Request for Proposals (RFP)
|
RFP Number: |
OPS-ICTEC-StartupCityCahul-2021-005 |
|
Issuance Date: |
01.02.2021 |
|
Deadline for Offers: EXTENDED DEADLINE: |
22.02.2021, 17:00 Chisinau time 9.03.2021, 17:00 Chisinau time |
|
Description: |
Accounting Services for ATIC general and Project Needs |
|
For: |
National Association of ICT Companies (ATIC) 1) Eu4Moldova Strtup City Cahul Project 2) Moldova ICT Excellence Center Project (ICTEC) |
|
Funded By: |
3) EU through Sweden 4) United States Agency for International Development (USAID), Contract Nr. AID-117-A-15-00002 |
|
Issued by: |
National Association of ICT Companies (ATIC) |
|
ATIC Point of Contact: |
llivadari@ict.md, Livadari Liuba, Procurement Manager contabil@ict.md, Violeta Bordeniuc, Senior Accountant |
Section 1: Introduction and Instructions to Offerors
|
ATIC |
National Association of ICT Companies |
|
ADS |
USAID Automated Directives System |
|
CFR |
United States Code of Federal Regulations |
|
Cooperating Country |
Moldova |
|
EU FAR |
European Union United States Federal Acquisition Regulation |
|
RFP |
Request for Proposals |
|
US |
United States |
|
United States Agency for International Development |
|
|
USG |
United States Government |
|
Sida VAT |
Swedish International Development Cooperation Agency Value Added Tax |
About ATIC
THE MOLDOVAN ASSOCIATION OF ICT COMPANIES (“ATIC”) is the business Organization uniting 45 companies. Umbrella Organization gathering over 5000 employees.
Being established in 2006, ATIC is the action leading association and the voice of the Moldovan ICT industry that promotes the development of the ICT sector in Republic of Moldova through viable partnerships between companies, similar organizations, government, state institutions and international organizations. The association was founded to represent the industry on different policy and legislative issues and to facilitate the exchange of best practices between members. ATIC mission is to protect and promote the Association members’ interests as well as facilitate a more favorable ICT business climate.
About the ATIC two biggest projects:
The ICTEC Project started as a USAID program implemented by the National Association of ICT Companies (ATIC). In 2016, the Government of Sweden joined the program and expanded the operations and content programs of Tekwill. The project is implemented as a private-public partnership (though Global Development Alliances instrument (GDA)), between the Moldovan Government, private industry, academia and donors. The private partners include multinational companies, IBM and Microsoft, and also Moldovan Association of Private ICT Companies (ATIC) members that are local (operated) ICT companies. The private partners bring significant new resources, ideas, software, technologies and development activities, such as trainings, practical assignments, and mentorship. The private sector partners will have the chance to use the center to communicate with the university, SMEs, startups, professionals and contribute to the curricula improvement answering the market needs, as well as the improvement of the IT and entrepreneurship ecosystem that will lead to the economic growth of the country. The Government of Moldova supports this project at the highest level of the Prime Minister, and the partners include Ministry of ICT, Ministry of Education, and E-Government Center.
The EU4Moldova: Startup City Cahul Project financed by EU through Sweden is in line with the Annual Action Programme 2019 in favor of the Republic of Moldova and its Action entitled, based on the Commission Decision ENI/2019/042-243.
The overall objective of the Action is to harness and strengthen the potential of the digital economy and enhance regional competitiveness, its business and its investment environment.
The specific objectives are:
SPECIFIC OBJECTIVES
The specific objective of this assignment is to hire a company able to assist the operational activity of ATIC by performing accounting services specific to NGOs, in compliance with the National Accounting Standards (“SNC”).
Please refer to Annex 1 – Terms of Reference.
Offers must be submitted not later than 17:00, local Chisinau time, on February 22, 2021 electronically and/or in hard copy to the ATIC office:
Any email offers must be sent to the following address:
to: llivadari@ict.md, Liuba Livadari, Procurement Manager
cc: contabil@ict.md, Violeta Bordeniuc, Senior Accountant
Any hard copy offers must be stamped and signed by the offeror’s authorized representative and delivered to the following address:
In attention of Liuba Livadari
Procurement Manager
Moldova ICT Excellence Center Project
Str. Studentilor 9/11, Chisinau, Moldova.
Each offeror must submit its proposal in two separate packages: Technical Proposal and the Cost Proposal. The following number of copies is required in each submission:
Technical and Cost Proposal: Three (3) original hardcopies and one (1) electronic copy on CD of the technical proposal, per the instructions below.
All offers and related documents must be enclosed in sealed envelopes with the name and address of the offeror and the RFP number (“RFP No. # OPS-ICTEC-StartupCityCahul-2021-005”) clearly marked on the outside. The Technical Proposal and the Cost Proposal must be submitted together. If multiple envelopes must be submitted due to the size of a proposal, offerors must ensure that each envelope is sealed and clearly marked with the information described above.
Please refer the RFP number in any response to this RFP.
Offers received after the specified time and date will be considered late and will NOT be reviewed by ATIC.
