New clarification added: Dear Sir / Madam, Please find below a list of queries requiring your clarification and response: 1- Subject: Transport system Could you kindly advise whether the framework agreement requires the inclusion of transport systems—such as railway, metro, tram, or similar infrastructure. 2- Subject: Intelligent Transportation system Could you kindly advise whether the framework agreement requires the inclusion of Intelligent Transportation Systems (ITS) or related smart mobility solutions to be specifically addressed or tailored within the scope of services 3- Subject: Smart transportation plan and micromobility strategy Could you kindly advise whether the framework agreement requires the inclusion Of smart transportation plans, or micromobility strategies to be included within the scope of services 4- Terms of Reference for the establishment of multiple Long-Term Agreements for the provision of Visual Inspection Scope At this stage, the Consultant cannot define the exact level of effort required to conduct visual inspections for existing buildings. Accordingly, the consultant will provide unit rates based on the required team positions. Kindly confirm if this approach is acceptable. 5- Terms of Reference for the establishment of multiple Long-Term Agreements for the provision of Testing Requirements for Existing Structures At this stage, the specific number and type of structral intrusive tests required for the assessment of existing buildings cannot be defined at this stage. Accordingly, the Consultant will provide a list of anticipated destructive & non distructive tests along with their unit rates. The lump sum value will be determined upon issuance of the specific task order. Kindly confirm if this approach is acceptable. 6- Terms of Reference for the establishment of multiple Long-Term Agreements for the provision of Provision of As-Built DocumentationIt is our understanding that the Client will provide all available structural as-built drawings and design documents for the existing buildings. In the event that such documentation is not available, the Consultant will discuss and agree upon the scope of effort and associated fees upon issuance of the relevant task order. Kindly confirm this understanding. Thank you,Best Regards,******** Dear Bidder, Please see below the answers to your questions: The Terms of Reference for the future Long Term Agreement does not specifically require inclusion of transport/transit systems. The Terms of Reference for the future Long Term Agreement does not specifically require inclusion of Intelligent Transportation Systems (ITS) or related smart mobility solutions. The Terms of Reference for the future Long Term Agreement does not specifically require inclusion of smart transportation plans, or micromobility strategies. Confirmed. In case if physical or intrusive testing is required within a specific Call-Off Order under LTA framework, the Consultant will be expected to provide requirements to such tests (test programs), oversee the tests and interpret results of such tests. The physical or intrusive tests themselves will be procured separately. The Employer will share all available information with LTA Holder upon issuance of a Call-Off Order / Work Assignment. In the event that such information is not sufficient to render the services, the Employer will discuss with the Consultant and agree on the way forward in each specific case. The general approach will likely be as follows: for Assessments, the Employer will suggest working with the information available and applying conservative approach in the areas where information is not sufficient. For Design the Employer will discuss and agree on the scope of effort to obtain the missing information. Thank you. Best regards, UNOPS Procurement Team
Edited on:
06-May-2025 15:47
Edited by:
webservice@unops.org
New clarification added: Dear Procurement Team,Please clarify the following issues:1) On the UNGM submission tab “DOCUMENT CHECKLIST” the first file to be submitted called “Bidder's declaration of formal employment of proposed experts (criterion 1.5).” cannot be found by us.a) where can this document template be found?b) Should it be submitted if it is not included in Schedule 0.14 Proposal Checklist? 2) On the UNGM submission tab “FINANCIAL OFFER DETAILS” the excel file called ‘Annex B - Template Financial Proposal’ shall be submitted – correct?a) Is it necessary to upload schedule 4.1.A Breakdown of the Fees and Reimbursable cost? 3) Schedule 4.8 [Insurance Details and Insurances] – is it necessary to provide insurance upon the proposal submission or can we provide it upon receival of task order? 4) Please clarify what shall be included in Schedule 0.11 Acknowledgement of the Addenda? ********** Dear Bidder, Below are answers to your questions, in italics:1. Acording to the published Document "Rev. 3 RFP/2025/56863 - 04 Section II, III, IV, V", SECTION II: EVALUATION METHOD AND CRITERIA, FORMAL AND ELIGIBILITY CRITERIA, criterion 1.5: "Bidder employs (or engages in any other legally acceptable form) the Certified Specialists as required to render the Services. Bidders are to submit a declaration where they will be stating that they employ or have a legal relationship with the proposed experts. In case of a Joint Venture each member must meet this criterion."The evidence of such employment should be a Bidder's declaration of formal employment of proposed experts.a) There is no template. Bidders should provide such declaration on their company letterhead; b) Yes. It should be submitted. 2. Correct. Annex B - Template Financial Proposal should be duly filled and submitted by bidders to the respective UNGM eSourcing tab. a) No. Schedule 4.1.A Breakdown of the Fees and Reimbursable cost is not used.3. Schedule 4.8 [Insurance Details and Insurances] is necessary for proposal submission, if a bidder has respective Insurances in place. If not available by the time of submission, bidders are requested to submit a declaration that, if awarded, the required insurances will be obtained upon receipt of a Call-Off Order / Work Assignment. 4. "Returnable Schedule 0.11 - Acknowledgement of the Addenda" implies that Bidders acknowledge / list all documents published in this tender (including documents posted via RFP Amendments) to confirm that they familiarized themselves with their content and requirements to prepare a proposal. Thank you. Best regards, UNOPS Procurement Team
Edited on:
06-May-2025 13:19
Edited by:
webservice@unops.org
New clarification added: Dear Procurement Team, Please confirm (or otherwise explain) that the Unit price line in the Financial Offer Details Section is the Average price from Annex B for a specific LOT? ********** Dear Bidder, The Unit Price line in the eSourcing "Financial Offer Details" section should correspond to the Average Price calculated in Annex B for specific Lot. Please note that the Average Price will only be used for financial evaluation for technically compliant proposals. Best regards, UNOPS Procurement Team
Edited on:
06-May-2025 09:29
Edited by:
webservice@unops.org
New clarification added: Dear Sir / Madam, As far as the requirement to have carried out 5 similar projects in Ukraine is concerned, how would UNOPS treat the difference in the size of projects? To be more specific, in case a Ukrainian company has been involved, in the last 3 years, in a single large-scale project, would it be possible to count such a project as a multitude of projects? For example, a given company might have carried out 5 small assignments which are not even equivalent in size to a single large-scale project another company might have executed and in such a case, we believe it might not be very fair to treat all assignments/contracts in the same way. We would like to have UNOPS view/feedback regarding the above. Thank you and kind regards, ********* Dear Bidder, According to document “Rev. 3 RFP/2025/56863 - 04 Section II, III, IV, V”, SECTION II: EVALUATION METHOD AND CRITERIA, Technical Criterion 1.2: “The offeror has relevant specialized knowledge and experience on delivering the services in Ukraine.Relevance of specialised knowledge in the local context (i.e. infrastructure rehabilitation, humanitarian assistance and development context) and experience on similar engagements done in Ukraine working with the UN and/or International Organizations, NGOs and/or Government entities.Offerors are expected to have carried out a minimum of 5 work assignments in the past 3 years (2022-RFP deadline). The work assignments must meet the above description requirements in terms of context and scope of work and shall be measured either as a call-off order, service contract, etc., or a combination of scope of work, location and disciplines of consultants involved.”UNOPS will treat a single large-scale project as one (1) project. Special consideration will be given to context, scope and relevance of work performed in the mentioned contracts/work assignments. Best regards, UNOPS Procurement Team
Edited on:
05-May-2025 16:23
Edited by:
webservice@unops.org
New clarification added: Dear Procurement Team, Please clarify what should be reflected in 0.11 Acknowledgement of the Addenda? Do we need to simply list the tender package documents provided to bidders and confirm that they have been fully received? ********** Dear Bidder, "Returnable Schedule 0.11 - Acknowledgement of the Addenda" implies that Bidders acknowledge / list all documents published in this tender (including documents posted via RFP Amendments) to confirm that they familiarized themselves with their content and requirements to prepare a proposal. Thank you. Best regards, UNOPS Procurement Team
Edited on:
05-May-2025 10:55
Edited by:
webservice@unops.org
New clarification added: Dear Sir / Madam,We would like to ask the following 2 questions:1-In case a bidder is interested in more than one Lot, would it be necessary to present a different team and different CVs for every Lot or it would be acceptable to present the same CV for several lots? example: A Civil Engineer is required in all lots. Can a bidder interested in 3 Lots present the same CV for a Civil Engineer or the bidder should present 3 different CVs for Civil Engineers, one for each Lot?2-Can you please confirm that the deliverables in every Lot would have to be submitted in both English and Ukrainian?******************1. The answer to this question is mentioned in the ToR, para. 7 Team composition & Scalability "...Different disciplines might be covered by the same person, provided that the person has the relevant experience and qualification as outlined in the CV and aligns with Annex_A_Key_Experts_matrixes...." and was also covered during the pre-bid meeting of 24 April (please go through the relevant pre-bid meeting minutes). If bidders propose the same expert for multiple Lots, they should ensure that by proposing one single expert, they have adequate capacity to respond to work assignments they may be awarded.2. Both Engligh and Ukrainian is not mandatory, but English is mandatory.Thank you.Best regards,UNOPS Procurement Team
Edited on:
02-May-2025 09:48
Edited by:
webservice@unops.org
New clarification added: Dear Procurement Team, There is the whole lot 4 dedicated to Technical Supervision & Construction Supervision Services but the Matrix doesnt envisage the need for any certified Technical Supervision Engineers as per UA law and the TOR describes and only sets the requirement for a HSE Engineer (which is not the same with the formal Technical Supervision Engineer).Please clarify, if certified Technical Supervision Engineers have to make a part of the proposal or the services can be conducted by HSE Engineers and certified Design Engineers only (considering that the Design Engineers (meaning Architect, Structural, Mechanical, etc..) have the supervision experience which usually is the design (author) supervision services)? ************Please note that Rev. 7 covers this topic with more clarity on Lot. Furthermore, please note that all the Services shall comply with the local law and regulations. This general requirement includes statutory requirements to the certification of staff that renders the Services. As the Employer, we do not set any specific or additional mandatory requirements to the personnel certification at this stage. (NEBOSH certification is highly recommended for HSSE Engineer, but is not mandatory.) Bidders attention is drawn to the following. Although there is no mandatory certification requirements are set at this stage (LTA establishment), specific requirements may be introduced at the COO level due to the nature of the services required.Thank you.Best regards,UNOPS Procurement Team
Edited on:
02-May-2025 09:39
Edited by:
webservice@unops.org
New amendment added #7: Revision No. 7The ToR has now been revised as Rev. 2 Terms of Reference for Long-Term Agreement for Design and Engineering services to provide clarity on the language of the requirements description for Lot 4. All changes are in blue fonts for easier reference.
Edited on:
02-May-2025 09:21
Edited by:
webservice@unops.org
New clarification added: Dear Sir / Madam, The tab "Financial Offer Details" for this bid does not allow to upload or insert any financial information. In which part (box) should the financial proposal be uploaded? Thank you and kind regards, *************Please refer to the eSourcing Vendor Guide under section 4.3.4 Financial offer details. It also provides specific guidance on how to submit financials for an Request for Proposals (RFP).Thank you.Best regards, UNOPS Procurement Team
Edited on:
02-May-2025 09:18
Edited by:
webservice@unops.org
New clarification added: We do not have access to 0.9 DRiVE Supplier Sustainability Questionnaire. A similar question was already asked, but the answer was not clear. How to meet this criterion?*****************The DRiVE questionnaire has now been uploaded in Excel form as well.Thank you.Best regards,UNOPS Procurement Team
Edited on:
01-May-2025 11:24
Edited by:
webservice@unops.org
New amendment added #6: Revision No. 6Uploading the DRiVE questionnaire for the easier reference of the bidders.
