REQUEST FOR QUOTATION (RFQ) Amendment 1

NAME & ADDRESS OF FIRM / DATE: June 17, 2015
REFERENCE: RFQ 02/15

Dear Sir / Madam:

We kindly request you to submit your quotation for provision of services for Preparing of offers for upgrading and building of a parking lot, viewpoint and resting place in National Park Risnjak based on fixed price, as detailed in Annex 1 of this RFQ. When preparing your quotation, please be guided by the form attached hereto as Annex 2.

Quotations should be received on or before July 01, 2015at 12.00 hand via ☐e-mail, ☒courier mail or ☐facsimile to the address below:

United Nations Development Programme

Radnička Cesta 41/2; Zagreb

Ms. Jasmina Stipula, Administrative Associate

[insert fax number and email address]

It shall remain your responsibility to ensure that your quotation will reach the address above on or before the deadline. Quotations that are received by UNDP after the deadline indicated above, for whatever reason, shall not be considered for evaluation.

Please take note of the following requirements and conditions pertaining to the supply of the abovementioned services:

Exact Address/es of Delivery Location/s (identify all, if multiple) / National park Risnjak
Bijela Vodica 48
Crni Lug
Location 1: Razloge – Location of the Parking lot
Location 2: – Location of the Resting place
Latest Expected Delivery Date and Time (if delivery time exceeds this, quote may be rejected by UNDP) / ☒6 weeks from the date on which he shall have been given access to the Site and receive the notice to commence
☐ As per Delivery Schedule attached
Time Zone of Reference : CET
Delivery Schedule / ☒Required
☐Not Required
Preferred
Currency of Quotation / ☐United States Dollars
☐Euro
☒Local Currency : HRK
Value Added Tax on Price Quotation / ☒ Must be inclusive of VAT and other applicable indirect taxes – but please indicate tax separately
☐ Must be exclusive of VAT and other applicable indirect taxes
Deadline for the Submission of Quotation / 12.00 h,July 1, 2015 and CET
All documentations, including catalogs, instructions and operating manuals, shall be in this language / ☒ English – Annex II
☐ French
☐ Spanish
☒Others– Croatian for all other documents including BOQ
Documents to be submitted / ☒ Duly Accomplished Form as provided in Annex 2, and in accordance with the list of requirements in Annex 1 Term of Reference;
☒ Latest Business Registration Certificate (Court registration form not older than 1 month);
☒ Latest Internal Revenue Certificate / Tax Clearance (Certificate from the Tax Authority that the company does not have any tax debts);
☒ Written Self-Declaration of not being included in the UN Security Council 1267/1989 list, UN Procurement Division List or other UN Ineligibility List;
☒ Others:
-Bill of Quantity dully filled in
-Confirmation that bank account has not been blocked longer than 3 days in the last 6 months should be provided - “BON2” generated via Internet is sufficient
-References within the last three (3) years that the supplier has:
-Performed well in at least three (3) projects of building parking lot renovation including reconstruction of construction viewpoints and resting places or similar comparable or of greater extent to the works required by this RFQ
The references have to be confirmed by the client’s signature and need to have client’s contacts for optional reference check.
For the above mentionedreference points please provide maximum of five (5) references.
-In case of a consortium, submit Letter of Intent between consortium partners that defines roles and Lead Agency signed by all parties. If the consortium is offered the contract for Construction works by the UNDP, submit the contract between the suppliers that defines the legal entity responsible for contact with the UNDP, prior to signing the contract for professional services with the UNDP.
Period of Validity of Quotes starting the Submission Date / ☒ 60 days
☐ 90 days
☐ 120 days
In exceptional circumstances, UNDP may request the Vendor to extend the validity of the Quotation beyond what has been initially indicated in this RFQ. The Proposal shall then confirm the extension in writing, without any modification whatsoever on the Quotation.
Partial Quotes / ☒Not permitted
☐Permitted
Payment Terms / ☒100% upon complete delivery of services
☐ Others
Evaluation Criteria / ☒ Technical responsiveness/Full compliance to requirements and lowest price
☒ Full acceptance of the PO/Contract General Terms and Conditions
☒ Earliest Delivery / Shortest Lead Time
☐Others
As part of evaluation criteria the earliest delivery will be taken into regard. If the second lowest offer among the responsive offers for any LOT is found to deliver the needed services in shorter period than the defined maximum of 4 weeks and that of the best offer, and in case that the price is higher than the lowest priced compliant offer by not more than 10% this offer will be awarded contract.
UNDP will award to: / ☒One and only one supplier
☐ One or more Supplier, depending on the following factors:
Type of Contract to be Signed / ☐ Purchase Order
☐ Long-Term Agreement
☒ Other Type/s of Contract
Contract for Construction Works attached
Special conditions of Contract / ☐Cancellation of PO/Contract if the delivery/completion is delayed by 5 days
☒Others
Liquidated damages for delay
Performance guarantee
Liability insurance for 2 years
Conditions for Release of Payment / Passing Inspection
Complete Installation
☐ Passing all Testing
☐ Completion of Training on Operation and Maintenance
☒Payment upon final competition of Works
☐Others
Annexes to this RFQ / ☒Terms of Reference (Annex 1)
☒ Form for Submission of Quotation (Annex 2)
☒ General Terms and Conditions / Special Conditions (Annex 3).
☒Others Bill of Quantity
☒Others Conceptual design
☒Model Contract for Works
Non-acceptance of the terms of the General Terms and Conditions (GTC) shall be grounds for disqualification from this procurement process.
Contact Person for Inquiries
(Written inquiries only) / Jasmina Stipula
Administrative Associate

