0% found this document useful (0 votes)
79 views14 pages

Community Based Agricultural Rural Development Program (Cbard)

The document is a request for quotation (RFQ) from Roots of Peace (ROP) for the provision of agricultural tools in Afghanistan. It provides details on the RFQ such as the issue date, submission instructions, point of contact, and technical specifications. Bidders must meet responsibility requirements like having required business licenses and ensuring goods/services do not come from prohibited countries. The selection will be based on lowest price meeting specifications.

Uploaded by

abdullah
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
79 views14 pages

Community Based Agricultural Rural Development Program (Cbard)

The document is a request for quotation (RFQ) from Roots of Peace (ROP) for the provision of agricultural tools in Afghanistan. It provides details on the RFQ such as the issue date, submission instructions, point of contact, and technical specifications. Bidders must meet responsibility requirements like having required business licenses and ensuring goods/services do not come from prohibited countries. The selection will be based on lowest price meeting specifications.

Uploaded by

abdullah
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

RFQ-CBARD-2023-009

Community Based Agricultural Rural Development Program


(CBARD)

Request for Quotation (RFQ)

RFQ-CBARD-2023-009

Provision of Agricultural Tools in Afghanistan


Issue Date: January 26, 2023

WARNING: Prospective Offerors who have received this document from a source other than ROP/CBARD should
immediately contact CBARD-procurement@[Link] and provide their name and mailing address/email in order
that amendments to the RFQ or other communications can be sent directly to them. Any prospective Offeror who fails to
register their interest assumes complete responsibility in the event that they do not receive communications prior to the
closing date. Any amendments to this solicitation will be issued and posted via email.

Offerors submitting incomplete proposals may be disqualified.

Page 1 of 14
RFQ-CBARD-2023-009

1. Synopsis of the Request for Quotation


ROP, implementer of the UNDP-funded CBARD project, invites qualified vendors to submit quotations
for the Provision of Agricultural Tools in Afghanistan.
1. RFQ No. RFQ-CBARD-2023-009
2. Issue Date January 26, 2023
3. Title Provision of Agricultural Tools in Afghanistan.
4. Submission Please submit your quotation to: CBARD-procurement@[Link]
Subject should be: “Bidder Company Name – RFQ-CBARD-2023-009” Sending to
other e-mail addresses may lead to disqualification of your bid.
5. Deadline for Question February 02, 2023
6. Deadline for Receipt of February 09, 2023
Quotes 16:00 Hours Kabul Local Time
7. Point of Contact CBARD-procurement@[Link]
Each Bidder is responsible for reading very carefully and fully understanding the
terms and conditions of this RFQ. It is each interested bidder’s responsibility to
check for any modification or update prior to submitting their final bid.
8. Anticipated Award Type ROP anticipates issuing two types of contracts. Firm Fixed Price Purchase Orders
for regular fixed services, and Blanket Purchase Agreements (BPA) for ad hoc
services.
9. Basis for Award An award will be made to the responsible bidder whose bid is responsive to the
terms of the RFQ and is most advantageous to ROP, considering price or/and
other factors included in the RFQ. To be considered for award, bidders must
meet the requirements identified in Section 12, “Determination of
Responsibility”. No discussions or negotiations are permitted with bidders, and
therefore bidders shall submit their best and final price.
10. General Instructions to Deadline for receipt of quotations is February 09, 2023
Bidders 16:00 Hours Kabul Local Time. Late offers will be rejected except under
extraordinary circumstances at ROP’s discretion.
• Bidders shall submit quotes electronically to CBARD-
procurement@[Link]
• The vendor fully understands that their quote must be valid for a period of
90 days.
• Bidders shall sign and date their quotation.
• All quotations shall be in English language
• Bidders shall complete Attachment B: Price Schedule template.

The award will be issued to the responsible Offeror submitting the lowest
evaluated price that meets or exceeds the specification.

