Početna stranica

tel. + 381 11 2833-829

Predmet tendera:

Detaljan projekat obnove mostova u nizvodno na reci Gračanici

Partije (lotovi):

Detaljan projekat obnove mostova u nizvodno na reci Gračanici

Mesto:Crna Gora, Podgorica
Datum objave:26.08.2020
Rok:15.09.2020 - (rok je istekao) - Pogledajte slične aktuelne nabavke
Oblast:

Projektovanje. Arhitektura. Urbanizam. Mostogradnja. Vodoprivreda. Hidrogradnja. Brane. Ustave. Kanali za navodnjavanje i odvodnjavanje. Ciscenje recnih korita.

Naručilac:UNITED NATIONS DEVELOPMENT PROGRAMME
Tekst javne nabavke - tendera:UNDP

RFP 029/20 Detailed Design For Bridges Reconstruction In Downstream Gracanica

River

Detaljan projekat obnove mostova u nizvodno na reci Gračanici

Reference: RFP 29-20

Beneficiary country(ies): Montenegro

Registration level: Basic

Published on: 26-Aug-2020

Deadline on: 15-Sep-2020 00:00 (GMT 2.00) Brussels, Copenhagen, Madrid, Paris

Description

RFP 029/20 Detailed Design For Bridges Reconstruction In Dovvnstream Gracanica River -

UNDP

RFP 029/20 Detailed Design For Bridges Reconstruction In Downstream Gracanica

River gggggj

Reference: RFP 29-20

Beneficiary country(ies): Montenegro

Registration level: Basic

Published on: 26-Aug-2020

Deadline on: 15-Sep-2020 00:00 (GMT 2.00) Brussels, Copenhagen, Madrid, Paris

Description

RFP 029/20 Detailed Design For Bridges Reconstruction In Dovvnstream Gracanica River -

United Nations Development Programme

/

REQUEST FOR PROPOSAL

DETAILED DESIGN FOR BRIDGES RECONSTRUCTION IN DOWNSTREAM GRACANICA RIVER

RFP No.: 29-20

Project: Integrated climate-resilient transboundary flood risk management in the Drin River basin in the Western Balkans

Country: Montenegro

Issued on: 24 August 2020

/ Contents /

SECTION 1. LETTER OF INVITATION / 3

SECTION 2. INSTRUCTION TO BIDDERS / 3

A. / GENERAL PROVISIONS / 3

1. / Introduction / 3

2. / Fraud & Corruption, Gifts and Hospitality / 3

3. / Eligibility / 3

4. / Conflict of Interests / 3

B. / PREPARATION OF PROPOSALS / 3

5. / General Considerations / 3

6. / Cost of Preparation of Proposal / 3

7. / Language / 3

8. / Documents Comprising the Proposal / 3

9. / Documents Establishing the Eligibility and Qualifications of the Bidder / 3

10. / Technical Proposal Format and Content / 3

11. / Financial Proposals / 3

12. / Proposal Security / 3

13. / Currencies / 3

14. / Joint Venture, Consortium or Association / 3

15. / Only One Proposal / 3

16. / Proposal Validity Period / 3

17. / Extension of Proposal Validity Period / 3

18. / Clarification of Proposal / 3

19. / Amendment of Proposals / 3

20. / Alternative Proposals / 3

21. / Pre-Bid Conference / 3

C. / SUBMISSION AND OPENING OF PROPOSALS / 3

22. / Submission / 3

23. / Deadline for Submission of Proposals and Late Proposals / 3

24. / Withdrawal, Substitution, and Modification of Proposals / 3

25. / Proposal Opening / 3

D. / EVALUATION OF PROPOSALS / 3

26. / Confidentiality / 3

27. / Evaluation of Proposals / 3

28. / Preliminary Examination / 3

29. / Evaluation of Eligibility and Qualification / 3

30. / Evaluation of Technical and Financial Proposals / 3

31. / Due Diligence / 3

32. / Clarification of Proposals / 3

33. / Responsiveness of Proposal / 3

34. / Nonconformities, Reparable Errors and Omissions / 3

E. / AWARD OF CONTRACT / 3

35. / Right to Accept, Reject, Any or All Proposals / 3

36. / Award Criteria / 3

37. / Debriefing / 3

38. / Right to Vary Requirements at the Time of Award / 3

39. / Contract Signature / 3

40. / Contract Type and General Terms and Conditions / 3

41. / Performance Security / 3

42. / Bank Guarantee for Advanced Payment / 3

43. / Liquidated Damages / 3

44. / Payment Provisions / 3

45. / Vendor Protest / 3

46. / Other Provisions / 3

SECTION 3. BID DATA SHEET / 3

SECTION 4. EVALUATION CRITERIA / 3

SECTION 5. TERMS OF REFERENCE / 3

1. / DESCRIPTION OF PROJECT AND BACKGROUND OF ACTIVITIES PLANNED / 3

2. / OBJECTIVE OF TERMS OF REFERENCE / 3

3. / SUBJECT MATTER AND PROJECT REQUIREMENTS / 3

4. / GENERAL CHARACTERISTICS OF SUBJECT AREA / 3

5. / DESCRIPTION OF THE EXISTING CONDITIONS OF GRAČANICA RIVER AND ITS RIVER BASIN / 3

6. / EXISTING PROJECT DOCUMENTATION AND ACTIVITIES CARRIED OUT ON FLOOD PROTECTION ON THE GRAČANICA RIVER / 3

7. / PREPARATION OF PROJECT DESIGN / 3

8. / CONTENT OF PROJECT DESIGN DOCUMENT / 3

9. / ENVIRONMENTAL SAFEGUARDS / 3

10. / SOCIAL SAFEGUARDS / 3

11. / ENVIRONMENTAL AND SOCIAL SCREENING / 3

12. / OPERATING AND MAINTENANCE PLAN / 3

13. / REQUIRED STAFF QUALIFICATIONS AND DESIGN PREPARATION DEADLINE / 3

14. / DELIVERABLES OF PROJECT DOCUMENTATION / 3

15. / ANNEXES / 3

SECTION 6: RETURNABLE BIDDING FORMS / CHECKLIST / 3

FORM A: TECHNICAL PROPOSAL SUBMISSION FORM / 3

FORM B: BIDDER INFORMATION FORM / 3

FORM C: JOINT VENTURE/CONSORTIUM/ASSOCIATION INFORMATION FORM / 3

FORM D: QUALIFICATION FORM / 3

FORM E: FORMAT OF TECHNICAL PROPOSAL / 3

FORM F: FINANCIAL PROPOSAL SUBMISSION FORM / 3

FORM G: FINANCIAL PROPOSAL FORM / 3

FORM H: FORM OF PROPOSAL SECURITY / 3

Section 1. Letter of Invitation

The United Nations Development Programme (UNDP) hereby invites you to submit a Proposal to this Request for Proposal (RFP) for the above-referenced subject.

This RFP includes the following documents and the General Terms and Conditions of Contract which is inserted in the Bid Data Sheet (BDS):

/ Section 1: This Letter of Invitation

Section 2: Instruction to Bidders

Section 3: Bid Data Sheet (BDS)

Section 4: Evaluation Criteria

Section 5: Terms of Reference

Section 6: Returnable Bidding Forms

o / Form A: Technical Proposal Submission Form

o / Form B: Bidder Information Form

o / Form C: Joint Venture/Consortium/Association Information Form

o / Form D: Qualification Form

o / Form E: Format of Technical Proposal

o / Form F: Financial Proposal Submission Form

o / Form G: Financial Proposal Form

o / Form H: Form of Proposal Security

If you are interested in submitting a Proposal in response to this RFP, please prepare your Proposal in accordance with the requirements and procedure as set out in this RFP and submit it by the Deadline for Submission of Proposals set out in Bid Data Sheet.

You may acknowledge receipt of this RFP by sending an email to procurement.me@undp.org, indicating whether you intend to submit a Proposal or otherwise. You may also utilize the “Accept Invitation” function in eTendering system, where applicable. This will enable you to receive amendments or updates to the RFP. Should you require further clarifications, kindly communicate with the contact person/s identified in the attached Bid Data Sheet as the focal point for queries on this RFP.

UNDP looks forward to receiving your Proposal and thank you in advance for your interest in UNDP procurement opportunities.

Issued by: / / / / / / Approved by:

____________________________ / / / / ____________________________ /

Name: Mirko Bracanovic

Title: Procurement Associate

Date: August 24, 2020 / Name: Miodrag Dragisic

Title: Assistant RR

Date: August 24, 2020

/ / / / /

Section 2. Instruction to Bidders

A. / GENERAL PROVISIONS

1. / Introduction / 1.1 / Bidders shall adhere to all the requirements of this RFP, including any amendments in writing by UNDP. This RFP is conducted in accordance with the UNDP Programme and Operations Policies and Procedures (POPP) on Contracts and Procurement which can be accessed at https://popp.undp.org/SitePages/POPPBSUnit.aspx?TermID=254a9f96-b883-476a-8ef8-e81f93a2b38d

1.2 / Any Proposal submitted will be regarded as an offer by the Bidder and does not constitute or imply the acceptance of the Proposal by UNDP. UNDP is under no obligation to award a contract to any Bidder as a result of this RFP.

1.3 / As part of the bid, it is desired that the Bidder registers at the United Nations Global Marketplace (UNGM) website (www.ungm.org). The Bidder may still submit a bid even if not registered with the UNGM. However, if the Bidder is selected for contract award, the Bidder must register on the UNGM prior to contract signature.

2. / Fraud & Corruption,

Gifts and Hospitality

/ 2.1 / UNDP strictly enforces a policy of zero tolerance on proscribed practices, including fraud, corruption, collusion, unethical or unprofessional practices, and obstruction of UNDP vendors and requires all bidders/vendors observe the highest standard of ethics during the procurement process and contract implementation. UNDP’s Anti-Fraud Policy can be found at http://www.undp.org/content/undp/en/home/operations/accountability/audit/office_of_audit_andinvestigation.html#anti

2.2 / Bidders/vendors shall not offer gifts or hospitality of any kind to UNDP staff members including recreational trips to sporting or cultural events, theme parks or offers of holidays, transportation, or invitations to extravagant lunches or dinners.

2.3 / In pursuance of this policy, UNDP

(a) Shall reject a proposal if it determines that the selected bidder has engaged in any corrupt or fraudulent practices in competing for the contract in question;

(b) Shall declare a vendor ineligible, either indefinitely or for a stated period of time, to be awarded a contract if at any time it determines that the vendor has engaged in any corrupt or fraudulent practices in competing for, or in executing a UNDP contract.

2.4 / All Bidders must adhere to the UN Supplier Code of Conduct, which may be found at http://www.un.org/depts/ptd/pdf/conduct_english.pdf

3. / Eligibility / 3.1 / A vendor should not be suspended, debarred, or otherwise identified as ineligible by any UN Organization or the World Bank Group or any other international Organization. Vendors are therefore required to disclose to UNDP whether they are subject to any sanction or temporary suspension imposed by these organizations.

3.2 / It is the Bidder’s responsibility to ensure that its employees, joint venture members, sub-contractors, service providers, suppliers and/or their employees meet the eligibility requirements as established by UNDP.

4. / Conflict of Interests / 4.1 / Bidders must strictly avoid conflicts with other assignments or their own interests, and act without consideration for future work. Bidders found to have a conflict of interest shall be disqualified. Without limitation on the generality of the above, Bidders, and any of their affiliates, shall be considered to have a conflict of interest with one or more parties in this solicitation process, if they:

a) / Are or have been associated in the past, with a firm or any of its affiliates which have been engaged by UNDP to provide services for the preparation of the design, specifications, Terms of Reference, cost analysis/estimation, and other documents to be used for the procurement of the goods and services in this selection process;

b) / Were involved in the preparation and/or design of the programme/project related to the services requested under this RFP; or

c) / Are found to be in conflict for any other reason, as may be established by, or at the discretion of UNDP.

4.2 / In the event of any uncertainty in the interpretation of a potential conflict of interest, Bidders must disclose to UNDP, and seek UNDP’s confirmation on whether or not such a conflict exists.

4.3 / Similarly, the Bidders must disclose in their proposal their knowledge of the following:

a) / If the owners, part-owners, officers, directors, controlling shareholders, of the bidding entity or key personnel are family members of UNDP staff involved in the procurement functions and/or the Government of the country or any Implementing Partner receiving services under this RFP; and

b) / All other circumstances that could potentially lead to actual or perceived conflict of interest, collusion or unfair competition practices.

Failure to disclose such an information may result in the rejection of the proposal or proposals affected by the non-disclosure.

4.4 / The eligibility of Bidders that are wholly or partly owned by the Government shall be subject to UNDP’s further evaluation and review of various factors such as being registered, operated and managed as an independent business entity, the extent of Government ownership/share, receipt of subsidies, mandate and access to information in relation to this RFP, among others. Conditions that may lead to undue advantage against other Bidders may result in the eventual rejection of the Proposal.

B. / PREPARATION OF PROPOSALS

5. / General Considerations / 5.1 / In preparing the Proposal, the Bidder is expected to examine the RFP in detail. Material deficiencies in providing the information requested in the RFP may result in rejection of the Proposal.

5.2 / The Bidder will not be permitted to take advantage of any errors or omissions in the RFP. Should such errors or omissions be discovered, the Bidder must notify the UNDP

6. / Cost of Preparation of Proposal / 6.1 / The Bidder shall bear any and all costs related to the preparation and/or submission of the Proposal, regardless of whether its Proposal was selected or not. UNDP shall not be responsible or liable for those costs, regardless of the conduct or outcome of the procurement process.

7. / Language / 7.1 / The Proposal, as well as any and all related correspondence exchanged by the Bidder and UNDP, shall be written in the language (s) specified in the BDS.

8. / Documents Comprising the Proposal / 8.1 / The Proposal shall comprise of the following documents:

a) / Documents Establishing the Eligibility and Qualifications of the Bidder;

b) / Technical Proposal;

c) / Financial Proposal;

d) / Proposal Security, if required by BDS;

e) / Any attachments and/or appendices to the Proposal.

9. / Documents Establishing the Eligibility and Qualifications of the Bidder / 9.1 / The Bidder shall furnish documentary evidence of its status as an eligible and qualified vendor, using the Forms provided under Section 6 and providing documents required in those forms. In order to award a contract to a Bidder, its qualifications must be documented to UNDP’s satisfaction.

10. / Technical Proposal Format and Content / 10.1 / The Bidder is required to submit a Technical Proposal using the Standard Forms and templates provided in Section 6 of the RFP.

10.2 / The Technical Proposal shall not include any price or financial information. A Technical Proposal containing material financial information may be declared non-responsive.

10.3 / Samples of items, when required as per Section 5, shall be provided within the time specified and unless otherwise specified by UNDP, and at no expense to UNDP

10.4 / When applicable and required as per Section 5, the Bidder shall describe the necessary training programme available for the maintenance and operation of the services and/or equipment offered as well as the cost to the UNDP. Unless otherwise specified, such training as well as training materials shall be provided in the language of the Bid as specified in the BDS.

11. / Financial Proposals / 11.1 / The Financial Proposal shall be prepared using the Standard Form provided in Section 6 of the RFP. It shall list all major cost components associated with the services, and the detailed breakdown of such costs.

11.2 / Any output and activities described in the Technical Proposal but not priced in the Financial Proposal, shall be assumed to be included in the prices of other activities or items, as well as in the final total price.

11.3 / Prices and other financial information must not be disclosed in any other place except in the financial proposal.

12. / Proposal Security / 12.1 / A Proposal Security, if required by BDS, shall be provided in the amount and form indicated in the BDS. The Proposal Security shall be valid up to thirty (30) days after the final date of validity of the Proposal.

12.2 / The Proposal Security shall be included along with the Technical Proposal. If Proposal Security is required by the RFP but is not found along with the Technical Proposal, the Proposal shall be rejected.

