John Snow, Inc. (JSI) RFP NO: 18_01

Similar documents
REQUEST FOR PROPOSAL (RFP) SERVICES REQUESTED : Emergency Transportation/Evacuation Services

INVITATION FOR BIDS. MENA2016E14o

Strong Hubs for Afghan Hope and Resilience

1. Synopsis of the Request for Quotation

DAI/AVC-Livestock. Request for Quotation (RFQ)

Strong Hubs for Afghan Hope and Resilience

Strong Hubs for Afghan Hope and Resilience

Strong Hubs for Afghan Hope and Resilience

PROMOTE MUSHARIKAT. Request for Quotation (RFQ)

REQUEST FOR APPLICATIONS. Point of Contact: Undrakh Dashjamts, Procurement Specialist

DAI-Promote: Women in the Economy

REQUEST FOR PROPOSALS

DAI-Promote: Women in the Economy

Afghanistan Value Chain (AVC) High Value Crops. Request for Quotation (RFQ) No. RFQ-KBL

PROMOTE MUSHARIKAT. Request for Quotation (RFQ) RFQ-MUSHARIKAT-KAB

REQUEST FOR APPLICATIONS

Provision of Air Ticket Services for WIE Staff Issue Date: 10 January, 2019

REQUEST FOR PROPOSAL (RFP)

1. Synopsis of the Request for Quotation

DAI/AVC-Livestock. Request for Quotation (RFQ)

Request for Quotation (RFQ) No. Goldozi The Goldozi Project (Goldozi) Provision of translation services

PROMOTE MUSHARIKAT. Request for Quotation (RFQ) RFQ-MUSHARIKAT-KBL Android App Developer. Issue Date: 18 February 2019

Request for Quotation (RFQ) IHSAN Project. No. IHSAN IVR Tree Service. Extended Due Date: December 05 th, 2018 till 12:00pm

1. Synopsis of the Request for Quotation

1. Synopsis of the Request for Quotation

Strong Hubs for Afghan Hope and Resilience

You are kindly invited to submit a technical and financial proposal in response to Pact s Request for Proposal RFP-P

DAI-Promote: Women in the Economy

Strong Hubs for Afghan Hope and Resilience

DAI-Promote: Women in the Economy

Afghanistan SUPPORT-II Project. Request for Quotation (RFQ)

1. Synopsis of the Request for Quotation- Advertised

DAI-Promote: Women in the Economy

Afghanistan Value Chain (AVC) High Value Crops. Request for Quotation (RFQ) No. BREQ

REQUEST FOR PROPOSAL (RFP)

AFGHAN VALUE CHAIN-LIVESTOCK

AFGHAN VALUE CHAIN-LIVESTOCK

26 May 2015 before 5 :00 PM. 2 June before 4 :00 PM.

REQUEST FOR PROPOSAL (RFP) FIXED PRICE SERVICES RFP No.: 13-02

Request for Quotations (RFQ)

REQUEST FOR PROPOSALS

Strong Hubs for Afghan Hope and Resilience

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

Request for Quotations (RFQ)

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

REQUEST FOR QUOTATION (RFQ)

Request for Quotations (RFQ)

Agricultural Credit Enhancement II

1. Synopsis of the Request for Quotation

1. Synopsis of the Request for Quotation- Advertised

TABLE OF CONTENTS CHAPTER 1 PROCUREMENT THRESHOLDS AND PROCEDURES...

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

Request for Proposal (RFP) No Afghan Ministry of Higher Education (MoHE) Quality Assurance Commission Professional Exchange

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

Request for Quotation (RFQ) Solicitation Overview

Mentor Public Schools Board of Education 8.18 Policy Manual page 1 Chapter VIII Fiscal Management PROCUREMENT WITH FEDERAL GRANTS/FUNDS

STATEMENT OF BIDDER'S QUALIFICATIONS

MANDATORY GENERAL TERMS AND CONDITIONS:

Request for Proposal. RFP # Recreation T-Shirts

Payment System Rules and Regulations. What will you learn? After this course, you will be able to:

East Africa Trade and Investment Hub

Counterpart International

Housing Authority of the City of Pittsburgh Procurement and Disposition Policy

CALIFORNIA AREA SCHOOL DISTRICT

Procurement Federal Programs

RFP GENERAL TERMS AND CONDITIONS

CHIEF PROFESSIONAL OFFICERS, LOCAL UNITED WAYS OFFICE OF THE GENERAL COUNSEL, UNITED WAY OF AMERICA

Annex 2: SSHF Memorandum of Understanding [Template] STANDARD MEMORANDUM OF UNDERSTANDING (MOU) FOR SOUTH SUDAN HUMANITARIAN FUND

INVESTMENT ADVISORY SERVICES REQUEST FOR PROPOSAL Proposal Due: 4:00 p.m., Tuesday, February 20, 2018

SAN DIEGO CONVENTION CENTER CORPORATION

Treasury Management Services Product Terms and Conditions Booklet

Procurement Federal Programs

Request for Proposal (RFP)

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

Treasury Management Services Product Terms and Conditions Booklet

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Memorandum of Understanding of the One Safety Project PREMISE

PROCUREMENT POLICY. EDD Revision Date: 8/24/00 WDB Review Date: 6/21/07; 12/20/07; 12/17/15 EXECUTIVE SUMMARY: Purpose:

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

FLOWDOWN PROVISIONS FOR C-W EPD PURCHASE ORDERS UNDER BECHTEL PLANT MACHINERY, INC. TAC-2011

for Developing and Implementing Quality Management System (ISO)

Transition Initiatives for Stabilization Plus TIS+

1 CCR PROCUREMENT RULES

REQUEST FOR APPLICATIONS FOR. Merchandise Cards

STANDARD TERMS AND CONDITIONS. 1. Introduction

NOW, THEREFORE, the UNDP and the Recipient Organizations (hereinafter referred to collectively as the Participants ) hereby agree as follows:

COMMISSION ADOPTED POLICY Procurement Policy

REQUEST FOR QUOTATION (RFQ)

Request for Bid/Proposal

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

SUPERINTENDENT SEARCH FIRM OPENING 2:00 P.M.

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

THE CITY AND COUNTY OF SAN FRANCISCO SECTION 125 CAFETERIA PLAN HIPAA PRIVACY POLICIES & PROCEDURES

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

Request for Quotation (RFQ) for Services Transportation Service in Colombia

Transcription:

John Snow, Inc. (JSI) REQUEST FOR PROPOSALS Issuance Date: 4 January 2018 Period of Performance: Estimated 25 January 2018 30 November 2022 Closing Date for Questions: 10 January 2018 Due Date and Time: 16 January 2018 Submit to: Matthew Zinck, at matthew_zinck@jsi.com SUBJECT: Request for Proposals for Banking Services John Snow, Inc. (herein referred to as JSI ) is a public health management consulting organization dedicated to improving the health of individuals and communities through improved quality, access, and equity of health services and improved health systems. JSI is soliciting proposals for the provision of banking services in Egypt as described in Part A. This procurement will be funded by the U.S. Agency for International Development (USAID) and is subject to all applicable Federal Financial Rules and Regulations and Provisions. Please submit your most competitive proposal in accordance with the attached instructions, with all required certifications. Any award issued as a result of this RFP will be subject to all instructions, certifications, terms and conditions, and specifications included in this RFP. This solicitation document includes the following parts: PART A: SCOPE OF SERVICES... 2 PART B: INSTRUCTIONS... 3 PART C: CLAUSES... 5 PART D: ATTACHMENTS TO THE RFP... 7 This document is a request for proposals only, and in no way obligates JSI to make any award. Award(s) made subsequent to this solicitation will be subject to the terms and conditions described herein. All proposals, inquiries, and correspondence pertaining to this solicitation must clearly reference JSI RFP 18_01 and are to be directed to the attention of: Matthew Zinck via email to matthew_zinck@jsi.com Thank you, Kumkum Amin Associate Director, International Division 1

1. DEFINITIONS Offeror: Vendor: Buyer: PART A: SCOPE OF SERVICES The firm providing proposals for the services requested under this RFP. The firm awarded the services requested under the RFP John Snow, Inc. - Herein referred to as JSI 2. SCOPE OF SERVICES The scope of services and qualifications requested are outlined below. JSI estimates as frequently as daily transactions for total approximate amount of $11M of funding requiring these services over the period of performance. Scope of Services Geographic coverage / access to services in nine governorates of Upper Egypt (Assuit, Aswan, Beni Suef, Fayoum, Giza, Luxor, Menya, Qena, Souhag) and urban areas of Cairo and Alexandria; Account Executive - an account executive must be assigned to the account to coordinate the account services and expedite the solution of any matters arising; Electronic Banking including secure, safe and reliable online and internet banking services (for standard transactions); Electronic Banking Services that provide immediate account information including daily balances, detailed transactions and ability to view reports on a daily and monthly basis; Electronic Banking Platform with ability to process online e-tax payments, if possible; Monthly reports which include beginning and ending balances for each bank account; Standard Deposit Services to guarantee immediate credit on all incoming wire transfers from the United States of America and/or locally; In addition to Standard Disbursing services the bank should include options for: o Electronic Cash Management Options, including systems for issuing employee advances (such as mobile money, debit cards, etc.); o Electronic Cash Management Options for vendors and third-party (non-staff) participants (such as mobile money or alternative systems); o Immediate electronic access to cash or alternative secure options for payments likely to be carried out in remote areas; Ability to open a US$ and Egyptian pound accounts in Cairo; Ability to transfer funds from US$ to Egyptian pound and reverse, on an as needed basis and in line with local regulations; and, Ability to stop payments on an automated or manual basis. Any other corporate services that will assist JSI in being more operationally effective and efficient in doing our core business will be appreciated. Qualifications and Experience The Offeror must be authorized to do business in the country of Egypt and have significant experience providing these services to similar entities; The Offeror must comply with the laws of Egypt related to banking services; The Offeror must have ability to provide collateral on all deposits; The Offeror must provide insurance on all accounts. 2

