RFP for Establishment of Long Term Agreement for Consultancy Services for Energy Transition Services across Southeast Asia
UNOPS
RFP for Establishment of Long Term Agreement for Consultancy Services for Energy Transition Services across Southeast Asia
Request for proposal
Reference:
RFP/2023/48608
Beneficiary countries or territories:
Multiple destinations (see 'Countries' tab below)
Registration level:
Basic
Published on:
27-Sep-2023
Deadline on:
03-Nov-2023 10:00 (GMT 0.00)
Description
Tender description: RFP for Establishment of Long Term Agreement for Consultancy Services for Energy Transition Services across Southeast Asia
-----
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
Interested in improving your knowledge of what UNOPS procures, how we procure and how to become a vendor to supply to our organization? Learn more about our free online course on “Doing business with UNOPS” here
-----
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
Interested in improving your knowledge of what UNOPS procures, how we procure and how to become a vendor to supply to our organization? Learn more about our free online course on “Doing business with UNOPS” here
This tender has been posted through the UNOPS eSourcing system. / Cet avis a été publié au moyen du système eSourcing de l'UNOPS. / Esta licitación ha sido publicada usando el sistema eSourcing de UNOPS. Vendor Guide / Guide pour Fournisseurs / Guíra para Proveedores: https://esourcing.unops.org/#/Help/Guides
First name:
N/A
Surname:
N/A
This procurement opportunity integrates considerations for at least one sustainability indicator. However, it does not meet the requirements to be considered sustainable.
Gender issues
Social
The tender contains sustainability considerations addressing gender equality and women's empowerment.
Examples:
Gender mainstreaming, targeted employment of women, promotion of women-owned businesses.
Prevention of pollution
Environmental
The tender contains sustainability considerations for the prevention of polluting emissions to air, solid waste to land and discharges to water.
Examples:
EMS, waste management and wastewater management.
Link | Description | |
---|---|---|
https://esourcing.unops.org/#/Help/Guides | UNOPS eSourcing – Vendor guide and other system resources / Guide pour fournisseurs et autres ressources sur le système / Guía para proveedores y otros recursos sobre el sistema |
81101516
-
Energy or utility consulting service
New amendment added #3: Amendment 3 :To extend the submission deadline for 7 (seven) additional days.
Edited on:
27-Oct-2023 07:46
Edited by:
webservice@unops.org
New amendment added #2: Amendment 2:1. To extend the tender posting period up to seven (7) additional days.
Edited on:
18-Oct-2023 11:12
Edited by:
webservice@unops.org
New clarification added: QUESTIONDear UNOPS/ETP staff,Regarding the Form F: Performance Statement Form, I understand that we need to get the Performance Statement from our clients. So how many Performance Statements do we need to get? Kind Regards.ANSWERBidders are requested to list down all the relevant past experiences in Form F. There is no minimum / maximum limit on how many experiences should be listed, but bidders should demonstrate that they have continuous experience in the past 3 years
Edited on:
17-Oct-2023 05:59
Edited by:
webservice@unops.org
New clarification added: QUESTION1.it's mentioned: "Bidders must offer at least 3 disciplines from the following resources in at least 2 experience levels (level 1 and level 2)" does this mean the minimum number of CVs provided per lot is 6 (2 levels for 3 disciplines)?2. Does this mean only 6 CVs are evaluated for the technical proposal and the rest will be graded as a pool in annex 2?3. It's also mentioned : "The financial evaluation will be based on the average price for positions which are offered in both Level 1 and Level 2 experts, in a minimum of 3 disciplines. Any other experts suggested will not be included in the financial evaluation." does this mean the financial evaluation will be evaluated only through the average price of the 6 CVs provided?ANSWER1) Yes, minimum positions / CVs provided are 62) all CVs submitted will be evaluated at the Technical Evaluation stage.3) Financial evaluation will be done using the average of all postions which are offered in both level 1 and level 2 (a minimum of 6 positions/ persons/ CVs)
Edited on:
17-Oct-2023 05:56
Edited by:
webservice@unops.org