Issuance of this RFQ in no way obligates ROP to award a subcontract or purchase


order and Bidders will not be reimbursed for any costs associated with the
preparation of their quote. ROP also reserves the right to contract multiple
providers for some or all of the services requested.
11. Technical Specifications See attachment A below.
12. Prohibited Bidders MUST NOT provide any goods and/or services that utilize
Technology telecommunications and video surveillance products from the following
companies: Huawei Technologies Company, ZTE Corporation, Hytera
Communications Corporation, Hangzhou Hikvision Digital Technology Company,

Page 2 of 14
RFQ-CBARD-2023-009

or Dahua Technology Company, or any subsidiary or affiliate thereof, in


compliance with FAR 52.204-25.
13. Determination of ROP will not enter into any type of agreement with a vendor prior to ensuring
Responsibility the vendor’s responsibility. When assessing a vendor’s responsibility, the
following factors are taken into consideration:
1. Provide copies of the required business licenses to operate in the host
country.
2. The source, origin and nationality of the services are not from a Prohibited
Country (explained below).
3. Ability to comply with required or proposed delivery or performance
schedules.
14. Geographic Code • Under the authorized geographic code for its contract ROP may only procure
goods and services from the following countries.
• Geographic Code 935: Goods and services from any area or country
including the cooperating country but excluding Prohibited Countries.
• ROP must verify the source, nationality, and origin, of goods and services and
ensure (to the fullest extent possible) that ROP does not procure any services
from prohibited countries listed by the Office of Foreign Assets Control
(OFAC) as sanctioned countries. The current list of countries under
comprehensive sanctions include Cuba, Iran, North Korea, Sudan, and Syria.
ROP is prohibited from facilitating any transaction by a third party if that
transaction would be prohibited if performed by ROP.
By submitting a quote in response to this RFQ, Bidders confirm that they are not
violating the Source and Nationality requirements and that the services comply
with the Geographic Code and the exclusions for prohibited countries.
15. Compliance with Terms Bidder shall be aware of the general terms and conditions for an award resulting
and Conditions from this RFQ. The selected Bidder shall comply with all Representations and
Certifications of Compliance listed in Attachment E.
16. Anti-Corruption and ROP conducts business under the strictest ethical standards to assure fairness in
Anti-Bribery Policy and competition, reasonable prices and successful performance or delivery of quality
Reporting goods and equipment. ROP does not tolerate the following acts of corruption:
Responsibilities • Any requests for a bribe, kickback, facilitation payment or gratuity in the form
of payment, gift or special consideration by a ROP employee, Government
official, or their representatives, to influence an award or approval decision.
• Any offer of a bribe, kickback, facilitation payment or gratuity in the form of
payment, gift or special consideration by an offeror or subcontractor to
influence an award or approval decision.
• Any fraud, such as misstating or withholding information to benefit the
offeror or subcontractor.
• Any collusion or conflicts of interest in which a ROP employee, consultant, or
representative has a business or personal relationship with a principal or
owner of the offeror or subcontractor that may appear to unfairly favor the
offeror or subcontractor. Subcontractors must also avoid collusion or conflicts
of interest in their procurements from vendors. Any such relationship must be
disclosed immediately to ROP management for review and appropriate
action, including possible exclusion from award.
These acts of corruption are not tolerated and may result in serious
consequences, including termination of the award and possible suspension and
debarment by the U.S. Government, excluding the offeror or subcontractor from
participating in future UN and U.S. Government business.
Any attempted or actual corruption should be reported immediately by either
the offeror, subcontractor or ROP staff to:

Page 3 of 14
RFQ-CBARD-2023-009

• [Link]@[Link]
By signing this proposal, the offeror confirms adherence to this standard and
ensures that no attempts shall be made to influence ROP or Government staff
through bribes, gratuities, facilitation payments, kickbacks or fraud. The offeror
also acknowledges that violation of this policy may result in termination,
repayment of funds disallowed by the corrupt actions and possible suspension
and debarment by the UN and/or U.S. Government.
17. Payment Terms Bidder understands and agrees to ROP payment terms, whereby payment is made
after the completion of the services and within 30 days of receipt of a correct
invoice. Payment will be made to the company’s account. The bidders are allowed
to price in USD, however ROP/CBARD will pay vendors in Afghani at the exchange
rate on the date of acceptance of works performed. The Tax will be applicable
according to Government income Tax Law.

