REQUEST FOR PROPOSALS (RFP)

Similar documents
Request for Proposals for conducting a Business Impact Analysis to prepare Business Continuity Planning for the Headquarter in Geneva.

Ontario College of Trades

Kathmandu Office UNESCO Representative to Nepal

STANDARD REQUEST FOR QUOTATIONS (SRQ) (CONSULTANCY AND DESIGN)

REQUEST FOR PROPOSALS (RFP) AND GENERAL INSTRUCTION TO SERVICE PROVIDERS BID DATA SHEET (BDS)

CARIBBEAN DEVELOPMENT BANK PROCEDURES FOR THE SELECTION AND ENGAGEMENT OF CONSULTANTS BY RECIPIENTS OF CDB FINANCING

The Request for Proposal consists of the following documents, and should be read in conjunction with any Addenda issued:

Request for Proposal PROFESSIONAL AUDIT SERVICES

CAR I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

Kenya Seed Company limited

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

Request for Proposal

All proposals must be received by August 30, 2016 at 2:00 PM EST

REQUEST FOR PROPOSAL (RFP) AUDIT SERVICES. Ref: RFP/

ONTARIO COLLEGE OF TRADES

Request for Proposals (RFP)

Selection of Consultants


CONSULTANCY SERVICES FOR PREPARATION AND SUBMISSION OF REPORTS ON ERP FINANCE MODULE (CODE: MSTC-ERP-CP)

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Appendix B-1. Feasibility Study Task Order Template

Dakota County Technical College. Pod 6 AHU Replacement

RESOLUTION NUMBER 2877

REQUEST FOR PROPOSALS

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

INVITATION TO BID. ITB-214/17 Rehabilitation and Reconstruction of Fallujah Bridge Anbar Governorate, Iraq

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

TOWN AUDITING SERVICES

Procurement of Consulting Services' Direct Purchase

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

Hong Kong Science and Technology Parks Corporation

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Request for Proposal Date: 22 nd June 2011

Request for Proposals (RFP) Moving office furniture from building 3A to building 22 and other CSIR store areas (in building 35 and 36)

Request for Proposal

REQUEST FOR PROPOSALS RFP/2017/021. Provision of Consultancy Services for Enhancement of REmap tool and preparation for the Energy Transition Model

REPUBLIC OF KENYA COUNTY GOVERNMENT OF SIAYA REQUEST FOR PROPOSAL FOR

ITALIAN EGYPTIAN DEBT FOR DEVELOPMENT SWAP PROGRAMME PHASE 3

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

World Bank Iraq Trust Fund Grant Agreement

Appendix 3 to AO/1-7094/12/NL/CO Page 1

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

THE CITY OF SEATTLE CITY LIGHT DEPARTMENT 2012 REQUEST FOR PROPOSALS. Long-Term Renewable Resources And/or Renewable Energy Certificates

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

REQUEST FOR PROPOSALS. Thermal Imaging Cameras

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

The District is looking for the architectural firm to provide the following (not listed in order of preference):

Request for Proposal For Pre-Employment Screening Services. Allegheny County Airport Authority

Pontiac Public Library. Request for Proposal. For Forensic Audit Services. For the period. July 1, 2012 to December 31, 2013

REQUEST FOR PROPOSALS RFP# CAFTB

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

REQUEST FOR PROPOSAL (RFP) From National firms/institutes/organizations

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Disadvantaged Business Enterprise Supportive Services Program

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

Request for Proposals. Housing Study Consulting Services. Proposals DUE: January 6, City of Grandview. Economic Development Department

Conrad Grebel University College. Kitchen and Dining Room Expansion and Renovation Architectural Feasibility Study

REQUEST FOR PROPOSAL Architectural Services

1. Request for Proposal Services

Request for Expression of Interest

City of Gainesville State of Georgia

COUNTY GOVERNMENT OF BUNGOMA OFFICE OF THE COUNTY SECRETARY& HEAD OF PUBLIC SERVICE BGM/CNTY/CS/RFP/80/2017/2018 REQUEST FOR PROPOSAL FOR

