John Snow Health Zambia Limited – USAID Controlling HIV Epidemic for Key and Underserved Populations tender at John Snow Health Zambia Limited

John Snow Health Zambia Limited – USAID Controlling HIV Epidemic for Key and Underserved Populations (CHEKUP II) Activity – Request For Quotation

RFQ #: RFQCU230485
RFP Issue Date: 04/09/2023

Deadline for Receipt of Quotations: 08/09/2023
Email quotations on your letterhead to: //gozambiajobs.com/job/john-snow-health-zambia-limited-lusaka-zambia-tender-notice-john-snow-health-zambia-limited-usaid-controlling-hiv-epidemic-for-key-and-underserved-populations-chekup-ii-activity-request-for-quo/procurement_chekupii@jsh-z.com" style="box-sizing: inherit; transition: color 0.1s ease-in-out 0s, background-color 0.1s ease-in-out 0s; text-decoration: none; color: rgb(30, 115, 190);">procurement_chekupii@jsh-z.com
All quotations must include your VAT or TPIN Number.
Comments/Special Instructions to Vendor:

USAID | CHEKUP II Project requests your quotations for the item/s listed below:

All unit prices must be quoted exclusive of VAT, excise and other taxes. Suppliers must provide fixed price quotes for
each line item in Zambian Kwacha (ZMW). However, VAT should be indicated as a separate line item on your quotation.

– Item No. 1

Item: Printing of 102 pages LSJP Job Preparation
Trainers Handbook in colour. Text printed on bond 80gsm. Cover
and back page printed on 250gsm full colour and laminated,
prefect binding.

Unit of Measure – Each

Quantity – 385

– Item No. 2

Item: Printing of 77 pages LSJP Students Handbook in colour. Text
printed on bond 80gsm. Cover and back page printed on 250gsm
full colour and laminated, prefect binding.

Unit of Measure – Each

Quantity – 6,000

– Item No. 3

Item: Siyakha Work Readiness Behaviours Handout
(Black and white A4, 10 pages, bond paper).

Unit of Measure – Each

Quantity – 6,200.

ARTWORK AVAILABLE ON REQUEST VIA EMAIL: procurement_chekupii@jsh-z.com 

NOTE BELOW

– Quotes and Invoices must bear the company logo or company stamp of the vendor
PLEASE ENSURE THE ITEMS YOU INCLUDE A DELIVERY PERIOD FOR THE PRINT JOB

Quotes and invoices must include a physical address, contact numbers and an email address
– All quotes should be signed off by a representative, this representative should indicate their NAMETITLE and CONTACT NUMBER
– The quote should include tax payer information such as VAT Number and TPIN
Quotation validity: The quoted prices must be valid for a minimum of at least 30 calendar days from the deadline of
receipt of quotations.
Award: JSH/USAID | CHEKUP II Project intends to issue a Fixed Price Purchase Order(s) to one or more suppliers who
best meet the criteria specified in this RFQ and are determined to be responsible and eligible suppliers for the specified
items
Cancellation: JSH/USAID | CHEKUP II Project may cancel this RFQ without any cost or obligation at any time until
issuance of the award.

Delivery cost: goods will be delivered free of charge at the address provided by JSH/USAID | CHEKUP II Project.
Modifications: JSH/USAID | CHEKUP II Project reserves the right, in its sole discretion, to modify the request, to alter
the selection process, to modify or amend the specifications specified in this RFQ.
Rejection of Quotations: JSH/USAID | CHEKUP II Project reserves the right to reject any and all quotations received or
to negotiate separately with any and all competing Offerors.

PART B: INSTRUCTIONS
A. Definitions:
Offeror: The organization or firm providing quotes for the goods or services requested under this RFQ.
Buyer: John Snow Health Zambia – Herein referred to as JSH.
B. Submission Deadline
Quotations must be received no later than the date and time stated above.
Please reference the RFQ number in the subject line of your email submission. Quotations received after the submission deadline will be marked late. JSH reserve the right not to consider quotations received after the submission deadline.
C. Questions:
All questions and requests for clarification regarding this RFQ must be submitted in writing by the date
specified above. Questions received after this date may not be considered.
D. Quotation Requirements:
i. Completed and signed Quotation form.
ii. Proposed items must fully comply with the technical specifications and requirements as
stated in Part C.
iii. Please indicate all prices exclusive of VAT, Excise and other taxes.
Business Information:
i. Valid business license/ certificate of incorporation.
ii. Company Profile commodities or services stated in this RFQ.
iii. Past performance information such as provision of references, client list and description of other similar tasks performed, etc. preferably from international NGOs.
iv. Offeror should certify as to the financial viability and resources to provide offered goods/services with the period of performance.
Completed and signed certifications (Part E).
a. Representations and Certifications
b. Certification Regarding Debarment, Suspension, or Proposed Debarment
E. Source/Nationality:
All goods and services offered in response to this RFQ must meet the source and nationality requirements set forth in United States Code of Federal Regulations, 22 CFR 228. Cuba, Iran, Iraq, Laos, Libya, North Korea, and Syria are prohibited source countries and no goods can be produced or sourced from those countries.
The authorized geographic code for this RFQ is 935. Code 935 is defined as the United States, the cooperating country, and developing countries other than advanced developing countries, and excluding prohibited sources. This means goods not located in Zambia can only be shipped from the U.S. or a developing country (excluding advanced developing countries). The list of eligible developing countries is at: https://www.usaid.gov/sites/default/files/documents/1876/310maa.pdf. The list of advanced developing countries is at: https://www.usaid.gov/sites/default/files/documents/1876/310mab.pdf.
F. Award:
JSH intends to issue a Fixed Price Purchase Order(s) to one or more suppliers who best meet the criteria specified in this RFQ and are determined to be responsible and eligible suppliers for the specified items.
G. Evaluation & Selection Criteria:
Quotations will be preliminary reviewed for basic responsiveness and completeness. The quotations must be submitted on time and meet all requirements as stated in Section D above. Quotations not meeting these requirements may not receive further consideration.
JSH will evaluate responsive quotations on a ‘best value’ basis, considering a variety of factors including but not limited to technical acceptability of offered goods/services, service quality, price, lead time, warrantee and past performance.
H. Terms of Award
This document is a request for quotations only, and in no way obligates JSH or its donor to make any award. Please be advised that under a Fixed Price Purchase Order the goods/services must be delivered within the quoted total price. Any expenses incurred in excess of the agreed upon amount in the purchase order will be the responsibility of the Vendor and not that of JSH. Therefore, the Offeror is duly advised to provide its most competitive and realistic quotation to cover all foreseeable expenses related to supply of the requested items.
I. Payment Terms
JSH payment cycle is net 30 days upon receipt of goods/services, inspection and acceptance of goods/services as in compliance with the terms of the award and receipt of vendor invoice. Full cooperation with JSH in meeting the terms and conditions of payment will be given the highest consideration.
J. Offer Validity
The Offeror’s quotation must remain valid for not less than 120 calendar days after the deadline specified above.
K. Negotiations:
The Offeror’s most competitive quotation is requested. It is anticipated that any award issued will be made solely on the basis of these quotations. However, JSH reserves the right to request responses to additional technical, management and cost questions which would help in decision making. JSH also reserves the right to conduct negotiations on technical, management, or cost issues prior to the award of a contract with selected offerors. In the event that an agreement cannot be reached with a selected supplier, JSH reserves the right to enter into negotiations with alternate Offerors for the purpose of making the award without any obligation to previously considered offers.
L. Rejection of Quotations:
JSH reserves the right to reject any and all quotations received or to negotiate separately with any and all competing Offerors.
M. Incurring Costs:
JSH is not liable for any cost incurred by Offerors during preparation, submission, or negotiation of an award for this RFQ. The costs are solely the responsibility of the Offeror.
N. Modifications:
JSH reserves the right, in its sole discretion, to modify the request, to alter the selection process, to modify or amend the specifications and scope of work specified in this RFQ.
O. Cancellation:
JSH may cancel this RFQ without any cost or obligation at any time until issuance of the award.
