BANKA SOCIETE GENERALE ALBANIA



Similar documents
BANKA SOCIETE GENERALE ALBANIA

BANKA SOCIETE GENERALE ALBANIA

BANKA SOCIETE GENERALE ALBANIA

BANKA SOCIETE GENERALE ALBANIA

BANKA SOCIETE GENERALE ALBANIA

COMPETITIVE TENDER 153/16 FOR PROVISION OF DIGITAL MARKETING SERVICES. Closing Date of Tender: 29 February 2016.

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

Video Production Services for the Ontario College of Trades (the College)

To be used in conjunction with the Invitation to Tender for Consultancy template.

QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI

ANNEX III. Special Instructions & Evaluation Criteria

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

Supplier prequalification Document

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

RFP Milestones, Instructions, and Information

Request for Proposal. Study: Site Plan Approval Process in Ontario. This Request for Proposal Closes at 16:00:00 EST on Monday, November 5, 2012

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.

BUILDING MAINTENANCE. Tender for Supply and Installation of Inverter Based AC Units (Split Units) for PWD Workshop Store Room and Office

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, Table of Contents

Project Management Procedures


Transport for London. INVITATION TO TENDER FOR BRIDGE DESIGN CONSULTANCY SERVICES ITT REF: TfL/90711 PUBLICATION DATE: 13 FEBRUARY 2013

QUOTATION AND TENDER PROCESS

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

REQUEST FOR PROPOSALS

BUDGET HEADING INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS

Expression of Interest (EoI) Design, Development and Maintenance of New Mobile Application for National Institute of Solar Energy, Gurgaon

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK (845)

EMPLOYEES OLD-AGE BENEFITS INSTITUTION

CONDITIONS OF TENDER TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT

Expression of Interest (EoI) Design, Development and Maintenance of New Website for National Institute of Solar Energy, Gurgaon

PROCUREMENT STANDARD OPERATING PROCEDURES (SOP)

CITY OF LOS ANGELES RULES AND REGULATIONS SMALL, LOCAL BUSINESS CERTIFICATION

SPECIAL CONDITIONS FOR THE UPGRADE OF EXISTING MICROSOFT EXCHANGE SERVER 2003 TO MICROSOFT EXCHANGE SERVER 2010

REQUEST FOR PROPOSAL RFP GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

CHAPTER 11 APPEALS AND DISPUTES

Prepared by David Willson, OCIO in consultation with Marc Buchalter, Procurement Please send comments to David Willson at

PROVISION OF LEGAL SERVICES

REQUEST FOR QUOTE. RFQ Reference Number: RFQ <<INSERT e.g SWR 03-11/12>> <<Enter Course Name>>

REQUEST FOR PROPOSAL

Florida Division of Emergency Management ITB-DEM Disaster Recovery Services Questions and Answers (ANSWERS IN BOLD)

Request for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project

REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/

UEFA European Football Championship

REQUEST FOR PROPOSALS FOR A DOCUMENT MANAGEMENT SYSTEM

REQUEST FOR QUOTATION IEC Election Call Center Facilities STEP Afghanistan

Debt Collection Services

REQUEST for PROPOSALS. Scheduling and Dispatch Software. City of Ionia Dial-A-Ride (IDART) 251 E. Adams Street Ionia, Michigan

Village of Nakusp RFQ Source Protection Plan

REQUEST FOR QUOTATIONS

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP For Website Content Development HACC

EPOKA LEAGUE International Football Championship for high schools

C. La Plata County is exempt from all state taxation including state sales and use tax.

Judicial Council of California

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

REQUEST FOR PROPOSAL (RFP)

ACG Commissioning Guideline

TENDER NUMBER: SACU/004/2015/O Provision of Short-Term Insurance. CLOSING DATE & TIME 12 AUGUST H00 (Namibian Time)

BUSINESS PLAN GUIDE FOR ERFP APPLICATION

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

Request for Proposals (RFP) Strategic Education Consulting Services December 2012 FILING DEADLINE: DECEMBER 21, 2012 (5 P.M. EST)