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

TOWNSHIP OF LAKE OF BAYS R.F.P REQUEST FOR PROPOSAL

MINNESOTA STATE COLLEGES AND UNIVERSITIES

REQUEST FOR PROPOSALS

(A Government of India Enterprise) MSTC LIMITED

Centre , Jingumae 5-chome. Shibuya-ku, Tokyo Japan

REQUIRED DOCUMENT FROM HIRING UNIT

Bank of Uganda REPUBLIC OF UGANDA ADDENDUM TO THE BIDDING DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A DISK TO

PART V BASIC PRINCIPLES FOR SELECTION OF CONSULTANTS

2016 Park Assessment

Request for Proposal. Parenting Education

FORM A-2 FINANCIAL PROPOSAL SUBMITTAL LETTER

Request for Proposals (RFP) for Technical Assistance U.S. Department of Housing and Urban Development Programs

Request for Proposals and Specifications for a Community Solar Project

Request for Proposals (RFP) Strategic Advisor, Diversity in Children s Content Production May 2016 FILING DEADLINE: June 22, 2016

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

General Procurement Requirements

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

Request for Proposal. Independent Living

REQUEST FOR PROPOSAL INFORMATION SECURITY CONSULTANT FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2013-P03

Request for Proposal Hydraulic Rescue Tools. Date Issued: September 28 th, 2016

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

National Farmers Union, Local North Shore Road, RR#4 Gananoque, ON

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

Professional Development and Training Services

Transcription:

REQUEST FOR PROPOSALS (RFP) Date: 30 May 2011 Dear Sir/Madam, Subject: Request for Proposal for Construction Supervision Services of Proposed Renovation of Laboratorium Tuberculosis in RSUP H. Adam Malik Medan & Balai Besar Laboratorium Kesehatan Palembang and Construction Design & Supervision Services of Balai Laboratorium Kesehatan Banjarmasin, Indonesia Project no.: 00076887 Case no.: UNOPS/IDPC/2011/RFP-01 1. The United Nations Office for Project Services (UNOPS) is seeking qualified offers for the above-mentioned design and construction supervision services. Your company is kindly invited to submit your best technical and financial offer for the requested services. Your proposal could form the basis for a contract between your firm/institution and the United Nations Office for Project Services (UNOPS). 2. To enable you to submit a proposal, please find enclosed: a) Annex I: Terms of Reference (TOR), containing a description of UNOPS requirements for which these services are being sought; b) Annex II: Proposal Submission Form, to be completed and returned with your proposal; and c) Annex III: A draft of the form of contract under which the services would be performed, including a link to the "General Conditions for UNOPS Contracts for Professional Services". This letter is not to be construed in any way as an offer to contract with your firm/institution. Manner of Submission 3. Your proposal shall be prepared in the English language. 4. Your proposal shall comprise the following documents: a) Proposal Submission Form; b) Technical Component; and c) Price Component. Page 1

5. Your proposal shall be prepared in duplicate with one marked "Original" and the other marked "Copy". In the event of any discrepancy between them, the original shall govern. The proposal shall be sealed in one outer and two inner envelopes, as detailed below. The outer envelope shall be addressed as follows: ATTN: Asiani Tamimi PROPOSAL FOR : Construction Supervision of Proposed Renovation of Laboratorium Tuberculosis in RSUP H. Adam Malik Medan & Balai Besar Laboratorium Kesehatan Palembang and Construction Design & Supervision of Balai Laboratorium Kesehatan Banjarmasin, Indonesia PROJECT No.: 00076887 United Nations Office for Project Services Menara Ravindo 11th Floor, Jl. Kebon Sirh Raya Kav. 75, Jakarta Pusat 10340, Indonesia Both inside envelopes shall indicate your firm's name and address. The first inner envelope shall be marked "Technical Proposal" and contain the Proposal Submission Form and Technical Component of your proposal. The second inner envelope shall be marked "Price Proposal" and include your financial cover letter (paragraph 15, below) and Price Component. 6. Proposals must be received by UNOPS at the above address on or before 10 June 2011, 12:00 PM, reference: http://wwp.greenwichmeantime.com/. Any proposal received after this date may be rejected. UNOPS may, at its discretion, extend the deadline for the submission of proposals, by notifying all prospective proposers in writing. The extension of the deadline may accompany a modification of the solicitation documents prepared by UNOPS at its own initiative or in response to a clarification requested by a prospective proposer. 7. You are requested to hold your proposal valid for 90 days from the deadline for submission. UNOPS will make its best effort to select a firm/institution within this period. 8. Assuming that a contract can be satisfactorily concluded by June 2010, the assignment is expected to commence immediately and design of BLK Banjarmasin is expected to be completed within 3 weeks of signing the agreement whilst construction of all three (3) labs be finished by January 2012 or as otherwise necessitated by construction. 9. If you consider that your firm/institution does not have all the expertise for the assignment, there is no objection to your firm/institution associating with another firm/institution, particularly from a developing country, to enable a full range of expertise to be proposed. UNOPS strongly encourages association with a local firm/institution in the country of assignment. However, any invited firm/institution may not participate in more than one consolidated proposal. Similarly, a local firm/institution may associate with only one invited firm/institution that is making a proposal. Page 2