PART E: CERTIFICATIONS
A. Representations & Certifications
1. Certification Regarding Trafficking in Persons Compliance Plan (MAR 2015)
(a) -the–50).
(b) [ ] This contract will NOT be for supplies, other than commercially available off-the-shelf items, to be acquired outside the United States, or services to be performed outside the United States; or DOES NOT have an estimated value that exceeds $500,000. Vendor is exempt from this certification requirement.
(c) [ ] This contract WILL be for supplies, other than commercially available off-the-shelf items, to be acquired outside the United States, or services to be performed outside the United States; and has an estimated value that exceeds $500,000. Vendor certifies that
(1) It has implemented a compliance plan to prevent any prohibited activities identified in paragraph (b) of the clause at 52.222-50, Combating Trafficking in Persons, and to monitor, detect, and terminate the contract with a subcontractor engaging in prohibited activities identified at paragraph (b) of the clause at 52.222-50, Combating Trafficking in Persons; and
(2) After having conducted due diligence, either
(i) To the best of the Offeror’s knowledge and belief, neither it nor any of its proposed agents, subcontractors, or their agents is engaged in any such activities; or
(ii) If abuses relating to any of the prohibited activities identified in 52.222-50(b) have been found, the Offeror or proposed subcontractor has taken the appropriate remedial and referral actions.
2. Other Representations & Certifications
(a) If the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (b) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes:
(i) [ ] Paragraph (b) applies. Skip
(ii) [ ] Paragraph (b) does not apply and the offeror has completed the individual
representations and certifications in the solicitation.
(b) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference
(c) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made.
(d) Certification Regarding Responsibility Matters (Executive Order 12689). The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals
(1) [ ] Are, [ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;
(2) [ ] Have, [ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: Commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property,
(3) [ ] Are, [ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and
(4) [ ] Have, [ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied.
(iii) Taxes are considered delinquent if both of the following criteria apply:
A. The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.
B. The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (See FAR 52.209-5 for examples)
(e) Prohibition on Contracting with Inverted Domestic Corporations. (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4.
(2) Representation. The Offeror represents that
(i) It [ ] is, [ ] is not an inverted domestic corporation; and
(ii) It [ ] is, [ ] is not a subsidiary of an inverted domestic corporation.
(f) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (1) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, The Government will not enter into a contract with any corporation that
(i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or
(ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(2) The Offeror represents that
(i) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and
(ii) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(g) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General).
3. Certification of Vendor
By signature hereon, or on an offer incorporating these Representations and Certifications, the offeror certifies that they are accurate, current, and complete, these Representations and Certifications are binding on the Vendor, its successors, transferees, and assignees, and the person or persons whose signatures appear below are authorized to sign these assurances on behalf of the Vendor.
Offeror Name      _______________________
Signature              _______________________
Signatory Name  _______________________
Signatory Title    _______________________
Date                      _______________________
B. Certification Regarding Debarment, Suspension, or Proposed Debarment
By signing and submitting this certification, the offeror certified that neither it nor any of its Principals are ( ) are not ( ) presently debarred, suspended, proposed for debarment, or otherwise declared ineligible from participation in this transaction by any Federal department or agency.
Vendor Name: _______________________________________
Signatures: _______________________________________
Signatory Name: _______________________________________
Signatory Title: _______________________________________
Date: _______________________________________

Job Info
Job Category: Tenders in Zambia
Job Type: Full-time
Deadline of this Job: Monday, September 18 2023
Duty Station: Lusaka
Posted: 04-09-2023
No of Jobs: 1
Start Publishing: 04-09-2023
Stop Publishing (Put date of 2030): 04-09-2066
Apply Now
Notification Board

Join a Focused Community on job search to uncover both advertised and non-advertised jobs that you may not be aware of. A jobs WhatsApp Group Community can ensure that you know the opportunities happening around you and a jobs Facebook Group Community provides an opportunity to discuss with employers who need to fill urgent position. Click the links to join. You can view previously sent Email Alerts here incase you missed them and Subscribe so that you never miss out.

Caution: Never Pay Money in a Recruitment Process.

Some smart scams can trick you into paying for Psychometric Tests.