You are on page 1of 65

Request for Proposals (RFP) for

DESIGN AND CONSTRUCTION


SUPERVISION SERVICES
FOR THE REHABILITATION OF GRAVEL
FEEDER ROADS IN THE GAMBIA
RFP REF NO: UNOPS-GMB-RFP-17-001

Version: v2017.2
RFP Ref No: UNOPS-GMB-RFP-17-001

Section I: RFP Particulars


The following specific data shall complement, supplement or amend the provisions in Section II: Instruction
to Offerors. In case there is a conflict, the provisions herein shall prevail over those in Instructions to
Offerors.

Instructions to
Particulars
Offerors Article

Scope of The services include the provision of design and construction supervision services for
Proposal the rehabilitation of gravel feeder roads in the Gambia as further described in Section
(Article 1) IV of this RFP.
All correspondence, notifications and requests for clarifications in relation to this RFP
Contact person shall be sent to:
for Davronbek Akhmadbekov
correspondence, Email: davronbeka@unops.org
notifications and
requests for United Nations Office for Project Services
clarifications Ghana Operational Hub
(Article 1) The Gambia Office

ATTENTION: PROPOSALS SHALL NOT BE SUBMITTED TO THE ABOVE


ADDRESS BUT TO THE ADDRESS FOR PROPOSAL SUBMISSION AS SET OUT
BELOW (see Article 23).

Interpretation of This RFP is conducted in accordance with the applicable provisions of UNOPS
the RFP Procurement Manual (latest version of which can be accessed at:
(Article 2) https://www.unops.org/english/Opportunities/suppliers/how-we-procure/Pages/default.aspx)
and other relevant Organisational Directives and Administrative Instructions that are
referred to in the Procurement Manual. In case of contradictions between this RFP and
the UNOPS Procurement Manual, the UNOPS Procurement Manual shall prevail.

Offeror Eligibility No nationalities are excluded from submitting a Proposal. However, the prospective Offeror
(Article 4) or the lead party of the prospective Offeror must have valid business license to legally
operate in the Gambia.

A prospective Offeror that has an ongoing litigation or dispute with UN or any other
International Organisation shall not be eligible to participate in this business opportunity.

Clarifications Requests for clarification from Offerors will not be accepted any later than 17.00hrs
(Article 7) and Banjul, Gambia time (GMT) on 19 December 2017.
Amendments
Responses to requests for clarification and/or amendments shall be communicated to
(Article 3)
Offerors by posting responses on UNGM at https://www.ungm.org/Public/Notice under
RFP Case No.: UNOPS-GMB-RFP-17-001

Clarification or No clarification meeting shall be held.


Pre-Bid Meeting
(Article 8)

Site Inspection Offerors may carry out their own site inspection with the prior written notification and
(Article 9) approval of UNOPS.

Exclusivity Offerors shall submit Exclusivity and Availability Statements for all the proposed key
statement experts in the form set out in Form K: Statement of Exclusivity and Availability Form.
(Article 11)

2
RFP Ref No: UNOPS-GMB-RFP-17-001

Proposal validity Proposals shall remain valid for acceptance by UNOPS for 90 days from the Deadline
period for Proposal Submission.
(Article 13)

Partial Proposals Partial Proposals shall not be allowed. Offerors must submit a proposal for the total
(Article 14) requirement requested under Section IV: Schedule of Requirements. Evaluation will be
done for the total requirement.

Alternative Alternative Proposals are not accepted.


Proposals
(Article 15)

Proposal Prices shall be quoted in United States Dollars (USD)


Currenc(ies)
(Article 17)

Duties and Taxes All Proposals shall be submitted net of any direct taxes, customs duties and indirect
(Article 18) taxes, such as sales tax and VAT.

Proposal Proposal security is not required.


Security
(Article 19)

Language of All Proposals, information, documents and correspondence exchanged between


Proposals UNOPS and the Offerors in relation to this RFP process shall be in English.
(Article 21)

Deadline for All Proposals must be submitted by 10:00am Banjul, Gambia Time (GMT) on 26
Proposal December 2017.
Submission
(Article 22)

3
RFP Ref No: UNOPS-GMB-RFP-17-001

Proposal Proposals must be submitted using ONE of the following two options:
Submission
(Article 23) Option 1: By mail or personal delivery in one sealed outer envelope and two inner
envelopes, as detailed below, by the Deadline for Proposal Submission.

The outer envelope shall be labelled as follows:

***CONFIDENTIAL PROPOSAL – DO NOT OPEN UNLESS AUTHORIZED***

United Nations Office for Project Services


Ghana Operational Hub
Gambia Office
House No.5 (Opposite West Africa Tours), 2nd Road East
Fajara - Gambia

Att.: Chair Person, Proposal Opening Committee.


Case No.: UNOPS-GMB-RFP-17-001
Deadline for Proposal Submission: 10:00am Banjul, Gambia time (GMT) on 26
December 2017

From: [Insert Offeror’s name & details]

Personal delivery shall be made between the hours of 9:00am and 3:00pm on UNOPS
regular working days by the Deadline for Proposal Submission.

The inner envelopes shall be marked as follows:

Both inner envelopes shall indicate the Offeror’s name and address and the RFP Case
No.

The first inner envelope shall be marked “Technical Proposal” and shall contain one
soft copy and two hard copies of all the duly filled and signed Returnable Bidding Forms
and other documentation (except the Returnable Bidding Form F– Financial
Proposal Form. The technical proposal shall be prepared in duplicate with one hard
copy marked “Original” and the other marked “Copy”. In the event of any discrepancy
between the soft and/or the hard copies of the proposal, the proposal marked as
“Original” shall govern.

The second inner envelope shall be marked “Financial Proposal” and include the duly
completed and signed Returnable Bidding Form F– Financial Proposal Form. The
financial proposal shall be prepared in one soft copy and two hard copies, with one hard
copy marked “Original” and the other marked “Copy” In the event of any discrepancy
between the soft and/or the hard copies of the proposal, the proposal marked as
“Original” shall govern.

Distinct, separately sealed technical and financial proposals are requested from the
offerors in order to evaluate them separately. Therefore, non-compliance to the above
stated instructions shall result in rejection of the proposal received.

4
RFP Ref No: UNOPS-GMB-RFP-17-001

Option 2: By e-mail to secure proposal e-mail address: ghoh.bids@unops.org, as


detailed below by the Deadline for Proposal Submission.

The “Technical Proposal” shall be sent in a separate e-mail and shall not exceed 8
megabytes. The e-mail subject line shall read “Technical Proposal for RFP No.:
UNOPS-GMB-RFP-17-001”. If the size of the email is likely to exceed 8 MB, please
send the required Bidding Documents via multiple emails and indicate the email number
(email 1 of X, email 2 of X, etc.) in the subject field of each email in addition to RFP
reference number.

The “Financial Proposal” shall be sent in a separate e-mail and shall not exceed 8
megabytes. The e-mail subject line shall read “Financial Proposal for RFP No.:
UNOPS-GMB-RFP-17-001”. If the size of the email is likely to exceed 8 MB, please
send the required Bidding Documents via multiple emails and indicate the email number
(email 1 of X, email 2 of X, etc.) in the subject field of each email in addition to RFP
reference number.
In order to facilitate UNOPS evaluation process, documents attached should be named
according to the section/form number of this RFP and –where possible- PDF documents
should be provided in a format which allows text searches within the document.

Distinct, separate e-mails containing technical and financial proposals are requested
from the Offerors in order to evaluate them separately. Non-compliance to this
instruction shall result in rejection of the proposal received.

PLEASE DO NOT SEND THE E-MAILS WITH YOUR PROPOSAL TO ANY OTHER
E-MAIL ADDRESS DIFFERENT FROM THE SECURE PROPOSAL E-MAIL
ADDRESS. Proposals submitted to any e-mail other than specified above will be
rejected and not considered for evaluation. E-mail submissions sent via the correct route
after having been sent incorrectly will be declared invalid.

Opening of No Public opening of Proposals shall be held.


Proposals
(Article 25)

Type of contract UNOPS will sign the following contract with the awarded Offeror(s): Consultant Services
to be awarded Contract for Works
(Article 34)

Signing of UNOPS plans to award the contract by 31 January 2018.


contract
(Article 34)

Performance Performance security shall not be required.


Security
(Article 35)

Payment terms Within 30 days after receipt of the payment documentation for the rendered services or
(Article 36) parts thereof.

Advance Advance payment is not allowed.


Payment
(Article 36)

5
RFP Ref No: UNOPS-GMB-RFP-17-001

Liquidated UNOPS will deduct from the Contract price, as liquidated damages, a sum equivalent
damages to the percentage of 0.3% of the original total Contract price for each day of delay until
(Article 37) actual delivery or performance, up to a maximum deduction of 10%. Once the maximum
is reached, UNOPS may terminate the Contract pursuant to the General Conditions of
Contract.

6
RFP Ref No: UNOPS-GMB-RFP-17-001

Section II: Instruction to Offerors

1. SCOPE OF PROPOSAL

Offerors are invited to submit a Proposal for the services/goods specified in Section IV: Schedule of
Requirements, in accordance with this RFP. A summary of the scope of the Proposal is included in Section
I: RFP Particulars.
All correspondence and notification in relation to this RFP shall be sent to the contact person and address
set out in Section I: RFP Particulars. Please note that the address for Proposal Submission may be
different.
2. INTERPRETATION OF THE RFP

This RFP is an invitation to treat and shall not be construed as an offer capable of being accepted or as
creating any contractual, other legal or restitutionary rights.
No binding contract, including a process contract or other understanding or arrangement, will exist between
the Offeror and UNOPS and nothing in or in connection with this RFP shall give rise to any liability on the
part of UNOPS unless and until the Contract is signed by UNOPS and the successful Offeror.
3. AMENDMENTS TO THE RFP

Prior to the deadline for Proposal Submission, UNOPS may at its discretion modify the RFP Documents by
way of a written addendum. All written addenda to the RFP Documents shall form part of the RFP.
In the event UNOPS modifies the RFP, UNOPS will notify in writing all Offerors that have received the RFP
directly from UNOPS if the RFP was not available online, and/or, if the RFP was available online or if stated
in Section I: RFP Particulars, responses will be posted online.
In order to give the Offerors reasonable time to take such modification into account, UNOPS may extend
the Deadline for Proposal Submission as may be appropriate under the circumstances.
4. OFFEROR ELIGIBILITY

Offerors may be a private, public or government-owned legal entity or any association with legal capacity
to enter into a binding contract with UNOPS.
An Offeror, and all parties constituting the Offeror, may have the nationality of any country with the
exception of the nationalities, if any, listed in Section I: RFP Particulars. An Offeror shall be deemed to
have the nationality of a country if the Offeror is a citizen or is constituted, incorporated, or registered and
operates in conformity with the provisions of the laws of that country.
An Offeror shall not have a conflict of interest. A Offeror shall be considered to have a conflict of interest if:
 An Offeror has a close business or family relationship with a UNOPS personnel who: (i) are directly
or indirectly involved in the preparation of the bidding documents or specifications of the contract,
and/or the bid evaluation process of such contract; or (ii) would be involved in the implementation
or supervision of such contract;
 An Offeror is associated, or has been associated in the past, directly or indirectly, with a firm or any
of its affiliates which have been engaged by UNOPS to provide consulting services for the
preparation of the design, specifications, and other documents to be used for the procurement of
the goods, services or works required in the present procurement process;
 An Offeror has an interest in other Offerors, including when they have common ownership and/or
management. Offerors shall not submit more than one bid, except for alternative offers, if permitted.
This will result in the disqualification of all bids in which the Offeror is involved. This includes
situations where a firm is the Offeror in one bid and a sub-contractor on another; however, this
does not limit the inclusion of a firm as a sub-contractor in more than one bid.
Offerors must disclose any actual or potential conflict of interest in the Offeror Information Form and they
shall be deemed ineligible for this procurement process unless such conflict of interest is resolved in a
manner acceptable to UNOPS. Failure to disclose any actual or potential conflict of interest may lead to the
Offeror being sanctioned further to UNOPS policy on vendor sanctions.
An Offeror shall not be eligible to submit a Proposal if and when at the time of proposal submission, the
Offeror:

7
RFP Ref No: UNOPS-GMB-RFP-17-001

 is included in the Ineligibility List, hosted by UNGM, that aggregates information disclosed by
UNOPS (UNOPS Ineligibility List) and other Agencies, Funds or Programs of the UN System;
 is included in the Consolidated United Nations Security Council Sanctions List, including the UN
Security Council Resolution 1267/1989 list;
 is included in the World Bank Corporate Procurement Listing of Non-Responsible
Vendors and World Bank Listing of Ineligible Firms and Individuals.
 is included in any other Ineligibility List from a UNOPS partner and if so listed in Section I: ITB
Particulars.
 is currently suspended from doing business with UNOPS and removed from its vendor database(s),
for reasons other than engaging in proscribed practices as defined in the UNOPS Procurement
Manual.
All Offerors are expected to embrace the principles of the United Nations Supplier Code of Conduct, given
that it originates from the core values of the Charter of the United Nations. UNOPS also expects all its
suppliers to adhere to the principles of the United Nations Global Compact and requests that all Offerors
observe the highest standard of ethics during the entire Proposal process, as well as the duration of any
contract that may be awarded as a result of this Proposal process as further defined in Article 41.
If an Offeror does not have all the expertise required for the provision of the services/goods to be provided
under the Contract, such Offeror may submit a Proposal in association with other entities, particularly with
an entity in the country where the goods and/or services are to be provided. In the case of a joint venture,
consortium or association:
(i) All parties of such joint venture, consortium or association shall be jointly and severally
liable to UNOPS for any obligations arising from their Proposal and the Contract that may
be awarded to them as a result of this RFP;
(ii) The Proposal shall clearly identify the designated entity designated to act as the contact
point to deal with UNOPS. The duly filled Form D: Joint Venture Partner Information Form
must be included with the Proposal. Such entity shall have the authority to make decisions
binding upon the joint venture, association or consortium during the bidding process and,
in the event that a contract is awarded, during the duration of the contract; and
(iii) The composition or the constitution of the joint venture, consortium or association shall not
be altered without the prior consent of UNOPS.
5. ERRORS OR OMISSIONS

Offerors shall immediately notify UNOPS in writing of any ambiguities, errors, omissions, discrepancies,
inconsistencies or other faults in any part of the RFP, with full details of those ambiguities, errors, omissions,
discrepancies, inconsistencies or other faults.
Offerors shall not benefit from such ambiguities, errors, omissions, discrepancies, inconsistencies or other
faults.
6. OFFERORS’ RESPONSIBILITY TO INFORM THEMSELVES & ACKNOWLEDGEMENT

Offerors shall be responsible to inform themselves in preparing their Proposal. In this regard, Offerors shall
ensure that they:
i. examine and fully inform themselves in relation to all aspects of the RFP, including the Contract and
all other documents included or referred to in this RFP;
ii. review the RFP to ensure that they have a complete copy of all documents;
iii. obtain and examine all other information relevant to the project and the scope of the requirements
available on reasonable enquiry;
iv. verify all relevant representations, statements and information, including those contained or
referred to in the RFP or made orally during any clarification meeting or site Inspection or any
discussion with UNOPS, its employees or agents;
v. attend any Clarification Meeting or Site Inspection if it is mandatory under this RFP;
vi. fully inform and satisfy themselves as to requirements of any relevant authorities and laws that
apply, or may in the future apply, to the supply of the goods/services; and
vii. form their own assessment of the nature and extent of the services/goods required as included in
Section IV: Schedule of Requirements and properly account for all requirements in their Proposal.

8
RFP Ref No: UNOPS-GMB-RFP-17-001

Offerors acknowledge that UNOPS, its directors, employees and agents make no representations or
warranties (express or implied) as to the accuracy, currency or completeness of this RFP or any other
information provided to the Offerors.
7. CLARIFICATION OF THE RFP

Offerors may request clarification of the RFP or Proposal process by submitting a written request to the
contact stated in Section I: RFP Particulars up to the time stated in Section I: RFP Particulars and
thereafter requests for clarification will not be accepted. Explanations or interpretations provided by
personnel other than the named contact person will not be considered binding or official.
UNOPS shall gather all requests for clarification and may respond in writing to all such requests at the
same time. Responses to requests for clarification shall be communicated directly to all Offerors that
received the RFP directly from UNOPS if the RFP was not available online, and/or, if the RFP was available
online or if stated in Section I: RFP Particulars, responses will be posted online without disclosing the
names of the Offerors who submitted the requests for clarification.
8. CLARIFICATION OR PRE-PROPOSAL MEETING

Unless otherwise instructed in writing by UNOPS, a clarification or Pre-Proposal meeting will only be held
if stated Section I: RFP Particulars, at the time and place and in accordance with any instructions set out
in the Section I: RFP Particulars.
If it is stated in Section I: RFP Particulars that a clarification meeting shall be mandatory, an Offeror which
does not attend the clarification meeting shall become ineligible to submit a proposal under this RFP.
The names of representatives of Offerors who will attend the clarification meeting shall be submitted in
writing by Offerors to the UNOPS contact person listed in Section I: RFP Particulars, including the full
name and position of each representative at least 1 working day before the clarification meeting is to be
held.
UNOPS will not issue any formal answers to questions from Offerors regarding the RFP or Proposal
process during the clarification meeting. All questions shall be submitted in accordance with Article 7.
The clarification meeting shall be conducted for the purpose of providing background information only.
Without limiting Article 6, Offerors shall not rely upon any information, statement or representation made at
the clarification meeting unless that information, statement or representation is confirmed by UNOPS in
writing.
UNOPS shall prepare minutes of the clarification meeting and communicate them in writing directly to all
Offerors which received the Proposal documents directly from UNOPS if the RFP was not available online,
and/or, if the RFP was available online or if stated in Section I: RFP Particulars, the minutes will be posted
online without disclosing the names of the Offerors who attended the clarification meeting, shortly after the
clarification meeting.
9. SITE INSPECTION

Unless otherwise instructed in writing by UNOPS, a site visit will only be held if stated in Section I: RFP
Particulars, at the time and place and in accordance with any instructions set out in Section I: RFP
Particulars.
If it is stated in Section I: RFP Particulars that a site inspection shall be mandatory, an Offeror which does
not attend the site inspection shall become ineligible to submit a proposal under this RFP.
Offerors participating in a site inspection shall be responsible for making and obtaining any visa
arrangements that may be required for the Offerors to participate in a site inspection.
Prior to attending a site inspection, Offerors shall execute an indemnity and a waiver releasing UNOPS in
respect of any liability that may arise from:
(i) loss of or damage to any real or personal property;
(ii) personal injury, disease or illness to, or death of, any person;
(iii) financial loss or expense, arising out of the carrying out of that site inspection; and
(iv) transportation by UNOPS to the site (if provided) as a result of any accidents or malicious
acts by third parties.
UNOPS will not issue any formal answers to questions from Offerors regarding the RFP or Proposal
process during a site visit. All questions shall be submitted in accordance with Article 7.