New clarification added: QUESTIONSWe shoot some clarification questions before but only receive response for 1 clarification. Hence, allow us to ask again just to be safe and to submit it before clarification period ends. Your understanding is much appreciated.1.it's mentioned: "Bidders must offer at least 3 disciplines from the following resources in at least 2 experience levels (level 1 and level 2)" does this mean the minimum number of CVs provided per lot is 6 (2 levels for 3 disciplines)?2. Does this mean only 6 CVs are evaluated for the technical proposal and the rest will be graded as a pool in annex 2?3. It's also mentioned : "The financial evaluation will be based on the average price for positions which are offered in both Level 1 and Level 2 experts, in a minimum of 3 disciplines. Any other experts suggested will not be included in the financial evaluation." does this mean the financial evaluation will be evaluated only through the average price of the 6 CVs provided?ANSWER1) Yes, minimum positions / CVs provided are 62) all CVs submitted will be evaluated at the Technical Evaluation stage.3) Financial evaluation will be done using the average of all postions which are offered in both level 1 and level 2 (a minimum of 6 positions/ persons/ CVs)
Edited on:
17-Oct-2023 05:51
Edited by:
webservice@unops.org
New clarification added: QUESTIONConsidering essential things are recently or yet to be clarified, we believe to ensure a high quality and fitting submission, UNOPS should provide a deadline extension. Will this be possible?ANSWERUNOPS is discussing this internally, and if agreed, will reflect this deadline extension in a tender amendment.
Edited on:
17-Oct-2023 05:44
Edited by:
webservice@unops.org
New clarification added: QUESTIONShould the experts nominated in the proposal also have experience in the countries mentioned or would firm-level experience be sufficient?ANSWERThe highlight of the personnel requirement is on their experience in a particular discipline. Nonetheless, UNOPS would also highlight that in the assessment criteria 3.1, relevance of team's experience in the country is part of the assessment (numeric score, instead of pass/fail assessment)
Edited on:
17-Oct-2023 05:37
Edited by:
webservice@unops.org
New clarification added: QUESTIONPlease clarify the requirement for lots and services. The Tender Particulars section on UNOPS eSourcing states “Offerors shall be allowed to quote prices for one or more lots identified in this tender. However, offerors must offer 100 % of the items specified for each lot and to 100% of the quantities specified for each item of a lot. Does this mean that bidders must be able to provide services in one or more lot in all areas/items (full scope) for all 4 types of services listed in section 3 of the Schedule of Requirements, or can bidders provide services in some of the areas/items in only one or two types of services?ANSWERPlease be advised that the lots are set based on the countries. Bidders are allowed to bid for Lot 1 (Indonesia), Lot 2 (Philippines), LOt 3 (Vietnam) or lot 4 (ASEAN countries), either one or multiple lots.To be qualified, bidders must be able to offer minimum 2 out of 4 services outlined in the schedule of requirements 1. Analysis and/or Design of Policy, Legal and Regulatory Frameworks2. Develop Roadmaps for Low Carbon and Net Zero Pathways3.Technical Review and Advisory Services4. Pre-Feasibility and Feasibility Studies and Assessments
Edited on:
17-Oct-2023 05:31
Edited by:
webservice@unops.org
New clarification added: QUESTIONDear UNOPS Team,with reference to the Qualification Criteria, in order to demonstrate that the organization should have a minimum of 3 years of continuous experience in delivering similar projects, we find in the tender documents the Form F: Performance Statement Form and the file XLS Annex 1 - Countries, Services, and Experience Details (Matrix 1-3) - Technical Envelope - Matrix 3 Relevant Experience.To demonstrate our Experience, please confirm that we can only submit the file XLS Annex 1 - Countries, Services, and Experience Details (Matrix 1-3) - Technical Envelope - Matrix 3 Relevant Experience.Kind Regards.ANSWERBidders are required to complete all returnable bidding forms
Edited on:
17-Oct-2023 05:25
Edited by:
webservice@unops.org
New clarification added: QUESTIONOn p11, “audited financial statements” are requested. If a bidder’s revenues fall below local requirements for a statutory audit, please confirm whether a full audit is required.ANSWERBidders are required to adjust accordingly and demonstrate that they have met the financial criteria stated in the tender documents
Edited on:
17-Oct-2023 05:21
Edited by:
webservice@unops.org
New clarification added: QUESTIONPlease confirm that there can be overlap in the assignment of key roles listed on p7.ANSWERYes, there can be an overlap in the assignment of key roles (Consultancy Firm Authorized Signatory, LTA Coordinator, and Assignment Manager)
Edited on:
17-Oct-2023 05:16
Edited by:
webservice@unops.org
New clarification added: QUESTIONOn p6, “Experience level 3” requires “a professional license in their engineering discipline”. We note that some of the disciplines sought under this LTA are not engineering disciplines. Please confirm that we should interpret this to mean a license or certification relevant to each individual discipline.ANSWERYes, this is to mean a license or certification relevant to each individual discipline.
Edited on:
17-Oct-2023 05:11
Edited by:
webservice@unops.org
New clarification added: QUESTIONCan team members be names against multiple disciplines listed on p5 of the Schedule of Requirements?ANSWERYes, provided that they have the required education and experience to fulfill the requirement on the multiple discipline
Edited on:
17-Oct-2023 05:08
Edited by:
webservice@unops.org
New clarification added: QUESTIONDear ETP/UNOPS staff,We are forming a consortium/JV for this LTA with ETP/UNOPS. There will be partner firms from different countries in Lot 4 and there will be one firm being the lead partner to submit the bidding documents and sign the LTA. Our question is whether the leading firm of the JV that is signing the LTA can be different from the partner firm signing the purchase orders? This is because there might be purchase orders that the partner firms will be more suitable for being the lead firm and signing the contract instead of the firm that signs the LTA.Thank you and best regards,ANSWERThis will be managed at a later stage during contract implementation
Edited on:
17-Oct-2023 05:04
Edited by:
webservice@unops.org
New clarification added: QUESTIONApart from the experience levels, is there any specific description for the for each expert?The list of experts has some duplications. For example, Position 4 (Energy Efficiency Expert) and Position 19 (Energy Efficiency Expert), and Position 18 (Energy Regulatory Specialist) and Position 20 Regulatory Expert. Potentially Position 9 (Political Economist) and Position 17 (Economist) as well. We kindly request clarification on these potential duplications.Considering the wide range of tasks we anticipate handling, we would like to inquire about the possibility of including a transmission engineer as a potential addition to the experts list, as this role is not listed in the provided document.ANSWERAll expected descriptions are outlined in the returnable bidding forms and its annexes. Bidders are advised to check these documents in detailItem 4 and Item 19 are indeed duplicates. If bidders propose an expert with this position, bidders are advised to list it on either one of the itemsItem 18 and 20 are not duplicatesItem 9 and 17 are not duplicates eitherYes, you can add the Transmission Engineer as an addition.
