Undp Tur Rfp Proj Eeb 2011 2

  • Upload
    atac101

  • View
    215

  • Download
    0

Embed Size (px)

Citation preview

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    1/109

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    2/109

    Annex 1 Instructions to Offerors

    Request for Proposal (RFP) DATA SHEET

    Employer: United Nations Development ProgrammeEmployers Address: Birlik Mah. 2. Cad. No: 11, ankaya, Ankara, Turkey

    Fax: + 90 312 496 1463 (for all correspondence)

    RFP Title: Preparation of complete design, construction and

    tendering documents for three demonstration buildings

    to be built in Ankara and the provision of monitoring and

    consultancy services during the construction of these 3

    demonstration buildings within the scope of Promoting

    Energy Efficiency in Buildings in Turkey Project.

    RFP Reference Code: UNDP-TUR-RFP-PROJ(EEB)2011/02

    Deadline for Submission of Proposals: October, 10 2011, 18:00 hrs. (local time)

    Validity Period of the Proposal: Proposals must be valid for 90 days after the deadline

    for submission of proposals.

    Bid Security: 3% (three percent) of the total Price Proposal (i.e.

    Grand Total to be quoted in Table 5.3 of Annex 5)

    Validity Period of the Bid Security: The Bid Security shall be valid for a period of at least 60

    days after the expiration of the period of Proposal

    Validity.

    Estimated Commencement Date: November, 21 2011

    Performance Security: 10% (ten percent) of the total contract amount

    Estimated Duration of the Contract: 27 Months (7 months for the preparation of complete

    design, construction and tendering documents for three

    demonstration buildings and 20 months for the

    provision of monitoring and consultancy services during

    the construction of these 3 demonstration buildings

    following the Notification of Commencement as

    described in Clause 28.

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    3/109

    A INTRODUCTION

    1 General

    This document provides information on how to prepare proposals and apply for delivery of the

    required services for preparation of complete design, construction and tendering documents for

    three demonstration buildings to be built in Ankara within the scope of Energy Efficiency (EE) in

    Buildings Projects. The services shall also cover consultancy and monitoring services during the

    construction period of the subject buildings. The preparation of complete design, construction and

    tendering documents including the consultancy and monitoring services will be financed through the

    project of Promoting Energy Efficiency in Buildings in Turkey, and the contractual arrangements

    between UNDP and the contractor will be made accordingly.

    It is to be noted that the successful Offeror awarded for the Project and signed the Contract shall not

    be eligible to participate the tenders for construction of civil works and/or supervision of the subject

    works regarding the Demonstration Buildings. This rule shall also apply for each member of thegroup if the Contactor is a Joint Venture.

    2 Cost of proposal

    The Offeror shall bear all costs associated with the preparation and submission of the Proposal, the

    UNDP will in no case be responsible or liable for those costs, regardless of the conduct or outcome

    of the solicitation.

    B SOLICITATION DOCUMENTS

    3 Contents of solicitation documentsProposals must offer services for the total requirement. Proposals offering only part of the

    requirement will be rejected. The Offeror is expected to examine all corresponding instructions,

    forms, terms and specifications contained in the Solicitation Documents. Failure to comply with

    these documents will be at the Offerors risk and may affect the evaluation of the Proposal.

    4 Clarification of solicitation documents

    A prospective Offeror requiring any clarification of the Solicitation Documents may notify the

    procuring UNDP entity in writing at the organizations mailing address or fax number indicated in the

    RFP. The procuring UNDP entity will respond in writing to any request for clarification of the

    Solicitation Documents that it receives earlier than the date indicated in the RFP Data Sheet. Written copies of the organizations response (including an explanation of the query but without

    identifying the source of inquiry) will be published at UNDPs website and announced at the

    websites on which this RFP is announced.

    5 Amendments of solicitation documents

    At any time prior to the deadline for submission of Proposals, the procuring UNDP entity may, for

    any reason, whether at its own initiative or in response to a clarification requested by a prospective

    Offeror, modify the Solicitation Documents by amendment.

    In order to afford prospective Offerors reasonable time in which to take the amendments into

    account in preparing their offers, the procuring UNDP entity may, at its discretion, extend the

    deadline for the submission of Proposals. Any addendum issued shall be part of the RFP Document

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    4/109

    and shall be communicated in writing by posting/announcing the addendum to the web page(s) on

    which the RFP document is posted/ announced.

    C PREPARATION OF PROPOSALS

    6 Language of the proposal

    The Proposals prepared by the Offeror and all correspondence and documents relating to the

    Proposal exchanged by the Offeror and the procuring UNDP entity shall be written in the English

    language. Any printed literature furnished by the Offeror may be written in another language so

    long as accompanied by an English translation of its pertinent passages in which case, for purposes

    of interpretation of the Proposal, the English translation shall govern.

    7 Documents comprising the proposal

    The Proposal shall comprise the following components:

    i. Operational and Technical part of the Proposal (Clause 9), including supportingdocumentation to demonstrate that the Offeror meets all requirements (Annex 8);

    ii. Proposal submission form (Annex 4);

    iii. Price schedule (Annex 5) completed in accordance with clauses 9 and 10;

    iv. Bid security (Annex 6)

    8 Export License

    Not applicable.

    9 Proposal Form

    The Offeror shall structure the technical part of its Proposal as follows:1. Management Plan

    1.1. Organizational Capacity

    1.1.1. General Experience

    1.1.2. Specialization

    1.1.3. General organizational capability

    1.1.4. Litigation and Arbitration History

    1.2. Similar Work Experience

    1.3. Financial Strength

    2. Proposed Methodology (Approach)

    2.1. Proposed Methodology and Approach

    2.1.1. Comment on the Terms of Reference

    2.1.2. Technical Approach and Methodology2.1.3. Quality Assurance

    2.1.4. Risks

    2.2. Workflow and time plan

    2.2.1. Work Flow

    2.2.2. Milestones

    2.2.3. Time plan

    2.2.4. Resource Schedule

    3. Personnel

    3.1. Proposed Team Structure

    3.2. Key Personnel

    The Offerors are strongly encouraged to follow the structure, presented above, and to take followingexplanations into account during preparation of their Proposals.

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    5/109

    9.1 Section 1: Management Plan

    Section 1 will be composed of three sub-sections, which will collectively demonstrate the

    management plan of the Offeror (i.e., the joint venture as whole, in the case of an application from a

    joint venture), as described below.

    Sub-Section 1.1: Organizational Capacity: This section should provide corporate orientation,including but not limited to the year and state/country of incorporation and a brief description of

    the Offerors activities. It should focus on services related to the Proposal. Offeror should attach

    Statement of Declaration and Form 1.1.1 and promotional brochures of relevant nature (max 20

    pages), if any.

    Sub-section 1.1.1 General Experience: A brief description of corporate background and orientation

    with a focus on relevant experience (e.g. design services including preparation of construction and

    tendering documents for buildings), and services delivered to multinational and international

    organizations.

    Sub-section 1.1.2 Specialization:This section should focus on the Offerors scope of specializationwith an emphasis on ongoing/present or recently completed activities.

    Sub-section 1.1.3: General organizational capability: This section should also describe the

    organizational unit(s) that will become responsible for the contract, and the general management

    approach towards a project of this kind, and the quality assurance and/or risk

    management/mitigation systems and mechanisms in place (Attach notarized copy of quality

    assurance certificate(s), if any).

    Sub-section 1.1.4: Litigation and Arbitration History: This section should elaborate on Offerors

    litigation and arbitration history. If the Offeror has no litigation and arbitration history, this section

    should explain how the Offeror has managed to avoid from potential conflicts that may result in a

    case of litigation or arbitration (Attach Form 1.4).Sub-Section 1.2: Similar Work Experience: This section should initially provide a narrative

    presentation of the Offerors experience in similar undertakings, preferably focusing on the Offerors

    recent activities (2006 and onwards).

    The Offeror shall complete and submit Form 1.2.1 (Single Similar Work Experience) and Form 1.2.2

    (Similar Work Experience). Form 1.2.2 shall be replicated for each of the similar work experience to

    be referenced by the Offeror. A maximum of 10 (ten) similar work experiences shall be submitted.

    Form 1.2.1 and Form 1.2.2 should be supplemented with documents (e.g. copies of design

    completion certificates, construction permits for the building designed by the Offeror if the building

    is under construction, taking-over certificate if the construction is completed or copies of clientletters etc.) substantiating and evidencing the similarity, amount (values of contracts) and

    substantial or successful completion of the referenced design experiences.

    For the purposes of this RFP, in order to be considered similar,

    A referenced work experience should include complete design and preparation of

    construction and tender documents for buildings. However a work experience that merely

    includes preparation of construction and tender documents and/or supervision of

    construction works is not considered similar work experience.

    If the referenced work experience concerns design of school and/or office buildings in

    consideration with energy efficiency (EE) regulations (e.g. European Unions EnergyPerformance for Buildings Directive (EPBD), Building Energy Performance (BEP) Regulation of

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    6/109

    Turkey, or similar), additional points may be obtained during the evaluation of proposals as

    described in Clause 23 (evaluation forms).

    If the referenced work experience concerns design of residential or non-residential buildings

    certified by an accreditation system (e.g. Leadership in Energy and Environmental Design

    LEED, BRE Environmental Assessment Method BREEAM, or Energy Passports) for energy

    efficiency in buildings, additional points may be obtained during the evaluation of proposals

    as described in Clause 23 (evaluation forms).

    If the employer of the referenced experience is an international organization (e.g. UN

    Agencies, European Commission, World Bank, European Investment Bank, European Bank

    for Reconstruction and Development etc.) or if the source of funding or co-funding is an

    international organization and the employer deploys the procurement rules and procedures

    of the financier international organization, additional points may be obtained during the

    evaluation of proposals as described in Clause 23 (evaluation forms).

    Sub-section 1.3: Financial Strength: This section should describe Offerors current financial

    capabilities. Offeror shall complete Form 1.3.1, supplemented with audited financial statements foryears 2008, 2009 and 2010. Offeror shall also complete Form 1.3.2, supplemented with a valid bank

    credit reference letter.

    9.2 Section 2: Proposed Methodology (Approach):

    This section should demonstrate the Offerors responsiveness to the Terms of Reference by

    identifying the specific components proposed, addressing the requirements, as specified, point by

    point; providing a detailed description of the essential performance characteristics, proposed

    warranty; and demonstrating how the proposed methodology meets or exceeds the Terms of

    Reference (Section 2 should not exceed 20 pages, excluding the forms in the relevant section of this

    RFP).

    Sub-section 2.1: Responsiveness to the Terms of Reference: This section should focus on the (a)

    comments on the Terms of Reference; (b) the Technical Approach and Methodology; proposed by

    the Offeror; (c) Quality Assurance Mechanisms to be deployed; and (d) Risks, identified, along with

    proposed risk mitigation strategies.

    Sub-section 2.1.1 Comments on the Terms of Reference: The Offeror shall initially provide a

    description of the scope of the work, demonstrating the Offerors understanding of the Terms of

    Reference. Additionally, the Offeror shall present and justify here any improvement to the Terms of

    Reference it is proposing to improve performance in carrying out the assignment. Such suggestions

    should be concise and to the point, and incorporated in your Proposal.Sub-section 2.1.2 Technical Approach and Methodology: Here the Offeror shall explain its

    understanding of the objectives of the assignment, approach to the services, methodology for

    carrying out the activities and obtaining the expected output, and the degree of detail of such

    output. Offeror should highlight the problems being addressed and their importance, and explain

    the technical approach it would adopt to address them. Offeror should also explain the

    methodologies it proposes to adopt and highlight the compatibility of those methodologies with the

    proposed approach.

    Sub-section 2.1.3 Quality Assurance: This sub-section should focus on the quality assurance

    mechanism to be proposed by the Offeror.

    Sub-section 2.1.4 Risks: This sub-section should focus on the risks to be identified by the Offeror,along with proposed risk mitigation strategies and measures.

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    7/109

    Sub-section 2.2: Work flow and time plan: In this sub-section the Offeror should propose the main

    activities of the Assignment, their content and duration, phasing and interrelations, milestones, and

    delivery dates of the reports, calculations, drawings, technical specifications, bills of quantities, any

    other technical documents regarding the Terms of Reference, tendering documents for construction

    of the buildings, and any other deliverable regarding the successful and timely completion of the

    Assignment. The proposed work plan should be consistent with the technical approach and

    methodology, showing understanding of the Terms of Reference and ability to translate them into a

    feasible working plan. A list of the final documents, including reports, drawings, and tables to be

    delivered as final output, should be included here.

    Sub-section 2.2.1 Work Flow: Here the Offerors are expected to provide a logically sequenced, step-

    by-step work flow that demonstrates the inter-dependencies between the various steps of the

    Assignment in line with the ToR.

    Sub-section 2.2.2 Milestones: This sub-section should clearly identify and list the critical milestones

    of the Assignment.

    Sub-section 2.2.3 Time plan: The Offerors are expected to present a time plan in the form of Gantt-Chart (Form 2.2.3), consistent with sub-section 2.2.1 and sub-section 2.2.2, and in line with the ToR.

    Sub-section 2.2.4 Resource Schedule and Equipment: This sub-section should demonstrate the

    resources (human resources and capital assets), required to be deployed by the Offeror in order to

    achieve the contract objectives in a timely manner. Here the Offerors are expected to fully explain

    their resources in terms of equipment (e.g. hardware and software including building design

    information modeling tools) to be provided for successful completion of the Contract. (Attach Form

    2.2.4)

    9.3 Section 3: Personnel:

    This should fully explain the Offerors resources in terms of personnel and facilities necessary for theperformance of this requirement. It should describe the Offerors current capabilities/facilities and

    any plans for their expansion.

    Sub-section 3.1 Proposed Team Structure: This sub-section should introduce the team that will fulfill

    the services within the scope of the Terms of Reference, and focus on the division of labor among

    the team members (job descriptions of key personnel), including management of contractual and

    technical relations with the Employers, as well as with the Civil Works Contractors. Attach Form 3.1.

    Sub-section 3.2 Personnel: Provide CVs of the proposed key personnel, and copies of the diploma(s),

    documents demonstrating professional experience, and documents demonstrating membership to

    relevant chambers of the team members. Form 3.2 shall be replicated for each key personnel.

    The operational and technical part of the Proposal should not contain any pricing information

    whatsoever on the services offered. Pricing information shall be separated and only contained in the

    appropriate Price Schedules.

    It is strongly recommended that the Offerors Proposal numbering system corresponds with the

    numbering system used above. All references to descriptive material and brochures should be

    included in the appropriate response paragraph, though material/documents themselves may be

    provided as annexes to the Proposal/response.

    Information which the Offeror considers proprietary, if any, should be dearly marked proprietary

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    8/109

    10 Proposal prices

    The Offeror shall indicate on an appropriate Price Schedule, an example of which is contained in

    these Solicitation Documents (Annex 5), the prices of services it proposes to supply under the

    contract.

    The total price to be quoted for each one of the three demonstration buildings, and the daily ratequoted for the expert(s) for consultancy and monitoring services during the construction period shall

    be firm and final during the validity of the contract.

    The global contract price is obtained by summing up the global price of each building with the global

    price of consultancy and monitoring services based on 60-working days as an indicative figure.

    The global contract price covers all of the expenses regarding the backstopping, support staff,

    transportation, flights, accommodation, living and any other costs relevant to successful and timely

    implementation of complete design, construction and tendering documents including provisions for

    consultancy and monitoring services by the Contractor in accordance with the Terms of Reference

    (Annex 3) unless otherwise specified therein. The Contractor will not be entitled to receive any pricedifference due to changes in market conditions and/or prices.

    All Offerors are strongly recommended to visit the sites of the three demonstration buildings, in

    which the design works will be carried out prior to preparation of their proposals in order to

    determine the basis for their technical and financial proposals. Failure to conduct a site visit will not

    constitute any legal basis of claim, price increase whatsoever with regard to contractual terms and

    the offer/proposal.

    11 Proposal currencies

    All prices shall be quoted in US Dollars.

    12 Period of validity of proposals

    Proposals shall remain valid for the number of days indicated in the RFP Data Sheet after the date of

    Proposal submission prescribed by the procuring UNDP entity, pursuant to the deadline clause. A

    Proposal valid for a shorter period may be rejected by the procuring UNDP entity on the grounds

    that it is non-responsive.

    In exceptional circumstances, the procuring UNDP entity may solicit the Offerors consent to an

    extension of the period of validity. The request and the responses thereto shall be made in writing.

    An Offeror granting the request will not be required nor permitted to modify its Proposal.

    13 Bid Security

    a) The Bidder shall furnish as part of its Proposal a Bid/Tender Security to the Employer (UNDP,

    Procuring Entity) in the amount indicated in the RFP Data Sheet. The Bidders shall submit

    only one bid security for their bids to be eligible for evaluation.

    b) The Bid Security shall be valid for the period indicated in the RFP Data Sheet.

    c) The Bid Security is to protect the Employer against the losses arising from the conclusion of

    the bidding process as stated in Clause 13.e below.

    d) The Bid Security shall be denominated in the currency of the proposal or in freelyconvertible currency and shall be in one of the following forms:

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    9/109

    a. The Bid Security shall be in the form of bank guarantee or irrevocable letter of

    credit, issued by a reputable bank located in the Employer`s country or abroad, and

    in the form provided in these Documents, or

    b. Cashiers cheque or certified cheque.

    e) Any Bid not secured in accordance with Clauses 13.a and 13.d above will be rejected by the

    Employer as non-responsive.

    f) Unsuccessful Offerors Bid Security will be discharged or returned as promptly as possible as

    but not later than thirty (30) days after the expiration of the period of Proposal Validity

    prescribed by the Employer pursuant to Clause 12.

    g) The successful Offerors Bid Security will be discharged or returned upon the Bidder signing

    the Contract, pursuant to Clause 0, and furnishing the Performance Security, pursuant to

    Clause 27.

    h) The Bid Security may be forfeited:

    a. If an Offeror withdraws its offer during the period of the Proposal Validity specified

    by the Offeror on the Proposal Submission Form, or,

    b. In the case of a successful Offeror, if the Offeror fails:

    i. to sign the Contract in accordance with Clause 0, or,

    ii. to furnish Performance Security in accordance with Clause 27.

    14 Format and signing of proposals

    The Offeror shall prepare two copies of the Proposal, clearly marking one Original Proposal and

    the other Copy of Proposal as appropriate. In the event of any discrepancy between the two, the

    original shall govern.

    The two copies of the Proposal shall be typed or written in indelible ink and shall be signed by the

    Offeror or a person or persons duly authorized to bind the Offeror to the contract. The latter

    authorization shall be indicated by written power-of-attorney accompanying the Proposal.

    A Proposal shall contain no interlineations, erasures, or overwriting except, as necessary to correct

    errors made by the Offeror, in which case such corrections shall be initialed by the person or persons

    signing the Proposal.

    15 Payments

    UNDP shall effect payments to the Contractor as explained below:

    15.1 Payment for Complete Design Services and Preparation of the Tender Files for the

    demonstration buildings as per Public Procurement Law

    The Contractor shall issue invoices for the total price of each Activity upon acceptance and approval

    of all deliverables linked to that Activity, as stipulated in D.4 Activities of Annex 3-Terms of

    Reference and in line with the Price Schedule (Table 5.1). Without submission and approval of all

    deliverables under any Activity, the Contractor shall not be entitled to any payments.

    UNDP shall effect payments to the Contractor within 30 days upon approval and acceptance of theActivities and related invoices by UNDP.

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    10/109

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    11/109

    STEP

    NR.ACTIVITY DELIVERABLES

    PAYMENT

    PERCENTAGES

    7

    Preparation of 2

    Tender Files for

    Construction of the3 demo buildings

    - One tender

    file for Demo

    Building 1-A

    and 1-B,

    - Another file

    for Demo

    Building 2

    Final Project Report

    General and special technical specifications,

    Quantity calculations,

    List of unit prices, New unit price analyses if needed,

    Price schedules,

    Bills of quantities and summary of them,

    Geological/Geotechnical reports

    Equipment lists

    Finishing schedules

    Application and detail drawings

    RFP for Construction Works

    Other deliverables as per Annex 3, Sub Clause E.2 and

    Clause H.1Max. 10 %

    TOTAL 100.00%

    * The payments regarding topographical site map for survey for Demo Building 1-A and Demo Building 1-B and

    geological/geotechnical reports for three Demo Buildings shall be paid on this line.

    15.2 Payment for Consultancy and Monitoring Services

    UNDP will request provision of Consultancy and Monitoring Services, during the tendering and

    construction of the subject DEMO BUILDINGS by Turkish Ministry of National Education and

    Turkish Ministry of Environment and Urbanization, as and when needed.

    The Contractor shall issue invoices for the total number of days of service at the end of eachrespective month based on the Consultancy and Monitoring Reports. UNDP shall effect payments

    to the Contractor within 30 days upon approval and acceptance of the Services, Consultancy and

    Monitoring Reports and related invoices by UNDP.

    Payment shall be realized in Turkish Lira (TRL), if the Offeror is established and operating in Turkey

    by converting total US$ amount to TRL, through official UN operational rate of exchange (UNOPEX)

    prevailing at the date of money transfer. If the contractor is not established and not operating in

    Turkey, payments shall be made in US$.

    The invoices shall reflect below payment terms:

    TABLE 1.2: PAYMENT SCHEDULE FOR CONSULTANCY AND MONITORING SERVICES

    Alternative terms of payment shall not be negotiated with the successful bidder.

    Activity Description of Activity/Item Estimated Quantity

    Step 8 Daily Professional Fee for

    Consultancy and Monitoring Services

    60

    Flight Ticket Round trip 30

    Accommodation in Ankara 30 Missions x 2 Days x 1 Person =

    60 days

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    12/109

    D SUBMISSION OF PROPOSALS

    16 Sealing and marking of proposals

    The Offeror shall seal the Proposal in one outer and two inner envelopes, as detailed below.

    The outer envelope shall include the following information

    Title and Address the Offeror

    The Employer (as indicated in the RFP Data Sheet)

    The Address of the Employer (as indicated in the RFP Data Sheet)

    The Title of the RFP (as indicated in the RFP Data Sheet)

    The Reference code for the RFP (as indicated in the RFP Data Sheet)

    Deadline for Submission of Proposals (as indicated in the RFP Data Sheet)

    A Mark DO NOT OPEN BEFORE DEADLINE FOR SUBMISSION OF PROPOSALS

    Both inner envelopes shall include all the information, listed above as well. The first inner envelope

    shall contain the information specified in Clause 9 (Proposal form) above, with two copies duly

    marked Original and Copy. The second inner envelope shall include the price schedule duly

    identified as such.

    Note that if the inner envelopes are not sealed and marked as per the instructions in this clause, the

    procuring UNDP entity will not assume responsibility for the Proposals misplacement or premature

    opening.

    17 Deadline for submission of proposals

    Proposals must be received by the procuring UNDP entity at the address specified in the RFP Data

    Sheet, no later than the Date and Time, specified also in the RFP Data Sheet

    The procuring UNDP entity may, at its own discretion extend this deadline for the submission of

    Proposals by amending the solicitation documents in accordance with Clause 5 (Amendments of

    Solicitation Documents), in which case all rights and obligations of the procuring UNDP entity and

    Offerors previously subject to the deadline will thereafter be subject to the deadline as extended.

    18 Late Proposals

    Any Proposal received by the procuring UNDP entity after the deadline for submission of proposals,

    pursuant to clause Deadline for the submission of proposals, will be rejected.

    19 Modification and Withdrawal of Proposals

    The Offeror may withdraw its Proposal after the Proposals submission, provided that written notice

    of the withdrawal is received by the procuring UNDP entity prior to the deadline prescribed for

    submission of Proposals.

    The Offerors withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance

    with the provisions of clause Deadline for Submission of Proposals. The withdrawal notice may also

    be sent by telex or fax but followed by a signed confirmation copy.

    No Proposal may be modified subsequent to the deadline for submission of proposals.

    No Proposal may be withdrawn in the Interval between the deadline for submission of proposals andthe expiration of the period of proposal validity specified by the Offeror on the Proposal Submission

    Form

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    13/109

    E OPENING AND EVALUATION OF PROPOSALS

    20 Opening of proposals

    The procuring entity will open the Financial Proposals in the presence of a Committee formed by the

    Head of the procuring UNDP entity.

    21 Clarification of proposals

    To assist in the examination, evaluation and comparison of Proposals, the Purchaser may at its

    discretion, ask the Offeror for clarification of its Proposal. The request for clarification and the

    response shall be in writing and no change in price or substance of the Proposal shall be sought,

    offered or permitted.

    22 Preliminary examination

    The Purchaser will examine the Proposals to determine whether they are complete, whether the

    documents have been properly signed, and whether the Proposals are generally in order.

    Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of each

    Proposal to the Request for Proposals (RFP). For purposes of these Clauses, a substantially

    responsive Proposal is one which conforms to all the terms and conditions of the RFP without

    material deviations. The Purchasers determination of a Proposals responsiveness is based on the

    contents of the Proposal itself without recourse to extrinsic evidence.

    A Proposal determined as not substantially responsive will be rejected by the Purchaser and may not

    subsequently be made responsive by the Offeror by correction of the non-conformity.

    23 Evaluation and Comparison of Proposals

    A two-stage procedure is utilized in evaluating the proposals, with evaluation of the technical

    proposal being completed prior to any price proposal being opened and compared.

    23.1 Evaluation Stage 1

    In order to be qualified for the second stage of the evaluation an Offeror shall:

    Be established as single legal entity or in a grouping as Joint Venture (JV), (real persons or

    consortia are not eligible),

    Not be in the circumstances of disqualification or restriction set forth in the last paragraph of

    Article 10 of Law No. 4734 (or as per the relevant public procurement laws of the country in

    which they operate), and not be in the circumstances of those that cannot participate in theprocurement as per Article 11 of the same Law (or as per the relevant laws of the country in

    which they operate). (This also applies to each and every group member in the case that

    Offeror is a JV),

    Have been legally established since 2006 or before. This only applies to the lead partner of

    the group in the case that Offeror is a JV whereas other group members might be legally

    established in 2006 or later,

    Have at least 5 permanent staff currently working for the Offeror this year (2011) and

    employed before the date of announcement of the present RFP, in fields (such as architects,

    engineers and experts) related to this contract,(This only applies to the lead member of the

    group in the case that Offeror is a JV), Have participated as contractor (e.g. sole contractor, JV member/partner, consortium

    member/partner) in at least two contracts for design of similar buildings(e g public

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    14/109

    buildings like school, hospitals, government buildings, or commercial buildings like shopping

    malls, office buildings, or intelligent residential buildings),in 2001or later, employer or

    contracting authority of which are international organizations (e.g. UN Agencies, World

    Bank, European Commission, European Investment Bank, European Bank for Reconstruction

    and Development etc.) or the source of funds of which are international organizations, with

    the employer deploying the procurement rules and regulations of donor/financier

    international organization (e.g. UN Agencies, World Bank, European Commission, European

    Investment Bank, European Bank for Reconstruction and Development etc.),

    Have participated as contractor or subcontractor, in at least 1 single contract, since 2006,

    with a value of at least US$200.000 (two-hundred-thousand), carried out by the Offeror, that

    has been successfully and substantially completed, and that concern design of buildings of

    the types stated above,

    Have participated as contractor or subcontractor, two contracts, since 2006, with a total

    value of at least US$400.000 (four-hundred-thousand), carried out by the Offeror, that have

    been successfully and substantially completed, and that concern design of buildings of the

    types stated above,

    Have a valid Bank Credit Reference Letter,

    Have an average annual turnover equal to or higher than US$300.000 for 2008, 2009 and

    2010 or an annual turnover equal to or higher than US$300.000 in 2010.

    Any Offeror that does not meet the minimum requirements, set forth above, shall be disqualified

    and shall not be considered for the further stages of the evaluation. The second inner envelope (i.e.

    financial proposal) of any disqualified Offeror will be returned unopened to the Offeror.

    The Proposals of the Offerors that meet the minimum requirements set forth above shall be

    evaluated in the following order.

    Technical Evaluation Criteria

    Summary of Technical Proposal Evaluation Forms Score Weight Points Obtainable

    1 Expertise of the Firm, submitting Proposal 40% 400 pts

    2 Proposed Work Plan and Approach 30% 300 pts

    3 Personnel 30% 300 pts

    Total 100% 1000 pts

    Evaluation forms for technical proposals follow on the following pages. The obtainable number ofpoints specified for each evaluation criterion indicates the relative significance or weight of the item

    in the overall evaluation process.

    The Technical Proposal Evaluation Forms are:

    Form 1: Expertise of the Firm, submitting Proposal

    Form 2: Proposed Work Plan and Approach

    Form 3: Personnel

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    15/109

    15

    Evaluation Form 1

    Expertise of the Firm, submitting Proposal

    Sub-score Points

    Obtainable

    1.1 Organizational Capacity 150

    1.1.1 Experience of the Offeror (holding company or its bidding subsidiary), as demonstrated by the years of relevant

    experience (YOE) in similar undertakings, where relevant experience refers to design of buildings):

    Sub-criteria Pts

    - YOE more than or equal to 10 years 40

    - YOE less than 10 years, but more than or equal to 5 years 20

    - Experience with international organizations + Max 10

    - Human resources, corporate systems, governance, reputation etc. + Max 10

    Max 60

    1.1.2 Offerors scope of specialization, as demonstrated by the nature of present/ongoing or recently completed activities

    Sub-criteria Pts

    - Design of public buildings, commercial buildings, residential buildings etc. + Max 20

    - Supervision of the building constructions + Max 10

    Max 30

    1.1.3 General organizational capability, as demonstrated by the following parameters:

    Sub-criteria Pts

    - Presence of full fledge corporate structure (organizational chart) Max 20

    - Presence of Quality assurance system/mechanism in place Max 10

    Max 30

    1.1.4 Litigation and Arbitration history

    Sub-criteria Pts

    - With no litigation history 30

    - With litigation history Min 0

    Max 30

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    16/109

    16

    Evaluation Form 1

    Expertise of the Firm, submitting Proposal

    Sub-score Points

    Obtainable

    1.2 Similar work experience: Design and preparation of construction and tender documents for buildings. Design must be

    successfully or substantially completed in 2006 or later in the public or private sector. A substantially completed design

    contract is the one that design calculations and execution drawings have already been approved for construction by the

    relevant authorities, as a minimum requirement.

    200

    1.2.1 Single Similar Work Experience (SSWE)

    Sub-criteria Pts

    - SSWE US$ 00.000 60

    - US$6.000.000 > SSWE US$400.000 40

    - US$400.000 > SSWE US$200.000 20

    - Employer or donor/financier is an international organization Max + 10

    - Single similar work experience concerns design of public buildings (such as schools, hospitals,

    government buildings, or commercial buildings like shopping malls, office buildings, or intelligent

    residential buildings etc.) in line with EE regulations

    Max +30

    - Single similar work experience concerns design of buildings certified by an accreditation system

    (e.g. LEED, BREAM)Max +20

    Max 120

    1.2.2 Total Similar Work Experience (TSWE)

    Sub-criteria Pts

    - TSWE US$600.000 35

    - US600.000 > TSWE US$500.000 25

    - US$500.000 > TSWE US$400.000 10

    - Experience with international organizations Max +10

    - Experience in design of school and/or office buildings in line with EE regulations Max +20

    - Experience in design of buildings certified by an accreditation system (e.g. LEED, BREEAM) Max +15

    Max 80

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    17/109

    17

    Evaluation Form 1

    Expertise of the Firm, submitting Proposal

    Sub-score Points

    Obtainable

    1.3. Offerors current financial capabilities: as demonstrated by the annual turnover resulting from 2010 or the averageannual turnover resulting from 2008, 2009 and 2010 (ATO), whichever is greater; and by the valid bank credit reference

    letter (BCRL).

    Sub-criteria (Annual Turnover) Pts

    - ATO US$400.000 30

    - US$400.000> ATO US$300.000 20

    Sub-criteria (Bank Credit Reference Letter) Pts

    - BCRL US$300.000 20

    - US$300.000> BCRL US$200.000 10

    - 50

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    18/109

    18

    Evaluation Form 2

    Proposed Work Plan and Approach

    Sub-score Points

    Obtainable

    2 Approach 300

    2.1 Responsiveness to the Terms of Reference

    Sub-criteria Pts

    2.1.1 Level of compliance of the Offerors description of the scope of the work and comments on

    the Terms of Reference, compared to the ToR,

    Max 40

    2.1.2 The strength and applicability of the technical methodology and approach, proposed by the

    Offeror

    Max 15

    2.1.3 The quality assurance mechanism, proposed by the Offeror Max 25

    2.1.4 Risks, identified by the Offeror, along with proposed risk mitigation strategies and measures Max 20

    100

    2.2 Work flow, time plan and Equipment

    Sub-criteria Pts

    2.2.1 Work flow is clear (step-by-step) and is in line with the ToR Max 50

    2.2.2 Milestones clearly identified, as per the Terms of Reference Max 50

    2.2.3 Time plan is realistic and achievable, and is in line with the ToR Max 50

    2.2.4 Work flow and time plan is supported by a clear resource schedule (personnel time +

    equipment (e.g. hardware and software))

    Max 50

    200

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    19/109

    19

    Evaluation Form 3

    Personnel

    Sub-score Points

    Obtainable

    3 Personnel 300

    3.1 Proposed Team Structure (Max 50 pts) 50

    3.2 Personnel 250

    3.2.1 National Energy Efficient Architecture Design Expert (Team Leader), as defined in the Terms of Reference (Annex 3)

    General Qualifications (%20)

    General Professional Experience (%30)

    Specific Professional Experience (%50)

    60

    3.2.2 International Energy Efficient Architecture Design Expert as defined in the Terms of Reference (Annex 3)

    General Qualifications (%20)

    General Professional Experience (%30)

    Specific Professional Experience (%50)

    40

    3.2.3 Energy Efficiency and Renewable Energy Expert for Buildings, as defined in the Terms of Reference (Annex 3)

    General Qualifications (%20)

    General Professional Experience (%30)

    Specific Professional Experience (%50)

    40

    3.2.4 Energy Efficient Building Modeling and Software Expert, as defined in the Terms of Reference (Annex 3)

    General Qualifications (%20)

    General Professional Experience (%30)

    Specific Professional Experience (%50)

    25

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    20/109

    20

    Evaluation Form 3

    Personnel

    Sub-score Points

    Obtainable

    3.2.5 Structural Designer, as defined in the Terms of Reference (Annex 3)

    General Qualifications (%20)

    General Professional Experience (%30)

    Specific Professional Experience (%50)

    30

    3.2.6 Mechanical Designer, as defined in the Terms of Reference (Annex 3)

    General Qualifications (%20)

    General Professional Experience (%30)

    Specific Professional Experience (%50)

    25

    3.2.7 Electrical Designer, as defined in the Terms of Reference (Annex 3)

    General Qualifications (%20)

    General Professional Experience (%30)

    Specific Professional Experience (%50)

    20

    3.2.8 Quantity and Cost Estimator, as defined in the Terms of Reference (Annex 3)

    General Qualifications (%20)

    General Professional Experience (%30)

    Specific Professional Experience (%50)

    10

    In the event that qualifications of a key personnel to be proposed by the Offerors do not meet one of the relevant minimum requirements, he/she shall

    secure zero (0) points from the evaluation.

    In the event that qualifications oftwo or more key personnel to be proposed by the Offerors do not meet one of the relevant minimum requirements the

    Offeror may be disqualified.

    UNDP possess the right to ask the Contractor to replace the personnel that do not meet the minimum requirements before contract signature. In such case,

    the contract price to be proposed by the Contractor will remain unchanged.

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    21/109

    23.2 Evaluation Stage 2

    The price proposal of the Offerors will be opened only for submissions that passed the minimum

    technical score of 700 points out of the maximum obtainable score of 1000 points in the evaluation

    of the technical proposals.

    The price proposals of the Offerors that obtained 700 points out of the maximum obtainable score

    of 1000 points will be opened, and arithmetical errors will be rectified on the following basis: If there

    is a discrepancy between the quoted total global price and the summation of the global prices

    quoted for each building, then the global price of each building will prevail and the total global price

    shall be corrected accordingly. If there is a discrepancy between words and figures the amount in

    words will prevail.

    The total (final) score is obtained upon the combination of weighted technical and financial

    attributes of a proposal.

    Technical Score: The maximum obtainable score from the technical evaluation is 1000 points. The

    weighted technical score of a proposal is calculated by multiplying the technical score with 70% (or

    0.70).

    Financial Score: The bidder(s) with the lowest price proposal (i.e. GRAND TOTAL to be quoted in

    Table 5.3) will obtain the highest score, 300 pts. Other price proposals will receive points in inverse

    proportion:

    Financial Score of the proposal being

    evaluated=

    price of the lowest priced proposalX 300 pts

    price of the proposal being evaluated

    The price that will be the basis of financial evaluation will be the price to be quoted by the Offerors

    in the Proposal Submission Form (Annex 4).

    Total Score: Maximum attainable points:

    Maximum attainable points from Technical Evaluation: 700 points

    Maximum attainable points from Financial Evaluation: 300 points

    TOTAL ATTAINABLE POINTS: 1.000 POINTS

    TOTAL SCORE OF AN OFFEROR= Points received from Technical Proposal (max 700) + Points

    received from Financial Proposal (Max 300). The Offeror obtaining the total highest score will be

    considered the best qualified Offeror for the purposes of Clause24.

    F AWARD OF CONTRACT

    24 Award criteria, award of contract

    The procuring UNDP entity reserves the right to accept or reject any Proposal, and to annul the

    solicitation process and reject all Proposals at any time prior to award of contract, without thereby

    incurring any liability to the affected Offeror or any obligation to inform the affected Offeror or

    Offerors of the grounds for the Purchasers action.

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    22/109

    Prior to expiration of the period of proposal validity, the procuring UNDP entity will award the

    contract to the best qualified Offeror whose Proposal after being evaluated is considered to be the

    most responsive to the needs of the organization and activity concerned.

    25 Purchasers right to vary requirements

    The Purchaser reserves the right to vary the construction area of each demonstration building up to

    10% which is specified in the RFP without any change in the total (global) price of the subject

    building or other terms and conditions.

    The Purchaser also reserves the right to increase or decrease by up to 15% the quantity of work

    items specified in the Price Schedule without any change in unit price or in other terms and

    conditions.

    The indicative figure of 60 working days of the relevant expert(s) for consultancy and monitoring

    services might also vary per request basis of the Employer depending on the construction progress,

    (see Annex 3 Terms of Reference and Annex 5 Price Schedule). The daily rate per working day ofthe expert(s) as shown in Annex 5 or other terms and conditions which specified in the RFP shall not

    be subject to any change in that case.

    26 Signing of the contract

    Within 14 days of receipt of the contract the successful Offeror shall sign and date the contract and

    return it to the Purchaser.

    26.1 Indemnity (Professional Liability) Insurance

    Upon notification of award of contract, the Contractor shall furnish and submit to UNDP Indemnity

    (Professional Liability) Insurance at the amount of contract before contract signature.

    27 Performance security

    Failure of the successful Offeror to comply with the requirement of Clause 25 or Clause 26 shall

    constitute sufficient grounds for award to the next best qualified Offeror or call for new proposals.

    The successful Bidder shall submit to UNDP a performance bond (Annex 7) at least at the amount of

    10% of the global contract price, prior to contract signature.

    The performance security shall be valid for a period of 30 months from the contract signature date.

    However, the portion of the performance bond corresponding for the global price of each one of the

    demonstration buildings shall be released after 180 calendar days from the date of approval of alldeliverables regarding the subject building by the Employer, upon application of the Contractor.

    28 Contract Duration

    As indicated in the RFP Data Sheet, the contract duration will be 27 Months (7 months for the

    preparation of complete design, construction and tendering documents for three demonstration

    buildings and 20 months for the provision of monitoring and consultancy services during the

    construction of these 3 demonstration buildings following the Notification of Commencement as

    described in Clause 28, following the date of notification of the Contractor by UNDP (i.e.

    Notification for Commencement to Proceed) that the site(s) is accessible and ready to proceed

    with the design works.

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    23/109

    29 Liquidated Damages

    Refer to Section F.2 Assignment Period in the Terms of References (Annex 3) for liquidated

    damages.

    In case of the Contractors non-performance or delay in completing the design services as required

    within the period set above, penalty at the rate of 2% (two percent) of the total global price of each

    demonstration building per week shall be paid by the Contractor to UNDP, as liquidated damages.

    Once a deduction of 10% (ten percent) has been obtained for any one of the demonstration

    buildings, UNDP may consider termination of the Contract.

    30 Tax Exemption

    Bidders shall take into account the following issues, while preparing their bids;

    UN and its subsidiary organs are exempt from all taxes. Therefore bidders shall prepare their

    quotations excluding VAT.

    It is the Bidders responsibility to learn from relevant authorities (T.R. Ministry of Finance) and/or to

    review/confirm published procedures and to consult with a certified financial consultant as needed,

    to confirm the scope and procedures of VAT exemption application as per Provisional Clause 26 of

    VAT Law and Ministry of Finances General Communiqu No 110 on the Implementation of VAT law

    dated 11 July 2008.

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    24/109

    Annex 2 General Conditions of Contract

    UNDP

    GENERAL CONDITIONS OF CONTRACT FOR SERVICES

    1.0 LEGAL STATUS:

    The Contractor shall be considered as having the legal status of an independent contractor vis--vis

    the United Nations Development Programme (UNDP). The Contractors personnel and sub-

    contractors shall not be considered in any respect as being the employees or agents of UNDP or the

    United Nations.

    2.0 SOURCE OF INSTRUCTIONS:

    The Contractor shall neither seek nor accept instructions from any authority external to UNDP in

    connection with the performance of its services under this Contract. The Contractor shall refrain

    from any action that may adversely affect UNDP or the United Nations and shall fulfill its

    commitments with the fullest regard to the interests of UNDP.

    3.0 CONTRACTOR'S RESPONSIBILITY FOR EMPLOYEES:

    The Contractor shall be responsible for the professional and technical competence of its employees

    and will select, for work under this Contract, reliable individuals who will perform effectively in theimplementation of this Contract, respect the local customs, and conform to a high standard of moral

    and ethical conduct.

    4.0 ASSIGNMENT:

    The Contractor shall not assign, transfer, pledge or make other disposition of this Contract or any

    part thereof, or any of the Contractor's rights, claims or obligations under this Contract except with

    the prior written consent of UNDP.

    5.0 SUB-CONTRACTING:

    In the event the Contractor requires the services of sub-contractors, the Contractor shall obtain the

    prior written approval and clearance of UNDP for all sub-contractors. The approval of UNDP of a

    sub-contractor shall not relieve the Contractor of any of its obligations under this Contract. The

    terms of any sub-contract shall be subject to and conform to the provisions of this Contract.

    6.0 OFFICIALS NOT TO BENEFIT:

    The Contractor warrants that no official of UNDP or the United Nations has received or will be

    offered by the Contractor any direct or indirect benefit arising from this Contract or the award

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    25/109

    thereof. The Contractor agrees that breach of this provision is a breach of an essential term of this

    Contract.

    7.0 INDEMNIFICATION:

    The Contractor shall indemnify, hold and save harmless, and defend, at its own expense, UNDP, its

    officials, agents, servants and employees from and against all suits, claims, demands, and liability of

    any nature or kind, including their costs and expenses, arising out of acts or omissions of the

    Contractor, or the Contractor's employees, officers, agents or sub-contractors, in the performance of

    this Contract. This provision shall extend, inter alia, to claims and liability in the nature of workmen's

    compensation, products liability and liability arising out of the use of patented inventions or devices,

    copyrighted material or other intellectual property by the Contractor, its employees, officers, agents,

    servants or sub-contractors. The obligations under this Article do not lapse upon termination of this

    Contract.

    8.0 INSURANCE AND LIABILITIES TO THIRD PARTIES:

    8.1 The Contractor shall provide and thereafter maintain insurance against all risks in respect of

    its property and any equipment used for the execution of this Contract.

    8.2 The Contractor shall provide and thereafter maintain all appropriate workmen's

    compensation insurance, or the equivalent, with respect to its employees to cover claims for

    personal injury or death in connection with this Contract.

    8.3 The Contractor shall also provide and thereafter maintain liability insurance in an adequate

    amount to cover third party claims for death or bodily injury, or loss of or damage to property,

    arising from or in connection with the provision of services under this Contract or the operation of

    any vehicles, boats, airplanes or other equipment owned or leased by the Contractor or its agents,

    servants, employees or sub-contractors performing work or services in connection with this

    Contract.

    8.4 Except for the workmen's compensation insurance, the insurance policies under this Article

    shall:

    8.4.1 Name UNDP as additional insured;

    8.4.2 Include a waiver of subrogation of the Contractor's rights to the insurance carrieragainst the UNDP;

    8.4.3 Provide that the UNDP shall receive thirty (30) days written notice from the insurers

    prior to any cancellation or change of coverage.

    8.5 The Contractor shall, upon request, provide the UNDP with satisfactory evidence of the

    insurance required under this Article.

    9.0 ENCUMBRANCES/LIENS:

    The Contractor shall not cause or permit any lien, attachment or other encumbrance by any person

    to be placed on file or to remain on file in any public office or on file with the UNDP against any

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    26/109

    monies due or to become due for any work done or materials furnished under this Contract, or by

    reason of any other claim or demand against the Contractor.

    10.0 TITLE TO EQUIPMENT:

    Title to any equipment and supplies that may be furnished by UNDP shall rest with UNDP and any

    such equipment shall be returned to UNDP at the conclusion of this Contract or when no longer

    needed by the Contractor. Such equipment, when returned to UNDP, shall be in the same condition

    as when delivered to the Contractor, subject to normal wear and tear. The Contractor shall be liable

    to compensate UNDP for equipment determined to be damaged or degraded beyond normal wear

    and tear.

    11.0 COPYRIGHT, PATENTS AND OTHER PROPRIETARY RIGHTS:

    11.1 Except as is otherwise expressly provided in writing in the Contract, the UNDP shall be

    entitled to all intellectual property and other proprietary rights including, but not limited to, patents,

    copyrights, and trademarks, with regard to products, processes, inventions, ideas, know-how, or

    documents and other materials which the Contractor has developed for the UNDP under the

    Contract and which bear a direct relation to or are produced or prepared or collected in

    consequence of, or during the course of, the performance of the Contract, and the Contractor

    acknowledges and agrees that such products, documents and other materials constitute works made

    for hire for the UNDP.

    11.2 To the extent that any such intellectual property or other proprietary rights consist of any

    intellectual property or other proprietary rights of the Contractor: (i) that pre-existed theperformance by the Contractor of its obligations under the Contract, or (ii) that the Contractor may

    develop or acquire, or may have developed or acquired, independently of the performance of its

    obligations under the Contract, the UNDP does not and shall not claim any ownership interest

    thereto, and the Contractor grants to the UNDP a perpetual license to use such intellectual property

    or other proprietary right solely for the purposes of and in accordance with the requirements of the

    Contract.

    11.3 At the request of the UNDP; the Contractor shall take all necessary steps, execute all

    necessary documents and generally assist in securing such proprietary rights and transferring or

    licensing them to the UNDP in compliance with the requirements of the applicable law and of theContract.

    11.4 Subject to the foregoing provisions, all maps, drawings, photographs, mosaics, plans,

    reports, estimates, recommendations, documents, and all other data compiled by or received by the

    Contractor under the Contract shall be the property of the UNDP, shall be made available for use or

    inspection by the UNDP at reasonable times and in reasonable places, shall be treated as

    confidential, and shall be delivered only to UNDP authorized officials on completion of work under

    the Contract.

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    27/109

    12.0 USE OF NAME, EMBLEM OR OFFICIAL SEAL OF UNDP OR THE UNITED NATIONS:

    The Contractor shall not advertise or otherwise make public the fact that it is a Contractor with

    UNDP, nor shall the Contractor, in any manner whatsoever use the name, emblem or official seal of

    UNDP or The United Nations, or any abbreviation of the name of UNDP or United Nations in

    connection with its business or otherwise.

    13.0 CONFIDENTIAL NATURE OF DOCUMENTS AND INFORMATION:

    Information and data that is considered proprietary by either Party and that is delivered or disclosed

    by one Party (Discloser) to the other Party (Recipient) during the course of performance of the

    Contract, and that is designated as confidential (Information), shall be held in confidence by that

    Party and shall be handled as follows:

    13.1 The recipient (Recipient) of such information shall:

    13.1.1 use the same care and discretion to avoid disclosure, publication or dissemination of

    the Disclosers Information as it uses with its own similar information that it does not wish to

    disclose, publish or disseminate; and,

    13.1.2 use the Disclosers Information solely for the purpose for which it was disclosed.

    13.2 Provided that the Recipient has a written agreement with the following persons or entities

    requiring them to treat the Information confidential in accordance with the Contract and this Article

    13, the Recipient may disclose Information to:

    13.2.1 any other party with the Disclosers prior written consent; and,

    13.2.2 the Recipients employees, officials, representatives and agents who have a need toknow such Information for purposes of performing obligations under the Contract, and employees

    officials, representatives and agents of any legal entity that it controls, controls it, or with which it is

    under common control, who have a need to know such Information for purposes of performing

    obligations under the Contract, provided that, for these purposes a controlled legal entity means:

    13.2.2.1 a corporate entity in which the Party owns or otherwise controls, whether directly or

    indirectly, over fifty percent (50%) of voting shares thereof; or,

    13.2.2.2 any entity over which the Party exercises effective managerial control; or,

    13.2.2.3 for the UNDP, an affiliated Fund such as UNCDF, UNIFEM and UNV.13.3 The Contractor may disclose Information to the extent required by law, provided that,

    subject to and without any waiver of the privileges and immunities of the United Nations, the

    Contractor will give the UNDP sufficient prior notice of a request for the disclosure of Information in

    order to allow the UNDP to have a reasonable opportunity to take protective measures or such

    other action as may be appropriate before any such disclosure is made.

    13.4 The UNDP may disclose Information to the extent as required pursuant to the Charter of the

    UN, resolutions or regulations of the General Assembly, or rules promulgated by the Secretary-

    General.

    13.5 The Recipient shall not be precluded from disclosing Information that is obtained by the

    Recipient from a third party without restriction, is disclosed by the Discloser to a third party without

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    28/109

    any obligation of confidentiality, is previously known by the Recipient, or at any time is developed by

    the Recipient completely independently of any disclosures hereunder.

    13.6 These obligations and restrictions of confidentiality shall be effective during the term of the

    Contract, including any extension thereof, and, unless otherwise provided in the Contract, shall

    remain effective following any termination of the Contract.

    14.0 FORCE MAJEURE; OTHER CHANGES IN CONDITIONS

    14.1 In the event of and as soon as possible after the occurrence of any cause constituting force

    majeure, the Contractor shall give notice and full particulars in writing to the UNDP, of such

    occurrence or change if the Contractor is thereby rendered unable, wholly or in part, to perform its

    obligations and meet its responsibilities under this Contract. The Contractor shall also notify the

    UNDP of any other changes in conditions or the occurrence of any event that interferes or threatens

    to interfere with its performance of this Contract. On receipt of the notice required under this

    Article, the UNDP shall take such action as, in its sole discretion; it considers to be appropriate or

    necessary in the circumstances, including the granting to the Contractor of a reasonable extension of

    time in which to perform its obligations under this Contract.

    14.2 If the Contractor is rendered permanently unable, wholly, or in part, by reason of force

    majeure to perform its obligations and meet its responsibilities under this Contract, the UNDP shall

    have the right to suspend or terminate this Contract on the same terms and conditions as are

    provided for in Article 15, "Termination", except that the period of notice shall be seven (7) days

    instead of thirty (30) days.

    14.3 Force majeure as used in this Article means acts of God, war (whether declared or not),

    invasion, revolution, insurrection, or other acts of a similar nature or force.

    14.4 The Contractor acknowledges and agrees that, with respect to any obligations under the

    Contract that the Contractor must perform in or for any areas in which the UNDP is engaged in,

    preparing to engage in, or disengaging from any peacekeeping, humanitarian or similar operations,

    any delays or failure to perform such obligations arising from or relating to harsh conditions within

    such areas or to any incidents of civil unrest occurring in such areas shall not, in and of itself,

    constitute force majeure under the Contract..

    15.0 TERMINATION

    15.1 Either party may terminate this Contract for cause, in whole or in part, upon thirty (30) days

    notice, in writing, to the other party. The initiation of arbitral proceedings in accordance with Article

    16.2 (Arbitration), below, shall not be deemed a termination of this Contract.

    15.2 UNDP reserves the right to terminate without cause this Contract at any time upon 14days

    prior written notice to the Contractor, in which case UNDP shall reimburse the Contractor for all

    reasonable costs incurred by the Contractor prior to receipt of the notice of termination.

    15.3 In the event of any termination by UNDP under this Article, no payment shall be due from

    UNDP to the Contractor except for work and services satisfactorily performed in conformity with theexpress terms of this Contract.

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    29/109

    15.4 Should the Contractor be adjudged bankrupt, or be liquidated or become insolvent, or

    should the Contractor make an assignment for the benefit of its creditors, or should a Receiver be

    appointed on account of the insolvency of the Contractor, the UNDP may, without prejudice to any

    other right or remedy it may have under the terms of these conditions, terminate this Contract

    forthwith. The Contractor shall immediately inform the UNDP of the occurrence of any of the above

    events.

    16.0 SETTLEMENT OF DISPUTES

    16.1 Amicable Settlement: The Parties shall use their best efforts to settle amicably any dispute,

    controversy or claim arising out of this Contract or the breach, termination or invalidity thereof.

    Where the parties wish to seek such an amicable settlement through conciliation, the conciliation

    shall take place in accordance with the UNCITRAL Conciliation Rules then obtaining, or according to

    such other procedure as may be agreed between the parties.

    16.2 Arbitration: Any dispute, controversy, or claim between the Parties arising out of the

    Contract or the breach, termination, or invalidity thereof, unless settled amicably under Article 16.1,

    above, within sixty (60) days after receipt by one Party of the other Partys written request for such

    amicable settlement, shall be referred by either Party to arbitration in accordance with the

    UNCITRAL Arbitration Rules then obtaining. The decisions of the arbitral tribunal shall be based on

    general principles of international commercial law. For all evidentiary questions, the arbitral tribunal

    shall be guided by the Supplementary Rules Governing the Presentation and Reception of Evidence

    in International Commercial Arbitration of the International Bar Association, 28 May 1983 edition.

    The arbitral tribunal shall be empowered to order the return or destruction of goods or any

    property, whether tangible or intangible, or of any confidential information provided under theContract, order the termination of the Contract, or order that any other protective measures be

    taken with respect to the goods, services or any other property, whether tangible or intangible, or of

    any confidential information provided under the Contract, as appropriate, all in accordance with the

    authority of the arbitral tribunal pursuant to Article 26 (Interim Measures of Protection) and

    Article 32 (Form and Effect of the Award) of the UNCITRAL Arbitration Rules. The arbitral tribunal

    shall have no authority to award punitive damages. In addition, unless otherwise expressly provided

    in the Contract, the arbitral tribunal shall have no authority to award interest in excess of the

    London Inter-Bank Offered Rate (LIBOR) then prevailing, and any such interest shall be simple

    interest only. The Parties shall be bound by any arbitration award rendered as a result of such

    arbitration as the final adjudication of any such dispute, controversy, or claim.

    17.0 PRIVILEGES AND IMMUNITIES:

    Nothing in or relating to this Contract shall be deemed a waiver, express or implied, of any of the

    privileges and immunities of the United Nations, including its subsidiary organs.

    18.0 TAX EXEMPTION

    18.1 Section 7 of the Convention on the Privileges and Immunities of the United Nations provides,inter-alia that the United Nations, including its subsidiary organs, is exempt from all direct taxes,

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    30/109

    except charges for public utility services, and is exempt from customs duties and charges of a similar

    nature in respect of articles imported or exported for its official use. In the event any governmental

    authority refuses to recognize the United Nations exemption from such taxes, duties or charges, the

    Contractor shall immediately consult with the UNDP to determine a mutually acceptable procedure.

    18.2 Accordingly, the Contractor authorizes UNDP to deduct from the Contractor's invoice anyamount representing such taxes, duties or charges, unless the Contractor has consulted with the

    UNDP before the payment thereof and the UNDP has, in each instance, specifically authorized the

    Contractor to pay such taxes, duties or charges under protest. In that event, the Contractor shall

    provide the UNDP with written evidence that payment of such taxes, duties or charges has been

    made and appropriately authorized.

    19.0 CHILD LABOUR

    19.1 The Contractor represents and warrants that neither it, nor any of its suppliers is engaged in

    any practice inconsistent with the rights set forth in the Convention on the Rights of the Child,

    including Article 32 thereof, which, inter alia, requires that a child shall be protected from

    performing any work that is likely to be hazardous or to interfere with the child's education, or to be

    harmful to the child's health or physical mental, spiritual, moral or social development.

    19.2 Any breach of this representation and warranty shall entitle UNDP to terminate this Contract

    immediately upon notice to the Contractor, at no cost to UNDP.

    20.0 MINES:

    20.1 The Contractor represents and warrants that neither it nor any of its suppliers is actively and

    directly engaged in patent activities, development, assembly, production, trade or manufacture of

    mines or in such activities in respect of components primarily utilized in the manufacture of Mines.

    The term "Mines" means those devices defined in Article 2, Paragraphs 1, 4 and 5 of Protocol II

    annexed to the Convention on Prohibitions and Restrictions on the Use of Certain Conventional

    Weapons Which May Be Deemed to Be Excessively Injurious or to Have Indiscriminate Effects of

    1980.

    20.2 Any breach of this representation and warranty shall entitle UNDP to terminate this Contract

    immediately upon notice to the Contractor, without any liability for termination charges or any

    other liability of any kind of UNDP.

    21.0 OBSERVANCE OF THE LAW:

    The Contractor shall comply with all laws, ordinances, rules, and regulations bearing upon the

    performance of its obligations under the terms of this Contract.

    22.0 SEXUAL EXPLOITATION:

    22.1 The Contractor shall take all appropriate measures to prevent sexual exploitation or abuse ofanyone by it or by any of its employees or any other persons who may be engaged by the Contractor

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    31/109

    to perform any services under the Contract. For these purposes, sexual activity with any person less

    than eighteen years of age, regardless of any laws relating to consent, shall constitute the sexual

    exploitation and abuse of such person. In addition, the Contractor shall refrain from, and shall take

    all appropriate measures to prohibit its employees or other persons engaged by it from, exchanging

    any money, goods, services, offers of employment or other things of value, for sexual favors or

    activities, or from engaging in any sexual activities that are exploitive or degrading to any person.

    The Contractor acknowledges and agrees that the provisions hereof constitute an essential term of

    the Contract and that any breach of this representation and warranty shall entitle UNDP to

    terminate the Contract immediately upon notice to the Contractor, without any liability for

    termination charges or any other liability of any kind.

    22.2 The UNDP shall not apply the foregoing standard relating to age in any case in which the

    Contractors personnel or any other person who may be engaged by the Contractor to perform any

    services under the Contract is married to the person less than the age of eighteen years with whom

    sexual activity has occurred and in which such marriage is recognized as valid under the laws of the

    country of citizenship of such Contractors personnel or such other person who may be engaged by

    the Contractor to perform any services under the Contract.

    23.0 AUTHORITY TO MODIFY:

    Pursuant to the Financial Regulations and Rules of UNDP, only the UNDP Authorized Official

    possesses the authority to agree on behalf of UNDP to any modification of or change in this

    Agreement, to a waiver of any of its provisions or to any additional contractual relationship of any

    kind with the Contractor. Accordingly, no modification or change in this Contract shall be valid and

    enforceable against UNDP unless provided by an amendment to this Agreement signed by theContractor and jointly by the UNDP Authorized Official.

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    32/109

    Annex 3 Terms of Reference

    A BACKGROUND

    Turkey's primary energy consumption of approximately 106 million toe ranks Turkey among the 25

    most energy-consuming countries in the world. Although Turkey has the lowest per capita energy

    consumption in OECD countries, the country has great potential for rapid growth rate in energy

    consumption due to ongoing population and economic growth. Turkey's annual electricity demand

    has tripled since 1990, reaching 198 TWh by 2008. Turkeys building sector represents the second -

    largest energy consumer, accounting for 36% of the total final energy consumption which has led to

    considerable emissions of CO2 associated with the combustion of fossil fuels. Without a change to

    the business-as-usual scenario, the estimates are that the building sectors energy consumption

    will grow to 47.5 million toe by 2020, with concomitant increases in CO2 emissions expected to

    double. Therefore, the building sector presents significant opportunities for cost-effective energy

    and CO2 savings, estimated to be 30-50% of the current levels. Even though Turkey has gone a long

    way to create a regulatory environment favorable for investments in energy efficient buildings, there

    are still a number of critical barriers hampering further development of the market. To overcome

    some of the barriers to energy efficient buildings, two demonstration buildings will be completed,

    along with other interventions.

    The objective of the project is to reduce energy consumption and associated GHG emissions in

    buildings in Turkey by (among other things) introducing the use of an integrated building design

    approach via two demonstration buildings and ongoing training in integrated building design

    approach1(IBDA) as well as provide stronger regulations, implementers, and institutions. Since

    there is little knowledge of IBDA in Turkey and awareness of viable energy efficiency demonstrations

    in buildings are limited, this project will focus on generating an IBDA that is relevant and adapted to

    the Turkish situation and climate zones that is illustrated through provision of the two

    demonstration buildings.

    An integrated building design approach (IBDA), as promoted by this project, is a process of design

    that integrates climatic conditions, the capture and the conservation of the free solar and internal

    gains, the efficient and comprehensive reduction of all heat losses through walls and ventilation, the

    accurate control of all external energy introduced for providing thermal comfort, light, and hot

    water, and last but not least user awareness of new behaviors regarding energy use and good

    operations and maintenance practices. The ultimate goal of applying IBDA is to achieve highperformance and multiple benefits at a lower cost than the total for all the components combined if

    these were considered separately.

    Key project partner agencies will collaborate to build one new building that is a public school (6,493

    m2), one atelier building for IT education (1,656 m2) for MoNE, and one training unit of MoEU (1,578

    m2) that will be used as a training center, demonstration area and office building for country-wide

    1An integrated building design approach (IBDA), as promoted by this project, is a process of design that integrates climatic

    conditions, the capture and the conservation of the free solar and internal gains, the efficient and comprehensive reduction

    of all heat losses through walls and ventilation, the accurate control of all external energy introduced for providing thermalcomfort, light, and hot water, and last but not least user awareness of new behaviors regarding energy use and good

    operations and maintenance practices.

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    33/109

    trainings and demonstration of construction materials for the agency carrying out energy efficiency

    implementation. These buildings are referred to as Demonstration Building 1-A, Demonstration

    Building 1-B and Demonstration Building 2, respectively.

    Detailed information on the aforementioned design works can be found in the following sections of

    the present Terms of Reference.

    B DEFINITIONS

    The following terms, concepts, acronyms and abbreviations are frequently used in these Terms of

    Reference:

    UNDP: United Nations Development Programme

    Employer: United Nations Development Programme (UNDP)

    Contractor: The entity, contracted by UNDP, to perform the services, stipulated in these Terms of

    Reference

    The Assignment: Unless otherwise specifically noted, the Assignment refers to the Preparation ofcomplete design, construction and tendering documents for three demonstration buildings to be

    built in Ankara within the scope of Energy Efficiency in Buildings Projects

    Instructions to Offerors (ITO): Annex 1 of the Tender Dossier. The document that provides

    information on how to prepare proposals and apply for delivery of the required services within the

    context of the Assignment.

    Terms of Reference (ToR): Annex 3 of the Request for Proposal (This document) which articulates

    terms and conditions for implementation of the assignment.

    BEP: Building Energy Performance

    BIM: Building Information Model

    BREEAM: Building Research Establishment Environmental Assessment Method (an accreditationsystem)

    Days: Unless otherwise explicitly stated, days shall mean calendar days

    DWP: Design Works Package

    EE: Energy Efficiency

    EIE: General Directorate of Electrical Power Resources Survey and Development Administration

    EU: European Union

    GEF: Global Environment Facility

    GHG: Greenhouse Gas

    HVAC: Heating Ventilation and Air Conditioning

    IBDA: Integrated Building Design ApproachLEED: Leadership in Energy and Environmental Design (an accreditation system)

    MoENR: Ministry of Energy and Natural Resources

    MoNE: Ministry of National Education

    MoEU: Ministry of Environment and Urbanization

    PMU: Project Management Unit staffed by UNDP and other project partner agencies

    RE: Renewable Energy

    TL: Team Leader

    TOK: Housing Development Administration

    TMMOB: Union of Turkish Engineers and Architects (UCTEA)

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    34/109

    C OBJECTIVE, PURPOSE AND EXPECTED RESULTS

    C.1 Overall objective

    The overall objective, towards which the Assignment will contribute, is to showcase cost-effective

    energy efficiency solutions for new buildings through the application of integrated building designapproach (IBDA) in three demonstration buildings.

    Ministry of National Education (MoNE) and Ministry of Environment and Urbanization (MoEU) will

    collaborate to provide three new buildings for demonstration of IBDA, as defined below:

    Demonstration Building 1-A: A public school building having a construction area of about

    6,493 m2, (DEMO 1-A),

    Demonstration Building 1-B: An atelier building for IT education having a construction

    area of about 1,656 m2, (DEMO 1-B),

    Demonstration Building 2: A training center and office building having a construction area of

    about 1,578 m2

    , (DEMO 2).The geographical scope of the three demonstration buildings is Ankara.

    C.2 Purpose

    The purpose of this Contract is to provide complete design and tendering documents for the

    construction of three demonstration buildings and provision of consultancy and monitoring services

    during the construction period for the subject buildings for the use of;

    1) Ministry of National Education (MoNE) for demo building 1-A and 1-B,

    2) Ministry of Environment and Urbanization (MoEU) for demo building 2, and

    3) General Directorate of Electrical Power Resources Survey and Development Administration (EIE,

    National Project Implementing Agency).

    As such, the scope of the services within the Assignment will lead to development and delivery of

    concrete outputs as defined below.

    C.3 Results to be achieved by the Contractor

    C.3.1 Demonstration Buildings 1-A and 1-B

    Demonstration Buildings 1-A (A public school building having a construction area of about 6,493 m2)

    and 1-B (An atelier building for IT education having a construction area of about 1,656 m2) located in

    the same plot with an area of 17,030 m2

    (the remaining from the construction area will designed aslandscaping area, see Annex 9 Enclosed documents for Demonstration Buildings) will be derived

    from already-existing new building types that will undergo orientation, architectural design and

    detailing changes, and equipment enhancements, so the process may be considered to be a holistic

    retrofit to a yet-to-be-constructed building.

    Development of the Demonstration Buildings 1-A and 1-1-AB will generate an IBDA/holistic retrofit

    which will suggest changes to the orientation, construction documents, and specifications that

    include, but are not limited to, the following: IBDA/holistic retrofit, a mix of no-cost, low-cost tactics,

    and a range of EE/RE technologies and tactics, both active and passive. Specific technologies and

    tactics to be used in the Demonstration Buildings 1-A and 1-B may include: building positioning,

    orientation, micro-climate features, building automation system (BAS), factory-sealed low-e

  • 7/27/2019 Undp Tur Rfp Proj Eeb 2011 2

    35/109

    windows and doors, wall and roof insulation, prevention of thermal bypass and/or bridging,

    advanced lighting technologies (e.g., CFLs), light shelves, and RE units. The proposed technologies

    were selected because they represent a mix of state of the art and state of the shelf (i.e.,

    products readily-available in Turkey) technologies or materials.

    Demonstration Buildings 1-A and 1-B will also generate an Energy Performance Certificate supportedby accurate and reliable baseline comparison data from the other baseline school buildings and will

    pioneer the process of passportization by noting any infrastructure or institutional obstacles found

    during the application of the buildings Energy Performance Certificate.

    C.3.2 Demonstration Building 2

    Demonstration Building 2 located in a plot having a construction area of 1578 m2

    (see Annex 9

    Enclosed documents for Demonstration Buildings) will serve as a Technology and Information

    Management Center. The design and construction documents for this building are not begun so the

    Contractor will work to generate a true IBDA which will suggest proper orientation, construction

    documents, and specifications that include, but are not limited to, the following: IBDA, a mix of no-

    cost, low-cost tactics, and a range of EE/RE technologies and tactics, both active and passive.

    Specific technologies and tactics to be used in Demonstration Building 2 may include: building

    positioning, orientation, micro-climate features, building automation system (BAS), EE windows and

    doors, wall and roof insulation, prevention of thermal bypass and/or bridging, advanced lighting

    technologies (e.g., CFLs), light shelves, and RE as possible. The proposed technologies were selected

    because they represent a mix of state of the art and state of the shelf (i.e., products readily-

    available in Turkey) technologies or materials.

    D SCOPE OF THE SERVICES

    D.1 Basic Design Considerations

    The Contractor shall, with due care and diligence, and in accordance with the provisions of the

    contract, design the works and perform the complimentary activities in considerations with the

    followings:

    The prime consideration of the design works is to reduce energy consumption and

    associated GHG emissions in demo buildings by means of integrated buildings design

    approach (IBDA) and by using Energy Efficiency tactics and Renewable Energy technologies,

    The design should provide modern and original architectural and engineering solutions fit tothe purpose, however standing on a functional, efficient and economical basis.

    The design should contribute to sustainable development,

    The subject building must conform in every respect to the public-buildings legislation in

    force in Turkey. However, if such legislation has less binding force than an international

    standard or directive acceptable to the Employer and/or key project partners, then buildings

    must comply with the latter,

    The following local legislations must be complied with:

    - Urban development legislation (planning permission and environmental licenses ),

    - Architectural legislation (architectural design, structural calculations for