Back to tenders & grants page
Re-tender: RFQ-052-PHL-2021: Supply and Delivery of Agrifarm Implements Agriculture Re-tender: RFQ-052-PHL-2021: Supply and Delivery of Agrifarm Implements
Receive Tenders like this by email

Re-tender: RFQ-052-PHL-2021: Supply and Delivery of Agrifarm Implements

Re-tender: RFQ-052-PHL-2021: Supply and Delivery of Agrifarm Implements has been closed on 23 Aug 2021. It no longer accepts any bids. For further information, you can contact the United Nations Development Programme

Bellow, you can find more information about this project: 

Location: Philippines

General information

Donor:

United Nations Development Programme

Industry:

Agriculture

Status:

Closed

Timeline

Published:

06 Aug 2021

Deadline:

23 Aug 2021

Value:

Not available

Contacts

Description

http://procurement-notices.undp.org/view_notice.cfm?notice_id=81671
Re-tender: RFQ-052-PHL-2021: Supply and Delivery of Agrifarm Implements
Procurement Process :RFQ - Request for quotation
Office :Cotabato City, Philippines - PHILIPPINES
Deadline :23-Aug-21
Posted on :06-Aug-21
Development Area :AGRO-INDUSTRY  AGRO-INDUSTRY
Reference Number :81671
Link to Atlas Project :
00113222 - START-PEACE
Documents :
RFQ-052: Supply and Delivery of various Agri-Implements
Overview :

REQUEST FOR QUOTATION (RFQ)

RFQ Reference: RFQ-052-PHL-2021: Supply and Delivery of Agrifarm Implements

Date: 06 August 2021

 

SECTION 1: REQUEST FOR QUOTATION (RFQ)

 

UNDP kindly requests your quotation for the provision of goods, works, and/or services as detailed in Annex 1 of 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

 

When preparing your quotation, please be guided by the RFQ Instructions and Data. Please note that quotations must be submitted using Annex 2: Quotation Submission Form and Annex 3 Technical and Financial Offer, by the method and by the date and time indicated in Section 2. It is your responsibility to ensure that your quotation is submitted on or before the deadline. Quotations received after the submission deadline, for whatever reason, will not be considered for evaluation.

Thank you and we look forward to receiving your quotations.

Issued by:

Name:         SAMANTHA GUNASEKERA

Title:            Operations Manager

Date:           August 6, 2021

 

SECTION 2: RFQ INSTRUCTIONS AND DATA

Introduction

Bidders shall adhere to all the requirements of this RFQ, including any amendments made in writing 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 for the Submission of Quotation

August 23, 2021, 5:00 PM, Timezone: Manila, Philippines

If any doubt exists as to the time zone in which the quotation should be submitted, refer to http://www.timeanddate.com/worldclock/.

 

For eTendering submission - as indicated in eTendering system. Note that system time zone is in EST/EDT (New York) time zone.

Method of Submission

Quotations must be submitted as follows:

☒ Dedicated Email Address

Bid submission address: [email protected]

  • File Format: PDF
  • File names must be maximum 60 characters long and must not contain any letter or special character other than from Latin alphabet/keyboard.
  • All files must be free of viruses and not corrupted.
  • Max. File Size per transmission: 10MB
  • Mandatory subject of email: RFQ-052-PHL-2021: Supply and Delivery of Agri farm Implements
  • It is recommended that the entire Quotation be consolidated into as few attachments as possible.
  • The bidder should receive an email acknowledging email receipt.

Cost of preparation of quotation

UNDP shall not be responsible for any costs associated with a Supplier’s preparation and submission of a quotation, regardless of the outcome or the manner of conducting the selection process.

Supplier Code of Conduct, Fraud, Corruption,

All prospective suppliers must read the United Nations Supplier Code of Conduct and acknowledge that it provides the minimum standards expected of suppliers to the UN. The Code of Conduct, which includes principles on labour, human rights, environment and ethical conduct may be  found at: https://www.un.org/Depts/ptd/about-us/un-supplier-code-conduct

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_andinvestigation.html#anti

 

Gifts and Hospitality

Bidders/vendors shall not offer gifts or hospitality of any kind to UNDP staff members including 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 Interest

UNDP requires  every prospective Supplier to avoid and prevent conflicts of interest, by disclosing to UNDP if you, or any of your affiliates or personnel, were involved in the preparation of the requirements, design, 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.  