PART B: INSTRUCTIONS 1. PROPOSAL DEADLINE AND REQUIREMENTS Proposal: To be submitted by the Offeror addressing the terms and conditions of this RFP by due date and to name and email address provided on page 1. The validity of the proposal should be for at least 60 days. Questions: All questions should be submitted via email to name and by the date provided on page 1. Responses to all questions will be sent by email to all companies who have expressed interest, received an RFP, and provided contact email addresses by that time. Hardcopy submissions will not be accepted. 2. TECHNICAL PROPOSAL The technical proposal should reflect experience in and the ability to provide banking services according to the Scope of Services and should include: a. A description of the Offeror s qualifications, experience, and approach to performing services requested in Egypt; b. Confirmation of the Offeror s geographic scope in Egypt and bank locations (main office and regional/city/governorate branches); c. Description of the bank s dispute resolution and customer service/feedback process; d. An assigned account representative and information on that staff. (Representative should have sufficient decision-making authority to resolve issues, and a designated back-up); e. Past performance references for the last three years for similar international nongovernment organizations, including the following: organization name, address, telephone number and email; name of contact at the organization, scope of services, and rate/fee for services for each reference; f. Incentives offered by the bank for transition or retention; g. Information on key measures of the bank s financial strength, (e.g. capital ratios, credit ratings, asset quality, earnings, liquidity, sensitivity to market risk, deposits, and loans); h. Funds availability schedule and policy (the time at which deposited funds are made available to JSI for use); i. Bank s disaster recovery plan (back-up sites and system back-up process); j. Confirmation that the bank will communicate to the Buyer any changes in its credit rating or bank rating during the performance period; k. Any other (brief) relevant attachments to the proposal (optional) which further document or explain the Offeror s approach and qualification, e.g., institutional brochure, etc. 3. COST PROPOSAL The cost information should be quoted in Egyptian Pounds (EGP) and should include: a. Fee attachment listing pricing for required and optional services to be provided, with peritem unit costs, and any monthly, annual and setup fees for the listed services. If there is no charge for the particular service, please enter No Cost. If there are unit charges, monthly charges, annual charges or setup fees for services not listed, please add to the 3

cost proposal; b. VAT, if applicable, should be quoted separately from the total price; c. The Offeror must disclose in the proposal any legal or regulatory actions pending against the Offeror; d. The Offeror must clearly specify all terms of payment and/or fees. The Offeror should also submit: Certificate of registration for the organization to conduct business in Egypt; Credit Rating; Insurance Information (proof of insurance with summary of what is covered that affects JSI. For example, the threshold that insurance covers for deposited funds). The Offeror is also required to submit completed and signed certifications in Part D below. 2. EVALUATION Offerors should be responsive to be considered for award, or they may be disallowed from further consideration. Responsive quotes are submitted on time and include all information requested. JSI will evaluate proposals on a best value basis and responsiveness to requirements. Technical (35 points) Degree to which the services proposed coincide with the desired services. Ability to provide banking services such as mobile money, debit cards, or other electronic options that will minimize cash transactions. Guarantee/Insurance/Service (10 points) Insurance (amount insurance and terms of coverage). Banking Personnel (assignment of Account Executive and information on staff assigned) Geographic Coverage (20 points) Geographic coverage and access to services in locations in Egypt in which JSI works (see p1) Experience and Past Performance (20 points) General experience providing similar goods/services, preferably to international NGOs. References from clients who have bought similar products, preferably international NGOs. Longevity in provision of similar services in Egypt. Price (15 points) 4