Any consulting, manufacturing or construction firm/institution with which you might be associated may not be eligible to participate in proposing/bidding for any services, goods or works which may result from or be associated with the project of which this assignment forms a part. 10. Please note that the cost of preparing a proposal and of negotiating a contract, including any related travel, is not reimbursable nor can it be included as a direct cost of the assignment. 11. Any requests for clarification should be referred to BryanT@unops.org, telephone: +6221-3907897. Any written reply to a particular question may be posted accordingly to UNOPS website. 12. We would appreciate you informing us by e-mail, at the above address to: a) your receipt of this letter request for competitive proposals. b) whether or not you will be submitting a proposal. c) the date and mode of submission, in case you decide to submit a proposal. Page 3

Content of Proposal Technical Component 13. The technical component of your proposal should be concisely presented and structured in the following order to include, but not necessarily be limited to, the following information: a) Description of the Firm and the Firm's Qualifications A brief description of your firm/institution and an outline of recent experience on projects of a similar nature, including experience in the country and language concerned. You should also provide information that will facilitate our evaluation of your firm/institution's substantive reliability and financial and managerial capacity to provide the services. b) Understanding of the Requirements for Services, including Assumptions Include any assumptions as well as comments on the data, support services and facilities to be provided by the Lab as indicated in the TOR, or as you may otherwise believe to be necessary. c) Proposed Approach, Methodology, Timing and Outputs Any comments or suggestions on the TOR, as well as your detailed description of the manner in which your firm/institution would respond to the TOR. You should include the number of person-months in each specialization that you consider necessary to carry out all work required. d) Proposed Team Structure The composition of the team which you would propose to provide in the country of assignment and/or at the home office, and the work tasks (including supervisory) which would be assigned to each. An organogram illustrating the reporting lines, together with a description of such organization of the team structure, should support your proposal. e) Proposed Project Team Members The curriculum vitae of the senior professional members of the team. NOTE: Please refer to evaluation table below for full details of evaluation points. Price Component 14. Your separate price component must contain an overall quotation in a single currency, which may be either in US Dollars or in any convertible currency. If you opt for the latter, and for evaluation purposes only, your proposal will be converted into US dollars using the United Nations rate of exchange in effect on the date submissions are due. 15. The price component shall have a cover letter wherein your firm/institution's authorized representative affirms the following: Page 4

a) a summary of the price; and b) the period of its validity. In preparing your proposal, please note carefully from Annex III the various contract provisions regarding UNOPS policies on limitations on advance payments, retention, performance bonds, etc. 16. In addition, the price component must cover all the services to be provided and must itemize the following: a) An all-inclusive rate per person-day (including honorarium and living expenses) for each team member to be assigned to the mission in the field and a rate for his/her work at the home office, if any. b) An all-inclusive amount for international travel and related expenses (indicating number of round trips per team member). c) An all-inclusive amount for local travel. d) All other costs, if any (indicating nature and breakdown). e) Summary of total cost for the services proposed. [N.B.: The remuneration received by your firm/institution and persons performing services for your firm/institution (other than nationals of the host country) normally will not be subject to tax liability in the host country]. f) A proposed schedule of payments, all of which must be expressed and will be effected in the currency of the proposal. 17. You should also indicate any comments or reservations to the draft form contract. Payment Provisions 18. UNOPS' general policy is to pay for the performance of contractual services rendered or to effect payment upon the achievement of specific milestones described in the contract. Please refer to section 3.4 of the Model Contract for Services1 that is enclosed as Annex III. 19. Please note that UNOPS' policy is not to grant advance payments except in unusual situations where the potential contractor/tenderer, whether a private firm, NGO or a government or other entity, specifies in the proposal that there are special circumstances warranting an advance payment. UNOPS, at its discretion, may however determine that such payment is not warranted or determine the conditions under which such payment would be made. In any case where an advance payment for $100,000 or more is requested and subsequently approved, UNOPS will normally require a bank guarantee or other suitable security arrangement. Page 5

20. Any request for an advance payment is to be justified and documented and must be submitted with the financial proposal. This justification shall explain the need for the advance payment, itemize the amount requested and provide a time-schedule for utilization of said amount. In addition, you must submit documentation regarding your financial status - e.g. audited financial statements at 31 December of the previous year and include this documentation with your financial proposal. Further information may be requested by UNOPS at the time of finalizing contract negotiations with the selected proposer. Evaluation of Proposals 21. A two-stage procedure will be utilized in evaluating the proposals, with evaluation of the technical component being completed prior to any price component being opened and compared. The Price Component will be opened only for those firms/institutions whose Technical Component meets the requirements for the assignment. The total number of points which a firm/institution may obtain for both components is [120]. 22. The technical component, which has a total possible value of 80 points, will be evaluated using the following criteria: ` Summary of Technical Proposal Evaluation Forms Score Weight Points Obtainable 1 Expertise of Firm/ Organization submitting 35% 30 Proposal 2 Proposed Work Plan and Approach 45% 35 3 Personnel 20% 15 Total 80 23. a) The Price Component of any proposal will only be evaluated if the Technical Component of that proposal achieves a minimum of 60 points. Proposals failing to obtain this minimum threshold will not be eligible for further consideration. b) The maximum number of points for the Price Component is 40. This maximum number of points will be allocated to the lowest price proposal. All other price proposals will receive points in inverse proportion according to the following formula: Points for the Price Component of a proposal being evaluated = [Maximum number of points for the Price Component] x [Lowest price] [Price of proposal being evaluated] 24. Please note that the UNOPS is not bound to select any of the firms/institutions submitting proposals. Furthermore, since a contract will be awarded in respect of the proposal which is considered most responsive to the needs of the project concerned, due consideration Page 6

ANNEX I: TERMS OF REFERENCES I. Background: Indonesia ranks fifth in the world for the burden of Tuberculosis (TB). Many challenges remain to be faced to ensure the TB-related MDG of halving prevalence and death by 2015. This Global Fund to Fight AIDS, Tuberculosis and Malaria (GFATM) Round 8 proposal was developed to introduce new initiatives (i.e. infection control and PAL) to advance TB control in Indonesia. The process was developed in close coordination with the national HIV/AIDS program. To support the round 8 program to stop TB, procurement will be one of the most important activities to implement. As Principal Recipients, the Faculty of Public Health at the University of Indonesia has requested that UNOPS serve as the Procurement Agent for design and renovation/upgrades at labs and hospitals across Indonesia in line with international best practices/guidelines (i.e. WHO, CDC, BMBL etc.) as well as lab equipment and supplies, to rapidly and effectively disburse allocated funds. II. Development objective: 1. To contribute to TB-related Millennium Development Goal (MDG) of halving prevalence and death by 2015. 2. Design and renovation/upgrades of labs across Indonesia in line with international best practices/guidelines for BSL 2+ to rapidly and effectively disburse allocated funds. In addition to meeting local standards and codes, guidelines shall include World Health Organization (WHO) Guidelines Laboratory Biosafety Manual, 3 rd Edition and Biosafety in Microbiological and Biomedical Laboratories Guidelines (BMBL), 5 th Edition as a minimum. III. Immediate objective(s): 1. Engineering design for Laboratorium Tuberculosis in Balai Laboratorium Kesehatan Banjarmasin. 2. Construction oversight and independent lab certification for three (3) BSL 2+ labs: RSUP H. Adam Malik Medan, Balai Besar Laboratorium Kesehatan Palembang and Balai Laboratorium Kesehatan Banjarmasin including biosafety and bio-containment SOPs to augment full-time supervision by UNOPS national site engineers. IV. Outputs: Outputs are results expected from successful completion of the ToR of this contract. They might include, but are not limited to such final outputs as: 1. Laboratory Conceptual Layout and Room Data Sheet. 2. Tender drawings and specifications for BLK Banjarmasin. Page 8