Questions regarding the technical or administrative requirements of this RFP may be submitted no later than 17:00, local Chisinau time on February 17, 2021, by email to llivadari@ict.md and contabil@ict.md. Questions must be submitted in writing; phone calls will not be accepted. Questions and requests for clarification—and the responses thereto—that ATIC believes may be of interest to other offerors will be circulated to all RFP recipients who have indicated an interest in bidding.
Only the written answers issued by ATIC will be considered official and carry weight in the RFP process and subsequent evaluation. Any verbal information received from employees of ATIC or any other entity should not be considered as an official response to any questions regarding this RFP.
The Technical Volume should describe in detail the offeror’s proposed plan for providing the services and commodities described in the specifications found in Annex 1. It should demonstrate a clear understanding of the work to be undertaken and the responsibilities of all parties involved. The plan should include details on equipment, personnel, and subcontractors that the offeror will make available to carry out the required activities. The plan should also provide details on the anticipated delivery schedule, including an estimated completion date.
At a minimum, the Technical Volume must contain the following required completed documents:
Subcontracting arrangements:
If the execution of work to be performed by the offeror requires the hiring of subcontractors, the proposal must clearly identify the subcontractor(s), contact information of subcontractor(s), and the work they will perform. ATIC will not refuse a proposal based upon the use of subcontractors; however, ATIC retains the right to approve or reject the specific subcontractors selected.
All electronic copies of documents in the Technical Volume must be in PDF, Microsoft Word or Microsoft Excel format.
The information contained in the Technical Volume should not contain any cost- or price-related information.
Taking into consideration the complexity of the work, the cost proposal is used to determine which proposals represent the best value and serves as a basis of negotiation before award of a subcontract.
It should offer a clear understanding upon the amount of work, different types of activities (if applicable), but offer a fixed price for the assignment taking into account all details.
The cost proposal shall also include a budget narrative that explains the basis for the estimate of every cost element or line item. Supporting information must be provided in sufficient detail to allow for a complete analysis of each cost element or line item. ATIC reserves the right to request additional cost information if the evaluation committee has concerns of the reasonableness, realism, or completeness of an offeror’s proposed cost.
The agreement under which this procurement is financed does not permit the financing of any taxes, VAT, tariffs, duties, or other levies imposed by any laws in effect in the Cooperating Country. No such Cooperating Country taxes, charges, tariffs, duties or levies will be paid under an order resulting from this RFP.
CURRENCY OF PROPOSAL: Financial offers must be presented in MDL only. No other currencies accepted.
FORMAT OF FINANCIAL PROPOSAL: In formulating its financial proposal, the offeror should be guided by the FORM F.
PARTIAL QUOTES: Not Allowed.
Offers must remain valid for at least 90 calendar days after the offer deadline.
All goods and services offered in response to this RFP or supplied under any resulting award must meet USAID Geographic Code 935 in accordance with the United States Code of Federal Regulations (CFR), 22 CFR §228, available at: http://www.gpo.gov/fdsys/pkg/CFR-2012-title22-vol1/pdf/CFR-2012-title22-vol1-part228.pdf.
The cooperating country for this RFP is Moldova.
Offerors may not offer or supply any commodities or related services that are manufactured or assembled in, shipped from, transported through, or otherwise involving any of the following countries: Burma (Myanmar), Cuba, Iran, North Korea, (North) Sudan, Syria. Related services include incidental services pertaining to any/all aspects of this work to be performed under a resulting subcontract (including transportation, fuel, lodging, meals, and communications expenses).
By submitting an offer in response to this RFP, the offeror certifies that it and its principal officers are not debarred, suspended, or otherwise considered ineligible for an award. ATIC will not award a contract to any firm that is debarred, suspended, or considered to be ineligible.
An or multiple awards will be made to the offeror whose proposal is determined to be responsive to this solicitation document, meets the eligibility criteria stated in this RFP, meets the technical, management/personnel, and corporate capability requirements, and is determined to represent the best value to ATIC. Best value will be decided using the tradeoff process.
This RFP will use the tradeoff process to determine best value. That means that each proposal will be evaluated and scored against the evaluation criteria and evaluation sub-criteria, which are stated in the table below. Cost proposals are not assigned points, but for overall evaluation purposes of this RFP, technical evaluation factors other than cost, when combined, are considered approximately equal to cost factors. If technical scores are determined to be equal or nearly equal, cost will become the determining factor.
In evaluating proposals, ATIC will use the following evaluation criteria and sub-criteria set out in Annex 1- terms of reference to this RfP.
This RFP utilizes the tradeoff process based on ATIC procedures. ATIC will award a subcontract to the offeror whose proposal represents the best value to ATIC. ATIC may award to a higher priced offeror if a determination is made that the higher technical evaluation of that offeror merits the additional cost/price.
The rating of each proposal will be defined based on the accumulated scoring, considering the technical and financial scores. The priority will be given to highest scored offers, in the limits of the available budget.
Best and final price quotations are requested from all offerors. It is anticipated that awards will be made solely on the basis of these original quotations. However, ATIC reserves the right to conduct negotiations and/or request clarifications prior to awarding a subcontract.
This is a Request for Proposals only. Issuance of this RFP does not in any way obligate ATIC or the Donor to award a subcontract, nor does it commit ATIC or Donor to pay for costs incurred in the preparation and submission of a proposal.
This solicitation is subject to the Draft Order Terms and Conditions detailed in Section 2. Any resultant award will be governed by these terms and conditions. ATIC reserves the right to make revisions to the content, order, and numbering of the provisions in the actual subcontract document prior to execution by ATIC and the selected awardee. Issuance of a subcontract award is subject to availability of sufficient funds.
Section 2. Background, Scope of Work, Deliverables and Deliverable Schedule
ATIC is looking to contract a company to provide the services described in Annex 1 – Terms of Reference.
The delivery location for the items described in this RFP is MD-2045, 9/11, Studentilor Str., Chisinau, Moldova. As part of its response to this RFP, each offeror is expected to provide an estimate (in calendar days) of the delivery and execution timeframe (after receipt of order). The delivery estimate presented in an offer in response to this RFP must be upheld in the performance of any resulting contract.
The delivery estimate presented in any offers in response to this RFP must be honest, accurate, and upheld in the performance of any resulting subcontract or order.
Section 3. Draft Order Terms and Conditions
Per Section 1.11 of this RFP, in the event of a subcontract award resulting from an offer submitted in response to this RFP, the following terms and conditions will apply:
The Subcontractor shall complete all work (including furnishing all labor, material, commodities, equipment, and services) required under this subcontract for the fixed price indicated in the offer. This price shall include all equipment, commodities, shipping costs, licenses, permits, administration costs, labor costs, materials, overhead, profit, and all other costs.
The Subcontractor will be paid the installment amounts listed under the column named “Payment Amount” only upon successful completion and acceptance by ATIC of all corresponding deliverables listed in the column named “Corresponding Deliverable Name.”
ATIC will pay the total price through a series of installment payments as provided in Article 1.9 above, after Subcontractor’s completion of the corresponding deliverables and ATIC acceptance thereof. The Subcontractor may submit invoices for deliverables that have been accepted and approved by the authorized ATIC representative. ATIC will pay the Subcontractor’s invoice within fifteen (15) days after the following conditions have been fulfilled:
Payment will be made in MDL (in case of international applicants, payment will be made in USD or EU based on the location of the company providing services), paid via wire transfer to the account specified in the Subcontractor’s invoice. Payment of unpaid balances will be made upon completion and final acceptance of all works and deliverables by ATIC. Any invoices for services rendered and deliverables submitted—but not accepted by ATIC—will not be paid until the Subcontractor makes sufficient revisions to the deliverables such that ATIC may approve the deliverables and thus the invoice.
The Subcontractor shall present an invoice to ATIC only for services and/or commodities that have been accepted by ATIC. The invoice must be an original invoice, submitted to:
ATIC
Attention: Accountant Office
National Association of ICT Companies
To constitute a proper invoice, the Subcontractor’s invoice must include the following information and/or attached documentation. This information will assist ATIC in making timely payments to the Subcontractor:
This subcontract is entered into by ATIC on behalf of the Projects mentioned above, an official program of the Donors in Republic of Moldova.
As such, this subcontract is free and exempt from any taxes, VAT, tariffs, duties, or other levies imposed by the laws in effect in Republic of Moldova. The Subcontractor shall not pay any host country taxes, VAT, tariffs, duties, levies, etc. from which this Donor programs are exempt. In the event that any exempt charges are paid by the Subcontractor, they will not be reimbursed to the Subcontractor by ATIC. The Subcontractor shall immediately notify ATIC if any such taxes are assessed against the Subcontractor or its subcontractors/suppliers at any tier.
The Subcontractor is responsible for payment of all applicable taxes, as prescribed under the applicable laws, associated with wages/salaries/compensation for services rendered by individuals employed by the Subcontractor and who are directed to work as required under this Subcontract. The Subcontractor is liable for payment of all applicable taxes associated with revenues (profit), and other such taxes, fees, or dues for which Subcontractor is normally responsible as a result of operating its business.
ATIC reserves the right of set-off against amounts payable to Subcontractor under this subcontract or any other agreement in the amount of any claim or refunds ATIC may have against the Subcontractor.
The authorized USAID geographic code for this subcontract is USAID Geographic Code 935 in accordance with the United States Code of Federal Regulations (CFR), 22 CFR §228, available at: http://www.gpo.gov/fdsys/pkg/CFR-2012-title22-vol1/pdf/CFR-2012-title22-vol1-part228.pdf.
The source and nationality of all goods, commodities, and services provided under this subcontract must meet the above-specified USAID geographic code specified in accordance with the regulations found in 22 CFR 228.
The cooperating country for this subcontract is Moldova.
No commodities or related services may be supplied under this subcontract that are manufactured or assembled in, shipped from, transported through, or otherwise involving any of the following countries: Burma (Myanmar), Cuba, Iran, North Korea, (North) Sudan, Syria. Related services include incidental services pertaining to any/all aspects of this work to be performed under a resulting subcontract (including transportation, fuel, lodging, meals, and communications expenses).
Subcontractor warrants and agrees to comply with all U.S. export laws and regulations and other applicable U.S. law and regulations, including but not limited to: (i) the Arms Export Control Act (AECA), 22 U.S.C. 2778 and 2779; (ii) Trading with the Enemy Act (TWEA), 50 U.S.C. App. §§ 1-44; (iii) International Traffic in Arms Regulations (ITAR), 22 C.F.R. Parts 120-130.; (iv) Export Administration Act (EAA) of 1979 and the Export Administration Regulations (EAR) 15 C.F.R. Parts 730-774, (including the EAR anti-boycott provision); (v) the International Emergency Economic Powers Act (IEEPA), 50 U.S.C. 1701-1706 and Executive Orders of the President under IEEPA, 50 U.S.C. app. §§ 2401-2420; (vi) Office of Foreign Asset Controls (OFAC) Regulations, 31 C.F.R. Parts 500-598; and (vii) other applicable U.S. laws and regulations. As required, subject to ATIC’ prior approval for all exports or imports under the Subcontract, Subcontractor shall determine any export license, reporting, filing or other requirements, obtain any export license or other official authorization, and carry out any customs formalities for the export of goods or services. Subcontractor agrees to cooperate in providing any reports, authorizations, or other documentation related to export compliance requested by ATIC. Subcontractor agrees to indemnify, hold harmless and defend ATIC for any losses, liabilities and claims, including as penalties or fines as a result of any regulatory action taken against ATIC as a result of Subcontractor’s non-compliance with this provision.
When the Subcontractor has reasonable grounds to believe that a violation described in paragraph (b) of this provision may have occurred, the Subcontractor shall promptly report in writing the possible violation. Such reports shall be made to ATIC, who shall forward the report to the USAID Inspector General for investigation, as required.
The Subcontractor agrees to cooperate fully with any United States Government agency investigating a possible violation described in paragraph (b) of this article.
ATIC may offset the amount of the kickback against any monies owed by ATIC under this fixed price subcontract or order the monies withheld from future payments due the Subcontractor.
The Subcontractor agrees to (applicable as the required services will be also provided for USAID funded projects) include the substance of this article in any contract it may issue under this subcontract.
The Subcontractor (including its employees, consultants, and agents) by entering into this subcontract certifies that it does not engage, support or finance individuals and/or organizations associated with terrorism. The Subcontractor 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. A list of entities and individuals subject to restrictions, prohibitions and sanctions can be found at the web site of the Department of Treasury’s Office of Foreign Assets Control (OFAC), at http://treasury.gov/ofac. It is the legal responsibility of the Subcontractor to ensure compliance with the Executive Order 13224 and other U.S. laws prohibiting terrorist financing. This provision must be included in all subcontracts or subawards issued under this subcontract. (applicable as the required services will be also provided for USAID funded projects)
In accordance with Federal Acquisition Regulation (FAR) Clause 52.209-6, “Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment,” (SEP 2006), no commodities, software, goods, materials, or services shall be eligible for USAID financing or reimbursement under this subcontract if provided by a subcontractor or supplier (or a subcontractors’ or suppliers’ principle) that is debarred, suspended, or proposed for debarment by USAID or the USG. This applies to the Subcontractor and the Subcontractor’s subcontractors and suppliers as well. (applicable as the required services will be also provided for USAID funded projects)
As per EU procurement rules, a subcontractor is eligible if:
The Subcontractor shall perform all work, and comply in all respects, with applicable laws, ordinances, codes, regulations, and other authoritative rules of the United States and Moldova and its political subdivisions and with the standards of relevant licensing boards and professional associations. The Subcontractor shall also comply with the applicable USAID regulations governing this subcontract, which are incorporated by reference into this subcontract, and appear in Article 35, Clauses Incorporated by Reference. applicable as the required services will be also provided for USAID funded projects)
(1) the acts or omissions of Subcontractor, its employees, officers, directors, agents or its subcontractors;
(2) injury or death to persons, including officers, directors, employees, agents and subcontractors of Subcontractor, or loss of or damage to property, or fines and penalties which may result, in whole or in part, by reason of the buying, selling, distribution, or use of any of the goods or services purchased or provided under this Subcontract except to the extent that such damage is due to the negligence of ATIC;
(3) the infringement or violation of any patent, copyright, trademark, service mark, trade secret, or other proprietary interest of any third party resulting from ATIC use, distribution, sale, sublicensing, or possession of the goods (including software and all forms of written materials) or services purchased or provided, as authorized hereunder, or from the use or possession of said goods or services by ATIC, Donor, as authorized hereunder; or false claims submitted by Subcontractor or its subcontractors under this Subcontract or as a result of a Subcontractor misrepresentation of fact or fraud by Subcontractor.
(1) to procure for ATIC the right to continue use and, if authorized under this Subcontract, distribution of the infringing goods or services or,
(2) to modify the goods or services to make them non-infringing, or to replace them with equivalent, non-infringing counterparts.
If none of the above-mentioned can be successfully implemented, then Subcontractor shall refund to ATIC all monies paid to the Subcontractor for the infringing goods and services.