CLOSING LOCATION Island Hwy Nanaimo BC, V9T 6N4

TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review

INVITATION TO BID CITY OF HOPKINSVILLE

COUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT

REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO

PREQUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR

PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01)

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

Request for Proposals

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

REQUEST FOR PROPOSALS

SERVICE CONTRACT NOTICE Travel Agency Services No. 2 Kosovo

diverse. vast. abundant. Records Management Assessment Request for Proposal No

Town of Maiden. Request for Proposals For Sign Replacement Project

TAHOE REGIONAL PLANNING AGENCY REQUEST FOR PROPOSAL FOR SOFTWARE CONSULTANT


Provide Maintenance and Supporting Service ( ) for Networking Equipment and Software in HKSTP

Responses to this RFP will be due on or before November 14, 2013, as described below in Sections III. and V.

NOTICE TO CONTRACTORS

REQUEST FOR PROPOSAL FOR DESIGNING AND PRINTING OF NEWSLETTER- SAMVAD

Kingston Community Health Centres

REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD.

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

General Terms and Conditions of Purchase and Cooperation for Services

Transcription:

BANKA SOCIETE GENERALE ALBANIA Request for Proposals (RFP) for: Cash Transport Services Issued on February 10 th, 2015 Deadline for Response: February 24 th, 2015 12:00 CET

1 Objective of the RFP BANKA SOCIETE GENERALE ALBANIA is inviting eligible Albanian companies to submit a proposal for: Cash Transport Service. The objective of this RFP is to solicit offers from eligible Security Companies for cash transport service. The service will be realized in Tirana and other cities. Note: Partial bidding 1 is allowed in this RFP and such offers will be accepted. As a result of this solicitation, BANKA SOCIETE GENERALE ALBANIA expects to award one fixed price contract per the selected supplier. A fixed price contract is a contract for services that will result in concrete deliverables provided to and accepted by BANKA SOCIETE GENERALE ALBANIA. As the name implies, the price of the contract is fixed and it is not subject to any adjustment on the basis of the Contractor's cost experience in performing the work, thereby placing full responsibility for all costs and resulting profit or loss on the Contractor.! Subcontracting will not be allowed during the realization of the contract. 1 Partial bidding means the bidder submit his quotation for a part of items requested in this RFP 2

2 General Information 2.1 Presentation of BANKA SOCIETE GENERALE ALBANIA Societe Generale Albania is part of one of the largest financial services groups in the Euro zone: Societe Generale Group. A key milestone for the bank was the acquisition of the majority of its shares by Société Générale Group in July 2007. Thus, the Albanian bank became a member of one of the most prominent banking groups in the world and is now contributing to the implementation of the SG Group s expansion plans in the region. Since then, Societe Generale Albania has increased its presence by expanding its branch network all over Albania and offering a wide range of local and international products and services to all client categories with the intention of establishing a dominant position as a universal bank. Societe Generale Albania has established a reputation as one of the leading banks in Albania through professionalism, quality of service, and team spirit, incorporating and displaying the standards of the Société Générale Group. 2.2 Contacts and communication This Request for proposal is piloted and coordinated by the General Resources Department of Banka Societe Generale Albania. The contact for any information during this process will be through email on the following mention address and authorized discussions will be organized with each supplier if needed. As such, the contact for all information during the process is: Ilir APOSTOLI Head of Procurement Sector E-mail: ilir.apostoli@socgen.com Non-compliance with this condition can result in its disqualification. Any question regarding the content or technical requirements must be submitted, solely by electronic messaging, to: Procurement Unit E-mail: procurement.al@socgen.com All participating suppliers will receive a copy of all questions relative to the invitation to tender process, the content of the specifications and their responses, which will be sent to the contact details indicated in the acknowledgment of receipt for the invitation to tender documents. (Appendix 1) Questions must be submitted before February 18 th, 2015 at the very latest. Beyond that date, no response will be provided. 3