Edited on:
01-May-2025 11:20
Edited by:
webservice@unops.org
New clarification added: Good day UNOPS team,We understand that for all lots, the firm must have an office or be registered in Ukraine. This requirement limits the possibility for us to propose our services, even though we already have three Long-Term Agreements (LTA) with UNOPS in various regions around the world.Given our extensive experience working with UNOPS in conflict zones and developing countries globally, we believe that our expertise would be highly beneficial for projects in Ukraine. Could UNOPS reconsider this requirement to allow for greater competition and inclusion of firms with significant experience with UNOPS and its working methods?Thank you for your consideration.********************UNOPS, UNICEF & UNDP appreciate and are thankful the interest coming from international bidders. For reasons pertaining to the local context, such as compliance with the national regulatory framework for the provision of the services, local context and operational environment knowledge, language, security considerations and others, presence in Ukraine and compliance with the evaluation criteria is a must. International bidders can either form JVs with firms established in Ukraine (all conditions on JVs are laid out in the criteria and other solicitation documents) or consider bidding for business opportunities that are launched on a corporate level, i.e. from each agency's HQ, when these opportunities arise.Once again, thank you for your interest.Best regards,UNOPS Procurement Team
Edited on:
01-May-2025 11:16
Edited by:
webservice@unops.org
New clarification added: Greeting,Please find below the Contractual Queries we are raising for clarification:Clause 1.5.2: While the clause correctly assigns the Consultant the duty to promptly notify the Employer’s Representative of any ambiguity, conflict, or discrepancy in the contract documents, and places the responsibility for clarification or instruction on the Employer’s Representative, could the Client consider (i) setting a deadline for the issuance of the clarification or instruction, and (ii) expressly stating that the Consultant shall not be liable for any delays or impacts pending receipt of such clarification?Clause 1.10.4: Can the Employer confirm if all UN subsidiaries or organs automatically have unrestricted access to the disclosed Information?Clause 1.10.7: Should the Recipient be allowed to disclose information that becomes publicly available through no fault of the Recipient, even if initially confidential?Clause 1.11.2: Could the Client clarify whether, in the event of termination under Sub-Clause 1.11.2, the Consultant would still be entitled to payment for Services properly performed up to the date of termination?Clause 1.19.2: Similarly, can the Employer confirm that if termination occurs under Clause 1.19.2, the Consultant would still be entitled to payment for Services properly performed up to the date of termination?Clause 1.20.1: Can the Employer clarify who would bear the costs associated with the suspension of Services and safety measures if unexploded ordnance or land mines are discovered?Clause 1.22.1: Could the Employer clarify how potential conflicts between local mandatory laws and the privileges and immunities reserved under Clause 1.22.1 would be managed, particularly in relation to tax and labor laws?Clause 2.3.1: Could the Employer specify what constitutes a “reasonable time” for providing information under Clause 2.3.1, particularly when delays could impact the Programme?Clause 3.7.3: Can the Employer confirm that the cost of replacing Key Personnel will only be borne by the Consultant if the change is due to the Consultant fault or voluntary action, and not if the Employer requests the replacement?Clause 3.16.12: Could the Employer specify that the Consultant’s obligation to pay fines and remediation costs would only arise from the Consultant’s fault or negligence?Clause 4.4.5: Can the Employer confirm that Delay Damages would not apply if delays are attributable to Employer-caused events or Force Majeure under Clause 4.4.1?Clause 6.4.1(d): Can the Employer confirm that, in the event of termination for convenience, the Consultant would be entitled to payment for Services performed and substantiated demobilization costs?Clause 10.1.3: Can the Client clarify whether the Employer’s failure to respond to a Claim within fourteen (14) days would be deemed acceptance, or whether additional action would be required?Clauses 11.2.3 and 11.2.4: Could the Client confirm whether the 28-day period for amicable settlement can be extended by mutual agreement before escalation to arbitration?Thank you,Best Regards,*****************The bidder is advised to peruse and carefully read all the T&Cs of the contractual instruments of the RFP. Bidders should be advised that the RFP T&Cs are not amendable and by submitting a bid they explicitly agree to them (please go through document SCHEDULE 0: RFP SCHEDULES 0.1 Proposal Submission Declaration). Any specific concerns against specific will be addressed if and when a contract is offered.Thank you.Best regards,UNOPS Procurement Team
Edited on:
01-May-2025 09:04
Edited by:
webservice@unops.org
New clarification added: Dear Procurement Team,Please clarify if we are bidding for all six lots, can our methodology be more than 10 pages? if yes, please clarify how many pages can be the lenght of a methodology which inludes the approach for all six lots.Thank you!***********************The Method Statement should ideally be no more than 10 pages. It is up to the bidders to structure it in a way that best covers the thematic areas the evauation will focus on.Thank you.Best regards,UNOPS Procurement Team
Edited on:
01-May-2025 08:52
Edited by:
webservice@unops.org
New clarification added: Dear Procurement Team, 1. Please clarify if any of ongoing projects can be taken as eligible references for evaluation (for example, 80-90% of completion)?2. The returnable schedules contain section 0.9 DRiVE Supplier Sustainability Questionnaire and a link to the questionnaire in excel sheet. The link requires access, after multiple requests still no access. Please advice on how to fill in this section.***********Please see our answers below:1. Non completed projects/work assignments cannot be considered as eligible references/past experience, as per the evaluation criteria language. More specifically, in qualification criterion 3 stipulates "...proven experience in successfully delivering..." and in technical criterion 1.2 "...Offerors are expected to have carried out..."2. You can fill out the embedded SP framework in the eSourcing platform instead.Thank you.Best regards,UNOPS Procurement Team
Edited on:
30-Apr-2025 14:00
Edited by:
webservice@unops.org
New clarification added: Dear Sir/Madam,Expertise of construction projects determined by regulatory and technical requirementsThe purpose of the expert review of construction projects (hereinafter referred to as the expert review) is to determine and verify the quality of design solutions by identifying deviations from the requirements for strength, reliability and durability of buildings and structures, their operational safety and engineering support, in particular, compliance with the standards for creating conditions for unimpeded access of persons with disabilities and other low-mobility groups, the permissible percentage of land development, the maximum permissible building height and population density, sanitary and epidemiological conditions, and the quality of construction. The expert review is the final stage in the development of construction projects.The following construction projects are subject to mandatory expertise by the class of consequences (liability) belong to facilities with medium (CC2) and significant (CC3) consequences - with regard to compliance with the standards on sanitary and epidemiological well-being of the population, ecology, labor protection, energy saving, fire, industrial nuclear and radiation safety, strength, reliability, durability of buildings and structures, their operational safety and engineering support, including compliance with the standards for creating conditions for unimpeded access for people with disabilities and other low-mobility groups;Documentation without approval after expertise will create a problem for the beneficiary, as it makes it impossible to implement the infrastructure object. Project expertise means additional funds and not only time (up to 30 days) Іs this taken into account for LOT 2?How to use design review materials during the expertise and what is the responsibility of design review experts?According to the law, LOT1, LOT2, LOT4 participants must be registered in https://e-construction.gov.ua/, but according to your requirements, this is provided only for LOT2, please clarify why?Is the full status and functionality of https://e-construction.gov.ua/ua/jaki-normativni-pidstavi-funkcionuvannja-edinoii-sistemi-v-sferi-budivnictva taken into account?In connection with the above, will the deadlines for preparing proposals be extended?**************************As a general observation, expertise in English means knowledge and experience. Ukrainian construction jargon word "Expertiza" means process of independant review of the designs. We call it Experts' Review, which is more appropriate to our opinion.Answers: 1. Experts' Review (resulting in positive conclusion) is part of the Lot 2 deliverables. The Experts' Review is intended to confirm the compliance of the design to local regulations. 2. Lot 3 Design Review is not Ukrainian Experts' Review aka "Expertiza". It is broder review by the third-party consultant (i.e. the consultant that was not involved in rhe managing or producing the dedign) against all applicable requirements. These applicable requirements include, but are not limited to, local regulations, UNOPS/UNDP/UNICEF specific requirements, other requirenetns that will be stipulated in the LTA and/or specific COO. 3. In the Lot 2 scope of services, e-construcion system is mentioned in terms of uploading desings, not in terms of specialist certification or registration. Comliance to local regulations is a must for all and any Services and/or deliversbles under this LTA. Such compliance envisages full compliance of the personnel to local regulations, among other requirements.A further extension of the RFP deadline is not foreseen.Thank you.Best regards,UNOPS Procurement Team
Edited on:
30-Apr-2025 09:08
Edited by:
webservice@unops.org
New clarification added: To apply for insurance, it is necessary to specify the validity period of the LTA. Please provide the following information.**********As stated in the ToR para. 12. Pricing structure, Travel Costs, Price Adjustment & Payment Terms, will initially have a duration of 24 months, with the possibility of another 12 months extension. Thank you.Best regards,UNOPS Procurement Team
Edited on:
29-Apr-2025 15:10
Edited by:
webservice@unops.org
New clarification added: Dear Sir / Madam,In the document Rev. 3_Annex_A_Key_Experts_matrixes file from the B. Key Experts Matrix worksheet, we could not facilitate the dropmenu for Lot Proposed for section.please advise,**************This question has already been addressed earlier by another bidder. UNOPS is a Google powered organization, therefore our Google sheets may not appear the same when you download them in Excel. Either download the file in Excel and fill out the Lots fields manually, or upload it in Google sheets, where the drop down menu will appear and then save it in the form that this platform allows you to use.Thank you for your understanding.Best regards,UNOPS Procurement Team
Edited on:
29-Apr-2025 14:43
Edited by:
webservice@unops.org
New clarification added: Dear Sir/Madam, In the Annex_A_Key_Expert_Matrixes document, under the 'Team Composition' sheet, the requirements for the Geodetic Engineer position in the 'Degree' column are written as follows: 'A Bachelor's degree in Geodetic Engineering with a minimum of 3 years of experience, or Bachelor's in Civil Engineering with expe'. As the sentence appears to be incomplete, could you kindly provide clarification on the exact requirements for this position?********************This error has now been fixed with Rev. No. 5. Please see the updated Annex A that was uploaded today.Thank you.Best regards,UNOPS Procurement Team
Edited on:
29-Apr-2025 14:04
Edited by:
webservice@unops.org
New amendment added #5: Revision No. 5 summary of revisions:1. The 2nd pre-bid meeting minutes of 24 April are now uploaded.2. Annex A has now been revised to Rev. 3_Annex_A_Key_Experts_matrixes with the below changes:Per the request of bidders for further clarifications on the experience requirements for the Geodetical Engineer profile, this requirement has been further clarified in column E with blue, bold fonts.
Edited on:
29-Apr-2025 11:25
Edited by:
webservice@unops.org
New clarification added: Dear Procurement Team,Could you please confirm whether separate method statements of up to 10 pages each are required for every lot, or if a single method statement covering all six lots—also limited to 10 pages in total—is acceptable?You do not need to write separate method statements if you are bidding for more than 1 Lots. However, you need to make sure that any Lot specific information you provide in the method statement, is clearly referenced and identified for that specific Lot.Could you also please clarify what the "Schedule 4.2 Programme" should contain in it, and where can we find Sub-Clause 4.3 of the General Conditions, as we couldn't find this file "General Conditions"?Please carefully read SECTION III: CONDITIONS OF CONTRACT. You will find para. 4.3 in the CONSULTANTSERVICES CONTRACTF OR WORKS GENERAL CONDITIONS OFCONTRACT. Since this RFP pertains to the establishment of LTAs and not a specific work assignment, you can state in "Schedule 4.2 Programme" your agreement to comply with para. 4.3 in the CONSULTANTSERVICES CONTRACTF OR WORKS GENERAL CONDITIONS OFCONTRACT or any other relevant information you may wish to include.Thank you!*******************UNOPS answers are below the questions, in italic fonts.Thank you.Best regards,UNOPS Procurement Team
Edited on:
29-Apr-2025 10:19
Edited by:
webservice@unops.org
New clarification added: Please provide clarification on Annex B. Work_Packages. For example, for lot 2, should the daily rate for 5 Author Supervision be indicated, or the daily rate for 1 person?***************Only Daily Rates for 1 person should be offered by Bidders, in alignment with the daily rate of the financial prooposal tab of that specific Lot. Work Packages tab is developed for future flexibility of UN Agencies, which will be using LTAs to be able to package sites of similar nature and statistically establish approximate rates per square meter to design various sites. As such, the work packages will not be evaluated in the financial evaluation, only the daily rates per Lot financial proposal tabs will be evaluated.Best regards,UNOPS Procurement Team
Edited on:
29-Apr-2025 10:01
Edited by:
webservice@unops.org
New clarification added: Dear Sir/Madam, Could you please confirm whether it is acceptable to assign a single key personnel to oversee multiple lots, or if it is required to provide distinct personnel for each individual lot? *************If the bidder means "can any expert be proposed for multiple Lots?", the answer is YES. Examples: Experienced engineer or architect can produce designs (L2) and carry out Assessments (L1). Structural Engineer cand do assessments (L1), various designs (L2) as well as WASH designs (L6).Thank you.Best regards,UNOPS Procurement Team
Edited on:
28-Apr-2025 08:50
Edited by:
webservice@unops.org
New clarification added: Questions regarding Lot 4: Technical supervision and construction supervision. According to Matrix A, specialists with relevant experience in design development and design review are needed. However, according to the current legislation of Ukraine, technical supervision of construction is carried out by persons who have a qualification certificate of a technical supervision engineer. These specialists do not need to have experience in design or in project verification. They supervise exclusively the execution of construction works. Please provide clarification on the qualifications of workers to perform Lot 4: Technical Site Supervision and Construction Supervision*********************Your question has been addressed with the publication of the RFP Rev. No. 4 on 25 April 2025, where Annex A further clarifies the areas of experience for certain profiles.Thank you.Best regards,UNOPS Procurement Team
Edited on:
25-Apr-2025 16:51
Edited by:
webservice@unops.org
New amendment added #4: Revision No. 4Annex A has now been revised to Rev. 2_Annex_A_Key_Experts_matrixes with the below changes:Per the request of bidders for further clarifications on the experience requirements, this requirement has been further clarified for the profiles of 1. Architect 2. Civil/ Structural Engineer 3. Mechanical Engineer 4. Electrical Engineer with further clarifications for these profiles only in column M. All changes/clarifications are in blue fonts for easier comprehension.
Edited on:
25-Apr-2025 13:54
Edited by:
webservice@unops.org
New clarification added: Do you need us to support the Key Experts Matrix by uploading CVs of all personnel and if so, do you have a preferred template for CVs. Also - do you need us to upload copy of personnel qualfications ?Thank you.********As stated in the document Rev. 3 RFP_2025_56863 - 04 Section II, III, IV, V/3. TECHNICAL CRITERIA/Part 3: Key personnel proposed/ criterion No. 3.2 "Bidders are required to declare the additional key experts of the core team and provide their details and CVs in Annex_A_Key_Experts_matrixes and Rev.1_Annex_A_Key_Experts_matrixes/Tab B.Bidders are required to upload CVs of their proposed experts in addition to filling out Annex A.Thank you.Best regards,UNOPS Procurement Team
Edited on:
25-Apr-2025 12:42
Edited by:
webservice@unops.org
New clarification added: Dear Sir/Madam,I would like to request clarification regarding the number of key personnel and support staff required for each Lot, as there appears to be an inconsistency between Annex_A_Key_Experts_matrixes and the Word Package sheet within Annex_B_Template_Financial_Proposal.For instance, Annex_A_Key_Experts_matrixes indicates that one (1) Electrical Engineer is required for each Lot. However, the Word Package sheet in Annex_B_Template_Financial_Proposal specifies two (2) Electrical Engineers for Lot 2. Similarly, while Annex_A states that two (2) Civil/Structural Engineers are required for Lot 2, Annex_B presents varying Civil/Structural Engineer requirements for Lot 1, depending on the project’s m² range.Given these discrepancies, could you kindly confirm which document should be considered authoritative in this case? How many staff and key personnel should we propose for each Lot?********************There is no discrepancy between Annex A and Annex B. The Rev.1_Annex_A_Key_Experts_matrixes stipulate the number of specialists (that meet our requirements) needed to be qualified as LTA Partner (Tab A specifically). We assume that to render design service (Lot 2), a consultant shall employ at least two architects and two structural engineers (that meet our requirements). For other disciplines and/or services, we suppose that one specialist (that meets our requirements) is enough. Please note that we talk about specialists that meet our requirements.Also please note, that for specific COO we may require to confirm availability of more specialists for each discipline, depending on the scope of services. Qualifications for such extra specialists may vary, but the minimum number of 'qualified' specialists shall be as per Key Experts Matrix. Example: For design of a large building, we may deem necessary for future Designer to engage 4 architects, 4 structural engineers and 3 mechanical engineers, among which 2 architects, 2 structural and 1 mechanical engineers shall be 'qualified' as per Matrix. The Annex B Financial Proposal includes only one cell for Architect and one cell for Structural Engineer, as we suppose to consider a single rate for each discipline. The Agencies may opt to order the services in the form of work packages (Annex B/Tab B) or in the form of the financial proposal per Lot. The work packages option is not mandatory for the Agencies, it is just a flexibility in ordering the services, when/if the LTA partner meets the requirements for the work package.Thank you.Best regards,UNOPS Procurement TeamSection B of the Financial Proposal includes typical packages of services for the projects of various GFA (m2). Number of specialists indicated represent our vision of the LoE required to deliver the services.
Edited on:
23-Apr-2025 11:54
Edited by:
webservice@unops.org
New clarification added: Dear Procurement TeamWe are involved in developing all stages of project documentation, including tender documentation, in compliance with the requirements of international financial organizations for projects in Ukraine. Referring to your clarification on request 2025-04-18: «" For these services we are interested in local certification as the work assignments are taking place in Ukraine and the deliverables produced and issued will be used in Ukraine. So, we will consider Ukrainian certifications/qualifications, not the international professional association memberships.."» 1. Will there be updates made to Annex_A_Key_Experts_matrixes.xlsx concerning the roles of:- Project Manager - Health, Safety, and Environmental Engineerbased on Ukrainian legislation and regulations, as per the following links:https://zakon.rada.gov.ua/laws/show/3038-17#Text https://zakon.rada.gov.ua/laws/show/687-14https://register.nqa.gov.ua/profstandart/golovnij-inzener-proektuhttps://register.nqa.gov.ua/profstandart/inzener-proektuvalnik 2. To define our future strategy for participating in the procurement, could you specify which prevailing class of consequences (liability) corresponds to CC2 or CC3 projects and if this will be reflected in your documentation? **********************************1. Our requirements are related to the education, number of years in the profession, and nature of the project a proposed candidate was involved in. These requirements are very practical, and supplement formal mandatory requirements. They neither contradict nor replace formal requirements set by the local legislation. To work in Ukraine, local legislation requirements are the must and shall be met. Respectively, there will be no amendments to the Key Experts Matrix. 2. We are unable to foresee the CC categories of the future projects at this moment in time. Moreover, it is the designer's responsibility to determine the CC category at the beginning of the design process, in most cases.Thank you.Best regards,UNOPS Procurement Team
Edited on:
23-Apr-2025 11:43
Edited by:
webservice@unops.org
New clarification added: Questions regarding the registration of B. Key Experts Matrix.1. There is no Geodetical Engineer in the "Technical specialty" column. How can it be entered there?2. In the "Technical specialty" column, Health, Safety and Environmental Engineer is divided separately into Health and separately into Safety and Environmental. Is this not a mistake?3. It is not possible to specify lots in the "Lot proposed for" column. How to fill this column?***********************Please see our asnwers below:1. The profile has now been added, please see Rev. no 3 of the RFP and the update Annex A. 2. The issue has been fixed, please see Rev. no 3 of the RFP and the update Annex A.3. Please try to upload the excel sheet in Google sheets and check if you can select the lots. This document was originally created in Google sheets, as UNOPS is a Google powered organization. If the issue persists, kindly let us know again.Thank you.Best regards,UNOPS Procurement Team
Edited on:
22-Apr-2025 15:25
Edited by:
webservice@unops.org
New amendment added #3: Revision No. 3 summary of revisions:1. Annex_A_Key_Experts_matrixes is revised to rectify errors with Tab B and more specifically to add the profile Geodetical Engineer and fix the typo error with the Health, Safety & Environmental Engineer.2. Document Rev. 2 RFP/2025/56863 - 04 Section II, III, IV, V is now replaced with document Rev. 3 RFP/2025/56863 - 04 Section II, III, IV, V, where the technical criterion 1.2 in Part 1: Offeror’s qualification, capacity, expertise and geographical presence, replaces "...experience on similar engagements done in the region/country..." with "...experience on similar engagements done in Ukraine..." for clarification purposes.
Edited on:
22-Apr-2025 15:10
Edited by:
webservice@unops.org
New clarification added: Dear Sir/Madam,As a multi-disciplinary firm with a global presence in over 30 countries, including significant experience with international clients such as various UN agencies, we would like to address the requirement for a state registration certificate. Given the international nature of our operations, we find it neither practical nor economically feasible to obtain local registration in every country at the bidding stage.In accordance with practices followed in other jurisdictions, such as Hungary and Lithuania, our company typically completes local registration only upon the award of the contract. In light of this, we kindly request confirmation that, should we be awarded the contract, our commitment to finalize the necessary local registration promptly and provide the required state registration certificate—without impacting the project implementation—will be considered acceptable.*******************Bidders may consider a Joint Venture with another firm that meets the required criteria. Bidders, either individually or members of a Joint Venture, must meet the criteria laid out for such arrangements in the set of criteria.Thank you.Best regards,UNOPS Procurement Team
Edited on:
22-Apr-2025 13:19
Edited by:
webservice@unops.org
New clarification added: The UNOPS answers can be found below the questions, in italic fonts.***************************************In section II Evaluation Crireria , 1. FORMAL AND ELIGIBILITY CRITERIA, para. 4, it is required the following: Bidder is a legally registered entity under the laws of Ukraine (or has a representative/branch office legally registered in Ukraine) and shall provide UNOPS with the copy of state registration certificate or equivalent document. We please to clarify if, in case of Joint Venture, only one member of the JV must be registered in Ukraine.Please refer to the RFP rev. 1 posted on 16 April 2025 and rev. 2 posted on 18 April 2025.Regaring the required technical references, we please to clarify if the references of the subcontractor will be considered as valid references.Please refer and read carefully the qualification criteria and more specifically criterion no. 3 (experience).We please you to confirm that railways lines, roads and buildings as stations are considered as basic infrastructures as follows:●Restoration of basic infrastructure: Reconstructing utilities such as water supply, electricity, heating, and sanitation systems, to ensure essential services are operational.● Healthcare and medical facilities: Rebuilding and equipping hospitals, clinics, and mental health facilities, including providing essential medical equipment, supplies, and rehabilitation of services to ensure access to healthcare.● Educational facilities: Light to medium repairs of schools, kindergartens, and childcare centers, focusing on creating safe, inclusive learning environments with resources to support both in-person and digital learning.● Housing and community spaces: Rebuilding damaged homes, residential buildings, and community spaces, prioritizing safe, accessible, and resilient housing for displaced families and returning communities.● Emergency response infrastructure: Strengthening emergency services and facilities, such as fire stations and rescue services, and improving response systems to help communities withstand future crises and rebuild more resiliently.● Mine action: Clearing explosive hazards from infrastructure sites in Ukraine, removing and managing debris to create secure, clear spaces for reconstruction and community use.Railways lines, roads and buildings as stations are considered as basic infrastructure.Referring to section II Evaluation Crireria, 3. TECHNICAL CRITERIA, "Part 1: Part 1: Offeror’s qualification, capacity, expertise and geographical presence", paragraph 1.2 , Please explaing what do you mean with "Region " and "coutry" in the following context:The offeror has relevant specialized knowledge and experience on similar services done in the region or country. Relevance of specialised knowledge in the local context (i.e. infrastructure rehabilitation, humanitarian assistance and development context) and experience on similar engagements done in the region/country working with the UN and/or International Organizations, NGOs and/or Government entities.Please refer to RFP rev. 1 posted on 16 April 2025 and rev. 2 posted on 18 April 2025, by country or region, it is meant Ukraine.Please confirm that the Bidder can participate to one or more Lots and if so, if the bidder can be awarded more than 1 lot.Confirmed in alignment with the RFP Particulars/Partial proposals.Considering the complexity of the project we are kindly asking a postponement of at least 2 weeks. An extension of the deadline beyond the one given until 12 May is not envisaged at the moment.Could you please indicate the maximum number of shortlisted companies for this framework?As per the RFP particulars/ Evaluation method details Proposals shall be evaluated as specified in the documents titled Section I: Instructions to Offerors and Section II: Evaluation Method and Criteria.A max. of 8 bidders will be selected per Lot.Regarding the Balance Sheet, please confirem that you need the last 3 audited balance sheets (in our country at the moment the last audited Balance is for 2023)This excpetion may be considered, if the bidders provides sufficient evidence and justification on the reasons an audited/certified financial statement was not issued for 2024.Thank you.Best regards,UNOPS Procurement Team
Edited on:
22-Apr-2025 13:14
Edited by:
webservice@unops.org
New clarification added: Dear Sir / Madam,In case an international company is interested in bidding only for the Design Review lot, could you please condirm that it would not be necessary that it be registered in Ukraine?Thank you and kind regards,***************UNOPS wishes to inform that the RFP requirements apply equally to all LOTS.Thank you.Best regards,UNOPS Procurement Team
Edited on:
22-Apr-2025 12:38
Edited by:
webservice@unops.org
New clarification added: Dear Sir / Madam,Financial statements in Ukraine are accepted in electronic form. The confirmation of receipt of financial statements is a receipt from the State Tax Service of Ukraine. Is a translation of such a receipt sufficient as certification of the statements?********************We confirm that a translation of the electronic form receipt and the original are sufficient.Thank you.Best regards,UNOPS Procurement Team
Edited on:
22-Apr-2025 09:10
Edited by:
webservice@unops.org
New clarification added: Dear Sir/MadamAccording to Section I 2. QUALIFICATION CRITERIA: it is sufficient to provide a description for each completed project, a link to the public procurement website (Prozorro), and references to confirm experience or is it necessary to add a translation of the contracts into English?*******************It is sufficient, however UNOPS may reach out to past clients for verification purposes. A suplementary translation in English would be appreciated.Thank you.Best regards,UNOPS Procurement Team
Edited on:
22-Apr-2025 09:06
Edited by:
webservice@unops.org
New amendment added #2: Revision No. 2:The Formal & Eligibility Criterion in document Rev. 1 RFP/2025/56863 - 04 Section II, III, IV, V:The offeror is incorporated and maintains all required licenses and certifications to operate as required by law in the country of registration (Bidder must submit relevant registration, certifications and licenses).In case of a Joint Venture each member must meet this criterion and for at least one of the members the country of registration and incorporation must be Ukraine.is now being revised for clarification purposes, with the publication of Rev. 2 RFP/2025/56863 - 04 Section II, III, IV, V as follows:The offeror is incorporated and maintains all required licenses and certifications to operate as required by law in Ukraine. (Bidder must submit relevant registration, certifications and licenses).In case of a Joint Venture, for at least one of the members the country of registration and incorporation must be Ukraine, while the other member(s) must be incorporated and maintain all required licenses and certifications to operate as required by law in the country of establishment/incorporation.
Edited on:
18-Apr-2025 20:53
Edited by:
webservice@unops.org
New clarification added: Dear Sir/Madam,We would like to kindly request an extension of the submission deadline for at least 3 weeks (till 26th of May) due to the upcoming Easter vacations season and the amount of documentation that needs to be searched and prepared.*************************The RFP deadlines are extended as follows:RFP Deadline2025-05-12 08:00 UTC Deadline for RFP clarifications2025-05-05 15:00 UTC Unfortunately, due to imminent needs for the services we do not envisage a further extension.Best regards,UNOPS Procurement Team
Edited on:
18-Apr-2025 09:58
Edited by:
webservice@unops.org
New clarification added: *UNOPS answers in italic fonts under each question*Dear UNOPS Procurement Team, We have the following 2 questions regarding UNOPS tender RFP/2025/56863: Question 1:Clause 2.1. Financial Capacity.A copy of the audited financial statements for the last three (3) financial years. In a JV of an international and a Ukrainian company the Ukrainian company does not have an external audit of financial statements according to international standards, as this is not a mandatory requirement under Ukrainian law. Is it possible that the international company (with no legally registered entity in Ukraine) can supply the required financial statements? Or do you accept the financial statements that are not audited by an external auditor?In the RFP Rev. 1 of 17 April 2025, for the Qualification Criterion/1. Financial capability, the description of the required documents has changed to "Copy of audited or certified financial statements for the last three (3) fiscal years" from "Copy of audited financial statements for the last three (3) fiscal years". Therefore, financial statements need to be either audited or a certified by a Third Party such as an independed audit firm or the country's Tax Authorities. Question 2:Is it mandatory that in a JV both parties, the Ukrainian and the international partner need to have a legally registered entity in Ukraine?Please note that Section I, Instructions to Offerors, Article 4, does not answer this question. In the RFP Rev. 1 of 17 April 2025, the eligibility criteria on JVs have been clarified both in the eSourcing platform and the updated document titled Rev. 1 RFP/2025/56863 - 04 Section II, III, IV, V.More specifically, please note the Eligibility & Formal Criterion: The offeror is incorporated and maintains all required licenses and certifications to operate as required by law in the country of registration (Bidder must submit relevant registration, certifications and licenses).In case of a Joint Venture each member must meet this criterion and for at least one of the members the country of registration and incorporation must be Ukraine.andfurthermore, the qualification Criteria on experience that provide more clarity on JVs.
Edited on:
18-Apr-2025 09:53
Edited by:
webservice@unops.org
New clarification added: *UNOPS answers in italic fonts under each question*Dears - we are actively delivering projects in the Ukraine on behalf of international development agencies. We have a first hand understanding of the regulatory requirements and the need for ceritfied specialists in order to advance projects in Ukraine.To assist us in understanding your needs (and thus refining our approach to suit) can you please clarify the following;1. In reference to infrastructure design standards for this assignment, could UNOPS please clarify whether the expectation is to align designs strictly with international (e.g. IEC, Eurocodes, IBC, etc.) standards, or if there is a requirement to comply with legacy national (Ukrainian or Soviet-era) building codes and norms? Furthermore, if modernization of infrastructure is a program objective, can you confirm whether engineering consultants are expected to prioritize modern, internationally recognized design standards in their approach? This clarification will help us ensure that all design assumptions, engineering calculations, and documentation are fully aligned with your quality and regulatory expectationsCompliance with local regulations is a must for Ukraine. If any other requirements will be applicable, a consultant shall consider both UA and other requirements and make design/analysis/services/products compliant with more demanding requirements.2. With reference to the evaluation criteria, and in particular the requirement for certified specialists in accordance with local legislation, could UNOPS please clarify whether internationally qualified engineers with globally recognized professional certifications (e.g., Chartered Engineer, PE, etc.) and proven experience in applying international design codes (e.g., Eurocodes, IEC, IBC) are considered acceptable and competitive within the evaluation framework provided — especially where modernization of infrastructure and alignment with international standards may be a project objective? For these services we are interested in local certification as the work assignments are taking place in Ukraine and the deliverables produced and issued will be used in Ukraine. So, we will consider Ukrainian certifications/qualifications, not the international professional association memberships.*Bidder* has successfully delivered projects for other international development agencies using an integrated model, whereby our international engineering design team worked closely with a local Ukrainian partner (a certified engineering consultant) responsible for managing formal interactions with Ukrainian authorities on engineering design and technical compliance. Given the dual-language requirement and the complex stakeholder environment often encountered in Ukraine, we found this division of roles — pairing international expertise with locally accredited technical authority — to be particularly effective in ensuring regulatory compliance, stakeholder confidence, and design excellence. Is this approach deemed acceptable/desirable by UNOPS?UNOPS will consider and evaluate any response that meets the ToR requirements & evaluation criteria.
Edited on:
18-Apr-2025 09:35
Edited by:
webservice@unops.org
New amendment added #1: Summary of the revisions:The RFP deadline is extended to 12 May 2025, 11:00 am (Ukraine time)The ToR has been revised to reflect a clearer CoOs award methodology language (p.21 of the ToR).The 1st prebid meeting minutes of 14 April are uploaded.In the document SECTION II: EVALUATION METHOD AND CRITERIA the evaluation criteria (only) have been either revised and/or clarified to provide clearer instructions on Joint Ventures. Bidders are expected to take note of the changes and read carefully the provisions on Joint Ventures requirements, particularly the Qualification Criterion in relation to Experience, which now reads: "Experience: Offeror (and/or its partner as a Joint Venture partner or similar and/or its subcontractor(s) offered for this case) has proven experience in successfully delivering at least similar five (5) engineering services/works contracts indicated against a specific lot under Section V - Requirements, Schedule 3: [Requirements of the Employer] in any one of the last three (3) years in Ukraine. In case of a Joint Venture at least one of the members must meet the criterion for Ukraine specific experience but each member must meet the experience criterion, i.e. proven experience in successfully delivering at least similar five (5) engineering services/works contracts indicated against a specific lot under Section V - Requirements, Schedule 3: [Requirements of the Employer] in any one of the last three (3) years.In the case of 2 or more JV members that both have proven experience in Ukraine and are established/incorporated in Ukraine, at least one JV member must fulfill the five (5) engineering services/works contracts in any one of the last three (3) years in Ukraine, while the other(s) JV member(s) must have proven experience in successfully delivering at least similar two (2) engineering services/works contracts indicated against a specific lot under Section V - Requirements, Schedule 3: [Requirements of the Employer] in any one of the last three (3) years.The evaluation criteria in Tab Criteria have been revised, as described and in accordance with point 4 above.For the Qualification Criterion/1. Financial capability, the description of the required documents has changed to "Copy of audited or certified financial statements for the last three (3) fiscal years" from ""Copy of audited financial statements for the last three (3) fiscal years"Section 3.9 of Rev. 1 RFP_2025_56863 - 04 Section II, III, IV, V has been updated to introduce relevant Insurance Requirements.
Edited on:
17-Apr-2025 18:57
Edited by:
webservice@unops.org
New clarification added: Dear Sir / Madam,In order us to fill the form 0.13 Proposal/No Proposal Confirmation, please provide us the following;Name and office of contact person in UNOPS for "Section-To"UNOPS contact person’s email for "Section-Email"Thank you in advance,*************1. UNOPS UAMCO Procurement Unit2. procurement.ua@unops.orgThank you.Best regards,UNOPS Procurement Team
Edited on:
15-Apr-2025 14:41
Edited by:
webservice@unops.org
New clarification added: Dear Sir / Madam,Please clarify whether we need to provide 20+ past experience in order to get the 10 points as per the Section II: Evaluation Method and Criteria Part1 No:1.2 as copied below or not:"The offeror has relevant specialized knowledge and experience on similar services done in the region or country. Relevance of specialised knowledge in the local context (i.e. infrastructure rehabilitation, humanitarian assistance and development context) and experience on similar engagements done in the region/country working with the UN and/or International Organizations, NGOs and/or Government entities. Offerors are expected to have carried out a minimum of 5 work assignments in the past 3 years (2022-RFP deadline). The work assignments must meet the above description requirements in terms of context and scope of work and shall be measured either as a call-off order, service contract, etc., or a combination of scope of work, location and disciplines of consultants involved.Criterion evaluation methodology: The technical evaluation committee will first review the work assignments carried out by the bidders as stated in their past experience and will allocate points based on the number of successfully completed works. For a higher number of the 5 minimum required work assignments, bidders will obtain points as per below: ● 5-10 work assignments = 4 points ● 11-20 work assignments = 8 points ● 20+ work assignments = 10 points "Thank you in advance,********************Correct, however the past experience required for obtaining the technical merit points must be in the context of relevant specialized knowledge and experience on similar services done in the region or country, as described in this criterion.Thank you.Best regards,UNOPS Procurement Team
Edited on:
15-Apr-2025 14:38
Edited by:
webservice@unops.org
New clarification added: Please could you clarify/confirm if the tender is seeking to appoint only firms registered and with a presence in Ukraine? Please include clarification if the requirements with respect to registration and local presence apply only to the lead firm in the case of a consortium (i.e. could international firms offer support and/or some key personnel if working with a locally registered firm)?**************As per the Eligibility and formal criteria/1.4 Bidder is a legally registered entity under the laws of Ukraine (or has a representative/branch office legally registered in Ukraine) and shall provide UNOPS with the copy of state registration certificate or equivalent document.andDocument SECTION I: INSTRUCTIONS TO OFFERORS/Article 4 OFFEROR ELIGIBILITY "...In the case of a Joint Venture, consortium or association:... (iv) Each Joint Venture, consortium, or association member shall meet the offeror eligibility conditions. The eligibility conditions for the offerors under this article also apply to any sub-consultant..."Thank you.Best regards,UNOPS Procurement Team
Edited on:
15-Apr-2025 14:33
Edited by:
webservice@unops.org
New clarification added: Dear Sir / Madam,In Section II: Evaluation Method and Criteria Part1 No:1.2: we have understood that in order to have the full points from this section which is 10 points, we need to provide details of 20+work assignments in the past 3 years Relevance of specialised knowledge in the local context (i.e. infrastructure rehabilitation, humanitarian assistance and development context) and experience on similar engagements done in the region/country working with the UN and/or International Organizations, NGOs and/or Government entities.We do not think this 20+ work assignment requirement is applicable due to the situtations in Ukraine.Please advise? ********************************Reconstruction and rehabilitation, infrastructure activities have been underway in Ukraine despite the challenging situation and security risks. Engineering consultancy firms have been supporting private and public funded infrastrcture activities since the start of the full scale war. Hence, UNOPS, UNICEF and UNDP are looking to engage local partners with experience and knowledge in this context. More details can be found in the Terms fof Reference. As such, technical criterion 4.2 is applicable. Please also note the qualification criterion 3.3 that succesful bidders must meet as well.Thank you.Best regards,UNOPS Procurement Team
Edited on:
15-Apr-2025 13:55
Edited by:
webservice@unops.org
New clarification added: Dear Sir / Madam,We kindly request you to extend the due date by 2 weeks due to the extensive document preparation and upcoming holiday period.Thank you in advance*************************Due to the exigency situation in Ukraine and imminenet business needs for the services, an extension of the RFP deadline is not foreseen at this stage.Thank you for your understanting.Best regards,UNOPS Procurement Team
Edited on:
15-Apr-2025 13:46
Edited by:
webservice@unops.org
New clarification added: Dear Sir or Madame,Could you please let us know with which organization / company the contract will be concluded in case of order? In the documents there are mentioned 3 UN organizations. Or will the contract be concluded with the UN HQ in New York?We would need the address of the contractual partner to clarify tax aspects.Thank you very much in advance. *****************Dear Sir/Madam,Each Agency will sign individual contracts that will result from the established Long Term Agreements.For information regarding taxes and duties, please refer to the document SECTION I: INSTRUCTIONS TO OFFERORS/Article 19 DUTIES AND TAXES.Thank you.Best regards,UNOPS Procurement Unit
Edited on:
15-Apr-2025 12:36
Edited by:
webservice@unops.org
New clarification added: Dear Sir / Madam,In the case of a Joint Venture, does both parties have to register in UNGM portal or only one of them is enough? if both of them must be registered, from which partner's account the proposal should be sent?Thank you in advance. *************************************** Dear Bidder, Thank you for your question. All Joint Venture/Consortium/Association partners must be registered on UNGM. When a Joint Venture/Consortium/Association submits an offer, the bid submission documents must be submitted in the name of (and from the UNGM account of) the leading partner. As per SECTION I: INSTRUCTIONS TO OFFERORS/ Article 4 OFFEROR ELIGIBILITY: "....If an offeror does not have all the expertise required for the provision of the Services described in the RFP, the offeror may submit a proposal in association with other entities, particularly with an entity in the country where the Services are to be provided. In the case of a Joint Venture, consortium or association:..." and "...iv) Each Joint Venture, consortium, or association member shall meet the offeror eligibility conditions....". Best regards, UNOPS UAMCO Procurement Team
Edited on:
08-Apr-2025 09:05
Edited by:
webservice@unops.org
New clarification added: Dear Sir / Madam,In the case of a Joint Venture between an international firm and a local Ukrainian firm, could you please confirm that it is not necessary for the international firm to be registered in Ukraine and that it would be sufficient to have only the local firm registered with the relevant authorities in Ukraine?***************************************Please read carefully document SECTION I: INSTRUCTIONS TO OFFERORS/ Article 4 Oferror Eligibility. If you have more questions, kindly let us know again in writing.Thank you.Best regards,UNOPS UAMCO Procurement Team
Edited on:
07-Apr-2025 19:39
Edited by:
webservice@unops.org