telephone: 01 2361652
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.

Services offered shall be reviewed based on completeness and compliance of the quotation with the minimum specifications described above and any other annexes providing details of UNDP requirements.

The quotation that complies with all of the specifications, requirements and offers the lowest price, as well as all other evaluation criteria indicated, shall be selected. Any offer that does not meet the requirements shall be rejected.

Any discrepancy between the unit price and the total price (obtained by multiplying the unit price and quantity) shall be re-computed by UNDP. The unit price shall prevail and the total price shall be corrected. If the supplier does not accept the final price based on UNDP’s re-computation and correction of errors, its quotation will be rejected.

After UNDP has identified the lowest price offer, UNDP reserves the right to award the contract based only on the prices of the goods in the event that the transportation cost (freight and insurance) is found to be higher than UNDP’s own estimated cost if sourced from its own freight forwarder and insurance provider.

At any time during the validity of the quotation, no price variation due to escalation, inflation, fluctuation in exchange rates, or any other market factors shall be accepted by UNDP after it has received the quotation. At the time of award of Contract or Purchase Order, UNDP reserves the right to vary (increase or decrease) the quantity of services and/or goods, by up to a maximum twenty five per cent (25%) of the total offer, without any change in the unit price or other terms and conditions.

Any Contract that will be issued as a result of this RFQ shall be subject to the General Terms and Conditions attached hereto. The mere act of submission of a quotation implies that the vendor accepts without question the General Terms and Conditions of UNDP herein attached as Annex.

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

Please be advised that UNDP’s vendor protest procedure is intended to afford an opportunity to appeal for persons or firms not awarded a purchase order or contract in a competitive procurement process. In the event that you believe you have not been fairly treated, you can find detailed information about vendor protest procedures in the following link:

UNDP encourages every prospective Vendor 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.

UNDP implements a zero tolerance on fraud and other proscribed practices, and is committed to identifying and addressing all such acts and practices against UNDP, as well as third parties involved in UNDP activities. UNDP expects its suppliers to adhere to the UN Supplier Code of Conduct found in this link :

Thank you and we look forward to receiving your quotation.

Sincerely yours,

Goran Čačić

Project Officer

June05, 2015

Annex 1

Terms of Reference

for the services of

upgrading and reconstruction of a parking lot, viewpoint and resting place based on fixed price method in National Park Risnjak.

Programme:Energy and Environment Programme (GREEN) – PARCS project

Post/Contract:Contract for Professional Services

Duty Station:Zagreb

Starting date:June 2015

End date:July2015

  1. Organizational setting

The PARCS project (Project Strengthening the Institutional and Financial Sustainability of the National Protected Area System) is nationally implemented (NIM) by the Ministry of Environmental and Nature Protection (MENP) and United Nations development program (UNDP) in Croatia over a period of four years (2014 – 2018). The UNDP monitors the implementation of the project, reviews progress in the realization of the project outputs, and ensures the proper use of UNDP/GEF funds. Working in close cooperation with MENP, the UNDP (CO) provides support services to the project - including procurement, contracting of service providers, human resource management and financial services - in accordance with the relevant UNDP rules, procedures and Results-Based Management (RBM) guidelines.

The MENP has the overall responsibility for achieving the project goal and objectives, and is directly responsible for creating the enabling conditions for implementation of all project activities. The MENP designated a senior official to act as the Project Director (PD) that will provide the strategic oversight and guidance to project implementation.

The National Project Manager (NPM) is hired by UNDP and is responsible to ensure that the project is implemented and administered to the satisfaction of UNDP and MENP. The NPM plays a key role in driving and managing the project and managing all project inputs and activities. NPM is directly responsible to UNDP and NPD, and operates under their supervision and instructions.

Aside to PD and NPM the project has a Project Board (PB), that serves as the executive decision making body. The Project Board will ensure that the project remains on course to deliver the desired outcomes of the required quality. The PB will meet at least twice per annum (more often if required).

  1. Background

The PARCS project is organized and implemented into two components.

