Request for Proposal (RFP) Ref: PAL 10 - RFP/UNDP/PAPP/47395/Khan Younis WWTP Date: 3 April Letter of Invitation

Size: px
Start display at page:

Download "Request for Proposal (RFP) Ref: PAL 10 - RFP/UNDP/PAPP/47395/Khan Younis WWTP Date: 3 April Letter of Invitation"

Transcription

1

2

3 Request for Proposal (RFP) Ref: PAL 10 - RFP/UNDP/PAPP/47395/Khan Younis WWTP Date: 3 April 2008 Letter of Invitation Dear Sir/Madam, Subject: RFP for the provision of Consultancy Services for the Detailed Design for the Construction of Khan Younis Waste Water Treatment Plant in Gaza Strip 1. You are requested to submit a proposal for the provision of consultancy services for the Detailed Design for the Construction of Khan Younis Waste Water Treatment Plant in Gaza Strip, as per enclosed Terms of Reference (TOR). 2. To enable you to submit a proposal, attached are: i. Instructions to Offerors. (Annex I) ii. General Conditions of Contract (Annex II) iii. Terms of Reference (TOR) (Annex III) iv. Technical Proposal - Formats. (Annex IV) v. Financial Proposal Formats.. (Annex V) vi. Proposed Man-month of Personnel (Annex VI) vii. Proposal Security Form (Annex VII) viii. Performance Security Form (Annex VIII) ix. Form of Proposed Contract.(Annex IX) 3. Your offer comprising both technical and financial proposals, in separate sealed envelopes, should reach one of the following addresses no later than 05 June 2008 at 14:00 hours, Jerusalem local time, to Attention: Jens Toyberg- Frandzen, Special Representative East Jerusalem UNDP/PAPP 4a Ya'qubi Street Jerusalem Telephone: Facsimile: /3 Gaza UNDP/PAPP Omar Bin Abdul Aziz Street Gaza Telephone: Facsimile: See continuation sheet number 2

4 Continuation sheet number 2 4. No later than 22 nd May 2008 to the Deadline for Submission of offers, the UNDP may, for any reason, whether at its own initiative or in response to a written clarification requested by a prospective Offerors amend the Solicitation Documents. All prospective offerors that have received the Solicitation Documents will be notified in writing of any amendments. In order to afford prospective Bidders reasonable time in which to take the amendments into account in preparing their offers, the UNDP may, at its discretion, extend the Deadline for the Submission of Bids. Clarifications/inquiries should be sent to the following address. E mail: shehadeh.habash@undp.org 5. You are requested to acknowledge receipt of this letter and to indicate whether or not you intend to submit a proposal. Yours sincerely, Jens Toyberg- Frandzen, Special Representative of the Administrator 2

5 Instructions to Offerors Annex I Definitions Unless the context otherwise requires, the following terms and expressions whenever used in the RFP and the contract shall have the following meanings: a. "UNDP/PAPP" means the United Nations Development Programme/ Programme of Assistance to the Palestinian People. b. "Project" means the project named in the RFP for which the Works are to be provided. c. "Services" means the work to be performed by the Consultant pursuant to the Contract and Comprise Normal Services, Additional Service and Exceptional Services. d. "Works" means the permanent works to be executed (including services, goods and equipment to be performed and supplied to the Client) for the achievement of the project. e. "Client" means the agency (UNDP/PAPP) with which the selected Consultant signs the Contract for the Services. f. "Consultant" means any entity, who is employed as an independent professional firm by the Client, that may provide the Services to the Client under the Contract. g. "Party" and "Parties" means the Client and the Consultant and "third party" means any other person or entity as the context requires. h. "Contract" means the Contract signed by the Parties and all the attached documents listed in its Clauses, that is the General Conditions (GC), the Special Conditions (SC), and the Appendices. i. "Day" means calendar day and means the period between any one midnight and the next. j. "Month" means a period of one month according to the Gregorian calendar commencing with any day of the month. k. "Government" means the government of the Client s country. l. "Instructions to Offerors" (Annex I of the RFP) means the document which provides short listed Consultants with all information needed to prepare their Proposals. m. "LOI" (of the RFP) means the Letter of Invitation being sent by the Client to the short listed Consultants. n. "Proposal" means the Technical Proposal and the Financial Proposal. o. "RFP" means the Request For Proposal to be prepared by the Client for the selection of Consultants. 3

6 p. "Sub-Consultant" means any person or entity with whom the Consultant subcontracts any part of the Services. q. "Terms of Reference" (TOR) means the document included in the RFP as Annex III which explains the objectives, scope of work, activities, tasks to be performed, respective responsibilities of the Client and the Consultant, and expected results and deliverables of the assignment. r. Contractor whenever quoted in the text of RFP means consultant. 4

7 A. Introduction 1. General The United Nations Development Programme/Programme of Assistance to the Palestinian People (UNDP/PAPP), has received a grant from the "GOVERNMENT OF JAPAN" for the Construction of Khan Younis Waste Water Treatment Plant (WWTP) in Gaza Strip, a part of which will be dedicated for the works for which the consultancy services are required under this RFP. As per UNDP's Rules and Procedures and as per the UNDP Expression of Interest (EOI) posted on the 1 st of December 2007, UNDP/PAPP now invites proposals from the short-listed international consultancy firms to participate in a competitive bidding for the provision of consultancy services for carrying out the Detailed Design for the Construction of Khan Younis Waste Water Treatment Plant (KY WWTP) in Gaza Strip. 2. Cost of proposal The Offeror shall bear all costs associated with the preparation and submission of the Proposal, the UNDP will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the solicitation. B. Solicitation Documents 3. Contents of solicitation documents Proposals must offer services for the total requirement. Proposals offering only part of the requirement will be rejected. The Offeror is expected to examine all corresponding instructions, forms, terms and specifications contained in the Solicitation Documents. Failure to comply with these documents will be at the Offeror s risk and may affect the evaluation of the Proposal. 4. Clarification of solicitation documents A prospective Offeror requiring any clarification of the Solicitation Documents may notify the procuring UNDP entity in writing at the organization s mailing address or fax number indicated in the RFP. The procuring UNDP entity will respond in writing to any request for clarification of the Solicitation Documents that it receives earlier than two weeks prior to the deadline for the submission of Proposals. Written copies of the organization s response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective Offerors that has received the Solicitation Documents. 5. Amendments of solicitation documents At any time prior to the deadline for submission of Proposals, the procuring UNDP entity may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Offeror, modify the Solicitation Documents by amendment. All prospective Offerors that have received the Solicitation Documents will be notified in writing of all amendments to the Solicitation Documents. In order to afford prospective Offerors reasonable time in which to take the amendments into account in preparing their offers, the procuring UNDP entity may, at its discretion, extend the deadline for the submission of Proposals. 5

8 C. Preparation of Proposals 6. Language of the Proposal The Proposals prepared by the Offeror and all correspondence and documents relating to the Proposal exchanged by the Offeror and the procuring UNDP entity shall be written in the English language. Any printed literature furnished by the Offeror may be written in another language so long as accompanied by an English translation of its pertinent passages in which case, for purposes of interpretation of the Proposal, the English translation shall govern. 7. Documents Comprising the Proposal The Proposal shall meet the Client's requirements and shall be complete and arranged in accordance with clauses 8 and 9 and in accordance with the Technical and Financial Proposal Standard Formats attached in Annex IV and Annex V. The proposal shall comprise the following components: (a) Proposal Submission Form; (b) Technical Proposal, including documentation to demonstrate that the Offeror meets all requirements; complete and to be arranged in accordance with clause 8 and in accordance with the Technical Proposal Standard Formats attached in Annex IV; (c) Financial Proposal, complete and to be arranged in accordance with clauses 8 and 9 and in accordance with the formats of the Financial Proposal attached in Annex V; (d) Proposal Security : The Offeror shall submit a Proposal Security with an amount of US$ 15,000 (FifteenThousand United States Dollars), valid for the period indicated in clause 11, and consistent with the form attached in Appendix VII. 8. Technical Proposal Form The Technical Proposal shall provide the information indicated in the following paras from (A) to (C) using the Standard Formats attached in Annex IV of this RFP. The proposal pages are to be one printed side of A4 or letter size paper. The Offeror shall structure the Technical Proposal as follows: (A) Expertise of Offeror Firm and Experience: This section should comprise of two sub sections to be arranged in accordance with Tech. Form -2 attached in Annex IV as follow: A.1 Offeror's Firm This sub section should provide corporate orientation to include the year and state/country of incorporation and a brief description of the background, present activities and organization of the Offeror's firm/organization and of each joint venture or associate for providing the consultancy services for the assignment. It should focus on specific services related to the Proposal. A.2 Offeror's Specific Experience This sub section should provide a brief description and an outline of the Offeror's international specific and recent experience on assignments of a similar nature and in accordance to the required Formats, Tech. Form -2 of Annex IV. For each assignment, the outline should indicate the names of 6

9 Sub-Consultants/Professional staff who participated, duration of the assignment, contract amount and the Consultant s involvement. Information should be provided only for those assignments for which the Consultant was legally contracted as a corporation or as one of the major firms within a joint venture. Assignments completed by individual Professional staff working privately or through other consulting firms cannot be claimed as the experience of the Consultant, or that of the Consultant s associates, but can be claimed by the Professional staff themselves in their CVs. Consultants should be prepared to substantiate the claimed experience if so requested by the Client. (B) Technical Approach, Proposed methodology and Management Work Plan This section should provide description of the approach, methodology and work plan for performing the assignment covering the following subjects: technical approach and methodology, work plan, and organization and staffing schedule. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. This section of the Technical Proposal should comprise of three sub sections; in accordance with the guidance on the content provided under Tech. Form -3, attached in Annex IV, and should be prepared and arranged as follows: B1. Comments and suggestions on the Terms of Reference This sub section should provide comments and suggestions on the Terms of Reference including workable suggestions that could improve the quality and effectiveness of the assignment; and on services and facilities to be provided by the Client. B2. Technical Approach and Proposed methodology This sub section should demonstrate the offeror's understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. The Offeror should highlight the problems being addressed and their importance, and explain the technical approach to be adopted to address them. The Offeror should also explain the methodologies he proposes to adopt and highlight the compatibility of those methodologies with the proposed approach. B3. Management Work Plan This sub section should describe the organizational unit(s) that will become responsible for the contract, and the general management approach towards an assignment of this kind. The Offeror should comment on its experience in similar projects and identify the person(s) representing the Offeror in any future dealing with the procuring UNDP entity. In this sub section, the offeror should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of the reports. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included. The work plan should be consistent with the Work Schedule Tech. Form-7 of Annex IV, which will show in the form of a bar chart the timing proposed for each activity. (C) Resource Plan / Organization and Staffing 7

10 This section should fully explain the Offeror s resources in terms of personnel and facilities necessary for the performance requirement. It should describe the Offeror s current capabilities/facilities and any plans for their expansion. It should propose the structure, composition and organization of the offereor's staffing team, listing the main disciplines of the assignment, the key international and local expert responsible, and proposed technical support staff, and should be presented in accordance with Tech. Form -4 attached in Annex IV. The Offeror shall provide a list of the proposed Professional staff by area of expertise, the position that would be assigned to each staff team member, and their tasks in accordance with Tech. Form -5 of Annex IV. The Offeror shall provide estimates of the staff input (staff-months of international and local professionals) needed to carry out the assignment in accordance with Tech. Form -6 of Annex IV. The staff-months input should be indicated separately for home office and field activities. The Offeror shall provide CVs of the Professional staff signed by the staff themselves or by the authorized representative of the Professional staff in accordance with Tech. Form -8 of Annex IV. The Technical Proposal should not contain any pricing information whatsoever on the services offered. Pricing information shall be separated and only contained in the Financial Proposal. It is mandatory that the Offeror s Proposal numbering system corresponds with the numbering system used in the body of this RFP. All references to descriptive material and brochures should be included in the appropriate response paragraph, though material/documents themselves may be provided as annexes to the Proposal/response. Information which the Offeror considers proprietary, if any, should be dearly marked proprietary next to the relevant part of the text and it will then be treated as such accordingly. 9. Financial Proposal The Offeror shall prepare a Financial Proposal and shall indicate the prices of services proposed under the contract in accordance with the Financial Proposal Standard Formats as attached in Annex V. It shall list all costs associated with the assignment, including (a) remuneration for staff (international and local, in the field and at the Offeror's home office), and (b) reimbursable expenses indicated in Fin. Form - 5 attached in Annex V. These costs should be broken down by activity. All activities and items described in the Technical Proposal must be priced separately. Activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items. 10. Proposal currencies All prices shall be quoted in US dollars. 11. Period of validity of proposals Proposals shall remain valid for One Hundred and Twenty (120) days after the date of Proposal submission prescribed by the procuring UNDP entity, pursuant to the deadline clause. A Proposal 8

11 valid for a shorter period may be rejected by the procuring UNDP entity on the grounds that it is nonresponsive. In exceptional circumstances, the procuring UNDP entity may solicit the Offeror s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. An Offeror granting the request will not be required nor permitted to modify its Proposal. 12. Format and signing of proposals The Offeror shall prepare and submit one original technical proposal and one original financial proposal and two copies of each for the assignment. In the event of any discrepancy between them, the original shall govern. All technical proposals shall be placed in one envelop clearly marked "Technical Proposal" and the financial proposals in one envelope clearly marked "Financial Proposal". These two envelops, in turn, shall be sealed in an outer envelop bearing the address and information in accordance with clause 14. The three copies of the Proposal shall be typed or written in indelible ink and shall be signed by the Offeror or a person or persons duly authorized to bind the Offeror to the contract. The latter authorisation shall be indicated by written power-of-attorney accompanying the Proposal. A Proposal shall contain no interlineations, erasures, or overwriting except, as necessary to correct errors made by the Offeror, in which case such corrections shall be initialed by the person or persons signing the Proposal. 13. Payment The Consultant's total remuneration shall be based on the Consultant Financial Offer, shall not exceed the contract price and shall be a fixed lump sum including all staff costs, sub consultants' costs, travel, accommodation, communications, printing, and the like, and all other direct and in direct costs to be incurred by the consultant in carrying out the assignment, as are defined and required in the pertinent sections of the TOR, and provided that the Consultant will be committed to perform the assignment within the given time frame. Payments will be made to the account of the Consultant, upon achievement of the corresponding milestones, in accordance with the under mentioned percentages of the contract total price, and in accordance with the following payments schedule: 1. 15% when the Inception Report has been approved % when the Initial Design Report has been completed and approved % when the Draft Detailed Design has been approved % when the Tender Documents has been completed and approved % when the assignment completion report has been approved. In case the assignment is not completed within the specified contractual duration, UNDP will be entitled to apply on the consultant a penalty of an amount equivalent to 0.1% of the contract total price for every working day of unjustified delay. D. Submission of Proposals 14. Sealing and marking of proposals The Offeror shall seal the Proposal in one outer and two inner envelopes, as detailed below. 9

12 (a) The outer envelope shall be: addressed to Jean Toyberg- Frandzen, Special Representative East Jerusalem UNDP/PAPP 4a Ya'qubi Street Jerusalem Telephone: Facsimile: /3 Gaza UNDP/PAPP Omar Bin Abdul Aziz Street Gaza Telephone: Facsimile: and, marked with Ref: PAL 10 - RFP UNDP/PAPP/47395/Khan Younis WWTP - Consultancy Services for the Detailed Design for the Construction of Khan Younis Waste Water Treatment Plant in Gaza Strip". (b) Both inner envelopes shall indicate the name and address of the Offeror. The first inner envelope shall contain the information specified in Clause 8 above, with the copies duly marked Original and Copy. The second inner envelope shall include the Financial Proposal duly identified as such. Note, if the inner envelopes are not sealed and marked as per the instructions in this clause, the procuring UNDP entity will not assume responsibility for the Proposal s misplacement or premature opening. 15. Deadline for submission of proposals Proposals must be received by the procuring UNDP entity at the address, date and time specified in the Invitation Letter. The procuring UNDP entity may, at its own discretion extend this deadline for the submission of Proposals by amending the solicitation documents in accordance with clause 5, Amendments of Solicitation Documents, in which case all rights and obligations of the procuring UNDP entity and Offerors previously subject to the deadline will thereafter be subject to the deadline as extended. 16. Late Proposals Any Proposal received by the procuring UNDP entity after the deadline for submission of proposals, pursuant to clause 15, Deadline for the submission of proposals, will be rejected. 17. Modification and withdrawal of Proposals The Offeror may withdraw its Proposal after the Proposal s submission, provided that written notice of the withdrawal is received by the procuring UNDP entity prior to the deadline prescribed for submission of Proposals. The Offeror s withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of clause Deadline for Submission of Proposals. The withdrawal notice may also be sent by telex or fax but followed by a signed confirmation copy. 10

13 No Proposal may be modified subsequent to the deadline for submission of proposals. No Proposal may be withdrawn in the Interval between the deadline for submission of proposals and the expiration of the period of proposal validity specified by the Offeror on the Proposal Submission Form. E. Opening and Evaluation of Proposals 18. Opening of proposals The procuring entity will open the Proposals in the presence of a Committee formed by the Head of the procuring UNDP entity. 19. Clarification of proposals To assist in the examination, evaluation and comparison of Proposals, the Client may at its discretion, ask the Offeror for clarification of its Proposal. The request for clarification and the response shall be in writing and no change in price or substance of the Proposal shall be sought, offered or permitted. 20. Preliminary examination The Client will examine the Proposals to determine whether they are complete, whether any computational errors have been made, whether the documents have been properly signed, and whether the Proposals are generally in order. Arithmetical errors will be rectified on the following basis: If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the Offeror does not accept the correction of errors, its Proposal will be rejected. If there is a discrepancy between words and figures the amount in words will prevail. Prior to the detailed evaluation, the Client will determine the substantial responsiveness of each Proposal to the Request for Proposal (RFP). For purposes of these Clauses, a substantially responsive Proposal is one which conforms to all the terms and conditions of the RFP without material deviations. The Client s determination of a Proposal s responsiveness is based on the contents of the Proposal itself without recourse to extrinsic evidence. A Proposal determined as not substantially responsive will be rejected by the Client and may not subsequently be made responsive by the Offeror by correction of the non-conformity. 21. Evaluation and comparison of proposals A two-stage procedure will be utilized in evaluating the proposals, with evaluation of the Technical Proposal being completed prior to any Financial Proposal being opened and compared. The Technical Proposal is evaluated on the basis of its responsiveness to the Terms of Reference (TOR). Each responsive proposal shall be attributed a technical score (Ts) on the Technical Proposal based on the under mentioned Technical Evaluation Criteria. The Financial Proposal will be opened only for submissions that passed the minimum technical score of 70% of the obtainable score of 1,000 points in the evaluation of the technical proposals. 11

14 In the Second Sage, the Financial Proposal of all offerors, who have attained a minimum 70% score in the technical evaluation, will be compared. The evaluation committee will determine whether the Financial Proposals are complete and without computational errors. The Financial scores of the Financial Proposals shall be computed based on the following Criteria: The Lowest evaluated Financial Proposal (Fm) shall be given a maximum "Financial Score" (Fs) of 100 points. Then, the financial scores of the other Financial Proposals shall be computed based on the following formula: Fs = 1,000 * Fm / F In which; Fs = Financial scores of the Financial Proposal under consideration. Fm = Amount of lowest Financial Proposal. F = Amount of the Financial Proposal under consideration. Final Scoring: The final cumulative score (CS) of the Proposals will be computed for both the technical scores (Ts) and financial scores (Fs), based on the following formula: Cs = (Ts * 70% + Fs * 30%)/10 The Contract will be awarded to the Consultant whose proposal achieves the highest final cumulative score (Cs). 12

15 Technical Evaluation Criteria Summary of Technical Proposal Evaluation Forms Specific Experience of the Firm 1. relevant to the assignment Technical Approach, proposed 2. Methodology and Management Work Plan 3. Personnel Score Weight 10% % 300 International 50% 500 Local 10% 100 Total 1000 Points Company / Other Entity Obtainable A B C D E The evaluation forms for Technical Proposals are shown below. The obtainable number of points specified for each evaluation criterion indicates the relative significance or weight of the item in the overall evaluation process. The Technical Proposal Evaluation Forms are: Form 1: Specific Experience of the Firm relevant to the assignment Form 2: Technical Approach, proposed Methodology and Management Work Plan Form 3: Personnel Technical Proposal Evaluation Form 1 Specific Experience of the Firm relevant to the assignment 1.1 General Organizational Capability and past experience and capacity in designing, supervising and operating waste water treatment plants projects. 1.2 Specific Organizational Capability and past experience and capacity in designing, supervising and operating waster water treatment plants with similar treatment process, activated sludge with biological nitrogen removal, including both nitrification and denitrification, as required by the assignment. Total Form Points Company / Other Entity obtainable A B C D E

16 Technical Proposal Evaluation Form 2 Technical Approach, proposed Methodology and Management Work Plan 2.1 To what degree does the Offeror understand the task? Have the important aspects of the task been addressed in sufficient detail? Are the different components of the project adequately weighted relative to one another? Is the proposal based on a survey of the project environment and was this data input properly 50 used in the preparation of the proposal? 2.5 Is the conceptual framework adopted appropriate for the task? Is the scope of task well defined and does it correspond to the TOR? Is the presentation clear and is the sequence of activities and the planning logical, realistic and 30 promise efficient implementation to the project? Total Form Points Company / Other Entity Obtainable A B C D E 14

17 Technical Proposal Evaluation Form 3 Points Company / Other Entity Obtainable A B C D E Personnel 3.1 International Staff Project Manager Process Engineer Hydraulic/Sanitary Engineer Architect Mechanical Engineer Civil Engineer Hydro geologist Expert Electrical Engineer ICA Engineer Environmental Expert Senior CAD Operator Procurement Specialist 20 Sub Total Form Local Staff Hydraulic/Sanitary Engineer Architect Mechanical Engineer Civil Engineer Electrical Engineer CAD Operators 15 Sub Total Form Total Form The obtainable points assigned to each of the above mentioned personnel will be determined, ranked and calculated in accordance with the evaluation criteria and the relevant given percentage weights as classified and stated in the under mentioned tables, Form 3-1, 3-2 and 3-3; Technical Proposal Evaluation Form 3-1 Personnel 3.1 Project Manager Weight Criteria Percentage % - General Qualification 20% 20 - Professional Experience in the 40 40% area of specialization - International Experience 15% 15 - Experience in region 15% 15 - Language Qualifications 10% 10 Total Points Obtainable ( Ranked out of 100 ) 100 * Points Obtainable are ranked out of 100 points as assigned in Form 3. *Points Company / Other Entity Obtainable A B C D E 15

18 Technical Proposal Evaluation Form 3-2 Personnel 3.1 International Staff Criteria Weight Percentage % - General Qualification 20% - Professional Experience in the area of specialization 60% - International Experience 15% - Language Qualifications 5% Total Points Obtainable *Points Company / Other Entity Obtainable A B C D E Ranked No. Ranked No. Ranked No. Ranked No. * Points Obtainable are ranked out of points as assigned in Form 3 for the international staff. Technical Proposal Evaluation Form 3-3 Personnel 3.2 Local Staff Criteria Weight Percentage % - General Qualification 20% - Professional Experience in the area of specializations 60% - International Experience 10% - Language Qualifications 10% *Points Company / Other Entity Obtainable A B C D E Ranked No. Ranked No. Ranked No. Ranked No. Total Points Obtainable * Points Obtainable are ranked out of points as assigned in Form 3 for the local staff. 16

19 F. Award of Contract 22. Award criteria, award of contract The procuring UNDP entity reserves the right to accept or reject any Proposal, and to annul the solicitation process and reject all Proposals at any time prior to award of contract, without thereby incurring any liability to the affected Offeror or any obligation to inform the affected Offeror or Offerors of the grounds for the Client s action Prior to expiration of the period of proposal validity, the procuring UNDP entity will award the contract to the qualified Offeror whose Proposal after being evaluated achieving the highest final cumulative score. 23. Client s right to vary requirements at time of award The Client reserves the right at the time of award of contract to vary the quantity of services and goods specified in the RFP without any change in price or other terms and conditions. 24. Signing of the contract Within 30 days of receipt of the contract the successful Offeror shall sign and date the contract and return it to the Client. Within two weeks of the date of signing the contract, the contractor shall initiate and commence the consulting services related to the assignment. 25. Performance security Within 30 days of the receipt of the Contract from the Client, the successful Offeror shall provide the performance security of an amount equivalent to 10 percent of the total amount of his financial offer, valid for 12 months on the Performance Security Form provided in the RFP and in accordance with the Special Conditions of Contract. Failure of the successful Offeror to comply with the requirement of Clause 24 or Clause 25 shall constitute sufficient grounds for the annulment of the award and forfeiture of the Proposal security if any, in which event the Client may make the award to the Offeror whose proposal achieved the next highest final cumulative score or call for new Proposals. 17

20 Annex II 1.0 LEGAL STATUS: UNDP GENERAL CONDITIONS OF CONTRACT FOR SERVICES The Contractor shall be considered as having the legal status of an independent contractor vis-à-vis the United Nations Development Programme (UNDP). The Contractor s personnel and sub-contractors shall not be considered in any respect as being the employees or agents of UNDP or the United Nations. 2.0 SOURCE OF INSTRUCTIONS: The Contractor shall neither seek nor accept instructions from any authority external to UNDP in connection with the performance of its services under this Contract. The Contractor shall refrain from any action that may adversely affect UNDP or the United Nations and shall fulfill its commitments with the fullest regard to the interests of UNDP. 3.0 CONTRACTOR'S RESPONSIBILITY FOR EMPLOYEES: The Contractor shall be responsible for the professional and technical competence of its employees and will select, for work under this Contract, reliable individuals who will perform effectively in the implementation of this Contract, respect the local customs, and conform to a high standard of moral and ethical conduct. 4.0 ASSIGNMENT: The Contractor shall not assign, transfer, pledge or make other disposition of this Contract or any part thereof, or any of the Contractor's rights, claims or obligations under this Contract except with the prior written consent of UNDP. 5.0 SUB-CONTRACTING: In the event the Contractor requires the services of sub-contractors, the Contractor shall obtain the prior written approval and clearance of UNDP for all sub-contractors. The approval of UNDP of a sub-contractor shall not relieve the Contractor of any of its obligations under this Contract. The terms of any sub-contract shall be subject to and conform to the provisions of this Contract. 6.0 OFFICIALS NOT TO BENEFIT: The Contractor warrants that no official of UNDP or the United Nations has received or will be offered by the Contractor any direct or indirect benefit arising from this Contract or the award thereof. The Contractor agrees that breach of this provision is a breach of an essential term of this Contract. 7.0 INDEMNIFICATION: The Contractor shall indemnify, hold and save harmless, and defend, at its own expense, UNDP, its officials, agents, servants and employees from and against all suits, claims, demands, and liability of any nature or kind, including their costs and expenses, arising out of acts or omissions of the Contractor, or the Contractor's employees, officers, agents or sub-contractors, in the performance of this Contract. This provision shall extend, inter alia, to claims and liability in the nature of workmen's compensation, products liability and liability arising out of the use of patented inventions or devices, copyrighted material or other intellectual property by the Contractor, its employees, officers, agents, servants or sub-contractors. The obligations under this Article do not lapse upon termination of this Contract.

21 8.0 INSURANCE AND LIABILITIES TO THIRD PARTIES: 8.1 The Contractor shall provide and thereafter maintain insurance against all risks in respect of its property and any equipment used for the execution of this Contract. 8.2 The Contractor shall provide and thereafter maintain all appropriate workmen's compensation insurance, or the equivalent, with respect to its employees to cover claims for personal injury or death in connection with this Contract. 8.3 The Contractor shall also provide and thereafter maintain liability insurance in an adequate amount to cover third party claims for death or bodily injury, or loss of or damage to property, arising from or in connection with the provision of services under this Contract or the operation of any vehicles, boats, airplanes or other equipment owned or leased by the Contractor or its agents, servants, employees or sub-contractors performing work or services in connection with this Contract. 8.4 Except for the workmen's compensation insurance, the insurance policies under this Article shall: Name UNDP as additional insured; Include a waiver of subrogation of the Contractor's rights to the insurance carrier against the UNDP; Provide that the UNDP shall receive thirty (30) days written notice from the insurers prior to any cancellation or change of coverage. 8.5 The Contractor shall, upon request, provide the UNDP with satisfactory evidence of the insurance required under this Article. 9.0 ENCUMBRANCES/LIENS: The Contractor shall not cause or permit any lien, attachment or other encumbrance by any person to be placed on file or to remain on file in any public office or on file with the UNDP against any monies due or to become due for any work done or materials furnished under this Contract, or by reason of any other claim or demand against the Contractor TITLE TO EQUIPMENT: Title to any equipment and supplies that may be furnished by UNDP shall rest with UNDP and any such equipment shall be returned to UNDP at the conclusion of this Contract or when no longer needed by the Contractor. Such equipment, when returned to UNDP, shall be in the same condition as when delivered to the Contractor, subject to normal wear and tear. The Contractor shall be liable to compensate UNDP for equipment determined to be damaged or degraded beyond normal wear and tear COPYRIGHT, PATENTS AND OTHER PROPRIETARY RIGHTS: 11.1 Except as is otherwise expressly provided in writing in the Contract, the UNDP shall be entitled to all intellectual property and other proprietary rights including, but not limited to, patents, copyrights, and trademarks, with regard to products, processes, inventions, ideas, know-how, or documents and other materials which the Contractor has developed for the UNDP under the Contract and which bear a direct relation to or are produced or prepared or collected in consequence of, or during the course of, the performance of the Contract, and the Contractor acknowledges and agrees that such products, documents and other materials constitute works made for hire for the UNDP To the extent that any such intellectual property or other proprietary rights consist of any intellectual property or other proprietary rights of the Contractor: (i) that pre-existed the performance by the Contractor of its obligations under the Contract, or (ii) that the Contractor may develop or acquire, or may have developed or acquired, independently of the performance of its obligations under the Contract, the UNDP does not and shall not claim any ownership interest thereto, and the Contractor grants to the UNDP a perpetual license to use such 19

22 intellectual property or other proprietary right solely for the purposes of and in accordance with the requirements of the Contract At the request of the UNDP; the Contractor shall take all necessary steps, execute all necessary documents and generally assist in securing such proprietary rights and transferring or licensing them to the UNDP in compliance with the requirements of the applicable law and of the Contract Subject to the foregoing provisions, all maps, drawings, photographs, mosaics, plans, reports, estimates, recommendations, documents, and all other data compiled by or received by the Contractor under the Contract shall be the property of the UNDP, shall be made available for use or inspection by the UNDP at reasonable times and in reasonable places, shall be treated as confidential, and shall be delivered only to UNDP authorized officials on completion of work under the Contract USE OF NAME, EMBLEM OR OFFICIAL SEAL OF UNDP OR THE UNITED NATIONS: The Contractor shall not advertise or otherwise make public the fact that it is a Contractor with UNDP, nor shall the Contractor, in any manner whatsoever use the name, emblem or official seal of UNDP or THE United Nations, or any abbreviation of the name of UNDP or United Nations in connection with its business or otherwise CONFIDENTIAL NATURE OF DOCUMENTS AND INFORMATION: Information and data that is considered proprietary by either Party and that is delivered or disclosed by one Party ( Discloser ) to the other Party ( Recipient ) during the course of performance of the Contract, and that is designated as confidential ( Information ), shall be held in confidence by that Party and shall be handled as follows: 13.1 The recipient ( Recipient ) of such information shall: use the same care and discretion to avoid disclosure, publication or dissemination of the Discloser s Information as it uses with its own similar information that it does not wish to disclose, publish or disseminate; and, use the Discloser s Information solely for the purpose for which it was disclosed Provided that the Recipient has a written agreement with the following persons or entities requiring them to treat the Information confidential in accordance with the Contract and this Article 13, the Recipient may disclose Information to: any other party with the Discloser s prior written consent; and, the Recipient s employees, officials, representatives and agents who have a need to know such Information for purposes of performing obligations under the Contract, and employees officials, representatives and agents of any legal entity that it controls, controls it, or with which it is under common control, who have a need to know such Information for purposes of performing obligations under the Contract, provided that, for these purposes a controlled legal entity means: a corporate entity in which the Party owns or otherwise controls, whether directly or indirectly, over fifty percent (50%) of voting shares thereof; or, any entity over which the Party exercises effective managerial control; or, for the UNDP, an affiliated Fund such as UNCDF, UNIFEM and UNV The Contractor may disclose Information to the extent required by law, provided that, subject to and without any waiver of the privileges and immunities of the United Nations, the Contractor will give the UNDP sufficient prior notice of a request for the disclosure of Information in order to allow the UNDP to have a reasonable 20

23 opportunity to take protective measures or such other action as may be appropriate before any such disclosure is made The UNDP may disclose Information to the extent as required pursuant to the Charter of the UN, resolutions or regulations of the General Assembly, or rules promulgated by the Secretary-General The Recipient shall not be precluded from disclosing Information that is obtained by the Recipient from a third party without restriction, is disclosed by the Discloser to a third party without any obligation of confidentiality, is previously known by the Recipient, or at any time is developed by the Recipient completely independently of any disclosures hereunder These obligations and restrictions of confidentiality shall be effective during the term of the Contract, including any extension thereof, and, unless otherwise provided in the Contract, shall remain effective following any termination of the Contract FORCE MAJEURE; OTHER CHANGES IN CONDITIONS 14.1 In the event of and as soon as possible after the occurrence of any cause constituting force majeure, the Contractor shall give notice and full particulars in writing to the UNDP, of such occurrence or change if the Contractor is thereby rendered unable, wholly or in part, to perform its obligations and meet its responsibilities under this Contract. The Contractor shall also notify the UNDP of any other changes in conditions or the occurrence of any event that interferes or threatens to interfere with its performance of this Contract. On receipt of the notice required under this Article, the UNDP shall take such action as, in its sole discretion; it considers to be appropriate or necessary in the circumstances, including the granting to the Contractor of a reasonable extension of time in which to perform its obligations under this Contract If the Contractor is rendered permanently unable, wholly, or in part, by reason of force majeure to perform its obligations and meet its responsibilities under this Contract, the UNDP shall have the right to suspend or terminate this Contract on the same terms and conditions as are provided for in Article 15, "Termination", except that the period of notice shall be seven (7) days instead of thirty (30) days Force majeure as used in this Article means acts of God, war (whether declared or not), invasion, revolution, insurrection, or other acts of a similar nature or force The Contractor acknowledges and agrees that, with respect to any obligations under the Contract that the Contractor must perform in or for any areas in which the UNDP is engaged in, preparing to engage in, or disengaging from any peacekeeping, humanitarian or similar operations, any delays or failure to perform such obligations arising from or relating to harsh conditions within such areas or to any incidents of civil unrest occurring in such areas shall not, in and of itself, constitute force majeure under the Contract TERMINATION 15.1 Either party may terminate this Contract for cause, in whole or in part, upon thirty (30) days notice, in writing, to the other party. The initiation of arbitral proceedings in accordance with Article 16.2 ( Arbitration ), below, shall not be deemed a termination of this Contract UNDP reserves the right to terminate without cause this Contract at any time upon 15 days prior written notice to the Contractor, in which case UNDP shall reimburse the Contractor for all reasonable costs incurred by the Contractor prior to receipt of the notice of termination In the event of any termination by UNDP under this Article, no payment shall be due from UNDP to the Contractor except for work and services satisfactorily performed in conformity with the express terms of this Contract Should the Contractor be adjudged bankrupt, or be liquidated or become insolvent, or should the Contractor make an assignment for the benefit of its creditors, or should a Receiver be appointed on account of the insolvency 21

24 of the Contractor, the UNDP may, without prejudice to any other right or remedy it may have under the terms of these conditions, terminate this Contract forthwith. The Contractor shall immediately inform the UNDP of the occurrence of any of the above events SETTLEMENT OF DISPUTES 16.1 Amicable Settlement: The Parties shall use their best efforts to settle amicably any dispute, controversy or claim arising out of this Contract or the breach, termination or invalidity thereof. Where the parties wish to seek such an amicable settlement through conciliation, the conciliation shall take place in accordance with the UNCITRAL Conciliation Rules then obtaining, or according to such other procedure as may be agreed between the parties Arbitration: Any dispute, controversy, or claim between the Parties arising out of the Contract or the breach, termination, or invalidity thereof, unless settled amicably under Article 16.1, above, within sixty (60) days after receipt by one Party of the other Party s written request for such amicable settlement, shall be referred by either Party to arbitration in accordance with the UNCITRAL Arbitration Rules then obtaining. The decisions of the arbitral tribunal shall be based on general principles of international commercial law. For all evidentiary questions, the arbitral tribunal shall be guided by the Supplementary Rules Governing the Presentation and Reception of Evidence in International Commercial Arbitration of the International Bar Association, 28 May 1983 edition. The arbitral tribunal shall be empowered to order the return or destruction of goods or any property, whether tangible or intangible, or of any confidential information provided under the Contract, order the termination of the Contract, or order that any other protective measures be taken with respect to the goods, services or any other property, whether tangible or intangible, or of any confidential information provided under the Contract, as appropriate, all in accordance with the authority of the arbitral tribunal pursuant to Article 26 ( Interim Measures of Protection ) and Article 32 ( Form and Effect of the Award ) of the UNCITRAL Arbitration Rules. The arbitral tribunal shall have no authority to award punitive damages. In addition, unless otherwise expressly provided in the Contract, the arbitral tribunal shall have no authority to award interest in excess of the London Inter-Bank Offered Rate ( LIBOR ) then prevailing, and any such interest shall be simple interest only. The Parties shall be bound by any arbitration award rendered as a result of such arbitration as the final adjudication of any such dispute, controversy, or claim PRIVILEGES AND IMMUNITIES: Nothing in or relating to this Contract shall be deemed a waiver, express or implied, of any of the privileges and immunities of the United Nations, including its subsidiary organs TAX EXEMPTION 18.1 Section 7 of the Convention on the Privileges and Immunities of the United Nations provides, inter-alia that the United Nations, including its subsidiary organs, is exempt from all direct taxes, except charges for public utility services, and is exempt from customs duties and charges of a similar nature in respect of articles imported or exported for its official use. In the event any governmental authority refuses to recognize the United Nations exemption from such taxes, duties or charges, the Contractor shall immediately consult with the UNDP to determine a mutually acceptable procedure Accordingly, the Contractor authorizes UNDP to deduct from the Contractor's invoice any amount representing such taxes, duties or charges, unless the Contractor has consulted with the UNDP before the payment thereof and the UNDP has, in each instance, specifically authorized the Contractor to pay such taxes, duties or charges under protest. In that event, the Contractor shall provide the UNDP with written evidence that payment of such taxes, duties or charges has been made and appropriately authorized CHILD LABOUR 19.1 The Contractor represents and warrants that neither it, nor any of its suppliers is engaged in any practice inconsistent with the rights set forth in the Convention on the Rights of the Child, including Article 32 thereof, which, inter alia, requires that a child shall be protected from performing any work that is likely to be hazardous or 22

25 to interfere with the child's education, or to be harmful to the child's health or physical mental, spiritual, moral or social development Any breach of this representation and warranty shall entitle UNDP to terminate this Contract immediately upon notice to the Contractor, at no cost to UNDP MINES: 20.1 The Contractor represents and warrants that neither it nor any of its suppliers is actively and directly engaged in patent activities, development, assembly, production, trade or manufacture of mines or in such activities in respect of components primarily utilized in the manufacture of Mines. The term "Mines" means those devices defined in Article 2, Paragraphs 1, 4 and 5 of Protocol II annexed to the Convention on Prohibitions and Restrictions on the Use of Certain Conventional Weapons Which May Be Deemed to Be Excessively Injurious or to Have Indiscriminate Effects of Any breach of this representation and warranty shall entitle UNDP to terminate this Contract immediately upon notice to the Contractor, without any liability for termination charges or any other liability of any kind of UNDP OBSERVANCE OF THE LAW: The Contractor shall comply with all laws, ordinances, rules, and regulations bearing upon the performance of its obligations under the terms of this Contract SEXUAL EXPLOITATION: 22.1 The Contractor shall take all appropriate measures to prevent sexual exploitation or abuse of anyone by it or by any of its employees or any other persons who may be engaged by the Contractor to perform any services under the Contract. For these purposes, sexual activity with any person less than eighteen years of age, regardless of any laws relating to consent, shall constitute the sexual exploitation and abuse of such person. In addition, the Contractor shall refrain from, and shall take all appropriate measures to prohibit its employees or other persons engaged by it from, exchanging any money, goods, services, offers of employment or other things of value, for sexual favors or activities, or from engaging in any sexual activities that are exploitive or degrading to any person. The Contractor acknowledges and agrees that the provisions hereof constitute an essential term of the Contract and that any breach of this representation and warranty shall entitle UNDP to terminate the Contract immediately upon notice to the Contractor, without any liability for termination charges or any other liability of any kind The UNDP shall not apply the foregoing standard relating to age in any case in which the Contractor s personnel or any other person who may be engaged by the Contractor to perform any services under the Contract is married to the person less than the age of eighteen years with whom sexual activity has occurred and in which such marriage is recognized as valid under the laws of the country of citizenship of such Contractor s personnel or such other person who may be engaged by the Contractor to perform any services under the Contract AUTHORITY TO MODIFY: Pursuant to the Financial Regulations and Rules of UNDP, only the UNDP Authorized Official possesses the authority to agree on behalf of UNDP to any modification of or change in this Agreement, to a waiver of any of its provisions or to any additional contractual relationship of any kind with the Contractor. Accordingly, no modification or change in this Contract shall be valid and enforceable against UNDP unless provided by an amendment to this Agreement signed by the Contractor and jointly by the UNDP Authorized Official. 23

26 Annex III Terms of Reference Detailed Design for the Construction of Khan Younis WWTP This document sets out the Terms of Reference for Consultancy Services for the Detailed Design for Construction of Khan Younis Wastewater Treatment Plant (KY WWTP). The assignment will be managed and supervised by the United Nations Development Programme/Programme of Assistance to the Palestinian People "UNDP/PAPP" (the Client) and financed through a grant from the Government of Japan. The services are part of the Construction of Khan Younis Waste Water Treatment Plant Project. 1. Introduction 1. The Client has been entrusted by the Government of Japan with a Grant for the implementation of the project PAL , "The Construction of Sewage Treatment Plant and Main Pressure Line in Khan Younis". 2. A Memorandum of Understanding (MOU) was signed between the Client and Khan Younis Municipality, the project beneficiary, on the 26th of October The Project components include: a. Carrying out Detailed Design for an extendable WWTP for Khan Younis Governorate b. Carry out Construction Supervision for KY WWTP, Phase 1 c. Construction of KY WWTP, Phase 1, and d. Construction of main pressure line (contracted) 3. The Project aims at improving the public health and environmental conditions of Khan Younis residents through constructing the first phase of an extendable WWTP 4. The Client is seeking to retain an experienced international consultancy firm in joint venture with a locally registered consultancy firm from the Gaza Strip to provide consultancy services for the Project s component a. The Consultant will enter into a contract with the Client in substantially the same form and substance as the draft attached in Annex IX of the RFP. 5. The Client will manage and supervise the assignment in coordination with the Sector Regulator; the Palestinian Water Authority (PWA), The Service Provider; The Coastal Municipal Water Utility (CMWU) and the Beneficiary; Municipality of Khan Younis (MOKY). 6. The selected consultancy firm (the " Consultant ") under this Terms of Reference shall perform and provide the following services: Task 1: Initial Design Report Task 2: Topographical Survey and Geotechnical Investigation Task 3: Preparation of Completed Detailed Design for KY WWTP Task 4: Carrying out Environmental Impact Assessment Study Task 5: Preparation of the Client s Requirements Task 6: Preparation of Tender Documents for KY WWTP, Phase 1

27 2. Background 1. Khan Younis Governorate is located in the southern part of the Gaza Strip of the occupied Palestinian territories (opt) by the Mediterranean Sea. It covers the urban areas of Khan Younis City and its neighborhoods, the urban areas of the eastern villages as well as the mainly agricultural land in the eastern part of the area. The Governorate current population is around 295,795 inhabitants. 2. Khan Younis City is considered as the second largest city of the Gaza Strip with a total administrative area of 59 km 2 and is currently inhabited by a population of around 195,000 persons. The City is characterized, as well the whole Gaza Strip, with a rapidly growing population with an annual growth rate of 3.5% in accordance with the Palestinian Central Bureau of Statistics (PCBS) recent records. It is estimated that the population of Khan Younis City would be 389,000 inhabitants by the year At that time it is expected that about 83% of the population of Khan Younis City and 64% of the population of the surrounding localities would be served by sewage networks. 3. In Khan Younis City, wastewater is primarily generated from households and disposed of through more than 20,000 cesspits, as estimated by the Municipality. Most of the generated wastewater is still being evacuated and collected by tanker vacuum trucks and is finally disposed of without any treatment. 4. At present, nearly 40% of the population of Khan Younis City is temporarily served by the new established public sewerage collection system. But due to the absence of wastewater treatment plant, the collected wastewater is pumped to the existing main storm water box culvert, which in turn flows by gravity to a storm water infiltration pond located in the north-western side of Khan Younis City. 5. The municipal wastewater strategic development plan aims at constructing an extendable and phased sewage system in line with the available resources. Although the strategic plan of the project is to design and construct an extendable WWTP with effluent capacity for the year 2025, the first phase of KY WWTP will be executed based on 2018 estimated capacity. 6. The city of Khan Younis is divided into two catchment's zones, where the collected wastewater is drained by gravity to two main pumping stations (PS # 2 & PS # 3) located in the lowest points of the city center. Through pressure and conveyance pipelines, the effluent of these two pumping stations is raised to the main pumping station (PS # 8) located in the eastern part of the city. From Pumping Station # 8, the collected wastewater of Khan Younis City will be pumped to the proposed WWTP located in the eastern part of the Khan Younis Governorate. 7. The proposed site of the KY WWTP is located south-east of Khan Younis City about 1,000 m from the eastern borders of the Gaza Strip. Khan Younis Municipality owns the site of the KY WWTP. The available area for the proposed KY WWTP is 115 dunums (11.5 hectares). The shape of the site is long and narrow (670 meters X 170 meters). The major result of the preliminary design layout is that the planned facilities for Phase 1 and Phase 2 of the KY WWTP can be located within the available site area. 8. The Gaza Wastewater and Drainage Master Plan proposes 3 central wastewater treatment plants (WWTP) in the Gaza Strip, all to be located within the agricultural areas close to the eastern borders of the Gaza Strip. An activated sludge process with extended aeration will be the process for each plant enabling nitrogen removal. The southern WWTP will serve the Governorate of Khan Younis. 9. The Process Selection Report for KY WWTP and the Phased Implementation Plan/Conceptual Design Report were prepared. The preliminary design to determine the process, the lay-out, required 25

28 structures, mechanical, electrical and automation systems, the investment and operation costs, O&M requirements were also completed in May Water resources are very limited in the Gaza Strip and they form a critical factor for the development of human life and the agricultural sector in the area. On one hand, the treatment of wastewater is necessary for the protection of ground water resources and, on the other hand, the reuse of treated effluent will increase the quantity of water available for irrigation. The main disposal for the final effluent of the reclaimed wastewater is aquifer recharge and reuse to irrigate the agricultural areas. Sludge is recommended to be used as soil conditioner. 3. Proposed Waste Water and Sludge Treatment Systems 1. The selected wastewater treatment process and technology recommended in the Process Selection Report and Phased Implementation and Conceptual Design for KY WWTP is the continuous activated sludge process with biological nitrogen removal including both nitrification and denitrification to provide sufficient removal of BOD and nitrogen. Phosphorous in wastewater is removed biologically. Wastewater is pre-treated with screening, grit removal and primary sedimentation in order to remove settling solids before biological treatment. 2. Tertiary treatment is needed after the biological stage to meet the effluent requirements for suspended solids and microbiological quality. Sand filtration and disinfection with UV- light is implemented in the tertiary stage. 3. The process units for sludge treatment are gravity thickeners and dewatering with sludge drying beds. Composting is the proposed conditioning and stabilization method for dried sludge. 4. The proposed KY WWTP, Phase 1 is envisaged to be operational in Design of Phase 1 will be based on the flow of 16,100 m3/d and load estimate for the year 2018 as presented in table Extension of the KY WWTP is proposed to be completed by the year Design figures for Phase 2 are based on the flow and load estimates for the year 2025 for the area of Khan Younis Governorate. Table 1, Wastewater flow and average influent loads of KY WWTP, Phase 1 Parameter (Unit) Quantity Population served by piped sewerage systems Inhabitant 138,000 Average flow, Q ave m 3 /d 16,100 m 3 /h 670 Max flow, Q max m 3 /h 1,300 Q max, biol. m 3 /h 1,300 Design flow, q des m 3 /h 1,000 Biological oxygen demand, BOD 5 kg/d 6,300 mg/l 390 g/c/d 48 Suspended solids, SS kg/d 7,900 mg/l 490 g/c/d 61 Total nitrogen, N tot kg/d 1,300 mg/l 81 26

29 g/c/d 11 Total phosphorous, P tot kg/d 280 mg/l 17 g/c/d 2 Note: Temperature to be applied for the biological processes is 15 o C, and for the aeration system 28 o C. 6. In emergency situations, the plant can be by-passed totally or separate treatment units can be bypassed and the by-passed wastewater will be conducted in emergency storage basins. 7. The treated wastewater will be discharged through an effluent pipeline to the infiltration basins. The effluent pipe line can also be utilized in emergency situations with special by-pass arrangement prior to the infiltration basins to be finally disposed into the sea 8. Reuse of the treated wastewater for irrigation is a long process and will increase gradually depending on the availability of suitable quality of treated wastewater and implementation of irrigation schemes and networks. When the treatment plant becomes operational under Phase 1, only a small portion of the water would be utilized for irrigation. Therefore, infiltration basins have to be designed and implemented based on the whole actual capacity of the plant. 4. Objectives of the Assignment The objectives of the assignment are: To perform and produce a comprehensive and completed Detailed Design for an extendable and phased WWTP for Khan Younis Governorate, To produce complete sets of tender documents for the construction of KY WWTP, Phase 1, based on which the Client can launch the tendering of construction works. 5. Scope of Work of the Assignment The Consultant shall carry out his duties and responsibilities laid down in this TOR as well as all other duties set out in the RFP in accordance with delegation provided to him by the Client. The Consultant shall produce work plans for the activities to be carried out during the assignment period. The work plans shall be reviewed and approved by the Client. The Consultant has to familiarize himself with the local conditions, including the prevailing security situation, in the occupied Palestinian territories, especially in the Gaza Strip and the closure of the Gaza Strip border crossing points for people, goods and supplies, which could affect progress of the work on the ground. Therefore, the Consultant shall take into account all the consequences that may arise due to these circumstances and shall in due sufficient time inform the Client of the expatriate staff time schedule and their expected arrival in Gaza.. It is worth mentioning that the project site is located around 1,000 m from the eastern border line of the Gaza Strip. The Consultant shall perform and prepare a complete detailed design for an extendable and phased WWTP for Khan Younis Governorate based on the Preliminary Design. The Detailed design will be the basis for the contractor/s tenders and shall include all the necessary information and details for the precise construction and operation of the KY WWTP. 27

30 The Detailed Design will lead to implementing the treatment plant by utilizing appropriate technology, taking into account the quality requirements set for the treated wastewater and affordable operation and maintenance costs. Effluent criteria presented in table 2 to be applied considering the possible disposal options. Table 2. Required Effluent quality and corresponding removal rates for design Parameter (Unit) Required Design Outfall quality Secondary treatment Tertiary treatment BOD mg/l <20 <25 <20 in any case Suspended solids, mg/l in any case <30 <30 <15 SS Total nitrogen mg/l <25 <25 in any case Ammonium mg/l <25 <1 Sea outfall nitrogen, NH 4 -N mg/l <10 Infiltration Nitrate nitrogen, mg/l <5 Sea outfall NO 3 -N mg/l <15 Infiltration mg/l <50 irrigation Pathogens (*) no./100 ml Nil Nil Nil in any case Nematodes (*) no./100 ml in any case (*) geometric mean no./100 ml The final output of the Detailed Design assignment is to produce complete set of tender documents for KY WWTP, Phase 1, including, but not limited to, drawings, specifications and bill of quantities, Client s requirements for the various packages and as defined and required in the pertinent sections of the Terms of Reference. The Consultant shall carry out his duties and responsibilities by undertaking, but not limited to, the following: 5.1.Task 1 Initial Design Report The Consultant shall review all necessary data and information related to KY WWTP, set up the final detailed scope of work and shall prepare final dimensioning of the main components and equipments as well as the preliminary lay-out drawings. The responsibility of the correctness, soundness and adequacy of data and design will lie on the Consultant. The main tasks shall be performed in accordance with, but not limited to, the following: 1. Review and assess the available information and all relevant documents (Master Sewerage Plan, Khan Younis wastewater investment strategy plan, existing utilities, etc) for adequacy of coverage of the design of the project components and for completeness of information with regard to efficient design and operation of the KY WWTP. 2. Review, check and make modification, if necessary, to the Preliminary Design. The purpose of this activity is to study and prepare all process design parameters for the selected treatment method, such as foundations, civil, mechanical, electrical, automation and ventilation works of the WWTP, in more details. 28

31 3. Review and assess the design of the existing PS # 8 and its effluent pressure line towards the proposed WWTP and make the necessary design modifications to handle hydraulic flow for Phase 1 and Carry out basic field and geotechnical investigation at proposed infiltration areas as specified in section 5.2 to determine the final location of the infiltration basin and the related emergency arrangement, pipelines and facilities. 5. Carry out preliminary designs for the effluent pumping station, sewers and discharge conveyance pipelines, infiltration basin and the related emergency arrangement, pipelines and facilities. 6. Carry out any further required sampling, measurements and testing in relation to biological treatment. 7. Make recommendations as to the appropriate materials and equipments to be used for the works. 8. Determine and prioritize the different phases and packages, all to be supported by full calculations and drawings with all relevant data and as necessary, and make recommendations concerning contractual arrangements for international and local contractors. 9. Prepare preliminary capital cost estimate in total and for each of the works elements, the proposed phases and packages. 10. Carry out required soil and site investigations, as appropriate, to confirm excavations' and other excavation activities' conditions, as required; where such investigations are deemed to be performed by the Consultant as being part of the cost of his contract. 11. Identify physical points of connection for power supply, telephone, water supply and access roads and provide preliminary design to all related infrastructure works, including power supply, telephone, water supply, access roads, fencing, landscaping, etc. of the WWTP and all to be supported by full calculations and drawings with all relevant parameters and data shown and explained and as necessary. 12. Advise on all statutory requirements regarding serving of notices, obtaining permits, warrants, licenses, approvals or statements of no-objection from all statutory entitled bodies, together with details of the associated costs and time-scale, to ensure the works will be implemented without delay. 13. Produce implementation programme for the project phases and packages. The programming shall make allowance for an operative and efficient implementation of the project components, phases and packages for minimizing disruption to the work activities. 14. The Initial Design Report shall also include monitoring and control mechanisms of the treatment process, required O&M of the WWTP, plan for process start-up and process verification, required technical assistance and more detailed investments and running costs estimations. It shall also include the Design Criteria and Design Parameters, including mass-balance and hydraulic profile, General Layout Plans for reference, etc, in addition to all needed topography, meteorological, hydrological, geological and hydro-geological data. 15. Calculations and drawings shall be produced by computer software and digital copies shall be submitted to the Client. 29

32 16. After written approval and subject to the incorporation of any comments on the Initial Design Report, the Consultant shall proceed with the Detailed Design. 5.2.Task 2 Topographical Survey and Geotechnical Investigations The Consultant shall carry out at his own cost all the required site topographical surveys and geotechnical investigations to the extent necessary to carry out detailed design and produce comprehensive data including all the needed topography, meteorological, hydrological, geological and hydro-geological data. A working plan for topographical survey and geotechnical investigation shall be submitted in the inception report. The Consultant shall carry out, but not limited to, the following: 1. The field investigation at the treatment plant site area of 11.5 hectares shall include : a. surveying in square 10*10 m and preparation of topographical (digital format) map of the site; b. establishing coordinates for all components in sufficient details for land acquisition, detailed design and as a basis for the execution of the works; c. establishing durable bench marks on ground in sufficient number to identify boundaries and alignments of all phase 1 works; d. geotechnical investigations and sampling, laboratory analysis, interpretation and conclusions in maximum 20 points (to be specified in detail when the location of different process units have been decided) in order to determine excavation conditions, foundation and back-filling requirements. 2. The field investigations along the sewer pipelines shall include : a. surveying of pipelines' routes in intervals of 20 m for the effluent and emergency pipelines of a maximum length of 15 Km; b. identifying the final route of the effluent and emergency pipelines and clarification of land ownership along the route; c. geotechnical investigations in intervals of 250 m and interpretation and conclusions of the investigations in order to determine excavation conditions, foundation and back-filling requirements; d. preparation of lay-out and longitudinal profile drawings of the final pipelines' routes 3. The field investigations at the proposed infiltration areas shall include: a. carrying out basic geotechnical investigations at two proposed infiltration areas in the flat terrain coastal sand dunes of the western side of Khan Younis area as well as a proposed infiltration area located close to the site of KY WWTP in order to determine the most appropriate site for aquifer recharge. Based on the screening of the three sites, detailed investigations, as mentioned below, will be carried out at the selected site; b. surveying in square 10*10 m and preparation of topographical (digital format) map of the site; c. establishing coordinates in sufficient details for land acquisition, detailed design and as a basis for the execution of the works; d. establishing durable bench marks on ground in sufficient number to identify boundaries and alignments of the infiltration basins; e. carrying out 4 exploratory boreholes, to penetrate the entire thickness of the aquifer, to establish the thickness and properties of the aquifer and to examine the water quality profile within the aquifer; f. carrying out continuous pumping test for a minimum of 14 days in one of the exploratory wells in order to establish the aquifer properties; g. carrying out recharge into approved selected well and monitor water level within recharged borehole to the extent necessary to establish results enabling detailed analysis of the unsaturated aquifer properties; 30

33 h. developing groundwater model for the aquifer affected by the recharge scheme by utilizing results from the investigations above and the PWA database. The model needs to be suitable for unsaturated as well as saturated groundwater flow (quality and quantity) conditions applicable to the aquifer and to be calibrated upon existing water level monitoring data, the aquifer test and recharge experiment results. The model should be used to simulate the impact of the scheme on groundwater level, flow and quality within the aquifer. 5.3.Task 3 Preparation of the Detailed Design The Detailed Design for the works shall be based on the Initial Design Report of KY WWTP. It shall comprise the finalization of the Design, Calculations, Dimensioning, Drawings, Technical Details, Specifications, Tender Documents, Schedules, Construction Programme and all relevant data and requirements needed for the precise execution and implementation of the Project. Any amendments required to the Design shall be carried out based on the results of the site investigations. The Consultant shall be responsible for performing the Detailed Design for an extendable WWTP to enable the preparation of complete tender and contract/s documents for the different packages agreed upon in task 1. The Detailed Design of the KY WWTP shall include, but not limited to, the following: 1. The buildings providing facilities for administration, pretreatment, control of treatment process, laboratory, electrical systems, generator, workshop, storage, and pumping stations, etc. 2. Inlet, Coarse screening, Fine screening, Grit removal. 3. Primary sedimentation, Aeration (biological reactor), Secondary sedimentation, Return sludge pumping, Nitrate circulation, Inner circulation, etc. 4. Sand filtration, Disinfection. 5. Storage emergency conditions. 6. Effluent pumping station, effluent pipeline and emergency pipeline. 7. Sludge treatment, aerobic stabilization, gravity thickeners, sludge drying beds; 8. Infiltration basins and sea outfall. 9. The piping system, which connects between the different treatment components; 10. The civil works and all related infrastructures, internal roads, landscaping, fencing, etc. 11. All mechanical equipment, heating, ventilation and plumbing works. 12. All electrical and Instrumentation Control and Automation (ICA) works. 13. Description of personnel needed to operate the plant. 14. Operation control of the plant including plans for laboratory facilities and equipment needed in operation control and maintenance requirements. 15. Investment costs and Running costs estimate. The Detailed Design documents shall cover and include, but not limited to, the following: 1. Relevant data. 2. Required site investigations, including topography, meteorological, hydrological, geological and hydro-geological data. 3. The process design, including mass-balance and hydraulic profile. 4. Final Design containing a summary of the design criteria. 5. Drawings: Complete detailed design drawing of all works indicated above in sufficient detail for tendering and contractual purposes. The drawings shall include lay-out plans, longitudinal cross sections, architectural, civil, structural, ventilation, piping, mechanical, electrical, control, 31

34 instrumentation and automation works, fixtures and other installations and wiring and all other drawings to a level of the detail to precisely implement the wastewater treatment plans components. 6. Specifications: Comprehensive and up to date, in accordance with best current knowledge, general and particular technical specifications for all civil works and mechanical, electrical and HVAC works, ICA works and all other related works, based on internationally accepted standards such as ISO, BS or other standards as appropriate and are sufficient for procurement, installation and construction works. 7. Bill of Quantities with Method of Measurement: The Bill of Quantities shall be detailed with accurate quantities. The Bill of Quantities shall include Labour and equipment schedule, collection pages and grand summary sheets. 8. Preparation of Cost Estimates for the Works in total, per phase and package. 9. Preparation of annual operation and maintenance cost estimates with breakdown. 10. Time and activity schedule for all actions and components up to and including completion of all works in Phase Task 4- Carrying out Environmental Impact Assessment Study The Consultant shall carry out at his own cost an Environmental Impact Assessment (EIA) study for the project components. A working plan for undertaking the EIA study shall be submitted in the inception report. The consultant shall take into consideration the EIA outputs and recommendations in preparing the detailed design. The EIA study should cover,, but not limited to, the following: 1. Review the preliminary EIA study carried out in 1997 for Khan younis Sewerage system. 2. Provide comprehensive description of KY WWTP project components including using maps at appropriate scales when necessary. 3. Generate baseline data on relevant environmental characteristics of the project components area including description of physical environment, biological environment, and socio-economic and cultural constrains. It should include information on any changes anticipated before the commencement of the construction phase. 4. Outline and examine the pertinent regulations and standards governing environmental quality, health and safety, protection of sensitive areas, protection of water resources and pollution control, land use control and sea water pollution control at the national and local level. 5. Identify and determine the potential positive and negative impacts, direct and indirect impacts, and immediate and long term impacts. Identify impacts that are unavoidable or irreversible. The assessment of the potential impacts shall include, but not limited to, pollution of ground water aquifer and sea water, landscape impacts of excavations and construction, loss of nature features habitats and species by construction and operation, soil contamination impacts, odour substances, noise pollution, waste and sludge disposal, and socio-economic and cultural impacts. 6. Prepare and develop management plan to mitigate the negative impacts, recommend feasible and cost effective measures to prevent or reduce significant negative impacts to acceptable national level. 7. Identify the institutional needs to implement the recommendations of the EIA. 8. Prepare a detailed plan to monitor the implementation of the mitigation measures and the impacts of the project during the construction and operation of project. 9. Carry out a workshop to obtain the views of local community and affected groups and keeping records of meetings and other activities communications, and comments. 5.5.Task 5 Preparation of the Client's Requirements In the Client's requirements, the technical basis for the construction contracts will be specified. These requirements can be broken down into, but not limited to, the following: Scope of works. 32

35 Contract schedules. Documentation required and approval procedure for documentation. Requirements of training for operation and maintenance. General data and requirements. Standards, regulations and Client's standing rules to be applied. Quality requirements and inspections. Inspections and tests on completion. Commissioning of the plant. Requirements for the operation, maintenance periods and handing-over. 5.6.Task 6 - Preparation of Tender Documents The Works/supply/installation contracts shall be based on the General Conditions of Contract adopted by the Client. The Consultant shall split the contracts of KY WWTP, phase 1, into packages, as appropriate, and prepare the tender dossiers and documents, accordingly. The tender dossiers and documents of each package shall consist of, but not limited to, the following: 1. Instructions to Bidders; (to be provided by UNDP). 2. Form of tender and appendix to tender.(to be provided by UNDP). 3. Price schedules. 4. Form of agreement.(undp contract ) 5. Tender security form.(to be provided by UNDP/PAPP) 6. Form of performance guarantee.( To be provided by UNDP/PAPP) 7. Form of guarantee for advance payment. 8. Retention bond. 9. General conditions of contract; (to be provided by UNDP). 10. Particular conditions of contract. 11. Template for contractors' daily, weekly, monthly and quarterly report sheets, and material approval request sheet, check request sheet, site instructions sheet, etc. 12. Technical schedules and Construction programme. 13. General and Particular Specifications. 14. Bills of Quantities, and Cost Estimates. 15. Detailed set of Drawings. 16. Copies of all required consents and approvals, etc, for works to commence. 17. The Client's budget payment limitations and payment programme. 6. Progress Meetings Progress meetings shall be held every month, after submission of the Monthly Progress Reports, with the Client and possibly with the counterparts' representatives in the Client s Offices. The Consultant shall attend and minute the meetings. The Consultant shall submit the minutes of the meetings within three days after the meeting to the Client for comments and approval. 7. Reporting Requirements and Deliverables The reports submittal time, as indicated below, is determined based on the date of order to commence the consultancy services following the signing of the Consultancy Contract. All reports should be delivered in print as well as in digital form to be installed in the computer library of the Client. The Consultant shall prepare the following reports for comments and approval by the Client. 33

36 1. Within one and half months from receiving the order to commence the consultancy services, the Consultant shall deliver an Inception Report in 5 copies. The contents shall be based on a proposal to be prepared by the Consultant and agreed with the Client at the commencement of the consultancy services. It is expected to encompass matters of importance identified during the initial work, such as coordination with the Client and other principal authorities, data obtained and outstanding, reports received and if any missing, update and refinement of work plan, methodology and other components of importance related to the assignment. The Inception Report shall contain a proposal for the Table of Contents of the Progress Reports, which are expected to include progress of work, difficulties encountered, cash flow, cost projections, programme updates, upcoming events, coordination issues, submittal status, variations and other topics, as required. 2. Progress Reports shall be delivered monthly in 5 copies, starting one month after the Inception Report (adjusted to correspond to the nearest calendar month). The contents shall be based on a Table of Contents proposed in the Inception Report and agreed with the Client. 3. The Consultant shall provide the Initial Design Report in 5 copies within 4 months from receiving the order to commence the consultancy services. Comments shall be addressed to the Consultant within two weeks from the date of submission of the draft. The final report shall be delivered in two weeks from the date of receiving the comments on the draft. 4. The Consultant shall provide topographical survey and geotechnical investigation reports on experiments and lab tests results to be integrated into the design, tender and construction contract/s documents as relevant according to Task (2) and other related tasks. The reports shall be adequately sufficient for carrying out tendering and implementation of the works. A separate report of the findings is to be delivered in 5 copies in addition to an operational ground water recharge model in a digital version with users license within 8 months from receiving the order to commence the consultancy services. 5. The Consultant shall provide EIA study report according to Task (4). The report is to be delivered in 5 copies within 7 months from receiving the order to commence the consultancy services. The report shall be concise and limited to the significant environmental issues. it should focus on findings, conclusions and recommended actions, supported by summaries of the data collected and citations for any references used. The EIA Outputs and Recommendations related to the project design stage should be considered while carrying out the detailed design. 6. The Consultant shall prepare a Draft Detailed Design Report according to task 3 with Drawings, Specifications and Bill of Quantities and deliver them in three sets for review by the Client within a period of 8 months from receiving the order to commence the consultancy services. Comments are to be integrated into the Final Detail Design, Drawings, Specifications and Bill of Quantities which shall be divided into separate packages, as technically feasible and as agreed upon with the Client before Task (3) is commenced. Filled-in Bill of Quantities with estimated rates and total estimated cost are to be submitted as a confidential document for each package. 7. The Consultant shall prepare complete Draft Tender and Contract Documents in according to task (5) and (6) to be delivered in 3 copies for each of the packages and as agreed upon with the Client before Task (5) is commenced. The draft delivery is to be made within 9 months from receiving the order to commence the consultancy services. 8. The Consultant shall prepare complete Final Tender and Contract Documents for each of the packages according to Task (5) and (6) to be delivered in 15 sets of each package within 10 months from receiving the order to commence the consultancy services. 34

37 9. The Consultant shall prepare the Assignment Final Report in 3 copies after completion of the required tasks and within 12 months from receiving the order to commence the consultancy services. 10. The Consultant shall submit to the Client all reports, documents and drawings in the underneath mentioned formats and shall record them on five copies of computer media using software and formats to be specified by the Client. 11. The Reports, Drawings and Documents of the Detailed Design Services shall be submitted progressively in batches and packages in the programmed sequence as soon as they are prepared. The Drawings and Documents submitted for approval must be stamped "For Approval". Following the approval of the submission all drawings and documents must be stamped "Approved". Description of the Documents Documents Copies Format * No. The Inception Report A4 5 The Draft Initial Design Report A4 5 The Final Initial Design Report A4 5 The Topographical survey and Geotechnical Investigation Reports A4 5 The EIA Study Report A4 5 The Draft Detailed Design Report A4 3 The Draft Drawings A0 3 The Draft Tender Documents A4 3 The Final Tender Documents per package A4 15 The Final Tender Drawings per package A0 15 Final Assignment Report A4 5 Sets of all other Calculations for the Design A4 5 The Final Cost Estimate of the Works; combined and per package A4 1 * Maximum size (Paper Print) 8. Consultant s Staff, Office and Equipment Requirements The Consultant shall be responsible for performing all the duties and responsibilities mentioned in the above tasks under Scope of Work and as are defined and required in the pertinent sections of the Terms of Reference. The Consultant shall provide, for the duration of the entire assignment activities, all international and local experts technical advice and skills, which are normally required for the entire consultancy services in which he will be engaged under the assignment and as indicated in section 6.1 and 6.2 of this TOR. The Consultant shall assemble a detailed design team of international experts who are experienced in the design, supervision and operation of sewage treatment plants. In particular, the Consultant's staff shall have international extensive expertise in designing civil, structural, mechanical, electrical, process, instrumental & telemetry, infrastructure and all other works of international caliber in the field of treatment of sewage and sludge. 35

38 The Consultant shall also assemble through the joint venture arrangement with the local consultant firm adequate design team of local experts who are experienced in design of sewage infrastructure to support the international team. The local professional staff shall be full-time employees for the assignment and shall not be employed on any other project. They must be based in the Consultant's local office in Gaza. The Consultant shall provide only one CV for each position. All staff has to be approved by the Client. It is the right of the Client to withdraw, at any time, any approval for such staff if found to be unsuitable or otherwise not desirable, in which case the person or persons in question shall be replaced by others approved by the Client. The proposed Consultant's staff required for carrying out the assignment is mentioned in Annex VI. The total indicative man-month for international staff is 30, and for local staff 70. The Consultant should review the assignment and determine what personnel are needed to complete the Works within the required time frame. It is to be noted that any staff member, other than those mentioned below, found to be needed for the assignment is to be included in the man-month costs of the proposal. Each member of staff shall be appointed for a period determined by the requirements of the assignment and approval by the Client. The Client reserves the right to require the Consultant, at any time, to change the formation of the staff to ensure the quality of the work. The international senior and key professional staff shall be permanent and full-time employees of the consultancy firm for a minimum period of three years. To be able to perform his duties during the entire assignment duration, the Consultant shall provide an independent local office in Gaza. This office shall be fully equipped (e.g. telephone, fax, internet server, photocopiers, computers, printers, plotter for drawings produced on AutoCAD, etc). The Consultant's international and local personnel and staff shall be in accordance with, but not limited to, the following: 8.1.International Staff a. Project Manager: The Project Manager (PM) should have a relevant Engineering degree from a recognized university with a minimum international experience of 20 years in designing, constructing and operating similar WWTPs and at least 3 completed assignments in similar projects and should be holding a senior position with the company. The PM shall assume overall responsibility for the project and liaison with the Client. The PM shall be based in the Consultant's Home Office and be available as required in the Consultant's local Gaza Office. The PM must also be available for consultation with the Client, attend meetings as required, explain the design criteria and be able to answer any relevant questions. b. Process Engineer: The Process Engineer should have a relevant degree from a recognized university with a minimum international experience of 15 years in designing WWTPs with similar process of Nitrogen removal and Sludge treatment, including mechanical dewatering, with at least 2 completed assignments as Senior Process Engineer in similar projects. c. Hydraulic Engineer/Sanitary Engineer: The Hydraulic Engineer/Sanitary Engineer should have a relevant degree from a recognized university with a minimum international experience of 15 years in designing WWTPs with similar hydraulic profiles and layouts and similar process of Nitrogen removal and Sludge treatment, including mechanical dewatering, with at least 2 completed assignments as Senior Hydraulic/Sanitary Engineer in similar projects. 36

39 d. Mechanical Engineer: The Mechanical Engineer should have a relevant degree from a recognized university with a minimum international experience of 15 years in designing similar WWTPs with similar process mechanical installations with at least 2 completed assignments as Senior Mechanical Engineer in similar projects. e. Architect: The Architect should have a relevant degree from a recognized university with a minimum international experience of 10 years in designing similar WWTPs with at least 2 completed assignments as Senior Architect in similar projects. f. Civil Engineer: The Civil Engineer should have a relevant degree from a recognized university with a minimum international experience of 10 years in designing similar WWTPs with similar civil and structural installations with at least 2 completed assignments as Senior Civil Engineer in similar projects. g. Hydro-geologist Expert: The Hydro-geologist should have a relevant degree from recognized university with a minimum international experience of 10 years in designing infiltration basins in similar WWTPs with at least 2 completed assignments as Senior Hydro-geologist Expert. h. Electrical Engineer: The Electrical Engineer should have a relevant degree from a recognized university with a minimum international experience of 10 years in designing similar WWTPs with similar electrical installations with at least 2 completed assignments as Senior Electrical Engineer in similar projects. i. Instrumentation, Control and Automation (ICA) Engineer: The ICA Engineer should have a relevant degree from a recognized university with a minimum international experience of 15 years in designing similar WWTPs with similar ICA installations with at least 2 completed assignments as Senior ICA Engineer in similar projects. j. Environmental Expert: The Environmental Expert should have a relevant degree from recognized university with a minimum international experience of 10 years in conducting environmental impact assessment studies in similar WWTPs with at least 2 completed assignments as Senior Environmental Expert. k. Senior CAD Operator: The CAD Operator should have a relevant degree from a recognized university with a minimum international experience of 10 years in participating in designing similar WWTPs with at least 2 completed assignments as Senior CAD Operator in similar projects. l. Procurement Specialist: The Procurement Specialist should have a relevant degree from a recognized university with a minimum international experience of 10 years in preparing the tender requirements and documents with at least 2 completed assignments as Senior Procurement Specialist in similar projects. 8.2.Local Staff a. Hydraulic Engineer/Sanitary Engineer: The Hydraulic Engineer/Sanitary Engineer should have a relevant degree from a recognized university with a minimum experience of 10 years in designing sewage infrastructure projects with at least 2 completed assignments as Senior Hydraulic/Sanitary Engineer. 37

40 b. Mechanical Engineer: The Mechanical Engineer should have a relevant degree from a recognized university with a minimum relevant experience of 10 years in designing similar infrastructure projects with at least 2 completed assignments as Senior Mechanical Engineer. c. Architect: The Architect should have a relevant degree from a recognized university with a minimum experience of 10 years with at least 2 completed assignments as Senior Architect d. Civil Engineer: The Civil Engineer should have a relevant degree from a recognized university with a minimum relevant experience of 10 years in designing similar infrastructure projects with at least 2 completed assignments as Senior Civil Engineer. e. Electrical Engineer: The Electrical Engineer should have a relevant degree from a recognized university with a minimum relevant experience of 10 years with at least 2 completed assignments as Senior Electrical Engineer. f. CAD Operators: The CAD Operators should have a relevant degree from a recognized university with a minimum experience of 8 years with at least 2 completed assignments as CAD Operator in similar projects. The number of required CAD Operators will be determined by the Consultant with a minimum man-month as shown in Annex IV. g. Administrative Support Staff: The Administrative Support Staff should consist of accountants, admin assistants and secretaries and each should have a relevant degree from a recognized university with a minimum relevant experience of 7 years. They must be based in the Consultant's Office in Gaza and shall not be employed on any other job. The number of Admin Support Staff will be determined by the Consultant with a minimum man-month as shown in Annex IV. 9. Quality of Services and Works The Consultant shall ensure that the executed services are of the highest quality. This is to be accomplished through a commitment to excellence and a quality management system adopted internationally and accepted to the Client. The quality management system should include formal monitoring systems to ensure that the quality management process is continuous. Documentation guidelines for quality management policies, procedures and practices are outlined in the ISO 9000 standards. It is expected that the Consultant has a well established QM system in conformity with international norms e.g. DIN. EN ISO 14000, 9000, 9001 and 9002.The Consultant shall perform all the assignment tasks in accordance with at least one of these international norms 10. Services and facilities provided by the Client The Client will only provide and facilitate to the Consultant the following: Reports, files and documents relevant to the assignment; The process Selection and Phased Implementation Plan/Conceptual Design Report Preliminary Design Report of KY WWTP; Geotechnical Investigation Reports; Access to all sites relevant to the assignment; Co-ordination with other relevant institutions; Support in getting permission from the concerned authorities to enter the Gaza Strip. 38

41 11. The Project Overall Management The overall management and execution of the project will be undertaken by the Client, through its Project Management Team. The Client can also utilize its expertise in various fields; engineers, technical advisors, project staff, procurement specialists, etc. to ensure optimal implementation of the project's various components. A project Technical Steering Committee headed by the Client's Project Manger has already been established and it includes representatives of local counterparts; the Palestinian Water Authority (PWA), the Coastal Municipal Water Utility (CMWU) and the Municipality of Khan Younis (MOKY). The Committee's main role is to advise on technical matters relating to all stages of the project. 12. Periods for Approval by the Client The Client will make comments on and /or give approvals, subject to incorporation of any comments, for reports within 14 days from receiving them. 13. Property of Documents 1. All reports, plans, drawings, documents, data, etc. prepared by the Consultant or submitted by the Consultant to the Client or submitted by the Client to the Consultant in connection with this TOR shall be and shall remain the full property of the Client. 2. While in the custody of the Consultant, the said documents shall be fully safe-guarded and treated as confidential and shall not be copied or their contents divulged to any third party without the written approval of the Client. 14. Periods of Implementation of the Assignment The overall implementation period for the Assignment completion should not exceed 12 months from the date of receiving the Clients letter of commencement to carry out the Assignment. 39

42 Annex IV Technical Proposal - Formats [Comments in brackets [ ] provide guidance to the shortlisted Consultants for the preparation of their Technical Proposals; they should not appear on the Technical Proposals to be submitted.] : Reference to clause 7 and 8 of Annex I of the RFP, the standard formats for the Technical Proposal to be submitted and the number of the pages recommended are as follow: Tech. Form - 1 Tech. Form - 2 Tech. Form - 3 Tech. Form - 4 Tech. Form - 5 Tech. Form - 6 Tech. Form - 7 Tech. Form - 8 Proposal Submission Form Consultant s Organization and Experience A- Consultant s Organization B- Consultant s Specific Experience Description of the Technical Approach, Methodology and Management Work Plan Resource Plan /Organization and Staffing Team Composition and Task Assignments Staffing Schedule Work Schedule Curriculum Vitae (CV) for Proposed Professional Staff

43 Annex IV Tech. Form -1 Proposal Submission Form [Location, Date] Dear Sir / Madam, Having examined the Solicitation Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide Professional Consulting services (profession/activity for Project/programme/office) for the sum as may be ascertained in accordance with the financial proposal attached herewith and made part of this Proposal. We are herby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelop. We undertake, if our Proposal is accepted, to commence and complete delivery of all services specified in the contract within the time frame stipulated. We agree to abide by this Proposal for a period of 120 days from the date fixed for opening of Proposals in the Invitation for Proposal, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. We undertake, if our proposal is accepted, to initiate the consulting services related to the assignment not later than the date indicated in clause 24 of Annex I of the RFP. We understand that you are not bound to accept any Proposal you may receive. Dated this day /month of year Signature (In the capacity of) Duly authorized to sign Proposal for and on behalf of 41

44 Annex IV Tech. Form -2 Consultant s Organization and Experience A1 - Consultant s Organization [Provide here a brief (five pages) description of the background and organization of your firm/entity and each associate for this assignment.] 42

45 Annex IV Tech. Form -2 Consultant s Organization and Experience A2 - Consultant s Specific Experience [Using the format below, provide information on each assignment for which your firm, and each associate for this assignment, was legally contracted either individually as a corporate entity or as one of the major companies within an association, for carrying out consulting services with international specific experience similar to the ones requested under this assignment. Use 20 pages.] Assignment name: Approx. value of the contract (in current US$ or Euro): Country: Location within country: Name of Client: Duration of assignment (months): Total N o of staff-months of the assignment: Address: Start date (month/year): Completion date (month/year): Name of associated Consultants, if any: Approx. value of the services provided by your firm under the contract (in current US$ or Euro): N o of professional staff-months provided by associated Consultants: Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader): Narrative description of Project: Description of actual services provided by your staff within the assignment: Firm s Name: 43

46 Annex IV Tech. Form -3 Description of Technical Approach, Proposed Methodology and Management Work Plan B - Technical Approach, Proposed methodology and Management Work Plan The section of the Technical Proposal shall be of around 30 pages, inclusive of charts and diagrams Technical approach, proposed methodology and management work plan are key components of the Technical Proposal. You are suggested to present your Technical Approach, Proposed methodology and Management Work Plan divided into the following three chapters: B1) Comments and suggestions on the TOR and services and facilities to be provided by the Client B2) Technical Approach and Methodology, and B3) Management Work Plan, 44

47 Annex IV Tech. Form-3 Description of Technical Approach, Proposed Methodology and Management Work Plan B1 - Comments and Suggestions on the Terms of Reference and on Services and Facilities to be Provided by the Client B1.1. Comments on the Terms of Reference [Present and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.] 45

48 Annex IV Tech. Form -3 Description of Technical Approach, Proposed Methodology and Management Work Plan B1 - Comments and Suggestions on the Terms of Reference and on Services and Facilities to be Provided by the Client B1.2. Comments on services and facilities to be Provided by the Client [Comment here on requirements to be provided by the Client according to clause reference 8 of the TOR, data, services, facilities,supporting in getting permissions, etc.] 46

49 Annex IV Tech. Form -3 Description of Technical Approach, Proposed Methodology and Management Work Plan B2- Technical Approach and Methodology In this chapter you should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach. 47

50 Annex IV Tech. Form -3 Description of Technical Approach, Proposed Methodology and Management Work Plan B.3 - Management Work Plan In this chapter you should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of Form, Tech. Form

51 Tech. Form -4 Description of Resource Plan / Organization and Staffing Annex IV C. Resource Plan / Organization and Staffing In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the assignment, the key expert responsible, international and local staff, and proposed technical and support staff.] 49

52 Tech. Form -5 Team Composition and Task Assignments Professional Staff Name of Staff Firm Area of Expertise Position Assigned Task Assigned Annex IV

53 Annex IV Tech. Form-6 Staffing Schedule1 Staff input (in the form of a bar chart) 2 Total staff-month input N Name of Staff n Home Field 3 Total International 1 [Hom e] [Fiel d] 2 3 n Local 1 [Hom e] [Fiel d] Subtotal 2 n Subtotal Total

54 1 For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.: draftsmen, clerical staff, etc.). 2 Months are counted from the start of the assignment. For each staff indicate separately staff input for home and field work. 3 Field work means work carried out at a place other than the Consultant's home office. Full time input Part time input 52

55 Annex IV Tech. Form -7 Work Schedule Months 2 N Activity n n 1 Indicate all main activities of the assignment, including delivery of reports (e.g.: inception, initial design report, interim, final reports, etc.), and other benchmarks such as Client approvals. For phased assignments indicate activities, delivery of reports, and benchmarks separately for each phase. 2 Duration of activities shall be indicated in the form of a bar chart.

56 Annex IV Tech. Form-8 Curriculum Vitae (CV) for Proposed Professional Staff 1. Proposed Position [only one candidate shall be nominated for each position]: 2. Name of Firm [Insert name of firm proposing the staff]: 3. Name of Staff [Insert full name]: 4. Date of Birth: Nationality: 5. Education [Indicate college/university and other specialized education of staff member, giving names of institutions, degrees obtained, and dates of obtainment]: 6. Membership of Professional Associations: 7. Other Training [Indicate significant training since degrees under 5 - Education were obtained]: 8. Countries of Work Experience: [List countries where staff has worked in the last ten years]: 9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]: 10. Employment Record [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment (see format here below): dates of employment, name of employing organization, positions held.]: From [Year]: Employer: Positions held: To [Year]: 11. Detailed Tasks Assigned [List all tasks to be performed under this assignment]

57 12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among the assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the tasks listed under point 11.] Name of assignment or project: Year: Location: Client: Main project features: Positions held: Activities performed: 13. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any wilful misstatement described herein may lead to my disqualification or dismissal, if engaged. [Signature of staff member or authorized representative of the staff] Full name of authorized representative: Date: Day/Month/Year 55

58 Annex V Financial Proposal - Formats [Comments in brackets [ ] provide guidance to the shortlisted Consultants for the preparation of their Financial Proposals; they should not appear on the Financial Proposals to be submitted.] The standard formats for the Financial Proposal to be submitted are as follow: Fin. Form -1 Fin. Form - 2 Fin. Form - 3 Fin. Form - 4 Fin. Form - 5 Financial Proposal Submission Form Summary of Costs Breakdown of Costs by Activity Breakdown of Remuneration Reimbursable expenses

59 Annex V Fin. Form -1 Financial Proposal Submission Form [Location, Date] Dear Sir / Madam, Having examined the Solicitation Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide Professional Consulting services (profession/activity for Project/programme/office) in accordance with your Request For Proposal dated [ Insert date ] and our Technical Proposal for the sum of [Iinsert amount in words and figures * ] as may be ascertained in accordance with the financial proposal attached herewith and made part of this Proposal. This amount is e exclusive of all taxes, since the UNDP is exempt from taxes as detailed in Section II, Clause 18. We agree to abide by this Proposal for a period of 120 days from the date fixed for opening of Proposals in the Invitation for Proposal, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. We understand that you are not bound to accept any Proposal you may receive. Dated this day /month of year Signature (In the capacity of) Duly authorized to sign Proposal for and on behalf of * Amounts must coincide with the ones indicated under total Cost of Financial Proposal in Form, Fin. Form-2. 57

60 Fin. Form - 2 Summaries of Costs Cost component Costs (US$) Total Costs of Remuneration Total Costs of Reimbursable Expenses Total Costs of Financial Proposal Please insert amount in words and figures. Name of authorized person to sign the tender documents: Signature: Date: Stamp: Annex V

61 Annex V Fin Form - 3 Breakdowns of Costs by Activity 1 Group of Activities (Phase): 2 Description: 3 Cost component Costs (US$) Remuneration Reimbursable Expenses Subtotals 1 Form, Fin. Form -3, shall be filled at least for the whole assignment. In case some of the activities require different modes of billing and payment (e.g.: the assignment is phased, and each phase has a different payment schedule), the Consultant shall fill a separate Form, Fin. Form-3 for each group of activities. 2 Names of activities (phase) should be the same as, or correspond to the ones indicated in the second column of Form, Tech. Form Short description of the activities whose cost breakdown is provided in this Form.

62 Fin Form - 4 Breakdown of Remuneration 1 Annex V Group of Activities (Phase): 5 Foreign Staff Name 2 Position 3 Staff-month Input Rate 4 (Staffmonths) [Home] [Field] US$ Local Staff [Home] [Field] Total Costs 1 Form, Fin. Form-4 shall be filled for each of the Forms, Fin Form-3 provided. 2 Professional Staff should be indicated individually; Support Staff should be indicated per category (e.g.: draftsmen, clerical staff). 3 Positions of Professional Staff shall coincide with the ones indicated in Form, Tech. Form-5. 4 Indicate separately staff-month rate for home and field work. 5 Indicate, separately for home and field work, the total expected input of staff for carrying out the group of activities or phase indicated in the Form.

63 Fin. Form - 5 Breakdown of Reimbursable Expenses 1 Group of Activities (Phase): N Description 2 Unit Unit Cost 3 Quantity US$ Per diem allowances Day International flights 4 Trip Miscellaneous travel expenses Trip Communication costs between [Insert place] and [Insert place] Drafting, reproduction of reports Equipment, instruments, materials, supplies, etc. Shipment of personal effects Trip Use of computers, software Laboratory tests. Subcontracts Local transportation costs Office rent, clerical assistance Total Costs 1 Form, Fin Form-5 should be filled for each of the Forms, Fin. Form-3 provided, if needed. 2 Delete items that are not applicable or add other items. 3 Indicate unit cost. 4 Indicate route of each flight, and if the trip is one- or two-ways. 61 Annex V

64 Annex VI Proposed Man Month of Personnel International Consultant's Staff Local Consultant's staff Nomination Man Month Nomination Man Month Project Manager - Process Design Engineer - Hydraulic /Sanitary Engineer Hydraulic /Sanitary Engineer Mechanical Engineer Mechanical Engineer Architect Architect Civil Engineer Civil Engineer Hydro-geologists expert -- Electrical Engineer Electrical Engineer ICA Specialist - Environmental Expert Senior Cad Operator Cad Operators Procurement Specialist -- - Admin Support Staff ** ** ** ** Total Man-Month The Consultant is to fill-in the proposed man months and costing details for the types of personnel that the Consultant believes are actually required to complete the works. ** The consultant may use the rows marked by an "**" in the table to insert any additional staff. 62

65 Annex VII PROPOSAL SECURITY FORM To: UNDP WHEREAS [name and address of Offeror] (hereinafter called the Offeror ) has submitted its proposal,.. dated., to execute Services.. (hereinafter called the Assignment ): AND WHEREAS it has been stipulated by you in the said assignment that the Offeror shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Assignment s RFP: AND WHEREAS we have agreed to give the Offeror such a Bank Guarantee: NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Offeror, up to a total of [amount of guarantee] [in words], such sum being payable in the types and proportions of currencies in which the Financial Proposal Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [amount of guarantee as aforesaid] without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. The guarantee shall be valid for 120 days after the proposal submission deadline (date of submission deadline) and it maybe extended by the UNDP procurement unit, notice of which extension to the bank is here by waived IGNATURE AND SEAL OF THE GUARANTOR Date... Name of Bank... Address...

66 Annex VIII PERFORMANCE SECURITY FORM To: UNDP WHEREAS [name and address of Contractor] (hereinafter called the Contractor ) has undertaken, in pursuance of Contract No.. dated., to execute Services.. (hereinafter called the Contract ): AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognised bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract: AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee: NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of [amount of guarantee] [in words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [amount of guarantee as aforesaid] without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. The guarantee shall be valid until a date 30 days from the date of issue of a satisfactory certificate of inspection and testing by the procuring UN entity. SIGNATURE AND SEAL OF THE GUARANTOR Date... Name of Bank... Address...

67 Annex IX Model Contract for Professional Consulting Services between UNDP and a Company or other entity 1 1 This model contract is intended for services (studies, consultancies by firms, etc) to be obtained from companies as well as from NGOs, Universities, etc. It is not to be used for procuring goods or works. Any substantial deviations to the text should be made in consultation with BOM.

Annex II UNDP GENERAL CONDITIONS OF CONTRACT FOR SERVICES

Annex II UNDP GENERAL CONDITIONS OF CONTRACT FOR SERVICES Annex II 1.0 LEGAL STATUS: UNDP GENERAL CONDITIONS OF CONTRACT FOR SERVICES The Contractor shall be considered as having the legal status of an independent contractor vis àvis the United Nations Development

More information

ANNEX III INDIVIDUAL CONSULTANT GENERAL TERMS AND CONDITIONS

ANNEX III INDIVIDUAL CONSULTANT GENERAL TERMS AND CONDITIONS ANNEX III INDIVIDUAL CONSULTANT GENERAL TERMS AND CONDITIONS 1. LEGAL STATUS: The Individual contractor shall have the legal status of an independent contractor vis-à-vis the United Nations Development

More information

UNICEF s GENERAL TERMS AND CONDITIONS

UNICEF s GENERAL TERMS AND CONDITIONS UNICEF s GENERAL TERMS AND CONDITIONS The General Terms and Conditions mentioned as under will form part of the contract Resulting from the response of the solicitation document. 1. ACKNOWLEDGMENT COPY

More information

UNITED NATIONS CHILDREN'S FUND (UNICEF) Enters into an institutional contract with

UNITED NATIONS CHILDREN'S FUND (UNICEF) Enters into an institutional contract with Institutional/Corporate Contract CONTRACT No. to be completed by PSU Agreement entered into between UNICEF and: Contractor s name to be completed by requesting section in UNICEF (Hereinafter referred to

More information

Section 8: Long Term Agreement (LTA), Travel Agency Agreement (two samples) and General Conditions of Contract for Services

Section 8: Long Term Agreement (LTA), Travel Agency Agreement (two samples) and General Conditions of Contract for Services Section 8: Long Term Agreement (LTA), Travel Agency Agreement (two samples) and General Conditions of Contract for Services STANDARD AGREEMENT Between THE UNITED NATIONS DEVELOPMENT PROGRAMME And For the

More information

REQUEST FOR PROPOSALS. You are invited to submit a proposal to carry out specific tasks as outlined in the Terms of Reference (Annex II).

REQUEST FOR PROPOSALS. You are invited to submit a proposal to carry out specific tasks as outlined in the Terms of Reference (Annex II). REQUEST FOR PROPOSALS RFP No. : SPC RFP17/030 DATE : 16 June 2017 SUBJECT: REQUEST FOR PROPOSAL Projects Development Specialist You are invited to submit a proposal to carry out specific tasks as outlined

More information

1. LEGAL STATUS OF THE PARTIES: The United Nations Office of the High Commissioner for Refugees ( UNHCR ) and the Contractor shall also each be

1. LEGAL STATUS OF THE PARTIES: The United Nations Office of the High Commissioner for Refugees ( UNHCR ) and the Contractor shall also each be G E N E R A L C O N D I T I O N S O F C O N T R A C T CONTRACTS FOR THE PROVISION OF SERVICES 1. LEGAL STATUS OF THE PARTIES: The United Nations Office of the High Commissioner for Refugees ( UNHCR ) and

More information

Request for Proposal (RFP) Date: 28 June Dear Sir/Madam,

Request for Proposal (RFP) Date: 28 June Dear Sir/Madam, Request for Proposal (RFP) Date: 28 June 2010 Dear Sir/Madam, Subject: RFP for the provision of Professional Services: Baseline Study of Royal PNG Constabulary s (RPNGC) Prevention and Response to Gender-Based

More information

UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/CFA/KBL/2018/042. Title of Work:

UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/CFA/KBL/2018/042. Title of Work: UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/CFA/KBL/2018/042 Title of Work: Supply and delivery Samsung Galaxy Tablet Phone for CFA Program UN-Habitat Afghanistan 20 March 2018 1 United

More information

REQUEST FOR PROPOSAL (RFP) DOCUMENT

REQUEST FOR PROPOSAL (RFP) DOCUMENT REQUEST FOR PROPOSAL (RFP) DOCUMENT WWF MWIOPO Près lot II M 85 Ter Antsakaviro (101) Antananarivo Tél: +261 34 49 888 04 Tél: +261 34 49 888 05 Tél: +261 34 49 888 06 Tél: +261 20 22 348 85 Tél: +261

More information

Contract for the services of an Individual Contractor No

Contract for the services of an Individual Contractor No Contract for the services of an Individual Contractor No This Contract is entered into on [insert date] between United Nations Volunteers, administered by United Nations Development Programme (hereinafter

More information

ANNEX 4 TYPE OF CONTRACT

ANNEX 4 TYPE OF CONTRACT ANNEX 4 TYPE OF CONTRACT (The bellow contacts are included as a reference / example. UNDP Procurement Unit has the right to adjust these models to the needs of the consultancy. Terms and conditions are

More information

GENERAL CONDITIONS OF CONTRACT

GENERAL CONDITIONS OF CONTRACT GENERAL CONDITIONS OF CONTRACT CONTRACTS FOR THE PROVISION OF GOODS AND SERVICES 1. LEGAL STATUS OF THE PARTIES: The United Nations Office for Project Services (UNOPS) and the Contractor shall also each

More information

United Nations Development Programme TERMS OF REFERENCE

United Nations Development Programme TERMS OF REFERENCE TERMS OF REFERENCE 1. BACKGROUND The United Nations Development Programme, Programme of Assistance to the Palestinian People UNDP/PAPP Gaza office needs a company to perform the cleaning and gardening

More information

UNITED NATIONS CHILDREN'S FUND (UNICEF)

UNITED NATIONS CHILDREN'S FUND (UNICEF) CONTRACT NO AMENDMENT NO CONTRACTOR ISSUING OFFICE This agreement shall commence on 19 Sep 2013 and shall expire upon satisfactory completion of the services described below -but not later than 27 Sep

More information

Re Tender REQUEST FOR QUOTATION (RFQ) 11 th Aug 2011

Re Tender REQUEST FOR QUOTATION (RFQ) 11 th Aug 2011 NAME & ADDRESS OF FIRM: TYPE: (please mark one) CONTACT PERSON: TELEPHONE No. EMAIL ADDRESS: Re Tender REQUEST FOR QUOTATION (RFQ) 11 th Aug 2011 REFERENCE: RFQ-SS-SVS-CSAC-070-2011 Dear Sir / Madam: The

More information

INSTITUTIONAL CONTRACT (CONTRACT AMOUNT LESS THAN $30,000) Contract No.:

INSTITUTIONAL CONTRACT (CONTRACT AMOUNT LESS THAN $30,000) Contract No.: INSTITUTIONAL CONTRACT (CONTRACT AMOUNT LESS THAN $30,000) Contract No. Contract No.: Organizational Unit Amendment No.: BAC: Country: Contract entered into between the United Nations Development Programme

More information

Request for Proposal (RFP)

Request for Proposal (RFP) Reference: RFP/KRT/GF/10/037 Request for Proposal (RFP) Date: May 19, 2010 Subject: RFP for the Provision of Services to Strengthen the National Supply Chains for HIV/AIDS, TB and Malaria Programmes in

More information

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Date: 02 August 2012 Country: Papua New Guinea Description of the assignment: DSA Consultant Project name: Common Services Project Period of assignment/services

More information

U n i t e d N a t i o n s Relief and Works Agency for Palestine Refugees in the Near East

U n i t e d N a t i o n s Relief and Works Agency for Palestine Refugees in the Near East GENERAL CONDITIONS OF CONTRACT FOR THE PROVISION OF GOODS ONLY 1. EFFECTIVE DATE: This Contract shall be effective when signed by the Parties. The Contract constitutes a contract between the Parties, the

More information

REQUEST FOR QUOTATION (RFQ) Subject: Provision of Printing Services. REFERENCE: RFQ/KRT/16/11 DATE: March 24, 2016

REQUEST FOR QUOTATION (RFQ) Subject: Provision of Printing Services. REFERENCE: RFQ/KRT/16/11 DATE: March 24, 2016 United Nations Development Programme REQUEST FOR QUOTATION (RFQ) Subject: Provision of Printing Services REFERENCE: RFQ/KRT/16/11 DATE: March 24, 2016 Dear Sir / Madam: We kindly request you to submit

More information

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE. Date: 3 July 2018

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE. Date: 3 July 2018 INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Date: 3 July 2018 Country Title Purpose of the assignment Project name : Egypt : Independent Evaluator (Team leader International expert) : Conducting an independent

More information

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS CONSULTANTS SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS SELECTION OF CONSULTANTS Japan International Cooperation Agency (JICA) September 2009 version 1.0 CONTENTS Preface... i Section 1. Letter

More information

REQUEST FOR QUOTATION FOR THE PROVISION OF GRAPHIC DESIGN SERVICES TO UNDP SOUTH SUDAN. NAME & ADDRESS OF VENDOR: (please print) DATE: 27 AUGUST 2012

REQUEST FOR QUOTATION FOR THE PROVISION OF GRAPHIC DESIGN SERVICES TO UNDP SOUTH SUDAN. NAME & ADDRESS OF VENDOR: (please print) DATE: 27 AUGUST 2012 UNDP- South Sudan (RFQ) PROVISION OF GRAPHIC DESIGN SERVICES FOR UNDP SOUTH SUDAN NAME & ADDRESS OF VENDOR: (please print) DATE: 27 AUGUST 2012 FOR THE PROVISION OF GRAPHIC DESIGN SERVICES TO UNDP SOUTH

More information

AGREEMENT between The United Nations and

AGREEMENT between The United Nations and - 1 - AGREEMENT between The United Nations and [.] Recalling resolution 64/293 of 30 July 2010 by which the General Assembly adopted the United Nations Global Plan of Action to Combat Trafficking in Persons

More information

REQUEST FOR PROPOSAL (RFP) Ref.: RFP/KRT/16/003 Date: 11/02/2016

REQUEST FOR PROPOSAL (RFP) Ref.: RFP/KRT/16/003 Date: 11/02/2016 United Nations Development Programme REQUEST FOR PROPOSAL (RFP) Ref.: Date: 11/02/2016 Dear Sir / Madam: We kindly request you to submit your Proposal for Provision of Vocational Training Services for

More information

GENERAL TERMS AND CONDITIONS FOR GOODS

GENERAL TERMS AND CONDITIONS FOR GOODS GENERAL TERMS AND CONDITIONS FOR GOODS DEFINITIONS Contract is used to include a purchase order, a contract, or any changes or amendments thereto, including all documents, exhibits, and attachments referenced

More information

Media High Council Corporate Strategic Plan ( )

Media High Council Corporate Strategic Plan ( ) REQUEST FOR PROPOSAL (RFP) United Nations Development Programme - Rwanda P.O. Box 445, 12 Avenue de l'armée, Kigali, Rwanda, DATE: June 3, 2014 REFERENCE: RFP/UNDP/2014/008 Dear Sir / Madam: We kindly

More information

INVITATION TO BID n UNDP/ELECT/AFG/054/2009

INVITATION TO BID n UNDP/ELECT/AFG/054/2009 March 18, 2009 n UNDP/ELECT/AFG/054/2009 Subject: Provision of scriptwriting, production and dissemination of radio and TV Public Service Announcement for in Afghanistan. Deadline for Submission of Bids:

More information

Request for Quotation (RFQ) for Services Transportation Service in Colombia

Request for Quotation (RFQ) for Services Transportation Service in Colombia Request for Quotation (RFQ) for Services Transportation Service in Colombia RFQ Ref No: 11961_RFQ_COL_Transportation Service in Colombia_16_47 Version: v2016.1 UNOPS v2014.1 1 of 6 Invitation letter Dear

More information

REQUEST FOR QUOTATION (RFQ) ((Technical Expert to develop grid connection guidelines and standards for the Kingdom of Bahrain))

REQUEST FOR QUOTATION (RFQ) ((Technical Expert to develop grid connection guidelines and standards for the Kingdom of Bahrain)) REQUEST FOR QUOTATION (RFQ) ((Technical Expert to develop grid connection guidelines and standards for the Kingdom of Bahrain)) NAME & ADDRESS OF FIRM DATE: March 19, 2017 REFERENCE: RFQ/UNDP/ GC/2016

More information

REQUEST FOR PROPOSAL (RFP) (For Low-Valued Services)

REQUEST FOR PROPOSAL (RFP) (For Low-Valued Services) REQUEST FOR PROPOSAL (RFP) (For Low-Valued Services) United Nations Office on Drugs and Crime DATE: June 13, 2018 REFERENCE: UNODC/June/13 Dear Sir / Madam: We kindly request you to submit your Proposal

More information

SPECIAL INSTRUCTIONS TO BIDDERS FOR PREPARATION OF THE PROPOSAL

SPECIAL INSTRUCTIONS TO BIDDERS FOR PREPARATION OF THE PROPOSAL ATTACHMENT 1 TO RFP-25576-OP SPECIAL INSTRUCTIONS TO BIDDERS FOR PREPARATION OF THE PROPOSAL These Special Instructions apply in addition to the standard IAEA General Instructions for Bidders. The Solicitation

More information

Request for Proposal (RFP) Cover Letter

Request for Proposal (RFP) Cover Letter Request for Proposal (RFP) Cover Letter Dear Sir/Madam, Date: 08 June 2010 Subject: RFP for the provision of contract management services and assurance on transportation services contracts in Afghanistan

More information

Goal General Terms and Conditions

Goal General Terms and Conditions Appendices: Appendix A Goal General Terms and Conditions I. LEGAL STATUS The Vendor shall be considered as having the legal status of an independent contractor vis-à-vis GOAL. The Vendor, its personnel

More information

Sustainable Water Management in Yogyakarta City and Borobudur Surrounding Areas (Please quote this UNESCO reference in all correspondence)

Sustainable Water Management in Yogyakarta City and Borobudur Surrounding Areas (Please quote this UNESCO reference in all correspondence) REQUEST FOR PROPOSAL RFP Services Ref: JAK/QUO/SC/WES/004 Sustainable Water Management in Yogyakarta City and Borobudur Surrounding Areas (Please quote this UNESCO reference in all correspondence) Date

More information

United Nations Development Programme

United Nations Development Programme United Nations Development Programme INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Number: GF/IC/12/012 INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Date: 16 September 2012 Country: Republic of the Sudan Description

More information

REQUEST FOR QUOTATION RFQ Nº UNFPA/THA/RFQ/17/001

REQUEST FOR QUOTATION RFQ Nº UNFPA/THA/RFQ/17/001 REQUEST FOR QUOTATION RFQ Nº UNFPA/THA/RFQ/17/001 Date: 09 August 2017 Dear Sir/Madam, UNFPA hereby solicits a quotation for the following service: Provision of a service to conduct a desk review on existing

More information

Request for Proposal (RFP) Date: 6 August Subject: RFP for the Provision of Engineer Consulting Services for the UNDP Office in Beirut, Lebanon.

Request for Proposal (RFP) Date: 6 August Subject: RFP for the Provision of Engineer Consulting Services for the UNDP Office in Beirut, Lebanon. United Nations Development Programme Lebanon Request for Proposal (RFP) Date: 6 August 2007 Dear Sir/Madam, Subject: RFP for the Provision of Engineer Consulting Services for the UNDP Office in Beirut,

More information

REQUEST FOR PROPOSAL (RFP) Local Economic Development Strategy for Mitrovicë/a

REQUEST FOR PROPOSAL (RFP) Local Economic Development Strategy for Mitrovicë/a REQUEST FOR PROPOSAL (RFP) Local Economic Development Strategy for Mitrovicë/a Date: 15.07.2013 Dear Sir / Madam, We kindly request you to submit your Proposal for the Formulation and Development of Local

More information

GENERAL TERMS AND CONDITIONS APPLICABLE TO FAO PROCUREMENT CONTRACTS

GENERAL TERMS AND CONDITIONS APPLICABLE TO FAO PROCUREMENT CONTRACTS GENERAL TERMS AND CONDITIONS APPLICABLE TO FAO PROCUREMENT CONTRACTS 1. DEFINITIONS: "Contract" means this purchase order or contract, and any changes or amendments thereto, including all documents, exhibits,

More information

United Nations Development Programme. UNDP Sudan. Number: GF/IC/12/010. Page 1 of 13

United Nations Development Programme. UNDP Sudan. Number: GF/IC/12/010. Page 1 of 13 Page 1 of 13 Country: SUDAN Description of the assignment: Technical Assistance Costed Plan Consultant Project name: Global Fund to fight AIDS, Tuberculosis and Malaria Period of assignment: 2 Months Proposal

More information

REQUEST FOR QUOTATION (RFQ) (Services)

REQUEST FOR QUOTATION (RFQ) (Services) REQUEST FOR QUOTATION (RFQ) (Services) UNDP IRH, RBEC DATE: 16 October 2017 REFERENCE: UNDP-IRH-RFQ-2017-14 Dear Sir / Madam: We kindly request you to submit your quotation for Provision of Internet Connectivity

More information

REQUEST FOR QUOTATION (RFQ) UNDP/DDR VIDEO PRODUCTION SERVICES

REQUEST FOR QUOTATION (RFQ) UNDP/DDR VIDEO PRODUCTION SERVICES RFQ-SS-DDR VIDEO PRODUCTION SERVICES - 0123-2010 (RFQ) UNDP/DDR VIDEO PRODUCTION SERVICES NAME & ADDRESS OF VENDOR: (please print) DATE: 23 rd March 2010 TOTAL BID PRICE (US$) [in words and figures] Request

More information

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE * Open only to Myanmar- or Thailand- based interpreters * INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Date: 17 June 2014 Agency: UNODC Regional Office for Southeast Asia and the Pacific (ROSEAP) Description

More information

Standard Request for Proposals Selection of Consultants

Standard Request for Proposals Selection of Consultants STANDARD PROCUREMENT DOCUMENTS Standard Request for Proposals Selection of Consultants Caribbean Development Bank October 2011 Foreword 1. This Standard Request for Proposals ( SRFP ) has been prepared

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) NAME & ADDRESS OF FIRM DATE: 15 th FEBRUARY 2018 REFERENCE: RFP/FJI10-004-18 Dear Sir / Madam: We kindly request you to submit your Proposal for DIM Audit for the Pacific Risk

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

RFPS-USA August Review of Headquarter's (HQ) functions to determine means to enhance effectiveness and efficiency.

RFPS-USA August Review of Headquarter's (HQ) functions to determine means to enhance effectiveness and efficiency. REQUEST FOR PROPOSAL FOR SERVICES (RFPS) RFPS-USA-2012-501502 30 August 2012 UNITED NATIONS CHILDREN'S FUND (UNICEF) Wishes to purchase The following services: Review of Headquarter's (HQ) functions to

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) NAME & ADDRESS OF FIRM DATE: November 11, 2014 REFERENCE: UNDP /2014/01/COMM Dear Sir / Madam: We kindly request you to submit your Proposal for designing, printing and production

More information

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Date: 12 September 2014 Country: Papua New Guinea Description of the assignment: Capacity strengthening of civil society actors on GBV/FSV and Human Rights Project

More information

INTERNATIONAL FUND FOR AGRICULTURAL DEVELOPMENT (IFAD) GENERAL TERMS AND CONDITIONS FOR THE PROCUREMENT OF GOODS

INTERNATIONAL FUND FOR AGRICULTURAL DEVELOPMENT (IFAD) GENERAL TERMS AND CONDITIONS FOR THE PROCUREMENT OF GOODS GENERAL TERMS AND CONDITIONS FOR THE PROCUREMENT OF GOODS DEFINITIONS In these General Terms and Conditions for the Procurement of Goods (hereinafter referred to as General Terms and Conditions ) the following

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL RFP No. : SPC RFP 17/015 DATE : 13 th January 2017 SUBJECT : REQUEST FOR PROPOSAL Preferred Supplier for Aquaculture Equipment and Materials You are requested to submit a proposal

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Production of five Whiteboard Animation Videos that showcase the role biodiversity in achieving Sustainable Development Goals in the Republic of South Africa DATE: August 19,

More information

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) National Competitive Tendering (NCT) VOLUME I Tender Reference:. Issue Date: Day/Month/Year Public Procurement Authority Accra, Ghana

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) National Open Bidding DATE: 19 February,2014 REFERENCE:.: 4010/02/2014/UNODC Dear Sir / Madam We kindly request you to submit your Proposal to undertake a (1) comprehensive training

More information

United Nations Development Programme

United Nations Development Programme SECTION 1: INSTRUCTIONS TO BIDDERS 4A Yakubi St., Jerusalem, 91191, P.O. Box: 51359 Tel: (972 2) 626 8200 Fax: (972 2) 626 8222 www.undp.ps Page 2 of 74 INSTRUCTIONS TO BIDDERS A. Introduction 1. General:

More information

MINISTRY OF FINANCE Procurement Policy Unit (Established under section 6 of the Public Procurement Act, 2015)

MINISTRY OF FINANCE Procurement Policy Unit (Established under section 6 of the Public Procurement Act, 2015) MINISTRY OF FINANCE Procurement Policy Unit (Established under section 6 of the Public Procurement Act, 2015) Ref: NCS-LS/RFQ-GCC GENERAL CONDITIONS OF CONTRACT FOR REQUEST FOR QUOTATION [Issued in terms

More information

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department P a g e 1 Bidding Documents For National Competitive Bidding Pakistan Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department PART ONE (FIXED) Instructions to Bidders

More information

REQUEST FOR QUOTATION (RFQ) (Services)

REQUEST FOR QUOTATION (RFQ) (Services) REQUEST FOR QUOTATION (RFQ) (Services) NAME & ADDRESS OF FIRM DATE: April 29, 2013 REFERENCE: RFQ-2013-07-DPRK Dear Sir / Madam: We kindly request you to submit your quotation for Institutional and Development

More information

REQUEST FOR QUOTATION (RFQ) PEDIDO DE COTAÇÃO

REQUEST FOR QUOTATION (RFQ) PEDIDO DE COTAÇÃO REQUEST FOR QUOTATION (RFQ) PEDIDO DE COTAÇÃO FARGO HDP 5600 DUAL SIDE WITH DUAL LAMINATION DATE: 26 July 2017 REFERENCE: RFQ_13_2017 Dear Sir / Madam: We kindly request you to submit your quotation for:

More information

no later than 21 st November 2017.

no later than 21 st November 2017. 8 th November 2017 UNDP BRAZIL INTERNATIONAL IC CONSULTANT IC 31527/2017 Edition Action Report & Sustainable Development Toolkit RIO+ CENTRE Please find enclosed Terms of Reference and Evaluation Criteria

More information

REQUEST FOR QUOTATION RFQ Nº UNFPA/EGY/RFQ/17/001 FOR ORGANIZING EDUCATION-ENTERTAINMENT WORKSHOPS FOR YOUNG GIRLS IN ASWAN AND FAYOUM

REQUEST FOR QUOTATION RFQ Nº UNFPA/EGY/RFQ/17/001 FOR ORGANIZING EDUCATION-ENTERTAINMENT WORKSHOPS FOR YOUNG GIRLS IN ASWAN AND FAYOUM Date: June, 1 st, 2017 REQUEST FOR QUOTATION RFQ Nº UNFPA/EGY/RFQ/17/001 FOR ORGANIZING EDUCATION-ENTERTAINMENT WORKSHOPS FOR YOUNG GIRLS IN ASWAN AND FAYOUM Dear Sir/Madam, UNFPA hereby solicits a quotation

More information

ITB # 2011/ December 2011

ITB # 2011/ December 2011 INVITATION TO BID (ITB) ITB # 2011/020 19 December 2011 UNITED NATIONS CHILDREN S FUND (UNICEF) INVITATION TO BID FOR CONSTRUCTION OF WASH FACILITIES 1. The United Nations Children's Fund (UNICEF) in Cambodia

More information

REQUEST FOR PROPOSAL (RFP) (For Low- Valued Services)

REQUEST FOR PROPOSAL (RFP) (For Low- Valued Services) REQUEST FOR PROPOSAL (RFP) (For Low- Valued Services) Dear Sir / Madam: We kindly request you to submit your Proposal for the Business Call to Action Case Studies 2015-2016 Series. Please be guided by

More information

NAME & ADDRESS OF VENDOR: (please print)

NAME & ADDRESS OF VENDOR: (please print) NAME & ADDRESS OF VENDOR: (please print) DATE: 5 May 2010 TOTAL BID PRICE (US$) [in words and figures] Socio-Economic Study of Business Opportunities and Support Services for Disarmament, Demobilization

More information

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE * Open only to residents of Asia and Pacific countries * INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Date: 25 February 2016 Agency: UNODC Regional Office for Southeast Asia and the Pacific (ROSEAP) Sub-Programme

More information

REQUEST FOR QUOTATION (RFQ) ( X-ray Machine luggage scanner )

REQUEST FOR QUOTATION (RFQ) ( X-ray Machine luggage scanner ) REQUEST FOR QUOTATION (RFQ) ( X-ray Machine luggage scanner ) DATE: 21 December 2017. REFERENCE: RFQ-YEM-0060-2017 Dear Sir / Madam: We kindly request you to submit your quotation for Install and supply

More information

Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008

Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008 Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008 Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008 The Bidding Documents for

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

REQUEST FOR QUOTATION (RFQ) (Goods)

REQUEST FOR QUOTATION (RFQ) (Goods) REQUEST FOR QUOTATION (RFQ) (Goods) NAME & ADDRESS OF FIRM DATE: November 8, 2017 REFERENCE: PRC/ZWE/RFQ/1532/11/8/2017 Supply and delivery of a Boardroom Table Dear Sir / Madam: We kindly request you

More information

United Nations Development Program. Project No. CHI/78074 Program to Improve Energy Efficiency in Public Lighting

United Nations Development Program. Project No. CHI/78074 Program to Improve Energy Efficiency in Public Lighting United Nations Development Program Project No. CHI/78074 Program to Improve Energy Efficiency in Public Lighting INTERNATIONAL INVITATION TO BID Replacement of Existing Luminaries in the Municipalities

More information

DOUKPSC04 Rev Feb 2013

DOUKPSC04 Rev Feb 2013 DOUKPSC04 Purchasing Standard conditions for the Purchase of Consultancy Services 1 DEFINITIONS In the Contract (as hereinafter defined) the following words and expressions shall have the meanings hereby

More information

REQUEST FOR QUOTATION (RFQ)

REQUEST FOR QUOTATION (RFQ) REQUEST FOR QUOTATION (RFQ) NAME & ADDRESS OF BIDDER DATE: 3 May 2017 RFQ/SET/2017/015 Dear Sir / Madam: We kindly request you to submit your quotation for printing services as detailed in Annex 1 of this

More information

UN HABITAT AFGHANISTAN. Request for Quotation (RFQ) RFQ No: UN/H/KBL/2017/41. Project ID: Afghanistan Urban Peace-building Program (AUPP)

UN HABITAT AFGHANISTAN. Request for Quotation (RFQ) RFQ No: UN/H/KBL/2017/41. Project ID: Afghanistan Urban Peace-building Program (AUPP) UN HABITAT AFGHANISTAN Request for Quotation (RFQ) RFQ No: UN/H/KBL/2017/41 Project ID: Afghanistan Urban Peace-building Program (AUPP) Title of Work: Supply & Delivery of TOYOTA HIACE VEHICLES for Municipality

More information

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( ) Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy (2009-14) PREQUALIFICATION CUM TENDER NOTICE FOR CONSULTANT FOR AVAILING DUTY CREDIT SCRIP UNDER FOREIGN

More information

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 1. ORDER APPLICABILITY AND ACCEPTANCE. (A) This purchase order is an offer by Micromedics (dba Nordson MEDICAL ) for the

More information

REQUEST FOR QUOTATION (RFQ) (Services)

REQUEST FOR QUOTATION (RFQ) (Services) REQUEST FOR QUOTATION (RFQ) (Services) Dear Sir / Madam: NAME & ADDRESS OF FIRM DATE: January 30, 2017 REFERENCE: UNDP/ RFQ/03/2017 We kindly request you to submit your quotation for a Long Term Agreement

More information

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Date: 21st September 2015 Country: Title: Purpose of the assignment: Project name: Egypt National Consultant This consultancy is two-fold: 1) to develop a procedural

More information

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX 30746 00100 NAIROBI BILLS OF QUANTITIES FOR PROPOSED REFUBISHMENT OF COURTYARD AND DRIVEWAY (PHASE 1) TENDER NO. KICC/27/2017-2018 1 TABLE OF CONTENTS

More information

TERMS OF REFERENCE INSPECTION SERVICES & QUALITY ASSURANCE SERVICES

TERMS OF REFERENCE INSPECTION SERVICES & QUALITY ASSURANCE SERVICES TERMS OF REFERENCE INSPECTION SERVICES & QUALITY ASSURANCE SERVICES Background: UNICEF is one of the United Nations organizations responsible for the protection, development and wellbeing of children and

More information

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

INDIVIDUAL CONSULTANT PROCUREMENT NOTICE * Open only to residents of Asia and Pacific countries * INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Date: 24 November 2014 Agency: UNODC Regional Office for Southeast Asia and the Pacific (ROSEAP) Sub-Programme

More information

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT BIDDING DOCUMENT DEPARTMENT OF GOVERNMENT INFORMATION BID No: DI/PRO/04/19/2016/TEC 05 Bids will be closed at 1100 hours on.01.08.2018

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) NAME & ADDRESS OF FIRM DATE: June 21, 2018 REFERENCE: RFP-PBF/01/2018 Dear Sir / Madam: We kindly request you to submit your Proposal for Independent Lessons Learned Exercise

More information

Procurement of Small Works

Procurement of Small Works STANDARD BIDDING DOCUMENTS Procurement of Small Works The World Bank December 2012 ii This document is subject to copyright. This document may be used and reproduced for non-commercial purposes only. Any

More information

Proposals may be submitted on or before October 25, 2017and via , courier mail or fax to the address below:

Proposals may be submitted on or before October 25, 2017and via  , courier mail or fax to the address below: REQUEST FOR PROPOSAL (RFP) FEASIBILITY STUDY FOR COMMUNITY BASED CAMELS FACILITY IN BOTSWANA NAME & ADDRESS OF FIRM DATE: October 10, 2017 REFERENCE: Feasibility Study for Community Based Camels Facility

More information

United Nations Development Programme Cambodia Office

United Nations Development Programme Cambodia Office REQUEST FOR PROPOSAL TO SELECT AUDIT FIRM FOR AUDIT OF NEX OR NGO PROJECTS United Nations Development Programme Cambodia Office NOTE: WHEN SUBMITTING YOUR BID DOCUMENTS, PLEASE CAREFULLY PLACE THE TECHNICAL

More information

Request for Proposal (RFP) for

Request for Proposal (RFP) for PO Box Amman, Jordan Telephone Facsimile Date: 5 August May 2010 UNITED NATIONS CHILDREN'S FUND (UNICEF) UNICEF Jordan Country Office (AMMAN - JORDAN) Request for Proposal (RFP) for Development of an Advocacy

More information

برنامج األمم المتحدة اإلنمائي/ برنامج مساعدة الشعب الفلسطيني

برنامج األمم المتحدة اإلنمائي/ برنامج مساعدة الشعب الفلسطيني SECTION 1: INSTRUCTIONS TO BIDDERS 4A Yakubi St., Jerusalem, 91191, P.O. Box: 51359 Tel: (972 2) 626 8200 Fax: (972 2) 626 8222 www.undp.ps Page 2 of 67 INSTRUCTIONS TO BIDDERS A. Introduction 1. General:

More information

REQUEST FOR QUOTATION RFQ 028/17

REQUEST FOR QUOTATION RFQ 028/17 REQUEST FOR QUOTATION RFQ 028/17 NAME & ADDRESS OF FIRM DATE: May 19, 2017 REFERENCE: Supply of lighting equipment for capital renovation of kindergarten #160 in Kanaker-Zeytun administrative district

More information

!"#+,,, &+,,, ) 0"12 ),4..-5 )! ! 67 7!6+! "55,345/5.7#5)( )(!)

!#+,,, &+,,, ) 012 ),4..-5 )! ! 67 7!6+! 55,345/5.7#5)( )(!) !"#$$ %&$'$()*!"#+,,,!"#$$%&$ '$()*# $% &+,,,!-( $'.,.,$/#%#$$') ()!0( *%(!+,-# $12$32 # )./ ) 0"12 ),4..-5 )!!'#%)) #! 67 7!6+!668 0"12!!))')!())0"12'!# 2"30"20456.775,0.,35"8755/05"4.0.4.5"925" 4..5"55,345/5.7#5)(

More information

UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/HLP/KBL/2017/154. Title of Work:

UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/HLP/KBL/2017/154. Title of Work: UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/HLP/KBL/2017/154 Title of Work: Production of Training Video: Housing, Land and Property Rights, and Forced Eviction for Housing, Land and

More information

REQUEST FOR PROPOSAL (RFP) THIRD PARTY MONITORING AND DATA COLLECTIONFOR UNDP PROJECTS

REQUEST FOR PROPOSAL (RFP) THIRD PARTY MONITORING AND DATA COLLECTIONFOR UNDP PROJECTS REQUEST FOR PROPOSAL (RFP) THIRD PARTY MONITORING AND DATA COLLECTIONFOR UNDP PROJECTS NAME & ADDRESS OF FIRM DATE: February 6, 2014 REFERENCE: SLE/RFP/2014/002 Dear Sir / Madam: We kindly request you

More information

Procurement of Works & User s Guide

Procurement of Works & User s Guide S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Works & User s Guide The World Bank April 2015 ii This document is subject to copyright. This document may be used and reproduced for non-commercial

More information

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) Tender for Supply and Delivery of 7 No. Tractors Through National Competitive

More information

United Nations Development Programme. UNDP Sudan REFERENCE: RFQ/KRT/GF/12/002 DATE: 12/01/2012

United Nations Development Programme. UNDP Sudan REFERENCE: RFQ/KRT/GF/12/002 DATE: 12/01/2012 NUMBER REFERENCE: RFQ/KRT/GF/12/002 DATE: 12/01/2012 ISSUING OFFICE: UNITED NATION DEVELOPMENT PROGRAMME (UNDP) Procurement Unit, Global Fund Office, Subject: Request for Quotation (RFQ) No. RFQ/KRT/GF/12/0002

More information

RFQ # 3 REQUEST FOR QUOTATION Terms of Reference. Online Media Campaign. Place: Prishtina, Kosovo

RFQ # 3 REQUEST FOR QUOTATION Terms of Reference. Online Media Campaign. Place: Prishtina, Kosovo October 10 th, 2013 RFQ # 3 REQUEST FOR QUOTATION Terms of Reference Online Media Campaign Date: 25 th November 10 th December 2013 Place: Prishtina, Kosovo Title: Supported by: Organized by: Online Media

More information

* Open only to residents of Asia and Pacific countries * INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

* Open only to residents of Asia and Pacific countries * INDIVIDUAL CONSULTANT PROCUREMENT NOTICE * Open only to residents of Asia and Pacific countries * INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Date: 08 April 2015 Agency: UNODC Regional Office for Southeast Asia and the Pacific (ROSEAP) Sub-Programme

More information

REQUEST FOR PROPOSAL (RFP) (For Low-Valued Services)

REQUEST FOR PROPOSAL (RFP) (For Low-Valued Services) REQUEST FOR PROPOSAL (RFP) (For Low-Valued Services) Dear Sir / Madam: We kindly request you to submit your Proposal for Services for the UNDP Report Team to guidance report and Web based toolkit for Inclusive

More information

REQUEST FOR QUOTATION (RFQ) Provision of Fuel for UNDP vehicles, Erbil-Iraq

REQUEST FOR QUOTATION (RFQ) Provision of Fuel for UNDP vehicles, Erbil-Iraq REQUEST FOR QUOTATION (RFQ) Provision of Fuel for UNDP vehicles, Erbil-Iraq To All Bidders DATE: December 31, 2017 REFERENCE: RFQ505/17 Dear Sir / Madam: We kindly request you to submit your quotation

More information