The ownership of all copyright and other intellectual property rights in respect of any data compilations, research, spreadsheets, graphs, reports, diagrams, designs, work products, software, or any other documents, developed in connection with this subcontract will exclusively vest in or remain with ATIC, which shall have all proprietary rights therein, notwithstanding that the Subcontractor or its employees may be the author of the intellectual property. All documents relating to the intellectual property or otherwise connected with this fixed price subcontract, the services, or duties must be returned or delivered to ATIC at the time of the expiration or termination of the subcontract. The Subcontractor agrees not to publish or make use of any of the intellectual property, or documents relating thereto, without the prior written approval of ATIC and proper attribution.
Modifications to the terms and conditions of this subcontract, including any modification to the scope of work, may only be made by written agreement between authorized personnel of both Parties as stipulated in Article 16 of this subcontract. Each Party shall give due notice and consideration to any proposals for modification made by the other Party.
In accordance with FAR Clause 52.243-1 “Changes—Fixed-Price” (AUG 1987) (applicable as the required services will be also provided for USAID funded projects) and according to ATIC Procurement procedures, ATIC may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this subcontract in the services to be performed.
If any such change(s) causes an increase or a decrease in the cost, or the time required for the performance, or any part of the work under the subcontract, an equitable adjustment shall be made in the subcontract price or delivery schedule, or both, and the subcontract shall be modified in writing accordingly. Any claim by the Subcontractor for adjustment under this subcontract must be asserted within 30 (thirty) days from the date of receipt by the Subcontractor of the modification or change.
This subcontract may not be assigned or delegated, in whole or in part, by the Subcontractor without the written consent of ATIC. Absent such written consent, any assignment is void.
ATIC reserves the unilateral right to terminate this fixed price subcontract at any time, paying for all deliverables completed at the time of termination and a pro-rata share of any deliverable in progress, in accordance with ATIC procurement procedures (FAR Clause 52.249-1, Termination for Convenience of the Government (Fixed Price) (Short Form) (April 1984), which is incorporated by reference in Article 35 herein - (applicable as the required services will be also provided for USAID funded projects)
In the event that the Subcontractor fails to make progress so as to endanger performance of this fixed price subcontract, or is unable to fulfill the terms of this fixed price subcontract by the completion date, the Subcontractor shall notify ATIC forthwith and ATIC shall have the right to summary termination of this fixed price subcontract upon written notice to the Subcontractor in accordance with the incorporated FAR Clause 52.249-8, Default (Fixed-Price Supply and Service). (applicable as the required services will be also provided for USAID funded projects)
Annex 1. Detailed Specifications and Requirements
TERM OF REFERENCE
Accounting services for ATIC general and project needs
About ATIC
THE MOLDOVAN ASSOCIATION OF ICT COMPANIES (“ATIC”) is the business Organization uniting 45 companies. Umbrella Organization gathering over 5000 employees.
Being established in 2006, ATIC is the action leading association and the voice of the Moldovan ICT industry that promotes the development of the ICT sector in Republic of Moldova through viable partnerships between companies, similar organizations, government, state institutions and international organizations. The association was founded to represent the industry on different policy and legislative issues and to facilitate the exchange of best practices between members. ATIC mission is to protect and promote the Association members’ interests as well as facilitate a more favorable ICT business climate.
About the ATIC two biggest projects:
The ICTEC Project started as a USAID program implemented by the National Association of ICT Companies (ATIC). In 2016, the Government of Sweden joined the program and expanded the operations and content programs of Tekwill. The project is implemented as a private-public partnership (though Global Development Alliances instrument (GDA)), between the Moldovan Government, private industry, academia and donors. The private partners include multinational companies, IBM and Microsoft, and also Moldovan Association of Private ICT Companies (ATIC) members that are local (operated) ICT companies. The private partners bring significant new resources, ideas, software, technologies and development activities, such as trainings, practical assignments, and mentorship. The private sector partners will have the chance to use the center to communicate with the university, SMEs, startups, professionals and contribute to the curricula improvement answering the market needs, as well as the improvement of the IT and entrepreneurship ecosystem that will lead to the economic growth of the country. The Government of Moldova supports this project at the highest level of the Prime Minister, and the partners include Ministry of ICT, Ministry of Education, and E-Government Center.
The EU4Moldova: Startup City Cahul Project financed by EU through Sweden is in line with the Annual Action Programme 2019 in favor of the Republic of Moldova and its Action entitled, based on the Commission Decision ENI/2019/042-243.
The overall objective of the Action is to harness and strengthen the potential of the digital economy and enhance regional competitiveness, its business and its investment environment.
The specific objectives are:
The specific objective of this assignment is to hire a company able to assist the operational Activity of ATIC by performing accounting services specific to NGOs, in compliance with the National Accounting Standards (“SNC”).
ATIC is seeking to engage the services of one qualified contractor (company) that will perform accounting services related to ATIC’s general activity (lobby and advocacy), as well as related to ATIC projects as per national legislation The contractor shall provide full accounting services related to grant funds associated with all implemented projects. The two biggest projects of ATIC are ICTEC and EU4Moldova: Startup City Cahul briefly described above.
