REQUEST FOR QUOTATION (RFQ)
RFQ Reference: UNDP-IRQ-01445 Date: 23 September 2024
Rehabilitation & Supply of furniture for National Security Building in Zummar-Zummar
Subdistrict-Talafar District-Ninawa Governorate.
SECTION 1: REQUEST FOR QUOTATION (RFQ)
UNDP kindly requests your quotation for the provision Rehabilitation & Supply of furniture for National Security
Building in Zummar-Zummar Subdistrict-Talafar District-Ninawa Governorate as detailed in this RFQ.
This Request for Quotation comprises the following documents:
Section 1: This request letter.
Section 2: RFQ Instructions and Data
Annex 1: SCHEDULE OF REQUIREMENTS
Annex 2: Quotation Submission Form
Annex 3: Technical And Financial Offer – Works
Annex 4: Joint venture Form (if applicable)
Appendix 1: SoW
Appendix 2: BoQ
Appendix 3: Technical Compliance Sheet
Appendix 4: Electrical Technical Compliance Sheet
Appendix 5: Civil & Sanitary drawings
Appendix 6: Electrical Specifications
Appendix 7: Furniture Annex
Site visit is mandatory. The bidders are required to conduct the MANDATORY physical site visit for complete understanding of
Scope of Work prior sending the formal bid to UNDP. The cost of visiting the site shall be at the bidder’s own expense. Failure to
investigate the site shall not relieve the bidder from responsibility for his/her estimation of the offer price.
The site visit will be conducted as per below schedule:.
Focal Person Contact Details:
Focal Person: Engineer Briyar Bahalddin
Mobile No: +964 750 499 5832
Email:
[email protected] Site visit date and time:
Date: 29th September 2024
Time: from 11:00 AM Till 12:00 PM.
Location: The project is located in Zummar Subdistrict—Telafar Distrcit.
Coordinates: 36.656112, 42.597509
When preparing your quotation, please be guided by the RFQ Instructions and Data. Please note that quotations must be submitted
directly in the system responding to the questions and uploading required documents by the date and time indicated in the online
portal. It is your responsibility to ensure that your quotation is submitted before the deadline. Quotations received after the
submission deadline outside the online portal, for whatever reason, will not be considered for evaluation.
Quotations must be submitted directly in NextGenERP supplier portal following this
link: http://supplier.quantum.partneragencies.org using the profile you may have in the portal.
RFQ – UNDP-IRQ-01445 1
Follow the instructions in the user guide to search for the tender using Negotiation ID in this document.
In case you have never registered before, follow this link to register a profile:
https://estm.fa.em2.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000127715297&_adf.ctrl-
state=azywmctp_1&_afrLoop=6329722925931702&_afrWindowMode=0&_afrWindowId=null&_afrFS=16&_afrMT=screen&_afrMF
W=1042&_afrMFH=575&_afrMFDW=1280&_afrMFDH=720&_afrMFC=8&_afrMFCI=0&_afrMFM=0&_afrMFR=144&_afrMFG=0&_afr
MFS=0&_afrMFO=0
in line with guides available in UNDP website: https://www.undp.org/procurement/business/resources-for-bidders
Do not create a new profile if you already have one. Use the forgotten password feature in case you do not remember the password
or the username from previous registration.
Bidders, who registered on the Quantum, will be able to download the complete bidding documents from the UNDP website at:
https://procurement-notices.undp.org/index.cfm
“Bidders can download the complete tender documentation from the UNDP website upon registration”
Thank you and we look forward to receiving your quotations.
RFQ – UNDP-IRQ-01445 2
SECTION 2: RFQ INSTRUCTIONS AND DATA
Introductio Bidders shall adhere to all the requirements of this RFQ, including any amendments made in writing
n by UNDP. This RFQ is conducted in accordance with the UNDP Programme and Operations Policies
and Procedures (POPP) on Contracts and Procurement
Any Bid submitted will be regarded as an offer by the Bidder and does not constitute or imply the
acceptance of the Bid by UNDP. UNDP is under no obligation to award a contract to any Bidder as a
result of this RFQ.
UNDP reserves the right to cancel the procurement process at any stage without any liability of any
kind for UNDP, upon notice to the bidders or publication of cancellation notice on UNDP website.
Deadline Deadline is indicated in the online portal.
for the • If any doubt exists as to the time zone in which the quotation should be submitted,
Submission
of refer to http://www.timeanddate.com/worldclock/.
Quotation • Complete Bids must be received by UNDP in the manner, and no later than the date
and time, specified in the NextGenERP. UNDP shall only recognise the actual date and
time that the bid was received by UNDP
UNDP shall not consider any Bid that is received after the deadline for the submission of Bids.
Method of Quotations must be submitted through Quantum (http://supplier.quantum.partneragencies.org/)
Submission
• File Format: All attachments must be in PDF format.
• File names must be in Latin alphabet/keyboard and clearly indicate the content of the
document to facilitated review.
All files must be free of viruses and not corrupted.
Cost of UNDP shall not be responsible for any costs associated with a Supplier’s preparation and submission
preparation of a quotation, regardless of the outcome or the manner of conducting the selection process.
of
quotation
Supplier All prospective suppliers must read the United Nations Supplier Code of Conduct and acknowledge
Code of that it provides the minimum standards expected of suppliers to the UN. The Code of Conduct, which
Conduct, includes principles on labour, human rights, environment and ethical conduct may be found at:
Fraud, https://www.un.org/Depts/ptd/about-us/un-supplier-code-conduct
Corruption, Moreover, UNDP strictly enforces a policy of zero tolerance on proscribed practices, including fraud,
corruption, collusion, unethical or unprofessional practices, and obstruction of UNDP vendors and
requires all bidders/vendors to observe the highest standard of ethics during the procurement
process and contract implementation. UNDP’s Anti-Fraud Policy can be found at
http://www.undp.org/content/undp/en/home/operations/accountability/audit/office_of_audit_andi
nvestigation.html#anti
Gifts and Bidders/vendors shall not offer gifts or hospitality of any kind to UNDP staff members including
Hospitality recreational trips to sporting or cultural events, theme parks or offers of holidays, transportation, or
invitations to extravagant lunches, dinners or similar. In pursuance of this policy, UNDP: (a) Shall
reject a bid if it determines that the selected bidder has engaged in any corrupt or fraudulent
practices in competing for the contract in question; (b) Shall declare a vendor ineligible, either
indefinitely or for a stated period, to be awarded a contract if at any time it determines that the
vendor has engaged in any corrupt or fraudulent practices in competing for, or in executing a UNDP
contract.
Conflict of UNDP requires every prospective Supplier to avoid and prevent conflicts of interest, by disclosing to
Interest UNDP if you, or any of your affiliates or personnel, were involved in the preparation of the
requirements, design, specifications, cost estimates, and other information used in this RFQ. Bidders
shall strictly avoid conflicts with other assignments or their own interests, and act without
consideration for future work. Bidders found to have a conflict of interest shall be disqualified.
RFQ – UNDP-IRQ-01445 3
Bidders must disclose in their Bid their knowledge of the following: a) If the owners, part-owners,
officers, directors, controlling shareholders, of the bidding entity or key personnel who are family
members of UNDP staff involved in the procurement functions and/or the Government of the country
or any Implementing Partner receiving goods and/or services under this RFQ.
The eligibility of Bidders that are wholly or partly owned by the Government shall be subject to
UNDP’s further evaluation and review of various factors such as being registered, operated and
managed as an independent business entity, the extent of Government ownership/share, receipt of
subsidies, mandate and access to information in relation to this RFQ, among others. Conditions that
may lead to undue advantage against other Bidders may result in the eventual rejection of the Bid.
General Any Purchase Order or contract that will be issued as a result of this RFQ shall be subject to the
Conditions General Conditions of Contract
of Contract Select the applicable GTC:
☐ General Terms and Conditions / Special Conditions for Contract.
Applicable Terms and Conditions and other provisions are available at UNDP/How-we-buy
Special ☒Termination of PO/Contract if the delivery/completion is delayed by 30 days
Conditions
of Contract
Eligibility A vendor who will be engaged by UNDP may not be suspended, debarred, or otherwise identified as
ineligible by any UN Organization or the World Bank Group or any other international Organization.
Vendors are therefore required to disclose to UNDP whether they are subject to any sanction or
temporary suspension imposed by these organizations. Failure to do so may result in termination of
any contract or PO subsequently issued to the vendor by UNDP.
It is the Bidder’s responsibility to ensure that its ultimate beneficial owners, employees, joint venture
members, sub-contractors, service providers, suppliers and/or their employees meet the eligibility
requirements as established by UNDP.
Bidders must have the legal capacity to enter a binding contract with UNDP and to deliver in the
country, or through an authorized representative.
Currency of Local currency IQD
Quotation Iraqi Dinars
Local company’s must provide the offer in local currency in IQD
International companies to provide the offer in either IQD or USD, UNDP will convert the currency
quoted in the Bid into the UNDP preferred currency, in accordance with the prevailing UN
operational rate of exchange on the last day of submission of Bids
Joint If the Bidder is a group of legal entities that will form or have formed a Joint Venture (JV), Consortium
Venture, or Association for the Bid, they shall confirm in their Bid that : (i) they have designated one party to act
Consortium as a lead entity, duly vested with authority to legally bind the members of the JV, Consortium or
or Association jointly and severally, which shall be evidenced by a duly notarized Agreement among the
Association legal entities, and submitted with the Bid; and (ii) if they are awarded the contract, the contract shall
be entered into, by and between UNDP and the designated lead entity, who shall be acting for and on
behalf of all the member entities comprising the joint venture, Consortium or Association.
Refer to Clauses 19 – 24 under Solicitation policy for details on the applicable provisions on Joint
Ventures, Consortium or Association.
In a case of JV, the bid submission through Quantum must be made by the leader company only .
Only one The Bidder (including the Lead Entity on behalf of the individual members of any Joint Venture,
Bid Consortium or Association) shall submit only one Bid, either in its own name or, if a joint venture,
Consortium or Association, as the lead entity of such Joint Venture, Consortium or Association.
Bids submitted by two (2) or more Bidders shall all be rejected if they are found to have any of the
following:
a) they have at least one controlling partner, director or shareholder in common; or b) any one of them
receive or have received any direct or indirect subsidy from the other/s; or
b) they have the same legal representative for purposes of this RFQ; or
RFQ – UNDP-IRQ-01445 4
c) they have a relationship with each other, directly or through common third parties, that puts them
in a position to have access to information about, or influence on the Bid of, another Bidder regarding
this RFQ process;
d) they are subcontractors to each other’s Bid, or a subcontractor to one Bid also submits another Bid
under its name as lead Bidder; or
e) some key personnel proposed to be in the team of one Bidder participates in more than one Bid
received for this RFQ process. This condition relating to the personnel, does not apply to
subcontractors being included in more than one Bid.
Duties and Article II, Section 7, of the Convention on the Privileges and Immunities provides, inter alia, that the
taxes United Nations, including UNDP as a subsidiary organ of the General Assembly of the United Nations,
is exempt from all direct taxes, except charges for public utility services, and is exempt from customs
restrictions, duties, and charges of a similar nature in respect of articles imported or exported for its
official use. All quotations shall be submitted net of any direct taxes and any other taxes and duties,
unless otherwise specified below:
All prices must:
☒ be inclusive of VAT and other applicable indirect taxes
☐ be exclusive of VAT and other applicable indirect taxes
Language of English
quotation Including documentation including catalogues, instructions and operating manuals.
Documents Bidders shall include the following documents in their quotation:
to be
submitted 1. ANNEX 1: Schedule of Requirements duly completed (signed and stamped).
2. Annex 2: Quotation Submission Form duly completed (signed and stamped).
3. Annex 3: Technical and Financial Offer duly completed (signed and stamped) and in
accordance with the Schedule of Requirements.
4. Signed Joint Venture Form if the submission based on Joint Venture.
5. Filled, signed and Stamped BOQ in pdf and excel version.
6. Company Profile including printed brochures and product catalogues relevant to the
goods/services being procured.
7. Registration certificate of the business, including Articles of Incorporation, or equivalent
document if Bidder is not a corporation.
8. List and value of projects performed for the last 07 years plus client’s contact details who
may be contacted for further information on those contracts.
9. List and value of ongoing Projects with UNDP and other national/multi-national organizations
with contact details of clients and current completion ratio of each ongoing project.
10. Statement of satisfactory from the top 2 clients in terms of Contract value in similar fields
during the last 7 years.
11. Last five years Audited Financial Statement (Income Statement and Balance Sheet) including
Auditor’s Report for the past five years (2019, 2020, 2021 and 2022). The bidders having
completed certified audited financial statement for 2023 can also submit the report which
will be considered for evaluation.
12. Minimum 2 similar contracts for Renovation/rehabilitation/construction projects
successfully completed during the last Seven (7) years.
Minimum of one Project equal and above IQD 300,000,000 successfully completed during the last
7 years
Note: In case of JV the Lead Party shall meet the requirement of minimum 1 project similar in
nature. The lead partner must meet the minimum requirement of one project similar in
nature successfully completed during the last 7 years .
13. Implementation Plan/Timetable for 240 Calendar days (must indicating detailed list of tasks,
duration, and allocated resources per task as per the requirement).
14. Duly Completed, Signed and stamped Compliance Sheet/s.
15. Duly signed furniture annex
16. Catalog of supplies items.
17. Declaration of Warranty on supplied goods for 1 Year;
RFQ – UNDP-IRQ-01445 5
18. key personnel, the below CVs should be submitted:
# Position Minimum Education Minimum Experiences
7 years of experience
B.Sc. Civil of work of an
1 Project Manager
Engineering equivalent nature and
volume
5 years of experience
B.Sc. Electical of work of an
2 Electrical Engineer
Engineering equivalent nature and
volume
5 years of experience
B.Sc. Civil of work of an
3 QA/QC Engineer
engineering equivalent nature and
volume
5 years of experience
B.Sc. Engineering of work of an
4 HS&E Engineer
Field equivalent nature and
volume
18. Confirmation of availability of the Equipment as per below requirement:
List of Required Equipment
# Item / Description Minimum Quantity
1 Hydraulic Hammer 1
2 Excavator 1
3 Shovel/ Medium size 1
4 Bobcat/ Mini Shovel 1
5 Concrete Mixer (whenever needed) 3
6 Concrete Pump truck ( whenever needed) 1
7 Diesel trash pump 1
8 Water tanker truck 1
9 Generator of 35 KVA capacity 1
10 Surveying Instrumentation 1
11 Grader 1
12 Concrete Vibrator 3
13 Dump Truck 1
14 Single drum vibratory road roller compactor of 12 ton 1
Single drum sheep feet and vibratory road roller
15 compactor of 12 ton 1
16 Hydraulic Arm Mobile Truck Crane 1
17 Long carrier truck 1
18 Welding machine 2
19 Crane 25 ton. 0
Quotation Quotations shall remain valid for 90 days from the deadline for the Submission of Quotation.
validity
period
Price No price variation due to escalation, inflation, fluctuation in exchange rates, or any other market factors
variation shall be accepted at any time during the validity of the quotation after the quotation has been received.
RFQ – UNDP-IRQ-01445 6
Partial ☒ Not permitted
Quotes
Alternative ☒ Not permitted
Quotes
Payment ☒ Periodic/Monthly progress payments of completed works up to
Terms 100% of contract value duly certified by Programme Manager.
Conditions ☒ Written Acceptance of Goods, Services and Works, based on full compliance with RFQ
for Release requirements
of
Payment
Contact All communications should be through Quantum.
Person for Attention: Quotations shall not be submitted to this address but to the address for quotation
correspond submission above. Otherwise, offer shall be disqualified.
ence, Any delay in UNDP’s response shall be not used as a reason for extending the deadline for submission,
notification unless UNDP determines that such an extension is necessary and communicates a new deadline to
s and the Proposers.
clarification
s
Clarification Requests for clarification from bidders will not be accepted any later than 5 days before the
s submission deadline.
Evaluation ☒The Contract or Purchase Order will be awarded to the lowest price substantially compliant offer.
method
Evaluation
criteria ☒Full compliance with the technical requirements, compliance sheet and specifications in the BOQs.
☒Full acceptance of the General Conditions of Contract of UNDP
☒ Compliance with the implementation period of 240 calendar Days conditions/completion deadline
set by UNDP; and appropriateness of the Implementation Timetable
☒ Minimum annual turnover of IQD 350,000,000 in any single year in the last five years. (For
JV/Consortium/Association, all Parties cumulatively should meet requirement).
☒Minimum 2 similar contracts for Renovation/rehabilitation/construction projects successfully
completed during the last Seven (7) years.
Minimum of one Project equal and above IQD 300,000,000 successfully completed during the last 7
years
Note: In case of JV the Lead Party shall meet the requirement of minimum 1 project similar in nature.
The lead partner must meet the minimum requirement of one project similar in nature successfully
completed during the last 7 years .
☒ Compliance with the requested Statement of satisfactory Performance.
☒ Compliance with the required qualifications of key personnel for this project.
Note: UNDP may request other financial documents such as Credit Line Facility, Bank Statements etc
warranty declaration and to see the bidders’ financial soundness (if required).
UNDP shall verify the financial capacity of the bidder and has the authority to seek references from
concerned parties & banks on the bidder’ financial standing. UNDP has the right to reject any bid if
submitted by a contractor whom investigation leads to a result that he is not Financially capable and/
or had serious financial problems.
UNDP RESERVES THE RIGHT TO REJECT ANY BID THAT DOES NOT INCLUDE THE ABOVE REQUESTED
DOCUMENTS.
Right not to UNDP is not bound to accept any quotation, nor award a contract or Purchase Order
accept any
quotation
RFQ – UNDP-IRQ-01445 7
Right to At the time of award of Contract or Purchase Order, UNDP reserves the right to vary (increase or
vary decrease) the quantity of services and/or goods, by up to a maximum twenty-five per cent (25% ) of
requiremen the total offer, without any change in the unit price or other terms and conditions.
t at time of
award
Type of ☐ Contract for Works
Contract to
be awarded
Expected 01 November 2024
date for
contract
award.
Publication UNDP will publish the contract awards valued at USD 100,000 and more on the websites of the CO
of Contract and the corporate UNDP Web site.
Award
Policies and This RFQ is conducted in accordance with UNDP Programme and Operations Policies and Procedures
procedures
UNGM Any Contract resulting from this RFQ exercise will be subject to the supplier being registered at the
registration appropriate level on the United Nations Global Marketplace (UNGM) website at www.ungm.org.
The Bidder may still submit a quotation even if not registered with the UNGM, however, if the Bidder
is selected for Contract award, the Bidder must register on the UNGM prior to contract signature.
RFQ – UNDP-IRQ-01445 8
ANNEX 1: SCHEDULE OF REQUIREMENTS
Rehabilitation & Supply of furniture for National Security Building in Zummar-Zummar
Subdistrict-Talafar District-Ninawa Governorate
1. PROJECT BACKGROUND
a. Project description: The National security building occupies about 1,000M2 area and is in
Zummar District with approximately 110000 population. The project consists of a one floor+
2 rooms on first floor building that’s consist of one manager room with bathrooms and
bedroom, a meeting room, 6 staff rooms, a kitchen, 3 WCs and shower rooms.
b. Direct and indirect beneficiaries
i. Direct beneficiaries: 16 employees.
ii. Indirect beneficiaries: The project will benefit 110,000 individuals plus the
population of 12 villages neighboring Zummar subdistrict, (51,700 male and
58,300female).
c. Impact and how it will be measured: The impact will be measured by the return of services
to the local population, providing security and law enforcement services which is considered
extremely crucial and result in reduction of the local population having to travel elsewhere for
security issues & law enforcement affairs.
2. LOCATION
The project is located in Zummar Subdistrict—Telafar Distrcit.
Coordinates: 36.656112, 42.597509
3. BUILDING/CONSTRUCTION DESCRIPTION
The building is a newly construct that would be constructed on allocated land of 1,000m2. The
construction will include laying out the foundation centerlines then excavation, casting concrete for
foundation, filling works, under and above DPC masonry works, casting concrete for beams and
overall finishing work.
Finishing work will include installing Steel doors and Windows, applying cement plastering on
outside face and gypsum plastering on inside, installing mosaic tiles, painting, ceramic tiles for walls
and floor in the bathroom and all sanitary works.
The architectural design is subdivided in to one manger including a bedroom and a bathroom with
(7.2X5.0m), 6 staff room with (5.0X4.0M), a kitchen with (4.4X4.2M) the building also includes 3
WC’s and 3 showers.
RFQ – UNDP-IRQ-01445 9
4. DESCRIPTION OF THE DAMAGE
The building is new construct on 1,000m2 area that has been allocated by the local municipality.
5. WORKS ON BRIEF
The rehabilitation work includes civil, sanitary, and electrical works.
a. The civil part of the works includes but not limited to (site preparation, laying out
centerlines, excavation, backfilling works, blinding concrete, foundation, Masonry works,
Reinforced concrete for the slab and beams, plastic suspended celling for bathrooms, Oil,
plastic, and emulsion painting, terrazzo (mosaic) tiles, ceramic tiles for walls, waterproofing
system, installing PVC doors, installing steel windows, installing steel doors Single and
double leaves, installing main gate….etc. As indicated on the BoQ.
b. The sanitary works includes but not limited to Water Tank, Siphon, Ceramic wash basin,
eastern toilet, Western Toilet, roof drainpipes, taps, mixer taps, PPR pipes, PVC pipes, Septic
tank.
c. The electrical works includes but not limited to socket switches, fluorescent lighting, LED
spot lightening, ceiling fan, exhaust fan, split unit air-conditioning, electrical water heater,
main board, sub distribution boards, cables, lighting, ceiling fans, and LED panel fixture, Pipe
earthing system, Generator (60) KVA, Transformer 100KVA…etc. As indicated on the BoQ.
6. DURATION OF THE PROJECT
240 Calendar days
RFQ – UNDP-IRQ-01445 10
ANNEX 2: QUOTATION SUBMISSION FORM
Bidders are requested to complete this form, including the Company Profile and Bidder’s Declaration, sign it and return
it as part of their quotation along with Annex 3: Technical and Financial Offer. The Bidder shall fill in this form in
accordance with the instructions indicated. No alterations to its format shall be permitted and no substitutions shall be
accepted.
Name of Bidder: Click or tap here to enter text.
RFQ reference: Request for Quotation UNDP-IRQ-01445 Date: Click or tap to enter a date.
Company Profile
Item Description Detail
Legal name of bidder or Lead Click or tap here to enter text.
entity for JVs
Legal Address, City, Country Click or tap here to enter text.
Website Click or tap here to enter text.
Year of Registration Click or tap here to enter text.
Legal structure Choose an item.
Are you a UNGM registered ☐ Yes ☐ No If yes, insert UNGM Vendor Number
vendor?
Quality Assurance Certification ☐ Yes ☐ No
(e.g. ISO 9000 or Equivalent) (If
yes, provide a Copy of the valid
Certificate):
Does your Company hold any ☐ Yes ☐ No
accreditation such as ISO 14001
or ISO 14064 or equivalent related
to the environment? (If yes,
provide a Copy of the valid
Certificate):
Does your Company have a ☐ Yes ☐ No
written Statement of its
Environmental Policy? (If yes,
provide a Copy)
Does your organization ☐ Yes ☐ No
demonstrate significant
commitment to sustainability
through some other means, for
example internal company policy
documents on women
empowerment, renewable
energies or membership of trade
institutions promoting such issues
(If yes, provide a Copy)
RFQ – UNDP-IRQ-01445 11
Is your company a member of the ☐ Yes ☐ No
UN Global Compact
Bank Information Bank Name: Click or tap here to enter text.
Bank Address: Click or tap here to enter text.
IBAN: Click or tap here to enter text.
SWIFT/BIC: Click or tap here to enter text.
Account Currency: Click or tap here to enter text.
Bank Account Number: Click or tap here to enter text.
Previous relevant experience: 3 contracts
Name of previous Client & Reference Contract Period of activity Types of activities
contracts Contact Details Value undertaken
including e-mail
Bidder’s Declaration
Yes No
☐ ☐ Requirements and Terms and Conditions: I/We have read and fully understand the RFQ, including the
RFQ Information and Data, Schedule of Requirements, the General Conditions of Contract, and any
Special Conditions of Contract. I/we confirm that the Bidder agrees to be bound by them.
☐ ☐ I/We confirm that the Bidder has the necessary capacity, capability, and necessary licenses to fully meet
or exceed the Requirements and will be available to deliver throughout the relevant Contract period.
☐ ☐ Ethics: In submitting this Quote I/we warrant that the bidder: has not entered into any improper, illegal,
collusive or anti-competitive arrangements with any Competitor; has not directly or indirectly
approached any representative of the Buyer (other than the Point of Contact) to lobby or solicit
information in relation to the RFQ ;has not attempted to influence, or provide any form of personal
inducement, reward or benefit to any representative of the Buyer.
☐ ☐ I/We confirm to undertake not to engage in proscribed practices, , or any other unethical practice, with
the UN or any other party, and to conduct business in a manner that averts any financial, operational,
reputational or other undue risk to the UN and we have read the United Nations Supplier Code of
Conduct :https://www.un.org/Depts/ptd/about-us/un-supplier-code-conduct and acknowledge that it
provides the minimum standards expected of suppliers to the UN.
☐ ☐ Conflict of interest: I/We warrant that the bidder has no actual, potential, or perceived Conflict of
Interest in submitting this Quote or entering a Contract to deliver the Requirements. Where a Conflict
of Interest arises during the RFQ process the bidder will report it immediately to the Procuring
Organisation’s Point of Contact.
☐ ☐ Prohibitions, Sanctions: l/We hereby declare that our firm, ultimate beneficial owners, its affiliates or
subsidiaries or employees, including any JV/Consortium members or subcontractors or suppliers for
any part of the contract is not under procurement prohibition by the United Nations, including but not
limited to prohibitions derived from the Compendium of United Nations Security Council Sanctions Lists
and have not been suspended, debarred, sanctioned or otherwise identified as ineligible by any UN
Organization or the World Bank Group or any other international Organization.
☐ ☐ Bankruptcy: l/We have not declared bankruptcy, are not involved in bankruptcy or receivership
proceedings, and there is no judgment or pending legal action against them that could impair their
operations in the foreseeable future.
☐ ☐ Offer Validity Period: I/We confirm that this Quote, including the price, remains open for acceptance
for the Offer Validity.
RFQ – UNDP-IRQ-01445 12
Yes No
☐ ☐ I/We understand and recognize that you are not bound to accept any Quotation you receive, and we
certify that the goods offered in our Quotation are new and unused.
☐ ☐ By signing this declaration, the signatory below represents, warrants and agrees that he/she has been
authorised by the Organization/s to make this declaration on its/their behalf.
Signature:
Name: Click or tap here to enter text.
Title: Click or tap here to enter text.
Date: Click or tap to enter a date.
RFQ – UNDP-IRQ-01445 13
ANNEX 3: TECHNICAL AND FINANCIAL OFFER - Works
Bidders are requested to complete this form, sign it and return it as part of their bid along with Annex 2: Quotation
Submission Form. The Bidder shall fill in this form in accordance with the instructions indicated. No alterations to its
format shall be permitted and no substitutions shall be accepted.
Name of Bidder: Click or tap here to enter text.
RFQ reference: Request for Quotation UNDP-IRQ-01445 Date: Click or tap to enter a date.
Currency of the Quotation: Click or tap here to enter text.
INCOTERMS: DAP
Item Total price
Description UOM Qty Unit price IQD
No IQD
1.
Total Price IQD
Installation Price Included
Other Charges (specify)
Total Final and All-inclusive Price
Compliance with Requirements
You Responses
Yes, we will No, we If you cannot comply, pls. indicate
comply cannot counter - offer
comply
Minimum Technical Specifications ☐ ☐ Click or tap here to enter text.
Delivery Term (INCOTERMS) ☐ ☐ Click or tap here to enter text.
Delivery Lead Time ☐ ☐ Click or tap here to enter text.
Validity of Quotation ☐ ☐ Click or tap here to enter text.
Payment terms ☐ ☐ Click or tap here to enter text.
Other requirements [pls. specify] ☐ ☐ Click or tap here to enter text.
Other Information:
Estimated weight/volume/dimension of the Click or tap here to enter text.
Consignment:
Country/ies of Origin: Click or tap here to enter text.
(if export licence required this must be submitted
if awarded the contract)
I, the undersigned, certify that I am duly authorized to sign this quotation and bind the company below in event that
the quotation is accepted.
RFQ – UNDP-IRQ-01445 14
Exact name and address of company Authorized Signature:
Company NameClick or tap here to enter text. Date:Click or tap here to enter text.
Address: Click or tap here to enter text. Name:Click or tap here to enter text.
Click or tap here to enter text. Functional Title of Authorised
Signatory:Click or tap here to enter text.
Phone No.:Click or tap here to enter text.
Email Address: Click or tap here to enter text.
Email Address:Click or tap here to enter text.
RFQ – UNDP-IRQ-01445 15
Annex- 4 JOINT VENTURE/CONSORTIUM/ASSOCIATION INFORMATION (If applicable)
Name of bidder: Click or tap here to enter text. Date: Click or tap to enter a
date.
RFQ reference: Click or tap here to enter text.
To be completed and returned with your bid if the bid is submitted as a Joint Venture/Consortium/Association.
No Name of Partner and contact information (address, Proposed proportion of responsibilities (in %)
telephone numbers, fax numbers, e-mail address) and type of goods, works and/or services to be
performed
1 Click or tap here to enter text. Click or tap here to enter text.
2 Click or tap here to enter text. Click or tap here to enter text.
3 Click or tap here to enter text. Click or tap here to enter text.
Name of leading partner
(with authority to bind the JV, Consortium,
Association during the ITB process and, in Click or tap here to enter text.
the event a Contract is awarded, during
contract execution)
We have attached a copy of the below referenced document signed by every partner, which details the likely legal
structure of and the confirmation of joint and severable liability of the members of the said joint venture:
☐ Letter of intent to form a joint ventureOR ☐ JV/Consortium/Association agreement
We hereby confirm that if the contract is awarded, all parties of the Joint Venture/Consortium/Association shall be jointly
and severally liable to Click or tap here to enter text for the fulfilment of the provisions of the Contract.
Name of partner: Name of partner:
___________________________________ ___________________________________
Signature: ______________________________ Signature: _______________________________
Date: ___________________________________ Date: ___________________________________
Name of partner: Name of partner:
___________________________________ ___________________________________
Signature: ______________________________ Signature: _______________________________
Date: ___________________________________ Date: ___________________________________
RFQ – UNDP-IRQ-01445 16
RFQ – UNDP-IRQ-01445 17