9
RFP Ref No: UNOPS-GMB-RFP-17-001

A site visit will be conducted for the purpose of providing background information only. Without limiting
Article 6, Offerors shall not rely upon any information, statement or representation made at a site visit unless
that information, statement or representation is confirmed by UNOPS in writing.
10. DOCUMENTS COMPRISING THE PROPOSAL

The Proposal shall comprise the following:


(a) Proposal Submission Form and the applicable Returnable Bidding Forms included in Section V;
(b) Proposal Security if specified in Section I: RFP Particulars, in accordance with Instructions to
Offerors Article 19, if required;
(c) Documentary evidence as specified in Section III: Evaluation Criteria to establish the Offeror’s
compliance with the applicable eligibility, formal, qualification and technical criteria.
11. EXCLUSIVITY AND AVAILABILITY STATEMENT
If so required in Section I: RFP Particulars each key expert profile requested in Section IV: Schedule of
Requirements must sign an exclusivity and availability statement. The purpose of Exclusivity and
Availability Statement is as follows:
(a) The key experts proposed in the proposal must not be part of any other proposal being submitted
for this RFP process. They must therefore engage themselves exclusively to the Offeror.
(b) Each key expert must also undertake to be available, able and willing to work for all the period
foreseen for his/her input during the implementation of the contract as indicated in the Schedule of
Requirements and the offeror’s proposal.
Having selected an offeror partly on the basis of an evaluation of the key experts presented in the offer,
UNOPS expects the contract to be executed by these specific experts. As the expected date of mobilization
is given in the solicitation documents, UNOPS will only consider substitutions after the deadline for the
submission of offers in cases of unexpected delays in the commencement date beyond the control of the
Offeror, or exceptionally because of the incapacity of a key expert for health reasons or due to force majeure
or other circumstances which may justify a replacement and which would not have any effect on the
selection of the proposal. The desire of an Offeror to use an expert on another project or a change of mind
on the part of an expert about the contract will not be accepted as a reason for substitution of any of the
key experts.
12. REMUNERATION FOR AND COSTS OF PROPOSALS

Offerors shall not be entitled to any remuneration or compensation for the preparation and submission of
their Proposal.
Offerors acknowledge that their participation in any stage of the solicitation process for this RFP is at the
Offerors' own risk and cost. UNOPS shall not be responsible for any costs or expenses incurred by Offerors
in the preparation and submission of Proposals or participation in the solicitation process, including as part
of any clarification meeting or site inspection.
UNOPS is not liable to Offerors for any costs, expense or loss on any legal, contractual, quasi contractual
or restitutionary basis incurred or suffered in connection with the RFP or Offerors' participation in the
solicitation process, including where:
(i) clarifications and addenda are provided or not provided to Offerors;
(ii) an Offeror is not selected or not engaged to carry out the services;
(iii) UNOPS varies, terminates, suspends or delays any aspect of the Proposal process or conducts
another process in its place;
(iv) UNOPS elects not to proceed with the RFP in whole or in part; or
(v) UNOPS exercises any other rights under the RFP.
13. PROPOSAL VALIDITY PERIOD

Proposals shall remain valid for acceptance by UNOPS for the entire period set out in Section I: RFP
Particulars. A Proposal valid for a shorter period of time shall not be further considered.
Prior to expiration of the Proposal validity period, UNOPS may request in writing that the Offerors extend the
validity of their Proposals with the same conditions. The Proposal of Offerors who decline to extend the validity
of their Proposal shall become disqualified as no longer valid.
14. PARTIAL PROPOSALS

10
RFP Ref No: UNOPS-GMB-RFP-17-001

Offerors must offer services/goods for the total requirement requested under Section IV: Schedule of
Requirements unless if so stated in Section I: RFP Particulars. Proposals offering only part of the
requirements may be rejected unless permitted otherwise in Section I: RFP Particulars.
If indicated in Section I: RFP Particulars that Proposals are being invited for individual contracts (lots) and
unless otherwise indicated in Section I, Offerors must offer 100 % of the items specified for each lot and to
100% of the quantities specified for each item of a lot. If applicable, the methodology of evaluation to
determine the award of multiple lot combinations will be specified in Section III: Evaluation Criteria.
15. ALTERNATIVE PROPOSALS

Offerors shall not submit more than one Proposal per Offeror in this RFP process, with the exception of
alternative offers if so provided for in Section I: RFP Particulars. Where the conditions for its acceptance are
met, UNOPS reserves the right to award a contract based on an alternative Proposal.
If Section I: RFP Particulars states that alternative Proposals shall not be accepted, then these will not be
evaluated. If an Offeror submits more than one Proposal:
(i) All Proposals marked as “Alternative Proposal” will be disqualified and only the Proposal
marked as “Initial Proposal” will be evaluated; or,
(ii) All Proposals will be rejected if no indication is provided as to which Proposal is the original
Proposal and which is/are the alternative Proposal(s).
16. PROPOSAL PRICES AND DISCOUNTS
The prices and discounts quoted by the Offeror in the Financial Proposal Form shall conform to the requirements
specified below.
All items and lots (if applicable) must be listed and priced separately in the Financial Proposal Form.
The Offeror shall quote any unconditional discounts and indicate the method for their application in the Financial
Proposal Form.
If applicable, the terms FCA, CPT and other similar terms shall be governed by the rules prescribed in the 2010
edition of Incoterms, published by The International Chamber of Commerce. The Incoterms rules and place of
destination is specified in Section IV: Schedule of Requirements.
Prices quoted by the Offeror shall be fixed during the Offeror’s performance of the Contract and not subject to
variation on any account, unless otherwise specified in Section I: RFP Particulars. A Proposal submitted with
an adjustable price shall be treated as non-compliant and shall be rejected, pursuant to Instructions to Offerors
Article 27. However, if in accordance with Section I, prices quoted by the Offeror shall be subject to adjustment
during the performance of the Contract, a Proposal submitted with a fixed price quotation shall not be rejected,
but the price adjustment shall be treated as zero.
If indicated in Section I: RFP Particulars Proposals are being invited for individual contracts (lots) and unless
otherwise indicated in Section I, prices quoted shall correspond to 100 % of the items specified for each lot and
to 100% of the quantities specified for each item of a lot. Offerors wishing to offer any price reduction (discount)
for the award of more than one Lot shall specify the applicable price reduction.
17. PROPOSAL CURRENC(IES)

Prices in the Proposal shall be quoted in the currenc(ies) stated in Section I: RFP Particulars. If applicable,
for comparison and evaluation purposes, UNOPS will convert the Proposal prices into USD at the official
United Nations rate of exchange in force at the time of the Deadline for Proposal Submission.
UNOPS reserves the right not to reject any Proposals submitted in a currency other than the mandatory
Proposal currenc(ies). UNOPS may accept Proposals submitted in another currency than stated above if the
Offeror confirms during clarification of Proposals in writing that it will accept a contract issued in the mandatory
Proposal currency and that for conversion the official United Nations operational rate of exchange of the day
of RFP deadline as stated in the Section I: RFP Particulars shall apply. Regardless of the currency of
Proposals received, the contract will always be issued and subsequent payments will be made in the
mandatory Proposal currency above.
18. DUTIES AND TAXES

Article II, Section 7, of the Convention on the Privileges and Immunities provides, inter alia, that the United
Nations, including UNOPS as a subsidiary organ, is exempt from all direct taxes, except charges for public
utility services, and is exempt from customs restrictions, duties, and charges of a similar nature in respect

11
RFP Ref No: UNOPS-GMB-RFP-17-001

of articles imported or exported for its official use. All Proposals shall be submitted net of any direct taxes
and any other taxes and duties, unless otherwise specified in Section I: RFP Particulars.
19. PROPOSAL SECURITY
The Offeror shall furnish as part of its Proposal, a Proposal Security, if required in Section I: RFP
Particulars.
The Proposal Security shall be in the amount and form specified in Section I: RFP Particulars and shall:
(a) Be in the same currency as stipulated in Instructions to Offerors, Article 17.
(b) Be valid for thirty (30) days beyond the period of Proposal validity prescribed by UNOPS pursuant
to Article 13, Proposal Validity Period.
A proposal that does not include a Proposal Security in the amount and form described above may be rejected
by UNOPS.
Unsuccessful Offerors’ Proposal securities will be discharged/returned as promptly as possible, but no later
than thirty (30) days after the expiration of the period of Proposal validity prescribed by UNOPS pursuant to
Article 13, Proposal Validity Period.
The successful Offeror(s)’ Proposal securities will be discharged/returned upon the Offeror executing the
contract, pursuant to Article 34, Signing of Contract.
The Proposal security may be forfeited:
a. If a Offeror withdraws its Proposal during the period of Proposal validity specified by the Offeror on
the Proposal submission form; or
b. In the case of the successful Offeror, if the Offeror fails to sign the contract in accordance with
Article 34, Signing of Contract.
20. FORMAT AND SIGNING OF PROPOSALS