The company will provide highly qualified specialists to perform all regular accounting operations as well as those of the senior accountant on a full-time basis.
In estimating the volume of services, applicant companies are encouraged to consider the below information on some estimated indicators:
The accounting company will work in close collaboration with the Financial Manager, Senior Project Coordinator and Executive Director to ensure a proper match of ATIC accounting procedures and local legislation to fulfill at best the assignment.
The Offeror is required to describe the proposed services, along with the risk management and quality assurance mechanism applied.
General Responsibilities:
Specific Responsibilities:
Other Duties to be performed:
Accounting software
At this moment, ATIC is using the accounting software version 1C.8 with special updates for USAID reporting. If the Contractor has a newer software version to be adjusted for USAID and EU projects, ATIC can reconsider to change the available accounting software for a more advanced version that will match better the specific of Donors’ requirements.
Taking into consideration that ATIC will have 2 offices for accounting registration of project documents, it is desirable that the Contractor provides a server for the simultaneous access to “1C” for minimum 4 designated people (ATIC Financial manager + 3 Contractor’s specialists: senior accountant, 2 project dedicated accountants).
Additionally, ATIC required the Contractor to ensure the technical support, maintenance, and update of the ATIC’s “1C” accounting software (further referred to as “1C”) regarding any changes in the local legislation. *In case of subcontracting a specialized company to support the main Contractor with 1C, the offeror is required to provide the information on the subcontracted supplier.
The company is expected to provide the below mentioned deliverables:
The place of service provision is Chisinau, Republic of Moldova. During the assignment, the contractor is expected to provide full time (8hrs/day) accounting services on business days working minimum 4hrs/day at ATIC headoffice on 9/11, Studentilor street Chisinau and/or other locations as designated by ATIC, and the rest of the working hours (4 hrs) remotely/at Contractor’s office. All original documents will be kept in ATIC office and archieved as per donor’s requirements.
The assignment is expected to begin on March 1, 2021 and continue for a period of 12 consecutive months. The contract can be prolonged by both parties if agreed.
The contractor is expected to provide an update report with the performed tasks every month by the 10th day of the next month.
The applicants should submit the following mandatory documents:
- senior accountant with minimum 7 years of experience, 3 years of experience of accounting related to donor projects; Experience with IFRS and knowledge of English will be considered a plus;
-project accountants – minimum 4 years of general accounting experience and 2 years of accounting of donor financed projects;
Each Offeror will provide its financial offer with a breakdown per deliverables and per type of costs (as per FORM F).
Labor rates shall include all equipment, tools, and supplies necessary for the employee to perform the tasks assigned, including any costs associated with necessary software or data management.
Any other out of pocket expenses, such as travel related expenses, meal allowances, or hotel rooms shall not be reimbursed.
Any penalties arriving from the incomplete accounting services, mistakes in accounting records or reports will be covered by the contractor.
Contractor may alter the categories listed above or propose a different form of contract (e.g., unit rates) as an alternative. ATIC reserves the right to select the proposal that it deems most advantageous to ATIC, in its sole discretion, based on the evaluation factors as described in this RFP.
Currency of offer: The financial offer should be submitted in MDL. No other currencies accepted.
Validity of offer: 90 calendar days from the tender deadline.
Submitted proposals will be evaluated against the evaluation criteria and scoring described below.
|
Evaluation Criteria |
Evaluation Sub-criteria |
Maximum obtainable points |
|
Technical Evaluation |
Up to 155 pts |
|
|
1. |
Description of Services |
Up to 10 pts Relevant – 10 pts Average – 5 pts |
|
2. |
Company’s experience |
Up to 20 pts |
|
|
2.1. Minimum 10 years of similar experience in the Republic of Moldova |
Up to 10 pts; 10 year of experience - 7 pts; for each additional year - 1 pt |
|
|
2.2. Minimum 3 years of similar experience in accounting USAID and EU projects expenses for NGOs /Related experience with donor organizations |
Up to 10 pts; 3-year experience - 4 pts; 2 pts for each additional experience – 0 pts |
|
3. |
Experience of personnel involved in accounting services |
Up to 85 pts;
|
|
|
3.1. Senior Accountant: · minimum 7 years of experience in accounting
· minimum 3 years of accounting related to donor financed projects.
· Experience with IFRS
· Linguistic skills: RO - 2 pts, EN – 2 pts, Ru 1 pts
|
Up to 35 pts 7 years experience – 10 pts For each additional year – 1 pts, up to 5 additional years (up to 15 pts)
3 years experience – 5 pts For each additional year – 1 pts, up to 5 additional years (up to 10 pts)
Available experience – 5 pts No experience – 0 pts
Up to 5 pts |
|
|
3.2. Project Accountant #1 & #2 · minimum 4 years of experience in accounting
· minimum 2 years of accounting related to donor financed projects.