12.3 / If the Proposal Security amount or its validity period is found to be less than what is required by UNDP, UNDP shall reject the Proposal.

12.4 / In the event an electronic submission is allowed in the BDS, Bidders shall include a copy of the Bid Security in their proposal and the original of the Proposal Security must be sent via courier or hand delivery as per the instructions in BDS.

12.5 / The Proposal Security may be forfeited by UNDP, and the Proposal rejected, in the event of any one or combination, of the following conditions:

a) / If the Bidder withdraws its offer during the period of the Proposal Validity specified in the BDS, or;

b) / In the event that the successful Bidder fails:

i. / to sign the Contract after UNDP has issued an award; or

12.6 / to furnish the Performance Security, insurances, or other documents that UNDP may require as a condition precedent to the effectivity of the contract that may be awarded to the Bidder.

13. / Currencies / 13.1 / All prices shall be quoted in the currency or currencies indicated in the BDS. Where Proposals are quoted in different currencies, for the purposes of comparison of all Proposals:

a) / UNDP will convert the currency quoted in the Proposal into the UNDP preferred currency, in accordance with the prevailing UN operational rate of exchange on the last day of submission of Proposals; and

b) / In the event that UNDP selects a proposal for award that is quoted in a currency different from the preferred currency in the BDS, UNDP shall reserve the right to award the contract in the currency of UNDP’s preference, using the conversion method specified above.

14. / Joint Venture, Consortium or Association / 14.1 / If the Bidder is a group of legal entities that will form or have formed a Joint Venture (JV), Consortium or Association for the Proposal, they shall confirm in their Proposal that : (i) they have designated one party to act as a lead entity, duly vested with authority to legally bind the members of the JV, Consortium or Association jointly and severally, which shall be evidenced by a duly notarized Agreement among the legal entities, and submitted with the Proposal; and (ii) if they are awarded the contract, the contract shall be entered into, by and between UNDP and the designated lead entity, who shall be acting for and on behalf of all the member entities comprising the joint venture.

14.2 / After the Deadline for Submission of Proposal, the lead entity identified to represent the JV, Consortium or Association shall not be altered without the prior written consent of UNDP.

14.3 / The lead entity and the member entities of the JV, Consortium or Association shall abide by the provisions of Clause 9 herein in respect of submitting only one proposal.

14.4 / The description of the organization of the JV, Consortium or Association must clearly define the expected role of each of the entity in the joint venture in delivering the requirements of the RFP, both in the Proposal and the JV, Consortium or Association Agreement. All entities that comprise the JV, Consortium or Association shall be subject to the eligibility and qualification assessment by UNDP.

14.5 / A JV, Consortium or Association in presenting its track record and experience should clearly differentiate between:

a) / Those that were undertaken together by the JV, Consortium or Association; and

b) / Those that were undertaken by the individual entities of the JV, Consortium or Association.

14.6 / Previous contracts completed by individual experts working privately but who are permanently or were temporarily associated with any of the member firms cannot be claimed as the experience of the JV, Consortium or Association or those of its members, but should only be claimed by the individual experts themselves in their presentation of their individual credentials.

14.7 / JV, Consortium or Associations are encouraged for high value, multi-sectoral requirements when the spectrum of expertise and resources required may not be available within one firm.

15. / Only One Proposal / 15.1 / The Bidder (including the individual members of any Joint Venture) shall submit only one Proposal, either in its own name or as part of a Joint Venture.

15.2 / Proposals submitted by two (2) or more Bidders shall all be rejected if they are found to have any of the following:

a) / they have at least one controlling partner, director or shareholder in common; or

b) / any one of them receive or have received any direct or indirect subsidy from the other/s; or

c) / they have the same legal representative for purposes of this RFP; or

d) / they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about, or influence on the Proposal of, another Bidder regarding this RFP process;

e) / they are subcontractors to each other’s Proposal, or a subcontractor to one Proposal also submits another Proposal under its name as lead Bidder; or

f) / some key personnel proposed to be in the team of one Bidder participates in more than one Proposal received for this RFP process. This condition relating to the personnel, does not apply to subcontractors being included in more than one Proposal.

16. / Proposal Validity Period / 16.1 / Proposals shall remain valid for the period specified in the BDS, commencing on the Deadline for Submission of Proposals. A Proposal valid for a shorter period may be rejected by UNDP and rendered non-responsive.

16.2 / During the Proposal validity period, the Bidder shall maintain its original Proposal without any change, including the availability of the Key Personnel, the proposed rates and the total price.

17. / Extension of Proposal Validity Period / 17.1 / In exceptional circumstances, prior to the expiration of the proposal validity period, UNDP may request Bidders to extend the period of validity of their Proposals. The request and the responses shall be made in writing, and shall be considered integral to the Proposal.

17.2 / If the Bidder agrees to extend the validity of its Proposal, it shall be done without any change in the original Proposal.

17.3 / The Bidder has the right to refuse to extend the validity of its Proposal, and in which case, such Proposal will not be further evaluated.

18. / Clarification of Proposal

/ 18.1 / Bidders may request clarifications on any of the RFP documents no later than the date indicated in the BDS. Any request for clarification must be sent in writing in the manner indicated in the BDS. If inquiries are sent other than specified channel, even if they are sent to a UNDP staff member, UNDP shall have no obligation to respond or confirm that the query was officially received.

18.2 / UNDP will provide the responses to clarifications through the method specified in the BDS.

18.3 / UNDP shall endeavor to provide responses to clarifications in an expeditious manner, but any delay in such response shall not cause an obligation on the part of UNDP to extend the submission date of the Proposals, unless UNDP deems that such an extension is justified and necessary.

19. / Amendment of Proposals

/ 19.1 / At any time prior to the deadline of Proposal submission, UNDP may for any reason, such as in response to a clarification requested by a Bidder, modify the RFP in the form of an amendment to the RFP. Amendments will be made available to all prospective bidders.

19.2 / If the amendment is substantial, UNDP may extend the Deadline for submission of proposal to give the Bidders reasonable time to incorporate the amendment into their Proposals.

20. / Alternative Proposals / 20.1 / Unless otherwise specified in the BDS, alternative proposals shall not be considered. If submission of alternative proposal is allowed by BDS, a Bidder may submit an alternative proposal, but only if it also submits a proposal conforming to the RFP requirements. UNDP shall only consider the alternative proposal offered by the Bidder whose conforming proposal ranked the highest as per the specified evaluation method. Where the conditions for its acceptance are met, or justifications are clearly established, UNDP reserves the right to award a contract based on an alternative proposal.

20.2 / If multiple/alternative proposals are being submitted, they must be clearly marked as “Main Proposal” and “Alternative Proposal”

21. / Pre-Bid Conference / 21.1 / When appropriate, a Bidder’s conference will be conducted at the date, time and location specified in the BDS. All Bidders are encouraged to attend. Non-attendance, however, shall not result in disqualification of an interested Bidder. Minutes of the Bidder’s conference will be disseminated on the procurement website and shared by email or on the e-Tendering platform as specified in the BDS. No verbal statement made during the conference shall modify the terms and conditions of the RFP, unless specifically incorporated in the Minutes of the Bidder’s Conference or issued/posted as an amendment to RFP.

C. / SUBMISSION AND OPENING OF PROPOSALS

22. / Submission

/ 22.1 / The Bidder shall submit a duly signed and complete Proposal comprising the documents and forms in accordance with the requirements in the BDS. The submission shall be in the manner specified in the BDS.

22.2 / The Proposal shall be signed by the Bidder or person(s) duly authorized to commit the Bidder. The authorization shall be communicated through a document evidencing such authorization issued by the legal representative of the bidding entity, or a Power of Attorney, accompanying the Proposal.

22.3 / Bidders must be aware that the mere act of submission of a Proposal, in and of itself, implies that the Bidder fully accepts the UNDP General Contract Terms and Conditions.

Hard copy (manual) submission

Email Submission

eTendering submission

/ 22.4 / Hard copy (manual) submission by courier or hand delivery allowed or specified in the BDS shall be governed as follows:

a) / The signed Proposal shall be marked “Original”, and its copies marked “Copy” as appropriate. The number of copies is indicated in the BDS. All copies shall be made from the signed original only. If there are discrepancies between the original and the copies, the original shall prevail.

b) / The Technical Proposal and the Financial Proposal envelopes MUST BE COMPLETELY SEPARATE and each of them must be submitted sealed individually and clearly marked on the outside as either “TECHNICAL PROPOSAL” or “FINANCIAL PROPOSAL”, as appropriate. Each envelope SHALL clearly indicate the name of the Bidder. The outer envelopes shall:

i. Bear the name and address of the bidder;

ii. Be addressed to UNDP as specified in the BDS

iii. / Bear a warning that states “Not to be opened before the time and date for proposal opening” as specified in the BDS.

If the envelopes and packages with the Proposal are not sealed and marked as required, UNDP shall assume no responsibility for the misplacement, loss, or premature opening of the Proposal.

22.5 / Email submission, if allowed or specified in the BDS, shall be governed as follows:

a) / Electronic files that form part of the proposal must be in accordance with the format and requirements indicated in BDS;

b) / The Technical Proposal and the Financial Proposal files MUST BE COMPLETELY SEPARATE. The financial proposal shall be encrypted with different passwords and clearly labelled. The files must be sent to the dedicated email address specified in the BDS.

c) / The password for opening the Financial Proposal should be provided only upon request of UNDP. UNDP will request password only from bidders whose Technical Proposal has been found to be technically responsive. Failure to provide correct password may result in the proposal being rejected.

22.6 / Electronic submission through eTendering, if allowed or specified in the BDS, shall be governed as follows:

a) / Electronic files that form part of the proposal must be in accordance with the format and requirements indicated in BDS;

b) / The Technical Proposal and the Financial Proposal files MUST BE COMPLETELY SEPARATE and each of them must be uploaded individually and clearly labelled.

d) / The Financial Proposal file must be encrypted with a password so that it cannot be opened nor viewed until the password is provided. The password for opening the Financial Proposal should be provided only upon request of UNDP. UNDP will request password only from bidders whose technical proposal has been found to be technically responsive. Failure to provide the correct password may result in the proposal being rejected.

c) / Documents which are required to be in original form (e.g. Bid Security, etc.) must be sent via courier or hand delivery as per the instructions in BDS.

d) / Detailed instructions on how to submit, modify or cancel a bid in the eTendering system are provided in the eTendering system Bidder User Guide and Instructional videos available on this link: http://www.undp.org/content/undp/en/home/operations/procurement/business/procurement-notices/resources/

23. / Deadline for Submission of Proposals and Late Proposals / 23.1 / Complete Proposals must be received by UNDP in the manner, and no later than the date and time, specified in the BDS. UNDP shall only recognize the date and time that the bid was received by UNDP

23.2 / UNDP shall not consider any Proposal that is submitted after the deadline for the submission of Proposals.

24. / Withdrawal, Substitution, and Modification of Proposals / 24.1 / A Bidder may withdraw, substitute or modify its Proposal after it has been submitted at any time prior to the deadline for submission.

24.2 / Manual and Email submissions: A bidder may withdraw, substitute or modify its Proposal by sending a written notice to UNDP, duly signed by an authorized representative, and shall include a copy of the authorization (or a Power of Attorney). The corresponding substitution or modification of the Proposal, if any, must accompany the respective written notice. All notices must be submitted in the same manner as specified for submission of proposals, by clearly marking them as “WITHDRAWAL” “SUBSTITUTION,” or “MODIFICATION”

24.3 / eTendering: A Bidder may withdraw, substitute or modify its Proposal by Canceling, Editing, and re-submitting the proposal directly in the system. It is the responsibility of the Bidder to properly follow the system instructions, duly edit and submit a substitution or modification of the Proposal as needed. Detailed instructions on how to cancel or modify a Proposal directly in the system are provided in Bidder User Guide and Instructional videos.

24.4 / Proposals requested to be withdrawn shall be returned unopened to the Bidders (only for manual submissions), except if the bid is withdrawn after the bid has been opened

25. / Proposal Opening / / 25.1 / There is no public bid opening for RFPs. UNDP shall open the Proposals in the presence of an ad-hoc committee formed by UNDP, consisting of at least two (2) members. In the case of e-Tendering submission, bidders will receive an automatic notification once their proposal is opened.

D. / EVALUATION OF PROPOSALS

26. / Confidentiality / 26.1 / Information relating to the examination, evaluation, and comparison of Proposals, and the recommendation of contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process, even after publication of the contract award.

26.2 / Any effort by a Bidder or anyone on behalf of the Bidder to influence UNDP in the examination, evaluation and comparison of the Proposals or contract award decisions may, at UNDP’s decision, result in the rejection of its Proposal and may be subject to the application of prevailing UNDP’s vendor sanctions procedures.

27. / Evaluation of Proposals / 27.1 / The Bidder is not permitted to alter or modify its Proposal in any way after the proposal submission deadline except as permitted under Clause 24 of this RFP. UNDP will conduct the evaluation solely on the basis of the submitted Technical and Financial Proposals.

27.2 / Evaluation of proposals is made of the following steps:

a) / Preliminary Examination

b) / Minimum Eligibility and Qualification (if pre-qualification is not done)

c) / Evaluation of Technical Proposals

d) / Evaluation of Financial Proposals

28. / Preliminary Examination / 28.1 / UNDP shall examine the Proposals to determine whether they are complete with respect to minimum documentary requirements, whether the documents have been properly signed, and whether the Proposals are generally in order, among other indicators that may be used at this stage. UNDP reserves the right to reject any Proposal at this stage.

29. / Evaluation of Eligibility and Qualification / 29.1 / Eligibility and Qualification of the Bidder will be evaluated against the Minimum Eligibility/Qualification requirements specified in the Section 4 (Evaluation Criteria).

29.2 / In general terms, vendors that meet the following criteria may be considered qualified:

a) / They are not included in the UN Security Council 1267/1989 Committees list of terrorists and terrorist financiers, and in UNDP’s ineligible vendors’ list;

b) / They have a good financial standing and have access to adequate financial resources to perform the contract and all existing commercial commitments,

c) / They have the necessary similar experience, technical expertise, production capacity where applicable, quality certifications, quality assurance procedures and other resources applicable to the provision of the services required;

d) / They are able to comply fully with UNDP General Terms and Conditions of Contract;

e) / They do not have a consistent history of court/arbitral award decisions against the Bidder; and

f) / They have a record of timely and satisfactory performance with their clients.

30. / Evaluation of Technical and Financial Proposals

/ 30.1 / The evaluation team shall review and evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference and other RFP documents, applying the evaluation criteria, sub-criteria, and point system specified in the Section 4 (Evaluation Criteria). A Proposal shall be rendered non-responsive at the technical evaluation stage if it fails to achieve the minimum technical score indicated in the BDS. When necessary and if stated in the BDS, UNDP may invite technically responsive bidders for a presentation related to their technical proposals. The conditions for the presentation shall be provided in the bid document where required.

30.2 / In the second stage, only the Financial Proposals of those Bidders who achieve the minimum technical score will be opened for evaluation. The Financial Proposals corresponding to Technical Proposals that were rendered non-responsive shall remain unopened, and, in the case of manual submission, be returned to the Bidder unopened. For emailed Proposals and e-tendering submissions, UNDP will not request for the password of the Financial Proposals of bidders whose Technical Proposal were found not responsive.

30.3 / The evaluation method that applies for this RFP shall be as indicated in the BDS, which may be either of two (2) possible methods, as follows: (a) the lowest priced method which selects the lowest evaluated financial proposal of the technically responsive Bidders; or (b) the combined scoring method which will be based on a combination of the technical and financial score.

30.4 / When the BDS specifies a combined scoring method, the formula for the rating of the Proposals will be as follows:

Rating the Technical Proposal (TP):

/ TP Rating = (Total Score Obtained by the Offer / Max. Obtainable Score for TP) x 100

Rating the Financial Proposal (FP):

/ FP Rating = (Lowest Priced Offer / Price of the Offer Being Reviewed) x 100

Total Combined Score:

Combined Score = (TP Rating) x (Weight of TP, e.g. 70%) + (FP Rating) x (Weight of FP, e.g., 30%)

31. / Due Diligence / 31.1 / UNDP reserves the right to undertake a due diligence exercise, also called post qualification, aimed at determining to its satisfaction, the validity of the information provided by the Bidder. Such exercise shall be fully documented and may include, but need not be limited to, all or any combination of the following:

a) / Verification of accuracy, correctness and authenticity of information provided by the Bidder;

b) / Validation of extent of compliance to the RFP requirements and evaluation criteria based on what has so far been found by the evaluation team;

c) / Inquiry and reference checking with Government entities with jurisdiction on the Bidder, or with previous clients, or any other entity that may have done business with the Bidder;

d) / Inquiry and reference checking with previous clients on the performance on on-going or contracts completed, including physical inspections of previous works, as necessary;

e) / Physical inspection of the Bidder’s offices, branches or other places where business transpires, with or without notice to the Bidder;

f) / Other means that UNDP may deem appropriate, at any stage within the selection process, prior to awarding the contract.

32. / Clarification of Proposals / 32.1 / To assist in the examination, evaluation and comparison of Proposals, UNDP may, at its discretion, ask any Bidder for a clarification of its Proposal.

32.2 / UNDP’s request for clarification and the response shall be in writing and no change in the prices or substance of the Proposal shall be sought, offered, or permitted, except to provide clarification, and confirm the correction of any arithmetic errors discovered by UNDP in the evaluation of the Proposals, in accordance with RFP.

32.3 / Any unsolicited clarification submitted by a Bidder in respect to its Proposal, which is not a response to a request by UNDP, shall not be considered during the review and evaluation of the Proposals.

33. / Responsiveness of Proposal / 33.1 / UNDP’s determination of a Proposal’s responsiveness will be based on the contents of the Proposal itself. A substantially responsive Proposal is one that conforms to all the terms, conditions, TOR and other requirements of the RFP without material deviation, reservation, or omission.

33.2 / If a Proposal is not substantially responsive, it shall be rejected by UNDP and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission.

34. / Nonconformities, Reparable Errors and Omissions / 34.1 / Provided that a Proposal is substantially responsive, UNDP may waive any non-conformities or omissions in the Proposal that, in the opinion of UNDP, do not constitute a material deviation.

34.2 / UNDP may request the Bidder to submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions in the Proposal related to documentation requirements. Such omission shall not be related to any aspect of the price of the Proposal. Failure of the Bidder to comply with the request may result in the rejection of its Proposal.

34.3 / For Financial Proposal that has been opened, UNDP shall check and correct arithmetical errors as follows:

a) / if there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion of UNDP there is an obvious misplacement of the decimal point in the unit price; in which case the line item total as quoted shall govern and the unit price shall be corrected;

b) / if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

c) / if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail.

34.4 / If the Bidder does not accept the correction of errors made by UNDP, its Proposal shall be rejected.

E. / AWARD OF CONTRACT

35. / Right to Accept, Reject, Any or All Proposals / 35.1 / UNDP reserves the right to accept or reject any Proposal, to render any or all of the Proposals as non-responsive, and to reject all Proposals at any time prior to award of contract, without incurring any liability, or obligation to inform the affected Bidder(s) of the grounds for UNDP’s action. UNDP shall not be obliged to award the contract to the lowest priced offer.

36. / Award Criteria / 36.1 / Prior to expiration of the proposal validity, UNDP shall award the contract to the qualified Bidder based on the award criteria indicated in the BDS.

37. / Debriefing / 37.1 / In the event that a Bidder is unsuccessful, the Bidder may request a debriefing from UNDP. The purpose of the debriefing is to discuss the strengths and weaknesses of the Bidder’s submission, in order to assist the Bidder in improving its future proposals for UNDP procurement opportunities. The content of other proposals and how they compare to the Bidder’s submission shall not be discussed.

38. / Right to Vary Requirements at the Time of Award / 38.1 / At the time of award of Contract, UNDP reserves the right to vary the quantity of services and/or goods, by up to a maximum twenty-five per cent (25%) of the total offer, without any change in the unit price or other terms and conditions.

39. / Contract Signature / 39.1 / Within fifteen (15) days from the date of receipt of the Contract, the successful Bidder shall sign and date the Contract and return it to UNDP. Failure to do so may constitute sufficient grounds for the annulment of the award, and forfeiture of the Proposal Security, if any, and on which event, UNDP may award the Contract to the Second Ranked Bidder or call for new Proposals.

40. / Contract Type and General Terms and Conditions / 40.1 / The types of Contract to be signed and the applicable UNDP Contract General Terms and Conditions, as specified in BDS, can be accessed at http://www.undp.org/content/undp/en/home/procurement/business/how-we-buy.html

41. / Performance Security / 41.1 / 40.1 A performance security, if required in BDS, shall be provided in the amount specified in BDS and form available at

https://popp.undp.org/_layouts/15/WopiFrame.aspx?sourcedoc=/UNDP_POPP_DOCUMENT_LIBRARY/Public/PSU_Solicitation_Performance%20Guarantee%20Form.docx&action=default within fifteen (15) days of the contract signature by both parties. Where a performance security is required, the receipt of the performance security by UNDP shall be a condition for rendering the contract effective.

42. / Bank Guarantee for Advanced Payment / 42.1 / Except when the interests of UNDP so require, it is UNDP’s preference to make no advance payment(s) (i.e., payments without having received any outputs). If an advance payment is allowed as per BDS, and exceeds 20% of the total contract price, or USD 30,000, whichever is less, the Bidder shall submit a Bank Guarantee in the full amount of the advance payment in the form available at https://popp.undp.org/_layouts/15/WopiFrame.aspx?sourcedoc=/UNDP_POPP_DOCUMENT_LIBRARY/Public/PSU_Contract%20Management%20Payment%20and%20Taxes_Advanced%20Payment%20Guarantee%20Form.docx&action=default

43. / Liquidated Damages / 43.1 / If specified in BDS, UNDP shall apply Liquidated Damages resulting from the Contractor’s delays or breach of its obligations as per the Contract.

44. / Payment Provisions / 44.1 / Payment will be made only upon UNDPs acceptance of the work performed. The terms of payment shall be within thirty (30) days, after receipt of invoice and certification of acceptance of work issued by the proper authority in UNDP with direct supervision of the Contractor. Payment will be effected by bank transfer in the currency of contract.

45. / Vendor Protest / 45.1 / UNDP’s vendor protest procedure provides an opportunity for appeal to those persons or firms not awarded a contract through a competitive procurement process. In the event that a Bidder believes that it was not treated fairly, the following link provides further details regarding UNDP vendor protest procedures: http://www.undp.org/content/undp/en/home/operations/procurement/business/protest-and-sanctions.html

46. / Other Provisions / 46.1 / In the event that the Bidder offers a lower price to the host Government (e.g. General Services Administration (GSA) of the federal government of the United States of America) for similar services, UNDP shall be entitled to same lower price. The UNDP General Terms and Conditions shall have precedence.

46.2 / UNDP is entitled to receive the same pricing offered by the same Contractor in contracts with the United Nations and/or its Agencies. The UNDP General Terms and Conditions shall have precedence.

46.3 / The United Nations has established restrictions on employment of (former) UN staff who have been involved in the procurement process as per bulletin ST/SGB/2006/15 http://www.un.org/en/ga/search/view_doc.asp?symbol=ST/SGB/2006/15&referer

Section 3. Bid Data Sheet

The following data for the services to be procured shall complement, supplement, or amend the provisions in the Request for Proposals. In the case of a conflict between the Instructions to Bidders, the Data Sheet, and other annexes or references attached to the Data Sheet, the provisions in the Data Sheet shall prevail.

BDS No. / Ref. to Section.2 / Data / Specific Instructions / Requirements

1 / 7 / Language of the Proposal / English

2 / / Submitting Proposals for Parts or sub-parts of the TOR (partial bids) / Not Allowed

3 / 20 / Alternative Proposals / Shall not be considered

4 / 21 / Pre-proposal conference / Will be Conducted

Time: 15:00 CET

Date: September 2, 2020 3:00 PM

Online conference (zoom platform)

The UNDP focal point for the arrangement is:

Mirko Bracanovic, Procurement Associate

E-mail:

procurement.me@undp.org;

and/or mirko.bracanovic@undp.org

5 / 10 / Proposal Validity Period / 90 days

6 / 14 / Bid Security / Not Required

7 / 41 / Advanced Payment upon signing of contract / Not Allowed

8 / 42 / Liquidated Damages / Will be imposed as follows:

9 / 40 / Performance Security / Required in the amount of USD 10% of contract value

10 / 18 / Currency of Proposal / Local currency EUR

11 / 31 / Deadline for submitting requests for clarifications/ questions / 3 days before the submission deadline

12 / 31 / Contact Details for submitting clarifications/questions / Focal Person in UNDP: Mirko Bracanovic, Procurement Associate

Address: UN Eco Building, Stanka Dragojevica bb Podgorica /

E-mail address: procurement.me@undp.org

13 / 18, 19 and 21 / Manner of Disseminating Supplemental Information to the RFP and responses/clarifications to queries / Direct communication to prospective Proposers by email and Posting on the website http://www.me.undp.org/content/montenegro/en/home/operations/procurement.html

14 / 23 / Deadline for Submission / September 15th, 2020

14 / 22 / Allowable Manner of Submitting Proposals / ☐ Courier/Hand Delivery

x Submission by email

☐ e-Tendering

15 / 22 / Proposal Submission Address / E-mail:

procurement.me@undp.org;

Postal address:

UNDP

UN Eco Building

Stanka Dragojevica bb

Podgorica

16 / 22 / Electronic submission (email or eTendering) requirements

/  / Format: PDF files only

 / File names must be maximum 60 characters long and must not contain any letter or special character other than from Latin alphabet/keyboard.

 / All files must be free of viruses and not corrupted.

 / Password for technical proposal must not be provided to UNDP until the date as indicated in No. 14 (for email submission only)

 / Password for financial proposal must not be provided to UNDP until requested by UNDP

 / Documents which are required in original (e.g. Proposal Security) should be sent to the below address with a PDF copy submitted as part of the electronic submission:

UN Eco House , street Stanka Dragojevica bb, Podgorica 8100, Montenegro

17 / 27

36 / Evaluation Method for the Award of Contract / Combined Scoring Method, using the 70%-30% distribution for technical and financial proposals respectively

The minimum technical score required to pass is 70%.

18 / / Expected date for commencement of Contract / October 15, 2020

19 / / Maximum expected duration of contract / 5 months

20 / 35 / UNDP will award the contract to: / One Proposer Only

21 / 39 / Type of Contract / Contract for Goods and Services for UNDP (FACE SHEET)

http://www.undp.org/content/undp/en/home/procurement/business/how-we-buy.html

22 / 39 / UNDP Contract Terms and Conditions that will apply / UNDP General Terms and Conditions for Professional Services

http://www.undp.org/content/undp/en/home/procurement/business/how-we-buy.html

23 / / Other Information Related to the RFP / [All other instructions and information not yet mentioned so far in this Data Sheet but are relevant to the RFP must be cited here, and any further entries that may be added below this table row]

Section 4. Evaluation Criteria

Preliminary Examination Criteria

Proposals will be examined to determine whether they are complete and submitted in accordance with RFP requirements as per below criteria on a Yes/No basis:

/ Appropriate signatures

/ Minimum documents provided

/ Technical and Financial Proposals submitted separately

/ Bid Validity

/ Bid Security submitted as per RFP requirements with compliant validity period

Minimum Eligibility and Qualification Criteria

Eligibility and Qualification will be evaluated on Pass/Fail basis.

If the Proposal is submitted as a Joint Venture/Consortium/Association, each member should meet minimum criteria, unless otherwise specified in the criterion.

Subject / Criteria / Document Submission requirement

ELIGIBILITY / /

Legal Status / Vendor is a legally registered entity. / Form B: Bidder Information Form

Eligibility / Vendor is not suspended, nor debarred, nor otherwise identified as ineligible by any UN Organization or the World Bank Group or any other international Organization in accordance with ITB clause 3. / Form A: Technical Proposal Submission Form

Conflict of Interest / No conflicts of interest in accordance with RFP clause 4. / Form A: Technical Proposal Submission Form

Bankruptcy / Not declared bankruptcy, not involved in bankruptcy or receivership proceedings, and there is no judgment or pending legal action against the vendor that could impair its operations in the foreseeable future. / Form A: Technical Proposal Submission Form

/ /

QUALIFICATION / /

History of Non-Performing Contracts / Non-performance of a contract did not occur as a result of contractor default for the last 3 years. / Form D: Qualification Form

Litigation History / No consistent history of court/arbitral award decisions against the Bidder for the last 3 years. / Form D: Qualification Form

/ /

Previous Experience / Minimum 5 years of experience in the preparation of project designs (For JV/Consortium/Association, Lead Company should meet this requirement). / Form D: Qualification Form

/ Minimum 3 contracts of similar scale and value implemented over the last 5 years (For JV/Consortium/Association, Lead Company should meet this requirement). / Form D: Qualification Form

Financial Standing / Minimum average annual turnover of Euro 600,000 for the last 3 years.

(For JV/Consortium/Association, Lead Company should meet this requirement). / Form D: Qualification Form

/ Bidder must demonstrate the current soundness of its financial standing and indicate its prospective long-term profitability.

(For JV/Consortium/Association, Lead partner should meet the requirement). / Form D: Qualification Form

Local support / n/a /

Warranty / Warranty period of 24 months from the date the acceptance test is signed. /

/ Any additional criteria if required /

Technical Evaluation Criteria

Summary of Technical Proposal Evaluation Forms

Points Obtainable

1. / Bidder’s qualification, capacity and experience / 250

2. / Proposed Methodology, Technology, Approach and Implementation Plan / 250

3. / Management Structure and Key Personnel / 500

/ Total / 1000

Section 1. Bidder’s qualification, capacity and experience / Points obtainable

1.1 / Reputation of Organization and Staff Credibility / Reliability / Industry Standing / 130

/ General reputation, description of company, size of company, number of projects, size of projects, complexity of projects / 100 /

/ General reputation, description of company / 10 /

/ poor / 1 – 5 /

/ good / 6 – 9 /

/ excellent / 10 /

/ size of company / 20 /

/ 600,000 EUR of annual turnover / 1-15 /

/ 800,000 EUR or more of annual turnover / 16-20 /

/ number of implemented projects / / 30 /

/ Up to 5 projects / 1 – 19 /

/ 5 - 10 projects / 20 – 29 /

/ More than 10 projects / 30 /

/ size and complexity of projects / 40 /

/ minimum 3 projects of similar scale and value / 1 – 25 /

/ 4-5 projects of similar scale and value / 26 – 38 /

/ 5 or more projects of similar scale and value / 39 – 40 /

/ Proven track of references (number of references, especially on similar scale and value projects) / 30 /

/ number of provided references for projects of similar scale and value / 30 /

/ Up to 3 references / 1 – 25 /

/ 4 – 5 references / 26 – 29 /

/ 5 – 10 references / 30 /

1.2 / General Organizational Capability - Number of employees, management structure / 30

/ number of employees / 15 /

/ Up to 20 employees / 1 – 14 /

/ More than 20 employees / 15 /

/ presented management structure / 15 /

/ No clear management structure or without clear distinction between responsibilities / 1 – 12 /

/ Clear management structure with clear lines between duties and responsibilities / 13 – 15 /

1.3 / Experience / 90

/ Company years of experience / 40 /

/ 5 to 10 years of experience / 1 – 20 /

/ 10 to 15 years of experience / 21 – 30 /

/ Over 15 years of experience / 31 – 40 /

/ - Experience on Projects in Western Balkans / 25 /

/ Up to 2 / 1 – 20 /

/ More than 2 / 21 – 25 /

/ - Experience in work with UN/major multilaterals (World Bank, EU, etc.) / 25 /

/ Poor / 1 – 10 /

/ Good / 11 – 20 /

/ Excellent / 21 – 25 /

Total Section 1 / 250

Section 2. Proposed Methodology, Technology, Approach and Implementation Plan / Points obtainable

2.1 / Understanding of the requirement: 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? / 80

/ satisfactory / 1 – 40 /

/ good / 41 – 70 /

/ very good / 71 – 80 /

2.2 / Description of the Offeror’s approach and methodology for meeting or exceeding the requirements of the Terms of Reference / 100

/ satisfactory / 1 – 50 /

/ good / 51 – 90 /

/ very good / 91 – 100 /

2.3 / Assessment of the implementation plan proposed including whether the activities are properly sequenced and if these are logical and realistic / 70

/ satisfactory / 1 – 35 /

/ good / 36 – 60 /

/ very good / 61 – 70 /

Total Section 2 / 250

Section 3. Management Structure and Key Personnel / Points obtainable

3.1 a / Project Design Manager / / 70

/ - General Experience / 40 /

/ 10 years of experience / 1 – 30 /

/ more then 10 years of experience / 31 – 40 /

/ - Specific Experience relevant to the assignment / 15 /

/ up to 8 years of experience / 1 – 14 /

/ more then 8 years of experience / 15 /

/ - Regional experience / 10 /

/ up to 5 years of experience / 1 – 9 /

/ More then 5 years of experience / 10 /

/ - Language Qualifications / 5 /

/ English / 1 – 4 /

/ Local and English / 5 /

3.1 b / Project Engineers/Designers (2) / / 80

/ - General Experience / 45 /

/ 7 years of experience / 1 – 35 /

/ more then 7 years of experience / 36 – 45 /

/ - Specific Experience relevant to the assignment / 20 /

/ up to 5 years of experience / 1 – 19 /

/ more then 5 years of experience / 20 /

/ - Regional experience / 10 /

/ Up to 4 years of experience / 1 – 9 /

/ More then 4 years of experience / 10 /

/ - Language Qualifications / 5 /

/ English / 1 – 4 /

/ Local and English / 5 /

3.1 c / Hydrologist / / 60

/ - General Experience / 20 /

/ 7 years of experience / 1 – 15 /

/ more then 7 years of experience / 16 – 20 /

/ - Specific Experience relevant to the assignment / 25 /

/ up to 5 years of experience / 1 – 18 /

/ more then 5 years of experience / 19 – 25 /

/ - Regional experience / 10 /

/ up to 4 years of experience / 1 – 7 /

/ more then 4 years of experience / 8 – 15 /

/ - Language Qualifications / 5 /

/ English / 1 – 4 /

/ Local and English / 5 /

3.1 d / Hydraulic Modeller / / 50

/ - General Experience / 20 /

/ 7 years of experience / 1 – 15 /

/ more then 7 years of experience / 16 – 20 /

/ - Specific Experience relevant to the assignment / 20 /

/ up to 5 years of experience / 1 – 15 /

/ more then 5 years of experience / 16 – 20 /

/ - Regional experience / 5 /

/ up to 4 years of experience / 1 – 7 /

/ more then 4 years of experience / 8 – 10 /

/ - Language Qualifications / 5 /

/ English / 1 – 4 /

/ Local and English / 5 /

3.1 e / Geologist / / 50

/ - General Experience / 30 /

/ 7 years of experience / 1 – 19 /

/ more then 7 years of experience / 20 – 30 /

/ - Specific Experience relevant to the assignment / 10 /

/ 5 years of experience / 1 – 8 /

/ more then 5 years of experience / 9 – 10 /

/ - Regional experience / 5 /

/ 4 years of experience / 1 – 4 /

/ more then 4 years of experience / 5 /

/ - Language Qualifications / 5 /

/ English / 1 – 4 /

/ Local and English / 5 /

3.1 f / Geotechnical Engineer / / 50

/ - General Experience / 30 /

/ 7 years of experience / 1 – 20 /

/ more then 7 years of experience / 21- 30 /

/ - Specific Experience relevant to the assignment / 10 /

/ 5 years of experience / 1 – 9 /

/ more then 5 years of experience / 10 /

/ - Regional experience / 5 /

/ 4 years of experience / 1 – 4 /

/ more then 4 years of experience / 5 /

/ - Language Qualifications / 5 /

/ English / 1 – 4 /

/ Local and English / 5 /

3.1 g / Surveyor / / 40

/ - General Experience / 20 /

/ 7 years of experience / 1 – 15 /

/ more then 7 years of experience / 16 – 20 /

/ - Specific Experience relevant to the assignment / 10 /

/ 5 years of experience / 1 – 8 /

/ more then 5 years of experience / 9 – 10 /

/ - Regional experience / 5 /

/ 4 years of experience / 1 – 3 /

/ more then 4 years of experience / 4 – 5 /

/ - Language Qualifications / 5 /

/ English / 1 – 4 /

/ Local and English / 5 /

3.1 h / Environmental engineer / / 50

/ - General Experience / 30 /

/ 7 years of experience / 1 – 20 /

/ more then 7 years of experience / 21 – 30 /

/ - Specific Experience relevant to the assignment / 10 /

/ 5 years of experience / 1 – 8 /

/ more then 5 years of experience / 9 – 10 /

/ - Regional experience / 5 /

/ 4 years of experience / 1 – 3 /

/ more then 4 years of experience / 4 – 5 /

/ - Language Qualifications / 5 /

/ English / 1 – 4 /

/ Local and English / 5 /

3.1 i / Social safeguards specialist / / 50

/ - General Experience / 30 /

/ 7 years of experience / 1 – 20 /

/ more then 7 years of experience / 21 – 30 /

/ - Specific Experience relevant to the assignment / 10 /

/ 5 years of experience / 1 – 8 /

/ more then 5 years of experience / 9 – 10 /

/ - Regional experience / 5 /

/ 4 years of experience / 1 – 3 /

/ more then 4 years of experience / 4 – 5 /

/ - Language Qualifications / 5 /

/ English / 1 – 4 /

/ Local and English / 5 /

Total Section 3 / 500

Section 5. Terms of Reference

DEVELOPMENT OF DETAILED DESIGN OF GRAČANICA RIVER REGULATION ON THE SECTIONS ALONG THE EXISTING BRIDGES, IN NIKSIC MUNICIPALITY, MONTENEGRO

1. / DESCRIPTION OF PROJECT AND BACKGROUND OF ACTIVITIES PLANNED

The Adaptation Fund/UNDP Integrated climate-resilient transboundary flood risk management in the Drin River basin in the Western Balkans (Albania, Montenegro and North Macedonia) Project (Drin FRM Project) aims to assist the riparian countries in the implementation of an integrated climate-resilient river basin flood risk management approach in order to improve their existing capacity to manage flood risk at regional, national and local levels and to enhance resilience of vulnerable communities in the Drin River Basin (DRB) to climate-induced floods. The following results shall be achieved: (i) Improved climate and risk informed decision-making, availability and use of climate risk information;(ii) Improved institutional arrangements, legislative and policy framework for climate-resilient flood risk management (FRM), and development of climate change adaptation (CCA) and FRM strategy and plans at the basin, sub-basin, national and sub-national levels; (iii) Strengthened community resilience through improved flood management, through implementation of structural and non-structural measures and enhanced local capacity for CCA and FRM.

Outcome 3.3: Strengthened resilience of local communities through improved flood forecasting and early warning, implementation of structural and non-structural measures and the strengthened capacity for CCA and FRM at the local level will be achieved by construction of structural risk reduction measures in prioritized areas. In Montenegro, the priority areas were identified on Bojana River and Gračanica River.

2. / OBJECTIVE OF TERMS OF REFERENCE

The main objective of this Term of Reference is to develop project design for the reduce the risk of flooding of the riverbank areas of the river Gračanica, prevent further erosion of the banks and stabilize the river flow.

The Company is expected to: a) conduct surveys (topographical, geomorphological, geological, ground investigation), undertake hydrological and hydraulic assessment; b) prepare detailed design drawings and specifications for the agreed works; and c) prepare bills of quantities for the preferred works.

The Company will work under the supervision of the UNDP Country Office Montenegro and in coordination with regional project team, international structural engineers and the Ministry of Agriculture and Rural Development of Montenegro as main beneficiary.

These terms of reference provide the necessary instructions and guidelines for the preparation of preparation of the detailed design of sections along the bridges on the Gračanica river, where significant erosion of the foundations of bridges was recorded and the stability of the bottom and banks of this watercourse was threatened.

3. / SUBJECT MATTER AND PROJECT REQUIREMENTS

The subject of this assignment is the development of detailed design of regulation of Gračanica river on the sections along bridges that are destabilized by the dynamic force of water in the zone of their foundations. These Terms of References (ToRs) contain information about existing conditions of the river and current problems and provide guidelines and instructions for the preparation of relevant project documentation that will be the basis to conduct construction works to protect the banks and riverbeds in the bridges area, that currently are known priority / critical sections for intervention.

Related to preparation of the project design, the obligation of the Company is to:

/ Collect all available documentation and data relevant to the technical assessment and design activities. As a minimum the following types of information and data should be collected:

o / Documents generated by previous flood management projects in the study area;

o / Existing topographic mapping;

o / Base mapping;

o / Flooding history (recurrence intervals, extent, heights etc.), records and analysis of past flooding;

o / As built details of any relevant existing structures;

o / Aerial photography;

o / Details of existing land use;

o / Geology, soil composition and records of previous geotechnical investigations; and

o / Relevant Montenegrin national standards and particular considerations.

/ Perform geodetic surveying of watercourses and coastal zones as basis for Geodetic study as an integral part of detailed design of river regulation in the bridges area, in accordance with the legal regulations. The detailed scope and specification for the geodetic survey should be developed and agreed following the initial site inspections and review of available data. As far as possible standard survey specifications and requirements will be used. Typical topographic surveys are likely to include the following elements:

o / Establishment of a control network, including permanent ground markers and suitable for use during construction/implementation of the measure.

o / Recording position and level of all features of significance for example buildings, existing embankments, river and stream banks, roads, pits, rocky outcrops.

o / Recording ground levels between features at an appropriate grid spacing.

o / Recording position and size of all trees.

o / Where appropriate recording river/stream channel cross sections above and below water level at specified intervals.

/ Collect and analyze hydrological data of Gračanica rivers high waters and perform data processing in order to obtain the values of the relevant high waters. Hydrological data collected should be assessed in terms of quality and availability and the strategy for undertaking hydrological assessment should be developed.

/ Carry out hydraulic calculations of high waters of the Gračanica river for the flow of return periods of 1/20, 1/50 and 1/100 years in order to determine the levels of high waters as the basis for the detailed design for the locations along the bridges will be developed.

/ Perform geological investigation works for the purpose of detailed design preparation on sections along the bridges.

/ Develop a detailed design for the regulation of the Gračanica river for sections along the bridges where the foundations of the bridge/s are endangered by soil erosion as well as by the unstable bottom and slopes of this watercourse in the area of these important communication structures. The length of the regulation section in the area of one bridge should be approx. 100 m (50 m sections upstream of the bridge and 50 m sections downstream of the bridge) with the necessary measures to stabilize foundations of these structures.

Detailed design on the sections along the bridges, generaly is planned to cover the area from the mouth of Gračanica river to Zeta river, to upstream direction in length of cca. 6,0 km.

General principles:

In order to develop the detailed design as best as possible, the Company adhere to the following:

/ When designing the detailed design, it is necessary to use data from proven sources, existing studies and projects, data about river basin, history of occurrence of high waters and floods in the previous period, data on the elevations of the bottom of the foundations of bridges, etc.

/ All hydro-engineering principles and applicable legal regulations must be respected.

/ The Company is obliged to use other data, maps and background documents, that are not specified in this Terms of References, which may influence the design solution during preparation of project design.

/ It is necessary to adhere to the ToRs, the existing spatial planning documents and the regulations of the construction profession.

4. / GENERAL CHARACTERISTICS OF SUBJECT AREA

Niksic is located in the Karst field of the same name in the northwestern part of Montenegro. The altitude of the field is from 600 m in Slivlje to 660 m in Vidrovan. Its geographical coordinates are 18o 57 28 igd and 42o 46 29 sgsh. It is the second largest city in Montenegro. The Adriatic Sea is 30 kilometers far from this municipality, by the straight line, and considering Risan - Zabljak road, it represents a significant point in connecting the coast and the north of the country.

Figure 1: Layout of subject area – Gračanica river

Niksic municipality as the largest in Montenegro, covers an area of 2065 km2, which makes 14 % of country’s territory. It is bordered with 6 Montenegrin municipalities: Kotor, Cetinje, Danilovgrad, Kolasin, Savnik and Pluzine.

5. / DESCRIPTION OF THE EXISTING CONDITIONS OF GRAČANICA RIVER

5.1. / Description and specifics of the Gračanica river and its river basin

The Gračanica river is a left tributary of the Upper Zeta and flows below the limestone massif east of the Niksic field. Its length is approx. 29 km. From the source it flows in the northwest direction, in the lower stream it turns abruptly, to the south, passes between Trebjesa and Žirovnica and flows into the Zeta, slightly lower than the Carev bridge.

The main source is in Blace morakovske (1186 m), comprising of many individual water sources that appear at the interface of Mesozoic limestones and impermeable Verfen shales, Paleozoic shales and eruptions in their base.

The water sources that gives more than 10 l/s of water in the dry season are: Botunac, Radika, Zukavac, Val, Vrelo, Brankova greda, Brankov potok and Ravna dubrava, on the right and on the left: Peca, Vodica, Mijakovac, Podi, Gojuša, Mlakovine, Velja last, Gvožčić, Javorska voda and Susjed. The water sources on Paleozoic shales and eruptions, above which rise steep sides, are built of Mesozoic limestones. At Jerinas City (a medieval fortress), at an altitude of 903 m, Gračanica receives Susjed water stream, which appears below Prekornica at an altitude of 972 m. As most of the Gračanica valley is covered with moraine material and lower than the Miolje field by fluvioglacial sediment, water sinks into this permeable sediment and in summer, majority of the Gračanica riverbed is dry.

The bottom of the Gračanica valley is of different slope and exposure, which had an impact on structure constructions. A terrain with a slope of 3% occupies 40.8 % of the total surface area, and with a slope of 3 – 5 % occupies 11.6% of the area. These terrains are the greatest potential for settlement development, agricultural production, exploitation, etc. Steep terrain, with a slope of 21 - 31% in the total area of 4.5 %. These are steep sections of limestone type with marl and clay. The land between the 750 m ASL and 800 m ASL contours, is actually the largest and most densely populated area.

Due to the slope (from 28 ‰) the Gračanica river has a high power of destruction. Flowing through rocks of different composition, Gračanica carried large quantities of material and thus influenced the formation of the shape and cover of the Niksic field. It is a seasonal river that flows normally into the Zeta during the winter half of the year. During the summer it only dries and reaches Liverovic. Gračanica river has a rainy - snow regime.

The occurrence of torrents was recorded in the Liverovici accumulation, which caused a certain number of barriers to be installed. There are eight torrential barriers in the area of the Mačak tributary.

The Gračanica river basin cover the area of 65 km2. From hydrological gauging station, which is located before the mouth of the Zeta, shows that annual average flow of Gračanica river is 4.3 m3/s, the specific runoff modulus is 66.1 l/s/km2, and the average runoff coefficient is 0.88 l.

Gračanica is a torrential stream and from the village of Laz begins to plunge. The richness of this river is best evidenced by the differences in large and small waters: 168 m3/s and 300 l/s. It carries a large amount of sediment, which, according to the calculation estimated in the preliminary design of the SHPP “Liverovici”, is about 100,000 m3 per year.

The water levels on the rivers, as well as the annual changes in the water level, are quite disturbed by the hydrological transformations resulting from the construction of artificial accumulations: Slano, Krupac, Liverovici and the extension of floods in the field - Vrtac. Therefore, for comparison, water level movements are taken for the period before the accumulations and canals were built.

After dam and artificial accumulation Liverovici were built, Gračanica, which earlier brought huge amounts of water in the winter half of the year and was entering into Zeta in the southeastern part of Niksic field, now only flows downstream of the accumulation during the highest water levels.

The climatic and weather fluctuations and the predominantly karst character of the soil cause the large fluctuations in water levels at all the rivers and rivers of the Niksic field. The highest water levels appear in November and December, the second maximum is in March and April, and the minimum is in July and August, and the second is in January and February.

Liverovici accumulation

The Liverovici accumulation is located on the Gračanica river in the village of Liverovici. It was formed by the building of a dam at the site of Sutjeska. The dam is arch-concrete, 43 m high and 110, 97 m long. The total volume of the accumulation is 9.2 hm3 of water, and a usable 7.8 hm3. The shape of the accumulation is elongated and canyon-like; area 0,9341 km²; length 3.00 km; width 0,50 km; volume total 9,050,000 m³; volume - usable 8.290.000 m³; normal deceleration elevation - 736,000 m above sea level; minimum working level elevation 719.00 - asl; maximum deceleration elevation 738,30 - asl; water level in the pool 17,00m.

The original purpose of Liverovici lake was to produce electricity in hydropower plants, for the water supply of Ironworks Factory and irrigation.

Due to the large losses of water in the lake on the left and right banks of the dam, it was estimated that the amount of water was enough only for the needs of the Ironworks Factory, which then used 0.3 - 0.5 m³/s. The Liverovici accumulation and hydro-technical structure of “Ozrinići” small hydropower plant were built, while the construction of Bjeloševina dam and other hydropower projects realization of the on the Gračanica River were abandoned.

During that period, concrete underpressure tunnel was constructed, 2.5 m in diameter and 11 m³/s with a capacity of 11 m³/s for the “Ozrinići” SHPP. From the tunnel (at about 1300 m from the dam), water flows through a fork into an open concrete channel to Ironworks Factory, 5 km long, with a reservoir at the end, from which factory use water with a capacity of 1 m³/s.

Water losses from Liverovici lake are differently estimated and occur at the following locations:

- sinking in the Liverovici accumulation (0.15-2.0 m³/s)

- sinking of wastewater from the Iron factory in the Gračanica bed

- leaking from the supply tunnel and the canal for the Ironworks Factory

-sinking the overflow waters into the Gračanica riverbed downstream of the Liverovici accumulation.

Negative impacts on the watercourse

Illegal exploitation

The watercourse in the last few decades has been threatened in several locations by the exploitation of fluvioglacial material (gravel and sand):

- right next to the Bjelosevska bara, which is proposed for protection as an area of special natural significance.

- in the village of Jugovici,

- Below the village of Laz

- in Polje, in the area where the Gračanica valley separates Trebjesa and Zirovnica.

The erosion process is present in the Gračanica valley due to the uncontrolled exploitation of gravel and sand and the occurrence of torrential soil erosion. This is especially true for gutters, seams and deluvial deposits. In the Gračanica valley, about 5,000 ha are affected by excessive erosion, so the average amount of torrential deposits per year is 1,500 m³ per km². Significant erosion occurs on the surface of about 4,000 ha. During the year, the amount of sediment in the Gračanica basin is about 23,000 m³.

The problem of municipal waste disposal by the watercourse is particularly expressed on the route from the Roma settlement to the Bauxite Factory loading ramp.

Floodings in the past

The most drastic example of floods in the territory of Niksic municipality occurred at the beginning and end of 2010.

During the floods in December 2010, infrastructure facilities (roads, bridges) were damaged, namely:

- the Gračanica Bridge behind Žirovnica,

- the Gračanica Bridge in Jugovići,

- retaining wall on the local road in Kuta – Župa Nikšićka, length of 60 m

Residents of Župa Nikšićka - the Morakovo village, addressed the Municipality regarding the problem of land flooding along the riverbed of Gračanica river in the village of Morakovo. Field visit during 2017 by the Secretariat for Public Utilities and Transport revealed that the riverbed was covered with sediment and overgrown with vegetation. Namely, it is a part of the riverbed with a relatively small longitudinal slope, and in the period of high waters there is sediment deposition, flooding and creating of the riverbed on private plots along the river.

Figure 2 The Gračanica river during the flooding period

After visiting the same sites during 2018, it was evident that sediments at characteristic sites were 0.5 m higher than in 2017, that the level of the riverbed was in some places higher than the surrounding terrain.

6. / EXISTING PROJECT DOCUMENTATION AND ACTIVITIES CARRIED OUT ON FLOOD PROTECTION ON THE GRAČANICA RIVER

Existing project documentation

The Spatial Urban Plan of Niksic, according to the spatial zones for the area which is in under the influence of the river, gave the following guidelines:

For the Župa Nikšićka area:

- resolving the disposal of garbage and solving the environmental problems in the Gračanica riverbed, as well as rehabilitation of the Halda landfill.

For the Eastern Zone (for the areas of Iron factory, Rubeža and Gračanica north)

- cleaning of the Gračanica riverbed and control of activities that follows the exploitation of gravel from the riverbed,

- regulation of the Gračanica river with the formation of a green protection zone, rehabilitation of the terrain and creation of conditions for expansion of the industrial - business zone,

- control of industrial pollution.

For the South Zone (for the Gračanica-south area)

- regulation of the Gračanica watercourse with the formation of a green protection zone, rehabilitation of the terrain and creation of conditions for the expansion of the industrial - business zone.

- special attention has to be paid to the protection against flooding because it is within the zone of flooding (elevation 614 m).

6.1. / Activities carried out on flood protection and erosion reduction on the Gračanica river

The Gračanica Riverbed has been devastated by years of exploitation of gravel and sand, as well as disposal of various types of waste. The natural course of the river has been changed, and its riverbed has been greatly expanded with a large number of illegal landfills.

Despite the constant organization of waste removal actions on the banks of Gračanica by the Municipality of Niksic, no permanent solution was found for the landscaping of this area. The problems are most expressed on the part of the watercourse from the bridge for Ozrinići (Roma settlement) to the bridge at the loading-unloading ramp of Bauxite Factory. Additional problem is the nearness of the settlement, that is located directly along the riverbank.

The torrential flow of the river, besides agricultural land also threatens the road infrastructure. Most often, the foundations of bridge crossings and bridges are affected.

Protection against the devastating effect of water implies the regulation of watercourses in order to prevent erosion in the riverbed and the coastal area, and so far no activities with visible effects have been undertaken in the territory of the municipality of Nikšić. Also, due to the unplanned exploitation of the riverbeds by extraction of sand and gravel, as well as disposal of garbage and other construction waste in the riverbeds, the situation worsened.

During the field visit of the coastal area of the Gračanica river in October 2019, the following activities were carried out by the team preparing these ToRs:

- A field prospecting of the riverbed conditions and the river basin of this watercourse was performed;

- A significant number of sites were observed at which the gravel material from the bed of this watercourse was exploited;

- The locations where soil erosion occurs around and below the foundation of bridges on Gračanica river were recorded, identifying where the stability of the bridges is threatened;

The field visit was carried out by team of UNDP representatives, representatives of the Municipality of Niksic as well as Ministry of Agriculture and Rural Development.

7. / PREPARATION OF PROJECT DESIGN

7.1. / Hydrological data

For the purpose of hydrology analysis of high waters of the Gračanica river, it is necessary to perform data processing and all necessary hydrological calculations in order to obtain flow values for the return period of 1/20, 1/50 and 1/100 years. Given the fact that hydrological data for this river is poor, some of the flow measurements of the Gračanica river at the Morakovo and Glusje hydrological stations are presented below.

a. / Water-meter station: Morakovo

River : Gračanica

Elevation 0 = 839.66 mnm

Way of observing.: measuring stick

Length from mouth = 20.50 km

Basin: Zeta River

River basin area = 68.2 km2

HS MORAKOVO GRAČANICA

FLOWS

YEAR Qmin1dn Qmin10dn Qmin20dn Qmin30dn Qminsrm Qsr / Qmax

-------------------------------------------------------------------

1964 .154 .154 .154 .154 .154 .827 5.870

1965 .078 .097 .116 .127 .138 .816 11.100

1966 .154 .154 .154 .159 .161 .841 8.780

1967 .154 .169 .181 .192 .199 .559 9.460

1968 .192 .226 .228 .234 .255 .843 24.500

1969 .192 .192 .192 .193 .198 .887 17.900

1970 .154 .154 .158 .157 .169 1.047 17.300

1971 .116 .116 .116 .129 .131 .939 16.200

1972 .230 .230 .235 .252 .275 .561 1.450

1973 .116 .116 .124 .124 .140 .667 5.870

1974 .116 .127 .141 .145 .145 .958 10.200

1975 .154 .154 .154 .157 .166 .518 9.800

1976 .192 .192 .192 .192 .196 .870 4.890

1977 .154 .154 .154 .159 .191 .892 3.570

1978 .154 .154 .167 .172 .177 1.012 8.100

1979 .230 .252 .268 .273 .324 1.445 22.000

1980 .116 .116 .116 .116 .123 1.015 3.150

1982 .078 .086 .112 .121 .126 .621 9.120

1983 .154 .154 .154 .155 .159 .538 11.100

1984 .116 .116 .116 .134 .215 .963 6.650

1985 .116 .116 .116 .116 .116 .772 11.900

1986 .078 .078 .084 .092 .110 .730 17.300

1987 .030 .030 .030 .030 .031 .587 9.350

1988 .108 .110 .121 .129 .131 .532 3.650

1989 .040 .040 .041 .047 .084 .343 1.480

1990 .108 .108 .108 .108 .113 .592 3.070

1991 .084 .084 .091 .097 .097 1.004 60.400

1992 .050 .050 .055 .055 .070 .469 9.350

1993 .084 .094 .104 .108 .123 .514 4.950

1994 .050 .052 .060 .061 .065 .620 17.000

b. / Water-meter station : Glušje

River : Gračanica

Elevation 0 = 738.33mnm

Way of observing.: measuring stick

Length from the mouth = 8.50 km

River area: Zeta River

River basin area = 133.0 km2

GRAČANICA GLUSJE

FLOWS

YEAR Qmin1dn Qmin10dn Qmin20dn Qmin30dn Qminsrm Qsr / Qmax

-------------------------------------------------------------------

1967 .000 .000 .000 .000 .000 1.137 18.700

1968 .000 .000 .000 .000 .000 3.104 66.300

1969 .000 .000 .000 .000 .312 3.461 45.600

1970 .000 .000 .000 .000 .000 3.574 31.700

1971 .000 .000 .000 .000 .000 2.929 27.800

1972 .000 .305 .799 .964 1.073 2.882 14.600

1973 .000 .000 .000 .000 .000 2.267 11.800

1974 .000 .000 .000 .000 .000 3.179 18.000

1975 .000 .000 .000 .000 .000 1.898 15.900

1976 .000 .000 .100 .447 .917 2.972 14.600

1977 .000 .000 .000 .000 .438 3.269 24.200

1978 .000 .000 .000 .000 .000 3.411 31.700

1979 .260 .260 .454 .611 .917 3.624 39.200

1980 .000 .000 .000 .000 .000 2.652 18.000

1981 .000 .000 .000 .000 .000 2.264 15.400

1982 .000 .000 .000 .000 .000 1.972 28.400

1983 .000 .000 .000 .000 .000 1.537 13.700

1984 .000 .000 .000 .000 .000 2.210 22.500

1985 .000 .000 .000 .000 .000 1.678 17.100

1986 .000 .000 .000 .000 .000 1.962 24.200

1987 .000 .000 .000 .000 .000 1.956 18.000

1989 .000 .000 .000 .000 .000 .713 18.000

1990 .000 .000 .000 .000 .000 .577 16.300

1991 .000 .000 .000 .000 .000 1.360 89.200

1992 .000 .000 .000 .000 .000 1.145 61.500

1993 .000 .000 .000 .000 .000 .501 18.000

1995 .000 .000 .000 .000 .000 1.150 51.500

1996 .000 .000 .000 .000 .000 2.169 42.000

1997 .000 .000 .000 .000 .000 1.002 9.900

1998 .000 .000 .000 .000 .000 1.441 23.000

1999 .000 .000 .000 .000 .000 1.546 35.700

2000 .000 .000 .000 .000 .000 1.377 89.200

2001 .000 .000 .000 .000 .000 1.133 16.300

7.2. / Geodetic data

For the purpose of the preparation of requested project design, it is necessary to carry out geodetic survey of the terrain and riverbed in such a way that all the necessary data for design are obtained.

All recorded geodetic data in a spatial situational view, which will be attached to the detailed design, must be shown in an appropriate scale.

Detailed geodetic recording should be performed using modern surveying equipment such as GPS, total station and all other supporting devices. All geodetic measurements will be taken from the State Geodetic Network.

Surveying of cross sections should be done with a GPS receiver for the land area or the like and to perform geodetic surveying of the bottom of the river.

In addition to the cross-sections of the watercourse on the bridges locations, it is necessary to make surveying of structures that affect the water regime (estuaries, narrows, etc.) along the banks of the watercourse and make detail surveying of bridge structure.

Determination the positions of the cross sections should be in the manner that their sequence represents the true and realistic morphological characteristics of the river. Generally, geodetic surveying for the preparation of the detailed design should be done by survey of the cross sections of the Gračanica river at a distance of 25 to 35 m - sections along bridges and survey of coasts width of at least 15 m, by river bank.

Cross-sections must be selected where there are changes in the width of the watercourse, changes in the elevation and slope of the banks or where there are some existing flood protection measures and in places where there may be potential damage. The width of the Gračanica River ranges from 15-20 m up to several hundred meters in its downstream section.

For the geodetic survey of these elements, it is necessary to select an appropriate geodetic instrument of satisfactory accuracy in order to provide a better quality of the existing condition of this watercourse.

All surveying materials must be geo-referenced and computer-ready. To view recorded geodetic elements, it is necessary to use digitalized topographic and ortho-photo maps of appropriate scale (1: 500, 1: 1000 or similar).

The Survey brief will be prepared by the Company and agreed with UNDP prior to starting the works.

7.2.1. / Common requirements

All survey will be in metric units. The technical specifications of the requirements for this survey are given below.

/ Horizontal Datum: WGS 1984

/ Projection UTM Zone: 34 N

/ Vertical Datum: ellipsoid of the reference system GRS80

General accuracy requirements:

/ Horizontal +/- 100mm; and

/ Vertical +/- 5mm.

/ Cross-section spacing - Generally, geodetic surveying for the preparation of the detailed design should be done by survey of the cross sections of the Gračanica river at a distance of 25 to 35m - sections along bridges and survey of coasts width of at least 15m, by riverbank.

/ Points along each cross-section should be spaced at approximately 5m intervals at random and at changes of slope.

Conventions to be observed:

/ River chainages (distance) used in reports drawings/maps to increase in the upstream direction; and

/ Cross-sections are viewed looking downstream.

The Company will construct temporary reference points as required within the survey area which are referenced in compliance with the above and maintain these during the period of the survey.

Presentation of results to local or assumed horizontal and vertical datums will not be acceptable.

Output and Reporting of Geodetic Surveys

In addition to hard copy maps the survey data will be provided in the following electronic formats:

(i) / Processed survey data in shp, xls and ascii (x,y,z or grid) format (as a minimum).

(ii) / All survey data shall be provided on external hard drive(s) in soft copy format and provided in mutually agreed hard copy format.

(iii) / A survey report shall be provided summarizing the survey results including survey methods used, equipment used, survey teams employed, survey accuracies achieved, any legitimate difficulties and delays in work execution, etc.

(iv) / Maps showing channel cross-section locations and end point reference points at an appropriate scale.

(v) / Structural cross-section and plan diagrams showing dimensions and levels.

Where access to private or protected land is required for conducting the survey, UNDP will offer assistance in contacting the relevant agencies, but it will be the Company’s responsibility to ensure that all necessary permissions are obtained prior to entry.

Acceptable Technologies

Whilst the Company will be responsible for the final selection of survey technologies to be deployed in order to achieve the desired outcomes for the site, the following points indicate the technologies which are likely to be appropriate:

/ Real time kinetic (RTK) GPS for setting of reference points and for detail survey (static method required for reference points);

/ Electronic total station (ETS); and

/ For the below water parts of river cross-sections, depth sounding by level staff or pole where applicable, linked to ETS or DGPS or echo-sounder preferably linked to DGPS. It is likely that the water depth will require boat-based survey for the underwater sections, in which case the preferred methodology is using an echo sounder for depth measurement linked to DGPS to obtain the overall profile. Other approaches to obtaining the below water profile may be considered but must provide a comparable output. Company should take these factors into account in preparing proposal for the survey component and must include details of their chosen methodology.

7.3. / Geological data

At the section for preparation of the main project of regulation of the river Gračanica on sections along the bridges, it is necessary for the Company to provide appropriate geological investigation works and data in accordance with the valid rulebook on geological surveys in the territory of Montenegro (Law on geological investigation works). Geological bases should contain data on the geological composition of materials in the river bed and banks in order to control the stability of the banks and to approximate the costs of earthwork during the implementation of the activities in question and to control the stability of the terrain on the banks of this watercourse.

Fieldwork and laboratory tests should include the following activities:

/ Engineering and geological mapping of the terrain within the limits agreed upon in consultation between the lead Designer, the geologist and the contracting authoritys representative in order to determine the geological content of the terrain, the degree of stability of the existing structures in the river bed, the degree of stability and erosion of the river bank or the impact of river flow on the stability of the banks and any planned embankments with the preparation of geoengineering digital maps to an appropriate scale.

/ Preparation of a geological map of the terrain in the bridge area showing the geological structure, stability and potential erosion of the coast - the impact of river flow on stability.

/ The thickness and composition of sedimentary material along the river should be determined and reported on the topographic map or cross sections.

/ Particular attention will be paid to the parts of the banks of the watercourses where instability has occurred (in terms of erosion, larger and smaller landslides).

/ To investigate the stability of the banks, soil must be drilled to a sufficiently strong soil layer.

/ Drilling is carried out using machines with a continuous piston of a minimum diameter of 146/101 mm or a manual hand drill, if appropriate. The core will be mapped, including the well profile, photographed and submitted in JPG format with the well profiles. During the drilling, record the groundwater status. After completion of the test, all wells must be filled with granular material.

/ A standard penetration test (SPT) must be performed in each well every 1.5 m deep. The SPT aims to provide information on the geotechnical engineering properties of the soil. Soil strength parameters must be derived from the SPT.

/ At least three (3) disturbed and undisturbed soil samples per well shall be taken. Soil samples that are disturbed and undisturbed must be taken from the wells and must be properly packed for laboratory testing.

/ Geotechnical laboratory testing should be performed to identify and classify samples, including but not limited to natural moisture, Atterberg consistency limits, specific gravity, volume density, porosity, filtration coefficient based on granulometer composition and size distribution, partition strength, and compressibility.

/ If incoherent materials (gravel and sand) are present in the samples, a standard dynamic penetration test should be performed to determine the relative compactness.

Geological investigation holes should be made up by drilling to a depth of 3.0 - 4.0 m per hole. In total/per bridge, one hole should be drilled on the river bank and other in the bottom of the riverbed 3,0-4,0 m deep, at the locations along the bridges where it is envisaged to river regulation and stabilize the bottom and riverbanks, for the detailed design preparation.

7.4. / Description and guidelines for project design development

7.4.1. / Hydraulic calculations of Gračanica river

Hydrological data related to high waters of the Gračanica river for the return period of 1/20, 1/50 and 1/100 years must be used for this hydraulic calculation.

For the hydraulic calculation, it is necessary to use a proven software that will give clear results in terms of high water levels on all considered cross sections, plot of high water levels on the longitudinal profile of the watercourse, plot of velocities in the water stream for the flows of the mentioned high water return periods, etc.

Appropriate roughness should be used in the calculation, different value for the main riverbed and the inundation surfaces.

There is a need to analyze the impact of the Zeta river on the flow regime of the Gračanica river. two cases / scenarios need to be analyzed:

/ Case of occurrence of high water of the return period of 100 years of the river Gračanica and simultaneous occurrence of high water of the river Zeta of the return period of 10 years

/ Occurrence of high water of the return period of 100 years of the Zeta River, with simultaneous occurrence of high water of the river Gračanica of the return period of 10 years

In the hydraulic calculation, it is obligatory to consider the impact of the dam and Liverovici accumulation.

After the hydraulic analysis has been performed, the obtained results (water depth for existing riverbed profiles) should be applied to geodetic cross sections and shown on appropriate ortho-photo layouts.

7.4.2. / Preparation of detailed design

The detailed design of the regulation works on the Gračanica river, which will include sections along the bridges, should be prepared in accordance with the applicable technical legislation and rules of the profession for the hydraulic engineering field of design. Regulation activities in the riverbed of this watercourse are planned to be implemented at minimum 5 bridges on the section of cca. 6 km of length - from the mouth of Gračanica river to Zeta river to upstream direction. Regulation 50 m upstream of the bridge and 50 m downstream of the bridge must be done on each bridge. For the preparation of the detailed design, it is necessary to carry out geodetic survey of the cross sections of the riverbed, also with riverbanks survey up to approx. 15 m of width, with cross sections distance of 25-35 m.

In order to develop detailed design of the regulation works (measures) for the protection of the banks and river bed at all, the Company must prepare hydrological, geodetic and geological bases, and carry out an appropriate hydraulic calculation on the basis of which the measures for the implementation of the relevant river regulation works will be performed. Also, the following calculations are required:

- Calculation of expected and critical tensile stresses for the purpose of defining riverbed and slope stability / tensile stresses and tensile stresses in curves

- Calculation of rising water level in curves of regulated watercourse

- Calculation of the relevant thickness of the trough lining

- Calculation of stabilization thresholds, if required

- Calculation of transitional sections at places where normal profiles change, at locations adjacent to bridges, etc.

At each section along the bridge, a geotechnical analysis of the slope stability must be performed for the planned regulation works / protective measures of the Gračanica riverbed.

8. / CONTENT OF PROJECT DESIGN DOCUMENT

8.1. / Detailed design of the Gračanica river regulation on sections along the bridges

The project design should be made at the level of the detailed design and contain a textual and graphic part with all details and elements for the execution of the planned works.

/ The textual part of the project design

The textual part of this detailed design involves the following:

/ General documents: company register document for the activity concerning to the type of design that will be performed, certificates, resolutions, statements, evidence of staff competence, etc.

/ Technical description of all activities foreseen by this detailed design. The technical description should include a description of the subject area, the basis for the project design, a description of the existing condition of the river basin and the Gračanica riverbed, description of the technical protection measures of river regulation and a description of all the characteristic details and technical elements that are listed in the graphic part of the project design. The technical description shall also include the geological investigation works of soil in order to perform the stability analysis of the regulated watercourse. Also, in this description it is necessary to specify the detailed conditions of construction and maintenance, with special emphasis on the way of examining the quality of the work performed and the materials used.

/ Technical conditions of construction for all works carried out within this project design (preparatory works, surveying of the route regulation, removal of underground installations if any, earthworks, prefabricated works, finishing works and landscaping, work safety and fire protection measures, acceptance of works performed, etc.)

/ Hydraulic calculations for all sections, for high waters of returning period 1/20, 1/50 and 1/100 years.

/ Geotechnical analyzes of the slope stability of regulated river on characteristic cross sections

/ Geodetic elements for defining of river regulation route with all elements necessary for carrying out these activities, which have to be prepared as a separate document of this detailed design.

/ Bill of quantities of works with calculations shown for each item described. The cost sheet of all works should be made in “excel” format by type of work. In addition to the description of BoQ items, also provide the unit measure designation, quantity, unit price and total price in EUR - currency, and finally show recapitulation by type of work and the total cost for each section, separately.

The Bill of Quantities must be performed for all types of works that will be considered through the Gračanica river regulation:

- Preliminary works (geodetic survey of cross-sections, cleaning of municipal waste and defining of landfill for disposal of these materials, cutting and removal of low and high vegetation, building of access roads, etc.)

- Earthwork (removal of the humus and the surface layer where is it in bad condition and removal to the landfill, transport and filling of the appropriate earth material for making the riverbed lining, filling and compaction of the filled material in layers with a maximum thickness of 30 cm, test of compaction with a static plate, planning of the surfaces etc.)

- Installation works (possible rehabilitation or construction of facilities for drainage of coastal waters, water supply etc.)

- Finishing works (smoothing and grass cover of surface, bringing the surrounding terrain to its original condition, geodetic surveying of condition after river regulation works, etc.)

Bill of quantities should show proofs of calculations for each item where the procedure for obtaining the calculated quantity will be clearly visible. In addition, a table of earthworks / main works should be prepared and enclosed BoQ, which will take into account the quantities on each cross section of the Gračanica river.

In this BoQ, apart from usual types of works, it is necessary that Company provide elaboration of geodetic survey and drawings of conditions after river regulation works conducted – as built design.

In the description of the items of BoQ, define in detail the technical standards of quality of materials and equipment for execution. The Company is also obliged to submit this BoQ in digital form (Microsoft Office Excel).

/ The graphic part of project design

Within the graphic part of the project documentation, the following should be done:

/ An overview map should be prepared in which it is necessary to indicate the watercourse, all important structures, the scope of the detailed design and the river regulation sections planned. Prepare the overview map in one of the following scales: 1: 5000, 1: 10000 or 1: 25000.

/ In detailed layouts, indicate all sections for which regulation is planned, stations and lengths of sections, description of important structures, type of normal profile applicable, bridges, etc. Prepare detailed layouts at a scale of 1: 500, 1: 1000 or similar.

/ For each section planned for regulation, prepare longitudinal profile with stationary sections, indicated sections for reconstruction with lengths shown, the levels of the bottom of the existing riverbed in the river regulation axis, the levels of the bottom of regulated river, the elevations of the existing banks, the elevations of the river regulated banks by profiles, the position of bridges, etc. Longitudinal profiles must be prepared at a scale of 1: 100/1000.

/ Normal profiles of regulated sections of the Gračanica river need to be developed. On normal profiles, indicate the sections and lengths to which it applies, the width of the bottom of the regulated riverbed, the height and thickness of the riverbed lining, the detail of the bridge, etc. Normal profiles prepare at the scale of 1:50, 1: 100 or similar.

/ Cross sections of the Gračanica river need to be prepared, showing elevations of the relevant high waters, elevation of bottom of regulated riverbed, elevation of the banks of the regulated riverbed with the position of the operational polygon for construction work, inclination of the slopes of the regulated riverbed, etc. These drawings prepare at scale 1:25, 1:50 or similar.

/ Prepare drawing of structure for drainage of coastal water, if any and details of reconstruction of existing sewage pipe outlets, if any, on a scale of 1:20, 1:25 or similar.

/ All other details regarding the river regulation along the bridges need to be done

Visualization of project results:

The Company must develop 3D animation of detailed design developed, that will be part of documents delivered. The 3D animation should be done using one of the best applicable softwares with clear visibility of topographic elements, river and river structures.

9. / ENVIRONMENTAL SAFEGUARDS

A policy of proposing and implementing of safeguards is one of the most important ways to prevent and mitigate unnecessary harm to people and their environment while carrying out planned activities. During the identifying and preparing a project, safeguards aim is to help assess the potential environmental risks and impacts (positive or negative) connected to planned activities. During project implementation, safeguards also have the task of helping to define measures and processes for effective risk management and amplification of positive impacts.

The current laws related to environment of Montenegro, that need to be followed are:

- / The Environmental Law of Montenegro (“Official Gazette of Montenegro No.27-1/15-1/11, 28.07.2016”)

- / The Law of environmental impact assessment of Montenegro (“Official Gazette of Montenegro No.075/18, 23.11.2018”)

- / Air protection law of Montenegro (“Official Gazette of Montenegro No.025/10, 05.05.2010, 040/11, 08.08.2011, 043/15, 31.07.2015”)

- / The Law on noise protection of Montenegro (“Official Gazette of Montenegro No.028/11, 10.06.2011, 001/14, 09.01.2014, 002/18, 10.01.2018”).

9.1. / Potential environmental impacts of regulation works /river works

As part of this project, it is necessary to analyze and assess the environmental impact of the planned works and to define measures to mitigate these impacts.

Contamination, which may occur at various stages of construction, reconstruction or rehabilitation, is temporary in nature and can be mitigated by applying standard measures to reduce these impacts, as well as by applying good engineering experience, applying codes of good construction practice and regular maintenance for specific cases.

Generally speaking, the potential effects that need to be focused on, during the implementation of the planned regulation works/river works are: soil degradation by pollution of the surrounding soil by the emission of gases, dust or heavy metals from transport vehicles / construction machinery, temporary construction sites, temporary roads or disposal waste; water pollution by discharging various waste products from the construction site process and site complexes (liquids, particles and solid waste) onto shorelines or directly into river beds leads to the spread of pollution along watercourses with a negative impact on flora and fauna; discharge of used water from construction sites (technological and hygienic) into watercourses, disturbance of groundwater (groundwater cycle and quality of water resources) as a result of excavation; air pollution by increased concentrations of pollutants - dust and exhaust gases from vehicles (machines involved in the works); noise from human presence and on-site work, vehicle movement and construction machinery; disturbance of flora and fauna by increased noise level, and influences that can occur during the work due to improper and negligent operation and handling of equipment, whereby the watercourse can reach: parts of used formwork, packaging in which building material is wrapped and stored, construction steel, flakes and solidified concrete, insulating materials, paints, varnishes and solvents, construction machinery, oil from machine hydraulics, oil for the operation of construction machinery, etc.

Particular attention should be paid to the specific types of activities that will be performed as part of the regulation works/river works, which in this case is earthworks. Earthworks are performing at the contact of the water surface with the slope of the riverbank/dyke. At this contact it is impossible to completely avoid partial erosion and entry of amounts of soil into the river. The eroded land will be partly carried off by the river stream and partly deposited on parts of the coast with lower velocity. During earthworks, the occurrence of rain events can lead to the erosion of surface dust and runoff into the watercourse, which can increase turbidity on downstream sections. Dust particles carried by the wind reach the surface of the watercourse, which can further pollute the watercourse.

9.2. / Measures to mitigate impact on environment

Measures to mitigate the impact of planned works and activities on the environment need to be defined for:

air quality

water quality

soil

flora and fauna

natural heritage

cultural and historical heritage

noise

visual effects

waste management

accidents

transboundary impact

society and economy.

For each of these impacts it is necessary to define separately:

character of influence (positive / negative)

spatial reach of impact (limited / possible spread)

duration / frequency of impact

probability of impact (safe / probable)

the intensity and the ability to mitigate the negative impact

This part of the project needs to be done in accordance with local legislation and appropriate standards.

10. / SOCIAL SAFEGUARDS

As part of this project, it is necessary to analyze and assess the impact of the planned activities on the society and the measures be taken to reduce these impacts. The main activities to be covered by this part of the project are:

/ Population displacement: Resettlement should not be considered as an option. Thus, no engineering solution should be proposed, which might include resettlement.

/ Impacts on the most vulnerable groups: Analyze whether there are vulnerable groups that can feel the direct impact caused by the project.

/ Land expropriation: It is necessary to examine whether temporary or permanent expropriation is expected at some project locations.

/ Economy: Analyze whether the level of business activity and employment will increase as a result of project implementation.

/ Security: Considering the nature of the work to be carried out whether an increased level of security for the local population is required.

It is necessary to analyze whether there are other activities that should include aspects of social protection, and if any, they should be covered by the project and appropriate safeguards and measures that will mitigate these impacts should be defined.

11. / ENVIRONMENTAL AND SOCIAL SCREENING

Analyzing of ecology and society conditions is an important and primary step in assessing environmental and social risks and the impact of planned activities. The selection results form the basis for assigning risk categories to the environment and society and informs the decisions on the degree of environmental and social analysis to be undertaken. The screening process identifies key aspects that will need to be further examined and managed in the future.

To prepare this document, it is necessary to analyze and provide detailed answers and descriptions for the following requirements:

- how the project integrates the principles of strengthening social and environmental sustainability?

- what are the potential social and environmental risks?

- what is the level of significance of the identified risks?

- categorization of social and environmental risks of the project (low / moderate / high)

- based on identified risks and risk categorization, which requirements are relevant

-what is the level of social and environmental assessment and management required to resolving potential impacts and risks?

Within this part of the project, an environmental and social impact analysis report should be submitted, consisting of two parts:

/ Part A is a test against a set of exclusion criteria. Exclusion criteria describe activities that have specific risk factors that would increase the overall environmental and social risk of the proposed activities.

/ Part B is a checklist made in according to the appropriate standards. The checklist considers all potential environmental and social risks, including requirements based on specific standards. The checklist identifies all other potential environmental and social issues that will be analyzed, and on which will need to be pay attention in the future.

The results from Part B will be basis for the development of environmental and social action plans or other planning documents in the future.

Part A

The main questions that need to be analyzed and need to be answered in detail with descriptions and explanations within this section are:

-Will the activities involve related facilities or will it create cumulative effects that will require further detailed analysis and management planning?

-Will the planned activities affect working conditions, health and safety of workers or employ vulnerable categories of workers, including women and children?

-Whether the planned activities will generate hazardous waste and pollutants, including pesticides and soil pollutants, which will require the development of additional studies on management, minimization, control and compliance with national and international standards?

-Will the planned activities include the construction, maintenance and rehabilitation of infrastructure (such as dams, interruption of water supply, structures in rivers) that would require further technical assessments and safety studies preparation?

- Will the proposed activities potentially include resettlement, land acquisition and economic displacement of the individual and communities?

- Will the planned activities be located in protected areas and areas of ecological importance, including critical habitats, key biodiversity areas and internationally protected sites?

- Will the activities affect indigenous peoples who require further attention and the development of inclusion and development plans?

- Will the activities be located in areas that are considered to have archeological (prehistoric), paleontological, historical, cultural, artistic and religious values or contain features that are considered as critical cultural heritage?

Part B

As part of this section, a table describing the following activities should be prepared: overall risks, mitigation measures, risk significance, responsible institution, timetable, expected results, cost estimates.

12. / OPERATING AND MAINTENANCE PLAN

The operation and maintenance plan of controlled rivers must be prepared to establish in one primary controlled document (with associated supporting documents) the complete, accurate, current structure-oriented instructions for operation and maintenance of rivers and canals. This plan includes all applicable operating instructions to adequately, safely, and reliably operate rivers including its structures.

The purpose is to ensure adherence to approved operating procedures over long periods of time and during changes in operating personnel.

The plan must be prepared primarily for the use of operating personnel located at or nearest to the river structures and their immediate supervisors (i.e. section officers) who are assigned the responsibility for the operation and maintenance of the river.

This plan contains as a minimum all information and instructions necessary for operating personnel and section officers to perform their duties.

The works in the riverbed and on the riverbanks include the following:

/ necessary removal of channel silt and/or aquatic weed growth

/ removal of obstructions from the river which restrict the free flow of water

/ general maintenance (which may include upgrade or replacement if necessary) of grilles, culverts/outlets, flap-valves

/ construction, repair or protection of flood defenses, culverts/outlets, revetments and watercourse structures

/ measures for the protection or rehabilitation of fishery, conservation or other interests.

The following elements might be taken into consideration in O&M development, regarding any emabankment construction, with appropriate timelines:

a. Erosion: Erosion involves the loss of embankment material due to wind and water action. It reduces the cross section and undermines structures, thereby impairing the safety and stability of the embankment and structures.

b. Trees and Vegetation: Trees and deep-rooted vegetation on embankments create voids and provide seepage flow paths when the roots decay. Upon reaching maturity, trees are also susceptible to being toppled and shortened seepage paths in the embankment.

c. Animal burrows: Animal burrows in embankments can create seepage paths and weaken the integrity of the structure. Often, animals burrow deep into the embankment which allows water to travel freely to the downstream face, thus allowing piping to occur and ultimate failure of the dyke.

d. Encroachments: Encroachments may occur in various ways, including buried utilities, utility lines and poles on the embankment top and side slopes of embankments, construction of buildings on embankments, and removal of embankment material to accommodate construction or to obtain material for other use. Encroachments weaken embankments and may seriously jeopardize the integrity of the structure.

e. Stability and settlement: Sloughs, slumps, bulges, depressions in the top of the bund, cracks, or other irregularities are often signs of instability and settlement of the embankment or foundation, or both.

f. Seepage: Seepage occurs to some extent at almost all embankments. The monitoring and control of any seepage are essential to proper maintenance. The amount of seepage may vary from wet spots to large quality flows. Uncontrolled seepage (large flows or flows that carry sediment) indicates internal erosion, which weakens the embankment, foundation, or abutments; creates voids; and leads to embankment failure. Where possible, the quantity of seepage should be measured and recorded in a logbook. Water measurement weirs and devices may need to be constructed and installed.

g. Slope protection: The river/canal lining, if any, must be protected against destructive action. The canal lining is sometimes distressed, displaced, and impaired by various causes, including deterioration of concrete surface, settlement, or removal by humans for use elsewhere, or to accommodate recreational use such as building a seat for placing a pump or a windbreak for fishing.

Also, this plan must contain number of operating staff, mechanization and equipment needed to perform mentioned activities. The Company must consider and give estimated costs of full long-term Operation and Maintenance plan.

13. / REQUIRED STAFF QUALIFICATIONS AND DESIGN PREPARATION DEADLINE

For preparation of this project, the Bidder must meet the following conditions:

/ The preparation of the main project should be done by a legal entity / company with an official license for preparation of project documentation in Montenegro. If the Bidder is consortium (or similar type of business association), lead company must fulfil this criterium.

/ For the purpose of development of this project documentation, the Bidder must have experience in the preparation of project designs, minimum 5 years. It is necessary to submit a minimum of 3 reference letter for the last 5 years, for projects of similar scale and value. If the Bidder is consortium (or similar type of business association), lead company must fulfil this criterium.

/ The Bidder must have at least 3 permanent Designers available to perform this work. Details of the required qualifications of the work staff are given in the next section. Proposed Project Design Manager must be holder of a valid license to perform requested tasks in Montenegro.

During the preparation of project documentation, the Company must adhere to the following:

/ The Detailed design should contain all elements in accordance with the Rulebook on the Method of Design and Content of Technical Documentation for the Construction / Official Gazette of Montenegro, No. 044/18 of 06.07.2018), Law of Spatial Planning and construction(Official Gazette of Montenegro 64/2017) and Rulebook of the Method of Design, Scale and Close Content of Technical Documentation / Official Gazette of Montenegro No.23-14 of May 30, 2014, following the rules of the profession for field of river hydrotechnics/hydraulics.

/ In order to meet the requirements of the Work Safety Law and Health Act, the Bidder is obliged to comply with the applicable legal regulations.

13.1. / Required staff qualifications

To prepare this project documentation, the Bidder must have the following personnel available:

a. Project Design Manager:

Bachelor of Civil Engineering, master’s degree will be considered as advantage, with work experience of min. 10 in project documentation preparation, who is permanent employee of the Bidder - 1 engineer. Experience in design of river structures, hydraulic analysis development and similar is required. Experience in the South East Europe (SEE) region will be consider as advantage.

b. Project Engineers/Designers:

Bachelor of Civil Engineering, master’s degree will be considered as advantage, with work experience of min. 7 years of project design preparation, who is permanent employee of the Bidder - 2 engineers. Experience in the SEE region will be consider as advantage.

c. Hydrologist:

Bachelor of Engineering – Hydrologist, master’s degree will be considered as advantage, with work experience of min. 7 years in the field of hydrology with experience in hydrology processing data, hydrology calculations, who is permanent employee of the Bidder or hired as external expert / consultant - 1 expert. Experience in the SEE region will be consider as advantage.

d. Hydraulic Modeler:

Bachelor of Engineering / Hydraulic Engineering, master’s degree will be considered as advantage, with work experience of min. 7 years in the field of hydraulics who is permanent employee of the Bidder or hired as external expert / consultant - 1 engineer. Experience in conducting of hydraulic analysis of the rivers and open canals, experience in modeling software (HEC Ras, Mike 11 or similar softwares). Experience in the SEE region will be consider as advantage.

e. Geologist:

Bachelor of science in geology, master’s degree will be considered as advantage, with work experience of min. 7 years in the field of geology who is a permanent employee of the Bidder or hired as external expert / consultant - 1 engineer. Experience in the SEE region will be consider as advantage.

f. Geotechnical Engineer:

Bachelor in Geotechnical or Civil Engineering, master’s degree will be considered as advantage, with 7 years of related experience, who is a permanent employee of the Bidder or hired as external expert / consultant - 1 engineer. Experience performing geotechnical investigations, including drilling, field testing/sampling, instrumentation, and test pitting, experience with civil/site design and modeling software, including AutoCAD, HydroCAD, Slope/W and Seep/W is preferred. Experience in the SEE region will be consider as advantage.

g. Surveyor:

Bachelor of geodetic engineering, master’s degree will be considered as advantage, with minimum of 7 years work experience in the field of geodesy who is a permanent employee of the Bidder or hired as external expert / consultant - 1 engineer. Experience in the SEE region will be consider as advantage.

h. Environmental engineer:

Bachelor of science in environmental, master’s degree will be consider as advantage, with a work experience of min. 7 years in the field of environmental protection who is a permanent employee of the Bidder or hired as external expert / consultant – 1 engineer. Experience in the SEE region will be consider as advantage.

i. Social safeguards specialist:

Bachelor of science in Social Engineering, master’s degree will be considered as advantage, with a work experience of min. 7 years in the field of social safeguards documents preparation, who is a permanent employee of the Bidder or hired as external expert / consultant – 1 expert. Experience in the SEE region will be consider as advantage.

IMPORTANT NOTES FOR BIDDERS:

1. The clause on permanent employment by the Bidder for the position a) Project Design Manager (1 expert) and b) Project Engineers/Designers (2 experts) will be assessed cumulatively, If the Bidder is consortium (or similar type of business association), i.e. the proposed experts may be permanent employees of lead company or member of the consortium (or similar type of business association),

2. The Bidder must propose only one expert for each of the positions listed above, except for position “Project Engineers/Designers” where 2 experts are required to be proposed. The offers that would include one expert proposed for more then one position will be evaluated as non-responsive.

3. The Bidders that would include two (or more) experts for the positions that are covered by 1 expert (with the exception of the position “Project Engineers/Designers” where 2 experts are required) will be requested to nominate/propose 1 expert to be evaluated.

It is strongly recommended to avoid cases described under points 2 and 3.

13.2. / Deadline of project design preparation

The total time of preparation of the project design documentation, which involves the preparation the detailed design of the river regulation at locations along to existing bridges, is 4 months from the date of signing the contract for the implementation of these activities. The schedule of these activities is given below:

/ Hydrological data collection and hydrological calculations, as a base for preparation of the design, total 1 month

/ Geodetic survey of cross sections on the river, total 1 month

/ Excavation of geological pits and boreholes in riverbed and riverbanks of Gračanica river and reports preparation, total 1 month

/ Hydraulic and geotechnical calculation on the river, total 1 month

/ Development of the detailed design of the regulation of this watercourse at locations along to the existing bridges, total 2 months.

The planned project activities are shown in the following table:

Table 1

Activities / Time (months)

/ 1 / 2 / 3 / 4

/ / / /

Development of the detailed design of regulation of the Gračanica river on sections along the existing bridges /

Hydrological data collection and hydrological calculations, total 1 month / / / /

Geodetic survey of cross sections of the river, total 1 month / / / /

Drilling the geological boreholes with geological study development, total 1 month / / / /

Hydraulic and geotechnical calculations of the river, total 1 month / / / /

Development of the detailed design of the regulation of Gračanica river at locations along to the existing bridges, total 2,0 months / / / /

14. / DELIVERABLES OF PROJECT DOCUMENTATION

It is obligatory to submit reports with completed parts of the assignments in the following order, also showing the percentage of payment to Company:

Table 2 /

Activities / Date of project documentation delivery

/ Date of project documentation approval / Percentage of payment to Company / Type of payment to Company

Development of the detailed design of regulation of the Gračanica river on sections along the existing bridges / / / /

1.1. Deliverable of hydrological data and hydrological calculations, total 1 month / 15-Nov-20 / 30-Nov-20 / 30% / payment after documents accepted

1.2. Deliverable of geodetic survey of cross sections of the river, total 1 months / 15-Nov-20 / 30-Nov-20 / /

1.3. Drilling the geological boreholes with geological study development, total 1 month / 15-Nov-20 / 30-Nov-20 / /

1.4. Deliverable of hydraulic and geotechnical calculations of the river, total 1 month / 10-Dec-20 / 25-Dec-20 / 30% / payment after document accepted

1.5. Development of the detailed design of the regulation of Gračanica river at locations along to the existing bridges, total 2 months / 30-Jan-21 / 15-Mar-21 / 40% / upon completion of revision of detailed design

The subject documentation must be submitted to the UNDP Montenegro in printed form (5 hard copies - 3 in the language of Montenegro, 2 in English) and in electronic form - CD (2 copies - 1 in the language of Montenegro and 1 in English).

15. / ANNEXES

Annex No. 1: Overview of planned activities scope for preparation of detailed design of Gračanica river regulation along the existing bridges, in Montenegro

Section 6: Returnable Bidding Forms / Checklist

This form serves as a checklist for preparation of your Proposal. Please complete the Returnable Bidding Forms in accordance with the instructions in the forms and return them as part of your Proposal submission. No alteration to format of forms shall be permitted and no substitution shall be accepted.

Before submitting your Proposal, please ensure compliance with the Proposal Submission instructions of the BDS 22.

Technical Proposal Envelope:

Have you duly completed all the Returnable Bidding Forms? /

 / Form A: Technical Proposal Submission Form / ☐

 / Form B: Bidder Information Form / ☐

 / Form C: Joint Venture/Consortium/ Association Information Form / ☐

 / Form D: Qualification Form / ☐

 / Form E: Format of Technical Proposal / ☐

 / Form H: Proposal Security Form / ☐

[Add other forms as necessary] / ☐

Have you provided the required documents to establish compliance with the evaluation criteria in Section 4? / ☐

Financial Proposal Envelope

(Must be submitted in a separate sealed envelope/password protected email)

 / Form F: Financial Proposal Submission Form / ☐

 / Form G: Financial Proposal Form / ☐

Form A: Technical Proposal Submission Form

Name of Bidder: / [Insert Name of Bidder]

Date: / Select date

RFP reference: / [Insert RFP Reference Number]

We, the undersigned, offer to provide the services for [Insert Title of services] in accordance with your Request for Proposal No. [Insert RFP Reference Number] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal and our Financial Proposal sealed under a separate envelope.

We hereby declare that our firm, its affiliates or subsidiaries or employees, including any JV/Consortium /Association members or subcontractors or suppliers for any part of the contract:

a) / is not under procurement prohibition by the United Nations, including but not limited to prohibitions derived from the Compendium of United Nations Security Council Sanctions Lists;

b) / have not been suspended, debarred, sanctioned or otherwise identified as ineligible by any UN Organization or the World Bank Group or any other international Organization;

c) / have no conflict of interest in accordance with Instruction to Bidders Clause 4;

d) / do not employ, or anticipate employing, any person(s) who is, or has been a UN staff member within the last year, if said UN staff member has or had prior professional dealings with our firm in his/her capacity as UN staff member within the last three years of service with the UN (in accordance with UN post-employment restrictions published in ST/SGB/2006/15);

e) / have not declared bankruptcy, are not involved in bankruptcy or receivership proceedings, and there is no judgment or pending legal action against them that could impair their operations in the foreseeable future;

f) / undertake not to engage in proscribed practices, including but not limited to corruption, fraud, coercion, collusion, obstruction, or any other unethical practice, with the UN or any other party, and to conduct business in a manner that averts any financial, operational, reputational or other undue risk to the UN and we embrace the principles of the United Nations Supplier Code of Conduct and adhere to the principles of the United Nations Global Compact.

We declare that all the information and statements made in this Proposal are true and we accept that any misinterpretation or misrepresentation contained in this Proposal may lead to our disqualification and/or sanctioning by the UNDP.

We offer to provide services in conformity with the Bidding documents, including the UNDP General Conditions of Contract and in accordance with the Terms of Reference

Our Proposal shall be valid and remain binding upon us for the period of time specified in the Bid Data Sheet.

We understand and recognize that you are not bound to accept any Proposal you receive.

I, the undersigned, certify that I am duly authorized by [Insert Name of Bidder] to sign this Proposal and bind it should UNDP accept this Proposal.

Name: / _____________________________________________________________

Title: / _____________________________________________________________

Date: / _____________________________________________________________

Signature: / _____________________________________________________________

[Stamp with official stamp of the Bidder]

Form B: Bidder Information Form

Legal name of Bidder / [Complete]

Legal address / [Complete]

Year of registration / [Complete]

Bidder’s Authorized Representative Information / Name and Title: [Complete]

Telephone numbers: [Complete]

Email: [Complete]

Are you a UNGM registered vendor? / ☐ Yes ☐ No / If yes, [insert UGNM vendor number]

Are you a UNDP vendor? / ☐ Yes ☐ No / If yes, [insert UNDP vendor number]

Countries of operation / [Complete]

No. of full-time employees / [Complete]

Quality Assurance Certification (e.g. ISO 9000 or Equivalent) (If yes, provide a Copy of the valid Certificate): / [Complete]

Does your Company hold any accreditation such as ISO 14001 related to the environment? (If yes, provide a Copy of the valid Certificate): / [Complete]

Does your Company have a written Statement of its Environmental Policy? (If yes, provide a Copy) / [Complete]

Contact person UNDP may contact for requests for clarification during Proposal evaluation / Name and Title: [Complete]

Telephone numbers: [Complete]

Email: [Complete]

Please attach the following documents: /  / Company Profile, which should not exceed fifteen (15) pages, including printed brochures and product catalogues relevant to the goods/services being procured

 / Certificate of Registration of the business, including Articles of Incorporation, or equivalent document if Bidder is not a corporation

 / Tax Registration/Payment Certificate issued by the Internal Revenue Authority evidencing that the Bidder is updated with its tax payment obligations, or Certificate of Tax exemption, if any such privilege is enjoyed by the Bidder

 / Agreement among the legal entities, if the Proposer is a group of legal entities that will form or have formed a joint venture, consortium or association at the time of the submission of the Proposal

 / CVs of Key Personnel

 / Latest audited Financial Statement (Income Statement and Balance Sheet) for the past 3 years

 / Statement of Satisfactory Performance from the Top 3 Clients in terms of Contract Value in the past 5 years, including contacts for reference

Form C: Joint Venture/Consortium/Association Information Form

Name of Bidder: / [Insert Name of Bidder]

Date: / Select date

RFP reference: / [Insert RFP Reference Number]

To be completed and returned with your Proposal if the Proposal is submitted as a Joint Venture/Consortium/Association.

No / Name of Partner and contact information (address, telephone numbers, fax numbers, e-mail address) / Proposed proportion of responsibilities (in %) and type of services to be performed

1 / [Complete]

[Complete]

2 / [Complete]

[Complete]

3 / [Complete]

[Complete]

Name of leading partner

(with authority to bind the JV, Consortium, Association during the RFP process and, in the event a Contract is awarded, during contract execution) / [Complete]

We have attached a copy of the below document signed by every partner, which details the likely legal structure of and the confirmation of joint and severable liability of the members of the said joint venture:

☐ Letter of intent to form a joint venture / OR / ☐ JV/Consortium/Association agreement

We hereby confirm that if the contract is awarded, all parties of the Joint Venture/Consortium/Association shall be jointly and severally liable to UNDP for the fulfillment of the provisions of the Contract.

Name of partner: ___________________________________ / Name of partner: ___________________________________

Signature: ______________________________ / Signature: _______________________________

Date: ___________________________________ / Date: ___________________________________

/

Name of partner: ___________________________________ / Name of partner: ___________________________________

Signature: ______________________________ / Signature: _______________________________

Date: ___________________________________ / Date: ___________________________________

Form D: Qualification Form

Name of Bidder: / [Insert Name of Bidder]

Date: / Select date

RFP reference: / [Insert RFP Reference Number]

If JV/Consortium/Association, to be completed by each partner.

Historical Contract Non-Performance

☐ Contract non-performance did not occur for the last 3 years

☐ Contract(s) not performed for the last 3 years

Year / Non- performed portion of contract / Contract Identification / Total Contract Amount (current value in US$)

/

/ Name of Client:

Address of Client:

Reason(s) for non-performance:

/

Litigation History (including pending litigation)

☐ No litigation history for the last 3 years

☐ Litigation History as indicated below

Year of dispute / Amount in dispute (in US$) / Contract Identification / Total Contract Amount (current value in US$)

/ / Name of Client:

Address of Client:

Matter in dispute:

Party who initiated the dispute:

Status of dispute:

Party awarded if resolved: /

Previous Relevant Experience /

Please list only previous similar assignments successfully completed in the last 10 years.

List only those assignments for which the Bidder was legally contracted or sub-contracted by the Client as a company or was one of the Consortium/JV partners. Assignments completed by the Bidder’s individual experts working privately or through other firms cannot be claimed as the relevant experience of the Bidder, or that of the Bidder’s partners or sub-consultants, but can be claimed by the Experts themselves in their CVs. The Bidder should be prepared to substantiate the claimed experience by presenting copies of relevant documents and references if so requested by UNDP.

Project name & Country of Assignment / Client & Reference Contact Details / Contract Value / Period of activity and status / Types of activities undertaken

/ / / /

/ / / /

/ / / /

Bidders may also attach their own Project Data Sheets with more details for assignments above.

☐ Attached are the Statements of Satisfactory Performance from the Top 3 (three) Clients or more.

Financial Standing

Annual Turnover for the last 3 years / Year / EUR

Year / EUR

Year / EUR

Latest Credit Rating (if any), indicate the source /

Financial information

(EUR) / Historic information for the last 3 years

/ Year 1 / Year 2 / Year 3

/ Information from Balance Sheet

Total Assets (TA) / / /

Total Liabilities (TL) / / /

Current Assets (CA) / / /

Current Liabilities (CL) / / /

/ Information from Income Statement

Total / Gross Revenue (TR) / / /

Profits Before Taxes (PBT) / / /

Net Profit / / /

Current Ratio / / /

☐ Attached are copies of the audited financial statements (balance sheets, including all related notes, and income statements) for the years required above complying with the following condition:

a) / Must reflect the financial situation of the Bidder or party to a JV, and not sister or parent companies;

b) / Historic financial statements must be audited by a certified public accountant;

c) / Historic financial statements must correspond to accounting periods already completed and audited. No statements for partial periods shall be accepted.

Form E: Format of Technical Proposal

Name of Bidder: / [Insert Name of Bidder]

Date: / Select date

RFP reference: / [Insert RFP Reference Number]

The Bidder’s proposal should be organized to follow this format of Technical Proposal. Where the bidder is presented with a requirement or asked to use a specific approach, the bidder must not only state its acceptance, but also describe how it intends to comply with the requirements. Where a descriptive response is requested, failure to provide the same will be viewed as non-responsive.

SECTION 1: Bidder’s qualification, capacity and expertise

1.1 / Brief description of the organization, including the year and country of incorporation, and types of activities undertaken.

1.2 / General organizational capability which is likely to affect implementation: management structure, financial stability and project financing capacity, project management controls, extent to which any work would be subcontracted (if so, provide details).

1.3 / Relevance of specialized knowledge and experience on similar engagements done in the region/country.

1.4 / Quality assurance procedures and risk mitigation measures.

1.5 / Organization’s commitment to sustainability.

SECTION 2: Proposed Methodology, Approach and Implementation Plan

This section should demonstrate the bidder’s responsiveness to the TOR by identifying the specific components proposed, addressing the requirements, providing a detailed description of the essential performance characteristics proposed and demonstrating how the proposed approach and methodology meets or exceeds the requirements. All important aspects should be addressed in sufficient detail and different components of the project should be adequately weighted relative to one another.

2.1 / A detailed description of the approach and methodology for how the Bidder will achieve the Terms of Reference of the project, keeping in mind the appropriateness to local conditions and project environment. Details how the different service elements shall be organized, controlled and delivered.

2.2 / The methodology shall also include details of the Bidder’s internal technical and quality assurance review mechanisms.

2.3 / Explain whether any work would be subcontracted, to whom, how much percentage of the work, the rationale for such, and the roles of the proposed sub-contractors and how everyone will function as a team.

2.4 / Description of available performance monitoring and evaluation mechanisms and tools; how they shall be adopted and used for a specific requirement.

2.5 / Implementation plan including a Gantt Chart or Project Schedule indicating the detailed sequence of activities that will be undertaken and their corresponding timing.

2.6 / Demonstrate how you plan to integrate sustainability measures in the execution of the contract.

2.7 / Any other comments or information regarding the project approach and methodology that will be adopted.

SECTION 2A: Bidder’s Comments and Suggestions on the Terms of Reference

Provide comments and suggestions on the Terms of Reference, or additional services that will be rendered beyond the requirements of the TOR, if any.

SECTION 3: Management Structure and Key Personnel

3.1 / Describe the overall management approach toward planning and implementing the project. Include an organization chart for the management of the project describing the relationship of key positions and designations. Provide a spreadsheet to show the activities of each personnel and the time allocated for his/her involvement.

3.2 / Provide CVs for key personnel that will be provided to support the implementation of this project using the format below. CVs should demonstrate qualifications in areas relevant to the Scope of Services.

Format for CV of Proposed Key Personnel

Name of Personnel / [Insert]

Position for this assignment / [Insert]

Nationality / [Insert]

Language proficiency / [Insert]

Education/ Qualifications / [Summarize college/university and other specialized education of personnel member, giving names of schools, dates attended, and degrees/qualifications obtained.]

/ [Insert]

Professional certifications / [Provide details of professional certifications relevant to the scope of services]

/  / Name of institution: [Insert]

 / Date of certification: [Insert]

Employment Record/ Experience

/ [List all positions held by personnel (starting with present position, list in reverse order), giving dates, names of employing organization, title of position held and location of employment. For experience in last five years, detail the type of activities performed, degree of responsibilities, location of assignments and any other information or professional experience considered pertinent for this assignment.]

/ [Insert]

References

/ [Provide names, addresses, phone and email contact information for two (2) references]

/ Reference 1:

[Insert]

Reference 2:

[Insert]

I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe my qualifications, my experiences, and other relevant information about myself.

________________________________________ / ___________________

Signature of Personnel / / / / / / Date (Day/Month/Year)

Form F: Financial Proposal Submission Form

Name of Bidder: / [Insert Name of Bidder]

Date: / Select date

RFP reference: / [Insert RFP Reference Number]

/

We, the undersigned, offer to provide the services for [Insert Title of services] in accordance with your Request for Proposal No. [Insert RFP Reference Number] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal and our Financial Proposal sealed under a separate envelope.

Our attached Financial Proposal is for the sum of [Insert amount in words and figures].

Our Proposal shall be valid and remain binding upon us for the period of time specified in the Bid Data Sheet.

We understand you are not bound to accept any Proposal you receive.

Name: / _____________________________________________________________

Title: / _____________________________________________________________

Date: / _____________________________________________________________

Signature: / _____________________________________________________________

[Stamp with official stamp of the Bidder]

Form G: Financial Proposal Form

Name of Bidder: / [Insert Name of Bidder]

Date: / Select date

RFP reference: / [Insert RFP Reference Number]

The Bidder is required to prepare the Financial Proposal following the below format and submit it in an envelope separate from the Technical Proposal as indicated in the Instruction to Bidders. Any Financial information provided in the Technical Proposal shall lead to Bidder’s disqualification.

The Financial Proposal should align with the requirements in the Terms of Reference and the Bidder’s Technical Proposal.

Currency of the proposal: [Insert Currency]

Table 1: Summary of Overall Prices

/ Amount(s)

Professional Fees (from Table 2) /

Other Costs (from Table 3) /

Total Amount of Financial Proposal /

Table 2: Breakdown of Professional Fees

Name / Position / Fee Rate / No. of Days/months/ hours / Total Amount

/ / A / B / C=A+B

In-Country / / / /

/ / / /

/ / / /

Home Based / / / /

/ / / /

/ / / /

Subtotal Professional Fees: /

/

Table 3: Breakdown of Other Costs

Description / UOM / Quantity / Unit Price / Total Amount

International flights / Trip / / /

Subsistence allowance / Day / / /

Miscellaneous travel expenses / Trip / / /

Local transportation costs / Lump Sum / / /

Out-of-Pocket Expenses / / / /

Other Costs: (please specify) / / / /

Subtotal Other Costs: /

Table 4: Breakdown of Price per Deliverable/Activity

Deliverable/

Activity description / Time

(person days) / Professional Fees / Other Costs / Total

Deliverable 1 / / / /

Deliverable 2 / / / /

Deliverable 3 / / / /

….. / / / /

Form H: Form of Proposal Security

Proposal Security must be issued using the official letterhead of the Issuing Bank.

Except for indicated fields, no changes may be made on this template.

To: / UNDP

/ [Insert contact information as provided in Data Sheet]

WHEREAS [Name and address of Bidder] (hereinafter called “the Bidder”) has submitted a Proposal to UNDP dated Click here to enter a date. to execute Services [Insert Title of Services] (hereinafter called “the Proposal”):

AND WHEREAS it has been stipulated by you that the Bidder shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security in the event that the Bidder:

a) / Fails to sign the Contract after UNDP has awarded it;

b) / Withdraws its Proposal after the date of the opening of the Proposals;

c) / Fails to comply with UNDP’s variation of requirement, as per RFP instructions; or

d) / Fails to furnish Performance Security, insurances, or other documents that UNDP may require as a condition to rendering the contract effective.

AND WHEREAS we have agreed to give the Bidder such this Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Bidder, up to a total of [amount of guarantee] [in words and numbers], such sum being payable in the types and proportions of currencies in which the Price Proposal 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.

This guarantee shall be valid up to 30 days after the final date of validity of bids.

SIGNATURE AND SEAL OF THE GUARANTOR BANK

Signature: / _____________________________________________________________

Name: / _____________________________________________________________

Title: / _____________________________________________________________

Date: / _____________________________________________________________

Name of Bank __________________________________________________________

Address ________________________________________________________________

[Stamp with official stamp of the Bank]

DOKUMENTACIJA: