-
Stock market trading services
84121802
-
Commodities or futures market services
84121803
-
Government bonds
84121804
-
Privately issued bonds
84121805
-
Precious metals market services
84121806
-
Securities Custodial Services
84121901
-
Housing finance
84121902
-
Re financing services
84121903
-
Commercial mortgage finance
84122001
-
Deposit verification services
84131501
-
Building or building contents insurance
84131502
-
Homeowners or renters insurance
84131503
-
Car or truck insurance
84131504
-
Cargo insurance
84131505
-
Marine insurance
84131506
-
Reinsurance services
84131507
-
Business interruption insurance
84131508
-
Cash in transit insurance
84131509
-
Comprehensive projects insurance
84131510
-
Contractors all risks insurance
84131511
-
Deterioration of stocks insurance
84131512
-
Electronic equipment insurance
84131513
-
Erection all risks insurance
84131514
-
Fidelity guarantee insurance
84131515
-
Jewelers block insurance
84131516
-
Professional indemnity insurance
84131517
-
Travel insurance
84131518
-
Bicycle insurance
84131519
-
Fire insurance
84131601
-
Life insurance
84131602
-
Health or hospitalization insurance
84131603
-
Accidental injury insurance
84131604
-
Disability insurance
84131605
-
Workmens insurance
84131606
-
Unemployment insurance
84131607
-
Liability insurance
84131608
-
Medical Claims Review and Management
84131609
-
Employee assistance programs
84131610
-
Flexible spending accounts FSA
84131611
-
Medical malpractice insurance
84131613
-
Claims payment processing or administration
84131701
-
Employer administered pension funds
84131702
-
Union or guild administered pension funds
84131801
-
Self directed or employer sponsored retirement funds
84131802
-
Self directed or self initiated retirement plans
84141501
-
Farm credit services
84141502
-
Small business loan agencies
84141503
-
Minority owned business programs
84141601
-
Consumer credit gathering or reporting services
84141602
-
Credit card service providers
84141701
-
Business credit gathering or reporting services
84141702
-
Value added network VAN services