· Linguistic skills: RO- 2 pts, EN – 2 pts, Ru 1 pts |
Up to 50 pts (up to 25 pts each) 4 years experience – 5 pts, for each additional year – 1 pts, up to 4 additional years (up to 9 pts for each)
2 years of project accounting – 5 pts; for each additional year – 2 pts, up to 3 additional years (up to 11 pts for each)
Up to 5 pts |
|
4. |
Availability of server for the accounting software “1C” storage |
10 pts Available 10 pts Not available – 0 Pts |
|
5. |
Availability of capacity to provide technical support, maintenance and updates related to 1C accounting software |
10 pts Available 10 pts Not available – 0 Pts |
|
6. |
Risk insurance for accounting errors |
Up to 10 pts Good – 10 pts Fair – 5 pts |
|
5. |
Quality assurance mechanism described |
Up to 10 pts Good – 10 pts Fair – 5 pts |
|
Financial Evaluation |
Overall cost proposal minimum offer - 30 pts; Evaluated offer pts = (lowest offer $ x 30 pts)/evaluated offer |
Up to 30 pts |
|
Total Points – Technical and Cost Approach 185 pts |
||
Minimum technical pass score – 109 pts (70% of the technical score). Offers that do not reach the minimum pass score will not be considered for further evaluation.
The winning offers will be determined based on the Total Score – the maximum total score, other factors and RfP requirements that may represent value for ATIC (trade off method described in the RfP).
In case of equal total scores for two or several offers priority will be given to the one with the biggest technical score.
ATIC will award the contract to one company considering the evaluation criteria described in the RFP. Only the offers of the qualified applicants will be considered.
The contract will be signed for 1 year with potential extension upon satisfactory performance with the services performed by the Contractor.
During contract implementation, ATIC reserves the right to request the Contractor change the assigned Senior and/or project accountants in case of dissatisfaction with their performance, for another specialists with similar or higher professional qualifications. The Contractor shall complete ATIC’s request regarding the change of staff within maximum 14 calendar days (by case).
|
To be filled in by an ATIC employee |
|
|
Date of receipt of the offer by ATIC |
Registration number |
|
"______" ________________ 2021 |
No. _________ |
|
Full Name ____________________ |
signature ________________________ |
APPLICATION FOR PARTICIPATION IN TENDER
Having read the RFP#___________ for the Accounting services for ATIC general and project needs we, the undersigned, hereby offer the following services in accordance with the terms of the above RFP.
|
1. |
Legal name of the offeror: |
|
|
2. |
Legal address: |
|
|
3. |
Actual address: |
|
|
4. |
Date of state registration: |
|
|
5. |
Full name and position of the entity Head |
|
|
6. |
Phone number of the entity Head: |
|
|
7. |
Contact person: |
|
|
8. |
Contact person's phone number: |
|
|
9. |
Contact person's email address: |
|
|
10. |
Web Site: |
|
|
11. |
Bank details: |
|
|
12. |
Nature of business of the offeror according to the Certificate from the Unified State Register and / or the Charter of the legal entity: |
By signing and submitting this application _________ [ name of the offeror] agrees to do the following if ATIC determines this offer to be successful:
By signing and submitting this Application, the offeror agrees to the following:
We / I hereby confirm our legal, financial and other ability to fulfill the terms of this offer and RFP to enter into a contract for the supply of services and faithful representation of all information specified in the offer.
Authorized person to sign the offer on behalf of [name of the offeror] in accordance with the Charter:
|
Date: |
|
|
Signatory’s Name: |
|
|
Position: |
|
|
Signatory: |
The following cover letter must be placed on letterhead and completed/signed/stamped by a representative authorized to sign on behalf of the offeror, as part of the Technical Volume:
To: National Association of ICT Companies
9/11, Studentilor Str., Chisinau, Moldova
Tender reference No.: RFP # _____________
We, the undersigned, hereby provide the attached offer to perform all work required to complete the activities and requirements as described in the above-referenced RFP. Please find our offer attached.
We hereby acknowledge and agree to all terms, conditions, special provisions, and instructions included in the above-referenced RFP. We further certify that the below-named firm—as well as the firm’s principal officers and all commodities and services offered in response to this RFP—are eligible to participate in this procurement under the terms of this solicitation.
Furthermore, we hereby certify that, to the best of our knowledge and belief:
We hereby certify that the enclosed representations, certifications, and other statements are accurate, current, and complete.
Authorized Signature:
Name and Title of Signatory:
Date:
Company Name:
Company Address:
Company Telephone and Website:
Company Registration or Taxpayer ID Number:
Does the company have an active bank account (Yes/No)?
Official name associated with bank account (for payment):
Certificate of Independent Price Determination
_________________________(hereinafter called the "offeror")
(Name of Offeror)
(a) The offeror certifies that—
(1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to— (i) Those prices;
(ii) The intention to submit an offer; or
(iii) The methods or factors used to calculate the prices offered.
(2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and
(3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition.
(b) Each signature on the offer is considered to be a certification by the signatory that the signatory—
(1) Is the person in the offeror’s organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to paragraphs (a)(1) through (a)(3) of this provision; or
(2)(i) Has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to paragraphs (a)(1) through (a)(3) of this provision ____________________ [insert full name of person(s) in the offeror’s organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offeror’s organization];
(ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)(i) of this provision have not participated, and will not participate, in any action contrary to paragraphs (a)(1) through (a)(3) of this provision; and
(iii) As an agent, has not personally participated, and will not participate, in any action contrary to paragraphs (a)(1) through (a)(3) of this provision.