2. Information to Bidders
1. Background
Roots of Peace (ROP) is a humanitarian organization whose mission is to rid the world of landmines and
other remnants of war by transforming toxic minefields into thriving farmland and communities through
a focus on sustainable, organic farming practices. Roots of Peace is implementing a Community-Based
Agriculture Rural Development (CBARD) project to support the Production of Fruits and Vegetables as an
alternative to poppy Cultivation and Trade in five high Cultivation provinces of Afghanistan.
Moreover, the ROP-CBARD project aims to create partnerships between existing ROP-CBARD
communities to reach three key objectives: reducing opium poppy cultivation, create alternative licit
economic development for former poppy farmers and women in the community, and support more
sustainable peace.

2. Overview
ROP has offices in the following locations:
1. Kabul (Kabul City),
2. Nangahar (Jalalabad City),
3. Kandahar (Kandahar City),
4. Balkh (Mazar City),
5. Laghman (Mihtarlam City)
6. Farah (Farah City)
7. Badghis (Qala e Naw City)

ROP is seeking long-term agreements with multiple tools providers for the provision of Agricultural Tools.
ROP will sign Blanket Purchase Agreement (BPA) with selected firms whereby ROP will order goods from
its main office in Kabul for the provision of Agricultural Tools to the locations listed under “Delivery
Locations” and pay for those goods from the main Kabul office.

The BPA mechanism establishes set rates for items listed in Attachment B that ROP will pay. The price
shall be including the delivery. The delivery location is stated under the delivery locations table. The BPA
will be valid for a period of 12 months utilizing the set price schedule for selected items.

ROP may sign BPA contracts with multiple firms depending on the lots.

Page 4 of 14
RFQ-CBARD-2023-009

3. Evaluation and Award


The award will be made to a responsive offeror whose offer follows the RFP instructions & meets the
requirements as outlined in this solicitation.
The decision to award will be based on Lowest Price – Technically Acceptable Method, considering price
and technically acceptable offers. Please note that if there are significant deficiencies regarding
responsiveness to the requirements of this RFP, an offer may be deemed “non-responsive” and may not
be considered for evaluation. ROP-CBARD reserves the right to waive immaterial deficiencies at its own
discretion.

All Offers received will first be evaluated based upon Technical Acceptability screening, offers that pass
the initial screening will proceed to Lowest Price evaluation.

Technical Acceptability Screening will utilize a “Pass/Fail” with offerors evaluated based on the following
criterion:
- Submission of current and valid MOCI License.
- Submission of Contact details of Service provider.
- Submission of Banking / Payment information. (AFN Account)
- Submission of Price Schedule that clearly identifies the prices by lots.
- Submission of Authorized distributor certificate from the manufacturer in Afghanistan.
- Submission of Certificate of origin from the manufacturer to attests that the product listed
therein has met certain criteria to be considered as originating in the country.
- At least two successful contracts in the last five years of a similar Tools for each lot.

Offerors should complete Attachment B – Price Schedule for the specific lots they are submitting an offer
for. Evaluation will be made using Lowest Price ranking taking into consideration any ‘specific details’
listed above.

Page 5 of 14
RFQ-CBARD-2023-009

2.1 Attachment A: Detailed Technical Specifications

Types of availability:
• On an ‘As Needed’ Basis

Minimum standards:
• Quality products as per specifications.

Page 6 of 14
RFQ-CBARD-2023-009

Attachment B: Price Schedule

Notes to quotations:
• Fill out the tables below for each Lots you can provide. Use a separate table for each Lot. You
may bid for as many lots as you can deliver to, and you may leave any lot empty that you cannot
provide for.
• Awards may be made to more than one firm, so firms that are restricted by lots or availability may
respond with quotations for specific lots.
• There will be one type of award – Blanket Purchase Agreement(s) for Agricultural Tools and
equipment which will be ordered as required.
• Please consider the technical specifications and other requirements of the contracts in Section A
above

Price Schedule – Lot 1: Pruning Shear, Pruning Saw, Pruning Lopper, Sprayers and Ladder.
This section covers items that can be ordered as needed on an ad hoc basis.