PART C: CLAUSES 1. DEADLINE Proposals must be received by the designated deadline, or they may not be considered. 2. QUESTIONS OF CLARIFICATION Interested companies should direct any questions about the RFP via email per above instructions. All correspondence with JSI must reference the contact person and RFP number on page 1. 3. OFFER VALIDITY Your proposal must remain valid for a minimum of 60 days. Proposals should be signed by an official authorized to do so. 4. LANGUAGE The proposal, as well as correspondence and related documents, should be in English. 5. NEGOTIATIONS The most competitive proposal is requested. It is anticipated that contracts will be awarded solely on the basis of information received. However, JSI reserves the right to request responses to questions and conduct negotiations with any potential vendor. 6. REJECTION OF PROPOSAL AND CANCELLATION This document is a request for proposal only, and in no way obligates JSI to make an award. JSI reserves the right to reject any and all offers received and/or to cancel the RFP. Offerors whose proposal is not selected will be notified. JSI may cancel this RFP without any cost or obligation at any time. 7. INCURRING COSTS JSI is not liable for any cost incurred during preparation, submission, or negotiation of an award for this RFP. The costs are solely the responsibility of the potential offeror. 8. REPRESENTATIONS AND CERTIFICATIONS The proposal shall be accompanied by any requested representations or certifications signed by an authorized official of the Offeror. 9. CONTRACT TYPE JSI may use the Offeror s contract format (if available), but the format will be reviewed, negotiated and approved by JSI. JSI reserves the right to accept or refuse the Offeror s contract and to use a different type of contract. The Offeror is duly advised to provide its most competitive and realistic cost proposal to cover all foreseeable expenses related to supply of the requested services and any conditions and procedures for fluctuations of price over time. 10. FINANCIAL RESPONSIBILITY Quotes must certify as to the financial viability and resources of the company to complete the proposed activities within the period of performance and under the terms of payment mentioned 5

below. JSI reserves the right to request and review the latest financial statements and audit reports as part of the basis of the award. 11. PAYMENT TERMS Payment to the Vendor shall be made on the following basis: According to the banking system, the Vendor will deduct all bank fees and commissions from the JSI bank accounts according to agreed-upon prices. All bank fees and commissions deducted from JSI bank accounts must be included as part of the monthly bank statement. Should the Vendor require payment along other terms and conditions, these will need to be negotiated with JSI prior to final award and issuance of the Contract. 12. EXECUTIVE ORDER ON TERRORISM FINANCE The Contractor is reminded that U.S. laws prohibit transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the recipient to ensure compliance with such laws. The Treasury Department s list of Specially Designated Nationals appears at www.treas.gov/offices/enforcement/ofac/sdn. 13. CLAUSES TO BE INCORPORATED AS APPLICABLE This procurement is funded by the US Agency for International Development (USAID) and is subject to the applicable Code of Federal Regulations (CFR) as applicable. These clauses will be included, as applicable, in the award at the time of contracting. Additional Provisions Incorporated by Reference: Awards under specific cooperative agreements are subject to applicable provisions required to flow down from the Cooperative Agreement, including USAID s Standard Provisions for U.S. Non-Governmental Organizations (NGOs) (ADS 303maa) available here: https://www.usaid.gov/ads/policy/300/303maa. For Purchase Orders funded under a JSI Cooperative Agreement, the applicable clauses will be incorporated as necessary. 6

PART D: ATTACHMENTS TO THE RFP Evidence of Responsibility Statement Certificate Regarding Terrorist Financing 1. Evidence of Responsibility Statement 1. Adequate Financial Resources The Offeror certifies that they have adequate financial resources necessary to implement and manage this award and is capable in meeting the specified contractual and financial requirements. 2. Performance schedule compliance The Offeror certifies that they have the ability to comply with all proposed delivery and performance schedules, taking into consideration all existing commercial and governmental commitments. 3. Performance record The Offeror has a satisfactory performance record as documented in the attached past performance section of the attached RFP. 4. Record of integrity and business ethics The Offeror has a demonstrated record and ongoing commitment to integrity and business ethics. Our integrity and business ethics is demonstrated in the attached RFP. 5. Necessary organization, experience, accounting and operational controls The Offeror certifies that they are qualified and eligible to receive an award under applicable United States Government laws and regulations. The Offeror confirms that they are not included in any list maintained by the US Government of entities debarred, suspended or excluded for US Government awards and funding. 6. Authorized Signatory The Offeror confirms that the individual signing this document is the authorized signatory of the organization and is legally responsible to negotiate an award with the Buyer. 7. Award eligibility The Offeror certifies that they are qualified and eligible to receive US Government awards under applicable laws and regulation. 8. Release of Liability The Offeror acknowledges that they are aware of and agree that the Buyer reserves the right, in its sole discretion, to modify the RFP, to alter the selection process in any way, to ask for additional information from Offerors, to reject any and all proposals and/or to modify or amend the scope of services of the proposals submitted. The release of the RFP is not a commitment to award a subcontract or purchase order. 9. Preparation of RFP The Offeror acknowledges and confirms that the preparation of all materials for submission to the Buyer and all presentations made by the Offeror are at the Offeror s sole cost and expense, and the Buyer shall not, under any circumstances, be responsible for any cost or expense incurred by an Offeror. All documentation and/or materials submitted with a proposal shall become and remain the property of the Buyer. 7

Signature Printed Name Title Company Date 2. Certificate Regarding Terrorist Financing Within the following certification the term JSI shall be substituted for the term "USAID". Quote/proposal shall be substituted for the term application. CERTIFICATION: By signing and submitting this certification, the prospective recipient provides the certification set out below: 1. The Recipient, to the best of its current knowledge, did not provide, within the previous ten years, and will take all reasonable steps to ensure that it does not and will not knowingly provide, material support or resources to any individual or entity that commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated, or participated in terrorist acts, as that term is defined in paragraph 3. 2. The following steps may enable the Recipient to comply with its obligations under paragraph 1: a. Before providing any material support or resources to an individual or entity, the Recipient will verify that the individual or entity does not (i) appear on the master list of Specially Designated Nationals and Blocked Persons, which list is maintained by the U.S. Treasury s Office of Foreign Assets Control (OFAC) and is available online at OFAC s website : http://www.treas.gov/offices/eotffc/ofac/sdn/t11sdn.pdf, or (ii) is not included in any supplementary information concerning prohibited individuals or entities that may be provided by USAID to the Recipient. b. Before providing any material support or resources to an individual or entity, the Recipient also will verify that the individual or entity has not been designated by the United Nations Security (UNSC) sanctions committee established under UNSC Resolution 1267 (1999) (the 1267 Committee ) [individuals and entities linked to the Taliban, Usama bin Laden, or the Al Qaida Organization]. To determine whether there has been a published designation of an individual or entity by the 1267 Committee, the Recipient should refer to the consolidated list available online at the Committee s website: http://www.un.org/docs/sc/committees/1267/1267listeng.htm. c. Before providing any material support or resources to an individual or entity, the Recipient will consider all information about that individual or entity of which it is aware and all public information that is reasonably available to it or of which it should be aware. d. The Recipient also will implement reasonable monitoring and oversight procedures to safeguard against assistance being diverted to support terrorist activity. 8

3. For purposes of this Certification: a. Material support and resources means currency or monetary instruments or financial securities, financial services, lodging, training, expert advice or assistance, safehouses, false documentation or identification, communications equipment, facilities, weapons, lethal substances, explosives, personnel, transportation, and other physical assets, except medicine or religious materials. b. Terrorist act means: (i) an act prohibited pursuant to one of the 12 United Nations Conventions and Protocols related to terrorism (see UN terrorism conventions Internet site: http://untreaty.un.org/english/terrorism.asp); or (ii) an act of premeditated, politically motivated violence perpetrated against noncombatant targets by subnational groups or clandestine agents; or (iii) any other act intended to cause death or serious bodily injury to a civilian, or to any other person not taking an active part in hostilities in a situation of armed conflict, when the purpose of such act, by its nature or context, is to intimidate a population, or to compel a government or an international organization to do or to abstain from doing any act. c. Entity means a partnership, association, corporation, or other organization, group or subgroup. d. References in this Certification to the provision of material support and resources shall not be deemed to include the furnishing of USAID funds or USAID-financed commodities to the ultimate beneficiaries of USAID assistance, such as recipients of food, medical care, micro-enterprise loans, shelter, etc., unless the Recipient has reason to believe that one or more of these beneficiaries commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated or participated in terrorist acts. e. The Recipient s obligations under paragraph 1 are not applicable to the procurement of goods and/or services by the Recipient that are acquired in the ordinary course of business through contract or purchase, e.g., utilities, rents, office supplies, gasoline, etc., unless the Recipient has reason to believe that a vendor or supplier of such goods and services commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated or participated in terrorist acts. This Certification is an express term and condition of any agreement issued as a result of this application, and any violation of it shall be grounds for unilateral termination of the agreement by USAID prior to the end of its term. VENDOR: Authorized Signatory: Title: Date: 9