IRI Moldova - Invitație la concurs / Invitation for Bids - Technical Equipment



IRI Moldova - Invitație la concurs / Invitation for Bids - Technical Equipment

Background:  

The International Republican Institute (IRI) is a nonprofit, nonpartisan, organization dedicated to advancing freedom and democracy worldwide.  Since 1983, IRI has worked to develop democratic institutions and ideals, carrying out a variety of international programs to promote freedom, self-government and the rule of law worldwide.  IRI provides technical assistance in the areas of political party strengthening, developing civic institutions and open elections, promoting democratic governance and advancing the rule of law.  

IRI’s work in Moldova is geared toward civic education, building links between citizens and government, and developing the organizational and communications capacity of political parties. IRI’s programming seeks to strengthen the ability political leaders to organize themselves and effectively communicate and represent citizens’ interests.  

In order to achieve this, IRI hosts a range of events in Moldova—both in Chisinau and throughout the many regions of Moldova. This includes a pair of anticipated forums for at least 200 individuals this summer. To successfully host the Moldova Youth Forum on 29-30th of June in Balti and Moldova Women Forum on 13th of July in Chisinau, IRI needs a vendor to provide various kinds of equipment and conferencing services. IRI will award up to two contracts, with vendors each servicing a different venue, or one contract to a vendor that can commit to servicing both forums.  

Period of Performance:  

June 28, 2024 – July 14, 2024 

Technical Bid:  

Interested bidders must present the technical bids outlining whether they can provide the following services. If a bidder is unable to provide a specific item, the bid should say that the bidder is unable to provide the item. This will not necessarily disqualify a bidder from consideration.  

EQUIPMENT RENTAL AND CONFERENCING SERVICES 

Upon IRI’s requests, a vendor should provide the following:  

  • LED Screen 
  • Sound equipment (monitors, radio microphones, gasket, grandstand microphones, console, coordination and connection of sound source for direct broadcasting, connecting translators) 
  • Artistic lights (moving head, LED Par, blinder, spider, console etc.) 
  • TV for participants on the stage 
  • Metal construction – for suspending the screen and lights. 
  • Teleconferencing services 
  • Simultaneous translation equipment 
  • Scenic construction 
  • Delimiters 
  • Registration area 
  • Photo zone  
  • Tribune 
  • Badges 
  • Indicators 
  • Banners 
  • Design services. 
  • Graphic design 
  • Video services 
  • Photo services 
  • Technical assistance for hybrid events 
  • Interpretation services 

Additional contract terms and conditions: 

  • Offeror must agree to use translation and AV equipment provided by a third party if not able to provide their own translation and AV equipment. 
  • Offeror must agree to maintain the proposed prices for the duration of the contract. The period of performance for the contract should be written for a period where prices can remain stable.  
  • Offeror acknowledges that execution of the contract does not require IRI to utilize the services of the Offeror.  
  • The Offeror acknowledges that payments will be made for individual order placed by IRI upon satisfactory completion of each order. 
  • Other terms and conditions outlined in the enclosed agreement template. If the Offeror proposes to use Offeror’s agreement, IRI termination and payment terms should be incorporated in the proposed agreement. 

If the Bidder is a U.S. organization/resident, or a foreign organization/resident which has income effectively connected with the conduct of activities in the U.S. or has an office or a place of business or a fiscal paying agent in the U.S., the technical bids must contain Bidder’s Taxpayer Identification Number. 

Price information should be presented as a firm-fixed Unit Price for each of the deliverables identified below and in the format of the table below.  Pricing must be valid for at least 60 (sixty) calendar days after the due date for proposal submission. The proposed Unit Price should be fixed and inclusive of all costs to perform, including inspection services, transportation, taxes, import duties (if any), and other levies. If there are any additional fees not reflected in the table below, such pricing must be fully described in the bid. Bids must be submitted in MDL; payments under any resulting contract will be made in this currency.  

Bidders shall provide proposals listing the unit cost of each item included in the tables below. The number of units is the maximum number of units available at the time of the bid submission.  

  • All costs must be in Moldovan lei (MDL). Bidders should provide two costs: one including value added tax (VAT) and one without VAT due to IRI Moldova tax exemption status. 

Prices are fixed for the length of the contract and changes in prices are subject to reevaluation by IRI. If the prices in the bid are not expected to remain constant for 12 months, the bidder should indicate this in their bid.  

Every cell in the price table below must be filled out for a bid to be considered complete. For services not available, please write None or N/A. If there are any additional fees not reflected in the table below, such pricing must be fully described in the bid. If there are additional add-on options, vendors should include prices for those as well.  

For a fixed price contract: 

Equipment Rental  

Deliverable 

Units available 

Unit Cost (MDL) with VAT 

Unit Cost (MDL) without VAT 

LED Screen  (approximately 6.5 x 3 meters) 

     

Monitors for stage (approximately 6.5 x 3 meters)  

     

Radio microphones 

     

Gasket 

     

Grandstand microphones 

     

Console for regulating sound and lights 

     

Artistic lights (moving head, LED par, blinder, spider, console, etc.) 

     

Televisions (approximately 55 inches) 

     

Metal construction for suspending screen and lights. 

     

Simultaneous translation equipment  

     

Scenic construction  (materials for scene building include bolds, wood, black material to cover industrial equipment, etc.)  

     

Delimiters (for crowd separation from the stage) 

     

Registration area (with visibility materials like logos for tables, guidance materials)  

     

Photo zone (including a large banner with a forum logo and listed partners where participants and speakers can take photos)  

     

Tribune / Speaking stand for the stage 

     

Badge printing 

     

Indicators (to guide people to the main stage and other locations) 

     

Banners (with appropriate branding, for placement in each room)  

     

Other equipment (please specify) 

     

Conferencing Support 

Deliverable 

Unit 

Unit Cost (MDL) with VAT 

Unit Cost (MDL) without VAT 

Interpretation services 

     

Technical assistance for hybrid events 

     

Coordination and connection of sound source for direct broadcasting 

     

Video services for streaming the main event 

     

Photo services  

     

Design services for creating visuals such as brand books, videographics, posters for social media, etc. 

     

Other services (please specify)  

Lump sum 

   

Every cell in the price table above must be filled out for a bid to be considered complete. For services not available, please write None or N/A. If there are any additional fees not reflected in the table, such pricing must be fully described in the bid. No reimbursement allowed. 

All prices are fixed for the length of the contract and changes in prices are subject to reevaluation by IRI. If the prices in the bid are not expected to remain constant for 12 months, bidder should indicate this in their bid.  

IFB Terms and Conditions: 

  1. Prospective Bidders are requested to review clauses incorporated by reference in the section “Notice Listing Contract Clauses Incorporated by Reference”. By submitting a bid, bidder agrees to comply with all terms, conditions, and provisions included in the solicitation and agreement to the services identified above, and will specifically identify any disagreement with or exceptions to the terms, conditions, and provisions. 
  1. IRI may reject any or all bids if such is within IRI’s interest. 
  1. The Bidder’s initial bid should contain the Bidder’s best offer. 
  1. IRI reserves the right to make multiple awards or partial awards if, after considering administrative burden, it is in IRI’s best interest to do so. 
  1. Discussions with Bidders following the receipt of a bid do not constitute a rejection or counteroffer by IRI. 
  1. IRI will hold all submissions as confidential and shall not be disclosed to third parties. IRI reserves the right to share bids internally, across divisions, for the purposes of evaluating the bids.  
  1. Bidders confirm that the prices in the bid/proposal/application/quote have been arrived at independently, without any consultation, communication, or agreement with any other bidder or competitor for the purpose of restricting competition. 
  1. Bidders must provide the following: 
  • A fully filled out price table, as noted above.  
  • Company registration documentation. 
  • Letters of recommendation are also recommended for evaluation purposes, but not required. 
  1. By applying to this IFB, applicant is certifying that if it is awarded a contract, none of funds payable under the resulting contract will be used to (1) procure or obtain, extend or renew a contract to procure or obtain; (2) enter into a contract (or extend or renew a contract) to procure; or (3) obtain the equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system in compliance with the National Defense Authorization Act. Covered telecommunications equipment and services mean any of the following: 
  1. Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). 
  1. For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). 
  1. Telecommunications or video surveillance services provided by such entities or using such equipment. 
  1. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (2 CFR 200.216). 
  1. Bidders agree to disclose as part of the bid submission: 
  1. Any close, familial, or financial relationships with IRI staff and agents. For example, the bidder must disclose if a bidder’s mother conducts volunteer trainings for IRI. 
  1. Any family or financial relationship with other bidders submitting bids. For example, if the bidder’s father owns a company that is submitting another bid, the bidder must state this. 
  1. Any other action that might be interpreted as potential conflict of interest. 

Evaluation and Award Process:  

  1. IRI may contact any Bidder for clarification or additional information, but Bidders are advised that IRI intends to evaluate the offers based on the written bids and reserves the right to make decisions based solely on the information provided with the initial bids. IRI may but is not obligated to conduct additional negotiations with the most highly rated Bidders prior to award of a contract, and may at its sole discretion elect to issue contracts to one or more Bidders. 
  1. Mathematical errors will be corrected in the following manner: If a discrepancy exists between the total price proposed and the total price resulting from multiplying the unit price by the corresponding amounts, then the unit price will prevail and the total price will be corrected. If there were a discrepancy between the numbers written out in words and the amounts in numbers, then the amount expressed in words will prevail. If the Bidder does not accept the correction, the offer will be rejected.  
  1. IRI may determine that a bid is unacceptable if the prices proposed are materially unbalanced between line items or sub-line items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A bid may be rejected if IRI determines that the lack of balance poses an unacceptable risk.  
  1. IRI will conduct a source selection based as follows: 

IRI intends to make an award to the responsible Bidder based on the following evaluation factors: 

a) Technical capabilities and terms of agreement – 60 percent 

  1. Variety and quality of equipment provided – 25 Percent.  
  1. Variety and quality of services provided – 25 percent 
  1. Can effectively work in Chisinau and Balti - 10 Percent.  

b) Price – 40 Percent 

IRI intends to evaluate bids in accordance with these factors and make an award to the responsible bidder whose proposal is most advantageous to the program.    

  1. If a cost realism analysis is performed, cost realism may be considered in evaluating performance or price.  

Submission Instructions: 

Bids must be submitted via email to Nicoleta Craciun at ncraciun@iri.org with the subject line “EURASIA2024MO02o” by the deadline listed above. 

IRI Obligations 

Issuance of this IFB does not constitute and award commitment on the part of IRI, nor does it commit IRI to pay for costs incurred in the preparation and submission of a quotation.  

Notice Listing Contract Clauses Incorporated by Reference  

IRI is required to make the contractor subject to the clauses of the prime award. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Where “flow-down” to the contractor is appropriate and applicable, references to “USAID” or ”Department of State” shall be interpreted to mean “IRI”, “Recipient” to mean “Contractor”, and “Subrecipient” to mean “lower-tier subrecipients”. Included by reference are 2 C.F.R. 200 and USAID Standard Provisions for Non-US Non-governmental Organizations/US Department of State Standard Terms and Conditions.  

Required Documents Checklist 

1. 

Company Registration Documents 

 

2. 

Proposals listing the unit cost of each item