Edited on:
17-Oct-2023 04:53
Edited by:
webservice@unops.org
New clarification added: QUESTIONDear UNOPS/ETP staff,Regarding the Form F: Performance Statement Form, I understand that we need to get the Performance Statement from our clients. So how many Performance Statements do we need to get? Kind Regards.ANSWERBidders are requested to list down all the relevant past experiences in Form F. There is no minimum / maximum limit on how many experiences should be listed, but bidders should demonstrate that they have continuous experience in the past 3 years
Edited on:
17-Oct-2023 04:46
Edited by:
webservice@unops.org
New clarification added: QUESTIONDear Procurement Team,We would like to request for clarification of Annex 2 - Proposed Expert Details (Matrix 4-5) - Technical Envelope. The document title states that the content of the file is refer to Matrix 4-5, whereas the actual content of the file is Matrix 5 and Matrix 6. Is there any missing matrix uploaded to the document for the bidder to complete?Thanks and Regards,ANSWERThere is no missing document to complete, it is rather a typo on the title of the matrix. The correct title of the matrix should be matrix 4 and 5
Edited on:
17-Oct-2023 04:42
Edited by:
webservice@unops.org
New clarification added: QUESTIONDear UNOPS/ETP staff,1. Annex 3 - Consultant Price Table - Financial Proposal (Financial Envelope)There only maximum daily rate for personnel that UNOPS covered for the budget, are UNOPS can covered the non-personnel budget such as operational supporting (computer, software, transportation) and key personnel like Consultancy Firm Authorized Signatory, Consultancy Firm EAPMCO ETP LTA Coordinator and Assignment Manager?2. For each PO, what kind of contract that will be implemented? Lumpsump or unitprice?3. Document “Schedule of Requirement (page 6): “Bidders must offer at least 3 disciplines from the following resources in at least 2 experience levels”Is it necessary to have always at least 2 experience levels in EACH of those disciplines ?Or is it sufficient to have at least 2 experience levels among ALL the experts in the MULTIPLE disciplines ?4. Document “Schedule of Requirement (page 3): about “type of services”Is it necessary in the proposal to classify / to group names of experts (with its disciplines) to EACH correlating “type of service”?(Remark : the 4 types of services are complementing each other à the necessary disciplines will be resembling among all types of services è hence the experts (in each discipline) have the competency to cover the topics in all types of services à grouping of expert’s names to each type of service should not be necessary in this phase of bid-proposal yet)5. Which topics of the specific projects in the Lot “Indonesia” would be prioritized by UNOPS in the framework of this LTA-RfP ?Thank you.Kind Regards.ANSWER1. UNOPS cannot cover these additional costs. Bidder should build these cost components into their personnel daily rates2. It will be determined during the call-off order process, but generally a lumpsum for the personnel components and if travel costs are required it will be managed as a reimbursable / at-cost 3. Bidders can offer as many discipline and levels as they can, but at least 3 of the discplines offered must be offered at 2 experience level (level 1 and level 2)4. It is not necessary to group the experts based on the service. UNOPS understands that multiple services can be offered by the same expert, and vice versa5. It is not possible to specify any specific topic at this stage, but UNOPS would suggest bidders to refer to section I, II, and III of the Terms of Reference for reference on the type of topics under the project.
Edited on:
17-Oct-2023 04:35
Edited by:
webservice@unops.org
New clarification added: QUESTIONDear,How should the project proposal be written. Do you (UNOPS) want a general descritpion of how the service providing entity would provide services within the published task framework and UNOPS then 'matches' each individual taks (or a series of tasks) to a specific vendor? Or, does each vendor have to seek out a specific task(s) within the four types of services in document 'Section II' and describe how they will deliver on those specific task(s)? thank youANSWERThe project proposal should be written as per the instructions ,especially, in Form D. Bidder's description of approach should match the services they propose
Edited on:
17-Oct-2023 04:27
Edited by:
webservice@unops.org
New amendment added #1: Amendment 1 :1) To upload the presentation and minutes of the prebid meeting2) To adjust the TOR section 11 C Evaluation Criteria - Technical Criteria indicating that maximum attainable technical point is 80 instead of 70
Edited on:
16-Oct-2023 04:06
Edited by:
webservice@unops.org
New clarification added: 1. Document: Terms of Reference - Consultancy Services for Delivery Energy Transition Services across Southeast Asia à Section 3. Types of Services à I. (Analysis …) , II. (Develop …), III. (Technical…). IV. (Pre-FS …), Is it mandatory to provide all services in all 4 types of services or is it acceptable to limit explicitly on 1 (one) type of service?2. Document: Terms of Reference - Consultancy Services for Delivery Energy Transition Services across Southeast Asia à Section 6. Personnel Requirements à explicit listing on Solar PV and WindRegarding there are minimum of two services should be selected, are there mandatory provisions that need to be considered in determining of disciplines personnel requirement?Regarding the renewable energy primary source, will the consultancy scope be limited on those two primary sources solar PV and wind?3. Document: Terms of Reference - Consultancy Services for Delivery Energy Transition Services across Southeast Asia à Section 8. Methodology and ApproachFor the bidder’s proposal, is this the only section that is relevant for creating the description of consultant’s methodology ?4. How many potential projects (less than 10, more than 10) would be executed within the LTA-contract of the first 3 years ?5. What is the minimum number of experts for each service?6. The information with 70 and 80 points … they contradict each other … could you please clarify ? (document : RFP_Section_II_Schedule of Requirements_48608.pdf - Page 11)Answers1.To be eligible for this tender, bidder should be able to offer minimum 2 of the services types listed2.No mandatory provision and bidders are free to propose the discplines that they will offer, but UNOPS would like to remind bidders that UNOPS also assess the Relevance of the team proposed with service and sector offered3.With regards to renewable energy, ETP's main focus is on Solar PV and Wind, but is not limited to this. We may also look at hydro and other RE sources, though at a much lower frequency.4.With regards to renewable energy, ETP's main focus is on Solar PV and Wind, but is not limited to this. We may also look at hydro and other RE sources, though at a much lower frequency.5. Yes6. WE cannot be certain, but we would expect this number to exceed 10.7.UNOPS does not prescribe the minimum / maximum number of experts for each service8.This is a typo error and the correct maximum score is 80 points, with minimum passing grade 70% (56 points) . This is reflected in the Schedule of Requirements Rev-1 which corrects this error
Edited on:
12-Oct-2023 16:38
Edited by:
webservice@unops.org
New clarification added: We would like to request a 1-week deadline extension. Answer1.UNOPS is discussing this internally, and if agreed, will reflect this deadline extension in a tender amendment.
Edited on:
12-Oct-2023 13:35
Edited by:
webservice@unops.org
New clarification added: Due to the wide scope of the process, both technical and geographical, the development of the technical proposal and the conformation of a qualified team are demanding more time than expected. Accordingly, we kindly request a deadline submission extension, if possible, until November 3rd.Answer1.UNOPS is discussing this internally, and if agreed, will reflect this deadline extension in a tender amendment.
Edited on:
12-Oct-2023 13:22
Edited by:
webservice@unops.org
New clarification added: In annex 3 and ToR, energy efficiency expert is being mentioned twice (number 4 and 19). Is this a mistake and hence the discipline options are 23 instead of 24?Answer1. That was a typo error
Edited on:
12-Oct-2023 13:17
Edited by:
webservice@unops.org
New clarification added: We are very keen to submit bids for all lots. We are preparing our bids but would like to ask for your kind consideration in extending the deadline by at least one more week, to 27 October 2023.Answers1.UNOPS is discussing this internally, and if agreed, will reflect this deadline extension in a tender amendment.
Edited on:
10-Oct-2023 10:12
Edited by:
webservice@unops.org
New clarification added: Dear UNOPS Team, Thank you for the response posted today on the 70 points / 80 points typo. (As an aside, we note that it appears the clarification response issued today was posted three times.)We would like to follow up on the other questions in our clarification request which was raised last Wednesday. Please help to reply at your earliest convenience.Answers:1. Okay, thanks for informing us.2. The Team is responding to the questions . By now you must have received new notifications to our responses.
Edited on:
09-Oct-2023 18:41
Edited by:
webservice@unops.org
New clarification added: Kindly confirm if educational diplomas/ university degree certificates have to be submitted at this stage together with the CVs of the Expert Team Proposed as part of the Technical EnvelopeAnswer:1.No, it is not necessary to submit the degree certificates
Edited on:
09-Oct-2023 18:35
Edited by:
webservice@unops.org
New clarification added: Dear UNOPS/ETP staff,Regarding the requirement to submit audited financial statements for the last 3 years, we have 2 questions as follows:1. We are going to bid under a joint venture/consortium including several companies. Only financial statements of the lead partner are required or do financial statements of all partners need to be submitted?2. We are a Vietnamese consultancy company which is categorized as a small and medium-sized company. According to the regulations of the General Department of Taxation of Vietnam, small- and medium-sized companies don't have the obligation to have financial statements audited. Can we submit financial statements that are not audited for this tender?Answers:1.Bidder should include the financial statements of all JV members for the submission2. Yes, it is possible to submit financial statements that are not audited
Edited on:
09-Oct-2023 18:30
Edited by:
webservice@unops.org
New clarification added: Once the LTA is approved and signed, is it necessary for the Consultant to submit an application for each Call-off Order, or will ETP select the Consultant for specific call-off orders based on their relevant experiences and expertise?.Is it permissible for the Consultant to form a Joint-Venture with other firms to apply for the LTA?Answers:1. UNOPS will reach out to relevant LTA holders for the call-off order process2. Yes
Edited on:
09-Oct-2023 18:26
Edited by:
webservice@unops.org
New clarification added: Dear UNOPS procurement team, I would like to follow-up on the Request for Proposal in relation to the “Consultancy Services for Delivery Energy Transition Services across Southeast Asia” prior to the deadline for submission on October 20th.We are keen to support the work of UNOPS, and in particular, to serve for this large scale opportunity for supporting the UNOPS sustainability initiative in South-East Asia. We are already and quite intensively in the process of harnessing our ecosystem of global experts and community in the region in order to provide you with the best solution for this important and quite unique assignment.However, we respectfully ask that you please consider granting a reasonable time extension, of approximately 3 weeks, to afford us that chance of pursuing the opportunity with you. Answer1.UNOPS is discussing this internally, and if agreed, will reflect this deadline extension in a tender amendment.
Edited on:
09-Oct-2023 18:22
Edited by:
webservice@unops.org
New clarification added: Dear Sirs/Madams,With reference to the tender “RFP for Establishment of Long Term Agreement for Consultancy Services for Energy Transition Services across Southeast Asia” RFP/2023/48608, considering the complexity of the documentation to besubmitted, in order to prepare our best technical and financial offer, we kindly ask you to extend the due date for the submission of the Proposals up to the 10 November 2023. Answer1. UNOPS is discussing this internally, and if agreed, will reflect this deadline extension in a tender amendment.
Edited on:
09-Oct-2023 18:04
Edited by:
webservice@unops.org
New clarification added: Dear UNOPS/ETP staff,Regarding the JV nature, would a consortium be accepted? or does the JV need to be legally established?Answer1.Yes, a consortium would be accepted. JV partners need to fill in the form and submit it. All parties of a Joint Venture and Consortium shall be jointly and severally liable to UNOPS for any obligations arising from their ofer and the contract that may be awarded to them as the result of the solicitation process.
Edited on:
09-Oct-2023 17:57
Edited by:
webservice@unops.org
New clarification added: Dear UNOPS Team, 1) In Schedule 2 "Schedule of Requirements", in Section C labeled "Technical Criteria", it states that the maximum number of points a bidder may receive is 70 whilst the table below and the sum of all technical evaluation criteria points is 80. We would like to clarify whether 80 points is the maximum or if it is 70. 2) On Page 9 of Schedule 2 "Schedule of Requirements", it states that sub-contracting is restricted and may not be done without prior written acknowledgment from UNOPS. Is this clause intended to prevent the bidder from sub-contracting local experts in our service offerings and proposals for specific lots? If bidders may indeed work with local sub-contractors and include them in proposals, will our local partners' capabilities and credentials be evaluated under Evaluation Criteria 1.1?3) We note that Evaluation Criteria 3.1 in Schedule 2 does not discern individual CVs and team expertise by the number of disciplines offered. Such that a firm offering experts in only 5 disciplines is compared on an equal basis to a firm fielding experts for 24 disciplines. Would firms offering more experts in more disciplines (for more comprehensive service offerings) be evaluated more positively than a firm offering a comparatively smaller selection of experts?4) In the pre-bid call it was discussed that for projects with a fee below US$50k that secondary bidding is optional. We seek clarity on how such projects will be awarded when there is no secondary bidding; for example is it based on lowest rate, highest number of Level 2 and Level 3 experts, or some other consideration?5) In addition, we seek to clarify under which circumstances secondary bidding may be omitted; and in the event of seconday bidding taking place, is a Project bid exclusively limited to firms with an existing LTA or is there a possibility there will be open tender and thus competition between LTA firms and the wider market?6) In the table of proposed experts, Energy Efficiency Expert is listed twice. We would like to confirm whether UNOPS seeks two energy efficiency experts?7) As there is currently not a specific project and thus fee for a particular project which can be agreed to on a binding basis, we would like to check what the scope is for variance in the text of the LTA agreement in the evaluation stage. If there is no scope for variance in the initial stage, is there scope for variance post-empanelment/award of an LTA? Since specific project RFPs under the LTA program will need to be vetted for standard risk and conflict of interest procedures at the time of tender.8) The Financial Criteria shown during the pre-bid call is not included in Schedule 2 "Schedule of Requirements" and we would like to clarify whether the financial proposal will be evaluated? 9) If the Financial Proposal will be evaluated, we would like to clarify whether the rates of Level 3 experts will indeed *not* be considered, as it is only stated that "Financial evaluation is done by considering the average maximum daily rates for disciplines which are offered at 2 levels by the bidder (Level 1 and Level2)." 10) In light of the detailed scope of works required for each service offering across each market, designed in coordination with our local partners and experts across the region, we would like to request a deadline extension to November 3rd. Answers1. This is a typo error and the correct maximum score is 80 points, with a minimum passing grade of 70% of 80points which be equivalent to (56 points)2. UNOPS has to approve the CVs of the sub-contracted consultant ,especially, key personnel prior to engagement of the sub-consultant during the contract process if the local consultants are not .No., the clause is not intended to prevent bidder from sub-contracting local experts in the service and specific lots. The Local partners, especially, key personnel capabilities and credentials will be evaluated under the Evaluation criteria.3.The evaluaiton is done in compliance to the Evaluation criteria. Firms offering more experts in more disciplines and firms offering experts as per the criteria will be evaluated equally. UNOPS would like to remind bidders, however, that UNOPS also assess the Relevance of the team proposed with service and sector offered so bidder offering more experts that align with the sectors and service they offer might obtain higer score in this assessment criteria4. When there is no secondary bidding, UNOPS will award the contract based on the ranking and the LTA which best suits the requirement in the respective area of operations (service, sector, and country)5.a) Secondary bidding might be omitted for transactions with value below USD 50Kb) In the event that UNOPS decided to proceed a certain scope of work through an LTA process, secondary bidding will be conducted among LTA holders for the requirement (s) through submission of quotations/offers. Having said that, with the establishment of this LTA, ETP project will determine which studies / terms of reference will be managed through LTA, and which ones will be through normal open tender. That is to say that the project will still launch studies using the normal open tender process and will not exclusively use LTA in the future6. The duplication of Energy Efficiency Expert was based on typo error.7.The bidder should indicate fee / unit rates in their financial proposal as a ceiling amount. During the specific call-off order / secondary bidding process, bidders are expected to adjust / propose the number of days and rates for the specific engagement8,The Financial criteria is the same and Financial evaluaton will be conducted based on the Financial criteria in the Tender documents. Bidders should refer to Annex 3 - Consultant Price Table - Financial Proposal (Financial Envelope) .xlsx which contains the detailed table for financial offers9.To determine the ranking, the financial proposals are considered from the positions offered in 2 levels (level 1 and level 2) . Level 3 financial offer will be assessed through a reasonableness of costs- approach.10.UNOPS is discussing this internally, and if agreed, will reflect this deadline extension in a tender amendment.
