<<

Invitation to bid (ITB) Supply of Motorcycles ITB No. MYA/14/MMOC/PR/ITB-NCB/0007

Section 1: Bid data

Date of issuance 22 May 2014

Project GFATM

Date: 27 May 2014 Pre-bid conference Time: 11:00 Hrs Place: UNOPS Office, Yangon

Date: 03 June 2014 Requests for clarifications due Time:12:00 Hrs Date: 03 June 2014 UNOPS clarifications to bidders due Time: 17:00 Hrs

Date: 06 June 2014 Last Date, Time and Place Time: 12:00 Hrs of Receiving of Bids Place: UNOPS Office, Yangon

Date: 06 June 2014 Date, Time and Place Time: 14:00 Hrs of Bid Opening Place: UNOPS Office, Yangon

Email for clarification [email protected]

[All times shown are as per the Standard Time (MST) -GMT+ 6.30 hrs)]

2 of 13

Section 2: ITB letter

UNOPS plans to procure “Motorcycles” as defined in accordance with these documents. UNOPS now invites sealed Bids from qualified Bidders for providing the requirements as defined in the UNOPS Specification attached hereto. Bids must be received by UNOPS at the address specified not later than 12:00 Hrs (GMT + 6:30 Hrs) on 06 June 2014.

Bidding will be conducted through the One Envelope National Competitive Bidding procedure specified in the UNOPS Procurement Manual available on UNOPS website.

This UNOPS ITB consists of five documents and a series of annexes which will be completed by Bidders and returned with their Bid

ITB section 1: Bid Data Sheet ITB section 2: ITB Letter (this document) ITB section 3: Instructions to Bidders ITB section 4: UNOPS Technical Specifications / Statement of Work ITB Section 5: UNOPS General Conditions (Services / Goods)

Annexes B to D shall be mandatory. Annex A shall be submitted by bidder in advance of the deadline for submission of bids to inform UNOPS their interest or no interest in bidding. If a potential supplier is not interested in participation, UNOPS would appreciate if this form can be returned indicating reasons for non-participation.

Annex A Bid / No Bid Confirmation Form Annex B Check List Form Annex C UNGM Vendor Registration Form Annex D Bid Submission, Technical, Delivery and Price Schedule Offer Form Annex E Final destination

Interested eligible bidders may obtain further information by writing email to [email protected]

3 of 13

Section 2: Instructions to bidders

1. Purchaser 1.1. The Purchaser is UNOPS, Yangon. Myanmar. UNOPS means the United Nations Office for Project Services.

2. Pre-Qualification and Eligibility Requirement 2.1 Bidders shall not submit more than one bid in this bidding process, except for alternative offers, if permitted.

2.2 Bidders must not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by UNOPS to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods under this Invitation to Bid.

2.3 Bidders must not be under a declaration of ineligibility for corrupt and fraudulent practices published by UNOPS on its website. Bidders must meet the eligibility criteria as published on the UNOPS website.

2.4 When the Bidder is not the manufacturer of the Goods, the Bidder shall be duly authorized by the manufacturer of the Goods to submit bid, assuring full guarantee and warranty obligations as per the contract.

2.5 Even though the Bidders meet the above qualifying criteria, they are subject to be disqualified if they have made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or record of poor performance such as, not properly completing contracts, inordinate delays in completion, litigation history, financial failures etc.

3. Cost of bid 3.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid. UNOPS will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the solicitation process.

4. Content of solicitation documents

4.1 The goods required, Bid procedures and contract terms are prescribed in these solicitation documents, contents of which are listed in the cover section, Invitation to Bid. 4.2 Bids must offer goods for the total requirement of each lot, unless otherwise permitted in the solicitation document. Bids offering only part of the goods may be rejected unless permitted otherwise in the solicitation document. The Bidder is expected to examine all corresponding instructions, forms, terms and specifications contained in the solicitation documents. Failure to furnish all information required by these documents or submission of a Bid that does not comply with these documents will be at the Bidder's risk and may affect the evaluation of the Bid.