The first component (institutional component) of the project is focused on improving the current institutional framework of national protected areas in order to address its key systemic and institutional weaknesses (weak coordination, limited performance accountability, duplication of efforts, cost-inefficiencies and unequal distribution of funds). Under this component GEF funding will be used to: (Output 1.1) develop a national planning framework for protected areas, comprising an overarching long-term strategic plan, a medium-term financial plan and a set of operational policies and guidelines that will serve as a mechanism to better coordinate the invested efforts, and align the performance accountability, of the national protected area institutions (i.e. MENP, SINP and the 19 national protected area Public Institutions [PIs]); (Output 1.2) strengthen the financial management capacities of the institutions managing national protected areas in order to reduce cost-inefficiencies, improve revenues and develop mechanisms for revenue-sharing; (Output 1.3) support the establishment of a ‘shared service center’ (SSC) that will function as a centralized support service to individual parks - as a value-added system-based services for reducing duplication of efforts, and improving the cost-effectiveness in the national protected areas; and (Output 1.4) assess the efficacy of – over the longer term – establishing a single, rationalized ‘park agency’.

The second component (financial component) of the project is focused on improving the financial sustainability of the national protected areas to ensure that they have adequate financial resources to cover the full costs of their management. In this component, GEF funds will be used to: (Output 2.1) reduce the transaction costs of user pay systems in national protected areas by developing and testing alternative automated entry/user fee collection systems and piloting mooring fees as a means of collecting revenues for boat-based access to marine national protected areas; (Output 2.2) support the expansion and inter-linking of a number of isolated attractions/destinations in national protected areas into a more integrated tourism and recreational products in order to improve the visitor and/or user experience; and (Output 2.3) improve the productive efficiencies in national protected areas by: (i) identifying the mechanisms required to strengthen service standards, and improve economic efficiencies in the high-income generating national parks; and (ii) encouraging the adoption of more energy efficient technologies in national protected area in order to reduce the high recurrent costs of power supply.

  1. General Scope of Work

The services under this ToR based on fixed price method include the reconstruction of a parking lot (Location 1 at Razloge) and a resting place (Location 2: on the road from Hrvatsko to Razloge) in National park Risnjak shown on Picture 1. These activities are part of Output 2.2.

The parking lot, viewpoint and resting place are placed not far from the entrance to the panoramic road inside National park Risnjak from Hrvatsko.

The parking lot is roughly 1000m² of which 400m² is still unfinished, the viewpoint is situated before the parking lot on the left hand side and is planned to be 5x3m in size.

The resting place is roughly 1600m² in size and is located in between the road and the river Kupa.


Picture 1. Location of Razloge and resting place /
Location 2: Detail of the resting place location

Location 1: Parking lot at Razloge and viewpoint
  1. Key duties and responsibilities

The implementation of all the duties and responsibilities will be supervised by supervising engineer, PARCS project technical experts and supported by the PARCS project team asnd end user personnel.

The goal of this task is to perform upgrade and reconstruction of the parking lot, viewpoint and resting place at National park Risnjak, which will make for an easier and more welcoming entrance setting for guests.

The parking lot should be expanded and completed as to increase the number of available parking spaces for expected guests, slightly before the parking lot there is a viewpoint which should be adequately furnished, the vision is to make a ˝balcony˝ in order to remove the viewpoint from the road and make it more user friendly.

The resting place is not being improved but made from scratch. Clearing the terrain, flattening of the terrain, filling of the lowered ground, laying of grass, purchasing of tables, benches, canopies etc. should all be included in the offer for the construction of the resting place. The conceptual design for the labyrinth that is planned on the resting place is provided as attachment to this document (document name: Conceptual desing_labyrinth.pdf)

The materials used should all be chosen as to keep the natural look and ecological friendly state of mind enforced by the PARCS project.

The detail Bill of Quantities (BOQ) is provided as attachment to this document and is available only in Croatian(document name: Bill of Quantities_NP Risnjak_Parking lot, viewpoint and resting place_HRV.xls).

Site visit will take place upon request.Please announce your visit to Mr. Goran Cacic at telephone 099215936.

  1. Deliverables and timeframe

The expected contract commencement date is 04thof July2015 and expected maximum duration of works is 6 weeks.

The deliverables include:

-Delivery of all goods and materials and implementation of all works as defined by the BOQ

-Performance of any other specific works defined by this ToR.

The payment for delivered services will be upon execution.

  1. Preparation of the offer

The offer needs to consist of following parts:

The offer with clearly stated prices for execution of all works as defined by the BOQ. The financial offer has to include all costs and has to be expressed in local currency (HRK). The total sum has to include and separately state exact amount of the Value added tax and any other applicable indirect taxes and fees.

Short description of work including clearly defined work plan and timeframe/timelines of the project implementation