(c) If the offeror deletes or modifies paragraph (a)(2) of this provision, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure.
Company Name:
By (Signature): ___________________ Title: _____________________
Printed Name: ____________________ Date: _____________________
CERTIFICATION REGARDING RESPONSIBILITY MATTERS
(a) (1) The Offeror certifies, to the best of its knowledge and belief, that -
(i) The Offeror and/or any of its Principals -
(ii) The Offeror has ☐ has not ☐, within a 3-year period preceding this offer, had one or more contracts terminated for default by any Federal/EU agency.
(2) “Principal,” for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment; and similar positions). This certification concerns a matter within the jurisdiction of an agency of the United States[1]/Republic of Moldova and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Section 1001, Title 18, US Code/ local legislation.
(b) The Offeror shall provide immediate written notice to ATIC if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available ATIC, ATIC may terminate the contract resulting from this solicitation for default.
Company Name:
By (Signature): ___________________ Title: _____________________
Printed Name: ____________________ Date: _____________________
FORM E. Evidence Of Responsibility Statement
Evidence of Responsibility Statement
This statement describes the offeror’s internal policies and procedures, as well as its ability to comply with the terms and conditions of a potential subcontract resulting from RFP No.________. The offeror shall complete the information in this statement as part of its proposal.
Company Name:
The offeror’s proposal in response to RFP No. may be discussed with any of the following individuals. These individuals are authorized to represent our company in negotiation of this proposal.
Names of authorized negotiator(s):
These individuals can be reached at the following office:
Address:
Telephone/Email:
We hereby certify that the above-named company maintains adequate financial resources to manage any subcontract resulting from this offer.
We certify we are able to comply with the proposed schedule and period of performance, having taken into consideration all existing business commitments, commercial as well as governmental.
Our record of integrity is outstanding. We have no allegations of lack of integrity or of questionable business ethics. Our integrity can be confirmed by our Past Performance References, contained in the Technical Volume.
Describe how the subcontract will be managed:
We maintain the necessary facilities and equipment to carry out the subcontract.
We are qualified and eligible to receive an award under applicable laws and regulation. In addition, we have performed similar work – describe:
We have reviewed the solicitation document and attachments and agree to the terms and conditions set forth therein.
I hereby certify that the above statements are true and accurate, to the best of my knowledge.
Company Name:
By (Signature): ___________________ Title: _____________________
Printed Name: ____________________ Date: _____________________
FORM F. FINANCIAL OFFER
The following cover letter must be placed on letterhead and completed/signed/stamped by a representative authorized to sign on behalf of the offeror
FINANCIAL OFFER for RFP #....
|
# |
Deliverables |
Q-ty |
PROPOSED DELIVERY DATE |
FINANCIAL OFFER, MDL (VAT 0%) |
|
1 |
Full accounting services performed: · Payment documentation accurately and timely prepared -on a daily basis · Salary payment sheets accurately and timely prepared · Accounting records kept up-to-date · Other financial related reports and documentation as per local accounting standards and NGO requirements. · · Inputs related to the adjustments needed for the “1C” accounting software in order to fit the project needs (specific for USAID/EU donor reporting) and communication with the technical support and maintenance company. |
12 months |
Monthly, by the 10th date of each following month |
|
|
2. |
Other relevant deliverables (please specify) |
12 months |
||
|
TOTAL Offer for services |
2.1. Professional fees:
|
# |
First Name, Last Name |
Role/title |
Fee/month *, MDL (VAT Exclusive) |
Quantity |
Total Amount, MDL
|
||
|
1. |
Senior accountant |
12 |
|||||
|
2. |
Project Accountant #1 |
12 |
|||||
|
3. |
Project Accountant #2 |
12 |
|||||
|
4. |
… |
||||||
|
|
Total Professional Fees |
||||||
* Fee should be all inclusive (gross, including benefits and taxes).
2.2 . Other Costs
|
|
Description |
Measurement unit |
Unit Price, MDL (VAT Exclusive) |
Quantity |
Total Amount, MDL (VAT Exclusive) |
|
1. |
Administrative costs |
month |
12 |
||
|
2. |
Server costs (for “1C”) |
month |
12 |
||
|
3. |
… |
||||
|
… |
Other Costs: (please specify) |
||||
|
|
Total Other Costs |
|
|||
|
|
Accounting Services per types of Costs |
Measurement unit |
Unit Price, MDL (VAT Exclusive) |
Quantity |
Total Amount, MDL (VAT Exclusive) |
||
|
2.1. Professional Fees + 2.2. Other Costs |
month |
12 |
|||||
|
TOTAL Financial Offer |
|
||||||
Financial Offer per Deliverable = Financial Offer per Types of Costs (Professional Fees + Other Costs)
The financial offer is valid for 90 calendar days from the RfP deadline.
Authorized Signature:
Name and Title of Signatory:
Date:
Company Name: