UNOPS
UNOPS
MANUAL
Revision 6.1
1 April, 2019
Procurement Group
Copyright © 2019
All rights reserved. The reproduction of any materials from this publication must be accompanied by a reference to the
title and a website location of this document.
This publication may be reproduced for personal use but may not otherwise be reproduced or, stored in a retrieval
system or transmitted, in any form or by any means, electronic, photocopying, recording or otherwise, without prior
written permission of UNOPS.
Preface
The Procurement Manual details UNOPS procurement instructions, procedures and processes and provides further
guidance for carrying out procurement activities for or on behalf of UNOPS effectively and efficiently in compliance with
UNOPS Financial Regulations and Rules, and other applicable UNOPS legislative instruments.
This document is available online at www.unops.org and on the UNOPS internal intranet intra.unops.org. It has been
published in electronic format to limit the use of paper, ink, and transport emissions to further support UNOPS
leadership role in advancing sustainable practices.
Once this document has been downloaded and/or printed, it is no longer a valid policy document and must only be used
for reference purposes. The valid policy document will always be the version available on intra.unops.org.
This Procurement Manual will be updated regularly, to ensure that it remains relevant to UNOPS activities and
requirements and up to date with best practices in public procurement.
If you have comments or suggestions for improvement, please contact the Procurement Group (PG), UNOPS HQ, through
email: [email protected].
Table of Contents
Preface................................................................................................................................................................................ 3
1 Introduction ........................................................................................................................................................... 12
1.1 Purpose, application and structure ......................................................................................................................... 12
Purpose ............................................................................................................................................................. 12
Applicability ....................................................................................................................................................... 12
Procurement Manual structure ...................................................................................................................... 12
1.2 Update and maintenance ......................................................................................................................................... 13
1.3 Legislative framework ............................................................................................................................................... 13
Superseding effect ........................................................................................................................................... 13
1.4 Procurement principles ............................................................................................................................................ 13
Best value for money ....................................................................................................................................... 14
Fairness, integrity and transparency .............................................................................................................. 14
Effective competition ....................................................................................................................................... 15
Best interest of UNOPS and its partners ....................................................................................................... 16
Potential conflicts among the principles ....................................................................................................... 16
1.5 Ethical standards ....................................................................................................................................................... 16
General Standards of Conduct ....................................................................................................................... 17
1.5.1.1 Ethics versus Rules.................................................................................................................................. 17
1.5.1.2 Independence.......................................................................................................................................... 17
1.5.1.3 Accountability .......................................................................................................................................... 17
1.5.1.4 Obligation to Report Suspected Wrongdoing / Whistleblower Protection ....................................... 18
1.5.1.5 Post-Service Restrictions ........................................................................................................................ 18
1.5.1.6 Ethics Office ............................................................................................................................................. 18
Ethics in dealing with suppliers....................................................................................................................... 18
Conflicts of interest .......................................................................................................................................... 19
1.5.3.1 Gifts and hospitality ................................................................................................................................ 19
1.5.3.2 Outside Activities..................................................................................................................................... 19
1.5.3.3 Obligation to disclose any conflict of interest...................................................................................... 20
Ethical behaviour of suppliers ........................................................................................................................ 20
1.5.4.1 DRiVE programme................................................................................................................................... 20
1.5.4.2 Proscribed practices by suppliers and vendor sanctions ................................................................... 21
1.5.4.3 Supplier conflict of interest .................................................................................................................... 21
5 Sourcing .................................................................................................................................................................. 46
5.1 Sourcing of vendors .................................................................................................................................................. 46
5.2 Market research ......................................................................................................................................................... 46
External sources ............................................................................................................................................... 46
Internal sources ................................................................................................................................................ 47
5.3 Advertisement of business opportunities............................................................................................................... 47
5.4 Request for information ........................................................................................................................................... 47
5.5 Request for expression of interest (EOI) ................................................................................................................. 48
5.6 Pre-qualification of vendors ..................................................................................................................................... 48
5.7 Creation of short lists of suppliers........................................................................................................................... 49
Supplier selection for short list ....................................................................................................................... 49
Approval of short list ........................................................................................................................................ 50
6 Solicitation .............................................................................................................................................................. 53
6.1 Overview ..................................................................................................................................................................... 53
6.2 Types of competition ................................................................................................................................................. 53
Open international competition and open national/regional competition ............................................... 53
Limited international competition and limited national/regional competition......................................... 54
Sole sourcing or direct contracting ................................................................................................................ 54
6.3 Solicitation methods.................................................................................................................................................. 55
Shopping ........................................................................................................................................................... 55
Request for quotation ...................................................................................................................................... 55
Invitation to bid ................................................................................................................................................ 56
Request for proposal ....................................................................................................................................... 56
Selection of solicitation method for works .................................................................................................... 57
Alternative procedures for the procurement of innovation ........................................................................ 58
6.4 Solicitation documents.............................................................................................................................................. 59
6.5 Components of solicitation documents .................................................................................................................. 60
Letter of invitation ............................................................................................................................................ 60
Particulars and instructions to bidders.......................................................................................................... 60
Evaluation criteria............................................................................................................................................. 67
6.5.3.1 Formal and eligibility criteria ................................................................................................................. 68
6.5.3.2 Qualification and technical criteria ....................................................................................................... 68
6.5.3.3 Financial criteria ...................................................................................................................................... 70
6.5.3.4 Evaluation criteria for joint ventures .................................................................................................... 71
Schedule of requirements ............................................................................................................................... 72
Returnable bidding forms/schedules ............................................................................................................. 72
Contractual information .................................................................................................................................. 73
6.6 Invitation of vendors ................................................................................................................................................. 73
Approval of solicitation documents ............................................................................................................... 74
Distribution of solicitation documents .......................................................................................................... 74
Confidentiality of the short list ....................................................................................................................... 74
Amendments to solicitation documents........................................................................................................ 74
Cancellation of the solicitation process ......................................................................................................... 74
Solicitation of offers in situations of direct contracting under sole sourcing ............................................ 75
Solicitation of offers against LTAs................................................................................................................... 75
6.7 Communication with vendors .................................................................................................................................. 75
6.8 Exceptions to competitive tendering or formal methods of solicitation ............................................................. 77
Exceptions ......................................................................................................................................................... 77
Pre-selection ..................................................................................................................................................... 80
6.9 Emergencies ............................................................................................................................................................... 81
6.10 E-tendering ................................................................................................................................................................. 81
7 Management of submissions ............................................................................................................................... 85
7.1 Receipt and safeguarding of submissions .............................................................................................................. 85
7.2 Modification and withdrawal of submissions......................................................................................................... 85
Modification of submissions ........................................................................................................................... 85
Withdrawal of submissions ............................................................................................................................. 85
7.3 Late and unsolicited submissions ............................................................................................................................ 86
Late offers ......................................................................................................................................................... 86
Unsolicited offers ............................................................................................................................................. 86
7.4 Opening and recording of submissions .................................................................................................................. 87
Bid-opening panel ............................................................................................................................................ 87
Opening of quotations (RFQ) .......................................................................................................................... 88
Opening of bids (ITB)........................................................................................................................................ 88
Opening of proposals (RFP) ............................................................................................................................. 88
7.5 Rejection of submissions .......................................................................................................................................... 89
7.6 Post-opening .............................................................................................................................................................. 89
10 Awards................................................................................................................................................................... 113
10.1 Award and finalization ............................................................................................................................................ 113
Awards with contingency sum ...................................................................................................................... 113
10.2 Vendor notification, debriefing and protest ......................................................................................................... 114
Posting of awarded contracts ....................................................................................................................... 114
Protest procedures ........................................................................................................................................ 114
Debriefing procedures ................................................................................................................................... 115
12 Logistics................................................................................................................................................................. 136
12.1 Overview ................................................................................................................................................................... 136
Logistics planning process............................................................................................................................. 136
Logistics requirements for goods ................................................................................................................. 137
12.2 Packing and labelling ............................................................................................................................................... 137
Packing............................................................................................................................................................. 137
Labelling and shipping marks ....................................................................................................................... 138
12.3 Shipping and transportation .................................................................................................................................. 139
Transport modes ............................................................................................................................................ 139
Freight forwarders.......................................................................................................................................... 139
Incoterms ........................................................................................................................................................ 139
Shipping documents ...................................................................................................................................... 140
12.4 Insurance .................................................................................................................................................................. 141
12.5 Reception, inspection and return .......................................................................................................................... 142
12.6 Restrictions on the export or import of goods ..................................................................................................... 142
Appendices..................................................................................................................................................................... 176
Annex A: Quality Assurance Manual for Pharmaceutical and Medical Device Procurement .................................... 176
Glossary ............................................................................................................................................................................... 176
Abbreviations ...................................................................................................................................................................... 186
Figures and tables .............................................................................................................................................................. 187
What’s new in Revision 6.1?
Overall changes
The main objectives sought with this policy revision are as follows:
i. Incorporate feedback and suggestions from procurement practitioners and key stakeholders, including
recommendations from IPAS, HQCPC and Audit (IAIG, UNBOA, JIU) and authoritative policy interpretations, with
the aim to increase efficiency and mitigate risks;
ii. Further enable sustainability and innovation by introducing the UNOPS Sustainable Procurement Framework,
the DRiVE programme, and alternative procedures for the procurement of innovative goods and services;
iii. Enhance opportunities to leverage e-procurement through e-reverse auction technology and oneUNOPS
contract management module;
iv. Align content to other UNOPS policies released since 2017 as part of the GRC initiative as well as to the
adjustment of procurement responsibilities within HQ Groups that took place in 2018.
Purpose
The Procurement Manual details UNOPS procurement instructions, procedures and processes and provides further
guidance for carrying out procurement activities for or on behalf of UNOPS effectively and efficiently in compliance with
the Executive Director Principles, UNOPS Financial Regulations and Rules, and other applicable UNOPS legislative
instruments.
UNOPS procurement officials and other personnel involved in procurement processes shall be responsible for observing
the provisions contained in this manual in accordance with the principled performance approach.
Applicability
The instructions, procedures and processes detailed in this Procurement Manual apply to any procurement activity
undertaken for or on behalf UNOPS and its partners.
Subject to adherence by UNOPS to the general procurement principles, the Executive Director may agree to apply the
regulations, rules, policies and procedures on procurement of any partner or such other entities as the Executive Director
may decide (Fin. Reg. 18.04).
Each chapter concludes with a resources section that references relevant policies, processes included in the corporate
PQMS (Process & Quality Management System), guidance materials and templates.
Comments or suggestions for improvement should be directed to the Procurement Group (PG) at UNOPS HQ via email at
[email protected]
The UNOPS Procurement Manual is issued by the Director, Procurement Group, under the OI on Procurement
Procedures. In case of inconsistencies between any instruments of the legislative framework, the instrument with priority
in the hierarchy above shall prevail. Any conflict between the UNOPS Procurement Manual and any legislative instrument
shall be referred to the Director, PG who will resolve it in discussion with the Delegate that issued the applicable
legislative instrument, in consultation with the Legislative Framework Committee as necessary. The authority to interpret
or provide exceptions for any procurement practice matters contained in this manual is vested with the Director, PG.
Policy interpretations will be posted on the UNOPS intranet, available for consultation of procurement practitioners.
Persons who disagree with the Director’s interpretation may refer the issue to the UNOPS General Counsel or the
Executive Chief Procurement Officer (ECPO).
Superseding effect
This Procurement Manual, Revision 6.1 takes effect on 1st April 2019 and supersedes the Procurement Manual, Revision 6,
from 1st June 2017.
UNOPS is firmly committed to sustainable development and will focus, within procurement and all other areas of its
mandate, on sustainability in its contributions to the results of partners. Thus, there is an expectation for UNOPS
procurement practitioners to advance sustainability wherever feasible, with due consideration of the local context and
partner needs.
There is a special demand on the entrusted organization in terms of achieving value for money, ethics, sustainability,
efficiency as well as transparency and accountability. These expectations form the basis of public procurement principles.
UNOPS, in its management of public funds, is expected to comply with public procurement principles and its services
must be delivered with a high level of care and professionalism to ensure that the best total value is provided to the
partner.
UNOPS Financial Regulation 18.02 requires that the following general principles must receive due consideration when
undertaking all procurement activities:
By applying these principles in the procurement process, UNOPS ensures effective and purposeful implementation of its
activities, including its commitment to the promotion of sustainable development, by avoiding wastage of resources,
producing the most appropriate solutions at all times, and addressing the needs of the organization and its partners.
The following sections provide an outline of each principle and expectations towards those involved in the procurement
process in relation to the procurement principles.
The above statement may not always mean selection of the lowest initial price option, but rather represents the best
return on the investments, taking into consideration the evaluation criteria specified in the solicitation documents. It
requires an integrated assessment of technical, commercial, organizational, and pricing factors in light of their relative
importance, including social and environmental. Other sustainability and strategic objectives defined in the legal
agreement with the partner must also be considered.
1. Maximize competition;
2. Keep the procurement process simple e.g., good planning and clear specifications and minimize financial risk,
e.g. thorough background checks on capacity (technical and financial) of bidders1;
3. Carefully establish the evaluation criteria (in order to select the offer with the highest expectation to meet
partners’ needs in accordance with the evaluation parameters set forth in the tender documents);
4. Consider all costs, e.g. life cycle costs, transportation costs, installation costs, maintenance costs, sustainable
procurement considerations;
5. Ensure, whenever possible, that social and environmental benefits are optimized and adverse impacts are
minimized;
6. Ensure impartial and comprehensive evaluation of offers in a timely manner; and
7. Ensure selection of the contractor whose offer has the highest degree of realism and whose performance is
expected to best meet the specified requirements at the lowest overall expense to the organization.
Fairness must be maintained by the organization and its personnel during the procurement process. This means, among
other things, that we must offer equal opportunities to all bidders by, for example, sharing the same information with all
bidders at the same time and generally communicating the same contents on a specific procurement. In the context of
public procurement, a fair process is free from favouritism, self-interest or preference in judgement.
1
Bidder is an industry term that without any limitations refers to suppliers responding to UNOPS sourcing and/or
solicitation exercises, including but not limited to RFI, EOI, RFQ, ITB and RFP.
The concept of integrity enshrined in the Charter of the United Nations embraces all aspects of behaviour of a member of
UN personnel, including such qualities as honesty, truthfulness, impartiality and incorruptibility. Integrity is when an
individual exhibits probity in their actions. Probity means an individual has strong moral principles and honesty and
decency as character traits. A person of integrity has a sense of honesty and truthfulness that is apparent in their
professional and personal conduct. Such a person adheres to commonly accepted moral and ethical principles and is
incorruptible. They avoid any behaviour that may be construed as ‘sharp practice’. Avoiding social and environmental
malpractice is also a demonstration of integrity as it reduces the reputational risk and preserves the public image of
UNOPS and its partners.
Transparency literally means that something is visible and evident to everyone and that nothing is hidden. By being
transparent during the procurement process, we can demonstrate at any time to all stakeholders, internal and external,
that fairness has been applied.
Transparency also means that all information on procurement policies, procedures, opportunities and processes is clearly
defined, made public and/or provided to all interested parties concurrently. A transparent system has clear rules and
mechanisms to ensure compliance with established rules (unbiased specifications; objective evaluation criteria; standard
solicitation documents; equal information to all parties; confidentiality of offers, etc.). Among other things, records are
open, as appropriate, to inspection by auditors, unsuccessful suppliers can be briefed on the strengths and weaknesses
of their own offers and contract information is disclosed publicly. The inclusion of sustainability criteria at the very early
stages of the procurement process encourages respect of this principle. Transparency ensures that any deviations from
fair and equal treatment are detected very early in the process, making such deviations less likely and thus protecting the
integrity of the process and the interests of the organization.
Effective competition
By fostering effective competition among suppliers, UNOPS applies the principles of fairness, integrity and transparency
to achieve best value for money.
Effective competition underpins sustainable procurement; in order to maintain effective competition, sustainable
procurement must be implemented progressively and in accordance with the right of access to the United Nations
market for vendors from developing countries and countries with economies in transition.
Financial Rule 118.03 states that UNOPS procurement contracts shall be awarded on the basis of effective competition
unless exceptions to the use of formal methods of solicitation pursuant to Rule 118.05 are justified. To that end the
competitive process shall include:
Effective competition is concerned with ‘right time, right quality’ and ‘right price’, meaning:
Sustainable procurement is clearly in the best interest of United Nations organizations since it supports the alignment of
procurement to their mandate and to their specific project objectives while ensuring value and efficiency are achieved.
To a large extent, the other three principles underpin this overarching value, but the latter also includes concepts such as
maintaining the best image and reputation of the organization, not giving the impression of impropriety, and promoting
the public good as specified in the Charter of the United Nations in every aspect of UNOPS procurement activities.
Notifying potential bidders of the existence of an open tender might be perceived to contravene the principle of
fairness (as only a selected number of bidders are notified); however, this is likely to achieve effective competition
provided all potential bidders are notified at the same time;
Deciding not to disclose contract information in countries where lack of security is a major concern, i.e. where
UNOPS suppliers or contractors could be the target of terrorists might be seen as against the principle of
transparency; however, such a decision is in the interest of UNOPS and its partners;
Including social and environmental criteria in tender documents might be perceived as a restriction of competition
(some potential suppliers may not be able to participate), but provided a sufficient number of bidders can meet the
specifications, this is likely to achieve best value for money and advance sustainability.
As UNOPS undertakes procurement using public funds entrusted to the organization by a funding source or beneficiary, it
is imperative that all activities conform to the highest standards of ethical conduct. Every business unit of the organization
as well as all individuals acting on behalf of UNOPS must observe the highest standards of ethics throughout the
procurement process.
This section addresses both the standards of ethical conduct required of UNOPS personnel involved in procurement as
well as ethical standards required of suppliers (including how to manage ethical breaches by suppliers and supplier
conflict of interest).
UNOPS personnel shall comply with the duties and responsibilities set out in the Charter of the United Nations, the
United Nations Staff Regulations and Rules, the Standards of Conduct for the International Civil Service (as defined, from
time to time, by the International Civil Service Commission) and with other relevant instruments in the UNOPS Legislative
Framework.
UNOPS requires the same standards of conduct of all its personnel, regardless of their contractual modality (staff, ICA,
retainer, intern, volunteer, etc.) when working on UNOPS related activities.
In the case of UNOPS personnel involved in procurement activities, this translates into an obligation to maintain an
unimpeachable standard of integrity in all business relationships, both inside and outside UNOPS. Ethical conduct shall
apply in all dealings with UNOPS partners, donors, governments, beneficiaries and the general public. Procurement
officials must never use their authority or office for personal gain and must seek to uphold and enhance the standing of
UNOPS.
For example:
This would prevent UNOPS personnel from cancelling an RFP after seeing the technical offers and then re-
issuing the RFP with revised evaluation criteria that might favour a particular proposal.
Even if he/she has no financial interest in a particular bidder, a UNOPS personnel evaluation team member may
feel unable to participate in the evaluation process in an objective manner. In such a case, he/she should recuse
him/herself from the process.
Personnel shall not falsify any document created as part of the procurement process and, in particular, shall not
change the content of a bid evaluation report without having the report signed again by the evaluation team
members. This is always unethical, even where the individual believes that he/she has good reason to make the
change.
1.5.1.2 Independence
UNOPS personnel shall not seek or receive instructions from any government or from any authority external to UNOPS
other than the Secretary-General or any person to whom the Secretary-General has delegated authority to make
decisions on matters affecting UNOPS (such as, without limitation, the United Nations Department of Safety and Security).
In the context of procurement, UNOPS personnel can sometimes find themselves under pressure to carry out a process
in a particular way.
UNOPS personnel who are responsible for procurement in particular countries or regions may be called upon to exercise
special care in maintaining their independence. At times, they might receive instructions from the host country but this
should not compromise their independence. If at any time they consider that such instructions threaten their
independence, they must consult their supervisors.
1.5.1.3 Accountability
The Executive Director Principles state that all UNOPS personnel shall uphold the highest standards of efficiency,
competence, and integrity, and shall be held accountable for their acts and omissions while serving with the organization.
UNOPS shall have a zero-tolerance policy regarding any instances of misconduct, in particular cases of corruption, fraud,
harassment, sexual abuse, discrimination, retaliation and abuse of authority
All individuals are responsible for the regularity of actions taken by them in the course of their official duties. Disciplinary
or administrative actions shall be imposed on any UNOPS personnel failing to abide by the required standards of
take improper advantage of their former official functions and positions, including through unauthorized use or
distribution of privileged or confidential information;
attempt to unduly influence the decisions of UNOPS in the interest or at the request of third parties with a view
to seeking an opportunity to be employed by such third parties;
use information to personal advantage that has not been made public and is known to them by virtue of their
official position.
In addition, former UNOPS personnel who participated in the procurement process whilst working for UNOPS are subject
to specific additional post –service restrictions, as follows:
1. For a period of one year following separation from service, former personnel who have participated in the
procurement process for UNOPS before separation from service are prohibited from seeking or accepting
service with, or otherwise accepting any form of compensation or financial benefit from, any UNOPS contractor
or vendor of goods or services, regardless of location, which conducts business with UNOPS or seeks to do so
and with whom such personnel have been personally involved in the procurement process during the last three
years of service with UNOPS.
2. For a period of two years following separation from service, former personnel who have participated in the
procurement process for UNOPS before separation from service are prohibited from knowingly communicating
with, or appearing before, any UNOPS personnel or unit of UNOPS on behalf of any third party on any particular
matters that were under their official responsibility relating to the procurement process during the last three
years of their service with UNOPS.
Should UNOPS personnel breach the post-service restrictions, they may be subject to sanctions following UNOPS human
resources policy. Similarly, if vendors engage in such practice, they may be sanctioned further to the provisions in section
1.5.4.1 Proscribed practices by suppliers and vendor sanctions.
Personnel may seek clarification from the General Counsel as to whether his/her specific situation falls under the scope
of these restrictions.
The Ethics Office’s intranet site contains more information and the contact details of the UNOPS Ethics Officer.
Nothing shall prevent suppliers from competing for UNOPS business on a fair, equitable and transparent basis; personnel
involved in procurement activities are responsible for protecting the integrity of the procurement process and
maintaining fairness in UNOPS treatment of all suppliers.
All UNOPS personnel and others involved in the procurement process on behalf of the organization must ensure that
they abide by the following standards of conduct:
Conflicts of interest
A conflict of interest occurs when the personal interests of UNOPS personnel, such as outside activities or relationships or
personal financial interests, interfere or appear to interfere with the proper performance of his or her official duties or
responsibilities or with the integrity, independence and impartiality required by the individual’s status as UN personnel.
UNOPS personnel involved in procurement activities must be aware of the following:
Within the procurement environment, a conflict of interest may arise in connection with such private interests as
personal investments and assets; political or other outside activities and affiliations while in the service of UNOPS;
employment after leaving UNOPS service; or the receipt of a gift or other benefit (see 1.5.3.1 Gifts and hospitality
below) that may place UNOPS personnel in a position of obligation;
A conflict of interest also includes the use of UNOPS assets, including human, financial and material assets, or the
use of a UNOPS office or knowledge gained from official functions for private gain or to prejudice the position of
someone not favoured by UNOPS personnel;
A conflict of interest may also arise where UNOPS personnel are seen to benefit, directly or indirectly, or allow a
third party, including family, friends or someone they favour to benefit from UNOPS personnel decisions;
If any UNOPS personnel believe they have a conflict of interest, it must be promptly and fully disclosed to the
UNOPS Ethics Officer. The individual must then refrain from any participation in the matter until the Ethics Officer
has resolved the conflict;
After full disclosure to those concerned, it may be determined that despite the conflict, UNOPS interests remain
best served by the participation of the individual.
A gift or hospitality from a UNOPS supplier or potential supplier is never permitted. UNOPS personnel are reminded in
particular that accepting a gift, hospitality or other benefit from a supplier and sharing with the team is against UNOPS
policies.
Please refer to OI Prohibition of accepting gifts, honours, decorations, favours or non-UN remuneration or benefits from
governmental and non-governmental sources, for details and contact the Ethics Officer if further guidance is needed.
The Ethics Officer can also advise on what to do if a gift is sent directly to your office and you do not know how to return
it.
UNOPS expects all its suppliers to adhere to the principles of the United Nations Global Compact, derived from the
Universal Declaration of Human Rights; the ILO Declaration on Fundamental Principles and Rights at Work; the Rio
Declaration on Environment and Development; and the UN Convention against Corruption (see 15.1. The United Nations
Global Compact). Suppliers are required to notify UNOPS should they themselves suspect that any suppliers of inputs to
their processes might contravene the shared values stated in this section.
Suppliers have the obligation to comply with the UNOPS General Conditions of Contract, which contain specific provisions
on mines, child labour, sexual exploitation, and the fundamental rights of workers. The UNOPS General Conditions form
an integral part of every contract between UNOPS and a vendor. Vendors signing a contract with UNOPS agree to
conform to these provisions. Moreover, the United Nations is committed to conducting business with only those suppliers
sharing its values of respect for fundamental human rights, social justice, human dignity, and respect for the equal rights
of men and women, enshrined in the Charter of the United Nations.
The demand for ethical behaviour applies to all suppliers providing goods, services or works to the United Nations around
the world. UNOPS expects its suppliers to embrace and advance the principles of social and environmental sustainability,
and reserves the right to refuse entering into business with suppliers that have proven records of misconduct in their
social and/or environmental practices. Similarly, UNOPS expects its suppliers to abide to minimum mandatory social and
environmental standards, to strive for continuous improvement and to respect more advanced social and environmental
requirements as set forth into tender requirements.
Request further information from vendors on the programme’s areas through the inclusion of a supplier
sustainability questionnaire in solicitation processes.
Assess and verify the accuracy of information provided at evaluation stage, including while conducting background
checks prior to award (see 8.10.2 Background checks).
Conduct announced and unannounced supplier site inspections (see 13.2.4 Inspections). Based on findings of these
site inspections, UNOPS may agree and jointly develop corrective action plans with vendors. However, should
severe breaches be encountered, UNOPS may consider such findings as proscribed practices, to be addressed
further to the provisions in section 1.5.4.2 Proscribed practices by suppliers and vendor sanctions.
To this purpose, UNOPS established its OI on Vendor Sanctions to establish the framework and procedures by which
UNOPS shall impose sanctions to vendors that have engaged or attempted to engage in proscribed practices, whether it
is within the context of procurement, grants or partnership arrangements. This UNOPS policy is based on the Model
Policy Framework (MPF) for agencies of the UN System adopted by the High Level Committee on Management
Procurement Network, a framework that enables UNOPS to cooperate with agencies in order to ensure consistent
treatment of vendors and reciprocity within the UN System.
Corrupt practice: is the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence
improperly the actions of another party;
Fraudulent practice: is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;
Coercive practice: is an act or omission that impairs or harms, or threatens to impair or harm, directly or indirectly,
any party or the property of the party to improperly influence the actions of a party;
Collusive practice: is an arrangement between two or more parties designed to achieve an improper purpose,
including influencing improperly the actions of another party;
Unethical practice: Conduct or behaviour that is contrary to the conflict of interest, gifts and hospitality, post-
employment provisions or other published requirements of doing business with UNOPS;
Obstruction: Acts or omissions by a vendor that prevent or hinder UNOPS from investigating instances of possible
proscribed practices.
In accordance with the OI on Vendor Sanctions, a Vendor Review Committee (VRC) was established as an internal
administrative body tasked with making recommendations to the ECPO regarding possible sanctions against vendors that
have been found to have engaged or attempted to engage in proscribed practices.
A sanction is an administrative determination determined and applied by UNOPS as a result of a vendor engaging in
proscribed practices. The ECPO may impose any of the following sanctions or a combination of them:
Censure: A letter of reprimand of the respondent’s conduct. Censure does not affect the respondent’s eligibility, but
its existence will be an aggravating factor for imposing sanctions in future proceedings;
Ineligibility or Debarment: Formal declaration that a respondent(s) has become ineligible for a period of time to be
awarded and/or to partake in UNOPS contracts, conduct new business with UNOPS as agent or representative of
other vendors and to partake in having discussions with UNOPS regarding new contracts. Exceptionally, the VRC
may recommend that the respondent’s debarment be permanent;
Other Sanctions: The VRC may recommend other sanctions that it finds appropriate to the circumstances at hand,
including reimbursement or subjecting future contracts to special conditions.
UNOPS personnel shall notify the Chairperson or Secretary of the VRC of any instance where there are allegations or
concerns regarding the possible involvement of a vendor in any proscribed practices. Upon receipt of such notification,
the Chairperson or Secretary shall submit the allegations to IAIG for a preliminary assessment. UNOPS personnel may
also refer the matter directly to IAIG through its intake mechanisms, such as the IAIG hotline (email:
[email protected]).
Suppliers must disclose any actual or potential conflict of interest in their bid submissions and they shall be deemed
ineligible for that procurement process (refer to section 3.3 Vendor ineligibility) unless the conflict of interest is resolved
in a manner acceptable to UNOPS. Such decision shall be made by the Director, PG upon consultation with the business
unit managing the procurement activity and the General Counsel, if necessary. Failure to disclose any actual or potential
conflict of interest may lead to the supplier being sanctioned further to section 1.5.4.2 Proscribed practices by suppliers
and vendor sanctions.
Chapter resources
Definition of procurement
Procurement is defined in UNOPS FRR 1.02 as the acquisition of property, plant and/or equipment, goods, works or
services through purchase, hire, lease, rental or exchange from any source other than UN system organizations. Actions
undertaken to carry out procurement are defined as procurement activities and these include the ten steps outlined in
section 2.1.2 below.
Per the OI UNOPS Works Contracts, works refer to all activities associated with the construction, reconstruction,
demolition, repair or renovation of infrastructure or activities such as site preparation, excavation, erection, building,
installation of equipment or materials, decoration and finishing, as well as services incidental to construction such as
exploratory drilling, mapping, satellite photography, seismic investigations and similar services. To be noted that while
most of the procurement procedures are the same for the procurement of goods, services and works, there are specific
procedures, solicitation documents and contracts for works that shall be used. These are highlighted as appropriate
throughout the manual. Should a procurement official have any doubt on whether to use solicitation/contract templates
for goods/services or for works, these must be raised to PG and the Infrastructure and Project Management Group
(IPMG) prior to starting the procurement process.
Sustainable procurement is defined as those practices that integrate requirements, specifications and criteria that are
compatible and in favour of the protection of the environment, of social progress and in support of economic
development, namely by seeking resource efficiency, improving the quality of products and services and ultimately
optimizing costs2. Please refer to section 15.2 for more details on Sustainable Procurement including provisions for its
implementation. Additional guidance has been embedded throughout the manual where relevant.
For the purpose of this manual, and unless specifically mentioned, the term ‘procurement’ is limited to commercial
activities contracted from a vendor and does not include the following which are subject to other UNOPS legislative
instruments:
Selection and administration of individual contractors: The Individual Contractor Agreement (ICA) is a UNOPS legal
instrument used to engage the services of individuals who are not staff. Refer to the Individual Contractor
Agreement policies and procedures, which are managed by the People and Change Group (PCG). Note: the only
exception to contract individual persons through the procedures set forth in this Procurement Manual is when
purchasing or leasing real estate property and any other situations must be consulted with PG;
Grants: Agreements signed with grantees, through a Grant Support Agreement. A grantee will often be a non-
governmental, community-based or grass-roots organization, and 'grant support' is the provision of funds to an
organisation to directly implement a project activity. Refer to the OI Grant Support and Other Forms of Funding
Support to Implementing Partners, issued by IPMG and consult IPAS PMI for advise if needed;
Inter-agency agreements: arrangements involving the transfer or receipt of funds to or from a UN agency for the
implementation of activities. Refer to the OI Grant Support and Other Forms of Funding Support to Implementing
Partners,.
Partnerships: Term used to refer to arrangements between UNOPS and the funding source for a UNOPS project or
activity, a recipient of UNOPS project/activity assistance, or an entity that collaborates with UNOPS towards future
or ongoing activities/projects, excluding relationships with entities that involve procurement activities.
Engagements with partners typically include: framework agreements, engagement agreements, collaborative
agreements, teaming or joint proposal agreements, etc. Refer to the OD Management of UNOPS Partners and
Resulting Agreements, issued by Partnerships and Liaison Group (PLG) for details.
2
Sustainable Procurement Statement, adopted by the HLCM Procurement Network at its meeting in Vienna, February
2009
Each step is covered in detail in this manual, in chapters 4 to 13, as per structure in section 1.1.3.
Executive Chief Procurement Officer (ECPO) – Overall oversight of UNOPS procurement activities has been delegated
by the Executive Director to the ECPO, which is a functional role that has been designated to the Deputy Executive
Director. The ECPO may in turn further delegate part of this authority to relevant UNOPS personnel to ensure
efficacy and efficiency of UNOPS procurement activities;
Procurement Group (PG) – under the authority of its Director, shall be responsible to:
Articulate strategy, policy positions and innovative solutions for procurement at UNOPS;
Enable the organization’s procurement in a transparent, accountable and efficient manner in order to
execute the organization’s business strategy;
Establish and maintain instructions, procedures, processes, control mechanisms, and supporting
guidance on procurement activities;
Ensure that the above instructions, processes and tools are being complied with by the units
responsible for implementation of UNOPS operations, achieve the intended outcomes, and if not,
assess why and make any required changes;
Enable the operationalization and managerial oversight of UNOPS procurement activities through
appropriate systems and reports;
Support in the identification and development of opportunities for the provision of procurement
services for partners and clients, and ensure appropriate modalities for service delivery;
Strengthen the knowledge, skills and career development of procurement practitioners, including
through setting standards for internal and external certification;
Provide guidance on skills, education and experience for personnel profiles to facilitate recruitment and
rostering of procurement profiles;
Maintain the list of UNOPS personnel holding a delegation of authority (DOA) in procurement.
Establish grievance mechanisms to address complaints from or against vendors;
Establish the requirements for vendor registration and for background checks/due diligence;
Host the secretariat of the Vendor Review Committee (VRC), further to the provisions of the OI on
Vendor Sanctions;
Designate personnel as procurement reviewers.
Procurement Authority – The ECPO shall designate, for each business unit, one or more personnel as committing
officer(s) for procurement activities, and shall establish the authority and responsibility of those committing
officers. See 2.5 Procurement authority below for further details.
In addition to the above, the following units and roles are important in conducting procurement processes:
Integrated Practice Advice and Support (IPAS) – under the Shared Service Centre (SSC), it was established for the
purpose of serving the operations of the entities under its coverage, primarily with advice and solutions to
everyday implementation challenges. The unit also acts as a mechanism for identifying areas within management
and delivery practices where policy and process enhancements could be introduced to meet implementation
needs. IPAS delivers support and advice in the following management and delivery practices: finance, human
resources, legal, procurement, administration, project management and infrastructure. The IPAS procurement
team works in close collaboration with PG on policy development and provides support and advice to UNOPS
personnel on procurement matters;
Infrastructure and Project Management Group (IPMG) – In charge of managing project management and
infrastructure policy, including the UNOPS works contracts system and the design review process;
Project manager/Requisitioner – see 2.3 Project manager/Requisitioner below;
Procurement official – see 2.4 Procurement official below;
Procurement reviewer – see 2.6 Procurement reviewers below.
Responsibilities of a project manager in a procurement process (some of these can be delegated to other project
personnel):
Preparing the procurement plan of the project, ensuring that proposed expenditures are in accordance with the
purpose of the project;
Drafting the requirements definitions;
Approving requisitions in oneUNOPS and requests for non-purchase order payments;
Evaluating submissions received, if appointed to the evaluation team;
Accepting goods, services or works delivered by suppliers, and creating purchase order receipts in oneUNOPS;
Leading contract management duties including supplier performance evaluation. Contract management duties
may include further duties if acting as the Employer’s Representative within the FIDIC works contracts.
All UNOPS project managers must complete the mandatory courses designed for this role in the UNOPS procurement
training strategy, within the specified completion time.
Defining procurement strategies in collaboration with the project manager, upon review of the procurement plan;
Reviewing the requirements definition and ensuring these are appropriate from a procurement perspective;
Leading the sourcing process and market research, if applicable;
Preparing solicitation documents and managing the solicitation process;
Carrying out and facilitating the evaluation of submissions if appointed to the evaluation team;
Preparing the recommendation for award and submitting case to CPC, if applicable;
Entering and updating supplier information in oneUNOPS;
Preparing contracts and creating purchase orders in oneUNOPS;
Preparing requests for payment in oneUNOPS upon receipt of appropriate documentation;
Performing contract management duties, in support of the project manager/requisitioner.
All UNOPS procurement authorities must complete the mandatory courses designed for this role in the UNOPS
procurement training strategy, within the specified completion time.
1. Approving procurement activities corresponding to the designated DOA level, as identified in the Master Table of
Authority in Procurement (see 2.5.2 Delegation of authority (DOA) below), ensuring, prior to any commitment being
made, that:
The procurement activity strictly complies with the UNOPS FRR, the OI on Procurement Procedures, the
Procurement Manual and other relevant UNOPS legislative instruments; or with the procurement
procedures of UNOPS partners or funding sources when such procedures have been agreed to by UNOPS;
Sufficient funds are available for the commitment;
The procurement activity is in the best interest of UNOPS.
2. Undertaking other control functions set forth in the Procurement Manual. Unless a control function is listed in the
DOA table, PAs may execute any such function irrespective of level of DOA and the estimated contract value, e.g.,
shortening of solicitation time periods, approval of evaluation team, or designation of bid opening panel;
3. Providing reports in accordance with their DOAs and as stipulated in the Procurement Manual;
4. PAs might also act as the Employer within the FIDIC works contracts.
As per the FRR and OD on the Procurement Framework, the PA shall be designated by the ECPO or the Director, PG upon
delegation of authority from the ECPO. The DOA is delegated to individuals, not to functions and it is assigned for specific
UNOPS projects or business units. Therefore, all individuals in an acting capacity (e.g. Officer-in-Charge (OIC)) must be
granted proper DOA in order to be able to exercise this authority until the official incumbent resumes their function. DOA
may only be sub-delegated if authorized in the DOA letter.
3
The term “procurement official” in the context of this manual is different from the role of the same name in oneUNOPS.
Award contract amendments, not including call-off orders 50,000 50,000 250,000 250,000
against LTAs nor the situations within a pre-awarded
contingency indicated below
1
All values displayed are up to, but not including, the amounts indicated for each level and exclusive of taxes and duties.
2
Some of these activities require either pre-clearance by a procurement reviewer before the PA’s decision (see 2.6
Procurement Reviewers in the procurement manual), or else review by a CPC (see 9.4 Scope of review of CPC).
3
Award is as per UNOPS FRR, the authorization given by authorized personnel to establish a commitment. In this context,
it includes the activities by which the PA authorizes issuance of contracts, LTAs, call-off orders, or amendments thereof.
The request for award shall be submitted to the PA with the appropriate level of DOA for their review and award of
contract.
4
Please consult the OI on Acceptance of Engagement Agreements for particular situations such as pre-selection using the
procurement rules of a non-UN organization and pre-selection taking place after endorsement of the project document.
5
DOA holders under the Individual Contractor Agreement (ICA) modality cannot award a contract on the basis of a
broadly-defined exception to a formal method of solicitation, i.e. FRR118.05(a)(vi), (viii), (ix) and (x).
6
Awards of call-off orders or amendments against LTAs equal or above USD 1,000,000 to be submitted to the ECPO or
Director, SSC, without prior review of a CPC.
7
Regional Directors or Deputy Regional Directors and HQ Directors are the only persons authorized to approve
retroactive or post-facto cases for amounts of up to USD 50,000
1. Pre-clearance of the following documents prior to the approval of the PA: requests for information (RFI),
requests for expression of interest (EOI), invitations for pre-qualification, shortlists, and solicitation documents
under formal methods of solicitation (ITB and RFP) including amendments thereof;
2. Pre-clearance of submissions for review and award:
a) Contracts and Property Committee (CPC) submissions for clearance by the clearing authority. See 9.4
Scope of review of CPC for more information on thresholds. Note: scope of pre-clearance in this case is
limited to ensuring that the submission is clear, complete, does not contain any obvious errors or any
contradictory information, per section 9.5;
b) Submissions below CPC thresholds for award of contracts by the PA directly, including awards further to
the use of formal methods of solicitation and pre-selection equal to or above USD 50,000, awards below
USD 50,000 if further to exceptions to the use of formal methods of solicitation (except for awards
under exception ground FRR 118.05(a)(i) as defined in section 6.8.1), amendments, post-facto and retro-
active.
3. Ensure that procurement actions pre-cleared uphold the UNOPS procurement principles and highest standards
of integrity, including that appropriate vendor background checks have been carried out prior to award;
4. Provide advice to the heads of business units on procurement procedures and appointment of individuals for
receiving of offers, bid opening and evaluation team composition. Instruct the appointed individuals on
importance of confidentiality and integrity;
4
This role was formerly termed ‘Procurement Advisor’.
If the PA is not a procurement reviewer, she/he cannot authorize, sign or approve those procurement activities that
require pre-clearance before such pre-clearance is provided. Whenever the procurement reviewer rejects a pre-
clearance request for award of contract and the PA is of the opinion that award should be recommended, the PA
shall request CPC review and recommendation for contract award without the required pre-clearance by a
procurement reviewer. Instead, the PA will both pre-clear and clear any such request for award of contract and
shall explain in writing as part of their submission to the CPC the absence of the procurement reviewer’s pre-
clearance;
For procurement activities other than award of contracts, whenever the procurement reviewer refuses to provide
pre-clearance and the PA is of the opinion that approval shall be provided, the PA shall consult with the Director,
PG, who will make the final pre-clearance decision.
Current lists of procurement reviewers are maintained on the Procurement Group’s intranet site along with information
on the nomination process.
All UNOPS procurement reviewers must complete the mandatory courses designed for this role in the UNOPS
procurement training strategy, within the specified completion time.
2.7 Accountability
All UNOPS personnel are accountable to the ED for the regularity of actions undertaken by them in the course of official
duties. UNOPS personnel who take any action that is contrary to the FRR, or to other relevant legislative instruments, may
be held personally responsible and financially liable for the consequences of such action (Fin. Rule 103.2).
As UNOPS utilizes public funds in the procurement process, due care must be taken to ensure these are utilized solely for
their intended use. Individuals holding a DOA must be particularly careful to ensure their actions, or those undertaken by
persons under their supervision, are in compliance with the FRRs and other relevant legislative instruments.
There are two areas where segregation of duties are applied in a procurement process:
Personnel are granted profiles in oneUNOPS consistent with their roles and the following segregation of duties measures
are enforced by the system:
Opening of offers for formal solicitation exercises must include at least one personnel that has no
involvement in the subsequent stages of the procurement process, except the provisions under 7.4.1;
Evaluation team is conformed as per section 8.2;
For some procuring units and, in particular, small offices, it might not be possible to establish the required separation of
the aforementioned functions. Any deviation must be properly documented on file and approved by the Director or Head
of Support of such unit. In such cases, as a minimum, a segregation of the functions mentioned must be established by
ensuring that even when functions are performed by the same individual, the individual is performing the tasks in the
capacity of various functions.
Chapter resources
OD Procurement Framework
United Nations Global Marketplace (UNGM, www.ungm.org) which includes vendors that are interested in doing
business with UNOPS;
UNOPS ERP system (oneUNOPS) which includes vendors that have been contracted by UNOPS in the past, i.e. that
have issued a UNOPS purchase order or have been paid through a non-PO voucher.
In order to maximize economy and efficiency UNOPS shall continually strive to identify new technically and financially
sound suppliers. In particular, UNOPS shall actively work to increase its sources of supply from developing countries and
from countries with economies in transition.
In order to enhance the efficiency and transparency of UNOPS procurement actions, procurement officials may keep a
roster of potential suppliers who could be invited to compete in future tenders. UNGM and local databases can be used
to capture data on local and corporate suppliers. Ongoing efforts shall be made to broaden the supplier rosters by
identifying new suppliers of goods, services or works of interest to UNOPS through, among other things, regular market
research exercises (see 5.2 Market research).
All UNOPS personnel may register as UN users and have access to the UNGM database of potential vendors registered
with United Nations agencies. All UNOPS procurement officials must have an active UNGM registration and must use the
UNGM to support all their procurement exercises.
The UNGM provides current data on companies including general company information, contact details, previous United
Nations experience and performance, and the range of products and services registered by vendors. In addition, UNOPS
users have access to a repository of UN system wide LTAs. The UNGM also allows users to search ineligibility lists drawn
from the United Nations Ineligibility List (UNIL), the World Bank Corporate Procurement Listing of Non-Responsible
Vendors and World Bank Listing of Ineligible Firms and Individuals, and the Consolidated United Nations Security Council
Sanctions List.
UNOPS contracts shall only be awarded to vendors that are registered with the UNGM, except for processes under
advisory services projects where UNOPS does not sign the contract with the vendor. Furthermore, for procurement
processes carried out through the UNOPS eSourcing system (see 6.10 E-tendering), it is mandatory for vendors to be
registered on UNGM to access the full tender details, request clarifications and submit an offer.
Vendors applying to be registered on the UNGM procurement portal must complete the process of self-registration in the
portal, including a confirmation of their acknowledgement of the United Nations Supplier Code of Conduct, and their
status as a women-owned business.
The UNGM has implemented an assisted vendor registration functionality that allows UNOPS business units to add local
suppliers to the UNGM. An additional functionality enables the bulk uploading of existing rosters. For further information,
training and instructions on how to use this functionality, please write to [email protected].
To promote economical and efficient procurement, the performance of contractors must continually be evaluated
throughout the contract management phase. Furthermore, after the vendor has executed a UNOPS contract
performance evaluation is carried out. See section 13.2.7 Supplier performance evaluation for more details.
a) The vendor is from a nationality excluded under the project agreement to which the procurement process
relates, as signed between UNOPS and its client/partner. A vendor shall be deemed to have the nationality of a
country if the vendor is a citizen or is constituted, incorporated, or registered and operates in conformity with
the provisions of the laws of that country;
b) The vendor has a conflict of interest, as defined in section 1.5.4.3;
c) The vendor is included in any of the following ineligibility lists:
i. United Nations Ineligibility List (UNIL) hosted by UNGM that aggregates information disclosed by UNOPS
and other participating agencies. This includes the UNOPS Ineligibility List, further to a debarment per the
provisions in section 1.5.4.2;
ii. Consolidated United Nations Security Council Sanctions List, including the UN Security Council Resolution
1267/1989 list;
iii. World Bank Corporate Procurement Listing of Non-Responsible Vendors and World Bank Listing of
Ineligible Firms and Individuals.
d) The vendor is included in an ineligibility list of the client/partner, if such provision is included in the project
agreement signed with UNOPS;
e) The vendor is currently suspended from doing business with UNOPS and removed from its vendor database(s),
for reasons other than engaging in proscribed practices subject to the OI Vendor Sanctions, such as:
i. If the vendor has shown significant or persistent deficiencies in the performance of a prior UNOPS
contract which led to early termination of the contract, application of damages or similar actions, as
documented through a Supplier Performance Evaluation per the provisions of section 13.2.7;
ii. Genuine concern about the supplier’s ability to satisfactorily perform contractual obligations, such as
filing for bankruptcy, or the company is in or has recently been in receivership;
iii. Upon receipt of a notification by a Member State, or other authoritative source that a supplier has been
charged with committing fraud or a criminal offence in that country;
iv. If a criminal conviction or civil judgment has been issued against a supplier indicating a lack of business
integrity or business honesty;
v. If the vendor has undertaken any other action that is so serious or compelling in nature that it could
result in harm to UNOPS reputation or image.
The determination to suspend a vendor due to the reasons outlined in section e) above shall be made by the
Director, PG following the process detailed in PQMS. Should UNOPS decide to suspend a vendor from doing
business with UNOPS for a specific period of time, the vendor shall be notified, in writing including details on the
imposed suspension and the procedures to seek rehabilitation, if applicable.
5
Eligibility is separate and distinct from ‘qualified’ and from ‘compliant’ in the context of the evaluation of an offer in
response to a solicitation. See 8 Evaluation of submissions.
Procurement practitioners, including but not limited to the procurement official managing the procurement process,
must ensure that no entity falling into the above categories (i) is invited to apply for UNOPS business or (ii) is granted an
award.
Chapter resources
UNOPS projects, centres or hubs with a procurement volume estimated to exceed USD 50 Million in a year shall prepare a
procurement strategy document within the first quarter of the year, to be approved by the corresponding Country or Hub
Director and be shared with PG and IPAS Procurement for information purposes. This requirement shall become effective
from 2020 onwards.
Procurement planning is the process of scheduling identified procurement activities per identified procurement
strategies. As such, procurement strategy development and procurement planning are closely linked.
Better requirements definition, increasing the probability of receiving strong offers, thus, facilitating the evaluation
process, leading to appropriate products fulfilling the needs of the client, and easier contract management;
Improved sourcing, ensuring appropriately qualified suppliers and an adequate number of suppliers, leading to
increasing competition, and potentially, stronger offers at lower prices;
Less waste of resources on last minute actions;
Early identification and management of risks;
Reduction of delays and lead times due to the ability to perform in advance and proactively conduct a number of
procurement tasks;
Better planning and monitoring of procurement activities;
Identification of periods of time in which a high percentage of procurement actions are required. This information
can be useful in planning and distributing workload;
Early consideration of logistics aspects and factors for the procurement of goods and equipment;
Systematic inclusion of sustainability considerations into procurement activities, and prioritization of the most
effective sustainability interventions, including applicability of a total cost of ownership approach.
In addition, when procurement planning is consolidated for more than one procurement activity (at the project, business
unit and corporate levels), then other strategic initiatives can be put in place that can lead to the achievement of
economies of scale and reductions in transaction costs, such as:
Procurement planning is a mandatory requirement for all UNOPS business units for procurement activities with a value
exceeding USD 50,000, but also constitutes good practice concerning any procurement.
Procurement planning at the individual procurement activity level is the process of assessing needs, determining the
outcome of the procurement activity, and establishing the timeline and a strategy for the intended outcome, taking into
account the requirements for minimum solicitation periods and the time needed to conduct the evaluation, review and
award processes.
Planning of a procurement activity requires early consideration about the intended outcome and defining an approach
for every step of the procurement process in order to achieve the required result in a timely and cost effective manner.
Early planning of the procurement process helps ensure that each required step leads to the desired outcome. It will also
allow sufficient time to follow each step of the process in accordance with this policy.
The respective OH/OC Director, PC Manager, Cluster Manager or Head of HQ business unit is responsible for analyzing
the procurement needs of the projects under their unit and for presenting a procurement plan defining the procurement
needs, suggesting the procurement methods, and stipulating the timing of the procurement in the unit.
Procurement plans at the business unit level should result in both project and administrative savings through the
consolidation of needs from different projects. Specific strategies at this level may include the establishment of blanket
purchase agreements (BPA) and local long-term agreements (LTA).
Business unit level procurement planning will generate information for the regional and HQ procurement plans.
3) HQ/Regional level
This level refers to the consolidation of procurement plans of the different HQ business units, and the OH/OC/PC/Clusters
in a Region.
The respective HQ Directors and Regional Directors are responsible for providing the requested information in respect of
their business units. Specific strategies at this level may include the establishment of regional LTAs.
The result of the HQ/regional procurement planning will generate the information required for the corporate
procurement plan.
4) Corporate level
The UNOPS corporate procurement plan is an overall projection of an organization’s future procurement needs for a
defined period.
In an effort to strengthen UNOPS overall procurement capacity and achieve UNOPS objectives of providing effective
operational management services, UNOPS operates with annual or shorter, i.e. six-month procurement plans.
Through corporate procurement planning, special attention can be focused on the specific support each business unit will
need from corporate services, thus enabling the introduction of innovative procurement support services that would
otherwise be virtually impossible if only given a short lead time to respond.
PG is responsible for the corporate procurement planning process and will issue appropriate instructions to the business
units. Further, PG will initiate and facilitate corporate procurement planning by establishing a procurement planning
template to be completed and submitted by the business units. The requested information shall be collected from the
regional offices and their business units at HQ.
The procurement plan is always based on estimates of procurement activities to be carried out in the next six to twelve
months. Some procurement needs cannot be anticipated and plans may sometimes not be entirely accurate. Business
units are, nonetheless, expected to provide a best estimate based on available information at the time of reporting. The
Establishment of global long-term agreements and electronic catalogues for UN Web Buy Plus;
Identification of specific approaches for selected procurement categories such as: health/medical, infrastructure,
technical goods and services;
Identification of procurement training needs and strategies.
Procurement planning is a continuous practice and hence the plans should be continuously updated and, if there are
major changes, PG needs to be informed.
In order to alert the vendor community of forthcoming procurement requirements and to uphold the basic procurement
principles, the UNOPS corporate procurement plan shall be uploaded to the UNOPS website.
It is the first step in the implementation of a procurement activity, and is an integrated step in its planning. However,
requirements definition is often done in parallel with sourcing and market research in order to allow such information to
influence the requirement definition. Requirements definition and market research are also known as pre-solicitation
activities.
The requisitioner is responsible for defining the requirements; however, the procurement official responsible for the
process shall evaluate the requirements and identify any issues that seem inappropriate from a procurement viewpoint,
e.g. branding without justification, over-specification, unrealistic delivery dates, and restricted competition. The
procurement official responsible for the process and the requisitioner shall jointly finalize the requirements definition.
When preparing the requirements definition, the requisitioner and procurement official must ensure compliance with the
UNOPS Sustainable Procurement Framework (see 15.2.1 UNOPS Sustainable Procurement Framework). Where possible,
the procurement official shall advise the requisitioner of more sustainable solutions to meet the stated need. Such
solutions may include reducing the amount of procured goods or services, re-thinking the solution in favour of more
sustainable alternatives or redesigning certain environmental and social aspects. A more sustainable procurement
solution can translate into more or less stringent requirements for the supplier to be included in different stages of the
procurement process, depending on the market maturity and on the strategic priorities of the procuring entity.
Capturing sustainability requirements at this early stage is the most effective way of guaranteeing that sustainability is
factored into the purchasing decision.
UNOPS is firmly committed to sustainability and procurement officials are expected to assist the internal or external
client in identifying the most sustainable solution fulfilling the stated needs using their knowledge of the market and the
procurement process. To maximize the sustainability outcome, the discussion about sustainability requirements should
be conducted early in the process to improve the chances of obtaining a more sustainable result.
The clear definition of requirements is crucial in every procurement activity. First, the requirements definition forms the
basis for the solicitation, and sets the goals of the procurement action. It also informs the potential suppliers of the
requirements the offered product must have in order to fulfil the needs of UNOPS.
Second, a clear requirements definition helps remove ambiguities from the evaluation process, and thus serves as the
starting point when determining which offer provides the best overall solution to UNOPS. Technical, financial,
commercial, legal, corporate, social and environmental factors must be stated in the solicitation documents and no
parameters other than those initially specified therein may be considered during the evaluation.
Finally, the requirements definition forms a critical part of any contract with the vendor, clearly stating what is expected
and when it will be delivered.
All requirements definitions must specify the exact needs without over-specification. Over-specification may increase
prices and/or decrease the number of offers as it leads to offers for more advanced products than those needed. The
converse is true of under-specification and therefore it is essential for the cost-effective use of funds that the
requirements define the exact needs.
Environmental and social responsibility aspects (e.g. environmentally friendly production methods) that should be
considered in the evaluation must be included in the requirements definition.
Requirements must be generic and defined with the aim of engendering competition; no specific brands, unless for
standardization purposes, or other unnecessary restrictions can be requested. However, if brand names are used to
define functional, performance and/or conformance requirements they must only be used to define the required product
standard. Further, brand names must never be used without also specifying the minimum requirements considered
essential. Finally, the specification must clearly invite offers of equivalent products, i.e. products meeting similar
functional, performance and/or technical standards. In the event that the requirement specifies a particular brand for the
purpose of standardization, the rationale for this requirement shall be briefly stated in the solicitation document in order
to avoid negative perception in the vendor community of any bias on the part of UNOPS.
Where possible, requirements should include key performance indicators (KPIs) to be monitored during contract
management stage (see 13 Contract management). KPIs and service level agreements (SLAs) are essential tools to express
and measure performance against agreed targets and these are particularly recommended for complex contracts of
goods and services, including long-term agreements (see 11.4 Long-term agreement (LTA)). These have to be identified at
requirements definition stage, to be incorporated in the solicitation documents, then into the contract, and hence enable
monitoring the KPIs at contract management stage.
a) Delivery/performance
b) Quality
c) Communication
d) Sustainability
ix. Innovation;
x. Cost saving initiative;
xi. Environmental considerations;
xii. Labour considerations.
a) Determine KPIs together with the requesting unit(s) during requirements definition stage;
b) Ensure KPIs are SMART (Specific, Measurable, Achievable, Relevant, Time phased);
c) When issuing the contract, ensure inclusion of KPI targets in a service level agreement (SLA) as a separate Annex
to the contract.
a) Technical specifications;
b) Terms of reference (TOR);
c) Statement of work (SOW).
The following describes the various types of documents defining the requirements for goods or services in more detail.
The specification forms part of the invitation to bid, request for proposal, or request for quotation.
Three types of defining needs (or a combination of the three) can be included in the specification:
The TOR is often the supplier’s first and main introduction to the assignment. A clear TOR without any contradictions will
force the supplier to prepare a clear and detailed proposal. This should lead to successfully implemented projects and
limit the risk of dispute or claims. The TOR should plainly state the desired level of sustainability that the procurement
entity wishes to implement.
The SOW usually includes detailed requirements and pricing requirements. For example, a SOW is a good tool for
hardware or software solutions where services can be quantified and broken down item by item.
The requirements are to be defined in the schedules of the tender documents specifically enveloped by UNOPS for the
procurement of works. These include the contract that UNOPS proposes bidders to enter into if selected and which must
Particular attention must also be given to the following technical documents (which are described in detail in the following
sections):
a) TOR for design, supervision and other technical consultancy services for works;
b) Design documents;
c) Employer’s requirements for Design and Build Construction Contracts.
All infrastructure projects delivered by UNOPS should have a special focus on national capacity building and
sustainability, to contribute to the ability of countries to design, construct and maintain infrastructure, and to integrate
and balance social, environmental and economic considerations in line with UNOPS mandate, vision and high-level goals.
For that reason, there are specific requirements considered by UNOPS in order to provide a design with the Certificate of
Design Review Compliance prior to the procurement process, and which provide UNOPS infrastructure works with added
value for our clients and partners. For instance, the Design Planning Manual for Buildings includes the following areas:
4.3.4.1 TOR for design and other technical consultancy services for works
Design, supervision and other technical consultancy services for works are very specialized and must follow standards
established by IMPG. Compliance with such standards must be included as a mandatory requirement whenever
procuring design and other technical consultancy services for works.
For example, when procuring design services for the construction of a building, potential designers to be recruited by
UNOPS must be informed that the design will have to comply with UNOPS Design Planning Manual for Buildings and such
manual must be provided to potential designers as part of the tender documents.
Note that when procuring design services, the provision of such services must not be considered completed with
provision of the design and the commencement of construction phase. Because of possible variations that may affect the
design during the construction phase, the design services must remain available through such phase. This must be
reflected in the contract between UNOPS and selected designer.
To ensure that the necessary standards for design of UNOPS projects are followed, it is mandatory that prior to
commencing the tender process, all infrastructure designs and technical specifications have been reviewed and assessed
for design risks according to UNOPS applicable design planning manual6 and that the IPMG has issued a Certificate of
Design Review Compliance in accordance with AI.IPMG.2016.01. This certificate, signed and dated, shall be provided to
6
As of the date of this procurement manual, IPMG has released a Design Planning Manual for Buildings and a Design
Planning Manual for Transport Infrastructure.
It is critical in this case to have a well-prepared set of Employer’s Requirements before proceeding to tender. Preparation
of Employer’s Requirements is a skilled task, is very different from a standard specification, and should not be
underestimated. In the same way as for the procurement of design services, compliance with UNOPS applicable design
planning manual must be indicated in the tender documents and a copy of the manual must be provided to bidders. The
Employer’s Requirements should also be subject to a review process before going out to tender for design and build
services.
Due to the complexity of the design and build approach, it is mandatory to obtain a prior approval from IPMG before
deciding to procure design and build services.
4.4 Requisitions
A requisition is a written or computerized request from an internal user/customer for the fulfilment or procurement of
goods, services or works.
It is recommended to initiate all procurement activities through an approved requisition on UNOPS’ ERP system
(oneUNOPS), and this is mandatory for those activities with a value equal or above USD 5,000 except for: (a) procurement
under Emergency Procurement Procedures; (b) call off orders against long-term agreements (LTAs) or blanket purchase
agreements (BPAs), (c) contract amendments; and (d) procurement under advisory services projects, where UNOPS does
not sign the contract. Any other exception not to use oneUNOPS requisitions must be approved by the Director, PG.
4.5 Standardization
Standardization is acceptable when identical goods, equipment, technology or works have recently been purchased from
a supplier or contractor, and it is determined that either a quantity of additional supplies must be procured, or
compatibility with existing goods, equipment, technology or works is required. Such cases must be justified further to the
provisions in section 6.8.1 Exceptions.
The sourcing process is crucial from a sustainability point of view as it helps to identify vendors that:
i. Will be better positioned to deliver the sustainability aspect of the procurement process;
ii. Are better managing the sustainability impacts in their own supply chain.
Sourcing is carried out by two main methodologies, described in the below sections:
Market research can be done through external and/or internal sources. It should not rely solely on any one of these
sources; several sources must be used in conjunction before deciding on the method of solicitation and type of
competition. The outcome of the market research, i.e. a list of suitable suppliers identified, must be documented in the
procurement case file.
External sources
The following external sources are valuable sources of information in the search for potential suppliers:
As part of our market research, the following sources should be consulted to identify suppliers that place a high value on
sustainability:
Internal sources
The following internal sources can also be a good starting point in the search for potential suppliers:
Existing UNOPS long-term agreements (LTAs), electronic catalogues in UN Web Buy Plus, blanket purchase
agreements (BPA) and pre-qualified lists of suppliers;
Spend analysis dashboards (available at the UNOPS PG intranet);
Established rosters (e.g. local rosters, product specific rosters, etc.);
Suppliers who had prior contracts with UNOPS;
Previous short lists within the same field;
Consultation with colleagues;
Communities of Practice (COP) and other mailing lists.
Business opportunities must be advertised on UNGM. They should also be advertised on any website/media specified as
mandatory in the project agreement (e.g. DgMarket). In addition, they should be advertised or distributed in a manner
that, according to the nature and circumstances of the required product, would lead to the most beneficial responses, i.e.
announcement on local radio, advertisement on websites of other organizations or clients, in local newspapers or
specialized journals. Business units are also encouraged to share procurement opportunities with relevant special
interest groups, including but not limited to women-owned business associations, youth owned business associations
and local chambers of commerce.
When using advertisement for open competition bidding (as opposed to limited competition, see 6.2.2 Limited
international competition and limited national/regional competition), there will be no short-list selection; all eligible
suppliers wishing to submit bids and participate in the competition are invited to do so. Advertisement for open
competitive bidding may result in:
a) More extensive evaluation processes due to a large number of received offers; the benefits of a broader
competition often outweigh the additional burden of an increased number of offer reviews;
b) Lower response rate if the advertisement is posted in media not well known to the supplier community. In such
cases it is required that all known potential suppliers are notified of the advertisement’s existence. When doing
so, all potential bidders must be notified at the same time and information regarding the notification (how the
notified suppliers were identified, when and how suppliers were notified, etc.) must be kept in the case file.
The information received in response to an RFI is not for the purpose of qualification of vendors. Primarily, it helps
identify generic descriptions of available or potential alternatives for fulfilling a defined requirement or outcome, as well
as the cost and delivery time of such alternatives. The RFI is more oriented toward seeking a technical alternative, option
An RFI is an effective and efficient tool to help UNOPS identify a possible solution for a specific requirement. However,
additional time is needed to conduct the process, as suppliers must have a sufficient period to respond to the RFI. RFIs
are not considered by suppliers as a necessary pre-requisite to a competitive process and are costly to respond to;
therefore, RFIs shall not be used as a method for pre-qualifying or short-listing suppliers.
The RFI should be advertised on UNGM and in any other media considered appropriate by the PA as indicated in section
5.3. Further to the provisions in section 6.10, it is not mandatory to use the UNOPS eSourcing system for RFI processes.
Exceptionally, if approved by the PA (for instance in urgent situations or low value procurement), the RFI may be sent to
suppliers directly without advertisement.
A request for EOI is a cost-effective method to identify suitable suppliers. However, it requires allocation of additional
time, as suppliers must have a sufficient interval to respond to the call for EOI, which shall be no less than ten calendar
days. When shorter deadlines are specified, the reasons must be properly explained and documented in the case file.
An EOI should be used when there is an over-supply of potential bidders; it allows for the review of suppliers’
qualifications in order to make sure the most qualified are invited to bid. An EOI is typical for a consulting assignment
and/or assignments where technical expertise is critical.
The EOI shall be advertised on UNGM and in any other media considered appropriate by the PA as indicated in section
5.3.
Evaluation of EOIs must be performed by an evaluation team formed by at least a procurement official and a chairperson,
as further defined in section 8.2 Evaluation team.
The process guarantees that solicitation documents are extended only to suppliers with adequate capabilities and
resources. Adequate time must be allowed for potential suppliers to prepare responsive applications. The period
between the invitation for pre-qualification and the deadline for submission of a response to the invitation for pre-
qualification shall be no less than ten calendar days unless a written justification has been provided by the PA for shorter
periods and has been included in the procurement file. Invitations for pre-qualification must be advertised on UNGM and
any other relevant media.
Pre-qualification is a formal process where supplier appraisal is done prior to issuing the solicitation documents. If pre-
qualification is done for a specific procurement activity, all suppliers submitting applications and meeting the pre-
qualification criteria shall be invited to tender. Pre-qualification does not preordain a contract.
a) Complex or specialized goods or services (e.g. mine clearance services or equipment) are being procured;
b) A particular type of good or service is procured on a regular basis and for which establishment of LTAs would
not be an appropriate procurement strategy (e.g. not resulting in competitive prices);
c) A high degree of risk is involved in the procurement (e.g. security and safety equipment and services);
d) The high costs of preparing detailed bids could discourage competition (such as custom-designed equipment,
design and build projects or specialised services);
e) The goods or services are critical project inputs (i.e. late delivery or the delivery of a wrong product or service
would have costly implications);
f) The requirement is for construction works with complex technical components for which the supplier needs to
have minimum technical capability and capacity to complete the works to the required quality standard.
Evaluation of invitation for pre-qualification processes must be performed by an evaluation team formed by at least a
procurement official and a chairperson, as further defined in section 8.2 Evaluation team.
A pre-qualification is valid for a maximum of two years. Once this period has elapsed, the PA must confirm that the
criteria used for the initial pre-qualification still apply.
For health procurement, please consult Annex A: Quality Assurance Manual which reflects the commitment of UNOPS to
operating a robust quality system for the procurement of pharmaceuticals and medical devices. The manual includes
UNOPS policy in all matters affecting or affected by such a quality system, including managerial responsibilities thereof. In
the manual, UNOPS commits to identifying and supporting the processes needed for the quality management system and
their application to health procurement throughout the organization, in accordance with recognized international best
practices, especially as are recommended by norms and standards defined by WHO and published in the Technical
Report Series and on the monographs of the WHO International Pharmacopoeia, and Global Harmonization Task Force
(GHTF) for medical devices.
a) Entities included in the short list shall, to the extent possible, represent a fair share of potential markets and
equitable geographic distribution. Due consideration is to be given to the inclusion of suppliers from developing
countries and new emerging markets, as well as from special interest groups such as women-owned businesses;
b) For repetitive requirements, the short list shall be updated regularly, e.g. every six months, to consider potential
new suppliers in the market;
c) If a pre-qualification process has been undertaken for a specific procurement activity, all suppliers meeting the
pre-qualification criteria shall be short-listed;
d) If an EOI or an RFI has been undertaken for a specific procurement activity, UNOPS is under no obligation to
invite all companies having expressed interest through a request for EOI or having replied to an RFI. Similarly,
there is no obligation for UNOPS to limit the short list to companies that expressed interest or replied to an RFI.
Where additional companies are added, the evaluation team should assess the same information for each
supplier as was requested in the EOI or RFI;
e) If there is only a limited number of suppliers in the market (oligopoly market conditions) and the procurement
official has not been able to identify the minimum required number of short list invitees despite adequate
market research, this must be clearly documented and explained to the PA when requesting approval of the
short list and, eventually, when requesting approval of contract award. When no such condition exists, short lists
must include the minimum required number of invitees otherwise the resulting award will be considered as an
exception to the use of formal methods of solicitation (see 6.8 Exceptions to competitive tendering or formal
methods of solicitation);
f) Save where the condition in the previous paragraph has been met, (i) for procurement activities with estimated
value of USD 50,000 or more but less than USD 250,000, a minimum of three entities must be short-listed; and
(ii) for procurement activities with estimated value USD 250,000 or more, a minimum of six entities must be
short-listed. However, more than these minimum numbers of entities must be short-listed if required to achieve
competition;
g) Where possible, short lists should include at least one qualified women-owned business;
h) If suppliers must meet specific requirements for the procurement activity in question (e.g. specific product
requirements such as ISO certification/quality standards, representation of supplier in the recipient country
and/or client specific requirements as per the project agreement with the client) only suppliers that meet these
requirements shall be selected for the short list. Requirements may include the suppliers’ social and
environmental performance according to international standards (e.g. ISO 14001, SA8000, OHSAS 18001 or
A short list is in most cases created as a result of a publically advertised request for EOIs (section 5.5) or invitation for pre-
qualification (section 5.6). While both processes offer similarities (i.e. minimum bidding time, manner of advertisement,
evaluation team requirements) they have the following differences:
The nature of the goods, services or works to be provided, per guidance included in section 5.5 and 5.6.
Requests for EOI may limit the number of suppliers to be included in the short list, if the announcement
indicates a maximum number of suppliers to be included and the criteria by which the ranking will take place.
However, in an invitation for pre-qualification process, all suppliers that meet the criteria must be included in the
short list.
In a short list resulting from a request for EOI process suppliers that did not submit a response to the EOI may
be added to the short list provided that the evaluation team confirms that such supplier meets the criteria
included in the EOI and that a justification for the same is approved by the PA.
A short list resulting from an invitation for pre-qualification process may be used (if so stated in the
announcement) for more than one solicitation process, i.e. can be used for a series of upcoming solicitation
processes, within the time duration of the short list, which per section 5.6 shall not exceed two years.
If the project agreement requires a no-objection to the short list from the partner, the end user or the funding source,
this must also be obtained prior to issuance of the solicitation documents.
Chapter resources
Guidelines Pre-qualification
Vendor sourcing
6.1 Overview
After requirements have been clearly and completely defined (see 4.3 Requirements definition) and sourcing has been
undertaken (see 5 Sourcing), the next step in the procurement process is the solicitation process. This is done either
through formal methods of solicitation or exceptions to formal methods of solicitation, both of which result in the actual
solicitation of offer/s.
Solicitation is the generic term for a request to suppliers to offer a bid, quotation or proposal. The method used to
communicate a procurement requirement and request an offer from potential vendors is referred to as the solicitation
process and may be in the form of shopping; request for quotation (RFQ); invitation to bid (ITB); or request for proposal
(RFP).
The selection of the appropriate solicitation method must be based on the expected procurement value, the nature of the
requirement or a combination of both, and if the Executive Chief Procurement Officer (ECPO) has authorized use of
emergency procurement procedures (EPP) (see 15.4 Emergency Procurement Procedures).
Further to the market and vendor information identified in the sourcing process, procurement officials should consider
the following steps:
a) First, consider whether the requirements could be met appropriately (i.e in a manner that is economic, efficient
and that achieves best value for money) through the use of an existing long- term agreement (LTA), including UN
Web Buy Plus, redeployment of assets, or supply ex-stock from UNOPS sources;
b) If the requirements cannot be met appropriately per point (a) above, a solicitation process must be carried out,
through the appropriate type of competition (see 6.2 Types of competition) and solicitation method (section 6.3).
As per FRR rule 118.03, unless exceptions to the use of formal methods of solicitation are justified, procurement contracts
shall be awarded on the basis of effective competition, which include:
a) When works are scattered geographically or spread over time, and the works would likely not be of interest to
international companies;
b) Where from a total cost perspective it is beneficial to obtain the goods, services or works locally;
c) When services are related to the national context (e.g. advertising services in national newspapers, local licences
required to operate, etc.);
d) If knowledge of the national/regional system is a requirement;
e) If national/regional sourcing provides demonstrable benefits in terms of reduced environmental impacts,
increased national ownership or other reasons, and/or if so specified in the project agreement;
In any event, it is essential to ensure competitiveness of the solicitation process; national/regional competition must only
be used if there are enough suppliers of the goods/services/works in the area to maintain healthy competition. Further,
the risk of cartels forming (i.e. suppliers uniting for common profit and defeating the purpose of competition) must be
monitored.
Open international or national/regional competition is the most transparent method of conducting a formal solicitation
process. Business units must opt for open rather than limited competition (see 6.2.2 Limited international competition
and limited national/regional competition) unless a valid reason exists for limited tendering.
For further information on advertisement of business opportunities, please refer to 5.3 Advertisement of business
opportunities.
Limited international and national/regional competition is restricted to a short list of suppliers selected in a non-
discriminatory manner from rosters, pre-qualifications, expressions of interest, market research, etc. Before issuing a
solicitation based on limited competition, procurement officials must obtain prior written permission from the PA. PA
approval must be given at the time of short list approval (by filling the corresponding field in the short list template). In all
other cases, the solicitation document must be publicly advertised.
The contract value is relatively low, i.e. less than USD 50,000;
The project agreement requires the use of limited competition tenders, including when done to support the
principles of national capacity and sustainability such as micro, small and medium enterprises and special interest
groups as per provisions in section 15.2.3 Sustainable procurement implementation in the procurement process;
An open tender will have negative security implications;
The subject/matter of the tender is otherwise sensitive and cannot be advertised;
A short list of vendors to be invited to bid has been created further to an EOI or a pre-qualification process (further
to the provisions in sections 5.5 Request for expression of interest (EOI) and 5.6 Pre-qualification of vendors) and
this has been identified as the most suitable procurement strategy;
Other reasons acceptable to the PA approving the solicitation document.
UNOPS shall foster the development of local markets: provided that an open international or national/regional
competition cannot be held in accordance with 6.2.1 Open international competition and open national/regional
competition, or if procurement requirements can be satisfactorily met within a local context or are unlikely to be met
outside the local context (e.g. provision of advertising services in national newspapers, etc.), then a limited
national/regional formal solicitation may be undertaken. Well-qualified international suppliers expressing interest in a
national/ regional tender shall not be automatically excluded from participating in the tender on the same terms as
national/regional suppliers.
Where limited competition is applied, business units must continue to endeavour to ensure that a sufficient number of
prospective vendors are invited, and that at least three (3) offers are received and evaluated, in order to establish value-
for-money. When fewer than three offers have been received for procurements using limited competition, the request for
award must include documentation as requested under section 9.1 Organization of procurement review.
Please refer to section 6.8 Exceptions to competitive tendering or formal methods of solicitation, which also apply to
situations where there may be several sources available but other reasons compel UNOPS to invoke an exception ground
(e.g. exigency, lease).
A number of factors, such as market conditions, the complexity and nature of the requirement, i.e. goods, services or
works, monetary value and conditions of the partner influence the choice of solicitation method. Location and urgency
might also have an effect on the choice of solicitation method and the procedures followed.
Solicitation Contract
Requirements Evaluation method Envelope system
method value
Shopping
Shopping is an informal method of solicitation appropriate for the procurement of readily available off-the-shelf or
standard specification goods less than USD 5,000, or simple works or services less than USD 5,000.
Shopping is undertaken by based on the comparison of prices obtained from potential suppliers, received orally or in
writing (including by checking available online sources). Prices taken orally must be written down carefully, dated and
kept in the file.
When using shopping as a method under limited competition, at least three suppliers must be compared. Should it not be
possible to compare three suppliers, the reason must be recorded in writing in the award document.
Awards are made based on the ‘lowest priced, most technically acceptable offer’ evaluation methodology (see 8
Evaluation of submissions) and be documented in a Shopping explanatory note per the corporate template, justifying the
selection of vendor and approved by the relevant Procurement Authority. The only exceptions not to fill out such
explanatory note are cash payments below U$250 done in the context of an approved Petty Cash or Operational Advance
mechanism and travel-related costs within an approved Travel Authorization.
The use of the RFQ templates is mandatory in all cases. RFQs must have a clearly defined submission deadline, which
must be specified in the RFQ document and communicated to all prospective bidders. Quotations in response to an RFQ
must be received in writing. RFQs are subject to the bid receipt and opening procedures outlined in chapter 7.
Awards are made based on the ‘lowest priced, most technically acceptable offer’ evaluation methodology (see 8
Evaluation of submissions).
Invitation to bid
An ITB is a formal method of solicitation where prospective suppliers are requested to submit a bid for the provision of
goods, services or works. It is normally used when the requirements are clearly and completely specified. An ITB is
mandatory for procurements equal to or above USD 50,000 but can also be used for lower value procurement (below
USD 50,000) if requirements are complex or if the PA otherwise determines it beneficial.
The use of the ITB templates is mandatory in all cases. ITBs must have a clearly defined submission deadline, which must
be specified in the ITB document and communicated to all prospective bidders. Bids in response to an ITB must be
received in writing. ITBs are based on a one-envelope system, i.e. the financial and the technical components of a bid are
combined in one single document. ITBs are subject to the bid receipt and opening procedures outlined in chapter 7.
An ITB can either define the minimum requirements a good or service has to meet or must outline a range of acceptable
requirements. During evaluation, a bid is compliant based on pass/fail criteria.
Contracts are awarded on the basis of the ‘lowest priced substantially compliant offer’ evaluation methodology, including
delivery terms, and any other technical requirements stated in the ITB.
An RFP requests a technical proposal that offers a solution to the requirements specified in the solicitation document. A
separate financial proposal indicating all costs associated with carrying out the technical proposal is also sought. In
response to an RFP, suppliers must submit the technical and financial details sealed separately (two-envelope system).
The purpose of the two-envelope system is to make sure the technical evaluation focuses solely on the contents of the
technical proposals without influence from the financial proposals. RFPs are subject to the bid receipt and opening
procedures outlined in chapter 7, including the requirement for separate opening sessions for technical proposals (all
proposals received) and financial proposals (only for offerors deemed technically compliant after evaluation).
The evaluation criteria are established in the RFP by identifying the technical and financial evaluation factors and
weighting the key areas of importance that will be considered in the source selection. At UNOPS weightings of technical
and financial proposals can be in either: 80%-20%, 70%-30%, 60%-40% or 50%-50%. Weighting needs to be considered on
a case-by-case basis to achieve the appropriate balance. The applicable balance between the various evaluation criteria
must be established before the RFP is issued, and expressly stated in the solicitation documents: the lower the complexity
of the requirements, the higher the financial weight must be. In addition, the RFP must state a minimum passing
threshold in terms of percentage of the total points of the technical proposal (normally 60% or 70% of total points) which
will determine if the proposal is deemed technically responsive and if it will be subject to the financial evaluation.
Proposals are evaluated, ranked and awarded according to the ‘cumulative analysis’ evaluation methodology, defining
best value as the paramount overall benefit when considering technical and financial factors. The contract is awarded to
the qualified contractor whose proposal is considered to be the best value (technical and financial) and the most
responsive to the needs of UNOPS and its clients.
In order to further assist suppliers in determining the appropriate quality of goods, works or services, UNOPS may choose
to include estimates of personnel and other input required in order to reach the expected results. In exceptional
circumstances and subject to ex-ante authorization by the Director, PG, UNOPS may indicate the available budget in the
RFP; however, the potential drawback is that such information may lead bidders to align their financial proposals to the
budget disclosed.
Prior to selecting the solicitation method, it is important to select the correct works contract up front in order to
prepare the most suitable linked solicitation method. UNOPS has developed a suite of six contracts based on FIDIC.
In case of doubts, IPAS PMI should be contacted for advice on how to best select the appropriate works contract.
These include four different construction contracts, one contract for Consultancy Services for Works and one
Design and Build Construction Contract. Details on each of these contracts are included in section 11.67. These
contracts are associated to one or more solicitation method as described in Table 3 below;
The selection of solicitation document and related contract form should not be made solely on monetary
threshold. It is important to choose the contract based on the concrete necessities and complexities of the works,
and considering other factors, such as risk; expected contractor capacity; familiarity of contractors with such
contracts; and UNOPS own project capacity and standard practice in the location. Approval to use a contract
outside of its threshold must be sought from IPMG;
For simple works, use the informal method of RFQ. It is normally used with the Minor Works Contract, however
could be used with any of the other UNOPS works contracts if more appropriate. In the general case of works with
values above USD 50,000 – or for lower values with no minimum monetary threshold where the works are
considered to be relatively complex – use one of the formal solicitation methods for works, either ITB or RFP, each
of which is linked directly to the appropriate works contract;
For complex construction projects where the technical approach and methodology proposed by the bidders are of
critical relevance for performance of the contract, a balance between the technical and financial criteria in the
evaluation would likely lead to better value for money, more effective competition and better serve the interests of
UNOPS and its clients. In this case the RFP for works should be used, allowing the use of cumulative analysis in the
evaluation of the offers;
When the lump sum payment modality is selected for any of the construction contracts, the solicitation documents
shall include a breakdown of quantities along with schedules of unit rates separately to facilitate the comparison of
offers during evaluation and to assess and compute the cost of variations, if any;
In general, it is anticipated that for the procurement of services under the Contract for Consultant Services for
Works the use of RFP is recommended. However, should after assessment of the requirements and context
deemed that a cumulative analysis evaluation would not add value in that situation (e.g. services to be procured are
for supervision, in certain contexts) it may be appropriate to use RFQ or ITB as the solicitation method, depending
on the thresholds (ITB if equal or above to USD 50,000);
The Design and Build Construction Contract is where the objective of the procurement process is to both provide
the project’s design and deliver its construction. It is critical in these cases to have a well-prepared set of Employer’s
Requirements before proceeding to tender. The preparation of Employer’s Requirements is a skilled task and
should not be underestimated. As with a full design, the Employer’s Requirements will be subject to a design review
and a Certificate of Design Review Compliance will be required before tendering for a Design and Build
Construction Contract (see 11.6.5 Lump Sum Construction Contract for details);
When procuring a Design and Build Construction Contract, an RFP is the required procurement method, as the
request is for a technical solution that provides a design for a determined scope of works not only a monetary
value or offer. The template to use is the RFP for Design and Build Construction Contract. Given its complexity,
prior approval from the Head of Engagement Assurance, IPMG, is required to use this contract modality;
When the requirements include a combination of goods or services and works (e.g. the reconstruction of a
laboratory and the supply and installation of equipment for the same) and these cannot be issued as separate
solicitation processes, IPMG and PG should be contacted for advice to explore options to issue a ‘hybrid’ solicitation
7
At the time of issuance of this Procurement Manual, IPMG is in the process of reviewing the existing works contracts.
Procurement practitioners shall always refer to the latest version of the works contracts as per the OI UNOPS Works
Contracts and corresponding templates on the intranet.
Type of Solicitation
Contract Contract value Solicitation document
requirement method
For contracting
Design and Build both design RFP for Design Build
Any value RFP
Construction Contract and build Construction Contract
services
Screening the market for innovative solutions through market research or by advertising a Request for
Information (RFI) – see section 5.4
Creating functional and performance specifications – see section 4.3
Allowing for the submission of alternative offers at solicitation stage – see section 6.5.2
Structuring solicitation processes with lots – see section 6.5.2
Requesting offers through the Requests for Proposals (RFP) method with an appropriate weightage of criteria –
see section 6.3.4
In addition, UNOPS manages the Possibilities Portal, a free and easy-to-use portal that enables innovative companies to
“pitch” their unique solutions.
However, there may be situations where the use of the above procedures may not be sufficiently effective to procure
innovation or to influence the market towards innovative solutions, including:
a) Pre-commercial activities such as research and development services;
b) Goods or services not yet available on a large-scale commercial basis;
c) Situations where solutions are not currently known or nor easily accessible, and could benefit from organizing a
design contest, challenge or similar process.
If a business unit identifies such a situation they should contact the Procurement Group, and subject to approval by the
Director, PG, alternative procedures for the procurement of innovation may be applied, including:
Multi-stage solicitation process. To be used when it may be undesirable or impractical to prepare complete
technical specifications in advance. In the first stage, proposals are invited on the basis of a conceptual design,
or performance, or functional specification basis, subject to UNOPS conducting discovery and clarification
meetings to learn about possible solutions. In the second stage, the solicitation document may be amended
based on the discoveries made in the first stage meetings, and issued to the qualified bidders requesting them
to submit final proposals.
Alternative evaluation methodologies (further to those in section 8.4):
o Quality based evaluation: the proposal quality is evaluated without using cost as an evaluation criterion.
It may either be done by requesting upfront both technical and financial proposals, in which case the
financial proposal of only the highest technically qualified bidder is opened, and evaluated to
determine the most advantageous proposal. Alternatively, the request for proposals document
requests only the technical proposal, the bidder with the highest-ranked technical proposal is invited to
submit its financial proposal for negotiations.
o Fixed budget based evaluation: The solicitation document specifies the available budget that shall not be
exceeded and the minimum score for the technical proposals. The proposal with the highest technical
score that meets the fixed budget requirement is recommended for award.
Alternative evaluation procedures through the replacement of the standard evaluation team (section 8.2) with a
jury, e.g. in the context of a design contest.
Other alternative procedures as decided by the Director, PG.
When approaching PG, the business unit shall provide details on: the type of innovative goods or services they would like
to procure; the estimated budget for the procurement activity; the reasons by which application of standard procedures
would not be suitable for the activity; and the resources available to manage the process.
Should usage of alternative procedures for the procurement of innovation be authorized, the tender must include clear
instructions to bidders, to be approved by PG, on how these will be implemented. In all cases, UNOPS will ensure
adherence to its key procurement principles as outlined in section 1.4.
Any changes in the standard paragraphs of the solicitation documents, including the annexes, require prior clearance by
a procurement reviewer, as appointed by the Director, PG. Furthermore, documents must not include any standard text,
requirements or conditions that contradict the UNOPS General Conditions of Contract (GCC).
1. Letter of invitation;
2. Particulars and instructions to bidders;
3. Evaluation criteria;
4. Schedule of requirements;
5. Returnable bidding forms/schedules;
6. Contractual information.
While the details and complexity of solicitation documents may vary according to the nature and value of the
requirements, each solicitation must contain all information and appropriate provisions that are necessary for bidders to
understand UNOPS needs and to prepare a meaningful offer. Thus, the solicitation documents must include all
information concerning a specific procurement activity and be as concise as possible.
As no new requirements must be introduced or existing ones must not be changed after the solicitation process has been
completed, it is crucial that all relevant information is presented at this stage.
The following kinds of information should be included in the various components of the solicitation documents. The
information is either already included in the UNOPS standard templates, or must be filled in before issuance of the
solicitation documents.
Letter of invitation
The solicitation document must include on the first page a letter inviting suppliers to submit offers, and include reference
to the specific procurement activity (title and reference number), and a list of sections in the document and supporting
documents issued.
The below table provides guidance on relevant articles within the Particulars and instruction to bidders sections:
a) Scope of bid Brief description of the procurement activity should include all information necessary to
prepare a responsive and meaningful offer and could include the context of the procurement
activity and the intended purpose of the procurement activity.
In addition, if the solicitation process is being undertaken for the purpose of establishing a long-
term agreement (LTA) or a blanket purchase agreement (BPA) it should be explained here.
b) Contact person Name and contact details of the UNOPS procurement official in charge of the solicitation
for clarifications process. Can alternatively include the details of a generic email address from the procurement
unit or the mechanism by which clarifications are handled on the eSourcing system (if tender is
done with eSourcing).
c) Amendments The solicitation documents must stipulate that any additional information, clarification,
correction of errors or modifications of bidding documents will be distributed and detailed in a
written notification to bidders prior to the deadline for receipt in order to enable bidders to take
appropriate actions. This will be done by notifying in writing all bidders that have received the
solicitation document directly from UNOPS if the solicitation process followed limited
competition and by posting the amendments online if further to open competition.
d) Clarification or The solicitation documents must communicate to the vendors any information about the
pre-bid meeting location, date and time of any pre-bid conference or site-visits that will be conducted for the
and site tender. In addition, mandatory or optional attendance, physically or electronically (e.g. via
inspection Skype), thereof must be clearly stated in the solicitation documents. The pre-bid conference is
an open forum during which questions from potential vendors are addressed. Minutes from the
forum must be prepared and appended to the solicitation and distributed to bidders through
direct notification to vendors that attended and by posting it online if open competition.
For works, it is recommended to hold a pre-bid conference to clarify the most relevant points
that bidders must understand concerning UNOPS Contracts for Works, such as the different
roles and milestones established in the contract; guarantees and insurances that must be
provided; and processes for payments, retentions, claims, and variations. A better
understanding of UNOPS expectations and the required contract management will lead to a
better quality of bid and reduce misunderstandings that might delay project execution.
The overall aim is to achieve better value for money in the procurement process. The solicitation
documents shall state clearly that attendance at a pre-bid conference or site visit shall be at the
sole expense of the prospective bidder.
The necessity of site visits for works should be decided after common discussion and
agreement between procurement and project managers on a case-by-case basis. Site visits
afford prospective bidders the opportunity to obtain a clearer and deeper understanding of the
requirement.
Should participation by bidders on the pre-bid meeting or the site inspection, this must be
clearly laid out in the solicitation document.
e) Bid validity Suppliers must be requested to keep their offers valid for a specified number of days, (typically
period a period of 60 or 90 days for formal solicitation methods or 30 days for informal, but could be
reduced if the price of the procured product fluctuates rapidly, e.g. raw materials, petroleum
products, etc.) allowing time for evaluation of offers and award of contract.
f) Partial bids/ lots Information about whether or not partial offers, often segregated in the solicitation document
into lots, are accepted, and whether split orders will be placed must be included in the
solicitation document.
If the requirements are divided into components or lots, it is imperative that the solicitation
documents state UNOPS right to award the contract to the supplier offering the best offer for all
components or lots, or per component or lot.
If split orders (awarding contracts for parts of the items to more than one supplier) are
foreseen, UNOPS right to split the contract between several suppliers must also be specified in
the solicitation documents.
When determining whether to split the contract, possible savings from purchasing items at a
lower price must be compared with the transaction cost to UNOPS of placing several contracts
as well as with supply chain, logistical and warranty issues related to the contracts. The
opportunity to increase supplier diversity by providing access to smaller suppliers and
considerations of local capacity development should also be taken into account when
determining whether to split the contract.
Where multiple lots are being tendered in one or more solicitations at the same time and
individual bidders are likely to bid for more than one lot/assignment, it is important to establish
a link between the respective processes. This can be achieved in the following ways:
By grouping all the assignments together in a single tender with multiple lots;
By issuing separate tenders, in which case it is essential to state in each individual tender that it
is linked to the other tenders (i.e. state in each tender that when determining a supplier’s
For more details regarding evaluation qualification criteria for requirements with lots, refer to
section 6.5.3.2 Qualification criteria.
g) Alternative An alternative offer is an offer that does not comply with the exact requirements of the tender,
bids/offers or which may represent an improvement over the original offer by exceeding the minimum
performance parameters of the request, and it is proposed by a vendor as an optional way of
fulfilling the needs of the end user. Alternative offers can be a useful tool in considering more
sustainable options.
The following are different approaches for dealing with an alternative offer; the solicitation
document must specify which approach is applicable for the specific tender:
ii. An alternative offer is accepted. In this case, it must be clarified how it will be processed:
Alternative offers not complying with the mandatory criteria must not be considered. For the
procurement of services undertaken RFP processes, alternative offers are commonly
acceptable.
h) Bid currency The instructions shall indicate in what currency the prices of the offer must be quoted, unless a
(ies) specific bidding currency has been specified in the project agreement with the client. Further,
the instructions must state that the contract will be issued in the currency as determined by
UNOPS in the bidding document, and the payment will be effected in the currency of the
contract.
If receipt of offers is permitted in more than one currency as per the project agreement, UNOPS
shall convert prices to a single currency using the United Nations operational rate of exchange
applicable on the deadline date for receipt of offers.
i) Duties and Article II, Section 7, of the Convention on the Privileges and Immunities provides, inter alia, that
taxes the United Nations, including UNOPS as a subsidiary organ, is exempt from all direct taxes,
except charges for public utility services, and is exempt from customs restrictions, duties, and
charges of a similar nature in respect of articles imported or exported for its official use.
The solicitation document must state that all bids shall be submitted net of any direct taxes and
any other taxes and duties payable for the purpose of bid evaluation; therefore the Delivered
Duty Paid (DDP) Incoterm must not be used in solicitation documents for goods (see 6.5.3.3
Financial criteria and 13.5.1.1 Taxes for more details) and a Legal Advisor must approve
exceptions to this rule.
j) Bid/proposal The purpose of a bid/proposal security is to discourage frivolous and irresponsible offers that
security have an adverse impact on the procurement process in terms of additional cost for re-tendering
and evaluation, and possible delays in implementation.
Bid/proposal securities can be requested by UNOPS to mitigate the following bidder related
risks:
When used, the bid security shall be in the amount and form specified in the bidding
documents. Further, the bid security shall remain valid for a period that provides sufficient time
to UNOPS in the event the security has to be cashed, i.e. until the date of expected contract
signature as per paragraph o of this section.
A bid security shall be released to unsuccessful bidders once the contract has been signed with
the winning bidder.
Calculation of the value of a bid/proposal security must consider the costs of evaluating offers
and re-tendering. For reference purposes, the value of the bid/proposal security could range
between 0.5% and 4% of the expected contract amount, however the bid/proposal security
must always be stated as a specific lump sum rather than as a percentage of the bid amount (to
avoid signalling the budget estimate) except for solicitation processes with multiple lots if this
approach is not practical. Normally, an amount corresponding to USD 5,000, USD 10,000,
USD 20,000 or USD 50,000 is recommended, depending on the complexity and expected
amount of the solicitation process. Securities represent a cost to the bidder and therefore it is
essential they are set at a level that will not discourage participation in the tender process.
The bid/proposal security is normally in the form of a bank guarantee. Other forms (e.g. a bond,
a demand draft, cashier’s cheques or irrevocable cheques certified by a bank) may also be used
if relevant. The acceptable formats must be indicated in the solicitation document along with
relevant templates.
Please see 8.5 Preliminary screening for details on how the evaluation team can review the
authenticity of bid/proposal securities received.
In UNOPS offices where it is difficult for bidders to obtain bid securities or it is not a normal
market requirement, it can be replaced by a ‘Bid securing declaration’ which is a non-monetary
statement committing the bidder to sign the contract if awarded. In these cases offices must use
the corporate template and seek IPAS guidance prior to using it in the first tender.
Important notes when requesting bid/proposal securities with the eSourcing system (section
6.10):
The bid/proposal security, if requested in the tender, is the only document that has to
be submitted in original physical copy to the UNOPS business unit managing the
tender, in addition to the digital copy uploaded in the eSourcing system.
It is acceptable, if justified and if so stated in the tender, to provide bidders additional
time after the tender’s submission deadline to deliver the physical version of the
bid/proposal security. However in these cases, the physical version must fully match
the digital copy uploaded to the system, otherwise it will not be considered valid.
k) Language of The solicitation documents as well as the offers must be prepared in English, French, or Spanish.
bids The language will be selected by UNOPS.
The contract signed with the selected vendor must be written in the language selected for the
solicitation documents, and this language shall govern the contractual relations between
UNOPS and the supplier.
l) Deadline for The date, time and place for submission must be clearly stated, together with the location, date
submission and time for the opening of offers (if public).
(tender period)
i. The deadline for submission should allow a vendor a sufficient number of days to
prepare and submit an offer. Consult Table 4 for the minimum solicitation periods
(excluding the issue date but including the closing date);
RFQ All 5
ITB Goods 15
ITB Works 15
ITB Services 21
RFP All 21
ii. If due cause exists, the PA can authorize a shorter solicitation period. However, the
procurement officials must justify the decision for waiving the minimum day
requirement in a note to the file that describes the reasons and explains how the
requirement for competition has been met despite the shortened solicitation period.
The note to the file must also confirm the availability of the evaluation team members
immediately after the end of the solicitation period. However, for works, a shortened bid
period is usually not recommended. This is especially true for large works and lump sum
contracts as in both circumstances a bidder will need to calculate quantities.
iii. The minimum solicitation periods in Table 4 above do not apply when soliciting offers
under direct contracting (see section 6.6.6) nor under Emergency Procurement
Procedures (section 15.4).
m) Bid/proposal In order to convey all relevant instructions governing the preparation and submission of offers,
submission the instruction must include a list of documents required to form a complete offer, as well as
notice to suppliers that non-compliant offers may be rejected. A compliant offer is one that
conforms substantially to all terms, conditions and specifications in the solicitation documents.
n) Opening of bids Information about whether public bid opening will be held, and if so, details for the same (date,
time, venue). For details, refer to chapter 7 Management of submissions.
o) Contract award Estimated date when UNOPS is expected to award the contract.
date
Securities and guarantees are normally issued in the form of an unconditional and irrevocable
on-demand bank guarantee. Other forms (e.g. a bond, a demand draft, cashier’s cheques or
irrevocable cheques certified by a bank) may be used prior to review by a UNOPS Legal Advisor
and FG. The acceptable formats must be indicated in the solicitation document along with
relevant templates.
The value of the performance security may vary, depending on the nature, risk and magnitude
of the works, services or goods to be provided under the contract. However, it is recommended
that the performance security equals at least five percent of the total contract amount.
For contracts of works (see 11.6.7 Important provisions in works contracts for details), the
amount of the performance security and the retention should be seen in parallel. Normally it is
advisable 5-10% of the contract value for retention, and 5-10% for performance security –
depending on the project, the risk, the contractors etc. It is not mandatory to have both,
although they serve slightly different purposes. However, total value should normally not
exceed 10% of the contract value.
The performance security should reflect the value of the assessed risk and subsequent loss to
UNOPS should the contractor fail to fully perform under the respective contract. This would be
dependant on the market, situation, local working conditions, political and economic situation of
the project location. E.g. a simple project with known contractors would attract a lower
percentage; a complex project with unknown contractors would attract a higher percentage.
The higher the percentage, the less attractive it is to bid and also the bid value is likely to be
higher. Realistic performance guarantee values should therefore be set.
In the case of UNOPS contracts for works, unless otherwise specified in the contract, the
contractor shall deliver the security for performance to the employer within 14 days after the
date of the contract (or commencement date).
q) Advance A guarantee for advance payment can be requested by UNOPS from the supplier when the
payment supplier requests an advance payment to cover its mobilization costs (typically in case of
security contracts for works or services). If a performance security or advance payment guarantee is
requested at the time of contract signature, the solicitation document must specify the
requirements, including the deadline for provision of the security/guarantee as well as the
applicable format.
An advance payment security is mandatory when the value to be paid exceeds USD 250,000 but
is also recommended for smaller amounts. Please see 11.1.4 Advance payments for more
Performance securities and advance payment guarantees serve different purposes at different
stages of the procurement process. As such, they are not mutually exclusive and they shall be
requested as and when required.
r) Payment terms The solicitation documents must specify the payment terms.
i. The payment terms are usually net 30 days upon receipt of invoice as well as receipt
and acceptance of goods or services, or upon receipt of required shipping
documentation, depending on the Incoterm used (see 12.3.3 Incoterms);
ii. No advance payments should be made, except when deemed regular practice in the
industry and only in accordance with UNOPS policy on advance payments. It is to be
noted that even if the solicitation document states that advance payments are allowed
for, approval of the same for the vendor recommended for award is conditional on the
assessment and approval process done further to the provisions in section 11.1.4.
iii. Progress payments are common practice for services and works);
iv. If the price of the commodities is likely to fluctuate over time, e.g. petroleum products,
metal products, and it is UNOPS intention to issue a contract based on a price formula,
such as the Platts index or London Metal Exchange (LME), the price formula must be
clearly specified in the solicitation documents and the wording for the same must be
cleared in advance by a Legal Advisor;
v. In the case of construction works, it may be appropriate in certain cases to include a
price adjustment mechanism in the contract; if it is addressed in the contract, it should
also be defined in the contract schedules accompanied by bidding documents. Any
such provision must define how the price adjustment will be triggered by fluctuations
in various defined indices and be subject to an overall ceiling. The approved wording
of the mechanism that allows for changes in cost is included in UNOPS contracts for
works. A Legal Advisor must approve any alternative wording of the mechanism before
it may be included in the solicitation document.
s) Liquidated If applicable, UNOPS may inform on the solicitation document that it will deduct from the
damages / contract price, as liquidated damages (for goods and services) or delay damages (for works), a
Delay damages sum equivalent to a percentage of the original total Contract price (normally 0.1% - 0.3%) for
each day of delay until actual delivery or performance, up to a maximum deduction (normally
10%). Once the maximum is reached, UNOPS may terminate the Contract pursuant to the
Conditions of Contract, after clearing the contract termination through a Legal Advisor (see
13.3.3 Termination).
To be noted that in many legal systems, penalties for non-performance that may be agreed to
by parties to a contract are not typically enforceable, since courts seek to prevent over-reaching
and unconscionable bargains. While many legal systems give the parties wide latitude in
framing contractual terms regarding the establishment of primary rights and obligations under
a contract, except within narrow limits, the parties generally are not free to determine the
remedial rights that will be provided. Remedies, therefore, typically are a matter of public law
rather than private law between the parties. While parties are not empowered to agree on
penalties in contracts in the event of non-performance, they may agree under certain conditions
to determine in advance what damages will be assessed in the event of a breach of contract. To
be distinguishable from a penalty, and therefore, enforceable under most legal systems,
liquidated damages should fulfil three criteria. First, the parties must intend to provide
compensation for losses or damages rather than a penalty for non-performance. For example,
since liquidated damages are commonly assessed for delays in the contractor’s performance, it
must be clear that the liquidated damages are intended to compensate for the losses caused by
the fact of any delay, and not as an ‘incentive’ to ensure that the contractor performs on time.
Second, the injury caused by the non-performance for which liquidated damages would be
assessed must be uncertain or difficult to quantify. For example, the delays in performance by
an electrician in a construction project may cause scheduling delays and supply interruptions,
the costs and consequences of which may be impossible or extremely difficult for the owner to
In view of the foregoing, the enforceability of liquidated damages or delay damages provisions
depends on the facts and circumstances of the procurement activity concerned and the
substance and terms and conditions of the contract in question. Consequently, the
determination as to when and how to use liquidated or delay damages provisions is complex
and should be made on a case-by-case basis in consultation with a Legal Advisor prior to being
added as a Special Condition of Contract in the solicitation document.
For further details on liquidated damages, refer to section 13.3.1 Liquidated damages for goods
and services and on delay damages in section 13.3.2 Delay damages for works.
t) Right to vary If applicable, it must be stated either in the particulars or schedule of requirements sections of
quantities at the solicitation document that UNOPS reserves the right to increase or decrease the quantity of
the time of goods and/or services originally specified in the schedule of requirements, provided this does
award not exceed a specific % (normally 20%) without any change from bidders in the unit prices or
conditions. It is normally not encouraged to include this provision as bidders may offer a higher
price to hedge for the possibility that UNOPS decreases the quantity at contract stage, and also
noting that UNOPS always has the right to amend the quantities or other tender provisions at
solicitation stage, prior to the submissions deadline.
This right to vary percentage provision should not be confused with the percentage of
contingency sum that may be approved upon contract award (section 10.1.1). The right to vary
percentage must be applied at contract award stage and the signed contract must be reflective
of the increased or decreased quantities to be purchased and cannot be applied later on (at
contract management stage). The contingency amount, if applicable, would be calculated taking
into account the actual contract amount, as increased or decreased by the right to vary
percentage.
Evaluation criteria
Solicitation documents must state the evaluation method according to the solicitation method selected, i.e. RFQ – lowest
priced, most technically acceptable offer; ITB – lowest priced substantially compliant offer; or RFP – cumulative analysis.
In addition, the solicitation documents must state the evaluation criteria, including as applicable:
The evaluation criteria shall be appropriate to the type, nature, market conditions, and complexity of what is being
procured, and should be clearly specified in detail in the solicitation document. Evaluation criteria should be designed to
enable UNOPS achieve best value for money. Once the evaluation criteria have been drafted, procurement practitioners
are recommended to perform a simulation applying the developed evaluation criteria to various probable situations
expected to be encountered in the evaluation process. The objective of the analysis is to demonstrate the adequacy of
the criteria to the given requirement and market.
The evaluation must be carried out pursuant to the criteria specified. In order to ensure fairness and transparency, it is
extremely important that all criteria to be considered in the evaluation are clearly defined in the solicitation documents
and not altered after the solicitation documents have been issued. Should there be the need to make changes to
solicitation documents during the bidding process and before the bidding deadline, any such amendments will be made
in accordance to section 6.6.4, Amendments to solicitation documents.
Formal criteria
The offer is accompanied by the required documentation, including the bid submission form, with signatures in the
key portion of the bid form when this is clearly specified in the tender;
The offer includes all non-historical documents as required in the solicitation documents. A non-historical
document is a document specifically related to the tender and one that the bidder could not be expected to
possess before the solicitation document was issued, e.g. a bid security. In the event of a power of attorney (POA)
being required, not having a valid POA on the date of signing the bid would render the bid substantially non-
compliant. If no POA is provided or if the POA is technically defective or invalid, the procurement official must
ascertain if the bidder has in their possession a historical document (i.e. a valid pre-existing POA in its favour) that
could be considered to qualify the bid as substantially compliant. If no such document exists or the document
produced is fresh, i.e. it is a non-historical document, the bid would be non-compliant;
The offer is accompanied by the required securities when applicable;
The goods or services offered are of eligible origin;
The offer covers the requirement in full or in part, specifically for partial bids;
The offer includes evidence of acceptance of the relevant UNOPS General Conditions of Contract (GCC);
The offer includes evidence of acceptance of other important conditions, e.g. performance security, warranty,
delivery schedule and payment terms.
Eligibility criteria
The vendor meets the eligibility conditions stated in section 3.3 Vendor ineligibility, including:
a) The vendor is not from a nationality excluded under the project agreement to which the procurement
process relates, as signed between UNOPS and its client/partner. Any excluded nationalities must be clearly
included in the solicitation document;
b) The vendor does not have conflict of interest, as defined in section 1.5.3.2 Supplier conflict of interest;
c) The vendor is not included in any of the identified ineligibility lists;
d) The vendor is not currently suspended from doing business with UNOPS and removed from its vendor
database(s), for reasons other than engaging in proscribed practices under the mandate of the Vendor
Review Committee.
Qualification criteria
Qualification criteria, when included in a solicitation document are evaluated on a pass/fail basis, regardless whether
these are included on an RFQ, ITB or RFP.
The extent of the supplier’s qualification criteria must be reasonable and must consider the value of the contract and the
complexity of the solicitation. The following aspects could be considered:
Legal and regulatory requirements such as registration certificates, licences, standards etc.;
Technical capability and experience:
Successful past performance experience;
Previous experience in a similar field and with the same or similar type of requirements;
Minimum requirements regarding value of previous contracts;
Experience in the region;
Available capacity and equipment to undertake the assignment;
Availability of after sales services or agents in the country of delivery;
Qualification and experience of proposed personnel;
Managerial capability such as the company’s managerial structure and quality assurance systems in
place;
Where the solicitation document states in the Particulars and instructions to bidders section that evaluation will be done
by lot (see 6.5.2 Particulars and instructions to bidders) the solicitation document must address the issue of how UNOPS
will award lots where a supplier does not meet all qualification criteria (e.g. capacity, turn-over requirements, etc.) for all
the lots for which the bidder recommended for award as per the evaluation methodology stated in the solicitation
document.
The usual way to do this is to state in the solicitation document that where a bidder does not meet all qualification criteria
to perform all lots for which it is recommended for award, UNOPS will award each of the affected lots in a manner which
achieves the best overall value-for-money combination for UNOPS.
For instance, in the case of an ITB evaluation, this would mean that in situations where a bidder has offered the lowest
evaluated bid price (i.e. the L1 bidder) for more than one lot in the same tender or group of linked tenders and during
evaluation of the qualification criteria it is detected it would not meet such requirements for the combination of lots to be
awarded (e.g. turn-over requirement, etc.), UNOPS shall proceed as follows:
A price comparison lot-wise shall be made between the L1 bidder and the second lowest bid price (i.e. the L2
bidders for each lot);
The price difference between the L1 and L2 offers for each lot is then calculated;
In order to achieve the highest savings and select the most cost effective combination of multiple offers for the
final recommendation of award, the lots where the price differences between the L1 offer and the offer of the L2
bidder are higher are awarded to the L1 bidder until the combination of all lots awarded to the L1 bidder reaches
the value that could be awarded to the L1 bidder taking into account the qualification criteria requirements as
stated in the solicitation document (e.g. production capacity, turnover, maximum contract value, etc.).
Technical criteria
Depending on how clearly the requirements are defined, technical and qualification criteria are developed for evaluation
according to pass/fail basis regarding the compliance to the specifications and other requirements (in RFQs and ITBs) or
by scoring points/rated criteria (in RFPs).
When using the cumulative analysis evaluation method, technical evaluation criteria are related to the approach and
methodology proposed to reach the expected results or solve the identified problem as described in the requirement
definition (TOR or SOW). In these cases, the solicitation documents must clearly state the breakdown of percentage or
points allocated to each overall criterion (e.g. experience: xx points, approach and methodology: xx points, qualifications
and competence of proposed personnel: xx points).
In addition, UNOPS may consider including a number of technical points for interviews/oral presentations for all bidders
or those that have achieved a minimum number of points upon evaluation of the documentation submitted. This should
be done for complex processes (e.g new LTAs), because it has a resource cost for both UNOPS and the vendors. It is
important to manage the process properly, and in particular, ensuring the RFP includes wording on the purpose of the
presentations, which is normally to validate the information provided by the offeror in their proposal and to test the
offeror’s understanding of the work. UNOPS must state in the solicitation document the approximate dates where such
presentations will take place.
In all cases, required breakdown as well as evaluation criteria must be clearly stated in the solicitation documents.
Only the price factors stated in the solicitation documents will be considered in the financial evaluation. Important
considerations:
i. UNOPS may state in the solicitation document that the financial evaluation will take into account the Total Cost
of Ownership (TCO). The TCO of a product typically takes into account costs associated with the purchase and
use of the product and may include:
TCO should be used when the costs of operation and/or maintenance over the specified life of the goods or
works are estimated to be considerable in comparison with the initial cost and may vary among different offers
received. Selection of the lowest priced offer based on TCO can lead to win-win situations when cost savings go
hand-in-hand with better overall sustainability.
a) Number of years for the TCO consideration, i.e. the number of years that the product or service is
expected to be used;
b) The discount rate, in percent, to be used to calculate the net present cost of future costs over the TCO
period specified in (a) above, if applicable;
c) The methodology to be used for calculating the operation, maintenance and residual value costs,
including the information to be provided by bidders in their offers.
When a total cost of ownership methodology was applied in a solicitation process, the parameters submitted by
the awarded bidder should be monitored during contract management stage. Should deviations or breaches be
observed, UNOPS may take appropriate action including contract termination or usage of the performance
security, if applicable (see 13.2 Vendor performance monitoring and 13.3 Remedies and termination).
ii. Due to its status as part of the UN, UNOPS normally will not take into account taxes and duties for the purpose
of bid evaluation; therefore, the Delivered Duty Paid (DDP) Incoterm must not be used in solicitation
documents for goods, unless the host country agreement does not recognize UNOPS tax exempt status.
However, when requested by the funding source, and provided that the funding source is domestic (i.e.
excluding foreign funding sources), UNOPS may be requested to pay the vendor for costs of import duties for
goods or services, and therefore may take into account taxes and duties for financial evaluation. This can be
accepted under the following conditions:
a) The agreement with the client allows for such reimbursement and the funding source has provided
UNOPS with funds for the reimbursement of such taxes and duties;
b) The services are funded solely by the relevant government (i.e. no third party donors);
c) The UNOPS service constitutes a direct service to the government (not to another United Nations
client) for procurement only as procurement agent;
d) Goods are not to be used by UNOPS personnel and are immediately transferred to government on
consignment in the country.
In making such a determination, all engagement documentation should be carefully reviewed to ensure that
all such conditions are met. If they are, the business unit should submit a note accompanied by supporting
documents and confirmation that all conditions are met must be issued in writing by a legal advisor.
a) Bids will be rejected if they are lower/higher than a defined percentage from the average price of
technically compliant bids received. This is normally used when setting up catalogues for UN Web Buy
Plus. For other uses, approval must be obtained from Director, PG prior to launching the solicitation
process;
b) For procurement of works, that bids that are outside a defined range (e.g. +/- 20%) of the UNOPS
estimated price (commonly referred to as the engineer’s estimate) will be rejected. Such a provision
may be appropriate if the business unit has reasonable grounds to believe that there is a risk of
inexperienced contractors bidding unrealistically low and then being unable to perform satisfactorily.
Before including any such provision, it should be considered (with support from IPAS PMI if needed) the
extent to which the accuracy of engineer’s estimate can be relied on in the local context;
c) In addition, UNOPS also reserves the right to request clarification from the bidder during evaluation
stage in situations where individual prices within their bids are abnormally high or abnormally low but
still the overall price remains within the pre-defined range. Based on the bidder’s response, the
situation will be treated as per section 8.8.1.5.
vi. Domestic preference. If provided for in the project agreement signed between UNOPS and the client after
consultation with a Legal Advisor, when conducting open international competitive tenders, a margin of
domestic preference may be provided in the evaluation of bids/proposals when comparing bids/proposals
from eligible domestic firms or from goods manufactured in-country compared with foreign firms or goods
manufactured abroad. In such cases, the conditions for domestic preference shall be clearly stated in the
solicitation document, including the % added to foreign firms/goods manufactured abroad and a clear
definition of the possible groups.
i. All parties of such joint venture, consortium or association shall be jointly and severally liable to UNOPS for
any obligations arising from their offer and the contract that may be awarded to them as a result of the
solicitation process;
ii. The offer shall clearly identify the designated entity to act as the contact point to deal with UNOPS, as
detailed in the appropriate returnable form/schedule. Such entity shall have the authority to make decisions
binding upon the joint venture, association or consortium during the bidding process and, in the event that
a contract is awarded, during the duration of the contract; and
iii. The composition or the constitution of the joint venture, consortium or association shall not be altered
without the prior consent of UNOPS.
Where joint ventures are anticipated in a solicitation process, the solicitation document should state how each evaluation
criteria will be applied, i.e. if the criteria applies to:
Normally, qualification criteria such as specific experience requirements and turnover requirement refer to all joint
venture partners combined, whilst eligibility criteria are per each joint venture partner (non-inclusion in ineligibility lists,
etc.).
Schedule of requirements
Schedule of requirements may include:
a) Technical specifications, SOWs, design documents, Employer’s Requirements for design and build and TORs for
consultant services for works;
b) In order to prevent misunderstandings and disagreements with suppliers at the time of contract execution, it is
important to clearly state and describe the performance expected from the supplier. Ambiguous performance
requirements may also lead to increased costs, as bidders may have to factor into their bid a contingency or risk
buffer;
c) Depending on the nature of the procurement activity, the requirements are stated in the form of technical
specifications, SOWs, design documents, Employer’s Requirements for design and build and TORs for consultant
services for works (for guidance on writing requirements, see 4.3 Requirements definition);
d) Delivery date for goods or starting/completion dates for provision of services/ works if firm requirements exist or
time is of the essence;
e) When procuring goods, the destination(s), and mode(s) of transport, shall be included. For services and works,
destination/location shall be specified;
f) Delivery terms: Incoterms 2010 shall be used to specify the delivery of goods procured by UNOPS (see chapter 12).
UNOPS solicitation documents already have a number of forms/schedules in its templates. The below table shows, as an
example, the forms included in the RFP template for services/goods and for the measured priced construction contract.
For works, the project specific information resulting from the design documents must be inserted into the
schedules that form part of the solicitation document. If there are too many documents to be included in the
schedules, appropriate documents, – e.g. drawings, general/particular/technical specifications and UNOPS internal
guidelines and procedures manuals – can be incorporated by reference within the schedules and annexed to the
contract. Whenever this is done, the schedule must clearly identify the documents by author, title, date and revision
number. Care must also be taken that the content of the schedules is consistent with the general and particular
conditions of the contract. The schedules also contain certain forms of agreements, guarantees and warranties.
The number and content of the schedules will vary depending on each of the contract types. The schedules include
guidance notes detailing the information that must be inserted. It is important that the schedules are completed in
sufficient detail to enable bidders to understand UNOPS requirements for the project and their obligations;
Once the bidders have completed the requested information as specified in the solicitation document, and a
contract has been awarded, the information contained in these schedules of the successful contractor will form
part of the contract to be signed. Guidance notes are included in the returnable bid schedules instructing the
bidders on the information they must submit with their bid. These instructions must be amended for each project
to ensure the requested information is consistent with the technical and commercial requirements of the project.
Contractual information
a) A copy of the relevant UNOPS GCC applicable to the contract must either be included with the solicitation
documents, or else reference must be made to the UNOPS GCC available on the UNOPS website. The UNOPS
GCC clarify which conditions the suppliers are expected to accept when signing a contract with UNOPS. In the
case of construction works, the GCC are included as a fixed and non-changeable part in each of the six FIDIC-
based contracts especially adapted for UNOPS. The GCC for the use of goods and services are not applicable for
contracting of works;
b) The solicitation documents must state that bidders must submit any reservations to UNOPS standard contract
terms, including but not limited to the GCC, together with their bids, and that failure to submit such reservations
will be deemed by UNOPS as acceptance of all said contract terms;
c) Special conditions are always in addition to particular contractual requirements related to the specific
solicitation. A Legal Advisor must clear any special terms and conditions contradicting or modifying the GCC
prior to issuance of the solicitation documents;
d) For UNOPS contracts for works, these special terms and conditions are referred to as the ‘particular conditions’
and must always be cleared by a UNOPS Legal Advisor. They should be incorporated in certain circumstances
where additions are required to the GCC for a specific works package, either prior to issuing the contract to
bidders, or following negotiations with the selected contractor;
e) For contracting of services and works, a copy of the relevant UNOPS model contract must always be included
with the solicitation documents and relevant contract schedules must be filled in prior to the tender process;
f) The standard contract allows suppliers to know the terms and conditions of the specific agreement before
submitting an offer, and to understand the type of contract they would be expected to sign if selected as a
supplier to UNOPS;
g) The rest of the necessary and more specific information about the works is included in the schedules as an
integral component of the works contract;
h) When purchasing goods, a copy of the relevant packing and shipping instructions may be included with the
solicitation documents where relevant. The packing and shipping instructions are important to the supplier
when bidding, as they include instructions about packaging, marking and numbering of the shipment,
notification of shipment, documentation required for custom clearance and payment purposes, and invoicing;
i) Price and payment information, such as whether a contract will be signed based on fixed price/lump-sum or cost
reimbursement, must be included;
j) If applicable, the forms for performance security guarantee and /or advanced payment guarantee must be
included.
In a limited competitive process, where only selected suppliers may participate in the solicitation, the solicitation
documents shall be made solely available to short listed suppliers. The short list must be pre-cleared by a procurement
reviewer and approved by the PA prior to issuing solicitation documents.
If the solicitation documents are issued electronically, procurement officials must make sure that the documents are
issued in limited editing format. In addition, the solicitation document must include a clause stating that UNOPS takes no
responsibility for effective delivery of the electronic document (see 6.10 E-tendering).
In a national/regional competition, documents can be made available to the suppliers for collection at a UNOPS location
during business hours, and suppliers can be informed accordingly.
A signed copy of the solicitation documents must be kept on file by UNOPS together with documentation on where and
how long it was posted (e.g. print outs of screen shots from UNGM posting), and to whom it was issued (e.g. fax receipts,
copies of emails, courier receipts, etc.) to facilitate an audit of the process. This is not required when using the eSourcing
system, further to provisions in section 13.9 Maintenance of files.
Amendments to solicitation documents must be approved by the PA and in the case of formal methods of solicitation (ITB
and RFP) a pre-clearance by a procurement reviewer must be conducted prior to such approval.
The amendment must be made within a reasonable time before the deadline for submission of offers in order for
suppliers to address changes in their offers. In certain cases, amendments will justify an extension of the submission
deadline. This should be assessed on a case-by-case basis.
In order to ensure that all suppliers have the same details, amendments of solicitation documents must:
a) In the case of a limited competition, be sent simultaneously in writing to all invited suppliers;
b) In the case of an open competition, be uploaded to the UNOPS website.
In the event a tender is cancelled, all bidders must receive written notification and offers will be made available for
collection by the respective bidder, or UNOPS shall reserve the right to discard such bids unopened without further notice
to the bidders. UNOPS shall not bear any costs associated with returning bids to bidders. The procurement official must
make sure that all bid securities are returned to the bidders.
Although the direct contracting modality waives the competitive process, this method does not diminish the
responsibilities and accountabilities of personnel involved in the procurement process. Under the direct contracting
modality a contract must still be awarded to a vendor whose offer substantially conforms to the requirements at a
reasonable price.
The following procurement actions shall still be required: (a) writing the requirements definition; (b) soliciting an offer
from the selected vendor based on the requirements definition and the UNOPS General Conditions of Contract; (c)
evaluating the offer (see 8.8.4 Review of offers received in situations of direct contracting or sole sourcing) and carrying
out negotiations if applicable (see 8.9 Negotiations); and (d) awarding the contract through the appropriate PA, including
prior review by a Procurement Reviewer or CPC as applicable.
Since there is no competition to speak of in a direct contracting approach, the use of standard solicitation documents
(RFQ, RFP, ITB,) when requesting an offer in (b) above is not necessary, however in order to facilitate the evaluation
process, procurement officials can request the supplier to provide information on either a simplified solicitation
document or directly through relevant returnable forms/schedules from the solicitation templates. When using the
eSourcing system for direct contracting (see section 6.10), issuing a simplified solicitation document refers to using the
“RFQ” tender process within the system and simplifying it further as necessary.
Single vendor LTA, or multiple vendor LTA without secondary bidding. Procurement officials can contact the LTA holder
directly to confirm its offer for this specific requirement in accordance with the prices and other terms and
conditions of the LTA. Or if the terms and conditions are clear, a call-off order may be issued directly (see 11.4.6
Call-off orders against a LTA).
Multiple vendor LTA with secondary bidding. Important considerations for solicitation of offers under secondary
bidding:
For all secondary bidding exercises equal to or above USD 5,000, it is mandatory to use an RFQ template
(which could be a simplified version of the standard RFQ template for goods and services);
The item description shall include the item reference as included in the LTA;
Offers resulting from a secondary bidding exercise do not need to be submitted to a secure email/fax
number or sent in a sealed envelope, regardless of its value, unless so decided by the Procurement
Authority;
A note to the file, signed by the relevant PA, justifying the final selection decision should be included in the
file to document the approval of the resulting call-off order(s).
LTAs can be used only for ordering the goods or services specified in that LTA. If other goods or services are required
from that supplier then other solicitation methods must be followed.
Queries from suppliers must be handled through written correspondence and/or by a pre-bid conference followed up by
written minutes made available to all potential bidders. Suppliers requiring clarifications to the tender documents must
For technically complex acquisitions, a pre-bid conference between UNOPS and the suppliers could be held in addition to,
or instead of, issuance of written clarifications. Such a conference could be a meeting (in person or remote) or a site
inspection.
When conducting a pre-bid conference or site inspection, the following instructions must be adhered to:
a) A time for the conference and/or site inspection must be stated in the solicitation document, allowing sufficient
time for all suppliers to plan attendance of the conference and/or site inspection;
b) Pre-bid conferences or site inspections are not mandatory unless valid reasons exist for making such events
mandatory (in which case this must be clearly specified in the tender document). If such pre-bid conference or
site inspection is not mandatory, then non-participation of bidders to pre-bid conference or site inspection is not
cause for eventual bid rejection. If participation in the pre-bid conference or site inspection is mandatory, care
must be taken to require participation in the pre-bid conference or site inspection in a manner that is non-
discriminatory;
c) The representatives who choose to be present during pre-bid conference or site inspection shall provide
reasonable evidence that they represent the potential bidder; e.g. business card, letter of authorization, etc.;
d) UNOPS officials will prepare a list of the representatives attending the pre-bid conference or site inspection and
obtain their signatures on the same, or document their attendance, e.g. via Skype. The list shall also contain the
representatives’ names and corresponding bidders’ names. All participants, if attending in person, must sign the
list and indicate the date and time;
e) UNOPS personnel in attendance, the observers from the client/donor and the bidder representatives present
should be introduced;
f) With regard to submission of bids, supplier representatives should be reminded of important considerations
such as the need to:
Provide in their bid contact details, e.g. name, email address and phone number, of the persons to be
contacted during subsequent bid evaluation;
Carefully review the tender requirements;
Indicate as early as possible if there are requirements (e.g. specifications) in the tender document that do
not seem reasonable so that UNOPS can revert to the client in a timely fashion and request amendments
to be issued, if justified;
Always check regularly for amendments to avoid quoting for wrong specifications, wrong quantities, etc.
which might result in bids being rejected;
UNOPS personnel should also highlight to participants at pre-bid conferences the types of errors
commonly made by bidders as well provide other advice regarding the making of a valid bid.
For works, it is recommended to prepare a pre-bid conference with the purpose of clarifying to bidders the most relevant
points that they have to understand about UNOPS contracts for works, such as the different roles and milestones
established in the contract; securities and insurances that must be provided; and the process for payments, retentions,
claims and variations. Providing the necessary bid background, a better understanding of UNOPS expectations, and a
basic understanding of the required contract management will lead to a better quality of bid and reduce
misunderstandings that might later lead to delays in project execution and reduced value for money.
The necessity of site visit for works should be decided after common discussion and agreement between procurement
and the project managers based on a case-by-case basis.
a) With regard to supplier eligibility, participants should be verbally advised that bids from ineligible suppliers (see
3.3 Vendor ineligibility) will not be considered. Suppliers should be informed of UNOPS expectation that its
suppliers embrace the principles of social and environmental sustainability and strive for continuous
improvement;
b) Written queries from suppliers may be sent to UNOPS prior to the conference or inspection. Responses to the
written questions shall be given orally during the conference or inspection;
c) Within a reasonable time after the conference or inspection, UNOPS must send, concurrently to all suppliers,
whether present at the conference/site inspection or not, a full set of the approved minutes recording all queries
and formal replies. The minutes shall prevail over any oral responses provided during the conference or site
inspection. Also, in case of discrepancy between the provisions of the solicitation document and the minutes of
Exceptions
In accordance with Financial Rule 118.05 (c), when a decision is made pursuant to Financial Rule 118.05(a), the ECPO or
authorized personnel may record the reasons in writing and may then award a procurement contract – either on the
basis of an informal method of solicitation or on the basis of a directly negotiated contract8 – to a qualified contractor
whose offer substantially complies with the requirements at an acceptable price.
Further to Rule 118.05(a), the ECPO or authorized personnel may determine, for a particular procurement activity, that
using formal methods of solicitation is not in the best interests of UNOPS and its clients when:
i. The value of the procurement is below a specified monetary threshold established for formal methods of solicitation
a) As defined in Financial Rule 118.04, formal methods of solicitation are: ITB and RFP, for requirements equal
or above USD 50,000 (except for EPP);
b) For requirements below the threshold of USD 50,000, an informal method of solicitation may be used, i.e.
shopping for requirements less than USD 5,000 and RFQ for requirements not exceeding USD 50,000.
ii. There is no competitive marketplace for the requirement, such as where a monopoly exists; where prices are fixed by
legislation or government regulation; or where the requirement involves a proprietary product or service
Prices or rates are fixed by legislation or government bodies, e.g. in cases of state monopoly or tariffs. In
order to justify fixed prices or rates, the name of the regulatory body or law that controls rates or
established prices must be included in each request for award and, if available, a current price/rate
schedule be provided.
Proprietary product or service refers to situations where only one source can reasonably meet the needs of
UNOPS, in situations where:
Proprietary items subject to legal restrictions (i.e. patents and copyrights) are to be procured;
Matters involving national defence or national security rendering single- source procurement the most
appropriate method of procurement;
The goods or construction works are available from a particular supplier or contractor, or a particular
supplier or contractor has exclusive rights in respect of the goods or construction works and no reasonable
alternative or substitute exists.
Justification required: explanation of why other potential sources do not exist and reasonableness of price (e.g.
comparison with previous purchase prices).
iii. There has been a previous determination with regard to an identical procurement activity, or there is a need to
standardize the requirement following recent procurement activity
a) Previous determination means the product to be purchased is determined by a previous purchase, e.g. a
piece of equipment was previously purchased and components that can only be obtained from the
8
Note: the sub-sentence “on the basis of an informal method of solicitation” should be read to apply only to exception ground (i),
whereas “on the basis of a directly negotiated contract” should be read to apply to all other exception grounds (ii) to (x) and
further to the provisions in section 6.6.6 Solicitation of offers in situations of direct contracting under sole sourcing.
Justification required: explanation of the previous determination or reasons for requiring standardization and
reasonableness of prices, e.g. comparison with previous purchase prices and comparison with prices of
equipment from other suppliers equivalent in performance.
iv. The proposed procurement contract is the result of cooperation with other organizations of the United Nations system,
pursuant to Financial Rule 118.02 (c) or governments and organizations other than those of the United Nations system,
pursuant to Rule 118.02 (d)
a) The ED may in appropriate cases, authorize cooperation with a United Nations agency in respect of
procurement activities. Reliance on another United Nations agency’s procurement decision under Financial
Rule 118.05 (a) (iv) applies to a situation where a United Nations agency has awarded a contract to an
entity, and UNOPS chooses to rely on that decision to award its own contract;
b) The primary distinction between this situation and pre-selection is the absence of instructions by the
funding source for the former; in other words, the voluntary nature of the reliance by UNOPS on the other
United Nations agency’s procurement decision.
If the proposed procurement contract is a call-off order against another UN organization’s LTA, no further
independent contract review or internal request for award is required. See further instructions on placing call-off
orders against LTAs in section 11.4.6 Call-off orders against a LTA and documentation required under section
14.1.3 UN entity long-term agreements.
When UNOPS is relying on another United Nations agency’s procurement decision in order to issue a contract
(other than a call-off order against an LTA) internal request for award or contracts and property committee
review is required depending on the value of the proposed procurement contract (see 14.1.2 Re-use of UN entity
tender results for more details). If UNOPS will establish its own LTA relying on another UN agency’s procurement
decision, then HQCPC review is required, per details in section 9.4.
v. Offers for identical requirements have been obtained competitively within a reasonable period and the prices and
conditions offered by the proposed contractor remain competitive
a) The reasonable period in relation to the use of a previous competitive method of solicitation shall be
limited to twelve months after the contract signature date, unless otherwise justified considering the
specific market;
b) For goods where the price fluctuates rapidly (raw material, petroleum products, some IT equipment, etc.)
the competitiveness of the price must always be properly justified;
c) This provision may not be applied if the respective offer has been obtained using EPP unless the new
requirement is for a follow-on requirement for the original emergency, or is a requirement supporting a
response to a new emergency.
Justification required: detailed summary of the use of a previous formal method of solicitation and its outcome;
reasonableness of price and prevalent market rates in the area.
vi. A formal solicitation has not produced satisfactory results within a reasonable prior period
a) The ‘prior period’ refers to the time elapsed since the closing date for submissions of the failed competitive
process;
b) The length of the ‘reasonable prior period’ for the applicability of this exception will vary depending on the
nature and type of goods, services or works; the market conditions; the likelihood of attracting new
suppliers if a re-tender was to be conducted; security and working conditions in the region to which the
goods/services/works are to be supplied, and any other factor influencing the decision;
Justification required: detailed summary of the competitive process and its outcome; reasonableness of price
and prevalent market rates in the area.
vii. The proposed procurement contract is for the purchase or lease of real estate property
Justification required: reasonableness of price (e.g. contacting companies specialized in commercial real estate
services); confirmation of potential for MOSS compliance, clearance from UNDSS, etc.; evidence of market
research into available premises; and justification for choosing these premises.
It should be noted that legally ‘lease’ does not include the right to occupy hotel rooms: the correct term would be
‘licence’. However, in consideration of valid reasons such as security, the interpretation of ‘lease’ is extended to
include the right to occupy hotel rooms, as it is unrealistic to expect hotels to take part in a formal bidding
process for lease arrangements.
a) The exigencies of service must be beyond the control of UNOPS, i.e. emergency situations or force
majeure, or other compelling circumstances which are not due to lack of planning or slow administrative
process within UNOPS.
Justification required: an explanation of how exceptions to formal methods of solicitation will meet the schedule
and the adverse impact the UNOPS operation might suffer if the delivery schedule were not thus modified,
confirmation of reasonableness of price through comparing prices with previous purchase prices, etc.
justification for selecting this particular supplier as opposed to any other.
Exigencies stemming from a lack of planning or a slow administrative process within UNOPS are not valid
grounds to invoke this exception.
ix. The proposed procurement contract relates to obtaining services that cannot be evaluated objectively
Services of specific individuals not available through personnel contracts including for instance:
A service contract entered into with a company due to availability of a specific expert working at that
company;
A contract with the purpose of research, experiment, study or development leading to the procurement
of a prototype, except where the contract includes the production of goods in quantities sufficient to
establish their commercial viability or to recover research and development costs;
Services of specific suppliers to obtain cutting-edge technology or other new methodologies where
there is no basis for reliable comparison.
Justification required: explanation as to why this specific individual or company is the most suitable to carry out
the services and reasonableness of price.
x. The ECPO or authorized personnel otherwise determine that a formal solicitation will not be in the interest of UNOPS
nor produce satisfactory results, including, but not limited to, situations where the proposed contractor is pre-selected
by the funding source pursuant to Rule 118.02(e)
a) Commodities in scarce supply can be immediately procured at prices not likely to be maintained;
b) Extension of scope of works, services or goods requested in an original contract, made through an
amendment in order to ensure continuity. Justification for continuity of work required, i.e. why a new
solicitation would not give satisfactory results, and confirmation of reasonableness of prices, e.g.
comparison with previous bids, etc.
The reasons provided above for invoking each of the exceptions grounds under the Financial rule 118.05(a) are not
exhaustive and may include any other reason as determined by the ECPO or authorized personnel.
Per OI Acceptance of Engagement Agreements, the following pre-selection principles shall apply prior to acceptance of
the request of the funding source to engage or employ a service provider/contractor:
i. Compliance: the funding source shall confirm that in selecting the service provider/contractor, it has complied
with its applicable regulations, rules and procedures.
ii. Non-liability: the funding source shall agree that, due to the selection of the service provider/contractor being
outside of UNOPS’ control, that UNOPS carries no liability for the performance of the service provider/contractor.
iii. Eligibility: pre-selection shall only be accepted where it has been effected by the following categories of funding
sources:
Entities of the United Nations common system
International Financial Institutions, including Bretton Woods institutions, regional and bilateral
development banks
Reputable intergovernmental organizations
Governments with a Corruption Perception Index (CPI) of 50.0 or more as measured by Transparency
International, current year ranking (or previous year where the current year ranking is unavailable.
iv. High risk: Pre-selection of intergovernmental organizations with reputation risks, Governments with a CPI below
50.0, non-governmental organizations and other exceptions, shall be approved by the Executive Chief
Procurement Officer prior to acceptance of the engagement.
Pre-selection may be accepted where it follows at least one of the following methodologies:
i. Explicit pre-selection: whereby the Engagement Agreement specifies the service provider(s)/contractor(s) pre-
selected by the funding source. This may also take place through an appropriate amendment to the Engagement
Agreement. This method is the preferred method for pre-selection.
ii. Pre-selection in processus: whereby an official letter is submitted to UNOPS by the funding source during the
implementation phase of the engagement. The requirements include: the letter shall be signed by an official of
the same rank as the official who signed the Engagement Agreement; a lower-level official with the delegated
authority to act in procurement matters on behalf of the funding source may sign the letter only where an
official at the same rank as the official who signed the Engagement Agreement has confirmed to UNOPS in
writing that the individual is accorded the authority.
iii. Mixed pre-selection: the funding source and UNOPS may specify in the Engagement Agreement that pre-selection
of service providers(s)/contractor(s) will be done during the implementation phase of the engagement, in
accordance with the established criteria
For more detailed instructions on pre-selection consult OI Acceptance of Engagement Agreements.
When awarding a contract further to the use of pre-selection, a PA must be satisfied as to the reasonableness of costs of
a pre-selected contractor; save in the case where the funding source has already indicated the amount to be paid.
Pre-selection should not be confused with the no objection mechanism (refer to section 9.4 Scope of review of CPC for
details):
Type of partner/client. Pre-selection may be done with a wide variety of client organizations, whereas the no
objection mechanism is limited to funding sources from the United Nations system including International Financial
Institutions;
Who undertakes the procurement process. In the case of pre-selection, it is the funding source who carried out the
selection process, whereas in the case of the no-objection mechanism, it is UNOPS who has carried it out;
CPC review requirements. OD 16 provides that the CPC thresholds for the review of pre-selection cases are the
same as for formal methods of solicitation. In the case of the no objection mechanism CPC review is normally not
required, subject to specific provisions. Refer to section 9.4 for details.
6.10 E-tendering
E-tendering at UNOPS is understood as conducting a tender procedure by either a) using email, b) using the UNOPS
eSourcing system, c) using an e-reverse auction system. These can be an effective way to improve efficiency and
effectiveness of the procurement process as well as improving the environmental characteristics of the tendering
process.
Electronic bids or e-bids are legally binding as long as they are endorsed by the authorized representative of the bidder
and are submitted in a file format as determined by UNOPS in the tender documentation. It is not mandatory to submit
bids in hard copy unless it is a requirement in the project agreement between UNOPS and its clients.
It is important to note that the deadline stated in the tender documentation applies equally to hard copy and electronic
tender submission. In case of bid submission by email or UNOPS eSourcing, the receipt time stamp shall be the date and
time when the submission has been received in the dedicated UNOPS inbox servers or via fax. UNOPS shall not be
responsible for any delays caused by network problems, etc. It is the sole responsibility of bidders to ensure that their bid
is received by UNOPS in the eSourcing system or dedicated inbox or fax on or before the prescribed tender deadline.
Bidders should check any documents for viruses prior to downloading them from the email received, UNGM or the
eSourcing system, though UNOPS shall take every reasonable step to ensure that it does not upload corrupt tender
documentation.
UNOPS is not able to consider electronic documents where the document contains a virus, or for any reason is corrupt or
unreadable. Immediately prior to uploading documents to the eSourcing system or submitting them by email, bidders are
required to check the electronic files forming their vendor submission for viruses using current virus checking software
and to remove all viruses from any such files. UNOPS will not be liable or responsible for the loss, damage, destruction,
corruption or illegibility of documents in any electronic submission however caused.
The requirement for documentation of the solicitation process, filing, (see 13.9 Maintenance of files) shall not be
interpreted to restrict the use of any electronic means of data interchange, provided the electronic media uphold the
procurement principles and allow for adequate audit trail of the procurement process (see also 7.1 Receipt and
safeguarding of submissions).
If the tender documentation does not allow electronic submissions, any submission received by electronic means will be
rejected. Similarly, if the tender is carried out using the eSourcing system, and unless specifically allowed for in the tender
documentation, submissions received by email or hard copy will be rejected.
Also, the distribution of UNOPS solicitation documents may be performed electronically. Here, the guiding principle
remains the same: the fair treatment of all suppliers, i.e. invitees must receive the same information at the same time.
If solicitation documents are issued electronically in a limited competitive process, due diligence should be exercised to
ensure that the names of short-listed suppliers are not disclosed to the other invitees, e.g. by sending individual emails to
each supplier on the list. Alternatively, address the email to yourself and blind carbon copy (BCC) all invited suppliers.
However, ensure that the printout of the email showing all email addresses is kept on file for audit purposes.
UNOPS eSourcing is integrated with the United Nations Global Marketplace (UNGM). In order to access the full UNOPS
tender details, request clarifications on the tender, and submit an offer to a tender using the system, vendors need to be
registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM
and submit offers to UNOPS tenders in the UNOPS eSourcing system, vendors are requested to consult the user guide
and other support materials available at: https://esourcing.unops.org/#/Help/Guides. UNOPS acknowledges that adoption
of the system also represents a change for our vendors and appreciates their effort in using the system and providing
valuable feedback.
UNOPS eSourcing has been designed to be fully compliant with the policies and procedures set out in this procurement
manual. If any specific provision is handled differently in eSourcing, this will be spelled out in the relevant chapter of the
manual.
All UNOPS solicitation processes (RFQ, ITB, RFP) with an estimated value of USD 5,000 or above, and any request for
expression of interest (EOI) or invitation for pre-qualification must be carried out in the UNOPS eSourcing system as of 1
January 2018. The only exceptions to this requirement are as listed below, where usage of the system is optional:
UNOPS business units may use an e-reverse auction system for identified tenders subject to ex-ante authorization by the
Director, PG who will review the appropriateness of the technology for such processes, including by assessing the
category of goods/services to be purchased, the market conditions, internet connection availability, the capacity of
vendors to use the system, and other factors as necessary.
Should usage of e-reverse auction be authorized for a given tender, the tender must include clear instructions to bidders
on how the auction will take place, to be reviewed by PG prior to the tender being advertised.
Chapter resources
For procurement values equal or exceeding USD 50,000 (except for RFQs under secondary bidding under a LTA, as per
section 6.6.7; RFQs under Emergency Procurement Procedures under section 15.4; and processes done with the
eSourcing system) an individual not directly concerned with the procurement function must be appointed to receive all
offers. The individual must be named in writing by the head of the relevant UNOPS business unit and must be informed
of the importance of confidentiality and integrity in the bid receipt process. All bids or proposals must be stamped with
time and date of receipt, registered in an offer receipt report, and placed in a locked container, such as a cabinet or safe,
until the opening of offers. Access to the container shall be limited to personnel not directly concerned with the
procurement function and duly authorized by the head of the relevant UNOPS business unit.
When formal methods of solicitation are used, offers received by dedicated fax and email must be treated with the same
degree of control as offers received by post or delivered personally. In particular, individuals directly concerned with the
procurement process must not have access to the offers until the time of bid opening. For tenders using eSourcing, this
requirement is not applicable as the system automatically safeguards the submissions received, records the date/time
submitted, and does not grant access to the submissions to the UNOPS evaluation team until the deadline for submission
has past and bid opening has been carried out. For more information, see 2.8 Segregation of duties and 6.10 E-tendering.
Modification of submissions
Bidders may modify their offers in writing prior to the submission deadline. The modification shall be submitted as per
the submission instructions, and shall be treated like any other offer by UNOPS.
Withdrawal of submissions
Withdrawal of submissions by the suppliers can only be accepted if UNOPS is notified in writing prior to the announced
deadline for submission of offers. The withdrawn offer shall be separated from the other bids/proposals prior to bid
opening, and shall not be opened.
Withdrawal of submissions after the announced deadline shall in principle not be honoured, and in such cases UNOPS
shall open and evaluate the withdrawn offer together with the other offers. If the supplier has furnished a bid security,
UNOPS shall withhold it. If the offer is selected after an evaluation, the bid security must be cashed, unless the supplier is
willing to provide the goods/services/works offered in its original submission. If no bid security was requested, the issue
must be resolved through negotiations: legal advice should be sought from a Legal Advisor, as required.
If the supplier is able to justify the withdrawal of its submission, UNOPS may accept withdrawal after the submission
deadline. An acceptable justification could be the lack of capacity to undertake the UNOPS assignment due to selection
for other assignments in the same period. If the supplier could not have foreseen this, informing UNOPS of its capacity
problem might be construed as responsible action and thus UNOPS could accept the withdrawal of submission. Further, it
should be considered whether it is in the interest of UNOPS to hold the supplier to its offer after it has sought to
withdraw. This consideration should be made by the procurement authority with overall responsibility for that
procurement process.
9
Submission, along with offer or tender, is a generic term for bids, quotations and proposals, received from a supplier in
response to solicitation documents. At UNOPS, the term ‘submission’ is also commonly used to refer to a submission for
review made to a CPC.
Late offers
UNOPS will not accept submissions after the stated deadline for submission. The following exceptions aside, submissions
received after the designated date and time should be rejected, noted in the bid opening report by the bid-opening panel
and handled in accordance with section 7.5 Rejection of submissions.
Any submission, modification, or withdrawal of a submission received by UNOPS after the exact time specified for the
receipt of submissions in the tender document is ‘late’ and will not be considered unless it is received before award is
made, and:
a) There is acceptable evidence to establish that it was received at the UNOPS location designated for receipt of
submissions and was under UNOPS control prior to the time set for receipt of bids;
b) If an emergency or unanticipated event interrupts normal UNOPS processes and operations so that submissions
cannot be received at the designated UNOPS location by the exact deadline, and urgent UNOPS requirements
preclude amendment of the submission deadline and/or bid opening date. In such cases, the deadline will be
extended to the same time of day specified in the solicitation document on the first work day on which normal
UNOPS operations resume (unless prior to the resumption of normal operations the bid is extended and/or
modified and this is communicated to potential bidders in the normal manner).
Additionally, on a case-by-case basis, the Director, PG may decide to accept late submissions or submissions sent to the
wrong location, email address or fax number. In case of late receipt, the Director, PG may accept proposals received after
the due date specified in the tender document, but prior to initiation of the evaluation process by the evaluation team if it
becomes clear from the submission that the delay has been unintentional and the acceptance does not create the
appearance of, or an actual, unfair advantage for any of the participating competitors. The Director, PG must approve
acceptance of any submissions received after the due date. Submissions received after the onset of the evaluation
process are to be treated as described in the above paragraph and section 7.5.
The UNOPS eSourcing system does not allow for bidders to submit their submissions after the deadline. However, the
system allows for vendors to prepare draft submissions prior to the deadline (e.g. inserting information on online
questionnaires or uploading documents against the document checklists), hence vendors are encouraged to use this
functionality to progressively prepare their submissions and don’t wait for the last hours/minutes to complete and submit
their submissions.
Unsolicited offers
The concept of unsolicited submissions applies only in limited tender processes, i.e. when a number of selected suppliers
were short-listed and invited to tender. In the case of open competition, all offers received are considered solicited. In
general, unsolicited offers, i.e. offers from suppliers that UNOPS has not invited, may be accepted as long as:
a) The supplier complies with all the requirements of the solicitation documents (i.e. the deadline for submission,
the mode of submission, and all other requirements);
b) Upon UNOPS request, the supplier submits a written statement certifying that they have received the solicitation
documents from persons other than UNOPS personnel, recipient government officials, or a UN consultant. The
statement must document the relationship with the persons from whom the solicitation documents were
received. If the supplier is replacing one of the invitees, the supplier shall in addition document in writing the
reasons for the substitution.
If a formal pre-qualification has been conducted, unsolicited offers must not be accepted. The same applies to unsolicited
offers that have been received outside a solicitation exercise. In either case, there is no obligation on behalf of UNOPS to
respond to any such offer. For documentation purposes, the unsolicited offer shall be kept on file and not be returned to
the supplier.
Submissions shall be date-stamped and opened immediately after the deadline for submission or shortly thereafter. It is
recommended that the address for submission and the one for opening of offers are the same or at least close to each
other. The bid opening should be undertaken latest by close of business (COB) the next working day and where not
possible, the procurement official responsible for the solicitation process must prepare a note to file highlighting the
reason for such delay, assessing any possible impact to the process, and have this reviewed signed by the PA.
If during the solicitation period the same bidder submits several superseding submissions, only the last received shall be
opened.
Until submissions are opened, they must be kept in a secure and locked location by the individual in charge of bid receipt
and shall be handled in a confidential manner. Offers shall not be shared with the evaluation team until bid opening is
completed.
The exchange rate used for the conversion of offers is always the official United Nations exchange rate at the date of the
deadline for submission.
Bid-opening panel
Submissions are to be opened by a bid-opening panel10 consisting of personnel designated, in writing, by the PA. The PA
may decide to designate personnel to serve permanently in bid opening panels for a particular project/business unit, etc.
In order to ensure impartiality of the offer opening process, a bid-opening panel must consist of a minimum of two
individuals, where at least one individual has no involvement in the subsequent stages of the procurement process.
Exceptions to this:
a) In small offices, where the PA has documented that full segregation of duties cannot be put in place to meet this
requirement (see 2.8 Segregation of duties);
b) When using the eSourcing system, where one person (whether involved or not with the procurement process)
can undertake the bid-opening function (if so decided by the PA) because the system addresses the main risks
associated to the bid registration/opening function: (i) it does not allow for late submissions by bidders; (ii) it is
not possible for UNOPS users to access the submissions until the deadline for submissions; (iii) it is not possible
for UNOPS users to modify or delete in any way the information and documents submitted by vendors at any
stage of the process.
The bid-opening panel shall be provided in advance with a summary of the tendering requirements and all related details,
inter alia, the tender due date, tender reference and title, solicitation method, advertising method, as well as the offer
receipt report. Submissions cannot be rejected or invalidated at the time of opening by the bid-opening panel. However,
the bid-opening panel shall reflect any inconsistencies noted in the bid opening report, e.g. late offers. Only the
evaluation team in charge of the solicitation exercise may reject submissions based on non-compliance with the stated
tender requirements.
During the bid-opening meeting, the bid-opening panel shall identify any immediately detect omissions or defects in the
submissions and record them in the bid-opening report.
10
Bid opening and bid-opening panel are industry terms that without any limitations refer to the opening of bids received
in response to an ITB and the opening of proposals received in response to an RFP.
If a PA believes there are risks associated with this approach, they should be documented; if the risks are deemed to be
serious a mitigating procedure should be adopted.
Only those who have submitted bids may attend the public bid opening; however, the bidders may authorize a local
agent, embassy or trade commission to represent them. In order to be able to attend a bid opening, agents representing
bidders must provide reasonable evidence (business cards, letter of authorization, etc.) confirming the name of the
bidder(s) they represent.
Regardless of whether or not the bid opening is public, a bid-opening report, available to all bidders that have submitted
bids, should record the following information for each of the received bids. The bid-opening report template should be
used for compiling the bid opening report.
The bid-opening report must be signed by each member of the bid-opening panel and kept on file for future reference.
The report shall be available for viewing by bidders who submitted bids and may be made available electronically if the
bidder requests a copy. Disclosure of information to bidders is restricted to only the information contained in the bid-
opening report.
The opening of technical proposals is recorded in a report containing the following information:
The financial proposals corresponding to those technical proposals meeting or exceeding the set threshold are opened in
a separate opening session. The financial proposal opening report must be signed by each member of the financial
proposal opening panel and kept on file and include the following information:
When formal methods of solicitation are used, offers should be rejected if:
Received by any fax or email other than the secure fax/email specified in the solicitation documents, including
instances where the bidder submits to two email addresses at the same time: (i) to the dedicated e-mail address as
requested in the solicitation document and (ii) to the purchasing official or other UNOPS personnel directly;
Received at any other location or by any person other than specified in the solicitation documents;
Received after the deadline for submission of bids stated in the solicitation documents;
Sent via the correct route after having been previously rejected.
The procurement official in charge of the solicitation exercise must ensure that the bid security contained in any
rejected/unsuccessful submission be returned to the bidder promptly following contract award.
If available, the following must be included in the contract files for each rejected bid:
7.6 Post-opening
In order to safeguard the integrity of the procurement process, immediately after opening the submissions, and
irrespective of method of solicitation and value, all submissions submitted in hard copy must be kept in a locked office or
cabinet and only shared with the appointed evaluation team. Electronic offer submissions must be maintained in secure
Chapter resources
8.1 Overview
Evaluation is the process of assessing and comparing submissions11 in accordance with the evaluation methodology and
criteria stated in the solicitation documents. The aim is to determine the offer that best fits the evaluation criteria, and
thus represents best value for UNOPS. An objective, fair and well-executed evaluation process is critical as it results in a
recommendation and a request for award of contract.
In general, UNOPS evaluates all offers based on the principle of best value for money, i.e. the ideal combination of
technical and financial factors. Value for money can include the price, life-cycle costs and transaction costs of acquiring,
using, holding, maintaining, and disposing of the goods or services if so specified in the tender documents. It may also
take in non- cost factors such as fitness for purpose, quality, service and support, and social and environmental benefits.
Upon receipt and opening of offers, the evaluation of offers must be conducted according to the evaluation criteria and
method defined during the preparation of the solicitation documents and clearly established in these documents. Under
no circumstances can new or revised evaluation criteria be introduced during the evaluation of offers nor can the method
of evaluation be changed.
The evaluation process comprises the following main steps (described later in this chapter):
As offers must be valid at time of contract issuance, evaluation of offers must be completed before the validity of the
offers expire. Procurement officials must also take into account the time required for obtaining approval from the PA and
for issuing the contract. In the event that these conditions are unlikely to be met, bidders can be requested to extend the
validity of their bid or proposal. Written notification must be issued to all bidders.
In order to conduct a fair and unbiased evaluation of submissions, evaluation must be undertaken by a team comprised
of minimum two members. The actual number of people on the evaluation team will depend on the nature, complexity
and value of the procurement activity, but should normally not exceed five. In all cases, except for procurement done with
the shopping solicitation method, the evaluation team must include a procurement official as defined in section 2.4
(normally the person who managed the procurement process since the solicitation stage) and a chairperson.
The evaluation team members shall be appointed, in writing (e.g. through email), by the PA to provide objective and
independent advice based on their knowledge of the specific subject matter. The PA may consult the project
manager/requisitioner on the identification of potential members that meet these requirements in particular where
technical knowledge is required and recommended. Only if required, the PA may also appoint a person with financial
knowledge (e.g. a financial officer) to support the evaluation team during financial evaluation. Evaluation team members
are only those formally appointed by the PA. Considering that evaluation members should provide independent advice,
11
Submission, along with offer or tender, is a generic term for bids, quotations and proposals, received from a supplier in
response to solicitation documents. At UNOPS, the term ‘submission’ is also commonly used to refer to a request for
award made to a CPC.
An experienced individual, appointed by the PA, must chair the evaluation team. The chairperson appointed to lead the
evaluation team should have at least five years of procurement experience, sound knowledge in acquisition of the
requirement in question and the required interpersonal skills to interact efficiently with various stakeholders.
The evaluation team is a collegial body that shall, at all times endeavour to achieve a consensus in their final decision.
Where a consensus cannot be achieved despite all efforts, a simple majority vote may be called by the chairperson to
settle an issue or disagreement. Should the votes be equally divided, the chairperson shall have the casting vote. Once a
final decision is achieved, the members shall uphold the final decision achieved by the team.
In particularly complicated procurement processes (e.g. complex specifications, high bid values, complex post-
qualification criteria, etc.), external subject matter experts may be contracted onto the evaluation team. Any such external
subject matter expert contracted by UNOPS shall be considered a UNOPS official for the purpose of determining whether
UNOPS has the majority in the evaluation team. Representatives from the funding source, the client organization, or
national counterparts may be appointed either as observers or as full evaluation members (i.e. with voting rights). In the
case of the latter, UNOPS should represent the majority in the evaluation team.
Team members and observers must immediately indicate if they are in a potential conflict of interest situation with any of
the suppliers (e.g. owning shares in supplier company, family relationship with suppliers, etc.) in which case they shall ask
to be replaced. All evaluation team members and observers must sign an affidavit of confidentiality and no conflict of
interest prior to commencing the evaluation process.
Perform a facilitative role in the evaluation team, and settle issues or disagreements (if applicable);
Remind the evaluation team that its deliberations are strictly confidential: information about the content of the
submissions or the evaluation process is not to be revealed outside the evaluation team. In particular: (i) during
evaluation, access to offers is restricted to the evaluation team and to observers; (ii) correspondence with bidders
must be through the procurement official and must not be shared outside the evaluation team.
Obtain signatures of affidavits of confidentiality and no conflict of interest from the evaluation team;
Brief the evaluation team about its role and ensure its familiarity with the solicitation process and evaluation
criteria;
Prepare evaluation matrixes and reports;
Manage evaluation clarifications with bidders, if applicable.
Formal and eligibility criteria (see 6.5.3.1 Formal and eligibility criteria) – assessed during preliminary screening (see
8.5 Preliminary screening)
Qualification and technical criteria (see 6.5.3.2 Qualification and technical criteria) – assessed during technical
evaluation (see 8.6 Technical Evaluation)
Financial criteria (see 6.5.3.3 Financial criteria) – assessed during financial evaluation (see 8.7 Financial evaluation).
In order to provide a more flexible method for selecting suppliers for procurement of a relatively low value (below USD
50,000), the evaluation methodology allows various considerations to be taken into account. The lowest priced, most
technically acceptable offer methodology consists of the following steps (these apply mostly to RFQ as for shopping all
these steps are compressed):
1. Preliminary screening of quotations, including an assessment of whether quotations comply with the formal and
eligibility criteria stated in the solicitation document;
2. Technical evaluation of quotations, determining which quotations are substantially compliant to the qualification
criteria (if included in the solicitation document) and technical criteria;
3. Financial evaluation: Quotations that are found to be technically compliant shall be evaluated based on the
lowest price. However, the technical advantages offered by a higher priced quotation may in certain cases justify
selection of an offer other than the lowest priced. Further, the RFQ modality allows selection of the most
technically acceptable offer in cases where none of the offers received is substantially compliant, the
requirement specification (where under an ITB the option would be re-tendering);
4. The selection of a supplier other than the one offering the lowest priced option requires proper justification: this
must be documented on file and reasons for not choosing the lowest pricing option must be included in the
request for award signed by the appropriate PA.
1. Preliminary screening of bids, including an assessment of whether bids comply with the formal and eligibility
criteria stated in the solicitation document. All bids substantially compliant at this stage will go through
subsequent evaluation as follows;
2. Technical evaluation of bids, determining which bids are substantially compliant to the qualification criteria (if
included in the solicitation document) and technical criteria, and rejecting non- compliant offers. Only bids
meeting or exceeding the criteria shall be considered substantially compliant;
3. Financial evaluation of bids, by selecting for award the lowest priced bid among the substantially compliant bids,
as per financial criteria stated in the solicitation document.
Cumulative analysis
This method of evaluation is used when solicitation is made through an RFP (see 6.3.4 Request for proposal) and the
evaluation is based on a number of criteria other than price in order to ensure best value for money. The cumulative
analysis methodology consists of the following steps:
1. Preliminary screening of proposals, including an assessment of whether proposals comply with the formal and
eligibility criteria stated in the solicitation documents. All proposals substantially compliant at this stage will go
through subsequent evaluation as follows;
2. Technical evaluation (qualification criteria), determining which proposals are substantially compliant to the
qualification criteria (if included in the solicitation document), and rejecting non-compliant proposals. Only
proposals meeting or exceeding the qualification criteria shall be considered substantially compliant;
3. Technical evaluation (technical criteria), determining the technical points achieved by each proposal, as per
maximum points assigned per criterion included in the solicitation document. Only proposals that meet the
minimum technical threshold indicated in the solicitation document (normally 60% or 70%) shall be deemed
substantially compliant;
Example: Maximum number of Financial Proposal points is 30 points. Offer or A’s price is the
lowest at US$10.00. Offer or A receives 30 points.
5. Combined analysis. The proposal obtaining the overall highest score after adding the score of the technical and
the financial proposals is the one that offers best value for money and is to be recommended for award.
In addition, at this stage the evaluation team should check the eligibility of bidders as per the eligibility criteria in the
solicitation document.
The evaluation team should reject offers in the following situations (see 8.8.1 Deviations and 8.8.2 Clarifications from
vendors, in particular regarding the types of missing information that the bidder must be given the opportunity to
provide):
If the solicitation included qualification criteria (see 6.5.3.2 Qualification criteria for example), it must be evaluated at this
stage. This is to ensure that the bidder is qualified and capable of successfully completing the contract, i.e. the entity
meets legal and regulatory requirements, has the required minimum technical capability and experience, and is
financially capable.
Qualification criteria, when included in a solicitation document are evaluated on a pass/fail basis, regardless whether
these are included on an RFQ, ITB or RFP.
Bids received in response to an ITB must be assessed against the technical criteria specified in the solicitation document
(specifications, TOR, SOW and other requirements) on a pass/fail basis and must be rejected when they contain material
deviation, i.e. when the specifications of the items quoted vary in one or more significant aspect(s) from the minimum
required technical specifications and other requirements.
If a large number of bids are received in response to an ITB making technical evaluation of all the bids impractical, bids
may be evaluated in batches to reduce the evaluation time. In these instances, an arithmetic check of all bids received
should be performed upon preliminary examination and a table containing bid prices and corrected bid prices must be
prepared. The evaluation team may then decide to admit to technical evaluation a batch consisting of a number of lowest
bids, after price correction. The number of lowest bids is decided by the evaluation team and normally comprises the
three to five lowest bids. The lowest technically responsive bid amongst these bids is also the lowest technically
responsive bid amongst all the bids. If this first batch of bids does not yield at least three technically responsive bids, a
next batch of lowest bids shall be admitted to technical evaluation, and so on, in order to have at least three technically
responsive bids.
Proposals received in response to an RFP must be rated by assigning points against the technical criteria as per maximum
points assigned per criterion specified in the solicitation document.
The technical proposal submitted by any bidder would be rejected if the bid does not obtain the minimum required
number of points to qualify as per threshold stated in the solicitation document (generally 60% or 70%). The
corresponding financial proposal shall be retained unopened in the procurement file. However, any bid security or
guarantee must be returned. The procurement official in charge of the solicitation exercise must ensure that the bid
security contained in any unsuccessful submission be returned to the bidder promptly following contract award to the
selected bidder.
Price is an important financial evaluation criterion, but the weight of the price depends on the evaluation methodology
(section 8.4) and financial criteria stated in the solicitation document and which may include life-cycle-cost analysis.
Taxes and duties must not be taken into account for the purpose of financial evaluation, unless included in the solicitation
documents, as per provision in section 6.5.2 paragraph i.
Prior to financial evaluation arithmetical errors must be corrected on the following basis:
a) If there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit
price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion
of UNOPS there is an obvious misplacement of the decimal point in the unit price, in which case the line item
total as quoted shall govern and the unit price shall be corrected;
b) If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail
and the total shall be corrected;
After price correction has been completed, discounts, when applicable, must be evaluated and currency conversion into
one base currency (as specified in the solicitation document) must also be completed.
If the vendor offers early order/placement, or early payment discounts, this is not measured in the evaluation unless
clearly stated in the solicitation document. Discounts can be utilized if offered although the vendor must be selected
based on the regular price without considering discounts. At the time of placing the order, any available order placement
discounts should then be considered.
Quantity discounts are taken into account in the evaluation and must be evaluated as a separate offer. The final price
comparison in one single currency must consider corrected errors, quantity discounts and any required adjustments.
For procurement of goods, if offers were received under both FCA and CPT Incoterms, the evaluation report must explain
how the evaluation team established that the selected Incoterm for the award is the most advantageous for UNOPS.
During financial evaluation, a deviation would be considered material in any of the following situations:
The bidder does not accept the required price correction as per the condition of the solicitation document;
Required price components are missing;
The bidder offers less quantity than is required.
When using the cumulative analysis evaluation methodology (in an RFP), the score of the financial proposal is calculated
based on the formula for point allocation (see 8.4.3 Cumulative analysis methodology).
In general, the reasonableness of price justification is always recommended to establish value for money, however it is
mandatory when less than three substantially compliant offers have been received. This is to ensure the price
comparison done between adequate comparators, i.e. prices would tend to be lower from bidders that are not compliant
(i.e. lower quality goods or services, longer delivery times than requested, etc.) and the only exception to the above is in
the context of ITBs and in cases where the non-compliance is due to aspects that do not or very marginally affect the
price.
In addition to comparing with other substantially compliant offers received on the tender, the following comparators can
also be used to determine whether the price is fair and reasonable:
The following provisions on reasonableness of price shall also apply for specific procurement processes:
When procuring pharmaceutical drugs, the comparison of prices for generic drugs must be done against other
generic drugs as the fact that generic drugs prices would be lower than those of innovator/originally patented
drugs is not by itself enough to prove the reasonableness of cost.
When establishing LTAs with multiple vendors (see section 11.4.2), the assessment of reasonableness of price
must be undertaken for each of the awardees.
If, after price/cost analysis, the evaluation team does not consider the price to be fair and reasonable, UNOPS shall seek
competition or negotiate with the supplier in an attempt to lower the price.
Deviations
Would affect in any substantial way the scope, quality, or performance of the goods and related services specified
in the contract;
Would limit in any substantial way, by contradicting the bidding documents, UNOPS rights or the bidder’s
obligations under the contract;
If rectified would unfairly affect the competitive position of other bidders presenting substantially responsive bids.
To this end, evaluation team chairperson and the procurement official responsible for the respective procurement
exercise must have a clear understanding of what represents a material deviation. During evaluation of the offers,
consistency must be applied when determining whether a deviation is material. The evaluation report must identify any
deviations encountered during each step of the evaluation process.
1. Return the number of copies of signed bids required by the solicitation documents;
2. Furnish required information concerning the number of its employees;
3. Sign its bid form, but only under the provisions of section 8.5 Preliminary screening;
4. Acknowledge receipt of an amendment to an invitation for bids, but only if:
a) The bid received clearly indicates that the bidder received the amendment, such as where the
amendment added another item to the invitation and the bidder submitted a bid on the item;
b) The amendment involves only a matter of form or has either no effect or merely a negligible effect on
price, quantity, quality, or delivery of the item bid upon.
a) Obvious errors in totalling price: The unit prices will prevail, when errors in totalling have been made;
b) Obvious discrepancy between the amounts in figures and in words, the amount in words will prevail;
c) Obvious misplacement of a decimal point;
d) Obviously incorrect discounts (e.g. 1 percent, 10 days; 2 percent, 20 days; 5 percent, 30 days);
e) Obvious reversal of the price FOB destination and price FOB origin;
f) Obvious mistake in designation of unit;
g) Error in stating the bid validity.
If the evaluation team believes a mistake has been made, and if the bidder formally and in good faith confirms the error,
the matter shall be processed in accordance with the following procedures before final evaluation and award take place.
Correction of bids submitted by electronic data interchange shall be effected by including in the electronic solicitation file
the original bid, the verification request, and the bidder’s verification. As above, the correction must be reflected in the
award document.
If and when an abnormally low bid/proposal is identified, the procurement official shall seek written clarifications from
the bidder, including detailed price analysis for its bid/proposal prices in correlation with the scope, proposed
methodology, schedule, and allocation of risks and responsibilities.
After the evaluation of the information and detailed price analyses presented by the bidder, the evaluation team may:
Clarification may take place at various stages of the submission review and evaluation process, depending on whether the
need for clarification has been identified in an ITB (one envelope system) or in the technical and/or financial proposal of
an RFP. Only the procurement official within the evaluation team shall be authorised to seek clarification from bidders
during evaluation.
Clarification as used in this section means communication with a bidder for the sole purpose of eliminating minor
irregularities, informalities, or apparent clerical mistakes in the submission. During the clarification process, no
information about offers of other prospective suppliers can be divulged to the bidder. Seeking clarifications from
suppliers after receipt and opening of offers should not be mistaken with the modification of offers before submission
deadline (see 7.2.1 Modification of submissions).
It may occur that the same person represents several companies at a public bid opening. When sending queries to
bidders during bid evaluation, the person having attended bid opening on behalf of the bidder must not be copied, as the
bidder’s representative could forward the query to a competitor. The query must only be sent to the bidder: however, it is
acceptable for UNOPS to inform the representative that a query has been sent to the bidder(s) they represent so that
they can follow it up directly. However, the content of the query must not be shared with the bidder’s representative.
Evaluation of lots
Where the solicitation document states in the Particulars and instructions to bidders section that evaluation will be done
by lot (see 6.5.2 Particulars and instructions to bidders), the evaluation must be done as per the provisions stated under
the evaluation criteria section of the solicitation document, which will include details on how UNOPS will award lots where
a supplier does not meet all qualification criteria (e.g. capacity, turn-over requirements, etc.) for all the lots for which it the
bidder recommended for award as per the evaluation methodology stated in the solicitation document. For more details,
refer to section 6.5.3.2 Qualification and technical criteria).
The purpose of such evaluation is to assess whether the offer is of an acceptable quality at a justifiable price. In order to
ensure the quality of the offer, it should be evaluated as substantially compliant/non-compliant, and the offer would only
be accepted if considered substantially compliant. The evaluation has to be carried out by an evaluation team formed as
per section 8.2 Evaluation team.
Further to the evaluation process, negotiations are usually recommended in direct contracting situations in order to
ensure best value for money. See 8.9 Negotiations for details.
The following are typical red flags indicating risks of potential proscribed practices.
Bid/proposal securities submitted show apparent irregularities (e.g. logos or names or issuing banks);
Registration certificates show inconsistencies, e.g. in terms of dates, registration institution, etc. or frequent
changes of company name;
Quality certificates are issued by dubious providers;
Bank account information provided on the supplier form is under the name of an individual and not a company.
Patterns of collusion are hard to detect because agreements are secret in nature. These may include bid-rigging
(competitors agree in advance who will submit the winning bid), and price-fixing (agreement by competitors to raise, fix or
maintain the price for goods or services) as detailed below.
The same suppliers submit bids and each company seems to take a turn being the successful bidder;
Some bids are much higher than published price lists, previous bids by the same firms, or cost estimates;
A company appears to be bidding substantially higher on some bids than on other bids, with no apparent cost
differences to account for the disparity;
Bid prices drop whenever a new or infrequent bidder submits a bid;
Identical prices of multiple bidders, especially when prices stay identical for long periods of time and prices were
previously different;
Price increases do not appear to be supported by increased costs;
Discounts are eliminated, especially in a market where discounts historically were given;
The proposals or bid forms submitted by different bidders contain irregularities (such as identical calculations or
spelling errors), similar handwriting or stationery. This may indicate that the designated low bidder may have
prepared part or all of the losing bidder’s offer;
Bid or price documents contain white-outs or other physical alterations indicating last-minute price changes;
A company submits a bid when it is incapable of successfully performing the contract (likely a complementary bid).
When there is an indication of a potential proscribed practice, procurement officials must report it as per the provisions
and reporting mechanisms provided in section 1.5.4.2. Unless the alleged proscribed practice is completely evident, the
evaluation team must not reject bids received until IAIG does a first assessment of the case. If IAIG decides to carry out a
formal investigation (because there is sufficient evidence to substantiate the allegations) then the evaluation team, upon
discussion with the PA (and Director, PG, if relevant) can decide to reject such bids, without waiting for the outcome of the
full IAIG investigation and the VRC’s determination.
ITB (based on ‘lowest priced, substantially compliant offer’ evaluation methodology): when the lowest priced
substantially compliant bids are for exactly the same price and it is not possible for UNOPS to identify a winner;
RFP (based on ‘cumulative analysis’ methodology): when more than one proposal achieves the exact same number
of points in the cumulative analysis, i.e. after adding the total technical and financial points.
In such contexts, the purpose of BAFO is for UNOPS to be able to make a selection decision and it is not to be mistaken
with negotiations, as per section 8.9.
When the conditions for requesting a BAFO are met, the procurement official shall issue a written request to all eligible
bidders, to submit their BAFO as a follow up to their initial bid/proposal until a common specified deadline. Suppliers
shall be informed that they are not allowed to change the specifications of the offered product/services/works or any bid
conditions (delivery time/terms, special conditions, etc.), and that only the price can be modified. The request to submit a
BAFO shall not contain any information regarding the evaluation or any information on the chances for contract award.
The bidders must be given a reasonable period of time to submit their BAFO, taking into account the complexity of the
procurement action and must submit their response to the request for BAFO in the manner indicated.
Upon receipt of the BAFOs from the bidders, the evaluation team shall update the financial evaluation of the bids, as
necessary, and shall make a final comparison of the competing offers in accordance with the evaluation methodology
stated in the solicitation document.
Typically, UNOPS does not enter into negotiations, but there may be circumstances that justify the practice as described
in this section.
Two UNOPS personnel must be involved as a minimum in all negotiations with suppliers. Amongst the two
personnel, one must be either the procurement official or the chairperson appointed to the evaluation team of the
procurement process and have technical knowledge on the requirements, in particular for works processes due to
risk management purposes as there could be specialised technical issues to consider;
It is recommended that prior to the start of negotiations, the negotiation team prepares a brief outline of the
expected negotiation outcomes (not to be shared with the bidder) and that each individual is given specific roles
and responsibilities in the process;
Negotiations are confidential between UNOPS and the supplier and neither party may reveal information relating
to the negotiations. Vendors should be informed of the same upon initiating the negotiations;
The results of the negotiations must be recorded in a note to the file;
Negotiations should be located, where possible, at the UNOPS premises.
1) Negotiations further to a formal method of solicitation (ITB or RFP) or to a competitive RFQ process
The purpose of negotiations is to ensure that the technical offer is in line with the requirements and that the financial
proposal is competitive on all aspects of the price. In the negotiations, any deficiency in the offer must be brought to the
attention of the supplier. The supplier must be allowed to make adjustments in the proposal in order to improve and
more clearly specify the contents of the offer. However, under no circumstances shall the requirements
(specifications/TOR/SOW) be changed. If the requirements are materially changed, the competitive process must be
cancelled and a new solicitation process must be initiated on the basis of the revised requirements.
Negotiations further to a formal method of solicitation (ITB or RFP) or to an exception to the use of formal methods of
solicitation (by use of a competitive RFQ process) should rarely be used and can only be conducted if:
i. Be conducted only with the vendor selected for recommendation of award, i.e.:
For RFQs: with the bidder presenting the lowest priced, most technically acceptable offer;
For ITBs: with the bidder presenting the lowest priced, substantially compliant bid;
For RFPs: with the bidder presenting the proposal with the highest points after cumulative analysis of
the technical and financial proposals.
ii. If due cause exists. Proper justification must be provided explaining the reason why negotiations are conducted
in the particular case. Under no circumstances may negotiations take place for the sole purpose of reducing
prices, as this would contravene the principle of equal and fair treatment of all suppliers;
Examples for due cause for conducting negotiations after a formal method of solicitation include the following situations:
12
In the rare event that price negotiations or descoping take place after the award of contract, the CPC and/or the
awarding PA must be kept informed about the outcome of the negotiations, through submission of minutes of the
negotiations or other written documentation of the discussions with the purpose of ensuring that it does not materially
alter the original scope and pricing approach taken by bidders. These written documents complete the records and
ensure proper audit trail. In such a case, if the original award was made for $X subject to negotiations and the
negotiations result in a price reduction of $Y, the award shall be deemed to have been confirmed at $X-Y, and it will be
necessary to seek further award in accordance with normal rules in the event it is later intended to increase the award to
an amount higher than $X-Y.
In instances where direct contracting is justified further to an exception to the use of formal methods of solicitation (see
section 6.8.1), negotiations are normally recommended in order to ensure best value for money. Since no competitive
solicitation process has been carried out, UNOPS has no immediate evidence that the product offers acceptable price and
quality. Since no comparison of offers has taken place in the evaluation process, UNOPS needs to make every effort to
justify the selection and ensure the reasonableness of price by attempting to obtain the most favourable terms and
conditions for every aspect of the supplier’s offer. Proper costing studies, market research, expert consultations, and
verification of client references are key activities to be performed prior to such negotiations.
8.10 Recommendation
Evaluation report
The results of the evaluation shall be documented in an evaluation report. The level of detail of the evaluation report
should be commensurate with the complexity of the process and UNOPS templates should be used. Although the use of
evaluation tables is best practice, it is not mandatory for informal methods of solicitation such as shopping and RFQ.
The evaluation report must be dated, identify the process to which it relates and the name of each signatory must be
printed under the signature. It shall be signed by all the members of the evaluation team, and initialled on every page
(except for historical annexes such as the ITB/RFP, amendments, clarification notes etc.) by at least two members of the
evaluation team and kept on file for future reference.
The evaluation report will later be used as the basis for the recommendation of award. An evaluation report shall contain
a summary of the evaluation process as well as details of the evaluation steps performed and key criteria therein, i.e.
preliminary examination, technical and financial evaluation. In particular, when the solicitation method is RFP the
technical evaluation section must include a clear narrative supporting the points allocated to each technical proposal. Any
rejection, non-compliance, and clarifications of offers must be clearly stated, including a list with the final ranking of the
offers and the reasoning behind the selection of the winning offer.
All unsuccessful bids must be retained in the procurement file. However, any bid security or guarantee must be returned.
The procurement official in charge of the solicitation exercise must ensure that the bid security contained in any
unsuccessful submission be returned to the bidder promptly following contract award to the selected bidder.
Unsuccessful bidders will be notified only after the contract is awarded and all contract documents are duly executed.
In the case when the evaluation methodology is ‘lowest priced most technically acceptable offer’ or ‘lowest priced
substantially compliant offer’ particular attention must be given to ensure that the reasons for disqualifying offers with
prices lower than the selected offer are clearly stated in the report.
In addition, the report must include a statement confirming price reasonableness (see 8.7.1 Justification of
reasonableness of price) where applicable.
The evaluation report is a confidential document and must not be distributed to individuals other than those involved in
the respective procurement process.
The UNOPS procurement official in charge of the procurement process must record the specific background check
actions undertaken and their results in the request for award document so that when approving the award the PA verifies
that a diligent supplier background check has been performed.
Background checks will be conducted following a tiered risk approach, with minimum requirements for all UNOPS
contracts, and advanced checks for higher risk situations. ‘Higher risk’ in this context is defined by: the Corruption
Perception Index (CPI) in the supplier country; the amount of the current award (plus those awarded to the same vendor
in the past 12 months); and specific market conditions e.g. history of vendor fraud and collusion in UN and public
procurement tenders. Advanced background checks are mandatory for awards that: (a) are for a supplier or business unit
based on a country with a CPI index of 50 or below; (b) the amount of the current award is equal to or above USD 250,000;
and (c) this is the first time UNOPS engages the vendor. However, advanced background checks could also be done for
lower amounts and other circumstances if appropriate.
Verify the bidder’s existence and status, through internet search, checking the company’s website, or if applicable
calling their declared office phone numbers;
Verify that the vendor is legally incorporated by requesting written certification or other documentary evidence
from the supplier (if not already been verified during the technical evaluation of the offer or otherwise already
contained in the UNGM or oneUNOPS profile of the supplier);
Ensure that the vendor is not ineligible (if not done during preliminary examination of bids) further to the
provisions in section 3.3 Vendor ineligibility;
Check that the bidder does not have any pending claims, disputes and contentious issues (see 8.10.3 Suppliers with
pending claims, disputes and contentious issues).
Advanced background checks may include any/all of the following, depending on the case, and after consultation with the
PA and must be duly documented:
Verify information contained in corporate registries, including important business information such as the creation
date, initial and current shareholders, share capital, details of legal representatives, company name changes;
Verify the authenticity of the bid/proposal security with the issuer;
Verify the independence of the bidder’s owners and management vis-à-vis other bidders, in conformity with
provisions on supplier conflict of interest (see 1.5.4.3).
Verify with the manufacturer the submitted Manufacturer's Authorization Form;
Verify other documentation provided, such as certificates of quality management systems or responses provided to
the supplier sustainability questionnaire;
Verify the financial statements provided, including through: (a) check that the named auditor exists and that it has
undertaken such audit; (b) check that financial statements provided in past bids are consistent to the ones
provided in this tender, if applicable;
Verify financial soundness of the company, including through external reports such as from Dun and Bradstreet;
Check past supplier performance evaluations (SPE) on UNOPS contracts for the bidder (see 13.2.7 Supplier
performance evaluation). Note: when a rejection takes place at this stage due to prior documented unsatisfactory
performance(s) of the bidder but such bidder is not formally suspended from doing business with UNOPS (per
section 3.3.e), the evaluation team must ensure it is commensurate to the value and risk of the purchase.
Check with references provided for past work;
Conduct a site visit to the bidders premise to ensure for instance that they possess relevant equipment (e.g.
construction equipment for procurement of works, or IT infrastructure for IT/software requirements. Bidders shall
permit UNOPS representatives to access their facilities at any reasonable time to inspect the bidder’s premises, if
applicable, and provide related documentation as requested;
Check litigation history;
If the vendor recommended for award has stated in their bid that it is a women-owned business (or other special
interest group) and this was a factor in the award, verify the accuracy of such statement.
It is the responsibility of each PA to ensure that such supplier is not included in UNOPS procurement actions and that no
awards of contracts to the supplier are made. It is the responsibility of each head of UNOPS business unit to inform the
Director, PG, of any disputes, claims or other contentious issues between a supplier and the respective UNOPS business
units. PG will add such claim, dispute or contentious issue to the UNOPS Claims Log.
The Director, PG, will take the necessary actions to resolve the issue. Once a dispute, claim or contentious issue has been
resolved, the Director, PG, shall notify all relevant UNOPS personnel, as well as the supplier in question as to the timing
and extent to which the supplier may be considered for future UNOPS procurement actions.
Chapter resources
The review process should ensure that the appropriate authority has been obtained for the commitment of funds; that
the best interest of UNOPS and its clients is protected; and that the procurement activities are carried out in conformity
with UNOPS FRR, relevant policies and procedures and are in accordance with generally recognized leading business
practices.
Detailed procedures on CPCs are included in the policies OI Contracts and Property Committees Submissions and
Reviews and OI Contracts and Property Committees Members and Duties and are summarized in sections 9.1 to 9.6
below.
The headquarters CPC (HQCPC) was established pursuant to Financial Rule 117.01(c) and renders written advice to the
ECPO with respect to: procurement activities; loss, damage or other discrepancies in relation to UNOPS property plant
and equipment; write-offs; establishment of corporate dwelling facilities; and activities related to the engagement of
individual contractors (ICA). In addition, Local CPCs (LCPC) have been established to render written advice to the Regional
Directors.
Submissions to CPC require the following clearance by a clearing authority (in addition to the prior pre-clearance by a
Procurement Reviewer):
LCPC submissions: the head of the submitting unit (typically OH/OC directors, PC managers, cluster managers);
HQCPC submissions: the Regional Director (or his/her designate) of the Region to which the SU is attached or, in
the case of a submission from an HQ unit, the relevant HQ Director (or his/her designate).
i. proposed contracts, including those on the basis of pre-selection by the funding source, involving awards to a
supplier in respect of a single request for a specific project or purpose, or a series of requests relating to the
same specific project or purpose, which in aggregate have a value greater than or equal to the thresholds
indicated in section 9.4.1 below in the last 12 months;
ii. proposed contracts and contract amendments that result from an exception to the use of formal methods of
solicitation, and the value is greater than or equal to the thresholds indicated in section 9.4.1 below. In the case
of amendments, only the value of the additional goods or services or works shall be taken into account to
determine the thresholds indicated in section 9.4.1;
iii. proposed contracts of any value which could reasonably lead to a series of related contracts, the total of which
may be greater than or equal to the thresholds indicated in section 9.4.1 below, including other indefinite
quantity contracts;
HQCPC review is not required (irrespective of the contract amount) when the following conditions apply:
a. the funding source is from the United Nations system or an International Financial Institution; and
b. the project agreement specifies the official(s) authorized to notify UNOPS of the funding source’s no-objection to
contract issuance; and
c. the funding source’s authorized representative has already reviewed the evaluation process conducted by
UNOPS and approved the award in accordance with the funding source’s internal procedures; and
d. the funding source’s authorized representative has provided, in writing, his/her no objection to UNOPS for the
issuance of contract and such is in accordance with the provisions of the project agreement; and
e. Director of Procurement Group has provided prior clearance at Project Engagement Stage; and
f. when the funding source is an International Financial Institution, the waiving of CPC review is subject to a letter
from the client stating that in accordance with the client’s procedures, the International Financial Institution’s no
objection is enough in its own right to award a contract and a separate review by UNOPS CPC would be
redundant and is not needed. In such situations, the contract may only be signed by an individual having the
required level of delegation of authority to be specified by the Director, Procurement Group.
In accordance with the ECPO decision in respect of each LCPC and the terms of the delegation of authority (DOA) issued
by ECPO to each Regional Director (RD), each LCPC shall render written advice to the relevant RD in respect of all or any of
the following in respect to procurement activities:
a. procurement activities within the Region, up to the limits established by ECPO (see section 9.4.1 below) and
subject to any special directions given by ECPO when approving the use of Emergency Procurement Procedures
for a particular project;
b. submissions in respect of another Region in the circumstances described in OI CPC - Members and Duties.
LCPC HQCPC
Issues relating to the thresholds/authority of HQCPC or an LCPC (such as whether a particular submission should be
submitted for review to HQCPC or LCPC), shall be determined by the HQCPC Chair, in consultation with the General
Counsel if necessary. Such determination shall be made available in the intranet by the Chair, HQCPC, for future
reference.
Any UNOPS personnel may be a Submitting Officer (SO). There are no restrictions on who can make a submission. The SO
is fully accountable for his/her submission. The SO may designate in the submission another colleague to act as contact
person and to whom the CPC shall address queries in respect of the submission. By such a designation, the SO authorizes
the contact person to speak on his/her behalf. The SO should ensure that any contact person is knowledgeable about the
submission and its background. The SO shall use his/her best efforts to be available (or shall ensure that the contact
person, if one is nominated, is so available) to respond to any queries which the CPC may have in respect of the
submission during the CPC meeting itself and, if necessary, in the period following the meeting.
Submissions will not be accepted for review unless they have been pre-cleared by a procurement reviewer (see section
2.6). The purpose of pre-clearance is to ensure that the submission is clear, complete, does not contain any obvious
errors or any contradictory information. It is technical assistance provided by the procurement reviewer to the SO. It is
encouraged that the procurement reviewer provides comments to the clearing authority (CA) in terms of any potential
concerns relating to the process to facilitate the review by the CPCs. Notwithstanding the pre-clearance and clearance of
each submission, the SO is fully accountable for his/her submission.
CPC minutes and ECPO and Regional Directors’ decisions are posted on the HQCPC intranet site.
Post facto case: where proper award has not taken place but services have been rendered and goods have been
received and, in some cases, one or more payments have already been made to the vendor;
Retroactive case: where proper award has not taken place and the goods have been ordered or the provision of
services has commenced, but the goods have not yet been delivered, nor have the services been rendered. In some
cases, invoices have already been submitted.
UNOPS FRR require that services or works are not to commence, and goods are not to be ordered, until a contractual
obligation between UNOPS and the entity has been established by signature of both parties to the contract. With the
exception of procurement activities with a value below USD 2,500 where no contract is required, every effort must be
made to avoid a situation whereby services or works commence and goods are ordered prior to the establishment of a
contract.
If a post facto/retroactive situation occurs, approval of payments and/or a contract must be obtained from the PA whose
authority for post facto and retroactive cases covers the monetary value involved, with prior review by a CPC if required
per the thresholds. Any irregularity in the procurement process identified in the post facto/retroactive review may lead to
disciplinary actions in accordance with 1.5 Ethical standards.
Two different scenarios exist depending on whether or not the procurement activity in question has been provided for in
an existing budget:
The procurement activity under review has been adequately provided for in the budget, but due process for
reserving the funds and establishing the appropriate contract has not been adhered to. In this case the general
procedures set forth in the instructions for post facto and retroactive cases must be followed; (see AI/FPG/2012/01
on Advance Financing);
Expenditures related to the procurement activity under review exceed the amount provided for in the approved
budget. In this case, consultations with the funding source regarding the funding issue are to be recorded prior to
any proceedings/decision on the matter. In addition to the general procedures, the procedures for post facto
review owing to insufficient funds must be followed.
All UNOPS personnel are expected to make every effort to avoid post facto or retroactive cases. When they do occur,
special approval of the PA is required before related payments are made or, if already made, for such expenditures to be
accepted by UNOPS as legitimate charges against the appropriate budget line(s). It must also be understood that
approval of the PA does not constitute, and must not be taken as the establishment of a precedent or justification for not
taking timely and appropriate action(s) in compliance with the FRR and recognized procurement procedures.
Contracts are awarded by the relevant authorized PA, and when applicable, based on recommendations from a contracts
and property committee (CPC). Refer to section 2.5.2, Delegation of authority and section 9.4 Scope of review of CPC.
An award may be made subject to the prior fulfilment of conditions, typically in the context of an approval by the ECPO or
regional director, further to CPC review. UNOPS can enter into a contractual obligation with the supplier only after official
award of contract by the relevant PA and fulfilment of any conditions to that award. If an ECPO or regional director award
is made subject to the prior satisfaction of certain conditions, the business unit shall keep the relevant CPC secretariat
informed of progress using the online HQCPC system.
Contracts shall be awarded within the offer validity period. If it is not possible to award the contract within the original
period of offer validity, an extension of the offer validity period must be requested from all bidders. A bidder may refuse
the request without forfeiting its bid/proposal security. Bidders agreeing to the request will not be permitted to modify
their bids/proposals but will be required to extend the validity of their bid/proposal securities (if applicable) for the period
of the extension. As such, extensions must be requested as early as possible to allow bidders sufficient time to produce a
new valid bid/proposal security before the expiration of the original.
The relevant PA must keep a note to the file or request for award on file for future reference, including the signed award
decision or the justification not to award. For cases reviewed by a CPC and submitted through the online CPC system
there is no need to maintain a hard copy of the submission on file, however minutes of the relevant committee and
signed recommendations by the relevant PA must still be kept in accordance with established records retention policy
(see 13.9 Maintenance of files).
For requests for award for any works contract, it is mandatory to include a contingency sum of between 6 percent and 12
percent in the procurement submission; which is an identified budget for necessary, unforeseen and unknown
components of works and which is disbursed according to rules established in each of the works contracts. Any deviation
to the contingency sum of between 6-12% shall be taken through discussion and agreement between the Head of
Engagement Assurance, IPMG, and IPAS PMI. The latter may include procurement of large scale works done on behalf of a
Government which is also the donor and such country has legislative constraints concerning contingency and this is
stated in the project agreement, along with actions to mitigate the risk further to the review by the General Counsel and
Director, PG. Please refer to section 13.6.2 for guidance on how to apply the contingency sum at contract management
stage.
For goods and services, if the submitting unit foresees that there may be an increase in the total contract amount due to
an increase in the quantities required (i.e. additional goods or services), it may request the award of the base contract
amount plus a margin not to exceed 12%. If the award is approved, the submitting unit may issue the contract for the
base amount and then issue amendments up to the limits of the approved contingency sum. The foregoing applies only
where there is a change in quantities of items that have been approved with the original award and there is no change in
unit price. An exception to the above is where the price of goods includes freight, in which case the unit prices may vary
as the cost of freight is linked to the quantities of items ordered.
Once the purchase order (PO) is issued in the ERP system (oneUNOPS), the relevant information is automatically
extracted from the system and posted on UNOPS website. It is therefore critical that the above information is entered
correctly. Furthermore, when a tender process has been carried out using the UNOPS eSourcing system, information on
the contracts awarded will be posted on the UNGM website.
When the solicitation is for the establishment of a long-term agreement (LTA) and no contract will immediately follow the
evaluation and award process, UNOPS shall issue written notification to the unsuccessful bidders and advise the name
and the country of the bidder(s) to whom UNOPS will issue the LTA(s).
Protest procedures
Suppliers that believe that they have been unjustly treated in connection with a solicitation process or award of a contract
by a UNOPS Business Unit may lodge a complaint directly with the General Counsel (GC).
All bidders must be informed of UNOPS independent bid protest procedure in the solicitation documents as well as in
subsequent contracts.
Procurement protest is defined in this context as any allegations made by a supplier with respect to failure of UNOPS or
any of UNOPS personnel to comply with relevant procurement procedures and uphold the basic principles and standards
of integrity, transparency and fairness expected in the public procurement context.
Under no circumstances will the personnel involved in the procurement process under complaint be allowed to
participate in the review of the protest. The GC will make an initial assessment of the complaint and may, at their
discretion, seek clarification from the PA responsible for the procurement process or any other personnel as required.
The GC will issue a response to the supplier. This response will reflect the final formal position of UNOPS on the matter.
Suppliers filing complaints may be granted clarification meetings with the GC in order to better understand UNOPS final
decision.
When a complaint is filed prior to contract signature, the contract may not be signed until the complaint is satisfactorily
addressed. The contract may be signed, and the performance under the contract will begin according to schedule, if the
PA, following prior consultation with the GC, determines that:
Debriefing procedures
UNOPS does not routinely debrief unsuccessful bidders. However, particularly in the case of high value or complex
awards, a debriefing may be conducted upon written request from an unsuccessful bidder.
The scope of the debriefing is to identify the technical deficiencies or weaknesses of the bidder’s proposal. Debriefings do
not discuss the following:
a) Trade secrets or other proprietary information including the methodology or approach of other vendors;
b) Financial or cost information about other vendors;
c) Evaluation scoring or the ranking of the vendors;
d) Other vendors’ details.
Chapter resources
Contract preparation;
Letter of intent;
Contract discussions with vendors;
Advance payments;
Signature, issuance and documentation.
Contract preparation
After a solicitation process, in which UNOPS has defined the requirements, a vendor is selected based on a bid or
proposal, and offered a contract by UNOPS.
UNOPS model contracts must always be used unless the donor (e.g. the World Bank) imposes different templates or
other formats that are routinely used in certain industry sectors (e.g. utilities, leases for property, electrical or water
services) if approved by a Legal Advisor. The model contracts are UNOPS templates that must be completed using
contract specific data.
Modifications and/or additions to the UNOPS standard contracts including annexes cannot be made without prior
consultation with a Legal Advisor for legal terms and PG for commercial terms. Care must be taken not to include any
requirements or conditions that contradict the UNOPS General Conditions of Contract (GCC), or the standard text of any
of the documents.
Further to FRR 118.06, written procurement contracts shall be used to formalize every procurement activity with a
monetary value of USD 2,500 or above and shall be accompanied by its corresponding contract and/or purchase order in
oneUNOPS for the purpose of committing funds further to the provisions of sections 11.1.7 and 11.3. The PA may choose
to issue contracts for purchases below the value of USD 2,500.
Contracts must be issued and signed by both UNOPS and the supplier prior to any delivery of goods, and/or the start-up
phase of works or services. The only exception to this is when the purchase order generated in the UNOPS ERP system
(oneUNOPS) is used as the contract itself and it has been approved electronically by an appropriate PA in the ERP system.
If the vendor is not yet at the oneUNOPS vendor database, they will be requested to complete a supplier form, including
their banking details, in order to create them as vendors in the ERP system. All vendors are approved in oneUNOPS by the
UNOPS Bangkok Shared Service Centre (BSSC).
Letter of Intent
A Letter of Intent (LOI) is a written statement of the intention to enter into a formal agreement and is often used to allow
suppliers to mobilize for contract implementation. It is done after the award has been approved and before signature of
the final contract can be affixed. LOI is not regularly used by UNOPS. For procurement of works, an LOI shall not be used.
The LOI is a contractual instrument that entails substantial risk, and must therefore be used only after careful risk
assessment, and only by UNOPS personnel with substantial and relevant contracting and technical experience.
Responsibility for risk assessment rests with the PA, who shall be held accountable, and who shall seek advice by a Legal
Advisor prior to issuing the LOI.
If issued, the UNOPS standard format for LOI must be used (unless the project agreement prescribes the use of a specific
template required by the donor), limiting UNOPS responsibility and allowing UNOPS to withdraw the LOI with minimum
legal and financial consequences.
An LOI shall only be issued after appropriate award has been approved, and only when all financial terms have been
completely agreed upon with the supplier and all contract costs are known to UNOPS. Thus, an LOI can only be used to
Certain key areas, such as detailed delivery plan, milestones, payment schedule, and in certain cases, special terms and
conditions, may form part of the contract discussions. However, this should not be confused with negotiations as these
must be conducted prior to award further to section 8.9. In the rare event that price negotiations take place after the
award of contract, the CPC and/or the awarding PA must be informed as per provision in section 8.9.
There are no strict rules as to how to discuss pending details to be included in the contracts. It is important to note that
UNOPS must inform the vendor it discusses or negotiates with that UNOPS only accepts offers in writing. Else, by law, the
results of verbal contract negotiations could form a contract and the vendor could begin performance.
No negotiations of contract terms and conditions should take place following contract award as the modification of
certain provisions (e.g. limitation of liability, insurance and liquidates damages) may disadvantage other bidders and
expose UNOPS to the receipt of bid protests. If the bidder has not recorded any reservations regarding UNOPS conditions
in its offer, UNOPS may choose not to enter into negotiations on contract terms proposed by that bidder, if selected.
Advance payments
Advance payments refer to payments made prior to receipt of goods or performance of any contractual service or works.
Such advance payments are distinguished from the case of contracts for services and works, where the contract generally
foresees performance of a series of services scheduled for completion/delivery within the timeframe of the contract.
These established delivery times for partial services (often referred to as ‘milestones’) constitute the basis for partial
payments to the contractor, i.e. progress payments, which are intended as reimbursements of expenditures incurred and
partial payments of the contractor’s fees already earned. However, should part of such payments be requested in
advance of delivery of goods, services or works specified in the requisite contract, they would be referred to as ‘advance
payments’.
UNOPS FRRs, in rule 122.20 stipulate that except where normal, commercial practice or the best interests of UNOPS so
require, no contract shall be made on behalf of UNOPS that requires payment(s) in advance of the delivery of products or
the performance of contractual services.
If a common practice of advance payments exists in the industry/sector, which is often the case for construction works, or
in order to avoid financial hardship on the contractor, an advance payment may be justified and this should be provided
for in the solicitation documents (per section 6.5.2 paragraph r).
UNOPS contracts for works have their own established mechanisms to manage advance payments to avoid associated
risks. The contract will also provide instructions regarding the reimbursement of any advance payments.
When an advance payment is being requested for a given contractor it shall be subject to approval per the authorities
established in Table 8 below.
Any exceptions to this rule may be authorized in writing by the ECPO or his/her delegate. When submitting a request to
the ECPO, proper justification shall be provided; e.g. a statement by the requesting authority within the funding source
(i.e. the individual who signed the engagement contract or written delegation to another person), stating their acceptance
of an alternative form of suitable security, or no security at all, in areas where contractors have extremely limited, if
indeed any, access to bank guarantees.
When the vendor’s proposal is presented for recommendation for contract award, the evaluation team must summarize
the assessment of request for advance payment, indicating whether an advance payment is justified.
In the event that a vendor requests an advance payment, UNOPS shall request the vendor to submit documentation
regarding their financial status, e.g. audited financial statements. For this purpose, the evaluation team should review
previous experience of UNOPS with the vendor, if applicable, and the financial solvency and reliability of the vendor must
also be determined. This assessment may be based on a financial report. In addition, it shall be ensured that corporate
registration documents are submitted with the offer and verified. Procurement officials shall examine references and, if
desired, run a Dun and Bradstreet report to check that the supplier’s public record is in the best interest of UNOPS.
UNOPS contracts for works contain specific mechanisms for the management of advance payments (see 11.6.7 Important
provisions in works contracts). The contract will also provide instructions regarding the reimbursement of any advance
payments. To mitigate the risks associated with advance payments it is preferable (although not required unless advance
payment is over USD 250,000) to cover all advance payments with a bank guarantee. If a bank guarantee cannot be
provided, the PA must prepare and sign a note to the file, explaining the due diligence carried out and how the risks to
UNOPS have been mitigated. The PA shall then make sure that the procedures detailed above are complied with and that
the proper documentation (as specified above) is kept on record. For more information on guarantee for advance
payment, please refer to 6.5.2 Particulars and instructions to bidders.
Once an advance payment has been authorized, it shall be processed in oneUNOPS per details included in the PQMS
process Manage Prepayments Approval.
Table 8 | Extract of Finance DOA, Table F: Advance financing and advance payments
Levels
Performance securities
Performance securities can be requested by UNOPS from the selected vendor in order to mitigate the risk of supplier
non-performance and breach of contractual obligations (such as delivery of all equipment, services rendered, and works
completed as per the contract). Securities and guarantees are normally issued in the form of an unconditional and
irrevocable on-demand bank guarantee. However, bonds, demand drafts, cashier’s cheques or irrevocable cheques
certified by a bank can be accepted in lieu of guarantees if approved by a Legal Advisor and FG. This should be specified
in the tender documents, along with UNOPS templates for the same if applicable. Refer to section 6.5.2, paragraph p for
details.
If a performance security is required, the vendor shall provide a security for performance of the contract within a
specified period of time from contract signature, in an amount which usually corresponds with a percentage of the total
contract value (normally 5-10%). The proceeds of the security (an established amount) shall become payable to UNOPS in
the event of the supplier’s failure to perform.
Levels
Where bank guarantees need to be reviewed and authenticated by FG, the requesting units are requested to provide
details through the dedicated intranet site.
In general, a bank guarantee must be received via authenticated swift message in the first instance. Whilst guarantees can
be provided in the form of a drafted letter on bank letter headed paper, UNOPS FG insists that all reasonable steps are
taken to receive all guarantees via swift. This is an added level of security as it confirms beyond doubt the validity of the
guarantee. Where an issuer cannot provide a bank guarantee via authenticated swift message, UNOPS FG must be
consulted in order to accurately confirm beyond reasonable doubt the validity of the guarantee.
The following aspects will be verified regarding the bank issuing the guarantee:
Credit rating of the issuing bank. To minimize Credit Risk, and unless approved by FG, UNOPS will only accept bank
guarantees from banks or other financial institutions with a minimum Long Term Credit Rating of BBB- with
Standard and Poor’s, a minimum Long Term Credit Rating of Baa3 with Moody Investor Services, or a minimum
Long Term Credit Rating of BBB- with Fitch Ratings.
Sovereign credit risk, in instances where the bank is wholly or partially owned by a state/government entity.
If the bank is included in the pre-authorized list by UNOPS.
The process to authenticate a bank guarantee received on bank letter headed paper is detailed on guidelines issued by
FG in PQMS and includes checking the following:
The contract should be issued in one original copy and the supplier should be instructed to return a countersigned
scanned copy to UNOPS. Alternatively, UNOPS may issue two original copies, sign both, send them to the supplier and
instruct them to return one of the originals. The signed contract must be kept on record for future reference.
All pages of all the documents forming part of a contract or agreement to which UNOPS is a party, including all
attachments, need to be initialled by duly authorized representatives of the parties, except for the page that contains the
full signature block, which shall be signed by such representatives. Per OI Document Retention, electronic or digital
signatures will be considered valid only through the use of the Corporate Electronic Signature Product.
Once the contract has been prepared, there is no particular UNOPS practice regarding which of the contracting parties
should first sign. However, in all cases, care must be taken to ensure that the signatories to the contract are legal persons
for the purposes of contractual relations, and have the ability to represent and capacity to bind the respective contracting
parties to the obligations thereunder.
The contract shall also be created and approved in the oneUNOPS contract management module13, in addition to being
issued in a document format, except for instances where the oneUNOPS purchase order itself is the contract. This will
enable the creation of a global repository of contracts, facilitate the financial tracking of purchase order spend against
contracts and awards, create efficiencies in the purchase order creation process and enhance reporting possibilities.
It is important to note that per UNOPS FRR 105.01(c) “Commitments shall not be made under a project agreement prior to
the receipt of project funds except in cases of approved advance financing activities”. As such, PAs shall ensure that no
contract is signed with a contractor without having the full amount encumbered for the same in oneUNOPS, except for
approved advance financing situations or other approved exceptions such as non-cash projects. Any other exceptions to
this requirement shall be cleared by a Legal Advisor prior to signing the contract.
Once a contract has been signed, it may be amended only if the contract provisions allow modifications and if additional
related goods, services, or and/or works are to be provided/rendered by the same supplier in furtherance of the
execution of the original contract. Each contract amendment must be in writing and must comply with applicable
contractual terms and conditions and UNOPS procurement procedures. Please refer to 13.6.1 Contract amendments for
further guidance. All other situations call for a new solicitation process and establishment of a new contract.
Situations that do not require contract signature by UNOPS and/or the vendor
When the purchase order generated in oneUNOPS is used as the contract itself, signatures shall not be required as
follows:
a) UNOPS signature shall not be required where the PO generated in oneUNOPS has been approved electronically
by an appropriate PA in the system;
b) Vendor signature shall not be required where the goods are standard and have already been delivered and
received; where the goods are to be delivered in a routine manner and where the vendor is known as a reliable
source and the order value is small; where the industry is providing off-the-shelf goods and product return is
easy; where there is an LTA that governs the PO; and where there is a PO change order and the order is issued
for payment only or to close a PO.
13
This requirement shall become mandatory upon release of the contract management module, estimated in Q2-2019.
Instrument of agreement;
Special conditions;
UNOPS GCC for goods, services or goods and services;
Technical specifications, TOR, SOW, budget (for cost reimbursable contracts), template for performance securities,
delivery requirements, etc.
A contract for construction works between UNOPS and a supplier must include the following sections:
Instrument of agreement;
General conditions;
Particular conditions (if applicable);
Schedules.
Instrument of agreement
The contract must contain the following elements:
1. Identification of the parties contracted as well as the person authorized to act on behalf of the contracted party
including: name, address and contact details. In the event that the contract is the result of a joint offer, UNOPS
will usually contract with one entity which must always be the lead entity;
2. Scope of the goods/works/services being procured and the quantity being provided, as well as entry into force
and time limits of the contract;
3. A reference to the contract documents (i.e. Special Conditions, UNOPS General Conditions, specific returnable
forms included in the bidder’s offer). For UNOPS contract for works, all required information must be included in
the schedules. The works contract should not contain any other information or documents – specifically UNOPS
solicitation documents – and the contractor’s bid should not be attached to the contract;
4. Price and payment terms. Contracts must be denominated in the currency indicated in the bidder’s offer,
provided it was allowed for in the solicitation document. It is important to establish tangible indicators for
payments, linked to milestones in delivery of services or completion of works. For works contracts it is common
to have interim progress payments based on a regular measure of the works completed. Final payment must
always be based upon acceptance of documentation for completion of services or works, or delivery of goods;
Under these standard contracts, a payment modality must be chosen. UNOPS generally uses a form of ‘lump
sum’ or ‘unit price’ contract (measured price in construction contracts):
A ‘lump sum’ contract is used whenever it is possible to determine with sufficient precision the quantity
and scope of the goods/services/works required from the contractor;
The ‘unit price’ contract must be used only when the nature of the services/works/goods makes it
impossible to determine with sufficient precision the quantity of the services/works/goods required
from the contractor. In this case, the contract sets a maximum amount for both the total amount and
the provision of each component of the services (e.g. rate per work day, cost of each round- trip etc.),
and establishes the applicable unit price. The maximum amount cannot be exceeded;
The use of percentage-based contracts measuring consultancy costs as a percentage of total
construction costs is discouraged.
5. Contracts valid over a longer period (over 12 months) may contain price adjustments linked to officially
published price indices to cover changes in work rates. The increase may also be estimated and incorporated as
a fixed rate over the entire life of the contract. Contracts for commodities whose price may fluctuate over time
(e.g., petroleum products, metal products, etc.) may be based on commodities/mercantile exchange prices (e.g.
Platts index or LME) provided this is clearly specified in the solicitation document. For such contracts, it is good
practice to specify in the contract that the final price shall not exceed a specified maximum amount and that the
contractor should adjust the quantity accordingly so that the contract amount is not exceeded. The UNOPS
Contracts for Works (Short Form, Measured Price, Lump Sum and Design and Build14) include specific clauses for
14
The Design and Build Construction Contract and related templates are effective upon the release by IPMG.
Special Conditions
The inclusion of Special Conditions must be approved by a UNOPS Legal Advisor. They should be incorporated in certain
circumstances where changes and/or additions to the UNOPS General Conditions of Contract or the Instrument of
Agreement are required, either prior to issuing the solicitation documents (see 6.5.6 Contractual information), or as a
result of the response received from the bidder during the solicitation process.
The GCC contain specific provisions on mines, child labour, sexual exploitation, and the fundamental rights of workers.
Suppliers signing UNOPS contracts automatically agree to abide by these conditions. Procurement officials should bring
these clauses to the attention of the supplier at the time of signing the contract.
The GCC apply to all UNOPS contracts and form part of the contractual agreement between UNOPS and the supplier.
They are either enclosed as an annex to the contract, or suppliers are referred to the UNOPS website where the GCC are
accessible. In the case of construction works, the GCC are included as a fixed and non-modifiable part in each of the six
FIDIC-based contracts especially adapted for UNOPS. GCC for the use of goods and services are not applicable for
contracting of works.
UNOPS generally does not agree to the use of the general terms and conditions of the other party. If UNOPS is requested
to do so and if this is not already specified in the signed agreement with the client, a Legal Advisor must be consulted for
advice.
In the case of UNOPS contracts for works, the technical specifications are explained and included in the schedules of the
contract. The schedules reflect the technical specifications that need to be included, depending on the complexity of the
contract and should include all necessary design details, drawings, bills of quantities (BOQ), etc. In UNOPS Design and
Build Construction Contract, the technical specifications are established as the employer’s requirements.
1. A type of contract issued to a supplier to document the purchase of goods and/or simple services.
The template to be used is a printout of the PO generated by oneUNOPS. Exceptions to this include the
PO template generated by UN Web Buy Plus or the template for field purchase order (for values below
USD 2,500).
When used as the contract itself, the PO must be accompanied by relevant annexes, including the
General Conditions of Contract (or reference is made to the GCC on the UNOPS website), Special
Conditions of Contract if applicable, a copy of the specifications and packing and shipping instructions if
applicable, etc. Note: a PO cannot be used as the contract document to procure works (in lieu of any of
the contracts for works included in section 11.6, unless approved in writing by IPMG).
2. A means of committing funds in oneUNOPS, per section 11.1.7. This applies to purchases equal or above to
USD 2,500 where there is a separate contract (for goods, services or works) being issued the supplier, i.e. when
the oneUNOPS purchase order does not act as the contract itself (as per point 1 above) and thus applies to
contracts covered in sections 11.6, 11.7 and 11.8 below. A PO in oneUNOPS is not required for transactions
under an approved Operational Advance context nor when using the Corporate Credit Card as transactions
under these mechanisms are reconciled differently from a finance perspective.
Since procurement through LTAs is a very efficient way to carry out procurement, all procurement officials must keep
abreast of existing LTAs (i.e. as included on the UNOPS intranet and UNGM) and assess if an LTA could be used for their
requirements. Procurement officials should also check UN Web Buy Plus as the items included in its electronic catalogue
have been added further to the establishment of an LTA.
UNOPS has established a number of LTAs covering a whole range of requirements. An overview of existing LTAs, together
with separate instructions and user guides on how to use them, can be found on IPAS Procurement intranet LTA page.
Particular care must be taken to comply with the instructions for each LTA as the basis for establishment of LTAs varies.
Competitive prices: aggregating the volume over the life of the LTA may lead to lower prices for some types of
goods/services based on the principle of economies of scale. LTAs can enable UNOPS to fully leverage its market
position taking advantage of its size, procurement volume and geographical presence in order to obtain best value
for money. For instance, LTAs might include a provision that suppliers must pass on any price reductions obtained
through bulk purchase to UNOPS. The same may apply to pre-defined discount schemes in the contract once a
certain volume has been purchased by UNOPS;
Simplified business process leading to reduced transaction cost: an LTA established by a single selection process allows
call-off orders at any time during the life of the LTA, thus avoiding the time and resources needed for repetitive
procurement actions, for the same set of goods or services;
Consistency in quality and reliability of source of supply: by having established quality standards in the LTA, the time
spent on inspection and possibility of rejection of goods/outputs are reduced;
Standardization of requirements: promotes standardization of requirements across offices which could contribute to
reduction in operation and maintenance costs and other efficiencies;
Reduced delivery lead time: as many aspects are pre-agreed and specified in the LTA, the lead time between the call-
off and delivery is significantly shortened and this is particularly relevant during emergencies. LTAs are particularly
useful for goods that can be stocked, or services set up for immediate mobilization or deployment.
However, when LTAs are not set-up, used or managed properly, they may not necessarily represent value for money,
reduce supply sources and expose UNOPS to other risks as follows:
Dependency on vendors: extensions beyond the initially established duration could lead to unhealthy relationships
or monopolistic behavior, perception of preference or collusion among suppliers resulting in uncompetitive prices,
thus diminishing quality of service and creation of barriers to entry for other vendors;
Hedging: if the requirement is for fixed prices over the entire life of the LTA, vendors tend to hedge prices and peg
them at higher rates to compensate for possible price increases for the goods or services over the life of the LTA
and which may not be advantageous if prices go down during the LTA period;
Opportunity losses: because of their long term nature, LTAs could cease being the source of the best value for
money or represent the optimal solution such as when new market players and/or better solutions enter the
market over the life of the LTA, and/or when there are technological improvements and/or falling prices, thereby
undermining the benefits offered by the LTA. Furthermore, when LTAs are used for larger volumes than originally
estimated when it was set-up may not represent the best value for money if the goods/services lead to volume
discounts that are not factored into the LTA.
Types of LTAs
There are three main types of LTAs set-up at UNOPS:
1. Single vendor LTA. One vendor supplying the total requirements for a given type of goods/services;
2. Multiple vendor LTAs without secondary bidding. Two or more vendors supplying the same requirements. Among
others, the reasons for having multiple LTAs in place can be related to securing supplies at times of high demand
through several sources, geographical location of the vendor (landed costs, shorter transit time etc.), ability to
provide after sales service and support of the goods or provision of the services at the specified location, and the
availability of different options such as for the establishment of product catalogues in UN Web Buy Plus.
Wherever UNOPS has established multiple LTAs with different suppliers for the same product or services,
procurement officials shall make sure they select the LTA which best suits the specific requirement in the
respective area of operations. The reasons for selecting a specific LTA for the issuance of call-off orders shall be
documented in the procurement file including a value for money assessment;
3. Multiple Vendor LTAs with secondary bidding. Two or more vendors supplying similar or identical requirements,
and the final placement of each call-off is determined through a secondary bidding. If secondary bidding is
considered, it shall only apply to those components of a requirement with prices that are not fixed in the LTA
(e.g. freight) or that are subject to ceiling prices. Other aspects, such as supplier capacity, delivery time and
mobilization time at the time of request, may also be subject to secondary bidding.
Secondary bidding must be conducted as per section 6.6.7 Solicitation of offers against LTAs.
The above types of LTAs can be further classified based on their geographical coverage:
Country specific LTA: established for use by a specific business unit (PC, OC, OH) to procure goods or services
required in-country only, with local or global vendors. The LTA is set up and managed by the respective business
unit. An LTA that has been set-up in one country for goods and services sourced from within that country should
not be used in another country, as the market conditions may vary between the two countries and usage across
countries may not reflect value for money;
Regional LTA: for use by a business unit in a specific region of UNOPS operation (e.g. Asia Region, Latin America and
Caribbean, Africa, etc.) or by sub-regional groups. Such LTAs may be set up and managed either by the respective
Regional Centre or a business unit within that region or sub-region;
Global LTA: for use by all business units. Such LTAs are normally created and managed centrally by an HQ Unit
(normally SSC) or units with global presence such as the Peace and Security Cluster. This category is typically used
for LTAs that feed the electronic catalogues of UN Web Buy Plus.
IPAS Procurement must be informed about all upcoming LTAs in advance, i.e. prior to initiating the procurement process,
and, as necessary, will provide guidance on establishing the LTAs. As an LTA is created for a long duration and requires
both upfront and long-term resources and expertise to set up and manage effectively, the decision to create an LTA
should be based in a brief business case to be submitted to IPAS Procurement for approval and which should outline the
following elements:
As per FRR, an LTA is a written document signed with a contractor, issued following a competitive selection process. As
such, all LTAs must be established further to the use of formal methods of solicitation as described in chapter 6. Any
exception to this, i.e. the establishment of an LTA further to an exception to the use of formal methods of solicitation (see
6.8 Exceptions to competitive tendering or formal methods of solicitation) must be pre-cleared in advance by the General
Counsel.
When establishing an LTA further to formal methods of solicitation, the tender document must be clear on the following
points: type of LTA and geographical coverage; duration; price adjustment methods (if applicable); and the award
methodology, especially when it is expected to award more than one vendor.
The establishment of all LTAs must be reviewed by HQCPC (see 9.4 Scope of review of CPC) and approved by the ECPO.
Instructions describing the use and applicability must accompany every established LTA.
In order to advance UNOPS sustainability objectives, it is recommended whenever possible to include alternative
products with the same functionality but increased sustainability content, e.g. increased energy efficiency, to provide LTA
users with a selection of more sustainable alternatives.
LTAs might include a price adjustment mechanism, which must be considered in the procurement planning phase,
specified in the original solicitation document and included in the LTA. The following approval procedure applies to LTAs
with annual price adjustment:
For price increases of less than 10 percent, the PA must approve the increase documented by the procurement
official in a note to the file;
For price increases exceeding 10 percent, HQCPC review and ECPO approval is required;
In all cases the justification for approving the price increase must be documented and kept on file.
The following situations do not require HQCPC review prior to making an amendment to the LTA: adjustments to items
included within the LTA when these adjustments are due to country specific modifications, changes in pack size, options,
spare parts and successor models of the same brand. In these cases HQCPC submissions are not required, except from
when either a country specific modification or a successor model’s item price increases beyond 10 percent. The fact that
these situations do not require HQCPC review prior to doing an amendment does not exempt the unit managing the LTA
from assessing whether the items to be added in the amendment are technically compliant and at a reasonable price.
When requesting approval of a call-off order, the PA must be provided an explanatory note in order to facilitate the
decision-making. If the personnel with DOA (PA) has approved the call-off order but cannot sign the original document as
they are not physically present, it can be signed by any PA.
In addition to ensuring that the PA has the required authority to approve the call-off order, the PA must also be satisfied
that the instructions related to the applicability of the LTA have been followed. In particular:
a) If the issuance of the call-off order is the result of a secondary bidding exercise, the PA must ensure that the
ceiling prices specified in the LTA have not been exceeded;
b) If the issuance of the call-off order is further to a multiple vendor LTA without secondary bidding (e.g. when the
call off order is against a product included in a UN Web Buy Plus catalogue), that value for money is achieved;
c) The PA must be satisfied that any specific conditions of the LTA are met, such as existence of maximum value for
call-off orders, maximum cumulative value per year, etc.;
d) If the LTA, whether established by UNOPS or by another United Nations entity, is based on an exception to
formal methods of solicitation, the PA must verify at the time of reviewing the call-off order that valid reasons
exist for standardization, accelerated delivery, etc.
Call-off orders must state the details of the relevant LTA, such as the LTA reference number or other specifics that
facilitate future reference.
Any BPA that UNOPS enters into must have a defined contract ceiling, which shall not exceed USD 50,000. The agreed
contract ceiling is fixed for the 12-month contract period and cannot be raised. If the BPA is still valid and the requirement
persists, once the contract ceiling has been reached there must be a new competitive procurement exercise even if such
ceiling is reached before the 12-month period. On an exceptional basis, if the ceiling amount has not been reached in a
12-month period, the BPA contract may be extended by an additional 12 months.
It is important that procurement officials closely monitor orders placed against a BPA and the related expenditures.
Procurement officials shall flag to the PA any risk of a BPA exceeding the defined threshold well in advance and may not
issue any orders against a BPA whose contract ceiling has been exceeded. The Director, PG, at his/her sole discretion,
may request reports on existing BPAs and the number and value of orders (releases) issued against them.
For tendering of BPAs, the defined thresholds for the use of formal and informal methods of solicitation shall apply:
owing to the USD 50,000 ceiling, an RFQ will suffice. BPAs awarded in line with this ceiling are below the review threshold
of a Contracts and Property Committee (CPC).
Releases must quote the details of the relevant BPA, such as the BPA reference number, approved contract ceiling or
other specifics that facilitate future reference. Once the approved maximum total contract ceiling has been reached, no
further releases may be issued against a BPA.
When UNOPS is implementing works for or on behalf of a partner, the roles and associated liabilities of UNOPS and its
partner shall be clearly defined in the agreement between the two parties (i.e. is UNOPS responsible to deliver the works
to or on behalf of its partner? Is UNOPS responsible for the works design? Is UNOPS acting in an advisory capacity only?).
Where UNOPS is responsible to deliver part or all of the works, depending on the associated risks, UNOPS may decide to
implement the works directly or to delegate part or all of the works implementation to contractors and/or consultants. In
this case, UNOPS works contracts shall be used (unless agreed otherwise with UNOPS partner).
UNOPS has in place six template works contracts15 based on the International Federation of Consulting Engineers (FIDIC)
standard suite of contracts:
Consultant Services Contract for Works (based on the FIDIC White Book);
Minor Works Construction Contract (based on the FIDIC Green Book);
Short Form Construction Contract (based on the FIDIC Green Book);
Measured Price Construction Contract (based on the FIDIC Red Book);
Lump Sum Construction Contract (based on the FIDIC Red Book);
Design and Build Construction Contract (based on the FIDIC Yellow Book).
It is imperative to select the correct contract, giving due consideration to the nature of the engagement and the risk
profile of the works.
Elements to take into account when selecting the contract for works include the technical complexity and value of the
works, the level of sophistication and technical capacity of the UNOPS team responsible for the project and that of the
15
At the time of issuance of this Procurement Manual, IPMG is in the process of reviewing the existing works contracts.
Procurement practitioners shall always refer to the latest version of the works contracts as per the OI UNOPS Works
Contracts and corresponding templates on the intranet.
Selection criteria for each type of contract are provided in the section below. Deviations from the selection criteria shall
be approved by the Head of Standards, IPMG.
In the case of design services, reference to the applicable UNOPS design planning manual in the tender documents and
the contract is a mandatory requirement to ensure that Consultants comply with minimum applicable standards. Further
note that for design services the end date in the contract should wherever possible be the end of the underlying
construction activities to ensure that any required variations to the design will be done by the Consultant responsible for
the design (not by UNOPS), so that liability for the design is not transferred to UNOPS. Refer to OI Design Review of
Infrastructure Works for further guidance.
The concept behind the standard Minor Works Contract is to simply enable a formal agreement between contractor and
UNOPS. Most management of the contractor is carried out by UNOPS on a common sense basis with UNOPS managing
the contract and supporting the contractor in delivery of the contractual obligations.
It is likely that the contractor is inexperienced with formal agreements and thus has less capacity to either manage the
contract from their side or deliver the expected level of quality control without assistance. The contract has no capacity to
handle price escalation. It has a simple variation and contingency capacity that should be adequate for simple and minor
works.
Indicators for the use of a more robust contract (the Short Form for example) would be experienced contractors,
technical or logistical components of the works that are not commonly found, challenging site conditions or other
elements liable to change during the works.
This contract shall be used for works of award value of between USD 250,000 and USD 1,000,000.
The Contract has default thresholds for variables in the schedules that will require project specific inputs by competent
technical UNOPS personnel under direction of the project manager. It has an integral contingency capacity for variations
to works as standard that should be used. It can facilitate price escalation if required although not recommended as a
default.
If a lump sum basis is used for the contract, the documents must include a detailed schedule of rates to enable effective
management of any variations to the contract.
If the works are to be taken over in parts, the timing for taking over a part of the works has to be managed through
milestone payments. Works that require a more stringent partial take-over process (i.e. if completion dates and delay
damages for each part of the works is required) then the more complex Measured Price or Lump Sum Construction
Contracts should be used.
Indicators for the use of the more robust contract (the full Measured Price or Lump Sum contracts) are: technical or
complex works with technical and performance risks, a high probability of unforeseen conditions subject to change, a
highly competent contracting environment, use of international designs or contractors.
The Measured Price Construction Contract shall be used for complex works with competent contractors and requires
experienced UNOPS personnel to manage the contract provisions.
The Measured Price Construction Contract shall be used for works with an award value of over USD 1,000,000.
The contract has default thresholds for variables in the schedules that will require project specific inputs by competent
technical UNOPS personnel under direction of the project manager. It has an integral contingency capacity for variations
to works as standard that should be used. It can facilitate price escalation if required although not recommended as a
default.
This contract requires experienced and professional management with strict adherence to time based commitments. If
used on too small or simple works it can be cumbersome in administration; however when used for suitable works it will
provide a reduction in risk, confusion and will be more effective than using a simpler contract.
If the Works are to be priced on a lump sum basis then you must use the UNOPS Lump Sum Construction Contract.
The Lump Sum Construction Contract shall be used for complex works with competent contractors and requires
experienced UNOPS personnel to manage the contract provisions.
The Lump Sum Construction Contract shall be used on works with an award value over USD 1,000,000.
The Contract has full functionality and clearly defines obligations placed upon all parties. It is designed to be used on
complex works with competent contractors and experienced UNOPS personnel.
The contract has default thresholds for variables in the schedules that will require project specific inputs by competent
technical UNOPS personnel under direction of the project manager. It should be noted that the Lump Sum Contract is not
a fixed price contract and is subject to variations in price should the work scope or conditions expected at time of tender
differ from those experienced during the execution of the works.
The contract must be supported by a detailed schedule of rates to ensure that variations can be fairly valued and have a
complete BOQ to enable full recognition of the scope of the works.
The Lump Sum Contract has an integral contingency capacity for variations to works as standard that should be used. It
can facilitate price escalation if required although not recommended as a default.
Whilst the payment process will be based on sectional completion milestones making measurement of the works more
straightforward, the project teams should maintain vigilance to ensure that the works are delivered to the required
quality standards and not reduce the level of effort required to manage the works.
This contract requires experienced and professional management with strict adherence to time based commitments. If
used on too small or simple works it can be cumbersome in administration; however when used for suitable works it will
provide a reduction in risk, confusion and will be and will be more effective than using a simpler contract.
Given its complexity, prior approval from the Head of Engagement Assurance, IPMG, is required to use this contract
modality.
Prior to issuing the tender process, the “Employers Requirements”, that is the design requirements for the works, shall be
reviewed and approved by the IPMG Design Review team. Upon approval, an interim Design Review Certificate will be
issued by IPMG. Once the design has been prepared by the contractor, it shall be reviewed and approved by the IPMG
Retention and Forms of Performance Security: Retention refers to an amount of money (expressed as a
percentage rate in the contract, normally 5-10%) withheld from each and every payment made to the contractor
that gives the employer (UNOPS) leverage to make sure the contractor performs the works satisfactorily.
Upon taking over of the works, the employer (UNOPS) will typically return half of the retention to the contractor.
The balance of the retention will typically be returned to the contractor upon final completion of the works.
Another form of performance security is when UNOPS holds an unconditional and irrevocable on-demand bank
guarantee (or similar instrument) from a contractor in order to ensure performance of the works (see 6.5.2
Particulars and instructions to bidders, paragraph p and 11.1.5 Performance securities for details). Should the
performance of the contractor be determined by the employer (UNOPS) to be unsatisfactory, the relevant
contractual procedures shall be executed in accordance with the provisions of the contract in consultation with
IPAS. UNOPS may cash the bank guarantee as compensation for the contractor’s breaches. A bank guarantee for
performance (or similar instrument) shall be valid through final completion of the works, and will typically state
that its value shall reduce by half upon taking over of the works and expire upon final completion of the works.
Note that one may require either retention or a bank guarantee (or a similar instrument) as performance
security, or both, as long as the total security amount is within the maximum of 10% requirement.
Approval to deviate from the above threshold shall be taken through discussion and agreement between the
project manager, the Head of Engagement Assurance, IPMG, and IPAS.
Bank guarantee for advance payments: An advance payment can be made to the contractor that will enable
them to commence the works and get to the first interim payment within their financial means. However, the
use of advance payments is discouraged wherever possible. Another option to improve a contractor’s cash flow
is to make more regular payments. For works contracts, advance payments should normally not exceed 10% of
the total contract value. Approval to deviate from the 10% threshold should be sought from the Head of
Engagement Assurance and be in consultation with the Engagement Authority.
Bank guarantees are required in these payments to avoid the involved risk. All such guarantees accepted by
UNOPS shall be unconditional and on demand, and the necessary templates are provided in the contract.
UNOPS rules stipulate that advance payments over USD 250,000 must be covered by bank guarantee, but it is
also recommended for smaller amounts (see 11.1.4 Advance payments for details).
To recover the advance payment, UNOPS will state in the contract a percentage rate that will be deducted in
each interim payment until the advance payment amount has been repaid. It is recommended to recover the
advance payment approximately half way through the works, i.e. they should set the minimum amount that will
enable contractors to mobilise and reach the first payment.
Price escalation: is the practice of having a mechanism to increase unit prices throughout the contract life that
should reflect inflation. It is more commonly used in large contracts in areas with significant inflation. Some
locations use it very commonly throughout the general construction industry and in these locations there are
well defined mechanisms to control it. It may be the case that if you do not include it in the contract you will fail
to attract competitive bids.
If it is the standard practice in your area of operation, it may be preferable for you to use price escalation to
avoid contractors tendering inflated bids to cover for unknown inflation and unfamiliar contract terms and
conditions.
Given the volatile working environments that UNOPS operates in and the potential for significant price escalation
(it rarely goes down but sometimes does, such as the recovery from post disaster scenarios) over time, it may be
considered prudent to consider a price escalation clause for construction periods of greater than 18 months
duration.
If there is a clear indication of a significant future rise in cost, the contractor could be assumed to have
considered it in setting the relevant contract rates. Note that this is effectively betting on the future value of
Alternatively, for small or simple services, a oneUNOPS PO may be issued in lieu of a contract for small services, further to
the provisions in section 11.3.
Furthermore, the procurement official must ensure that the correct asset category is indicated in the oneUNOPS PO. In
line with the UNOPS FRRs, the correct identification of assets at procurement and receipt stage will guarantee that
organizational assets are effectively tracked and reported in the financial statements. For the correct asset categories,
buyers must refer to the OI Fixed and Intangible Asset Management.
12.1 Overview
Logistics planning begins at the needs assessment phase of the procurement process by considering the desired result of
the requisitioner and the end user and identifying the actions needed to ensure successful completion of the activity. The
key requirements are close collaboration and effective communication between the requesting business unit and the
procurement official.
The following steps in the logistics planning process should be considered at the various stages of the procurement
process:
1. Understand the operational context of the required product and, to every extent possible, assist in developing
specifications for shipping, delivery etc. suitable to local conditions;
2. Determine urgency of the requirement. Urgency may determine location of the purchase and the mode of
transport;
3. Determine the type of sourcing, mode of transport, any possible transport requirements (e.g. uninterrupted cold
chain), the available lead time and the financial resources for the procurement activity;
4. The use of different modes of transport as well as different logistics corridors incurs different costs but also has
an effect on lead time and the environmental impacts of the transport. A sea and/or overland route may be less
expensive but might lead to difficulties and delays such as clearing the goods while transiting through different
ports and countries en route to the final destination. An alternative air-route may pose more adverse
environmental impacts and be more costly, but it may significantly reduce transport time. The total supply chain
lead time and cost must be taken into consideration when determining how and where to purchase the required
product in order to meet the end user’s needs in a timely and cost-efficient manner;
5. Consider the sustainability impact of different logistics modalities. Procurement planning provides opportunities
for considering freight minimization or freight avoidance strategies: distance avoidance, speed avoidance,
product weight reduction, product volume reduction, packaging weight and volume reduction.
Opportunities for multimodal transport and modal shift should also be considered at this early stage, together
with collaboration with other UN agencies to maximize transport efficiency;
6. Determine markets that are best positioned to respond to the end user’s delivery requirements by evaluating
the offers, in addition to conformity with the technical criteria, on the basis of total delivered costs and lead
times. There is usually a trade-off between transport costs and delivery time. The relative importance of these
factors will determine where the goods should be purchased and the mode of transportation. Geographic
distance does not necessarily determine cost and delivery time.
Accepting a more expensive offer in order to meet the requested delivery lead time must be carefully assessed
and discussed with the requisitioner and end user in order to maximize effective use of funds. When the delivery
lead time is the primary factor in awarding a contract, it shall be clearly stated in the solicitation document.
Where the delivery lead time is stated as a mandatory requirement, any offer not in compliance with the
required delivery schedule should be rejected.
Some suppliers may speculate with the required delivery time and offer a delivery time within the stated
requirements knowing that they will not be able to perform. UNOPS may make a provision for such instances
with ‘liquidated damages’ as stated if so added as a Special Condition of Contract;
7. Verify completeness of the delivery and transport requirements and available budget. The cost of transportation
may become a significant component in the cost of goods procured and delivered to the designated destination.
In logistics planning, the seemingly cheapest alternative may not always be the option that offers the lowest
overall cost. A low-cost, but poor delivery strategy may result in delays, damaged or stolen goods, excessive port
charges, etc.;
Throughout this process, the requisitioner and/or end user should be kept informed of expected and actual delivery
dates in order for them to consider the updated information in their local planning.
Packing
Required packaging is determined by the nature of the goods, the mode of shipment, the climatic conditions during
transit and at the destination and local legislation. The durability, size and weight of the packages must also be
considered. It is a reasonable assumption that shipments will be handled roughly and loaded and offloaded numerous
times before reaching the final destination. As such, it must be ensured that the involved equipment, warehouse facilities,
operators and labourers all have the capacity to handle the goods in the chosen packaging, e.g. not all port facilities can
handle 20 ft. containers, while axle weight road restrictions and maximum vessel draught for shallow ports must be
studied for certain shipments. The climatic conditions at the end destination and in transit should also be considered to
make sure that packaging would withstand heat, cold, rain, humidity, mould, dust, salt water spray, etc. Further, monitors,
cold chain equipment and air freight must be used for those goods that require a constant temperature.
UNOPS packing and shipping instructions are documents specifying how goods are to be packed and shipped, and whom
to notify upon shipment. They list all documents required for customs clearance and for payment purposes. Packing and
shipping instructions must be attached as an annex to all POs, and include the packing and shipping instructions specific
to the Incoterm used (see 12.3.3 Incoterms).
Packing and shipping instructions can contain requirements on more sustainable packaging solutions, such as:
Percentages of recyclable packaging content, with plastic parts heavier than 25g identified according to ISO11469
by material type;
Percentages of recycled packaging content;
Take-back or reusable packaging options;
Packaging not containing PVC;
Heavy metals not intentionally added to any packaging or packaging component.
Dimensions 20 ft 40 ft.
Flat rack type (FR) No top and no sides, only end walls
Super / High Cube type (HC) Higher than standard dry cargo containers
Consignee name;
Destination;
Port of unloading;
Project identification;
UNOPS PO number;
Case number;
Any special handling instructions (e.g. fragile, this end up, etc.).
Listing contents of the packages should be discouraged to minimize theft and pilferage.
Transport modes
Four basic modes of freight transportation are used, either individually or in combination: sea, rail, road, and air. UNOPS
must consider economic factors, efficiency and environmental impacts when choosing the mode of transport. Sea freight
is usually the cheapest mode of transportation. In certain cases, air transport can be twenty times as expensive as sea
freight. The balance of operational parameters such as time and financial resources should determine the mode of
transportation.
Procurement officials should prioritize transport preferences in accordance with the following criteria:
Finally, procurement officials should make a prioritized list of all technically feasible solutions. If a priority solution falls
within the pre-defined budgetary framework, the plan should be executed. If the best solutions fall outside the
framework or if no solution is feasible, procurement officials should present the existing options to the requesting
business unit and request a decision.
Freight forwarders
UNOPS or the supplier contracts forwarding agents also referred to as freight forwarders, agents or freight brokers, to
carry out the formalities and operations of forwarding consignments. The forwarding agent can also be employed by
UNOPS to receive goods in cases where UNOPS personnel may not be physically present to engage in the prompt
customs clearance and collection of goods vulnerable to loss or pilferage. The use of an appropriate freight forwarder
reduces the risk of the procurement operation, due to the forwarder’s experience and specialized knowledge. UNOPS
must ensure that the respective forwarding agent has all necessary documents for the release of goods in transit (see
12.3.4 Shipping documents).
UNOPS and other UN organizations have LTAs in place for freight forwarding services. Procurement officials shall use the
UNOPS list of LTAs on the intranet or on UNGM.
Incoterms
Incoterms rules are universally accepted International Commerce Terms published by the International Chamber of
Commerce (ICC). They are a set of 3-letter terms that define the obligations, costs and risks of buyers and sellers for the
delivery of goods under sales contracts. Incoterms therefore do not regulate the transfer of property or other contractual
matters.
Incoterms 2010 shall govern UNOPS contracts for goods as included in the General Conditions of Contract. Reference to
the specific Incoterms rule applicable to a given procurement activity shall be clearly indicated in the solicitation
document and subsequent contract. The Incoterms rule must always refer to a named place (city, country, etc.) e.g. ‘CPT
Dushanbe, Tajikistan’. For further information, consult the ICC website at www.iccwbo.org.
There are eleven Incoterms rules 2010: Ex Works (EXW), Free Carrier (FCA), Free Alongside Ship (FAS), Free on Board (FOB),
Cost and Freight (CFR), Cost Insurance and Freight (CIF), Carriage and Insurance Paid to (CIP), Carriage Paid to (CPT),
Delivery at Terminal (DAT), Delivered at Place (DAP), Delivery Duty Paid (DDP).
Below is a list of the most commonly Incoterms 2010 used by UNOPS, and in which situations they should be used:
For international transportation where the supplier of the goods does not arrange transportation, it is
recommended to use the term FCA. As UNOPS has LTAs with freight forwarders, FCA prices can be requested from
bidders in the solicitation documents when relevant (see section 6.5.3.3). UNOPS can thereafter contract freight
forwarding services through its LTA holders for these shipments if proven cost effective and practical. FCA should
be preferred to EXW as this resolves the problem of loading inside the seller’s premises and export clearance for
the buyer. Considering that the risk passes to the buyer (UNOPS) before the international transport, it is highly
recommended that the business units contracts insurance through the UNOPS marine cargo insurance LTA.
For international procurement where the supplier arranges transportation, it is generally recommended to use the
term CPT and to contract insurance through the marine cargo insurance LTA. CPT is preferred to CIP (Carriage and
Insurance Paid) as UNOPS’s own insurance is generally more comprehensive that the one offered by suppliers.
When using CPT, business units should note that UNOPS is responsible for the customs clearance process in the
import country so arrangement must be put in place with a customs clearance agent or freight forwarder to
facilitate this process.
For already imported products or products produced in the country of destination, it is recommended to use the
term DAP Delivered at Place (named place of destination). In addition, the term may also be used for international
procurement where UNOPS prefers the supplier to bear all risks and costs associated with the transport of goods
to the country of destination (including the customs clearance process), or where the UNOPS global cargo
insurance does not provide full coverage. In case of doubt as to whether or not all- risks insurance coverage applies
to a given country, it is recommended to check the intranet or contact marine insurance focal point at the Shared
Service Centre. Procurement practitioners should also have in mind that under DAP, it is the buyer’s obligation to
unload the goods at the point of destination.
The use of the DDP shall only be used if approved in advance by a Legal Advisor under the conditions described in
section 6.5.3.3 Financial criteria.
For further guidance on Incoterms rules, procurement practitioners are encourage to take the course on “Logistics and
Incoterms 2010” available on the Learning Zone.
Shipping documents
Complete and correct shipping documents are critical for timely delivery. The supplier needs the shipping documents to
move the order from its premises and to receive payment from the buyer. The freight forwarder requires the shipping
documents to contract carriage, the consignee requires the shipping documents to claim the goods on arrival, and the
consignee or notify party requires the shipping documents to handle customs clearance. Each stage of the transportation
generates documents that may be required once the equipment is in the country, e.g. to register a vehicle or radio
equipment.
The content of the shipping documents depends on the type of goods being shipped, the means of transportation, the
party responsible for shipping the goods (freight forwarder, supplier, etc.), and any special requirements of the receiving
country. Please refer to the UNOPS packing and shipping instructions for further guidance.
While the required shipping documents vary from case to case, every shipment should have documented evidence of
contents of the shipment, weight and volume of contents, origin of goods (if required), price of the goods, and evidence of
transport of the goods (see 12.2.1 Packing).
The Bill of Lading (B/L) (for sea shipment), or the waybill (for other modes of transport) is the contract of carriage
between the shipper and the carrier, indicating how goods are being shipped and when they will arrive. The B/L is
Forwarder’s certificate of receipt is a proof that the supplier has handed over goods to the freight forwarder;
A freight invoice from a carrier indicates shipping details and charges;
A number of certificates attesting quality may be required. These certificates are usually provided by the supplier;
The supplier or the freight forwarder (depending on who is organizing the transport) is responsible for
consolidating all the required shipping documents and shall be instructed to courier one original set of documents
to the consignee and the remaining two sets to the procuring unit within UNOPS. Procurement officials must check
that all information is correct and identical in all documents. Further, UNOPS must ensure that the documents have
been received by the consignee.
Consignee: The receiver of the goods, usually, but not necessarily, a United Nations office. The consignee may be,
but is not necessarily, identical to the delivery address. The consignee shall always receive a copy of the shipping
documents;
The consignee may take care of customs clearance and other government formalities upon the request of
procurement officials in question, however this may also be handled by a notify party. Consignee details, such as
address, country, name, phone/fax, email, and contact person should be included in the PO and in the labelling of
the packages;
Notify party: May be engaged by procurement officials (or the consignee) in order to arrange customs clearance of
goods and other government formalities. In such case, shipping documents are also to be forwarded to the notify
party;
Delivery address/final destination: The address of the end user where the goods are to be physically delivered.
12.4 Insurance
During transportation and storage, all cargo is vulnerable to a range of risks, such as damage, pilferage and theft,
breakage, non-receipt of part of or an entire consignment. Cargo insurance provides protection against potential financial
losses resulting from such risks. It is imperative to ensure protection for goods subject to risks, including war, strikes, riots
and civil commotion. Further, the duration of insurance coverage must be sufficient for the period of transportation, from
warehouse to warehouse, including storage at the destination site. Goods are insured for the cost, insurance and freight
value plus an agreed percentage to reflect the indirect cost of replacing goods.
UNOPS has negotiated a global marine cargo insurance contract that all UNOPS offices should use. The insurance is all-
risk insurance with worldwide coverage. However, special conditions can apply for certain countries (e.g. if war risk
exists). For further guidance on insurance during transportation as well as relevant contact details for focal points in
UNOPS and for the insurance broker, please refer to the guidelines on UNOPS marine cargo insurance. For more
information, please consult the insurance instructions at the LTA page on the PG intranet.
In the event of a claim, or event likely to give rise to a claim, notice must be given directly to the insurance broker. For the
reporting of concealed damages, notice must be given within 60 days from the date of arrival at final destination.
An important part of the reception process is the creation of a receipt in oneUNOPS, which varies according to the
Incoterms rule selected see 13.2.7 Supplier performance evaluation.
Similarly, importing countries may impose restrictions: telecommunications equipment and pharmaceuticals typically
require prior authorization from the concerned ministry. For pharmaceuticals specifically, some countries require
registration of the products or sample testing in their own laboratories. Other equipment, such as used vehicles older
than a certain age, may be banned outright. Some countries ban goods of certain origin for political reasons; obtaining
the permit to import such goods is generally a protracted exercise. The receiving office must confirm that the permit is in
hand before the supplier is authorized to ship the goods. The likely consequence of shipping without the permit is that
the receiver will be required to pay the cost of storage in the port and applicable liner charges until the authorization is
issued. There is also the considerable risk that the cargo will deteriorate or go missing during this period. The United
Nations may also impose restrictions on exports to certain countries.
Chapter resources
Shipping: K&N
13.1 Overview
Contract management and administration refers to all actions undertaken after the award of a contract and relates to
activities such as: vendor performance monitoring, contract amendments, payments, contract closure, record retention,
maintenance of the contract file, etc.
Contract management administration is the responsibility of the project manager/requisitioner as supported by the
procurement official in charge of the procurement process.
This chapter describes the key activities required for effective contract management and administration.
Various requirements are built into the standard contracts and, the extent to which suppliers fulfil these requirements is
used to measure the achievement of performance indicators. The latter is instrumental in evaluating the ongoing
performance of the contract (e.g. quality standards, delivery times, inspections, milestone dates, etc.). Control of
performance ensures that the supplier’s performance is in accordance with the contract and that variances, if any, are
justified and that contracts are amended to reflect agreed changes to the scope of work.
Contract administration is a key stage from a sustainable procurement perspective: it is the point at which sustainability
benefits are actually delivered and where KPIs and other soft progress indicators are assessed and monitored.
Throughout the contract management phase, it is paramount that open communication is maintained throughout the
contract with suppliers about the sustainability expectations of the procuring entity and supplier performance. Lessons
learned and sustainability improvement that has taken place in this phase should be fed back into subsequent
procurement processes.
Goods
For the procurement of goods, procurement officials must monitor shipment and receipt of goods through the following
actions:
1. Follow up with the supplier a few days/weeks before the required ship by date to ensure that goods will be
ready for shipment by the agreed date;
2. Inform suppliers, consignee, and requisitioner/end user of any change of plans (e.g. shipping route, ship by date,
etc.);
3. Make sure that all relevant shipping documents are provided to the parties. Please refer to 12.3.4 Shipping
documents;
4. If necessary, request an extension of the performance security if the procurement activity is delayed;
5. Obtain proof of receipt of consignment from the consignee. Upon receipt, the consignee should perform a
cursory inspection of packages against all shipping documents, and report on the external condition of the
goods. If signs of tampering are visible, the receipt must record these observations;
6. Where possible, packages should be weighed to determine difference between declared and actual weight,
documenting any discrepancies in the report. Obtain proof of receipt of goods at final destination, if different
from the destination of the consignee.
Typical performance indicators used for monitoring of contracts:
Services
When contracting services, project managers/requisitioners must monitor the performance of the contractor by ensuring
timely receipt and acceptance of the deliverables specified in the contract (e.g. inception reports, progress reports,
reports from workshops or training sessions, video films, etc.).
The deliverables under the contract must be acknowledged and approved by the requisitioner/business unit, and
occasionally also by the end user if applicable. Further, suppliers, requisitioners/business units, and end users must be
kept informed of changes or modifications to the contract (e.g. change of mission dates, start-up date, stakeholders’
contact details, etc.).
Works
The period for active contract management usually starts at the moment the contract is signed and ends when the Final
Completion Certificate is issued. The responsibility for contract management in most cases rests with the project
manager in charge of the works, referred to as the employer’s representative and specifically named in the contract,
supported by procurement officials as applicable (e.g. to process contract amendments, etc.).
Table 11 lists the most important activities to be considered during the administration of the works contract and the
actions required by different personnel. These need to be done in accordance with the provisions in the works contract
(see 11.6.7 Important provisions in works contracts for further details).
Primary
Activity Related procurement activities Related PM activities
responsibility
Create PO in Atlas
Prepare
Change Check
management Employer’s
Support documentation Issue request
(variations, claims, representative
amendments) Submit to PA/LCPC/HQCPC for review
and award
Employer’s
Disposal or reuse of
representative, Prepare document/file Initiate disposal
items/equipment
Procurement
Definitions:
Employer: Entity that signs the contract, i.e. UNOPS procurement authority
Employer’s representative: person responsible for managing the contract on behalf of the employer, usually UNOPS
project manager
Inspections
Monitoring of the contract and evaluation of the end product can be achieved through inspections. Inspections involve
examining or testing of a product to confirm that it conforms to the required specifications. Inspections may be
performed by in-house experts or by inspection agents contracted on a one-time basis, or through an established LTA.
For works, it is good practice to have a permanent presence on site, in order to ensure adequate control, testing and
approval of construction at all stages of the works. Site supervision may be performed by in-house engineers or by
contracting supervision services. For further procedures on works supervision please refer to the OI Construction
Supervision.
Quality management constitutes an important part of the active contract administration of a works contract and the
resources required should not be underestimated. If in doubt, IPMG can advise on appropriate resource requirements,
personnel profiles and testing regimes for different types of construction works.
UNOPS contracts for works contain specific clauses regarding the approval of plant, materials and workmanship including
samples, inspection, testing, rejection, and removal of defective work. These processes must be followed carefully and the
relevant time limitations observed.
UNOPS may also conduct announced and unannounced supplier site inspections as part of its DRiVE programme
(Delivering Responsibility in Vendor Engagement), per section 1.5.4.1.
Goods. Upon receipt of the procured goods by the end user, the project manager/requisitioner with the input of the
end user, where relevant, will provide the procuring unit with a receipt and inspection report (RIR). This confirms
receipt of all goods as per the packing list, as well as documenting in detail the condition of the goods received, and
their compliance with the stated specifications. The standard UNOPS RIR template must be used for this purpose;
Services. Procurement officials must receive written confirmation from the project manager/requisitioner that the
services have been satisfactorily completed in accordance with the terms specified in the contract. The
requisitioner (with the input of the end user, where relevant) must confirm in writing receipt and acceptance of all
deliverables specified in the contract;
Delivery has different meanings depending on the type of purchase, i.e. goods, services or works. Furthermore, with
goods, delivery is recognized at different points in time and place depending on the Incoterm used in the contract. Table
12 shows when delivery is considered complete and it lists the documents required for oneUNOPS receipt creation.
Supplier performance evaluation (SPE) is mandatory for all procurement activities valued at USD 250,000 or above but it is
also recommended for lower values and must be performed using the functionality in oneUNOPS. This is a mandatory
step of the procurement process and must be performed in a timely manner that shall not exceed one month after
contract completion. For the purpose of when the SPE is to be conducted, “contract completion” shall refer to the date
when UNOPS has received the last goods/services/works under the contract (or the date of contract was terminated, if
applicable) and shall not include the Defects Notification Period (DNP) of works nor warranty period of goods. In the event
that the performance of the supplier is different at the DNP or warranty period, the SPE shall be amended later on.
If a contractor has shown significant or persistent deficiencies in the performance of a UNOPS contract which led to early
termination of the contract, application of damages or similar actions as documented in an SPE, the Director, PG may
decide upon review of the process documentation that such vendor is suspended from doing business for UNOPS further
to the provisions of section 3.3.e, vendor ineligibility.
a) If the delay is the result of a force majeure or other events beyond the control of the contractor not involving the
contractor’s fault or negligence and not foreseeable and the contractor has been able to provide convincing
evidence of the occurrence of such events, or if the delay is due to UNOPS negligence (e.g. error in design
documentation) or to the client stopping/delaying execution of the contract, liquidated damages must not be
applied;
b) If the delay is owing to any other reasons related to the contractor and these have resulted in a loss to UNOPS,
then liquidated damages must be applied;
c) The decision to apply or not apply liquidated damages or to what extent it should be applied must be taken by
the relevant PA and communicated to the contractor. Should the application of liquidated damages lead to a
contract termination, this must be processed as per section 13.3.3 Termination including clearing it through a
Legal Advisor.
The delay damages shall be calculated based on an estimated of UNOPS extra operating costs resulting from the delay.
They shall be as stated as a daily rate (by default a sum equivalent to 0.1% of the contract value) in the schedule of details
at time of tender and shall be capped to a maximum of 10% of the contract value to be enforceable. For further details
refer to section 6.5.2 Particulars and instructions to bidders.
The contractor shall also reimburse UNOPS for any additional fees payable by UNOPS to any consultants engaged by
UNOPS arising out of or in connection with the contract, which are payable as a result of the contractor’s failure to
complete the whole of the works within the time for completion. Should the application of delay damages lead to a
contract termination, this must be processed as per section 13.3.3 Termination including clearing it through a Legal
Advisor.
Termination
Contract termination occurs either by mutual convenience or when one party ends the contract for breach by the other.
The remedies for that breach normally include damages that indemnify the non-breaching party for any loss suffered due
to breach and such damages are generally compensatory. In all cases of termination, prior consultation and advice must
be sought from a Legal Advisor.
UNOPS contracts for works include specific sub-clauses detailing the conditions under which UNOPS (the employer) may
terminate the works, the procedures that should be followed and the subsequent valuation of works completed to the
point of termination. It should be noted that the contractor also has the right to terminate the contract or suspend the
works under certain specific conditions, related mainly to payment delays by UNOPS. Again, specific sub-clauses detail the
circumstances under which the contractor may terminate the contract, the procedures that should be followed and the
In case of termination due to breach to warranties on mines, sexual exploitation and/or fundamental principles and rights
at work, UNOPS is entitled to terminate the contract immediately upon notice to the vendor, without any liability of any
kind. However, if procurement officials are made aware of such circumstances in relation to UNOPS suppliers, advice on
how to handle the case must be immediately sought from the sustainability specialists in PG
([email protected]) and a Legal Advisor.
The procedures for dealing with claims, disputes and arbitration are specified in detail within the UNOPS contracts for
works, and these procedures and timeframes should be followed carefully. It is particularly important to keep good
records of all circumstances that may give rise to claims and/or disputes.
Amicable settlement is the first step in a dispute resolution process. All negotiations undertaken to reach amicable
settlement are based on openness to compromise since this is often less costly than alternative methods of dispute
resolution. UNOPS must strive to always solve disputes through negotiation. Where negotiation is not possible or fails,
more formal means of dispute resolution are available. Mediation is a private method of dispute resolution by
submission to an agreed impartial third party that has a non-binding authority.
Arbitration is also a mutually agreed method of dispute resolution, but the arbitrator(s) are given authority to render a
binding judgement. Contracting parties normally agree to arbitration by including an arbitration clause in their contract.
Such a clause can be found in all standard UNOPS contracts in the GCC. UNOPS contracts state that in the event of
arbitration, the arbitration will be conducted according to the UNCITRAL Arbitration Rules. These rules cover procedural
issues only, i.e. related to how the arbitration will proceed, including selection of the arbitrator(s).
UNOPS contracts for works contain specific sub-clauses on claims, disputes and arbitration. In the specific case of
contracts for works, a distinction should be made between the usual project-related claims to the employer’s
representative, and claims against UNOPS.
Project related claims to the employer’s representative are requests from a contractor to the employer’s representative,
such as request for progress payments, extensions of time, variations, additional costs, etc. Such requests are part of the
daily management of the works and UNOPS personnel are not required to report them to a UNOPS Legal Advisor.
However, if the employer’s representative rejects such a request, and there is any indication that the contractor might
challenge the employer’s representative’s decision to the level of a dispute in accordance with the contract, then this shall
be reported to a UNOPS Legal Advisor as soon as practicable.
In addition, if there is any indication that a claim or request is made, even partly, in relation to an act, error or omission of
UNOPS or in relation to damage to persons or property, it shall be reported to a UNOPS Legal Advisor as soon as
practicable. For more information, refer to OI Claims Reporting.
13.5 Payments
Financial management and payment refers to the timely processing of payment of invoices consistent with the conditions
of the contract, as well as the review of financial implications arising from contract changes, and the liquidation of
financial securities (i.e. release of performance and advance payment securities) provided the reason for requesting them
no longer exists.
UNOPS contract managers shall ensure that the terms and conditions of payment are consistent with those specified in
the contract document. The following examples contain standard payment terms for goods, works and services:
a) For the procurement of goods, the payment term is net 30 days upon receipt of shipping documents and
invoices. Alternatively, payment of 80 percent upon shipment of goods and 20 percent upon delivery and
acceptance of goods at the end destination may be considered.
In exceptional cases where the delivery term DAP is used (or when using another Incoterm where the supplier,
at their own risk and cost, is making the goods available upon arrival at the agreed destination (D-group),
Minor Works Contract: the contractor submits an invoice to the employer’s representative in accordance
with the timing stated in the schedule of contract price and payment and UNOPS makes payment to
the contractor within 30 days;
Short Form Contract: the contractor submits a statement to the employer’s representative in accordance
with the timing stated in the schedule of payments and UNOPS makes payment to the contractor
within 28 days. Within 28 days of issue of the Taking Over Certificate, the contractor submits a final
statement to the employer’s representative for all amounts due up to the date of substantial
completion, and UNOPS again makes payment to the contractor within 28 days. Within seven days of
issue of the Final Completion Certificate, the contractor submits its final account and UNOPS makes the
final payment within 28 days;
Measured Price and Lump Sum Contracts: the contractor submits a statement to the employer’s
representative in accordance with the timing stated in the schedule of payments. Within 28 days the
employer’s representative issues an interim payment certificate. UNOPS then makes payment to the
contractor within 30 days of the date of issue of the interim payment certificate. Within 60 days of issue
of the taking over certificate, the contractor submits a final statement to the employer’s representative
for all amounts due up to the date of substantial completion, and the employer’s representative again
issues an interim payment certificate within 28 days for payment by UNOPS within 30 days of the date
of issue of the interim payment certificate. For final payment, the contractor has a total of 56 days to
submit its final statement with all supporting documentation, the employer’s representative has up to
28 days to issue the final payment certificate and UNOPS has 30 days from the date of the final
payment certificate in which to make payment.
It is important to be aware of the specific payment terms applicable to each contract. The contracts also include details of
all documentation that must be submitted before any payments are made.
For the design and build contract, please refer to the contract’s payment terms.
The payment request is transmitted to finance through a request for payment in oneUNOPS, and finance personnel shall
effect the payment in order to uphold the segregation of duties between procuring personnel conducting the
procurement process, and finance personnel effecting the payment. This separation of the buying function and the
payment function is a key factor in the principle of segregation of duties (see 2.8 Segregation of duties), and must be
adhered to for all payments.
Third-party payments
UNOPS does not make any third-party payments, i.e. payment to parties other than the entity contracted (though UNOPS
may make under specific circumstances to be consulted with a Legal Advisor, direct payment to subcontractors under its
works contracts). However, if the relevant PA responsible for approving the contract believes circumstances warrant that
UNOPS pays a third party, then the PA must consult with the Director, FG, and obtain approval prior to the contract or
purchase order being signed. Once the third party payment has been approved, the name, address, and banking details
of the third party must be included in the contract document unless vendor banking details have already been entered in
oneUNOPS. In the event that UNOPS becomes aware of a third-party payment after the contract has started, (e.g.
appointment of a receiver), the matter shall be referred to the Director, PG who may consult the Director, FG, and the
General Counsel, if necessary, for appropriate resolution.
13.5.1.1 Taxes
UNOPS is exempt from direct taxes such as income tax, and is also entitled to exemption/reimbursement of indirect
taxes, such as sales tax and VAT, on important purchases. While in some countries governments have provided an
outright exemption from indirect taxes, in other countries UNOPS may be required to pay taxes upfront and
subsequently file for reimbursement. When the goods, services or works purchased are for UNOPS own needs (i.e.
administrative expenditures such as furniture for an office), payment and reimbursement must follow the conditions
stipulated in the host country agreement (usually advance payment of VAT by UNOPS and reimbursement via a claim
The policy of the United Nations, including UNOPS, is that all purchases are ‘important’, as they are recurring and
necessary for UNOPS to carry out its official activities. UNOPS offices should liaise with the relevant ministry of foreign
affairs to ensure reimbursement.
For further guidance on how to treat and process VAT at UNOPS from a financial perspective, please refer to the
Guidance Note on Accounting for Value Added Tax (VAT).
Advance payments
Please refer to section 11.1.4 for details.
a) Negotiate the appropriate contract changes regarding cost, schedule, quality and performance ensuring that the
contract is amended so that at all times, it defines the agreed expectations of both parties under the contract.
The amendments must be documented in the contract file;
b) Ensure that the change conditions are reasonable and justifiable in terms of cost, time and quality;
c) If the contract amendment is an extension for contract duration, any such amendment must be requested,
reviewed, approved and signed prior to the expiry date of the original contract. Retroactive contract extensions
after contract expiry are not possible. In the case of works contracts, there is no contract expiry date and
therefore it is not necessary or appropriate to extend the contract duration.
For construction works, change management is handled within the contractual terms and mechanisms of the contract
such as variations, instructions, claims and determinations.
Contract amendments
For goods and services, a contract amendment originates either from a request for small changes in or additions to the
contract from the client or end user, or from a discovered need for adjustments to the contract in order for it to clearly
reflect the expectations of the contract parties.
Extensions of the duration of existing contracts are also considered contract amendments.
Once a contract has been awarded and signed, it is only permitted to amend the contract if the contract provisions call for
modification, or if additional related goods, services, and/or works are to be rendered by the same supplier in furtherance
of the execution of an original contract, subject to written approval by the relevant PA and subject to review by the
relevant CPC, as required.
For any amendment, the requisitioner shall provide written justification that a new solicitation would not be in the best
interest of the organization. Contract amendments must not be used for substantial amendments to the scope of the
goods, services or works to be delivered.
The following key points should be taken into account when amending a contract:
1. Amendments with financial implications must be approved by the requisitioner and the relevant PA and may
require review by the relevant CPC. All changes to a contract that have a financial impact have to be in writing in
a formal contract modification or by a PO change order;
2. Review and award requirements. Requests for amendments shall be submitted for review and/or award to the
relevant CPC and/or PA according to the established financial thresholds (as stated in 2.5.2 Delegation of
authority, and 9.4 Scope of review of CPC) except if the amendment is done under a contingency sum, per
details below. For submissions that require CPC review, the online HQCPC system shall be used (amendment
process). The request for contract amendment template shall be used when submitting requests directly to the
PA.;
3. Amendments to goods and services contracts done within an approved contingency sum per the provisions in
section 10.1.1 can be processed without further CPC review provided it is within the approved contingency sum
and only where there is a change in quantities of items that has been approved with the original award and
Most changes for works will not require an amendment but will be made based on terms already agreed in the contract
by an instruction of the employer to the contractor.
For example, works contracts do not have a fixed end date. The contract ends when the works have reached final
completion. They contain a date for completion, which is the target date for the completion of the works. If the contractor
does not complete the works by this date, there is no need to amend the contract. Either the contractor claims and is
entitled to an extension of time - in this case the employer’s representative will agree to extend the (target) date for
completion; or the contractor is not entitled to or does no claim an extension of time- in this case the employer is entitled
to apply delay damages against the contractor.
Changes to the scope of works will be done through a variation, i.e. an instruction from the employer’s representative to
do more or less work. A variation may include:
a. Changes to the quantities of any item of work included in the contract (however, such changes do not
necessarily constitute a variation);
b. Changes to the quality and other characteristics of any item of work;
c. Changes to the levels, positions, or dimensions of any part of the works;
d. Omission of any part of the works;
e. Any additional work, plant, materials or services necessary for the permanent works, including any
associated tests on completion, boreholes and other testing and exploratory work;
f. Changes to the sequence or timing of the execution of the works (including advancing or postponing
the time for completion).
Variations do not require a contract amendment as such; however, internally at UNOPS variations are treated differently
as per the below two scenarios:
1. If a variation is based on rates of items already included in the contract and the estimated value of the variation is
within the contingency sum awarded for this contract per section 10.1.1, then no further CPC review is required
and the variation can be approved internally by a person with appropriate DOA (see Table 1 in section 2.5.2
Delegation of authority).
2. If a variation is not based on rates of items already included in the contract or the estimated value of the variation
is outside the contingency sum awarded for this contract, or if it is for new items not included in the original
Procurement officials must verify that the following activities have been carried out:
All products and/or services required have been provided to the buyer;
Documentation in the contract file adequately shows receipt and formal acceptance of all contract items;
No claims or investigations are pending in the contract;
Any UNOPS furnished property has been returned to UNOPS and discrepancies in number and condition resolved;
All actions related to contract price revisions and changes have been concluded;
All outstanding subcontracting issues have been settled;
If a partial or complete termination was involved, action is complete;
Original copies of all warranty documentation, including expiration dates, responsibilities and procedures to follow
are finalized;
Any required contract audit has been completed;
The final invoice has been submitted and paid.
UNOPS contracts for works contain specific procedures for the contract completion and close out, including:
Notification by the contractor that the works or a part of the works has reached the stage of substantial
completion;
Issue of a Taking Over Certificate stating the date on which the works or the relevant part of the works reached
substantial completion, or notification that there are defects or deficiencies in the works or the relevant part of the
works that prevent substantial completion being reached;
Taking over of the works by UNOPS;
A defects notification period;
Notification and rectification of defects;
Issue of a Final Completion Certificate.
The contractor’s obligations shall not be considered to have been completed until the employer’s representative has
issued the Final Completion Certificate to the contractor that also confirms all identified defects during the defects
notification period have been fully addressed.
In line with the procurement principles of transparency and accountability, and in order to facilitate internal and external
audits of UNOPS operations, every step in the procurement process shall be documented and kept on file (hard copy
and/or electronic). Procurement documentation shall be considered confidential and may only be disclosed publically or
to thirds parties if provided for in the OI Information Disclosure and this Procurement Manual (e.g. solicitation notices per
section 6.6.2, contract awards per section 10.2.1) or if otherwise approved by the Head of Communications and the
General Counsel.
For procurement processes handled with the eSourcing system, documentation included therein, i.e. tender documents,
bid opening report, bids received, evaluation team approval, evaluation documentation, evaluation clarifications, award
approval, etc. do not need to be kept in other electronic or physical filing systems.
A standard filing system, as well as a numbering system to enable tracking of files, must be established in every business
unit in order to create an audit trail and to facilitate management of procurement activities. The establishment of proper
routines for documentation of the procurement process, including ensuring compliance with the OI Document Retention
is the responsibility of the directors/managers/heads of business units where the procurement is undertaken.
Filing of procurement files must be based on the various procurement steps involved in the procurement process. These
steps might differ depending on the procurement procedures being followed (e.g. UNOPS versus World Bank). For works
contracts, on site documentation in addition to the procurement filing requirement is essential and a detailed filing
system should be implemented for filing of all correspondence, drawings, quality control, measurements, payments,
changes, instructions, minutes of meetings, photographs, reports, contractor submissions, programmes, etc. Files should
be systematically backed-up to ensure that information is not lost.
Procurement officials must open a procurement file for each case; procurement files must be kept for seven years after
the completion of the last transaction of a procurement activity. For long-term agreements (LTAs) it is important to
maintain a separate file for the contract and all its related documents (amendments, extensions, revisions, official letters
to/from the supplier, KPI reports, expenditure reports etc.) throughout the LTA period.
Typically, procurement files will include the following relevant information/documentation, in original form and
appropriately signed, when applicable:
Requisition;
Requirements definition (notes, correspondence, communication with requisitioner, justification if brand name is
used, etc.);
Sourcing information including justification of procurement method and type of competition;
Signed short list;
Signed solicitation document, including attachments such as specifications/terms of reference (TOR)/statement of
work (SOW)/design documents/returnable schedules for works and proof of issuance (copies of cover letters,
copies of emails, fax receipts, etc.);
Amendments to solicitation documents (including PA approval of amendments), and any other clarifications and
correspondence with suppliers;
Designation of bid-opening panel and technical evaluation team by the PA;
Copy of bid receipt report;
Bid opening report;
All offers received (technical, financial, compliant and non-compliant);
Copies of any bid security received from the vendor (originals to be kept in a safe);
Evaluation report;
Minutes of clarifications (if any) and relevant communication with vendor;
Request for award, or submission to contracts and property committee;
Minutes of the Headquarters Contracts and Property Committee (HQCPC) or Local Contracts and Property
Committees (LCPCs) plus decision of the Executive Chief Procurement Officer (ECPO) or the regional director (RD);
Original contract/purchase order (PO);
Chapter resources
OI Information Disclosure
OI Document Retention
OI Construction Supervision
Inspection
188.02 (c) - Cooperation with United Nations system organizations. “The Executive Chief Procurement Officer, or
authorized personnel, may cooperate with other organizations of the United Nations system to meet the
procurement requirements of UNOPS. The Executive Chief Procurement Officer, or authorized personnel, may, as
appropriate, enter into agreements for such purposes. Such cooperation may include jointly carrying out common
procurement activities, or UNOPS entering into a contract relying on a procurement decision of another United
Nations system organization or requesting another United Nations system organization to carry out procurement
activities on behalf of UNOPS”
188.02 (d) - Cooperation with governments and organizations other than those of the United Nations system. “The
Executive Chief Procurement Officer, or authorized personnel, may cooperate with clients other than those from an
organization of the United Nations system, in respect of procurement activities, and enter into agreements for such
purpose.”
To further collaboration between UN entities and in support of UN initiatives, the Director, PG or the PA may determine
that cooperation with other organizations, agencies or programmes of the UN system is appropriate to meet the
procurement requirements of UNOPS, provided any associated fees are considered reasonable for the service provided.
Cooperation may be considered appropriate to, inter alia, obtain volume pricing or achieve process or operational
efficiencies.
Such cooperation may include any of the following, as described below: carrying out joint procurement activities, relying
on the procurement decision of another UN entity, requesting another UN entity to carry out procurement activities on
behalf of UNOPS or procuring goods, works or services from another UN entity.
Joint solicitation
UNOPS may elect to undertake joint procurement activities with one or more UN entities, based on the estimated total
value of a single or related series of planned procurement actions. Generally, the cooperating organizations will choose
one organization to lead the procurement process under the procurement rules and regulations of that UN entity.
Cooperating UN entities will jointly agree on the solicitation documents and evaluation criteria, and will jointly evaluate
the offers submitted. The solicitation documents should clearly specify the expected contractual form for effecting the
procurement. Joint solicitations are subject to the review requirements of the lead UN entity only, except in those cases
where the applicable evaluation criteria or the resulting award differs from that of the lead UN entity. In the case where
UNOPS is the lead UN entity it may provide for representation by the other participating UN entities on the relevant
procurement committee responsible for reviewing the procurement activity.
a) The award is made within a twelve month period after the contract signature date;
b) The requirements for the goods, works or services are substantially the same and the quantities originally
tendered were similar or greater;
The value of UNOPS call-off is less than or equal to the intended single call-off volume (if indicated in the LTA) or is
not more than the total value of the LTA (if the LTA is created with a ceiling amount and the UN Agency that
established it has requested to monitor these amounts). An LTA should not be used to order disproportionately
higher volumes than that intended, especially for good/services that attract volume discounts that may not be
included under the terms of the LTA;
The LTA vendor offers goods or services to UNOPS at the same (or lower) price in the LTA and with the same terms
and conditions;
UNOPS requirements are equivalent to those included in the LTA;
The LTA set-up in terms of type and configuration, especially in respect of geographical coverage and conditions of
usage for multiple vendor LTAs serve UNOPS purposes;
If UNOPS is satisfied that the LTA has been approved according to the procedures established in the respective UN entity,
a separate HQCPC review of the LTA shall not be required, provided the following is met:
a) The LTA is still valid and has not been cancelled or terminated;
b) The UN entity that created and owns the LTA permits its use by UNOPS and has confirmed this in writing. In
obtaining the written approval, it is recommended to obtain from the other UN entity information about the LTA
by using the HLCM-endorsed LTA information sheet which includes details about the LTA type, duration, ceiling
amount (if applicable), reporting requirements for its usage by other UN entities, guidance note for usage of the
LTA, etc. In addition, UNOPS must obtain a signed copy of the UN entity’s LTA.
c) The vendor on the UN entity LTA is eligible with respect to UNOPS requirements on vendor eligibility (see 3.3
Vendor ineligibility);
d) The vendor accepts UNOPS General Conditions of Contract.
LTAs of other UN entities are available at www.ungm.org and at the UNOPS intranet.
Please refer to section 11.4.6 for further instructions on placing call-off orders against a LTA.
The use of UNOPS global and regional LTAs by other UN entities requires prior approval by the Director, SSC. Once an LTA
has been uploaded to UNGM and the UNOPS intranet, it shall be understood that the approval by the Director, SSC has
been granted and no further authorization is required.
Outsourcing to a UN entity
Under certain circumstances, it may be appropriate or necessary to request another UN entity to carry out certain
procurement activities on behalf of UNOPS (in accordance with FRR 118.02 c). Authorization for the outsourcing of
procurement activities may be considered in situations such as those described below and must be granted by the
Director, PG.
a) Expertise:
When UNOPS recognizes particular expertise of another UN entity in the procurement of specific goods, works or
services, the Director, PG may authorize, within the level of DOA set forth in 2.5.2 Table 1, the outsourcing of the specific
goods, works or services and designate the UN entity as the procurement agent for UNOPS.
b) Procurement capacity:
c) Administrative capacity:
When UNOPS has neither procurement nor administrative capacity in a country, procurement actions may be undertaken
on behalf of UNOPS by the resident representative of another UN entity with the necessary procurement and
administrative capacity (e.g. resident representative of the local United Nations Development Programme), in accordance
with the rules and regulations of the UN entity, up to the delegated financial authority limits applicable to UNOPS
representatives on the basis of an agency services request;
d) Shared services
When in a given location, a joint UN activity (e.g. Delivery as One UN initiatives) has the procurement capacity to achieve
economies of scale or to increase effectiveness and efficiency, and is also able to provide certain administrative services
to all partner organizations, the Director, PG or the PA may authorize, within the level of DOA set forth in 2.5.2 Table 1,
the outsourcing of certain or all procurement actions for any period and designate the joint UN activity as the
procurement agent for UNOPS and inform the ECPO. The rules and procedures established jointly by the participating UN
entities for that activity or for joint procurement activities, including review requirements, shall be applicable.
Chapter resources
The UN Global Compact requests that companies embrace, support and enact, within their sphere of influence, a set of
core values in the areas of human rights, labour standards, the environment and anti-corruption, known as the 10
principles of the UN Global Compact.
a) Human Rights
Principle 1. Businesses should support and respect the protection of internationally proclaimed human
rights; and
Principle 2. Make sure that they are not complicit in human rights abuses.
b) Labour
Principle 3. Businesses should uphold the freedom of association and the effective recognition of the right
to collective bargaining;
Principle 4. The elimination of all forms of forced and compulsory labour;
Principle 5. The effective abolition of child labour; and
Principle 6. The elimination of discrimination in respect of employment and occupation.
c) Environment
d) Anti-corruption
Principle 10. Businesses should work against all forms of corruption, including extortion and bribery.
The UN strongly encourages all suppliers to actively participate in the Global Compact. To that end, the UN Supplier Code
of Conduct has been developed with recognition of the importance of the ten principles of the UN Global Compact, and is
viewed as an important means of integrating the Compact’s principles into the operations of the UN.
The SP concept maintains that government bodies, the public sector and the United Nations have an opportunity,
through their collective and substantial purchasing power, to leverage markets to produce more sustainable goods and
services. This market influence can be used as a strategic signal to further advance positive action on a wide range of
sustainability issues and policy objectives. These may include, but are not limited to: the protection of labour rights,
mitigation of adverse environmental impacts, poverty eradication, support for local development, and the achievement of
the Sustainable Development Goals. Properly applied, SP can help producers and recipient countries, especially in the
developing world, become more efficient and competitive in regional and international markets.
UNOPS partners’ policies on economic, social and environmental sustainability such as gender equality
requirements, health and safety requirements, vehicle emission standards, etc.; and
In order to meet the above objective and to continue to advance in this area, UNOPS has developed a mandatory but
flexible Sustainable Procurement Framework (SP Framework) that will be applied to the procurement of certain goods
and services, and to certain contract and solicitation types. In addition, in line with corporate objectives on Health and
Safety, and Social and Environmental Management, and Gender Mainstreaming, the framework includes provisions for
categories that should no longer be purchased, as well as categories where special provisions for women and Sustainable
Development Goal 5 (SDG 5 – Achieve gender equality and empower all women and girls) should be carefully considered.
1. Considerations by contract and solicitation type. These include considerations such as:
Inclusion of a supplier sustainability questionnaire when using formal methods of solicitation (ITB and
RFP), as part of the DRiVE programme (see 1.5.4.1 DRiVE programme).
Inclusion of at least two sustainable criteria when establishing Long Term Agreements (LTAs): at least
one gender mainstreaming criterion and one other technical sustainability criterion.
2. Technical considerations for specific categories of goods and services. Pre-identified categories include: ICT
equipment, vehicles, generators, cleaning products, cleaning services, clothing and uniforms, furniture, office
supplies, events and conferences, and consulting services.
3. Categories that should no longer be purchased. These include: single-use plastics, disposable paper cups, and
diesel generators.
Full details of the SP Framework, as may be amended from time to time, are available on the UNOPS Intranet.
Compliance with the SP Framework will become mandatory for new procurement processes equal or above to USD 5,000
initiated from 1st of January 2020 onwards. Some exceptions will apply and in addition, where market conditions are not
deemed suitable for such considerations – either due to lack of availability or for value for money concerns – a waiver
may be requested from the Director, PG.
i. There is no “one size fits all” for SP. When implemented, SP considerations should be tailored to individual
procurement needs and the ability of the local market to respond. UNOPS procurement practitioners should try
to balance the environmental, social and economic considerations in their procurements, as these are
interdependent;
ii. The intention to adopt sustainable procurement requirements in the procurement process should be identified
early on, i.e. at the procurement planning stage, and should be supported with appropriate market research.
UNOPS procurement procedures allow for a number of stages where sustainable procurement considerations
may be applied (for details please refer to section 15.2.3 Sustainable procurement implementation in the
procurement process), including: sourcing; requirements definition; solicitation; evaluation; contract finalization
and issuance; and contract management;
iii. The sustainable procurement requirements should be evidence-based, i.e. be based on existing and credible
third-party social or environmental certification criteria, or on information collected from UNOPS or stakeholders
in industry, civil society and international development agencies.
a) Planning
The project level procurement planning phase is crucial to ensuring that appropriate sustainability considerations can be
identified and embedded into the process, if applicable. This should be done in partnership with the project manager or
requisitioner and should ideally start even before, or during discussions with the partner or funding source at the
engagement acceptance stage.
2. Conduct a sustainability risk assessment. This will allow the identification of priority areas by assessing key spend
data and specific procurement processes in the procurement plan. Prioritization should be done by identifying
product or service groups that offer the best opportunities in terms of market response and potential for
improvement. In doing so, focus should be on sustainability elements that are important and relevant (or
considered a higher risk). For example, if the procurement process is for tents (and it is known that tents do not
usually come with a lot of packaging), including a sustainable packaging requirement (e.g. packaging takeback or
reduced packaging) may not be very relevant;
3. Re-consider the needs, i.e. consider specifically whether those goods or services need to be purchased. There may
be an alternative solution such as leasing or purchasing fewer units that might be more cost effective, which in turn
could lead to reduced waste and emissions. For instance, a total cost of ownership methodology to compare
different categories that yield the same desired outcome (e.g. generators and solar panels) can be applied to
identify the most cost-effective and potentially most environmentally friendly solution;
4. Consider engaging with local suppliers to understand where there is potential to enhance their own sustainability.
The UN Global Compact has a network of local chapters around the world that may be helpful to your suppliers.
b) Requirements Definition
Clear and realistic requirements are crucial to conducting a successful procurement process and should be based on the
information gathered at the planning stage. It is important that the drafting of sustainability requirements is done in a
way that does not hinder competition.
1. Define the minimum sustainability requirements acceptable in the specifications, TOR, or SOW. Requirements
should be clear, specific and measurable, and based on the results of the market research. Requirements may
refer to existing third-party social or environmental standards (e.g. ENERGY STAR, Fairtrade, or equivalent);
2. The requirements definitions shall address specific and relevant sustainability requirements through either
precise technical, functional or performance specifications. Specific requirements should set a threshold to be
met by all firms or which allows firms to propose innovative ideas, to address the sustainability
risks/opportunities;
3. Procurement practitioners may specify both the materials to be used in production and/or the method of
production or service delivery. However, technical specifications should bear a link to the subject matter of the
contract, and should only include those requirements that are related to the production of the goods, services or
works being procured. UNOPS shall not require production processes that are proprietary or otherwise only
available to one firm, or to firms in one country or region, unless such a requirement is justified.
c) Sourcing
Sourcing responsible suppliers is an important step in ensuring that the sustainability risk is minimized. In other words,
SP includes not only what is purchased, but also who is it purchased from. By using the purchasing power of UNOPS,
procurement practitioners can encourage or influence suppliers to make important changes that can enhance the
sustainability of the entire supply chain.
1. Consider strategic approaches to sourcing such as creating a short list or pre-qualified list of vendors (see 5.7) or
grouping similar requirements repeated over time to run a procurement process for longer-term contracts, such
as BPAs and LTAs (see 11.4 Long-term agreement (LTA) and 11.5 Blanket purchase agreement (BPA) for details).
Longer term contracts will give suppliers a greater incentive to bid, and increase the opportunity to improve the
sustainability of vendors over time (to be monitored during contract management stage) when compared to ad-
hoc purchases.
2. Consider creating short lists for limited competition (see 6.2.2 Limited international competition and limited
national/regional competition) on the basis of other special interest groups, provided that these characteristics
demonstrate improved environmental or socio-economic outcomes for the project. It shall also be permitted to
designate a proportion of lots or subcontracts for businesses that meet the characteristics of other special
interest groups. Such characteristics shall be limited to the following two areas:
If the project agreement does not include the above provisions, the business unit must send a request to the Director of
PG and outline:
The Director of PG, in consultation with the Legal Group and other appropriate stakeholders, will review each request on
a case-by-case basis and provide written approval as appropriate.
d) Solicitation
The solicitation stage is critical for SP implementation, as the solicitation documents will include the evaluation criteria
against which the offers will be evaluated on (no other criteria can be added later in the process, i.e. during evaluation of
submissions). The preparation of solicitation documents is also important as some of its key elements, including the
requirements definitions, will be then incorporated into the contract and be used during contract management to
monitor performance.
1. Consider creating a tender title that clearly identifies the desire to purchase sustainably;
2. Consider conducting an open or limited national/regional competition, if relevant and justified (see 6.2 Types of
competition) and/or complementing an international tender advertisement with communicating the opportunity
to local business associations or organizations that can encourage small and medium local businesses to bid;
3. Consider dividing large procurements into smaller lots. Smaller lots may be more accessible to local small and
medium suppliers that may not have the capacity to bid for the entire order. Lots can also be used to offset risks
when using total cost of ownership (TCO) in the financial evaluation of tenders. Please see 6.5.2 paragraph f;
4. In cases where defining clear sustainability requirements is difficult, or the potential price impact of more
sustainable options is unknown, consider allowing alternative offers that include enhanced sustainability
considerations. Please see 6.5.2 Particulars and instructions to bidders paragraph g, Alternative bids/offers;
5. Embed the minimum sustainability requirements desired into the qualification, technical and financial
evaluation criteria of the solicitation document (see 6.5.3 Evaluation criteria). This should be based on the
requirements definition developed previously and on the maturity of the local market. Sustainability criteria can
be embedded in the tender document as either pass/fail criteria (mandatory, e.g. qualification criteria or
technical criteria of RFQ and ITB), as rated criteria (only for technical criteria of RFP) or as a voluntary disclosure
criteria (non-mandatory, for all tender types). Please refer to the UNOPS Sustainable Procurement Criteria
checklist available on the SP intranet page. Care should be taken to balance sustainability considerations with
other non-sustainability ones;
6. Evaluation criteria may require sustainable procurement technical competence to be demonstrated. In practical
terms, this may require that the bidder:
This is a crucial requirement, especially for longer-term contracts with suppliers, such as LTAs, where the relationship is
expected to last several years, or where the risk to UNOPS is deemed to be higher.
1. Include relevant sustainability clauses from the tender in the contract. These clauses should be measurable and
realistic and could include, for example, requiring packaging improvements such as using recycled content or
bulk shipment, an annual presentation on the supplier’s sustainability performance for the purchase in question,
or other. In the case that the background check or market analysis identifies potential risks (e.g. potential for
child labour, or non-compliance with local environmental regulations), these risks may be mitigated through the
inclusion of proper clauses in the contract. Note: any changes to standard contract terms and conditions must
be reviewed by Legal;
2. Include relevant supplier performance evaluation metrics or key performance indicators (KPIs) that will be
evaluated. The KPIs should link back to key sustainable procurement aspects of the specification or the final
contractual commitment made by the successful bidder and should be used to measure essential aspects of a
contract.
f) Contract Management
When and where appropriate, including sustainability considerations in the contract management activities can enable
suppliers to enhance their own capacity to deliver against current and future contracts.
1. Perform vendor performance monitoring activities (see 13.2 Vendor performance monitoring for details). In
many cases, supplier performance monitoring presents an important opportunity to move suppliers towards
more sustainable outcomes by allowing UNOPS to prioritize key areas for improvement, and identify
opportunities for enhanced sustainability;
2. Upon contract completion, prepare the supplier performance evaluation (SPE), if applicable. This would be useful
to record, for future opportunities, the supplier’s performance during the contract, including against identified
sustainable procurement requirements. See 13.2.7 Supplier performance evaluation.
The following UNOPS policies address risk management elements and are particularly relevant to procurement:
The above policies and this Procurement Manual, provide for, amongst others, the following risk management measures
in the execution of procurement activities:
At the project level, procurement risks are managed by the project manager together with other sources of risk that can
impact a project, including external factors (political, economic, social and environmental).
Risks in procurement can originate in any stage of the procurement process. At the procurement process level, the
project manager should work closely with the procurement official in identifying potential risks, assessing impact and
probability to understand the consequences, and putting in place appropriate mitigation measures. The table below
shows some examples of procurement risks, their possible consequences and potential risk mitigation actions to be put
in place.
Table 13 | Sample risks in the procurement process and risk mitigation actions
The EPP allow UNOPS to use simplified processes to facilitate rapid response during an emergency situation without
compromising compliance with UNOPS procurement principles. In UNOPS, situations that allow the use of EPP are limited
to only those defined under this section, 15.4. Any use of EPP is subject to the prior approval of the ECPO. All other
situations of importance and urgency must be dealt with through the application of regular procurement procedures.
UNOPS FRRs allow exceptions where the exigencies of UNOPS operations do not permit procurement to be undertaken
with formal methods of solicitation. However, some emergency situations that may give rise to justification for exceptions
still follow a process wherein several offers are compared to ensure best value for money for UNOPS.
In order to facilitate rapid response in emergency situations, while at the same time upholding the procurement
principles outlined in 1.4, the EPP described in the following sections permit a solicitation process using RFQs and
associated procedures.
Procurement practitioners operating under EPP are highly encouraged to take the online course on Emergency
Procurement Procedures, available on the Learning Zone.
a) Sudden calamities such as earthquakes, floods, locust infestations and similar unforeseen disasters;
b) Human-made emergencies resulting in an influx of refugees, internal displacement of populations or in the
suffering of otherwise affected populations;
c) Drought, crop failures, pests, and diseases that result in an erosion of communities and vulnerable populations’
capacity to meet their basic needs;
d) Sudden economic shocks, market failures, or economic collapse resulting in an erosion of communities’ and
vulnerable populations’ capacity to meet their basic needs;
e) A complex emergency for which the government of the affected country or the Head of Agency of a UN
organization has requested the support of UNOPS;
f) Strategic, time-critical, or risk mitigation imperatives in the development, peace building or humanitarian
context: This trigger is dependent upon a judgment call by UNOPS management in the field. This will most likely
come into play in a protracted crisis situation, when there is an unexpected and significant change in the
operational environment that allows for and requires fast action. These are often characterized by a sensitive
political imperative to deliver or an urgent need that cannot be met through the application of the regular
procurement procedures to implement an exceptionally complex programme that has not been anticipated. Any
application to use EPP on this basis must include a supporting statement from the relevant regional director
after consultation with the respective functional directors, and United Nations Country Team as appropriate;
g) The following definitions apply for the terms ‘strategic’, ‘time-critical’, and ‘risk’:
i. Strategic: Used here to describe situations where UNOPS involvement in a crisis, or rapid expansion of
UNOPS programs in a specific context, is considered essential for delivering development results to
remain relevant, and to maintain or build the organization’s reputation;
h) Other event(s) that in the opinion of the ECPO would fall under the definition of a genuine emergency situation.
The approval for use of EPP is time- bound, limited to a specific operation and may also be limited to the procurement of
defined products in relation to a specific operation. Contract awards can only be done outside the approved EPP period
provided the solicitation process for that procurement action was initiated within the EPP period.
UNOPS monitors the use of EPP and keeps a record of its use, which will be audited regularly.
a) Advance identification and registration of suitable suppliers of products frequently requested in emergency
operations, including confirmation by suppliers of willingness to respond to solicitations on short notice;
b) Pre-qualification of suppliers of products frequently requested in emergency operations;
c) Development of standard specifications/TORs/SOWs for goods, services, or works typically requested in
emergency operations;
d) Establishment of LTAs with suppliers of products typically requested in emergency operations, and specifying in
LTAs the need for stock availability and emergency preparedness;
e) Identification of relevant LTAs from other United Nations organizations.
Conduct backward planning, i.e. plan procurement activities starting from the time the goods have to be delivered,
counting backwards to determine the maximum length of time required for each procurement step (solicitation,
evaluation, award, contract issuance, etc.);
Determine proactively the likely availability of team members for evaluation;
Issue urgent notifications to relevant stakeholders involved in the process so that they can be prepared to respond
faster, e.g. Chairperson of HQCPC, ECPO, etc.
EPP are less formal and offer more flexibility than the regular procurement procedures applicable in non-emergency
situations; at the discretion of the ECPO more conservative procedures might be imposed through issuance of written
instructions to the business unit. For example, this might include requiring transmittal of receipt of offers to a secure
email address or fax number, if available.
Under no circumstances should an order be placed prior to the receipt of funds. Any exceptions to this rule must be
approved in writing in accordance with the policy on advance funding activities established by the ED pursuant to FRR
112.01.
The use of brand names in requirement specifications, which is generally not allowed under the regular
procedures, may be used in emergency procurement, if it aids description of the required product. To avoid
restricting competition, the words ‘or equivalent’ must be added unless a particular brand is required for
standardization purposes. It must also be stated that equivalent brand name products would be accepted.
Standardization is particularly sensitive in emergencies: requirement of a specific brand might delay the delivery,
while other brands could be readily available or ex-stock;
Product instructions and standard specifications/TOR previously developed and available through the UNOPS
Intranet can be used to facilitate the requirement definition;
Existing LTAs can provide useful specifications and must also be checked for compliance with the current need. If
LTAs exist for the requested product, and the LTA can adequately cover the need in terms of stock availability and
delivery times, orders should be placed against the existing LTA;
Purchase ex-stock should be considered, although this often represents a costly solution to a defined need.
15.4.4.3 Sourcing
There are no specific requirements concerning sourcing under EPP, however, it is recommended to give priority to
suppliers experienced in supplying the UN system in emergency operations in order to reduce lead-times and the risk of
contract failure. Strategic sourcing undertaken upfront by IPAS Procurement should always be checked, as it could
provide useful input. IPAS Procurement is available to provide sourcing support for specific requests.
For solicitations undertaken through use of the RFQ method of solicitation there are no specific requirements to prepare
a short list. However, in order to comply with basic audit requirements, the procurement file must contain a brief
explanation as to which suppliers were considered and why.
If it is determined that rapid delivery of goods, services or works can only be achieved through the award of a contract to
a sanctioned or suspended vendor, then specific approval must be obtained by the ECPO with prior clearance by the
Director PG, in line with the waiver process described in the OI Vendor Sanctions. The request for approval must contain
proper justification and indication of additional safeguards that will apply to mitigate reputational and other risks for
UNOPS related to using suspended vendors.
15.4.4.5 Solicitation
RFQs can be used regardless of the value of the emergency procurement. When using an RFQ in emergency situations, no
absolute deadline or specific template is required (except for works procurement), however suppliers should be given a
realistic deadline to respond to the request. The request must contain enough information to enable suppliers to give an
informative quote, meaning all requirements must be communicated clearly and in the same manner to all suppliers
along with the method of evaluation.
RFQs can be placed orally for goods and services, however the quotes from the suppliers shall preferably be in writing. If
required, suppliers may quote their offer orally, and confirm price and terms in writing prior to award of contract. If time
allows, written RFQs using the corporate templates should be issued, as this supports the transparency of the process, by
ensuring that all suppliers receive the same information at the same time. However, a specific RFQ template must be
used for procuring construction works and may be linked to the most appropriate works contract for the given works,
which may be the Minor Works Contract or any other of the UNOPS works contracts if more appropriate.
However:
a) This methodology does not ever permit the selection of a substantially non- compliant offer if a substantially
compliant offer exists;
b) The technical advantages offered by a higher priced quotation may in certain cases justify selection of an offer
other than the lowest priced;
c) Further, the RFQ modality allows selection of the most technically acceptable offer in cases where none of the
offers fully meets the requirement specification (where regular formal methods of solicitation would require re-
tendering).
The selection of a supplier other than the one offering the lowest priced option requires proper justification documented
on file. See 8 Evaluation of submissions, for further guidance. The following points should be considered:
Whilst evaluation is conducted according to the ‘lowest priced, most technically acceptable’ methodology, and no
exact evaluation criteria must be determined in the RFQ, procurement officials still have an obligation to present all
suppliers with the same information regarding UNOPS requirements, delivery dates, and any other factors which
will be assessed during evaluation and selection;
With a lack of firm evaluation criteria, particular emphasis must be placed on creating a written record of the
evaluation process and the justification for supplier selection;
The evaluation team shall have the right, for reasons of expediency and subject to equal treatment of bidders, to
decide not to ask bidders for missing historical documents;
Given time constraints and thus limited extent to which background checks can be performed, procurement
officials may request a performance security from the supplier. Willingness of bidders to provide a performance
security is a positive indication regarding the financial position of the company;
RFQs issued during an emergency operation constitute a formal method of solicitation. Hence, negotiations can be
undertaken with a potential supplier, after selection of the supplier, and in accordance with 8.9 Negotiations (ITB
provisions).
15.4.4.7 Award
The PA with the delegated authority (DOA) for the value of the procurement activity (see 2.5.2 Delegation of authority) will
award contracts further to an EPP activity. Where the ECPO has granted authorization to use EPP, the use of an RFQ
process shall be deemed to constitute a ‘formal method of solicitation’ for the purposes of FRR 118.05(a). The resulting
award to the winning offer is made on the basis of the use of formal methods of solicitation and respective DOA
thresholds for awards apply.
Where deemed necessary and justifiable, a temporary increase in the procurement DOA levels may be granted, in writing,
by the ECPO. The increase must be time- bound and given to a specific individual (not function).
The ECPO may decide that only HQCPC and not the LCPC can review relevant submissions under EPP. The committee
designated to review EPP submissions will be indicated by the ECPO at the time of EPP approval. If CPC review is required,
the following simplified review process is established for emergencies;
i. Procurement undertaken following the approval of the ECPO to use emergency procedures can be
submitted to the relevant PA for award through the chairperson of the relevant CPC;
ii. There is no requirement for a full committee review, but the chairperson reviews and provides written
advice to the relevant PA. Alternatively, an ad hoc meeting of the relevant CPC can be called at the discretion
of the chairperson.
A standard request for emergency award must be completed and signed by the submitter. In addition to the usual
information that must be provided in a request for award, the emergency award contains the following:
a) Written confirmation of not having any vested interest in the supplier recommended for award. If a conflict of
interest exists, it must be explicitly disclosed at this stage, in addition to the normal requirement to disclose any
potential conflict of interest at any time during the procurement process;
b) Written confirmation that all required documentation is available on file;
Funds must be available prior to award of contract, unless advance funding applies as described in AI/FPG/2012/01. For
requests for emergency award requiring CPC review, please use the online CPC System. For other requests, use the
template.
15.4.4.8 Contracts
Due to the risk involved, the procedures for contract preparation and issuance as well as contract administration remain
the same as under normal conditions. Standard UNOPS contract formats are used when contracting suppliers during
emergency operations. UNOPS requires written contracts to be signed for all procurement activities with values equal or
above USD 2,500.
UNOPS never enters into oral contracts; each UNOPS contract must be in writing and duly signed by the parties as set
forth in this manual. Care must be taken to avoid exposing UNOPS to the risk of inadvertently entering into a binding oral
agreement (see 11 Contract finalization and issuance and contractual instruments for guidance and contract templates).
Filing
Proper documentation of the procurement process in a procurement file is a requirement for each procurement exercise.
The use of the EPP allows more flexibility in the procurement process than UNOPS regular procedures. This increases the
responsibility of procurement officials as well as involved managers to document that the procurement has been
conducted consistent with the procurement principles and in accordance with the FRR. Procurement officials are
reminded that proper filing also protects the individual undertaking the procurement activity from undue suspicion and
ensures that actions can be justified to auditors.
In order to document the EPP and to justify decisions and choices made when selecting the supplier and awarding
contract, all steps in the process must be documented in the procurement file. In the event of dispute, the file is critical: it
documents the procedure, establishes an institutional memory, forms the basis of a lessons learned process, and is
essential for audit purposes.
Please refer to section 13.9 Maintenance of files for filing requirements. In addition to documents identified therein, for
processes under EPP the file should also include the request for approval as well as approval of the use of EPP.
Audits
The TOR for procurement-related internal audit of a UNOPS business unit may include a request for a review of all
procurement operations carried out under EPP.
As in the case of any other procurement activity undertaken by UNOPS, the personnel involved remain personally
responsible and accountable for their actions or lack thereof, and can be held personally responsible and financially liable
for any mismanagement or undue action taken.
OI Vendor Sanctions
OI Risk Management
Intranet site: Quality Assurance Manual for Pharmaceutical and Medical Device
Procurement
Refer to separate document Annex A: Quality Assurance Manual for Pharmaceutical and Medical Device
Procurement
Glossary
Accepted contract The amount stated in the schedule of details and recorded in the schedule of contract price,
amount based on the estimated quantities and fixed unit rate and prices and provisional sums, (if any),
inserted in the bill of quantities, for the execution and completion of the works and remedying
any defects.
a. Demonstrate that work has been conducted in accordance with agreed rules and standards;
b. Report fairly and accurately on performance results vis-à-vis mandated roles and/or plans.
Administrative An administrative instrument used by UNOPS to establish instructions, procedures and business
instruction (AI) process maps for implementation of superior United Nations legislations applicable to UNOPS or
Organizational Directives (ref: OD 01).
Advance financing The authorization to incur partial expenditures pursuant to a project agreement but prior to
receipt of project funds.
Arbitration16* A method that is agreed to in advance by the parties to a contract to resolve a dispute by
submission to one or more neutral third party arbitrators for a binding judgement; arbitration is
normally used to avoid litigation, i.e. court procedures.
Assets Comprise:
a. Tangible assets or resources – controlled by UNOPS as a result of past events, including work
in progress, and from which future economic benefits or service potential are expected to flow
to UNOPS – that are physical in nature, have a value above the threshold set by the Executive
Director and are included in the inventory, excluding cash and cash equivalents;
b. Intangible assets or resources – controlled by UNOPS as a result of past events, including work
in progress, and from which future economic benefits or service potential are expected to flow
to UNOPS – which do not have a physical existence, including but not limited to franchises,
trademarks, patents, copyrights, goodwill, securities, financial instruments and contracts.
Audit The systematic examination and verification of UNOPS accounts and transaction records, other
relevant written documents, and physical inspection of property, plant and equipment by
qualified accountants.
Bank guarantee An unconditional and on demand bank guarantee from the contractor to UNOPS for advance
for advance payment enabling the contractor to commence works. Such advances arrive at first interim
payment payment.
*
All terms marked with an * are in accordance with the Common UN Glossary of Terms as agreed by the HLCM
Procurement Network.
Best value Lowest price is not necessarily the most important criterion in the procurement of goods and
services; the concept of best value takes many factors into account to select the optimal solution
to a specific need.
Best and final offer A tool that can be used during the final evaluation phase of a procurement
(BAFO)
Best value for The trade-off between price and performance that provides the greatest overall benefit under
money the specified selection criteria.
Bid security (bid A security from a supplier securing obligations resulting from a contract award with the intention
bond)* to avoid: the withdrawal or modification of an offer after the deadline for submission of such
documents; failure to sign the contract or failure to provide the required security for the
performance of the contract after an offer has been accepted; or failure to comply with any
other condition precedent to signing the contract specified in the solicitation documents.
Bidder/proposer/ An entity that submits an offer in response to a solicitation. Normally, the term bidder is used to
offeror* refer to the entity responding to an EOI, RFI, ITB, RFQ or an electronic auction; the terms
proposer or bidder may be used to refer to the entity responding to an RFP.
Bid protest A complaint against the methods employed or decisions made by a contracting authority in the
administration of a process leading to the award of a contract.
Bill of lading* A carrier’s contract and receipt for goods it agrees to transport from one place to another and to
deliver to a designated recipient (consignee).
Bill of quantities A description and a quantitative estimate of all materials, and/or supplies, which will be required
(BOQ)* for a proposed construction project or production of equipment (usually custom designed),
provided to bidders for pricing purposes.
Blanket purchase A written agreement between UNOPS and a supplier established for a defined period of time
agreement (BPA) (normally not exceeding 12 months) for clearly specified goods/supplies or quantifiable services
at fixed prices or fees. BPAs are typically issued at the local level to satisfy straightforward and
recurring operational requirements of a support nature.
Brand names A name or trademark by which one producer distinguishes their product from those of similar
products by other producers in the same industry. A brand name identifies both the product and
the producer.
Business unit An operation or office that is led by the respective key management personnel. In UNOPS, these
units typically consist of headquarters, regional offices and operations centres, project centres
and clusters.
Buyer* The individual or personnel designated by an authorized official to undertake all activities
necessary for the procurement of goods, works, or services in accordance with the applicable
regulations, rules, policies, and procedures. The term buyer is also used to denote the UN entity
that is a party to the contract. At UNOPS, the term ‘procurement officials’ may be used for
personnel executing the role of buyer.
Cartel A small group of competing producers/suppliers of a good or a service who agree to regulate
production, price and/or marketing in an effort to control or manipulate the market.
Catalogue* An organized list of goods or services specifying the description, price, unit of measure and other
attributes. A catalogue may be available as a document or in electronic format.
Certificate for A certification of design compliance, confirming that a design has been reviewed and assessed
Design Review for design risk in accordance with UNOPS Design Planning Manual. Required before the tender
Compliance process commences.
Cluster A thematic, or otherwise defined, UNOPS business unit tailored to specific partner and client
needs for coordinated global or multi country delivery of programmatic support.
Commitment The anticipated or contingent liability against funds allocated for the current or future year(s).
Competitive A procurement method in which offers from competing suppliers are invited by open
bidding* advertisement and provided with the scope, specifications, and terms and conditions of the
proposed contract as well as the criteria by which the offers will be evaluated. The objectives of
competitive bidding are to obtain goods or services at the lowest cost or best value through
open and fair competition.
Consignment* a. An agreement with a supplier to stock goods at a customer’s location with the goods
remaining the property of the supplier until used or sold;
b. A shipment that is handed over to a common carrier for transport and delivery.
Contingency A manageable and identifiable budget for necessary, unforeseen and unknown components of
allowance works within the overall general scope, but not for additional, unconnected or offsite works.
Contract* In the context of UN procurement, a contract is a written, legally binding agreement between the
organization and a supplier, which establishes the terms and conditions, including the rights and
obligations of the organization and the supplier. A contract may take many different forms, e.g.
agreement, purchase order, memorandum of understanding, letters of assist.
Contract All actions undertaken after the award of a contract relating to the administrative aspects of the
administration* contract, such as contract amendment, contract closure, record retention, maintenance of the
contract file, and handling of security instruments (e.g. performance security).
Contract dispute An unresolved contractual dispute between the supplier or its representative and UNOPS
personnel designated in the contract, and which is therefore escalated to a higher authority.
Contract The ongoing monitoring and management of the supplier’s performance regarding the promised
management* goods or services, as well as assuring compliance with all other terms and conditions of a
contract, such as price and discounts. It includes managing the relationship between the
supplier, the procuring unit, the requisitioner and/or the end user, feedback to the supplier
regarding its performance, as well as dispute resolution, if necessary.
Contract Any written change in the terms of the contract. Contract modifications only become effective
modification* when executed by both parties.
Contracts and HQCPC or LCPC are committees to review procurement processes, thus verifying whether
property procurement has been undertaken in accordance with established procedures and in line with
committee (CPC) the FRR. They recommend award or rejection to the appropriate PA.
Contractor* Any party to a procurement contract with the organization. A contractor may take various forms,
including an individual person, a company (whether privately or publicly held), a partnership or a
government agency.
Defects The period between taking-over and the final completion of the works. The defects notification
notification period period is to enable time for any defects to be known and to notify the contractor to make good.
(DNP)
Delay damages for If the contractor fails to comply with the time for completion, as specified in the contract, and
works complete the works or a section within the time for completion, the contractor shall pay delay
damages to UNOPS for this default. The delay damages shall be as stated in the schedule of
detail at time of tender and should be paid for every day which shall elapse between the time for
completion and the date the whole of the works or relevant section has been taken over as
stated in the taking over certificate.
Delegation of The written statement of conditions, procedures, and terms that a delegate must follow in
authority (DOA) executing a delegated task.
Delivery The transfer of title for a shipment through transfer of an original copy of the bill of lading to the
consignee.
Delivery time* The time taken to deliver goods from the date of contract to the time when the supplier makes
the goods available to the buyer at the agreed place as per the delivery terms.
Design documents Documents that provide background and detailed information for construction works. They
describe the scope of works and include all requirements and information to carry out the works
(technical specifications, drawings, Bills of Quantity, etc.)
Design Planning The UNOPS Infrastructure Project Design Planning Manual sets out guidelines, mandatory
Manual minimum standards, and performance recommendations and requirements for infrastructure
design.
Direct contracting Contracting without competition (sole source). The contract is negotiated directly with the
supplier.
Disposal* The process of removing something from a location, typically the removal of scrap, surplus,
excess, obsolete and waste items from an organization’s premises.
E-procurement* Electronic procurement that occurs when the activities of the purchasing process are conducted
electronically, typically over the Internet, to shorten the cycle time and lower the transaction
costs of the acquisition process.
Employer Entity that signs the works contract - UNOPS procurement authority.
Employer’s The person responsible for managing the contract on behalf of the employer, usually the UNOPS
representative project manager
Exigency* An exceptional, compelling, emergent need or situation of force majeure not resulting from poor
planning or management or from concerns over the availability of funds, that will lead to serious
damage, loss or injury to property or persons, if not addressed immediately.
Final completion Indicates the end of the contractor’s obligation or responsibility to UNOPS and the works.
Final Completion Issue to the contractor by UNOPS (employer) certifying that the end of the contractor’s obligation
Certificate or responsibility to UNOPS or the works.
Fixed price contract A contract in which the contractor agrees to a fixed contract price, which in some cases is subject
to cost escalation clauses.
Force majeure* A contract provision under which major (and usually uncontrollable) events may excuse a party,
in whole or in part, from the performance of its contractual obligations; e.g. fire, war, or severe
weather. This is a standard clause in contracts of the organizations of the United Nations
Common System.
Financial UNOPS Financial Regulations and Rules effective 1 February 2009 (Organizational Directive No 3
regulations and (OD 03))
rules (FRR)
Funding source a. A client that provides funds to UNOPS pursuant to a project agreement between UNOPS and
that client;
b. Where the funding source is not a client, the entity that provides funds to UNOPS with the
written concurrence of a client pursuant to a signed project agreement between UNOPS and the
funding source.
General Conditions The General Conditions of Contract (sometimes referred to as ‘general terms and conditions’) are
of Contract (GCC)* a set of standard contractual provisions, which are incorporated into virtually every commercial
contract that the UN, including its funds and programmes, concludes. The GCC cover a range of
issues, including the contractor’s status vis-à-vis the Organization, the use of sub-contractors,
indemnification, intellectual property rights, use of the name, emblem or seal of the United
Nations, termination and events of force majeure, dispute settlement, privileges and immunities,
standards of conduct, and amendments.
(United Nations) Voluntary international corporate citizenship network initiated by the Secretary General to
Global Compact* support the participation of both the private sector and other social actors to advance
responsible corporate citizenship and universal social and environmental principles to meet the
challenges of globalization. It is based on 10 principles related to human rights, labour,
environment and anti-corruption. See http://www.globalcompact.org for more information.
Goods Objects of every kind and description including raw materials, products and equipment and
objects in solid, liquid or gaseous form, and electricity, as well as services incidental to the supply
of the goods if the value of those incidental services does not exceed that of the goods
themselves.
Guarantee* A promise or a pledge, i.e. something given or existing as security such as to fulfil a future
engagement or a subsequent condition (e.g. bank guarantee). It can also be a provision in a
contract by which one person promises to pay the obligation of another person in case that
person fails to pay debts or perform a specific duty.
Incoterms* Incoterms rules are standardized and widely-recognized trade terms, prepared by the
International Chamber of Commerce (ICC), to be included in contracts for the sale of goods,
providing standard contractual provisions that clarify the costs, risks and responsibilities of the
parties to the contract, particularly in relation to the shipment and delivery of the goods from
sellers to buyers. Refer to the ICC website (www.iccwbo.org) for information about these terms
and their definitions which are copyrighted by the ICC.
Individual Personnel retained by UNOPS in their individual capacity to undertake a specific assignment.
contractors
Instrument of The document signed by the parties and forming part of the contract.
agreement
Internal control A process, directed by the Executive Board and carried out by UNOPS management and other
personnel, designed to provide reasonable assurance regarding robust risk management and
the achievement of objectives and goals, aimed at increasing the effectiveness and efficiency of
operations, the reliability of financial reporting, and compliance with applicable laws and
regulations.
Inventory* Any material, component or product that is held for use at a later time.
Invitation to bid A formal method of solicitation where prospective suppliers are requested to submit a bid for
(ITB)* the provision of goods or services. Normally used when the requirements are clearly and
completely specified and the basis for award is lowest cost.
Invoice* Supplier’s demand for payment setting out the amount for payment by the buyer in respect of
goods delivered or services rendered.
Lead time* The time that elapses from placement of an order until receipt of the order for goods, services or
works, including time for order transmittal, processing, preparation and shipping.
Lease A contract whereby in return for a payment or series of payments the lessor conveys to the
lessee the right to use an asset for an agreed period of time. There are two types of leases,
namely, a finance lease, which transfers substantially all the risks and rewards incident to
ownership of an asset while title may or may not be eventually transferred; and an operating
lease, which is a lease other than a finance lease.
b. A legislation;
Letter of intent* A pre-contractual document, usually in the form of a letter and sometimes signed by both
parties, used to express expectation of contract formation in the future and to ensure that
certain basic agreements are clearly understood by both parties. When properly drafted, the LOI
should create no binding obligation to either party.
Liability* Any obligation incurred as a result of law, rule or agreement; being legally obliged and
responsible; a debt or an obligation to another party.
Life cycle cost, The sum of all recurring and one-time (non-recurring) costs over the full life span or specified
whole life cost, period of a good, service, structure, or system. It includes purchase price, installation cost,
total cost of operating costs, maintenance and upgrade costs and remaining residual or salvage value at the
ownership* end of ownership or its useful life.
Liquidated A sum agreed upon during the formation of a contract which will be paid by the breaching party
damages* in the event of a defined breach of contract (such as non-performance or delay in delivery). The
amount of liquidated damages must be arrived at in good faith and must be based on an
estimate of the actual damage that will ensue from the breach.
Litigation Lawsuit, legal action, including all proceedings therein. UNOPS is immune from legal action in
courts. Disputes with contractors are resolved either by negotiation, conciliation or arbitration.
Logistics* The process of planning, implementing and controlling the efficient, cost-effective flow and
storage of goods and related information from point of origin to point of consumption for the
purpose of conforming to customer requirements.
Long-term A written agreement between an organization of the United Nations system and a supplier that
agreement (LTA)* is established for a defined period of time for specific goods or services at prescribed prices or
pricing provisions and with no legal obligation to order any minimum or maximum quantity.
b. A legally binding contract, generally used when the contracting party is a non-commercial
entity. The language of the MoU may determine whether it is legally binding on either party.
Net Present Value Compares the value of a dollar today to the value of that same dollar in the future, taking
(NPV) inflation and returns into account. If the NPV of a prospective project is positive, the investment
adds value and it may be accepted. If it is negative, the project should be rejected.
Non-historical A document specifically related to a tender and one that the bidder could not be expected to
document possess before the solicitation document was issued; e.g. a bid security.
Offer/tender/submi A generic term for bids, quotations and proposals, received from a supplier in response to
ssion* solicitation documents.
Organizational Administrative instrument used to establish organization-wide policies that govern action within
directive (OD) UNOPS and/or external relations.
Outsourcing* The process of contracting out a business process, which an organization may have previously
performed internally or which the organization deems necessary or important, to an
independent company, supplier or contractor where the process is purchased as a service.
Performance A financial instrument that is intended to provide the UN with security against failure by a
security, supplier to perform its obligations and serves as a source of compensation for a supplier’s
performance bond* failure to fulfil the terms of a contract.
Personnel All UNOPS staff members and other individuals engaged by UNOPS under specific contractual
arrangements to perform services for UNOPS project activities or administrative support.
Policies and The principles and guidelines formulated or adopted by an organization to reach its long-term
procedures goals. They are designed to influence and determine all major decisions and actions, and all
activities take place within the boundaries set by them. The policies and procedures may take
the form of organizational directives, administrative instructions, standard operating procedures
and other written documents.
Price escalation The practice of having a mechanism to increase unit prices throughout the contract life that
should reflect inflation, usually on large contracts in areas with significant inflation.
Procurement* The acquisition through purchase or lease of real property, goods or other products (including
intellectual property), works or services.
Procurement The forms, protocols, or conditions that regulate the conduct of procurement activities.
modalities
Procurement The UNOPS personnel responsible for carrying out any aspect of the procurement process.
official
Procurement plan The work plan regulating the procurement activities.
Product The use of the word ‘product’ in the context of this manual is used to cover goods, works, and
services.
Project Any undertaking by UNOPS on behalf of one or more of its clients in respect of which a
separately identifiable project account (or accounts) has been established.
Project agreement A legally binding document, together with any written amendments thereto, agreed between
UNOPS and the client setting out the arrangements for services to a project and the budget for
such services, including the UNOPS management fee.
Purchase order A type of contract that documents the purchase of goods and/or services.
(PO)*
Quotation* An offer in response to a request for quotation. However, if it is in response to an enquiry, it is
simply a statement of price and availability.
Request for An advertisement to identify suppliers that wish to participate in a forthcoming solicitation
expression of (please see also ‘expression of interest’).
interest*
Request for An instrument to conduct a market survey in order to obtain information from the market that
information (RFI)* can be used to identify available or potential solutions for fulfilling identified needs which may
include information on cost and delivery time.
Request for A formal method of solicitation where prospective suppliers are requested to submit a proposal
proposal (RFP)* for the provision of goods, works or services, based on the specifications, statement of work, or
terms of reference included in the solicitation documents. Normally used in cases where the
requirements are complex; cannot be clearly or completely specified, where detailed technical
evaluations are to be performed, and/or where pricing or cost may not be the sole basis of
award.
Request for An informal method of solicitation whereby suppliers are requested to submit a quotation for
quotation (RFQ)* the provision of goods or services. Normally used for standard, off-the-shelf items, where the
value of the procurement falls below the established threshold for formal methods of
solicitation.
Requisition* A written or computerized request from an internal user/customer for the fulfilment or
procurement of goods, services or works.
Requisitioner* The person or personnel initiating a purchase requisition, i.e. a request for goods, works or
services.
Residual value* The value of an item which has served its functional purpose but retains some value as in trade-
in or scrap.
Schedules Describe the project specific and technical information to be incorporated prior to issuing the
tender.
Sealed offer* An offer which has been submitted in a sealed envelope to prevent its contents from being
revealed or known before the deadline for the submission and opening of all offers.
Security Financial instruments that are intended to provide the UN with security against expenses and
instruments* losses that result from a failure by a supplier to perform its obligations. They are intended to
ensure that funding is available to compensate the UN for such failure and are not intended as a
punishment. The main security instruments are bid security and performance security. A
security can take the form of bank guarantees, surety bonds, stand-by letters of credit, cheques
on which a bank is primarily liable, and cash deposits.
Segregation of An internal control mechanism used to assure that no single individual or organizational unit
duties* given responsibility for more than one related function.
Services* Work, duty or labour performed by a contractor pursuant to a contract. Rendering of services
may involve the associated provision of utilities or facilities if specified in the terms of the
contract. Typical examples of services include security, catering, cleaning, travel management,
event management, IT services, training, freight forwarding, and consulting.
Sole source* A procurement term employed when there is no competitive marketplace for the requirement,
i.e. the product or service needed is available only from one source; also referred to as single
source / direct contracting.
Solicitation* Generic term for a request to suppliers to offer a bid, quotation or proposal.
Solicitation Documents issued to describe procurement requirements and to invite Suppliers to submit a
documents* bid, quotation or proposal.
Solicitation method The method used to solicit offers from suppliers. ITB, RFP, RFQ, and shopping are methods of
solicitation.
Sourcing* The process of identifying suitable suppliers that could provide required products or services for
the acquiring organization.
Specifications* A description of the technical requirements for a material, product or service. Usually referring
to the defined requirements for materials or products, but can also relate to the requirements
for services (terms of reference).
Standardization* The process of agreeing on a standard specification for a specific product or line of products.
Usually conducted to achieve economies of scale, compatibility with other products, facilitation
of operation, maintenance, and repair of already purchased goods, etc. Standardization could
result in sole or limited source situations; this should be a consideration in the decision for
standardization.
Statement of work Requirement specifications for work assignments outlining the specific services a contractor is
(SOW)* expected to perform, generally indicating the type, level and quality of service, as well as the
time schedule required. Usually accompanied by a bill of quantities (BOQ) and/or
drawings/designs – not used for procurement of works at UNOPS.
Stewardship* The responsibility of an organization for managing the funds and resources entrusted to it by its
member states and other donors in an ethical and transparent manner, and for the welfare and
in the interest of the designated beneficiaries of the funds and resources entrusted.
Subcontractor* A party that carries out work for a contractor as part of a larger project.
Sustainable Procurement is called sustainable when it integrates requirements, specifications and criteria
procurement* that are compatible and in favour of the protection of the environment, of social progress and in
support of economic development, namely by seeking resource efficiency, improving the quality
of products and services and ultimately optimizing costs.
Taking-over When the whole of the works or the relevant section or part of the works are complete except
for minor omissions and minor defects (substantial completion) and ready to be utilized by the
end user At this point final responsibility for the works sits with UNOPS until final handover to
the end user or client.
Taking-over Issued by UNOPS (the employer) to the contractor as a general requirement to certify that work
certificate or a section of the work can be utilized and occupied by the user.
Terms of reference A description of the scope of work for services generally indicating the work to be performed,
(TOR)* the level of quality and effort, the timeline and the deliverables.
Threshold The minimum or maximum value (established for an attribute, characteristic, or parameter)
which serves as a benchmark for comparison or guidance and any breach of which may call for a
complete review of the situation or the redesign of a system.
Time for The time for completing the works or a section, including if any approved extension of time by
completion the employer’s representative.
Transaction An event that effects a change in the asset, liability, or net worth account.
Transparency* A principle implying a process by which reliable, timely information about existing conditions,
decisions and actions relating to the organization’s activities is made accessible, visible and
understandable.
United Nations Internet portal used by more than 25 United Nations agencies, including UNOPS. Includes,
Global Marketplace among other types of information, tender notices and an inter-agency vendor roster. See
(UNGM) http://www.ungm.org for more information.
UNSPSC The United Nations Standard Products and Services Code, coding system classifying products
(goods, works and services).
Variation Any change to the works, which is instructed or approved by the employer’s representative.
Changes under UNOPS works contract not changing the original terms and condition of the
contract. A variation of works does not necessarily have to vary the price or rime, but may do so.
Warranty* An assurance (expressed or implied) by the supplier that the material, product, or workmanship
being sold is as represented or promised, e.g. free of defects, or will be repaired or replaced free
of charge or according to conditions set out in the warranty.
Works Works refers to all activities and services relating to the design, construction, reconstruction,
demolition, repair or renovation of infrastructure, including technical consultancy services
relating to works and the supply and installation of technologies such as solar power systems,
elevators, etc.
FRR Financial regulations and rules UNGM United Nations Global Marketplace
GCC General Conditions of Contract UNSPSC United Nations Standard Products and
Services Code
LG Legal Group
OC Operations centre
OD Organizational Directive
OH Operations Hub
OI Organizational instruction
PA Procurement authority
Table 8 Extract of Finance DOA, Table F: Advance financing and advance 119
payments
Table 9 Extract of Finance DOA, Table A (Banking, Treasury, Cash Management) 120
Table 13 Sample risks in the procurement process and risk mitigation actions 167