3. Assistance to UNOPS during tender assessment including report and recommendation of contractor selection. 4. Sign-off and acceptance of Testing and Commissioning report. 5. Presentation of Certification Report and Certificate. 6. Brief training for end users at hand-over of facilities. V. Activities: 1. Initial meeting with UNOPS-IDPC and TB Laboratory Working Group and key staff to discuss project and workflow. 2. Submit laboratory design layout to Working Group for comments and make changes accordingly. Work with laboratory staff to identify gaps in Bio-risk Management System (BRMS). 3. Prepare detailed design drawings and technical specifications. 4. Presentation of HVAC, controls and architectural design for comments. Meeting with UNOPS, TB Laboratory Working Group and other key stakeholders as required. 5. Provide comments and submit revised design. Submit all other services drawings and specifications and tender documents for review and comments. 6. Prepare tender documents in UNOPS format and guidelines for the contractors, including specifying criteria for evaluation, selection and award of tender in relation to BSL 2 laboratories. UNOPS will issue the call for tender. 7. Attend site visit for contractors after tender is called. 8. Participate as Panel member during tender evaluation and attend tender interview with contractors. 9. Submit tender assessment report for tender award for BSL 2 construction. 10. Carry out site visits and inspections as contractor mobilizes workforce on job site to ensure good health and safety practices are followed. Meet with UNOPS and TB work group to update on progress. 11. Biosafety Professional shall work with TB laboratory users to close all gaps for Bio-Risk Management System. 12. Complete in office review and comments on existing Bio-Risk Management System with users. Page 9

13. Witness testing and commissioning. Conduct onsite pre certification tests. 14. Provide all necessary documentation, Certification Report and Certificate. 15. Conduct training sessions in laboratory for laboratory operators to lab users and engineers. Give support to validations and training assessments. VI. Inputs: Contribution from the Beneficiary The laboratories will provide necessary information to the consultants, especially for the drawing/ lay out of existing buildings. The laboratories will assign a laboratory focal point to establish clear lines of communication and coordination with UNOPS and the consultants, especially with respect to access of property data and its current operating system. The laboratory authority will also make all reasonable attempts to review and endorse designs and plans prepared by consultants and will represent her/his laboratory as part of any Management Committee meetings that may be required. VII. Timing: The consultant will prepare engineering designs for Laboratorium Tuberculosis in Balai Laboratorium Kesehatan Banjarmasin and in parallel will provide construction oversight to UNOPS site engineers for three (3) BSL 2+ labs: RSUP H. Adam Malik Medan, Balai Besar Laboratorium Kesehatan Palembang and, upon completion of designs and tendering, Balai Laboratorium Kesehatan Banjarmasin, as required but no less than three (3) visits per lab during construction. The design shall be completed within three (3) weeks of signing the agreement. Construction at RSUP H. Adam Malik Medan, Balai Besar Laboratorium Kesehatan Palembang is expected to commence in June 2011 and be completed by December 2011. Construction of BLK Bajarmasin will begin following tender award. Overall, no more than twelve (12) site visits shall be budgeted. VIII. Reporting: Reports to be submitted by consultant to UNOPS shall include: 1. Laboratory Conceptual Design/ Layout and Room Data Sheet; to be submitted in hard copies (A3 size) as well as electronic file (CAD file and pdf), within one week upon acceptance of proposal/ signature of contract. 2. Tender drawings and specifications to be submitted in hard copies (A3 size for drawings and A4 size for Technical Specification) and electronic file, within three (3) weeks upon acceptance of proposal/ signature of contract. Page 10

3. Tender assessment report and recommendation for contractor selection to be submitted in hard copies and electronic file, within 2 days of bid evaluation and any necessary clarification meetings with prospective bidders. 4. Consultant to Sign off on Testing and Commissioning List upon handover takeover of site. 5. Presentation of Certification Report and Certificate. 6. Completion of training report. Page 11

ANNEX II: PROPOSAL SUBMISSION FORM Project No.: 00076887 TO: United Nations Office for Project Services Menara Ravindo 11th Floor, Jl. Kebon Sirh Raya Kav. 75, Jakarta Pusat 10340, Indonesia Dear Sir/Madam: Having examined the Solicitation Documents, the receipt of which is hereby duly acknowledged, we the undersigned, offer to supply the required services for the sum as may be ascertained in accordance with the Price Component attached herewith and made part of this proposal. We undertake, if our proposal is accepted, to commence and complete delivery of all items in the contract within the time frame stipulated. We understand that you are not bound to accept any proposal you may receive and that a binding contract would result only after final negotiations are concluded on the basis of the Technical and Price Components proposed. Dated this day of 20. Signature (in the Capacity of) Duly authorized to sign proposal for and on behalf of: Page 12

FINANCIAL OFFER Name(s) of consultant(s) (a) Number of working days (b) Daily fee (c) Daily subsistence allowance (d) Total (e)=(b)x((c)+(d)) GRAND TOTAL International/National travels (a) Quantity (b) Cost (c) Currency (d) Total (e)=(b)x(c) GRAND TOTAL Other Costs (description) Cost GRAND TOTAL Page 13

ANNEX III: DRAFT OF CONTRACT FORM Contract for Engineering design for Laboratorium Tuberculosis in Balai Laboratorium Kesehatan Banjarmasin & Construction oversight and certification for three (3) BSL 2+ labs: RSUP H. Adam Malik Medan, Balai Besar Laboratorium Kesehatan Palembang and Balai Laboratorium Kesehatan Banjarmasin including biosafety and bio-containment SOPs. June 2011 Page 14

Date Dear Sir/Madam, Ref.: / / [INSERT PROJECT NUMBER AND TITLE] The United Nations Office for Project Services (hereinafter referred to as "UNOPS"), wishes to engage your [company/organization/institution], duly incorporated under the Laws of [INSERT NAME OF THE COUNTRY] (hereinafter referred to as the "Consultant")in order to perform consulting services in respect of [INSERT SUMMARY DESCRIPTION OF THE SERVICES] (hereinafter referred to as the "Services"), in accordance with the following Contract: 1 Contract Documents 1.1 This Contract is subject to the UNOPS General Conditions for Professional Services, [INSERT THE CURRENT VERSION NUMBER AND DATE FROM THE DOCUMENT LIBRARY], attached hereto as Annex I. The provisions of such Annex shall control the interpretation of this Contract and in no way shall be deemed to have been derogated by the contents of this letter and any other Annexes, unless otherwise expressly stated under section 4 of this letter, entitled "Special Conditions". 1.2 The Consultant and UNOPS also agree to be bound by the provisions contained in the following documents, which shall take precedence over one another in case of conflict in the following order: a) this letter; b) UNOPS Request for Proposal, reference., dated.. and subsequent amendments and clarifications, assumed to be known to both parties, including the Statement of Work / Terms of Reference, attached hereto as Annex II; c) the Consultant's technical proposal [ref..., dated...], as clarified by the agreed minutes of the negotiation meeting [dated...], both documents not attached hereto but known to and in the possession of both parties. 1.3 All the above shall form the Contract between the Consultant and UNOPS, superseding the contents of any other negotiations and/or agreements, whether oral or in writing, pertaining to the subject of this Contract. 2 Obligations of the Consultant 2.1 The Consultant shall perform and complete the Services described in Annex II with due diligence and efficiency and in accordance with the Contract. Page 15

2.2 The Consultant shall provide the services of the following key personnel: Name Specialization Nationality Period of service.............................. 2.3 Any changes in the above key personnel shall require prior written approval of the Director, [...] RO/OC UNOPS. 2.4 The Consultant shall also provide all technical and administrative support needed in order to ensure the timely and satisfactory performance of the Services. 2.5 The Consultant shall submit to UNOPS the deliverables specified hereunder according to the following schedule: [LIST DELIVERABLES] [INDICATE DELIVERY DATES] e.g. Progress report../../......../../... Final report../../... 2.6 All reports shall be written in the English language, and shall describe in detail the services rendered under the Contract during the period of time covered in such report. All reports shall be transmitted by the Consultant by [MAIL, COURIER AND/OR FAX] to the address specified in 9.1 below. 2.7 The Consultant represents and warrants the accuracy of any information or data provided to UNOPS for the purpose of entering into this Contract, as well as the quality of the deliverables and reports foreseen under this Contract in accordance with the highest industry and professional standards. 3 Price and Payment 3.1 In full consideration for the complete and satisfactory performance of the Services under this Contract, UNOPS shall pay the Consultant a fixed contract price of [INSERT CURRENCY & AMOUNT IN FIGURES AND WORDS]. 3.2 The price of this Contract is not subject to any adjustment or revision because of price or currency fluctuations or the actual costs incurred by the Consultant in the performance of the Contract. Page 16

3.3 Payments effected by UNOPS to the Consultant shall be deemed neither to relieve the Consultant of its obligations under this Contract nor as acceptance by UNOPS of the Consultant's performance of the Services. 3.4 UNOPS shall effect payments to the Consultant after acceptance by UNOPS of the invoices submitted by the Consultant to the address specified in 9.1 below, upon achievement of the corresponding milestones and for the following amounts: MILESTONE AMOUNT TARGET DATE Upon......../../.........../../... 4 Special conditions 4.1 The advance payment to be made upon signature of the contract by both parties is contingent upon receipt and acceptance by UNOPS of a bank guarantee for the full amount of the advance payment issued by a Bank and in a form acceptable to UNOPS. 4.2 The amounts of the payments referred to under section 3.6 above shall be subject to a deduction of 10% (ten percent) of the amount accepted for payment until the cumulative amount of the deductions so effected shall equal the amount of the advance payment. 5 Submission of invoices 5.1 An original invoice shall be submitted by mail by the Consultant for each payment under the Contract to the following address:......... 5.2 Invoices submitted by fax shall not be accepted by UNOPS. 6 Time and manner of payment 6.1 Invoices shall be paid within thirty (30) days of the date of their receipt and acceptance by UNOPS. 6.2 All payments shall be made by UNOPS to the following Bank account of the Consultant: [NAME OF THE BANK] [ACCOUNT NUMBER] Page 17

[ADDRESS OF THE BANK] 7 Entry into force. Time limits. 7.1 The Contract shall enter into force upon its signature by both parties. 7.2 The Consultant shall commence the performance of the Services not later than [INSERT DATE] and shall complete the Services within [INSERT NUMBER OF DAYS OR MONTHS] of such commencement. 7.3 All time limits contained in this Contract shall be deemed to be of the essence in respect of the performance of the Services. 8 Modifications 8.1 Any modification to this Contract shall require an amendment in writing between both parties duly signed by the authorized representative of the Consultant and the Director, [...] UNOPS. 9 Notifications 9.1 For the purpose of notifications under the Contract, the addresses of UNOPS and the Consultant are as follows: For the UNOPS: [INSERT NAME OF RO/OC DIRECTOR] Director [RO/OC...] UNOPS Address Ref. / / [INSERT CONTRACT REFERENCE & NUMBER] Phone: Fax: Email: For the Consultant: [Insert Name, Address, Phone and Fax/Email] 10 Good Faith 10.1 The Parties undertake to act in good faith with respect to each other's rights and obligations under this Contract and to adopt all reasonable measures to ensure the realization of the objectives of this Contract. Page 18

If the above terms and conditions meet with your agreement as they are typed in this letter and in the Contract Documents, please initial every page of this letter and its attachments and return to this office one original of this Contract, duly signed and dated. Yours sincerely, [INSERT NAME OF THE RO/OC DIRECTOR] Director [...] RO/OC For [Insert name of the company/organization] Agreed and Accepted: Signature Name Title Date Page 19

ANNEX I UNOPS GENERAL CONDITIONS OF CONTRACT FOR PROFESSIONAL SERVICES http://www.unops.org/english/whatweneed/pages/guidelinesforsuppliers.asp x Page 20