The Proposal shall be typed and shall be signed in indelible ink by the Offeror or a person or persons duly
authorized to bind the Offeror to the contract.
A Proposal shall contain no interlineations, erasures, or overwriting. If necessary to correct errors made by
an Offeror, hand written corrections to the Proposal may be made before the submission and/or the
Deadline for Proposal Submission. In this case, such corrections shall be initialled by the person or persons
who signed the Proposal.
21. LANGUAGE OF PROPOSALS

All Proposals, information, documents and correspondence exchanged between UNOPS and the Offerors
in relation to this Proposal process shall be in the language set out in Section I: RFP Particulars.
Supporting documents may be submitted in their original language. If such language is different from that
set out in Section I: RFP Particulars, the supporting documents shall be submitted together with a
translation of the supporting documents’ relevant excerpts. In any such case, for interpretation of the
Proposal, the translation shall prevail. The sole responsibility for translation and the accuracy thereof shall
rest with the Offeror.
22. DEADLINE FOR PROPOSAL SUBMISSION

All Proposals shall be received by UNOPS by no later than the time and date set out in Section I: RFP
Particulars. It shall be the sole responsibility of the Offerors to ensure that their Proposal is received by
the Closing Date. Proposals submitted after the Deadline for Proposal Submission shall be rejected.
UNOPS may, at its discretion, extend this deadline for the submission of Proposals by amending the
solicitation documents in accordance with Article 3 Amendment of solicitation documents. In this case, all
rights and obligations of UNOPS and Offerors subject to the previous deadline will thereafter be subject to the
new deadline as extended.
23. PROPOSAL SUBMISSION
All Proposals shall be submitted to UNOPS in accordance with the requirements set out in this RFP,
including in Section I: RFP Particulars.
Particular attention should be made by Offerors in not including any financial/price information in the
technical proposal envelope. Proposals that are not submitted in accordance with the provisions set out in
this RFP shall be rejected.

12
RFP Ref No: UNOPS-GMB-RFP-17-001

24. WITHDRAWAL, SUBSTITUTION, AND MODIFICATION OF PROPOSALS

Prior to the Deadline for Proposal Submission, an Offeror may withdraw, substitute, or modify its submitted
Proposal by sending a written notice to UNOPS. However, after the Deadline for Proposal Submission, the
Proposals shall remain valid and open for acceptance by UNOPS for the entire Proposal Validity Period,
as may be extended.
Proposals for which withdrawal has been requested prior to the deadline for submission of the Proposals
shall be made available for collection by the Offeror that submitted it within 15 days of its withdrawal.
Otherwise, UNOPS shall have the right to discard such Proposal unopened without further notice to the
Offeror. UNOPS shall not be responsible to return the Proposal to the Offeror at UNOPS’ cost.
25. OPENING OF PROPOSALS

Technical Proposals will be opened by a UNOPS bid opening panel consisting of at least two personnel.
Offerors shall not attend the technical proposal opening, unless specified in Section I: RFP Particulars.
Financial proposals will be opened only for proposals that achieve the minimum technical threshold
according to Article 30, Evaluation of Proposals.
26. CLARIFICATION OF PROPOSALS
UNOPS may request clarification or further information in writing from the Offerors at any time during the
evaluation process. The Offerors’ responses shall not contain any changes regarding the substance or
price of the Proposal, except to confirm the correction of arithmetic errors discovered by UNOPS in the
Evaluation of the Proposals, in accordance with Instructions to Offerors Article 28.
UNOPS may use such information in interpreting and evaluating the relevant Proposal but is under no
obligation to take it into account.
27. COMPLIANCE OF PROPOSALS

UNOPS’s determination of a Proposal’s compliance is to be based on the contents of the Proposal itself.
A substantially compliant Proposal is one that meets or exceeds the requirements under the Schedule of
Requirements and obtains the minimum required number of technical points defined in the Evaluation
Criteria, without material deviation, reservation, or omission. A material deviation, reservation, or omission
is one that:
(a) affects in any substantial way the scope, quality, or performance of the Services/Goods specified
in the Schedule of Requirements; or
(b) limits in any substantial way, inconsistent with the Bidding Documents, UNOPS’ rights or the
Offeror’s obligations under the Contract; or
(c) if rectified would unfairly affect the competitive position of other Offerors presenting substantially
compliant Proposals.
If a Proposal is not substantially compliant to the Bidding Documents, it shall be rejected by UNOPS and
may not subsequently be made compliant by the Offeror by correction of the material deviation, reservation,
or omission.
28. MINOR INFORMALITIES, ERRORS, OR OMISSIONS

Provided that a Proposal is substantially compliant, UNOPS may waive any minor informalities, errors or
omissions in the Proposal that do not constitute a material deviation. These are a matter of form and not of
substance that can be corrected or waived without being prejudicial to other Offerors.
Provided that a Proposal is substantially compliant, UNOPS may request the Offeror to submit the
necessary information or documentation, within a reasonable period of time, to rectify minor informalities,
errors or omissions in the Proposal.
Provided that the Proposal is substantially compliant, UNOPS shall correct arithmetical errors on the
following basis:
(a) if there is a discrepancy between the unit price and the line item total that is obtained by multiplying
the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected,
unless in the opinion of UNOPS there is an obvious misplacement of the decimal point in the unit
price, in which case the line item total as quoted shall govern and the unit price shall be corrected;
(b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals
shall prevail and the total shall be corrected; and

13
RFP Ref No: UNOPS-GMB-RFP-17-001

(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 subject to (a) and (b) above.
If the Offeror that is recommended for award as per the award criteria does not accept the correction of
errors, its Proposal shall be rejected and its Proposal Security may be forfeited.
29. PRELIMINARY EXAMINATION
Upon opening of the Proposals, UNOPS shall proceed to a preliminary examination of the Proposals to
confirm that all documents and technical documentation requested in Instructions to Offerors Article 10,
Documents comprising the Proposal, have been provided, to determine the completeness of each
document submitted and also to confirm the eligibility of the Offeror. UNOPS may reject any Proposal during
the preliminary examination which does not comply with the formal and eligibility requirements set out in
Section III: Evaluation criteria, without further consultation with the Offeror.
Proposals which are incomplete, frivolous, or that contain material deviations from or reservations to the
terms of the Contract, may, in UNOPS absolute discretion, be rejected or excluded from further
consideration at any time during the evaluation, including after preliminary examination.
30. EVALUATION OF PROPOSALS
To evaluate a Proposal, UNOPS shall only use all the methodologies and criteria defined in the RFP. No other
criteria or methodology shall be permitted.
All Proposals found substantially compliant with the formal and eligibility criteria under Article 29, Preliminary
Examination, will go through subsequent evaluation as follows:
1. Minimum qualifications criteria (if included in Section III: Evaluation Criteria). Only Offerors meeting
the minimum qualification criteria will be deemed qualified and will be evaluated further.
2. A two-stage procedure will be utilized in evaluating the Proposals, with evaluation of the Technical
Proposal being completed prior to any Financial Proposal being opened and evaluated. The total
number of points which an Offeror may obtain for its Technical and Financial Proposals is stated
in Section III: Evaluation Criteria and which shall have either a weighting of 80%-20%, 70%-30%,
60%-40%, or 50%-50%(Technical Proposal-Financial Proposal).
a. The Technical Proposal is evaluated on the basis of its compliance to Section IV:
Schedule of Requirements, in accordance with the technical criteria points specified in
Section III: Evaluation Criteria. Each Proposal will be given a technical score. A Proposal
shall be deemed not substantially compliant at this stage if it does not achieve the
minimum technical threshold indicated in Section III: Evaluation Criteria and if so, it will
not be evaluated further.
b. Financial Proposals will only be opened for the Offerors that achieve the minimum
technical threshold. Proposals scoring above threshold shall be checked for any
arithmetic errors in computation and summation following Article 28. The maximum
number of points for the Financial Proposals is as stated in Section III: Evaluation Criteria.
This maximum number of points will be allocated to the lowest priced Financial Proposal.
Financial Proposals from other offerors will receive points in inverse proportion according
to the following formula:
Points for the Financial Proposal being evaluated =
[Maximum number of points for the Financial Proposal] x [Lowest price]
[Price of proposal being evaluated]

Example: Maximum number of Financial Proposal points is 30 points. Offeror A’s price is
the lowest at $10.00. Offeror A receives 30 points.
Offeror B’s price is $20.00. Offeror B receives ($10.00/$20.00) X 30 =15 points
After completion of the evaluation but prior to award, UNOPS shall conduct background checks/due
diligence on the Offeror to be recommended for award, to confirm the Offeror meets the criteria set forth in
this RFP or as appropriate to the nature of the procurement process and may reject an Offeror on the basis
of such findings. Offerors shall permit UNOPS representatives to access their facilities at any reasonable
time to inspect the Offeror’s premises.