 

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 Conditions of Contract

Any Purchase Order or contract that will be issued as a result of this RFQ shall be subject to the General Conditions of Contract

Select the applicable GTC:

☒ General Terms and Conditions / Special Conditions for Contract.

 

Special Conditions of Contract

☒ Cancellation of PO/Contract if the delivery/completion is delayed by [7 working Days] any adjustment in the delivery completion, the winning vendor shall submit a letter justification citing the reason/s for such adjustment/s.

 

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 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 Quotation

Quotations shall be quoted in Philippine Peso (PHP)

Joint Venture, Consortium or Association

If the Bidder is a group of legal entities that will form or have formed a Joint Venture (JV), Consortium or Association for the Bid, they shall confirm in their Bid that : (i) they have designated one party to act as a lead entity, duly vested with authority to legally bind the members of the JV, Consortium or Association jointly and severally, which shall be evidenced by a duly notarized Agreement among the 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.

Only one Bid

The Bidder (including the Lead Entity on behalf of the individual members of any Joint Venture, 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

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 taxes

Article II, Section 7, of the Convention on the Privileges and Immunities provides, inter alia, that the 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 exclusive of VAT and other applicable indirect taxes

Language of quotation

International English

Including documentation including catalogues, instructions and operating manuals.

Documents to be submitted

Bidders shall include the following documents in their quotation:

☒ Annex 2: Quotation Submission Form duly completed and signed

☒ Annex 3: Technical and Financial Offer duly completed and signed and in

accordance with the Schedule of Requirements in Annex 1

 

Quotation validity period

Quotations shall remain valid for Ninety (90) days from the deadline for the Submission of Quotation.

Price variation

No price variation due to escalation, inflation, fluctuation in exchange rates, or any other market factors shall be accepted at any time during the validity of the quotation after the quotation has been received.

Partial Quotes

☒ Permitted

 

Alternative Quotes

☒ Not permitted

 

Payment Terms

☒ 100% within 30 days after receipt of goods, works and/or services and submission of payment documentation.

Conditions for Release of

Payment

 

 

☒ Written Acceptance of Goods, Services and Works, based on full compliance with RFQ requirements

 

Contact Person for correspondence, notifications and clarifications

E-mail address: [email protected]

Attention: Quotations shall not be submitted to this address but to the address for quotation submission above. Otherwise, offer shall be disqualified.

Any delay in UNDP’s response shall be not used as a reason for extending the deadline for submission, unless UNDP determines that such an extension is necessary and communicates a new deadline to the Proposers.

Clarifications

Requests for clarification from bidders will not be accepted any later than Three (3) days before the submission deadline. Responses to request for clarification will be communicated through [email protected].

Evaluation method

☒The Contract or Purchase Order will be awarded to the lowest price substantially compliant offer

☒ Other: Evaluation and award will be on a per LOT basis

 

Evaluation criteria

☒Full compliance with all requirements as specified in Annex 1

☒Full acceptance of the General Conditions of Contract

Right not to accept any quotation

UNDP is not bound to accept any quotation, nor award a contract or Purchase Order

Right to vary requirement at time of award

At the time of award of Contract or Purchase Order, UNDP reserves the right to vary (increase or decrease) the quantity of services and/or goods, by up to a maximum twenty-five per cent (25% ) of the total offer, without any change in the unit price or other terms and conditions.

Type of Contract to be awarded

☒ Purchase Order

 

Expected date for contract award.

31 August 2021

Publication of Contract Award

UNDP will publish the contract awards valued at USD 100,000 and more on the websites of the CO and the corporate UNDP Web site.

Policies and procedures

This RFQ is conducted in accordance with UNDP Programme and Operations Policies and Procedures

UNGM registration

Any Contract resulting from this RFQ exercise will be subject to the supplier being registered at the 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.

 

ANNEX 1: SCHEDULE OF REQUIREMENTS

Technical Specifications for Goods:

LOT 1 – Various Agriculture Machineries

Item No

Minimum technical requirements

Unit

Quantity

1

CASSAVA GRATERS

Specifications:

220V 800kg/hr Potato Grinding Machine Cassava Grinder

This machine is suitable for processing sweet potato, cassava, potato, banana lotus root, taro and other root crops in the grinding operation, processed into powder. apply to mountain, food processing plants and Mid ordinary users. Can be equipped with the 220V 0.5KW motors can also be equipped with a diesel engine driven.