5. Clarification of solicitation documents and Pre-bid Conference 5.1 A prospective Bidder requiring any clarification of the solicitation documents may notify UNOPS in writing at e-mail address indicated in the Section 1 of the ITB. UNOPS will respond in writing to any request for clarification of the solicitation documents that it receives by the due date outlined in Section 1. Written copies of UNOPS response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective Bidders that have collected the solicitation documents from the office, sought clarifications or those who have attended the pre-bid meeting. All clarifications will also be posted on the UNOPS website.

5.2 A pre-bid conference will be held at UNOPS offices on 27 May , 2014 starting at 11:00AM, Myanmar Standard Time (GMT+6:30 Hrs). Attendance to the pre-bid conference will be limited to two (2) representatives from each Bidder who must notify UNOPS of their intent to attend the conference. Attendance at the pre-bid conference is strongly recommended but it does not debar the bidder from bidding. Minutes of the pre-bid conference, listing questions and the related clarifications of the solicitation documents will be sent to all Bidders who attended the pre-bid conference and published in the tender notice on the UNOPS website.

6. Amendments of solicitation documents 6.1 At any time prior to the deadline for submission of Bids, UNOPS may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the solicitation documents by amendment.

6.2 All prospective Bidders that have received the solicitation documents will be notified in writing of all amendments to the solicitation documents. For open competitions, all amendments will also be posted on the UNOPS website in the tender notice.

6.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their Bids, UNOPS may, at its discretion, extend the deadline for the submission of Bid. UNOPS may, at its discretion, cancel the requirement in part or in whole.

7. Language of bids 7.1 The Bids prepared by the Bidder and all correspondence and documents relating to the Bid exchanged by the Bidder and UNOPS, shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in the English language in which case, for purposes of interpretation of the Bid, the translation shall govern.

8. Documents comprising the bid

8.1 As a minimum, Bidders shall complete and return the below listed documents (Annexes B, C and D to this ITB) as an integral part of their Bid. Bidders may add additional documentation to their Bids as they deem appropriate.

a. Check List Form (Annex B hereto) b. Completed UNGM Vendor Registration (Annex C here to) c. Signed Bid Submission, Technical and Price Schedule Offer Form (Annex D hereto)

Failure to complete and return the above listed documents as part of the Bid may result in Bid rejection, if it leads to material deviation.

8.2 Bidders are advised to complete and return the Bid / No Bid Confirmation Form prior to the submission deadline indicating whether they do or do not intend to Bid. If after assessing this opportunity you have made the determination not to submit your Bid we would appreciate if you could return this form indicating your reasons for non-participation.

9. Bid prices 9.1 The Bidder shall indicate on the Bid Price Sheet the unit prices and total bid prices of the goods it proposes to supply under the Contract. To this end, the Bidders are allowed the option to submit the bids for any one or more lots specified in the Section 2-Schedule of Requirements and to offer discounts for combined lots. However, Bidders shall quote for the complete requirement of goods and services specified under each lot on a single responsibility basis, failing which such bids will not be taken into account for evaluation and will not be considered for award.

9.2 The Price of the Goods shall be quoted as per incoterms mentioned in the Bid Price Sheet.

9.3 Fixed Price. Prices quoted by the Bidder shall be fixed during the Bidder's performance of the Contract and not subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected, pursuant to ITB Clause 24.

9.4 Alternative bids will be accepted for different models. Bidders can quote for different models complying with the technical specifications.

10. Bid currencies 10.1 All prices shall be quoted in USD or MMK (Myanmar Currency).

10.2 For evaluation and comparison purposes, UNOPS shall convert all bid prices expressed in amounts in MMK into USD. The source of exchange rate would be the UN operational rate of exchange on the date of bid opening.

11. Bid security - “Does not apply to this ITB”

12. Period of validity of bids 12.1 Bids shall remain valid for ninety (90) calendar days after the date of Bid submission prescribed by UNOPS, pursuant to the deadline clause. A Bid valid for a shorter period shall be rejected.

12.2 In exceptional circumstances, UNOPS may solicit the Bidder’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. Bid security provided shall also be suitably extended. A Bidder may refuse the request without forfeiting its Bid security.

13. Format and signing of bids 13.1 The Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract. The latter authorization shall be indicated by written power-of-attorney accompanying the Bid.

13.2 A Bid shall contain no interlineations, erasures, or overwriting except as necessary to correct errors made by the Bidder, in which case such corrections shall be initialled by the person or persons signing the Bid.

14. Sealing, marking and submission of bids 14.1 Submission by Hand or ordinary mail

14.1.1. The bidder shall seal the bid in an envelope. 14.1.2. The envelope should be marked with ITB-(UNOPS)-2014-(MYA/14/MMOC/PR/ITB- NCB/0007) and also bear the name and address of the bidder. 14.1.3. be addressed as follows for mailing or Hand deliveries: UNOPS Myanmar Operation Center No. 12 (O), Pyithu Lane, Pyay Road, 7 Mile, Mayangone Township. Yangon. Myanmar 14.1.4. If the envelope is not sealed and marked as per the instructions in this clause, UNOPS does not assume responsibility for the Bid's misplacement or premature opening.

14.2 Bidder shall not have the option to submit bid electronically.

15. Deadline for submission of bids 15.1 Bids must be received by UNOPS at the office address specified under clause Sealing and Marking of Bids not later than 5:00 PM, (Myanmar Standard Time GMT+6:30Hrs) on 06th June, 2014. All Bids will be opened shortly thereafter.

15.2 UNOPS may, at its discretion, extend this deadline for the submission of Bids by amending the solicitation documents in accordance with clause Amendment of solicitation documents, in which case all rights and obligations of UNOPS and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

16. Late bid 16.1 Any Bids received by UNOPS after the deadline for submission of Bids prescribed by UNOPS, pursuant to clause 15- Deadline for Submission of Bids, will be rejected and returned unopened to the Bidder.

17. Modification and withdrawal of bids 17.1 The Bidder may modify or withdraw its Bid after the Bid's submission, provided that written notice of the modification or withdrawal is received by UNOPS prior to the deadline prescribed for submission of Bids.

17.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of the clause Deadline for Submission of Bids.

17.3 No Bid may be modified subsequent to the deadline for submission of Bids. No Bid may be withdrawn in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity. Withdrawal of a bid during this interval may result in the Bidder's forfeiture of its bid security.

18. Clarification of bids 18.1 To assist in the examination, evaluation and comparison of Bids, UNOPS may, at its discretion, ask the Bidder for a clarification of its Bid. The request for clarification and the response shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted.

19. Preliminary examination 19.1 UNOPS will examine the Bids to determine their formal compliance with ITB i.e. whether they are complete, the documents have been properly signed, the Bids are generally in order, offer covers the requirement in full, acceptance of all terms and conditions of the solicitation document etc.

19.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a discrepancy between words and figures, the amount in words will prevail. If the supplier does not accept the correction of errors, its bid will be rejected and its bid security may be forfeited.

19.3 The Purchaser may waive any minor informality or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Bidder.

19.4 Offers containing material deviations to the formal compliance criteria will be declared non- responsive and be rejected.

20. Evaluation and Comparison of Bids 20.1. All offers found substantially responsive after the preliminary examination will be evaluated for compliance to pre-qualification and eligibility requirements as provided in clause 2 and Technical Specifications. Offers that do not meet the pre-qualification and eligibility criteria will be rejected.

20.2. UNOPS will further evaluate and compare the bids which have been determined to be substantially responsive, pursuant to Clause 20.1 for each lot separately

20.3. UNOPS shall evaluate the technical aspects of the Bids, found substantially responsive, pursuant to Clause 20.1, to confirm that all requirements specified in technical specification of the solicitation document have been met without any material deviation or reservation. Bids will be rejected if they contain material deviation, i.e. when the specifications of the items quoted vary in one or more significant aspect(s) from the minimum required technical specifications.

20.4. The Purchaser will financially evaluate and compare the bids previously determined to be substantially responsive for each lot separately.

20.5. To evaluate a bid the Purchaser shall consider the following:

a. The total landing cost based on the delivery term mentioned in Schedule of Requirement b. Price adjustment for correction of arithmetic errors in accordance with clause 19.3 c. Price adjustment due to discounts offered in accordance with clause 9.1 d. Price Adjustment due to late delivery offered at the rate equivalent to rate of LD( Liquidated Damages) as mentioned in the GCC.

20.6 The Purchaser's evaluation of a bid will exclude and not take into account the taxes and duties to be paid in the importing country.

21. Award criteria 20.7 UNOPS will award the Contract to the successful Bidder whose bid has been determined to be substantially responsive and has been determined as the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

20.8 UNOPS reserves the right conduct negotiations with the vendor regarding the contents of their offer.

20.9 The Purchaser reserves the right at the time of Contract award to increase or decrease by up to 15 percent of the quantity of goods and services originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions.

20.10 UNOPS reserves the right to accept or reject any Bid, and to annul the solicitation process and reject all Bids at any time prior to award of contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for UNOPS action.

22. Notification of award 22.1 Prior to the expiration of the period of Bid validity, UNOPS will notify the successful Bidder in writing by E-mail or letter, that its Bid has been accepted. The notifications of award will constitute the formation of the contract.

22.2 Upon the successful Bidder’s furnishing of the signed Contract Form and performance security, UNOPS will promptly notify each unsuccessful Bidder and will discharge its bid security.

22.3 After publication of the award, unsuccessful bidders may request in writing to the UNOPS for a debriefing seeking explanations on the grounds on which their bids were not selected. UNOPS shall promptly respond in writing to any unsuccessful Bidder who, after Publication of contract award, requests a debriefing.

23. Signing of contract 23.1 In the event of an order the UNOPS General Conditions for Contract for Goods and Special Conditions for Contract will apply.

23.2 At the same time as UNOPS notifies a successful Bidder that its Bid has been accepted, UNOPS shall send the successful Bidder the Purchase Order along with all contractual documents (which will constitute the Contract), incorporating all agreements between the parties.

23.3 Within 14 days of receipt of the Contract Form (Purchase Order), the successful bidder shall sign and date the Contract and return it to the Purchaser.

24 Performance Security

24.1 Performance security shall not require.

Section 2: Schedule of Requirement and Technical specifications

A. Schedule of Requirement:

Lot Product description Unit of measurement Quantity Number 1 Motorcycle (Type – A) Pcs 118

2 Motorcycle (Type – B) Pcs 12

For the motorcycles offered to be supplied from outside Myanmar, the supplier shall make its own arrangement for getting, from the Government of Myanmar the import clearance, any licensing and other regulatory requirement, registration number on motorcycles and the custom clearance. Any charges related to all regulatory, requirements have to be paid by the supplier. There is no duty for supplies to UN. For the customs clearance supplier can use UNOPS as consignee. UNOPS will provide necessary tax exemption certificate.

Delivery term: DAP Final destination as mentioned in Annex

Delivery Schedule: 120 days of signing of contract.

B. Technical Specifications

Lot No. Description Detailed Requirement

Engine Type 4 stroke

Piston Displacement 120-125cc

Starter System Kick/Electric Start

Transmission 4 Speeds Motorcycle 1 Fuel Tank Capacity 4 - 5 Liters (Approximate) Type - A Warranty 1 Year Warranty (Including Parts and Service) Quality Management ISO 9001 - 2008 certified ISO Certified) Color Any Color

Accessories Helmet - 2 Nos Per Unit

11 of 13

Lot No. Description Detailed Requirement

Type 4 stroke

Piston Displacement 105-113 cc

Fuel Tank Capacity 4 - 5 Liters (Approximate)

Starter System Kick/Electric Start Motorcycle 2 Type - B Transmission 4 Speeds Accessories Helmet - 2 Nos Per Unit

Color Any Color

1 Year Warranty Warranty (Including Parts and Service)

Additional Requirements for both Lot 1 and 2:

1. There should be sufficient authorized service centres for the motorcycle available all over Myanmar. The list to be provided with the quotation.

2. The authorized dealer to assure availability of spare parts for next 5 years.

Section 5: UNOPS General Conditions

(Goods)

In the event of an order, the UNOPS General Conditions will apply. The conditions are available at: http://www.unops.org/english/whatweneed/Pages/Guidelinesforsuppliers.aspx under “what we need” > “Information for vendors” > “UNOPS General Conditions of Goods”. If your company is unable to access the document, please send an email request to UNOPS and the UNOPS

General Conditions will be sent to you electronically.

13 of 13

ANNEX A

Bid / no bid confirmation form

If after assessing this opportunity you have made the determination not to submit your Bid we would appreciate if you could return this form indicating your reasons for non-participation.

Date:

To: UNOPS Fax/email (+951-657279/ [email protected]) (Ms. Sandar Nwe)

From:

Subject ITB-(UNOPS) -2014- MYA/14/MMOC/PR/ITB-NCB/0007

YES, we intend to submit an offer.

NO, we are unable to submit a Bid in response to the above mentioned Invitation to Bid due to the reason(s) listed below: ( ) The requested products are not within our range of supply ( ) We are unable to submit a competitive offer for the requested products at the moment ( ) The requested products are not available at the moment ( ) We cannot meet the requested specifications ( ) We cannot offer the requested type of packing ( ) We can only offer FCA prices ( ) The information provided for quotation purposes is insufficient ( ) Your ITB is too complicated ( ) Insufficient time is allowed to prepare a quotation ( ) We cannot meet the delivery requirements ( ) We cannot adhere to your terms and conditions (please specify: payment terms, request for performance security, etc.) ( ) We do not export ( ) Our production capacity is currently full ( ) We are closed during the holiday season ( ) We had to give priority to other clients’ requests ( ) We do not sell directly but through distributors ( ) We have no after-sales service available ( ) The person handling the Bids is away from the office ( ) Other (please provide reasons)______

______( ) We would like to receive future ITBs for this type of goods ( ) We don’t want to receive ITBs for this type of goods

If UNOPS has questions to the Bidder concerning this NO BID, UNOPS should contact Mr./Ms.

(______) phone/email (______), who will be able to assist.

UNOPS v2014.1 1 of 1

ANNEX B

Check list form

Bidders are requested to complete this form and return it as part of their Bid submission.

Page No in your Activity Yes/No/NA Remark Bid Have you duly completed all the Bidding Forms provided in the Instructions to Bidders?; i.e.:

- Bid / No Bid Confirmation

- UNGM Vendor Registration

- Bidder Information Form

- Bid Submission, Technical Specification and price Schedule offer Form

- Performance Statement Form

Have you provided the required information for qualification purposes as contained in ITB document 4: UNOPS Technical Specifications / Statement of Works including:

- Financial capability related

documents

- Experience and technical capacity

related documents

UNOPS v2014.1 1 of 1

ANNEX C

Vendor registration form

As part of the Bid it will be necessary that the Bidder go to the United Nations Global Market Place (UNGM) Registration Web Site https://www.ungm.org/Registration/RegisterSupplier.aspx and fill out the application. If your firm is a UNGM approved Vendor already, please provide your UNGM Registration number (…………………………………….) If it has been more than two years since the award of your UNGM Registration Number, please go to the Web site and up-date your firm’s information.

Bidders may want to familiarise themselves with the United Nations Supplier Code of Conduct and consider subscribing to the United Nations Global Compact

UNOPS v2014.1 1 of 1

ANNEX D

Bid Submission, Technical and Price Schedule Offer form Cover page

Bidders are requested to complete this form and return it as part of their Bid submission.

This COVER PAGE, the SPECIFICATION and the PRICE SCHEDULE FORM are an integral part of the BID SUBMISSION FORM Bidders are expected to return signed as part of their Bid. 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.

Date: (………../June/2014)

ITB No.: MYA/14/MMOC/PR/ITB-NCB/0007

To: UNOPS

We, the undersigned, declare that:

a. We have examined and have no reservations to the Bidding documents, including Amendment No.: (Insert the number and issuing date of each Amendment); b. We offer to supply in conformity with the Bidding documents and in accordance with the Delivery Schedules specified in the Schedule of Requirements the following Goods and Related Services “Procurement of MOTORCYCLE”; c. The total price of our Bid, excluding any discounts offered in item (d) below, is: (Insert the total Bid price in words and figures, indicating the various amounts and the respective currencies); d. The discounts offered and the methodology for their application are: Discounts. If our Bid is accepted, the following discounts shall apply. (Specify in detail each discount offered and the specific item of the Schedule of Requirements to which it applies.) Methodology of Application of the Discounts. The discounts shall be applied using the following method: (Specify in detail the method that shall be used to apply the discounts); e. Our Bid shall be valid for the period of time specified in Instructions to Bidders Sub-Clause 20.1, from the date fixed for the Bid submission deadline in accordance with Instructions to Bidders Sub- Clause 24.1, and it shall remain binding upon us and may be accepted at any time before the expiration of that period; f. If our Bid is accepted, we commit to obtain a performance security in accordance with Instructions to Bidders Clause 44 and GCG Clause 12 for the due performance of the Contract; g. We have no conflict of interest in accordance with Instructions to Bidders Sub-Clause 4.2;

h. Our firm, its affiliates or subsidiaries—including any subcontractors or suppliers for any part of the contract—has not been declared ineligible by UNOPS, in accordance with Instructions to Bidders Sub-Clause 4.3; i. We understand that you are not bound to accept the lowest evaluated Bid or any other Bid that you may receive.

UNOPS v2014.1 2 of 6

j. We have not offered and will not offer fees, gifts and/or favours of kind in exchange for this ITB and will not engage in any such activity during the performance of any contract awarded.

Signed: ………………………….. (Insert signature of person whose name and capacity are shown)

In the capacity of …………………………………………… (Insert legal capacity of person signing the Bid Submission Form)

Name: …………………………………………….. (Insert complete name of person signing the Bid Submission Form)

Duly authorized to sign the Bid for and on behalf of: …………………………………………… (Insert complete name of Bidder)

Dated on ______day of ______, ______[insert date of signing]

UNOPS v2014.1 2 of 6

Bid Submission, Technical and Price Schedule Offer form

Bidders are requested to complete this form and return it as part of their Bid submission.

Technical Offer

Bidders are encouraged to include any additional information regarding the goods they offer in this section in form of free text.

Comparative Data Table

To establish compliance of their Bid with the UNOPS Technical Specifications Bidders should complete the right column of the below table and the compliance confirmation statement:

Lot Description UNOPS’s Minimum Technical Requirements Bidder to fill in No.

Engine Type 4 stroke Piston Displacement 120-125cc

Starter System Kick/Electric Start

Transmission 4 Speeds

Fuel Tank Capacity 4 - 5 Liters (Approximate) Motorcycle 1 Type - A 1 Year Warranty Warranty (Including Parts and Service) Quality Management ISO 9001 - 2008 certified ISO Certified) Color Any Color

Accessories Helmet - 2 Nos Per Unit Lot Description UNOPS’s Minimum Technical Requirements Bidder to fill in No. Engine Type 4 stroke

Piston Displacement 105-113 cc

Fuel Tank Capacity 4 - 5 Liters (Approximate)

Starter System Kick/Electric Start Motorcycle 2 Type - B Transmission 4 Speeds

Accessories Helmet - 2 Nos Per Unit

Color Any Color 1 Year Warranty Warranty (Including Parts and Service)

UNOPS v2014.1 3 of 6

The offered products are in accordance with the required specifications and technical requirements:

YES NO

Any deviations must be listed below:

------

UNOPS v2014.1 3 of 6

Bid Submission, Technical, Delivery and Price Schedule Offer form

[Bidders are requested to complete this form and return it as part of their Bid submission.]

Bidders shall fill in these Price Schedule Forms in accordance with the instructions indicated. The list of line items in column 1 of the Price Schedules shall coincide with the List of Goods and Related Services specified by UNOPS in the Technical Specifications.

Bidder’s prices for goods (price to be entered by bidder):

Currency: …………………………… Qty Lot No Description Unit price Unit price Total price (a). Total price FCA FCA DAP DAP (a)x(b) (b) (c) (a)x(c)

1. Motorcycle (Type – A) 118

2. Motorcycle (Type – B) 12

UNOPS v2014.1 5 of 6

Annex E

Final Destination

Lot – 1 : Motorcycle (Type – A) Qty No Name of Organization State/Region Delivery Address Contact Person (Pcs) Dr. Saw Moses State Red Cross Supervisory Committee Office (State Project Myanmar Red Cross 1 1 Shan State Office) West Ciricular Road, Kyaung Kyi Su Quarter, Taunggyi. Dr. Thet Wai Aung Society (MRCS) Shan State Daw Han Thi Aye Township Health Office, Vector Born Disease Control (VBDC), 2 1 Malaria Supervisor Beelin Township Township Health Office, Vector Born Disease Control (VBDC), 3 1 Malaria Supervisor Chaung Zon Township Township Health Office, Vector Born Disease Control (VBDC), 4 1 Malaria Supervisor Kyaik Hto Township Township Health Office, Vector Born Disease Control (VBDC), 5 1 Malaria Supervisor Kyaikmayaw Township Township Health Office, Vector Born Disease Control (VBDC), 6 1 Malaria Supervisor National Malaria Control Mawlamyaing Township Mon State Programme (NMCP) Township Health Office, Vector Born Disease Control (VBDC), 7 1 Malaria Supervisor Mudon Township Township Health Office, Vector Born Disease Control 8 1 Malaria Supervisor (VBDC),Paung Township Township Health Office, Vector Born Disease Control (VBDC), 9 1 Malaria Supervisor Thahton Township Township Health Office, Vector Born Disease Control 10 1 Malaria Supervisor (VBDC),Thanphyuzayet Township Township Health Office, Vector Born Disease Control (VBDC), Yae 11 1 Malaria Supervisor Township

UNOPS v2014.1 6 of 6

Township Health Office, Vector Born Disease Control (VBDC), 12 1 Permanent Sprayman Bokepyin Township Township Health Office, Vector Born Disease Control (VBDC), 13 1 Malaria Supervisor Township

Township Health Office, Vector Born Disease Control (VBDC), 14 1 Malaria Supervisor Township

Township Health Office, Vector Born Disease Control (VBDC), Township Health 15 1 Township Officer Township Health Office, Vector Born Disease Control (VBDC), 16 1 Malaria Supervisor Region Township Health Office, Vector Born Disease Control (VBDC), 17 1 Malaria Inspector Township Health Office, Vector Born Disease Control (VBDC), Township Health 18 1 Township Officer

Township Health Office, Vector Born Disease Control (VBDC), 19 1 Malaria Supervisor Thanintharyi Township National Malaria Control Township Health Office, Vector Born Disease Control (VBDC), 20 Programme (NMCP) 1 Malaria Supervisor Township Township Health Office, Vector Born Disease Control (VBDC), Yae 21 1 Malaria Supervisor Phyu Township State VBDC Office, Vector Born Disease Control (VBDC), Bago 22 1 Malaria Assistant Township District VBDC Office, Vector Born Disease Control (VBDC), Bago 23 1 Assistant Entomologist Township

District VBDC Office, Vector Born Disease Control (VBDC), Bago 24 1 Lab Technician Township Bago Region District VBDC Office, Vector Born Disease Control (VBDC), Bago 25 1 Malaria Assistant Township District VBDC Office, Vector Born Disease Control (VBDC), Bago 26 1 Malaria Inspector Township District VBDC Office, Vector Born Disease Control (VBDC), Bago 27 1 Malaria Supervisor Township

UNOPS v2014.1 6 of 6

Township Health Office, Vector Born Disease Control (VBDC), Daik 28 1 Malaria Inspector Oo Township

Township Health Office, Vector Born Disease Control (VBDC), 29 1 Malaria Supervisor Kyaukkyi Township Township Health Office, Vector Born Disease Control (VBDC), 30 1 Malaria Inspector Phyu Township

Township Health Office, Vector Born Disease Control (VBDC), 31 1 Malaria Inspector Taungoo Township

Township Health Office, Vector Born Disease Control (VBDC), 32 1 Malaria Supervisor Taungoo Township

Township Health Office, Vector Born Disease Control (VBDC), 33 1 Malaria Supervisor Yedashay Township

Township Health Office, Vector Born Disease Control (VBDC), 34 1 Malaria Inspector Bamaw Township Township Health Office, Vector Born Disease Control (VBDC), 35 National Malaria Control 1 Kachin State Malaria Inspector Programme (NMCP) Moemauk Township State VBDC Office, Vector Born Disease Control (VBDC), Myitkyina 36 1 Malaria Assistant Township Township Health Office, Vector Born Disease Control (VBDC), 37 1 Malaria Supervisor Township Township Health Office, Vector Born Disease Control (VBDC), 38 1 Malaria Supervisor Demawso Township State VBDC Office, Vector Born Disease Control (VBDC), 39 1 Malaria Assistant Township Township Health Office, Vector Born Disease Control (VBDC), 40 1 Malaria Supervisor Maeset Township Township Health Office, Vector Born Disease Control (VBDC), 41 1 Malaria Inspector Pharsaung Township Township Health Office, Vector Born Disease Control (VBDC), 42 1 Malaria Supervisor Phruso Township

Township Health Office, Vector Born Disease Control (VBDC), 43 1 Malaria Supervisor Shadow Township

UNOPS v2014.1 1 of 1

Township Health Office, Vector Born Disease Control (VBDC), 44 1 Malaria Inspector Kawkareik Township Township Health Office, Vector Born Disease Control (VBDC), 45 1 Malaria Supervisor Kyarinseikgyi Township

Township Health Office, Vector Born Disease Control (VBDC), 46 1 Kayin State Malaria Supervisor Hpa-pun Township National Malaria State VBDC Office, Vector Born Disease Control (VBDC), Hpa-an 47 Control Programme 1 Malaria Supervisor (NMCP) Township Township Health Office, Vector Born Disease Control (VBDC), 48 1 Malaria Inspector Thandaung Township Director 49 5 Naypyitaw Region Department of Health, Ministry of Health, Naypyitaw Township (Disease Control) Deputy Director 50 65 Naypyitaw Region Central VBDC, Naypyitaw Township (Malaria) Total 118

Lot – 2 : Motorcycle (Type – B) Qty No Name of Organization State/Region Delivery Address Contact Person (Pcs) Daw Aye Aye Latt 1 1 Shan State (South) No. 243, NakeBan Street, Nyaung Pin Htaung Ward. Aung Ban (Field Manager) U Thein Htike Oo 2 Pyi Gyi Khin (PGK) 1 Myingyan No. 256, Kyet Thun Tan Street, Tun Chit Gayhar, Myingyan (Field Manager) U Min Kyi Zin 3 1 Pathein No. 1147, Min Gyi Road, Ward 2, Pathein (Field Manager) 4 3 Shan State (North) NanhKam Township To be advised Myanmar Anti-Narcotics 5 3 Shan State (North) Nanphatkha Township To be advised Association (MANA) 6 3 Shan State (North) Tarmoenye Township To be advised Total 12

UNOPS v2014.1 1 of 1

UNOPS Myanmar No.12 (O), Pyithu Lane, 7 Mile, Pyay Road Mayangone Township Yangon Myanmar

Tel: +951-657281~7 Fax: +951-657279