The delivery location is indicated in under 2.1 Attachment A:

Item Detailed Specifications Unit Price


No UNIT QTY Including
Description delivery (AFN)
The pruning small shear should be from a reliable company,
comfortable, light, handle made of forged aluminium with a lifetime
guarantee, blade and riveted anvil blade made of high-quality
hardened steel, clean, precise cut and all parts should be
replaceable. Easy, durable cutting adjustment.

• Felco 2 (Swiss)
Original with a lifetime warranty on the forged aluminium handles.
• Corona Made in USA
1 Pruning Shear Original with a lifetime warranty on the forged aluminium handles. Each 1
• LOWE 9.107 Made in Germany original with a lifetime warranty
on the forged aluminium handles.

• Volpi original with a lifetime warranty on the forged aluminium


handles.

If the bidder chooses to propose equivalent products, a sample


must be provided to ROP for inspection before it can be determined
that minimum, required technical specifications are met.
Hard chrome plated steel blade with razor sharp teeth and tapered
design for smoother cuts, prevent clogging by stopping the side of
the blade from contacting the wood. The handle must be made
from strong lightweight plastic with a non-slip pistol grip that is easy
to hold. Includes a hard plastic sheath. The following products are
considered pre-approved because they meet ROP’s minimum,
2 Pruning Saw required technical specifications: Each 1
• Felco 640 Original product
• Corona Razor Tooth Pruning saw-14 inch Made in USA
Original.
• ARS CT37 Pro. Original Product
• Volpi Original Product

Page 7 of 14
RFQ-CBARD-2023-009

If the bidder chooses to propose equivalent products, a sample


must be provided to ROP for inspection before it can be determined
that minimum, required technical specifications are met.
Length 60/80 cm- straight cutting head, lightweight
aluminum handles/ blade and screw- mounted anvil blade
made of high-quality hardened steel/ clean, precise cut/ all
parts should be replaced.
• Felco Original product
Pruning Shear • Corona Made in USA Original.
3 • ARS CT37 Pro. Original Product Each 1
Lopper
• Volpi Original Product

If the bidder chooses to propose equivalent products, a


sample must be provided to ROP for inspection before it can
be determined that minimum, required technical
specifications are met.
Manual Knapsack Sprayer Original, Capacity 20 litters, HDPE tank,
adjustable straps, piston cups P and spacer, Nozzle filter M50/60,
complete cylinder, Plex PVC Hose, washers, and locked rings set,
trigger valve brass needle the following products meet minimum
required technical specifications:
4 Spray Pump • Jacto Backpack Sprayer (Brazil) original Product Each 1
• VOLPI Backpack Sprayer (Italy) original Product

If the bidder chooses to propose equivalent products, a sample


must be provided to ROP for inspection before it can be determined
that minimum, required technical specifications are met.
Aluminium
Ladder for 4x3 steps with big hinge 28 cm steps distance length 3.7m 12kg net
5 training and weight, 12.3 kg gross weight Max loading 150 kgs aluminium alloy Each 1
6063 1.2 mm thickness aluminum.
pruning of fruit
trees

6 Wheelbarrow Iron Wheelbarrow, with the load of capacity of 200Kgs with original Each 1
new tire.

Page 8 of 14
RFQ-CBARD-2023-009

Price Schedule – Lot 2 DAP Fertilizer:


This section covers items that can be ordered as needed on an ad hoc basis.

The delivery location is indicated in under 2.1 Attachment A:

Item Detailed Specifications Unit Price


No UNIT QTY Including
Description delivery (AFN)
• Nitrogen 46%, Weight/bag 50kg.
• The fertilizer should be uniform, completely
change to gas in heat test, should be easily
soluble in water.
Bag
1 Urea Fertilizer • The fertilizer should not be damaged by (50kg)
1
humidity.
• The fertilizer should have polyethylene plastic
inside the bag to protect the granules from
moisture damage.
• DAP (Di-Ammonium Phosphate):
• Phosphorus pentoxide P2O5. 46%, Nitrogen
18%, Weight/Bag:
• 50 kg The DAP granules should be uniform and Bag
2 DAP Fertilizer 1
not damaged by humidity. (50kg
• The DAP bag should have polyethylene plastic
inside the bag to protect the granules from
moisture.

Page 9 of 14
RFQ-CBARD-2023-009

Price Schedule – Lot 3 Integrated Pest Management (IPM) Materials:


This section covers items that can be ordered as needed on an ad hoc basis.

The delivery location is indicated in under 2.1 Attachment A:

Item Detailed Specifications Unit Price


No UNIT QTY Including
Description delivery (AFN)
Sulfur Duster Sulfur Duster Manual made of high Quality poly
propylene, plastic bellows Extension pole power
spreader. Tank Capacity 1-1.5 Kg. Net weight 700-750gr
or equivalents
1 • Zafero Daldegan 1 Kg • VOLPI Original 1.5 Kg PCs 1
If the bidder chooses to propose equivalent products, a
sample must be provided to ROP for inspection before
it can be determined that minimum, required technical
specifications are met.
Wettable Wettable Sulphur 80Wp, 500gr or 1Kg /packet Best
2 Sulphur quality: equivalents • Netzshwefel Stulln • AGRI LEEDS Kg 1
• Sulgran W
3 Penconazole Penconazole 10 EC, 500 ml/bottle Best Quality Bottle 1
Plamec Abamectin 18%
Emulson Concentrate (EC).
Plamec 18
4 Confidor Active Agent: 18 g/I Abamectin 5-O- Bottle 1
demethylavermectin A 1a (i) Mixture with 5-O-
demethyl-25-de(1-Methylpropyl)-25- (1-methylethyl)
avermectin A 1a.
Micro Micro elements - %W/W Cu 0.5 - 0.6 Fe 3.0 - 4.0 Mn 2.0 Kg
5 1
Nutrients - 3.0 Mo 0.04 - 0.05 Zn 3.0 - 4.0
Potassium Potassium Sulphate w/w Water soluble potassium Kg
6 1
Fertilizer oxide 48-55%

Page 10 of 14
RFQ-CBARD-2023-009

Delivery Locations:
The supplier shall deliver the goods to the location indicated below,

No Province Name Districts Villages


1 Kabul Center Center
2 Badghis Qala-e-Naw, Ghormach, Jawand, Targeted villages of the
Muqur, Bala Murghab , Qadis. mentioned districts
3 Balkh Mazar-e-Sharif, Chahar Bolak, Targeted villages of the
Balkh, Dihdadi, Chimtal, mentioned districts
4 Kandahar Arghandab, Panjwayi, Maiwand, Targeted villages of the
Zehray, Ghorak, Nish. mentioned districts
5 Nangarhar Achin, Chaparhar, Darah Noor, Targeted villages of the
Jalalabad, Khogiani, Kot, Lalpoor, mentioned districts
Muhamand Dara, Rodat,
Shairzad, Surkhrod.
6 Laghman Mehterlam, Qarghayi Targeted villages of the
mentioned districts
7 Farah Farah Center, Bala Blook, Bakwa, Targeted villages of the
Khak-i-Safeid, Qala-i-Kah, Pusht- mentioned districts
e- Road.

Page 11 of 14
RFQ-CBARD-2023-009

2.2 Attachment C: Contact Information

To: ROP CBARD


Kart-e-Char Street 4th
Kabul, Afghanistan

We, the undersigned, provide the attached quotation in accordance with RFQ-CBARD-2023-009
for the Provision of Agricultural Tools in Afghanistan, issued on January 26, 2023

I certify a validity period ninety (90) days for the prices provided in the attached quotation. Our quotation shall be
binding upon us, subject to the modifications resulting from any discussions.

We understand that ROP is not bound to accept any proposal it receives.

Yours sincerely, Company Seal/Stamp:

Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
Telephone:
Email:

Page 12 of 14
RFQ-CBARD-2023-009

2.3 Attachment D: Contact Information

Company Name as per Business


License
Company Address:

Name of Company’s Authorized


Representative

Authorized Representative’s Email (If


Available)

Authorized Representative’s Phone


Number
Banking and Payment Information
(Bank and AFN Currency):
a. Bank name:
b. Company name:
c. Account number (AFN):
d. Swift Code:

Attach Copy of official registration or


business license.

Page 13 of 14
RFQ-CBARD-2023-009
2.4 Attachment E: Representations and Certifications of Compliance
1. Federal Excluded Parties List - The Bidder Select is not presently debarred, suspended, or determined
ineligible for an award of a contract by any Federal agency.

2. Executive Compensation Certification- FAR 52.204-10 requires ROP, as prime contractor of U.S. federal
government contracts, to report compensation levels of the five most highly compensated subcontractor
executives to the Federal Funding Accountability and Transparency Act Sub-Award Report System (FSRS)

3. Executive Order on Terrorism Financing- The Contractor is reminded that U.S. Executive Orders and U.S.
law prohibits transactions with, and the provision of resources and support to, individuals and organizations
associated with terrorism. It is the legal responsibility of the Contractor/Recipient to ensure compliance with
these Executive Orders and laws. Recipients may not engage with, or provide resources or support to,
individuals and organizations associated with terrorism. No support or resources may be provided to
individuals or entities that appear on the Specially Designated Nationals and Blocked persons List
maintained by the US Treasury (online at [Link]) or the United Nations Security Designation List
(online at: [Link] This provision must be included
in all subcontracts/sub awards issued under this Contract.

4. Trafficking of Persons – The Contractor may not traffic in persons (as defined in the Protocol to Prevent,
Suppress, and Punish Trafficking of persons, especially Women and Children, supplementing the UN
Convention against Transnational Organized Crime), procure commercial sex, and use forced labor during
the period of this award.

5. Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions – The Bidder
certifies that it currently is and will remain in compliance with FAR 52.203-11, Certification and Disclosure
Regarding Payment to Influence Certain Federal Transactions.

6. Organizational Conflict of Interest – The Bidder certifies that will comply FAR Part 9.5, Organizational
Conflict of Interest. The Bidder certifies that is not aware of any information bearing on the existence of any
potential organizational conflict of interest. The Bidder further certifies that if the Bidder becomes aware of
information bearing on whether a potential conflict may exist, that Bidder shall immediately provide ROPI
with a disclosure statement describing this information
7. Prohibition of Segregated Facilities - The Bidder certifies that it is compliant with FAR 52.222-21, Prohibition
of Segregated Facilities.

8. Equal Opportunity – The Bidder certifies that it does not discriminate against any employee or applicant for
employment because of age, sex, religion, handicap, race, creed, color or national origin.

9. Labor Laws – The Bidder certifies that it is in compliance with all labor laws.

10. Federal Acquisition Regulation (FAR) – The Bidder certifies that it is familiar with the Federal Acquisition
Regulation (FAR) and is in not in violation of any certifications required in the applicable clauses of the FAR,
including but not limited to certifications regarding lobbying, kickbacks, equal employment opportunity,
affirmation action, and payments to influence Federal transactions.

11. Employee Compliance – The Bidder warrants that it will require all employees, entities and individuals
providing services in connection with the performance of an ROP Purchase Order to comply with the
provisions of the resulting Purchase Order and with all Federal, State, and local laws and regulations in
connection with the work associated therein.

By submitting a quote, bidders agree to fully comply with the terms and conditions above and all applicable U.S.
federal government clauses included herein, and will be asked to sign these Representations and Certifications
upon award.

Page 14 of 14

You might also like