Edited on:
09-Oct-2023 17:52
Edited by:
webservice@unops.org
New clarification added: Dear UNOPS/ETP staff,In part C "Technical Criteria" of section "11. Evaluation criteria" of the "Terms of References - Consultancy Services for Delivery Energy Transition Services across Southeast Asia", the table of Technical proposal points allocation says that the total technical proposal points are 80 points. Still, the text above says "The maximum number of points that a bidder may obtain for the Technical proposal is 70. To be technically compliant, Bidders must obtain a minimum of 56 points (80% of maximum 70 points)". Could you please provide clarification on this?Kind regards,Answer1. This is a typo error and the correct maximum score is 80 points, with minimum passing grade 70% (56 points)
Edited on:
09-Oct-2023 10:40
Edited by:
webservice@unops.org
New clarification added: Dear UNOPS/ETP staff,In part C "Technical Criteria" of section "11. Evaluation criteria" of the "Terms of References - Consultancy Services for Delivery Energy Transition Services across Southeast Asia", the table of Technical proposal points allocation says that the total technical proposal points are 80 points. Still, the text above says "The maximum number of points that a bidder may obtain for the Technical proposal is 70. To be technically compliant, Bidders must obtain a minimum of 56 points (80% of maximum 70 points)". Could you please provide clarification on this?Kind regards,Answer1. This is a typo error and the correct maximum score is 80 points, with minimum passing grade 70% (56 points)
Edited on:
09-Oct-2023 10:38
Edited by:
webservice@unops.org
New clarification added: Dear UNOPS/ETP staff,In part C "Technical Criteria" of section "11. Evaluation criteria" of the "Terms of References - Consultancy Services for Delivery Energy Transition Services across Southeast Asia", the table of Technical proposal points allocation says that the total technical proposal points are 80 points. Still, the text above says "The maximum number of points that a bidder may obtain for the Technical proposal is 70. To be technically compliant, Bidders must obtain a minimum of 56 points (80% of maximum 70 points)". Could you please provide clarification on this?Kind regards,AnswerThis is a typo error and the correct maximum score is 80 points, with minimum passing grade 70% (56 points)
Edited on:
09-Oct-2023 10:25
Edited by:
webservice@unops.org
New clarification added: Dear UNOPS/ETP staff,In part C "Technical Criteria" of section "11. Evaluation criteria" of the "Terms of References - Consultancy Services for Delivery Energy Transition Services across Southeast Asia", the table of Technical proposal points allocation says that the total technical proposal points are 80 points. Still, the text above says "The maximum number of points that a bidder may obtain for the Technical proposal is 70. To be technically compliant, Bidders must obtain a minimum of 56 points (80% of maximum 70 points)". Could you please provide clarification on this?Kind regards,This is a typo error and the correct maximum score is 80 points, with minimum passing grade 70% (56 points)
Edited on:
09-Oct-2023 10:18
Edited by:
webservice@unops.org
New clarification added: QuestionDear UNOPS/ETP staff,Could you please confirm if two experts of the same level can be proposed for the same discipline?Kind Regards.AnswerYes. Bidders can offer more than 1 persons having the same disciplines and levels
Edited on:
04-Oct-2023 09:46
Edited by:
webservice@unops.org
New clarification added: QuestionDear UNOPS/ETP staff,The TORs states that "The financial evaluation will be based on the average price for positions which are offered in both Level 1 and Level 2 experts,..." (pg. 5). Does this mean that Level 3 experts are not considered for the financial evaluation?Kind regards.AnswerTo determine the ranking, the financial proposals are considered from the positions offered in 2 levels (level 1 and level 2) . Level 3 financial offer will be assessed through a reasonableness of costs- approach.
Edited on:
04-Oct-2023 09:42
Edited by:
webservice@unops.org
New clarification added: QuestionDear UNOPS/ETP staff,Regarding the expertise and experience to provide the requested services (track record), could you please confirm if these are related exclusively to the tender lead company or whether we can incorporate subcontractors' and individual experts' expertise and experience?Kind Regards.Answer The experience will be considered from the experience of the lead company, as well as experiences of its JV members, in case of JV submission. UNOPS cannot consider experience of its subcontractors
Edited on:
04-Oct-2023 09:40
Edited by:
webservice@unops.org