2.3 Return of the proposal 1/ Paper version: The paper version of each bidding supplier s proposal must include the following elements, to be sealed in a big envelope: 1. History of the company (with declaration of breaches suffered for the last two years); 2. Copy of legal registration certificate (QKR Extract of last three months); 3. Copy of the license; 4. License of the Technical Director and detailed CV; 5. Detailed description of the Operative center; 6. Proffesional Licenses, Gun Carrying permits, Armoured Vehicles documentation 7. Copy of the last year s financial Balance Sheet (certified from the Tax Authorities); 8. Number of staff members with confirmation statement from Government Authorities (Drejtoria Rajonale Tatimore), 9. Declarations from Prosecutors Office, Court, and Tax Authorities; 10. References for previous similar service with detailed description of start / end dates, locations and contact numbers for references (as per our format Appendix IV), 11. Certifications if any; 12. Financial Proposal in hard copy signed and stamped (in a separate envelope); 13. Financial Proposals 2 in electronic copy. This must be in the same envelope of the financial proposal (only in CD or USB prepared in Excel Format). The electronic financial proposal sent via e-mail will not be taken into consideration. 2/ Electronic version: The technical proposals presented by the bidders (the above required documents) and other related documents may also be submitted in electronic format (in PDF) in a CD closed in the above mentioned envelope in the banks Protocol Office. The financial proposal must not be delivered electronically via e-mail. It must arrive in hard copy signed and stamped and electronic format (CD) inside the sealed envelope. Important Note: Failure from the participants to provide the complete documentation required above, leads to application of penalties in the result of scoring points and/or disqualification from the Tender process. 2 In case of discrepancies between the hard copy and the electronic one, only the hard copy is considered. 4

The inside envelope, containing copy of your financial proposal, will bear the following indications: Name of the bidding service provider Name and reference number of the RFP The outside envelope will bear the following indications: Banka Societe Generale Albania General Resources Department Security Services for properties seized by the Bank For the attention of: Mr. Ilir Apostoli Head of Procurement Sector (Name of the bidding service provider) We must receive the paper version of the commercial proposals on or before February 24 th, 2015 12:00 CET, at Bank s Protocol Office: Bul. Deshmoret e Kombit, Kullat Binjake,,. All suppliers invited in this process will have to indicate, by fax or email, whether or not they intend to submit a proposal by February 18 th, 2015 at the latest (Appendix 1). Note: Only proposals from bidders who returned the Acknowledgment of Receipt and Intent to Propose form completed and signed will be considered and evaluated. Proposals arriving after this deadline will not be taken into consideration. 5

2.4 Financial proposal The financial proposal of the bidder should be quoted in Albanian Leke, should include the delivery of items on the required destination and will have to be valid for three (3) months as of the date when the offer is received by the Banka Societe Generale Albania. The Financial Proposal should be delivered to us in the following layout. Nr Description of Service Price of service 1 Cash Transport inside Tirana 2 Cash Transport inside Tirana for Offsite ATM 3 Cash Transport from Tirana to Rinas Airport 4 Cost per stop in Bank s branch 5 Cost per km (one way trip outside Tirana) 1 Cash Transport from SGAL Branch to SGS in Elbasan 2 Cash Transport from SGAL Branch Msylym Shyri to SGS, Tirana 3 Cash Transport from SGAL Branch to SGS in Gjirokaster 4 Cash Transport from SGAL Branch to SGS in Durres 5 Cash Transport from SGAL Branch to SGS in Shkoder 6 Cash Transport from SGAL Branch Lapraka to SGS, Tirana 7 Cash Transport from SGAL Branch to SGS in Lac 8 Cash Transport from SGAL Branch to SGS in Berat 9 Cash Transport from SGAL Branch to SGS in Fier 10 Cash Transport from SGAL Branch to SGS in Lushnja 11 Cash Transport from SGAL Branch to SGS in Korca 12 Cash Transport from SGAL Branch to SGS in Vlora 13 Cash Transport from SGAL Branch to SGS in Saranda Note: In the above prices, must be included all the other costs related to the service. Note: The cost per km will be done for one way of the trip and not for round trip. E.g. The distance to Lushnja is 100 KM from Tirana, if the price per KM is set at 5 ALL/KM the total to be paid by the bank will be 100 KM x 5 ALL/KM = 500 ALL. (The distance and prices mentioned in the example are purely indicative and not to be referred to). Note: The prices per unit at financial proposals should have specified if VAT is included or not. Your proposal will be considered as the best response that you can provide. 6

