Cash Transfer Services





TERMS OF REFERENCE

 

  • BACKGROUND INFORMATION

 

 

DCA has provided life-saving support to conflict affected communities in North East Syria (NES) since 2015 through the delivery of shelter, NFIs, food security, multipurpose cash, protection, and humanitarian mine action (HMA) support.

 

  • CONTRACT PURPOSE AND EXPECTED RESULTS

 

Overall objective:

 

DCA in providing life-saving supports to conflict affected communities in NES requires the provision of Hawala cash transfer distribution Services to its Staff, Offices and Clients within NES, therefore DCA Syria requests interested suppliers to submit compliant bid(s) for the mentioned service.

 

Purpose:

 

Invitation to Bid # RFP DCA SY 2021 003 for Framework Agreement for Provision of cash transfer & distribution Services to DCA in NES.

 

Results to be achieved by the Tenderer: 

  1. to carry out cash transfer Services for DCA locations in North East Syria and Iraq
  2. to carry out Cash distribution Services for DCA locations in Syria and Iraq

 

  • SCOPE OF THE SERVICES 

 

 

The Successful Provider will be expected to provide Cash transfer and Cash Distribution Services to DCA Locations of Intervention and Offices within North East Syria and Iraq. DCA Currently has ongoing Humanitarian and Mine Action Interventions in Derik, Hasakah, Raqqa, Kobane, Menbij within North East Syria and an Operational Office in Erbil. 

 

The Successful Provider will be expected to provide the following specific Services 

 

  • Cash Transfer Services to DCA Locations within NES (Please see Annex 2 of the RFP for current Locations)
  • Cash Distribution Services to DCA Beneficiaries in all DCA Locations
  • Salary Payment / Distribution Services to DCA Staff in all DCA Locations within North East Syria
  • Cash Payment to DCA Suppliers and Partners within North East Syria – This service may be requested outside DCA Operational Locations
  • Service should be delivered to NES Locations within a Maximum of 72 hours after completion of contract terms as agreed on the Framework Agreement
  •  Guarantee of Emergency Payment to DCA staff when needed by DCA and/or in case of emergency.
  • Transfers will be made in USD

 

The contract issued will be a Framework Agreement contract for the duration of one year (12 Months) with the possibility of renewal if agreed in writing by both parties.

The tasks to be carried out by the contractor is to deliver cash & salary to mentioned offices.

 

  • TIMING, LOGISITICS AND FACILITIES

 

The timeline for tender documentation submission and bid opening is as follows:

Publication of tender

08th July 2021

 

Closing of tender submissions

29th July 2021

Time: 04:00 PM Iraqi Time

Opening tender commission

1 August  2021

Time: 10:00 AM Iraqi Time

Contract with supplier

1st September 2021

 

Any attempt by a candidate or contractor to obtain confidential information, enter into unlawful agreements with competitors or influence the committee or the Contracting Authority during the process of examining, clarifying, evaluating and comparing tenders will lead to the rejection of their candidacy or tender and may result in administrative penalties.

 

Without the Contracting Authority’s prior written authorisation, a Contractor and its staff or any other company with which the Contractor is associated or linked may not, even on an ancillary or subcontracting basis, supply other services, carry out works or supply equipment for the project. This prohibition also applies to any other projects that could, owing to the nature of the contract, give rise to a conflict of interest on the part of the Contractor.

 

When submitting a tender, tenderers must declare that they are not affected by a conflict of interest and have no equivalent relation in that respect with other tenderers or parties involved in the project. Should such a situation arise during execution of the contract, the Contractor must immediately inform the Contracting Authority.

 

Contractors must at all times act impartially and as faithful advisers in accordance with the code of conduct of their profession. They will refrain from making public statements about the project or services without the Contracting Authority’s prior approval. They may not commit the Contracting Authority in any way without its prior written consent.

 

For the duration of the contract, Contractors and their staff must respect human rights and undertake not to offend the political, cultural and religious mores of the beneficiary state. In particular, and in accordance with the legal basic act concerned, tenderers that have been awarded contracts must abide by core labour standards as defined in the relevant International Labour Organisation conventions (such as the Conventions on freedom of association and collective bargaining; Abolition of forced and compulsory labour; Elimination of forced and compulsory labour; Abolition of child labour).

 

Contractors may accept no payment connected with the contracts other than that provided for therein. Contractors and their staff must not exercise any activity nor receive any advantage inconsistent with their obligations to the Contracting Authority.

 

Contractors and their staff are obliged to maintain professional secrecy for the entire duration of contracts and after their completion. All reports and documents drawn up or received by Contractors will be confidential.

 

The contract governs the Contracting Parties use of all reports and documents drawn up, received or presented by them during the implementation of the contract.

 

Contractors must refrain from any relationship likely to compromise their independence or that of their staff. If the Contractor ceases to be independent, the Contracting Authority may, regardless of injury, terminate the contract without further notice and without the Contractor having any claim to compensation.

 

The Contracting Authority reserves the right to suspend or cancel project financing if corrupt practices of any kind are discovered at any stage of the award process and if the contractor fails to take all appropriate measures to remedy the situation. For the purposes of this provision, ‘corrupt practices’ are the offer of a bribe, gift, gratuity or commission to any person as an inducement or reward for performing or refraining from any act relating to the award of a contract or implementation of a contract already concluded with the contractor.

 

All tenders will be rejected or contracts terminated if it emerges that the award or implementation of a contract has given rise to unusual commercial expenses. Such unusual commercial expenses are commissions not mentioned in the main contract or not stemming from a properly concluded contract referring to the main contract, commissions not paid in return for any actual and legitimate service, commissions remitted to a tax haven, commissions paid to a recipient who is not clearly identified or commissions paid to a company which has any appearance of being a front company.

 

The Contractor undertakes to supply the Contracting Authority on request with all supporting documents relating to the conditions of the contract’s execution. The Contracting Authority may carry out whatever documentary or on-the-spot checks it deems necessary to find evidence in cases of suspected unusual commercial expenses.

 

Contractors found to have paid unusual commercial expenses on projects funded by the EU are liable, depending on the seriousness of the facts observed, to have their contracts terminated or to be permanently excluded from receiving EU funds.

 

The Contracting Authority reserves the right to suspend or cancel the procedure, if the award procedure proves to have been subject to substantial errors, irregularities or fraud. Where such substantial errors, irregularities or fraud are discovered after the award of the Contract, the Contracting Authority may refrain from concluding the Contract.

All correspondence and documentation related to this tender exchanged between the Contractor and the Contracting Authority must be written in the language of the procedure, which is English.

 

  • QUALIFICATION REQUIREMENTS

 

 

             Bidders must meet the following criteria in order not to be excluded from the tender:

  • That the bidder has legitimate business/official premises and a valid governmental registration in KRI and NES;
  • Prices need to be in USD, and prices clearly indicated per unit.
  • Bidder’s confirmation of compliance with the attached Annexes, especially Annex 3 – DCA General Terms and Conditions and Annex 4 – DCA Code of Conduct for Contractors
  • Licence or Certificate to carry out Cash transfer Services in KRI and/or North East Syria.

 

For more information, please download the attached file

 

 

Download attachments:



Read 1 times


To help us track our procurement effort, please indicate in your email where (vacanciesiniraq.com) you saw this tender/procurement notice.

Leave a Comment

Your email address will not be published. Required fields are marked *