TECHNICAL SPECIFICATIONS:

Specifications Power

0.5KW

Voltage

220V/50Hz

Efficiency

≥800kg/h

Speed

2800r/min Roller

Length

26cmRoller

Diameter

14cm

Dimension

40 X 38 X 78 cm

Sweet potato starch production process:

 

  1. Cleaning: Clean sweet potato.
  2. Grinding: Add into potato grinder, crushed the sweet potato into residue, improve starchy potato.
  3. Rinse: With a big tub filled with water, to wash the residue until color into white, filtered sweet potato residue
  4. Precipitate: Let containing potato starch water precipitation for a period of time, generally more than 12 hours
  5. Drying: Sweet potato starch will settle down, gently pour water, take into the sun to dry.
  6. Collect: Collect dried sweet potato starch

 

 
  
 

 

Unit

4

2

0.5 Ton Mini Trailer for Cultivator

Specifications:

 

Overall dimension (mm)

: 2700*1050*1000

Carriage dimension (mm)

: 1200*800*300

Seat dimension (mm)

: 400*240*50

Matched tire

: 4.00-12 or 4.50-12

Net weight (kg)

: 105kg

Load capacity (kg)

: 500kg

Max. load capacity (kg)

: 1000kg

Brake type

: Mechanical type

Angle of Inclination

: > 45°

Height of loading surface

: 490mm

Quantity/40HQ

: 165sets

 

Description:

7C-0.5T trailer used for the small tiller or some other type machines as the transportation tools for the short distance.

The trailer can match with all kinds of 4-12HP tiller. It's fit for mountain areas, marsh. It mainly used for light-duty transportation. The main characteristic is: Simple and reasonable structure, it can Operates nimbly, dump with manual assistance.

The form of damping: Leaf spring

The form of traction: Tripod traction

Surface treatment: Derusting with large shot blast machine, to change welding stress.

Surface spray coating: Antirusting paint, finishing paint, stoving varnish.

The process of welding: Carbon dioxide jig welding.

The form of transportation: Parts and components, flexible packing with the box plate.

 

Unit

2

3

Gasoline Powered Water Pump

Specifications:

Model

DP40

Suction, discharge port diameter mm(in)

100 (4“)

HP

9

Cont.head(m)

31

Self-priming time (s/4m)

180

Cont.capacity(m3/hr)

96

Engine model

186F

Speed(rpm)

3000 / 3600

Type

Single-cylinder, vertical,4-stroke air-cooled engine

Displacement(cc)

406

Bore X stroke (mm)

86×70

Starting system

Recoil or Electric

Fuel tank capacity(L)

5.5

Connecter of infall, Connecter of outfall

yes

Filter

yes

Seal ring

yes

Hoop

yes

fuel tank

13.5 Liters

Electric Start

optional

Dimension(L×W×H) (mm)

645×475×605

Dry weight(kg)

69

Feature

1. Green and Environmental Protection.

2. It's an efficiently economy energy pump.

3. Portable and endurable.

4. Low malfunction and reliable &stable performance.

5. Easily maintained.

6. pre-sale, in-sale and after-sale service. after-sales service staff will reply your E-mail within 12 hours.

 

 

Unit

1

4

13 hp Horizontal Commercial boat Engine

Specifications:

Engine Type

Air-cooled 4-stroke OHV

Bore x Stroke

88 X 64 mm

Displacement

389 cm3

Net Power Output*

11.7 HP (8.7 kW) @ 3,600 rpm

Net Torque

19.5 lb-ft (26.4 Nm) @ 2,500 rpm

PTO Shaft Rotation

Counterclockwise (from PTO shaft side)

Compression Ratio

8.2:1

Lamp/Charge coil options

25W, 50W / 1A, 3A, 10A, 18A

Carburettor

Butterfly Float Type

Ignition System

Digital CDI with variable timing

Starting System

Recoil/electric

Lubrication System

Splash

Governor System

Centrifugal Mass Ty

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more