2.5 General terms 2.5.1 Confidentiality clause The information provided by the Banka Societe Generale Albania as part of or relative to this consultation is strictly confidential. The bidder will refrain from disclosing or using this information for any purpose other than the preparation of its bid for Banka Societe Generale Albania. Similarly, Banka Societe Generale Albania will refrain from disclosing or publishing any information brought to its awareness as part of this consultation. 2.5.2 General principles The submission of a proposal implies that the bidders accept the present specifications. However, these specifications only represent a minimum that is to be respected. The proposals will be signed by a person authorized to take on commitments for the bidding company. Only proposals that strictly comply with the obligations of the present specifications, considered as minimums, will be taken into account. In their offers, the bidding service providers declare their familiarity with the service(s) that is/are to be provided, and will refrain from, after the submission of their proposal, arguing with regard to provisions, constraints or special conditions of any kind that they may have overlooked. The Bank reserves the right to not take into consideration any response that is incomplete or does not comply with all of the demands, requirements and constraints expressed by the Bank as part of the present consultation. The bidding service provider undertakes, as a result of its response to the request, to not claim from the Bank any cost for preparation, proposal or any other activity related to this processes. 2.5.3 Reservation The Bank reserves the right, at any time and until the signing of the contract, to not proceed with all or elements of the request and to terminate, without compensation, the contracting process for reasons of its own. As part of this service, the Bank reserves the right: - to carry out a second provider if it is not satisfied with the results of the first - to sign a contract only relative to a portion of the services proposed 2.5.4 Legal framework The service provider will have sole responsibility for the financial management, notably relative to its personnel. It will be personally responsible for the results of the operation of the service provided under the conditions defined in the specifications, without being able to initiate any recourse of any kind against the customer in the event that this operation should be unprofitable. 7

2.5.5 Contract The objectives pursued by the Bank asking the bidders to respond to the present consultation on a legal level as well are notably: - To assess the contractual formalization of the services offered by the bidder, - To assess the level of commitment proposed by the bidder, - To anticipate the subsequent contractual negotiation. It is also expressly indicated that the bidder s response to the legal aspects will be taken into consideration as part of its assessment by the Bank. 2.5.6 Contractual documents The bidder is hereby warned that the service and its response will be an integral part of the contract. 2.5.7 Contract term and termination The Bank reserves the right to terminate the contract without notice in the event of gross negligence by the service provider. 2.5.8 Effective date of the contract After the evaluation of the proposal and selection of the best offer, SGAL and the supplier should work together to start the service. For information, the foreseen period of the contract will be March 2015 February 2017. This contract will be valid for 2 (two years) and no price changes is allowed during this period. 2.5.9 Ownership of Proposals All materials submitted in response to this RFP shall become the property of The Bank and, upon Proposer s request, may be returned only at the option of the Bank and at the expense of the Proposer. In any case, The Bank shall retain one copy for its official files. 8

3 Specification of the RFP 3.1 Requirements The supplier shall be able to provide in Tirana and other cities where BANKA SOCIETE GENERALE ALBANIA is present the following patterns and make sure they fully meet the requirements set forth in this Request for Proposal. 3.2 Reporting The subcontractor reports to the Head of General Resources Department and/or his/her designee and will work closely with him and other specialist of his department. 3.3 Timing and Budget Guidelines The assignment is expected to commence on March 2015 or as soon as agreement to the Technical and Financial proposal is reached and a contract signed. 9

4 Qualifications and selections criteria 4.1 Qualifications Interested companies shall demonstrate the following: At least three years of activity with other banks; Dettailed description of the Operating Center; Radio Communication License; Special Tools, Armoured Vehicles and/or other utilities; For detailed list of SGAL network refer to SGAL website. 4.2 Selection Criteria The quality of each offer will be evaluated in accordance with the selection criteria and the associated weighting as specified below: Technical Criteria Points Criteria for Max. Score Supplier s organizational experience: References about work performed in similar contracts Number of attacks suffered and results References = 40 Breaches = 10 Quality of Tender documentation Quality = 10 Financial capacity: Financial health of the Company, Fin. Health = 10 Resources: Staff, fleet of armoured cars, monitoring center and resources for this particular subcontract Resources = 30 Maximum goes to the bidder with: Most extensive experience in offering the required services Best History for breaches suffered Documents provided are complete, relevant to the requirements and clearly related with the request of SGAL. Maximum goes to the bidder with best financial figures Pro rata based on resources for this service. 10

5 Selection Process Subcontract awards will be based on a best value approach. There are 2 major factors when evaluating the proposal: technical approach (including management approach, past performance on similar contracts), and price. Each major factor is assigned a weight such that the sum of the weights is equals 100. The assigned weights allow for a greater emphasis to be placed on one major factor over another. For this RFP the assigned weight for technical approach will be 40 points and for the financial proposal will be weighted to 60 points. Total Score for the provider = weighted technical score + weighted financial score Example: Companies providing the offers are: A, B, and C. Based on the technical evaluation Criteria the score of each company is as following: Company Technical points Weighted Technical Score A 85 40 (maximum) B 74 35 (74 * 40 / 85) C 55 26 (55 * 40 / 85) The maximum weighted score is given to the company with the max technical points, in this example to Company A. The others are weighted with a factor of Max score possible/max technical points (Weight Factor = 40/85) Financial Score is calculated as below: Max weighted score is given to the lowest price. In our example Company C. Weighted price for the others is equal to (Lowest price/company price) * max weighted score. Company Financial Offers 3 Weighted Price Score (price EUR) C 1000 (lowest) 60 (maximum) A 1200 50 (60 * 1000 / 1200) B 1500 40 (60 * 1000 / 1500) Total Score for each Provider is: Company Total Score A 40 + 50 = 90 B 35 + 40 = 75 C 26 + 60 = 86 The winner in this example is Company A. The Bank will notify officially via e-mail the bidders. 3 Prices listed here are only part of the example and are not related to this RFP 11

Appendix I - Acknowledgment of Receipt Acknowledgment of Receipt and Intent to Propose REQUEST FOR PROPOSAL (RFP) GRD-RFP-2015-005 Please fax this notification of receipt and intent to apply on or before February 18 th, 2015, 5:00 pm CET. In Attention of: Mr. Ilir Apostoli This information can be emailed to the contact above via email: Email: procurement.al@socgen.com ; A. Acknowledgment of Receipt: (Company) Hereby Acknowledges Receipt of RFP document. Print Name: Tel: Email: Authorized Signature: Title: Date: I intend to submit a proposal I do not intend to submit a proposal How did you learn about this tender? News paper (Please specify) Direct invitation Website Other (Please specify) Note: Only proposals from bidders who returned this form completed and signed will be considered and evaluated. 12

Appendix IV Similiar Contract references Nr Customer name Start date End date Type of service 1 XXXXXXXX 15.10.2013 14.10.2015 2 YYYYYYYY 25.11.2015 24.11.2015 3 4 5 6 7 8 9 10 11 Etc. Cash Transport Service Cash Transport Service Cities (branches) covered for this service Contact person/position Contact number Only in Tirana Ilir Apostoli 068 xx xx xxx Other cities in Albania Ilir Apostoli 068 xx xx xxx Note: The above example is given to show how to fill the reference table.