14
RFP Ref No: UNOPS-GMB-RFP-17-001

Offerors may be rejected if they have made misleading or false representations in the forms, statements
and attachments submitted in proof of the qualification requirements; and/or record of poor performance
such as, not properly completing contracts, inordinate delays in completion, litigation history, financial
failures etc. at any time during preliminary examination, evaluation and/or background check/due diligence
processes.
31. AWARD CRITERIA
In the event of a Contract award, UNOPS shall award the Contract to an Offeror who has been determined
as eligible and qualified and whose proposal has obtained the overall highest score on the cumulative
analysis evaluation of the Technical and Financial proposals, as specified in Article 30. UNOPS reserves
the right to conduct negotiations with the Offeror recommended for award on the content of their Proposal.
32. UNOPS RIGHT TO VARY QUANTITIES AT THE TIME OF AWARD
At the time the Contract is awarded, UNOPS reserves the right to increase or decrease the quantity of
Goods and/or Services originally specified in Section IV: Schedule of Requirements, provided this does not
exceed the percentages specified in Section IV: Schedule of Requirements, and without any change in the
unit prices or other terms and conditions of the Proposal and the RFP.
33. NOTIFICATION OF AWARD

Prior to the expiration of the period of Proposal validity, UNOPS will notify the successful Offeror in writing
by email or post, that its Proposal has been accepted. Please note that the Offeror, if not already a
registered vendor, will be required to complete a vendor registration process on the UNGM prior to the
signature and finalization of the contract.
34. SIGNING OF CONTRACT
At the same time as UNOPS notifies a successful Offeror that its Proposal has been accepted, UNOPS will
invite the Offeror, provided the Offeror is successfully registered on the UNGM, to sign the final version of
the Contract provided in the Bidding Documents, incorporating all agreements between the parties.

35. PERFORMANCE SECURITY


The successful Offeror, if so specified in Section I: RFP Particulars shall furnish a Performance Security
in the amount and form specified therein, within the specified number of days after receipt of the Contract
from UNOPS. UNOPS shall promptly discharge the Proposal Securities of the unsuccessful Offerors
pursuant to Instructions to Offerors Article 19.
Failure of the successful Offeror to submit the above-mentioned Performance Security or sign the Contract
shall constitute sufficient grounds for the annulment of the award and forfeiture of the Proposal Security. In
that event UNOPS may award the Contract to the next lowest evaluated Offeror, whose offer is substantially
responsive and is determined by UNOPS to be qualified to perform the Contract satisfactorily.
36. PAYMENT TERMS
UNOPS will ordinarily effect payment within 30 days after receipt of the goods/services and on submission
of payment documentation unless otherwise stated in Section I: Bid Particulars. Time in connection with
discounts offered for accelerated payment will be computed from the date of receipt of payment documents
by UNOPS. Payment discounts will not be considered in the financial evaluation.
Unless otherwise stated in Section I: RFP Particulars, UNOPS will not accept requests from Offerors to
make advanced payments on the contract signed, i.e. payments made prior to receipt of goods and/or
services.
If so accepted in Section I: RFP Particulars, a request from the Offeror for advance payment shall be
justified in writing by the Offeror in its Proposal. This justification must explain the need for the advance
payment, itemize the amount requested, and provide a time-schedule for utilization of the requested
advance payment amount. If such request is duly accepted by UNOPS, UNOPS may require the Offeror to
submit a Bank Guarantee in the same amount as the advanced payment, in the form included in Section
VI Contract Forms, or another Form acceptable to UNOPS.
37. CONTRACT MANAGEMENT
UNOPS will continuously manage the contractor’s performance during the entire contract period and will
conduct performance evaluation based on Key Performance Indicators (KPIs) or Service Level Agreements
(SLA) if so specified in Section IV: Schedule of Requirements.

15
RFP Ref No: UNOPS-GMB-RFP-17-001

Except under the circumstances of Force Majeure as described under the UNOPS General Conditions of
Contract, if the Contractor fails to deliver any or all of the goods by the date(s) of delivery or perform the
services tied to the delivery of goods within the period specified in the Contract, UNOPS may, without
prejudice to any or all its other remedies under the Contract and if so stated in Section I: RFP Particulars,
deduct from the Contract price, as liquidated damages, a sum of the original total Contract price for each
day of delay until actual delivery or performance, up to a maximum deduction of 10%. Once the maximum
is reached, UNOPS may terminate the Contract pursuant to the General Conditions of Contract.
38. PUBLICATION OF CONTRACT AWARD

UNOPS shall publish in its website (https://data.unops.org) information regarding the purchase order(s)
awarded as a result of this RFP. After publication of the award, unsuccessful Offerors may request in writing
to UNOPS for a debriefing seeking explanations on the grounds on which their Proposals were not selected.
UNOPS shall promptly respond in writing to any unsuccessful Offeror who, after Publication of contract
award, requests a debriefing.
39. OTHER UNOPS RIGHTS

Notwithstanding the provisions of Article 31, UNOPS shall have no obligation to accept any Proposal,
including the Proposal with the lowest price.
UNOPS may, in its absolute discretion, do all or any of the following:
(i) require additional information from Offerors;
(ii) change the structure and timing of the RFP;
(iii) alter, terminate, suspend or defer the Proposal process or any part of or activity in it;
(iv) consider or accept or reject any Proposal which is non-conforming;
(v) request, attend or conduct any site inspections or clarification meetings;
(vi) request, attend or observe any product, plant, equipment or other demonstration, trial or
test, provided UNOPS acts reasonably in so doing;
(vii) abandon, cancel or otherwise not proceed with the Proposal process at any time prior to
the award of a contract, without any liability toward the Offerors and without providing any
reason or notice to Offerors.
40. CONFIDENTIALITY

All information and documents provided to the Offerors by UNOPS shall be treated as confidential by the
Offerors and shall:
(i) remain the property of UNOPS;
(ii) not be used for any purpose other than the purpose of preparing a Proposal; and
(iii) be immediately returned to UNOPS in the event the Offeror declines to respond to this
RFP, or, in the event of a rejected or an unsuccessful Proposal, within fifteen days of being
notified by UNOPS that its Proposal was rejected or unsuccessful.
All information and documents provided to the Offerors by UNOPS shall not be disclosed to any third party,
except:
(i) with the prior written consent of UNOPS;
(ii) where the third party is assisting a Offeror in preparing the Proposal, provided the Offeror
has previously ensured that party's adherence to this duty of confidentiality;
(iii) if the information or documents is/are at the time of this RFP lawfully in the possession of
the Offeror through a party other than UNOPS;
(iv) if required by law, and provided that the Offeror has previously informed UNOPS in writing
of its obligation to disclose the information or documents; or
(v) if the information is generally and publicly available other than as a result of breach of
confidence by the person receiving the information.
41. ETHICS AND CORRUPT PRACTICES

UNOPS requires that all Offerors observe the highest standard of ethics during the entire Proposal process,
as well as the duration of any contract that may be awarded as a result of this Proposal process. Therefore,
all Offerors shall represent and warrant that they:
(i) have not unduly obtained, or attempted to unduly obtain, any confidential information in
connection with the Proposal process and any contract that may be awarded a result of
this Proposal process;

16
RFP Ref No: UNOPS-GMB-RFP-17-001

(ii) have no conflict of interest that would prevent them from entering into a contract with
UNOPS, and shall have no interest in other Offerors or parties involved in this Proposal
process or in the project underlying this Proposal process;
(iii) have not engaged, or attempted to engage, in any Proscribed Practices in connection with
this RFP process or the contract that may be awarded as a result of this RFP process. For
the purposes of this provision, Proscribed Practices are defined in the UNOPS Vendor
Sanctions Procedures, and include:
 A corrupt practice is the offering, giving, receiving, or soliciting, directly or indirectly,
anything of value to influence improperly the actions of another party;
 A fraudulent practice is any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
 A coercive practice is an act or omission that impairs or harms, or threatens to
impair or harm, directly or indirectly, any party or the property of the party to
improperly influence the actions of a party;
 A collusive practice is an arrangement between two or more parties designed to
achieve an improper purpose, including influencing improperly the actions of
another party;
 An unethical practice: Conduct or behaviour that is contrary to the conflict of
interest, gifts and hospitality, post-employment provisions or other published
requirements of doing business with UNOPS;
 Obstruction: Acts or omissions by a Vendor that prevent or hinder UNOPS from
investigating instances of possible Proscribed Practices.
In the event that a Offeror fails to comply with any of the above representations and warranties, UNOPS
shall have the right to reject the Proposal submitted by such Offeror, and to terminate any contract that may
have been awarded as a result of this Proposal process immediately upon notice, without any liability for
termination charges or any other liability of any kind of UNOPS. In addition, the Offeror may be precluded
from doing business with UNOPS and any other entity of the United Nations System in the future.
42. AUDIT

UNOPS may conduct investigations relating to any aspect of the Contract award at any time during the
term of the Contract and for a period of three (3) years following the expiration or prior termination of the
Contract. The Contractor shall provide its full and timely cooperation with any such inspections, post-
payment audits or investigations. Such cooperation shall include, but shall not be limited to, the Contractor’s
obligation to make available its personnel and any relevant documentation for such purposes at reasonable
times and on reasonable conditions and to grant to UNOPS access to the Contractor’s premises at
reasonable times and on reasonable conditions in connection with such access to the Contractor’s
personnel and relevant documentation. The Contractor shall require its agents, including, but not limited to,
the Contractor’s attorneys, accountants or other advisers, to reasonably cooperate with any inspections,
post-payment audits or investigations carried out by UNOPS hereunder.
43. BID PROTEST

Any Offeror that believes to have been unjustly treated in connection with this RFP process or any contract
that may be awarded as a result of such Proposal process may submit a complaint to UNOPS’ General
Counsel. More information about Bid protests can be found on UNOPS’ website at www.unops.org.

17
RFP Ref No: UNOPS-GMB-RFP-17-001

Section III: Evaluation Criteria


UNOPS’ preliminary examination and evaluation of a Proposal shall take into account the following criteria:
Formal criteria – evaluated on Pass/Fail basis and checked during Preliminary Examination:

Criteria
1. Proposal submitted before the deadline
2. For submissions by mail/courier/personal delivery - technical and financial documents have been
submitted in separate sealed envelopes and no pricing information is included in the technical
proposal envelope.
3. For submissions by e-mail - technical and financial documents have been submitted in separate
emails (or separate attachments) and pricing information is not included in the technical proposal
email/attachment.
4. Proposal submitted in English language.
5. The proposal is complete and contains all of the forms and documents listed in the Checklist Form
6. No alterations have been made in the wording of the Form E - Proposal Submission Form and other
contract forming documents, key portions of the original Proposal are signed, stamped and dated by
the authorised company representative.
7. Validity of the proposal is in accordance with Instructions to Offerors Article 13
Offeror’s Eligibility – evaluated on Pass/Fail basis and checked during Preliminary Examination:
Documents to establish compliance with the
Criteria
criteria
1. Offeror is duly incorporated under the Laws of its  A copy of Certification of Incorporation.
country of incorporation and a copy of
Certification of Incorporation is included in the
Proposal.
2. Offeror is eligible as defined in Instructions to  Form C: Offeror Information Form;
Offerors, Article 4  Form D: Joint Venture Partner Information
Form and all documents as required in the
Form, in the event that the Proposal is
submitted by a Joint Venture;
 Form E: Proposal Submission Form
 Form M: Declaration
 Form N: Conflict of Interests
 Form O: Dispute details
3. Offeror fully accepts the terms and conditions  Form E: Proposal Submission Form
stated in Section VI: Contract Form including
General and Special Conditions.
4. Offeror has a valid business licence to operate in  A copy of business license to operate in the
the Gambia and a copy of it is included in the Gambia (for foreign firms only)
Offeror’s Proposal.
Offeror’s Minimum Qualifications – evaluated on Pass/Fail basis:
The minimum qualification criteria have been designed to assure that, to the degree possible in the initial
phase of the evaluation process, only those Offerors with sufficient experience, financial strength and
stability, demonstrable technical knowledge, evident ability to satisfy UNOPS requirements and superior
customer references for supplying the services envisioned in this RFP will qualify for further consideration.
In order to be considered for Technical Evaluation, Offerors must meet all the eligibility and qualification
criteria specified below:
Documents to establish compliance with the
Criteria
criteria
1. Offeror has a permanent office with full time staff  Form C: Offeror Information Form
in the Gambia.
2. Offeror has been in continuous business of  Certification of incorporation of the Offeror
providing similar services during the last 5 years  Form I: Performance Statement Form
and no adverse actions have been taken against  Form J: No Adverse Action Confirmation
the Offeror during this period. Form

18
RFP Ref No: UNOPS-GMB-RFP-17-001

3. Offeror is providing or has provided at least one  Form I: Performance Statement Form
service of similar nature and scope during the
last 3 years in the Gambia.
4. Offeror’s average annual turnover for the last 3  Copy of audited financial statements or
(three) years was equal to or greater than USD balance sheets for the last three years.
200,000.
5. Financial capability. Liquidity: the ratio Average  Copy of audited financial statements or
Current assets / Current liabilities over the last 3 balance sheets for the last three years.
years must be equal or greater than 1. Offerors
must include in their Proposal audited balance
sheets covering the last 3 exercises.
Technical and Financial criteria – evaluated based on a cumulative analysis methodology:
Documents to establish compliance with the
Criteria
criteria
The cumulative analysis of Technical and Financial
Proposals shall be with a weighting of 70%-30%
(Technical Proposal-Financial Proposal).

The total number of points which an Offeror may


obtain for its proposal is as follows:  Form G: Technical Proposal Form
 Technical Proposal = 70  Form H: Format for Resume of Proposed
 Financial Proposal = 30 Key Personnel
 Form K: Statement of Exclusivity and
The maximum number of technical points is detailed Availability
in the below Technical Proposal Evaluation sections.  Form L: Insurances

A proposal must obtain a minimum of 49 points (70%


of the maximum obtainable technical points) in order
to proceed to the financial evaluation stage.

Only offerors meeting the formal, eligibility and minimum qualifications criteria will advance to the technical
evaluation, for which a proposal may obtain up to 70 points. UNOPS Evaluation Committee will carry out
the technical evaluation applying the evaluation criteria and allocate points as listed below. In order to
advance beyond Stage I of the detailed evaluation process, a proposal must score at least 49 points.
Summary of points allocated for technical evaluation:
Points
Section number/description
Obtainable
1. Offeror’s qualifications, capacity, expertise and past experience 20
2. Proposed Methodology, Approach and Implementation Plan 25
3. Key Personnel proposed 25
Total Technical Proposal points 70
Breakdown of technical points by sections:
1. Section 1: Offeror’s qualifications, capacity, expertise and past experience Points
Brief description of the organization, including the year and country of
1.1 4
incorporation, and types of activities undertaken
General organizational capability which is likely to affect implementation:
1.2 management structure, financial stability and project financing capacity, project 4
management controls, extent to which any work would be subcontracted
Relevance of specialised knowledge and experience on similar engagements
1.3 6
done in the region/country
1.4 Quality assurance procedures and risk mitigation measures 3
1.5 Organizations commitment to Sustainability and United Nations Global Compact 3
Total points for section 20

19
RFP Ref No: UNOPS-GMB-RFP-17-001

Guidance:
The following information and statistical data will have to be provided:
 A description of the firm/institution including the year and country of incorporation, types of
activities undertaken in the specific fields of assignment and approximate annual billings;
 Key clients and their contact details (to be contacted for reference checks, if necessary);
 Information about existing infrastructure design and/or supervision projects; number, value and
duration of contracts for similar design and/or supervision services over the last 3 or more years
accomplished for other Clients;
 Geographical locations of the projects for which the company’s services have been rendered;
 Company’s organogram and details of qualifications of management staff;
 General organizational capability which is likely to affect the implementation: numbers of directly
employed consultants vs reliance on sub-consulting, management structure, number of technical
and support personnel in the employ or under contract services of the Offeror;
 Details of Offeror’s past and current partnerships and collaborative efforts with other firms and
organisations for implementing design and construction supervision activities in the Gambia;
 Information about automated systems and tools used for design and/or supervision services;
 Performance evaluation methodologies for the deployed technical and administrative personnel;
 The Offeror shall provide information with a sufficient level of detail with regards to any legal
lawsuits and arbitral proceedings in which the Offeror was involved for a time period of 3 years
prior to the date of the release of this RFP. The Litigation and Arbitration History of the Offeror
should not bear any potential reputational or other risks for UNOPS or other United Nations
organizations and specialized agencies;
 The Offeror should prove its long-term sustainability and possession of sufficiently sound financial
position to ensure it can meet its financial commitments under the Contract. In this regard, the
Offeror shall provide documentation regarding his firm/institution’s financial stability, including
audited financial statements of the last 3 or more years. The Offeror also needs to prove that he
has sufficient liquidity (cash-flow) and ability to sustain payments to sub-contractors and
employees, considering that UNOPS payment to the IC will be made on milestone bases;
 Details of your firm’s accomplishments and initiatives that demonstrate your commitment to
Sustainability and United Nations Global Compact.

Section 2: Proposed Methodology, Approach and Implementation Plan Points


Understanding of the requirement: Have the important aspects of the task been
2.1 addressed in sufficient detail? Are the different components of the project 3
adequately weighted relative to one another?
Description of the Offeror’s approach and methodology for meeting or exceeding
2.2 3
the requirements of the Terms of Reference
Details how the different service elements shall be organized, controlled and
2.3 5
delivered
Description of available quality management systems, insurances, performance
2.4 monitoring and evaluation mechanisms and tools; how they shall be adopted 5
and used for a specific requirement
Assessment of the implementation plan proposed including whether the activities
2.5 5
are properly sequenced and if these are logical and realistic
Demonstrate how you plan to integrate sustainability and gender mainstreaming
2.6 4
measures in the execution of the contract to provide services
Total points for section 25
Guidance:
 Proposed Methodology and Approach for Phase I and Phase II of the Contract: Provide an
executive summary that defines your overall approach to manage and operate all of the required
services for this account. Include your proposed staffing plan in an organigram format separately

20
RFP Ref No: UNOPS-GMB-RFP-17-001

for Design and Construction Supervision phases as well as disbursement mechanism for
personnel who would be working in different districts/regions of the country to provide the
services. Description of the Offeror’s approach, methodology, and timelines for meeting or
exceeding the requirements of the Terms of Reference (description of firm’s established and
tested design methodologies; details of how the different service elements shall be organized,
controlled and delivered, etc.);
 Describe in details how you will provide the services in areas where you may not have expertise,
if any, and what arrangements you have in place for addressing such requirements. Proposed
mechanism for smooth deployment of IC’s employees in project locations including information
about your firm’s security policies and practices, proposed coordination mechanisms with the
local authorities, UN Security, where necessary, etc.;
 Implementation Plan for the design phase: The Offeror shall submit a detailed design phase
implementation plan (schedule) for all design activities. The plan shall be prepared in a Gantt
chart format, or as otherwise specified in the bid documents and agreed in the contract. As a
minimum, the schedule should have a work breakdown structure to at least three levels of the
project work breakdown structure, with activities and with a minimum period of days as the lowest
timeframe in the schedule. The schedule shall provide information on the sequence of design
activities, milestone dates, and activity durations;
 Implementation Plan for the construction supervision phase: The Offeror shall submit an
overall construction supervision phase implementation plan (schedule) for all supervision
activities. The plan shall be prepared in a Gantt chart format, or as otherwise specified in the bid
documents and agreed in the contract. As a minimum, the schedule should have a work
breakdown structure to at least three levels of the project work breakdown structure, with activities
and with a minimum period of days as the lowest timeframe in the schedule. The schedule shall
provide information on the sequence of construction supervision activities, milestone dates, and
activity durations;
 Sub contracted Elements of the Services, offeror should detail the scope of services/activities
that they intend to sub contract to other firms as well as other consultants. Details should be
provided on each of the proposed sub-contractors as well as their competency and experience
and other information to assess the capacity of those firms/personnel.
 Quality Management System: A detailed description of the Offeror’s Quality Management
System shall be included in the proposal. The proposal must detail the contractor’s Internal
Quality Management System (QMS). Each Offeror shall be required to implement a Quality
Management system across the complete scope of the design activities and onsite inspection
activities. The internal quality assurance and quality control mechanisms are to be clearly stated
as part of the organization’s proposal and this is to include how this is to be conducted, achieved
and the resources to be utilized.
 Insurances: Provide details of the required insurances that you possess or intend to procure and
maintain for the design and construction supervision services.
 Innovation: Innovative design approaches will be considered an asset. Offerors are encouraged
to include creative solutions and use of technology in efficient new manners, suitable to the project
context;
 Sustainability: UNOPS is committed to progressively streamline sustainability in all its projects
and operations, with due considerations for local market conditions and local capacity
development. UNOPS expects its contractors, consultants and suppliers to adhere to the
principles of UNOPS, and to continuously strive to improve their social and environmental
performance. The crossing points of the roads are to be designed to be environmentally friendly
and sustainable infrastructure assets, with a view of reducing running costs of the infrastructure
where reasonable and possible;
 Gender-Mainstreaming: Mixed gender teams for activities are strongly encouraged and Offerors
should ensure that their entire team composition includes gender balance.

21
RFP Ref No: UNOPS-GMB-RFP-17-001

Section 3: Key personnel proposed Points


Composition and structure of the team proposed. Are the proposed roles of the
3.1 management and the team of key personnel suitable for the provision of the 5
necessary services?
Qualifications of key personnel proposed
 Project Manager 5
 Road Engineer (Feeder roads) 5
3.2  Materials Engineer 2
 Junior Site Engineers 4
 Surveyor(s) 2
 CAD Technician 2
Total points for section 25
Guidance:
 Proposed Team Structure: The Offeror should provide a clear composition of the team in the
country of assignment and the work tasks (including supervisory) which will be assigned to each
member of the team to fulfil the requirements of the Terms of Reference. An Organigram
illustrating the reporting lines, together with a description of such organization of the team
structure, should support your proposal.
 Personnel Qualifications: The curriculum vitae of the key experts must be submitted with your
proposal for evaluation. Please do not provide any CV other than those required to deliver the
services as prescribed in the RFP. The curriculum vitae should clearly show which position the
person will be carrying out. The CVs must include details of the candidate’s nationality, technical
qualifications – including list of courses applicable to design and engineering inspection, relevant
managerial experience and language skills. Design team personnel should be fluent in English
language in order to represent and coordinate local design meetings with stakeholders and apply
for the relevant local planning and building permits/ licences and approvals. CVs should be no
more than 3 pages for each person.

22
RFP Ref No: UNOPS-GMB-RFP-17-001

Section IV: Schedule of Requirements


TERMS OF REFERENCE (TOR)
FOR THE DESIGN AND CONSTRUCTION SUPERVISION SERVICES
FOR THE REHABILITATION OF GRAVEL FEEDER ROADS
IN THE GAMBIA

I. INTRODUCTION
The United Nations Office for Project Services (UNOPS) were engaged by the European Union Delegation
(EUD) in the Gambia to implement a 3-year project titled "Reinforced Access of the most vulnerable
populations to Markets and Socio-economic facilities through a Feeder Road Rehabilitation Programme",
which aims to contribute significantly to rural development and the alleviation of poverty by providing access
to markets and services through rehabilitation of circa 104kms of prioritized feeder roads across the country.
The project aims to enhance socio-economic development around road networks, provide employment,
increase household income and reduce poverty for the most vulnerable population in the poorest rural
areas of the country, including female-headed households, who will be involved in a labour-based work
programme. It will also provide access to markets, health and education.
The road rehabilitation will be carried out on a number of different sites in different regions of The Gambia
as per Figure 1 - Road Location Map.

Figure 1 - Road Location Map

The list of roads has been pre-determined and a table showing the selected roads is included as Figure 2
- Road List.
Ref. Approximate
Road District Region
No. Length (km)
1 Soto Masamba – Trunk Road (SB) Fulada East U.R.R 4.9
2 Chamoi – Dampha Kunda – Tamba Sansang Fulada East U.R.R 7.8
3 Alkali Kunda – North Bank Trunk Road Upper Baddibu N.B.R 2.6
4 Suduwol – Nyama – Lari – Fatoto Kantora U.R.R 23.4
5 Main Road – Galleh Manda Fulada West C.R.R 7.4
6 Illiasa – Katchang Road Upper Baddibu N.B.R 6.7
7 Sambar Kunda – Kulari Ndimba Tumana / Kantora U.R.R 17.4
8 Fass – Kerr Selleh Lower Niumbi N.B.R 17
9 Baja Kunda – Boro Kandakase Wuli U.R.R 7.6
10 Kerewan – Jawara Lower Baddibu N.B.R 9.6
104.4
Figure 2 - Road List
The list of roads shall be confirmed with UNOPS prior to the commencement of the consultancy services.

23
RFP Ref No: UNOPS-GMB-RFP-17-001

II. OBJECTIVE
The challenge to improve road management and have an impact on socio-economic development in the
Gambia is to ensure that the roads are, and stay, in good condition. Taking into account the fact that a
large part of the trunk road network is in good condition and the basis of the road management organisation
is already in place, the strategy selected for the project is the following:
 Select feeder roads in rural areas where the impact on socio-economic indicators are the greatest;
 Ensure ownership and sustainability of the feeder roads by enrolling communities into the works
and maintenance through labour-intensive methods;
 Address the necessity of improving technical capacities at local and national level with a focus on
maintenance and on the management of road barriers;
 Ensure, through active dialogue and awareness-raising with the government, that the maintenance
programme has the financial means to be implemented;
 Address the necessity of avoiding premature damage on the primary road network due to
overloaded trucks thus reducing maintenance expenses and increase available funds.
UNOPS is now looking for a suitably qualified and experienced engineering and design firm (hereinafter
referred to as “Implementation Consultant (IC)”, which can undertake all the necessary design surveys and
studies, prepare detailed and ‘for construction’ engineering designs, and carry out the Construction
Supervision of the works necessary for the successful rehabilitation of the prioritized feeder roads in
accordance with the project strategy. UNOPS intends to sign one Consultant Services Contract for Works
(hereinafter referred as “Contract”) for the provision of the services under consideration with a prospective
Offeror that shall possess requisite qualifications and whose proposal shall best meet the requirements, as
set out in this Terms of Reference. The specific objectives of the Contract will include provision of
specialized professional road survey and design services to facilitate correct determination of functional,
socio-economical and sustainable choices to be made for the construction of the selected feeder roads as
well as technical construction supervision of their execution process.
The Services to be rendered under the Contract are to be carried out in two phases, as follows:
1. Design Phase
2. Construction Supervision Phase (subject to the satisfactory completion of phase I).
Details of each of the phases are given in the further sections below.

III. THE DESIGN PHASE

3.1 Description
The objective of this phase is to prepare preliminary and, later, detailed ‘for construction’ engineering
designs and drawings for the above specified roads, followed by the preparation of detailed cost estimates
(Bill of Quantities), and relevant components of the bidding documents for the selection of contractors for
the construction works.
The services required under this phase of the project will be executed in two stages as indicated below:
(a) Stage I will consist of developing in detail the Design Brief and preparing preliminary conceptual
designs, outline specifications, and preliminary cost estimates for the roads to be constructed under
the project based on preliminary desktop and field assessments.
(b) Stage II shall start after UNOPS has approved the Design Brief and preliminary designs prepared
under Stage I, and will consist of developing these preliminary concepts into workable solutions to
meet the Design Brief. In addition, it will produce detailed engineering designs, drawings, detailed
cost estimates including unit rate analysis, programmes of works, and specifications, sufficient in
scope to enable procurement of works contractors and subsequent construction of the works, and
to allow for the efficient monitoring of quality, progress, measurement, and payment by UNOPS.

24
RFP Ref No: UNOPS-GMB-RFP-17-001

3.2 Expected outputs


The following results are expected to be delivered by the IC during the design phase:
a. A detailed record of the current road condition and existing road inventory shall be produced following
the comprehensive road condition and inventory survey that shall be undertaken on all of the 104kms
of the feeder roads network, including pictures, as appropriate, of all common faults found on the
roads network. All data shall be collected and recorded on the set of Inventory and Road Condition
survey forms that shall be prepared by the IC in consultation with UNOPS and shall be approved by
UNOPS prior to use. Both a manual paper based recording of data and electronic forms may be used
depending on the circumstances.
b. All necessary desktop studies, field surveys and engineering investigations, including, but not limited
to, topography, soils and materials’ investigations, drainage investigations, earthworks and
pavement requirements analysis, traffic engineering design requirements shall be completed to the
satisfaction of UNOPS and further used to design the roads.
c. The current traffic flow of each road shall be determined by the IC by performing a seven-day traffic
counts on each road and each intersection.
d. The engineering design package inclusive of drawings, bills of quantities and specifications of the
prioritized feeder roads shall be prepared in accordance with the applicable design codes and
standards, current road conditions, projected traffic flow, etc. The following requirements shall apply
for the preparation of the design package:
 The designs produced will be suitable and fit for purpose for all-weather access to be
provided for the communities using the roads to socioeconomic services. It is expected
that this design solution will be a basic gravel road that will enhance and fulfil all-weather
access and mobility functional classification;
 UNOPS Transport Infrastructure Design Planning Manual as well as other applicable
National and International codes of practice, standards, guidelines, etc., shall be jointly
complied with. In case of varying or conflicting requirements, compliance with the more
stringent standard is required. Due regard shall be also given to the requirements of the
Feasibility Study Report that will be shared by UNOPS;
 The construction works are intended to be divided into multiple packages and/or lots. The
final design package shall support the option of splitting the project into multiple lots
(between 2 to 5) for work contracts using equipment and multiple lots (between 2 to 5) for
works using labour based techniques;
 Relevant factors affecting feasibility of the approach to labour intensive road construction,
such as availability of labour resources in the vicinity of the roads and scope of works, shall
be properly assessed by the IC before recommending which roads should be built using
labour based methods;
 The final design of the roads shall be compatible with the intended functional importance
of the road, local resources, road environment, sustainable maintenance regime, the traffic
flows and other specificities (for example a road can be designed wider on a portion where
road safety is an issue and/or road segments traversing through villages/towns). The IC
shall also propose solutions to prevent heavy damages during the rainy reason. Solutions,
such as “to close the roads during heavy rains to avoid damages” may be considered too;
 All technical drawings shall be prepared to ISO standards and/or UNOPS CAD Standards.
They shall include all layouts, elevations, sections, details, dimensions and schedules
necessary to permit pricing, contracting and construction of the specified road. Drawings
shall be signed by the designer and person responsible for approval of the design.
Measurement units shall be SI base units;
 The Bills of Quantities shall be fully priced using the First Principles Pricing method to
determine an Engineer’s Estimate for the works. The current average market prices for the

25
RFP Ref No: UNOPS-GMB-RFP-17-001

major BOQ items shall be also gathered and recorded. Full calculations for both pricing
methods as well as unit rate analysis for the FPP method shall be provided for key items
of the BOQ;
 The engineering design package shall be delivered in accordance with UNOPS quality
standards to ensure the outputs meet international standards and compliance
requirements;
 The design process will include presentations or preparing materials for UNOPS to present
to the Project Board1 and ongoing engagements with stakeholders for their input and
approvals. The conclusion of the design process will be marked by the issuance of the
Certificate of Design Review Compliance by UNOPS HQ;
 All data gathered and design documentation produced will ultimately become the property
of the Government of the Gambia. The IC will be required, on confirmation from UNOPS,
to delete all copies of the data collected and design documentation produced once it has
been successfully transferred to the Government of the Gambia. No survey data or design
documentation is to be retained by the IC upon completion of the project.
e. A market-survey report shall be produced following a country-wide market survey enlisting the
following:
 All the available construction companies that can be engaged in road rehabilitation and
construction works and articulating their capabilities and capacities in this area, including
their available plants and machinery for road construction works;
 Sources of locally available construction materials, their quality (following the laboratory
tests and/or mill certificates), estimated quantities available, proximity to the roads to be
rehabilitated [to be consolidated in the form of a map indicating the locations of all available
quarries with full info on each];
 Sources of road furniture (signs), culvert pipes, stones, cement, steel reinforcement bars,
and other imported construction materials, estimated prices, description of importation
procedures.

3.3 Detailed scope of services (activities)


Inventory and Road Condition Survey
(a) The IC shall prepare Inventory and Road Condition Survey Forms in consultation with UNOPS and
shall obtain approval on the form from UNOPS prior to its use;
(b) The IC shall undertake a comprehensive road condition and inventory survey of all of the 104kms
of the feeder road network by a drive-through method to record on survey forms (format to be
agreed with UNOPS), at minimum, the following details:
 The visual condition of the road including surface material, camber, existing width, road
intersections/junctions;
 The visual condition, type and location of drainage and drainage structures;
 The location of points of interest including: schools, places of worship, clinics etc;
 The location of borrow pits and other sources of materials and water;
 The location and details of road furniture.
Traffic counts
(c) Seven-day 12 hours traffic counts (including two days 24hrs – if feasible) and Origin-Destination
(where practical) surveys will be undertaken by the IC for each road to determine the baseline
traffic and to estimate the future traffic growth. The IC shall also estimate and take into account the
likely diverted and generated traffic that will use the newly rehabilitated roads, once they are
constructed and establish the AADT to the anticipated design period.

1
The Project Board/Steering Committee will comprise of the client (NRA), funding source (EU) and UNOPS.

26
RFP Ref No: UNOPS-GMB-RFP-17-001

Field Topographic Surveys


(d) The IC shall carry out the necessary topographic surveys for the roads in order to establish the
accurate centrelines (horizontal alignments). The centrelines shall then be set out, cross-sectioned,
with vertical controls established where this has not already been done. No major deviations from
the existing alignments shall be made without the approval of UNOPS;
(e) The coordinates of all intersection points (Primary Survey Control Points) shall be tied to the
National Survey Grid (if available) and all levels related to the National Bench Marks;
(f) The IC shall carry out all the desktop study and field works necessary for satisfactory completion
of the detailed design of the proposed works, for the estimation of quantities to an accuracy of +/-
10% of final quantities, as measured on completion of the works, excluding any approved variations
of the contract, and for preparation of bidding documents suitable for competitive bidding;
(g) The IC shall provide a topographical description of the terrain traversed by the roads, including the
effects on the vertical alignment;
(h) Concrete beacons/Primary Control Points shall be firmly sited and shall be as agreed with UNOPS;
(i) The geometric characteristics of the centreline of the road shall be defined and computed. Staking
data shall also be given for points at regular intervals along the curves and the longer tangent
alignments.
Soils and Materials Investigation
(j) A review shall be made of all existing relevant data followed by a general study of the soils and
materials along the design route. The IC shall make a detailed soil investigation over the road
alignment to identify the various soil types and characterize in-situ subgrade material properties.
Disturbed samples shall be taken from existing road test pits at intervals of about 1500 metres and
at other intervals where changes in soil type occur and in-situ DCP can be carried out every 500 to
1000m to correlate that data and determine the in-situ subgrade CBR;
(k) Investigation for sources of construction materials for pavement structures shall also be carried out
and the sources of suitable materials surveyed shown on the engineering plans. Analysis and
testing shall be carried out as required on the construction materials in accordance with standard
practice. Tests are to include soil/moisture/density relationships, Atterberg limits, CBR values of
proposed sub-grade soils and gravel wearing course;
(l) Construction materials samples for earthworks and pavements shall be tested where necessary
for particle-size distribution, plasticity characteristics, maximum dry density and optimum moisture
content and CBR. Construction materials for concrete works shall be sampled and tested in
accordance with national or international standard requirements such as AASHTO, ASTM and/or
BS;
(m) Soil and material plans shall be prepared showing exact locations of all construction materials
available with an indication of their quantities.
Hydrology and Hydraulic analysis and design
(n) Hydrological studies shall be carried out on all existing and new drainage structures with careful
analysis of stereoscopic examination of aerial photographs, study of available maps, and field
investigation;
(o) The catchment area, run-off coefficient, hydraulic slope, design flood discharge and water elevation
for the appropriate return period shall be determined for each drainage structure;
(p) Cross-sections and gradients of water courses shall be surveyed to determine the proper drainage.
Erosion protection of the structure and slopes must be determined;
(q) Based on the hydrologic study, necessary hydraulic analysis and design will be carried out to
determine appropriate hydraulic sizes, types and locations of drainage structures. Appropriate
hydrologic design methods such as Rational Method, unit hydrograph methods and/or HEC-RAS

27
RFP Ref No: UNOPS-GMB-RFP-17-001

shall be utilized to determine the peak design discharge.


Geometric Design Requirements
(r) The horizontal alignment of the road centreline, tangent points shall be fully defined relative to
stations on the baseline by coordinates and offsets suitable for setting out the centreline. All points
shall be coordinated to the National Survey Grid. Cross- sections shall be taken along the length
of the road centre line at 25 meters intervals and at any changes in the topography. It is anticipated
that the design route alignment predominately follows the existing road alignment except in the
areas where there is a need to improve unnecessary bends/or bottle-necks or low-lying grounds
susceptible to flooding and/or requires considerable earthwork;
(s) The vertical alignment shall take into account the design standard appropriate for such rural roads’
functional classification while minimizing the earthworks required. There shall be proper phasing
between horizontal and vertical alignments to the extent possible. As far as economically practical,
design consideration shall be given to road safety standards and continuous traffic operations in
respect of excessively long straights followed by sharp and short bends, etc.;
(t) The design shall incorporate all the environmental aspects identified in the preliminary engineering
report. The IC shall investigate whether there will be any other impact on the environment and
make proposals for remedial measures. The overall geometric and loading standards shall follow
appropriate AASHTO standards/guidelines for Low Volume roads and/or National/Regional Design
Standards.
Earthworks and Gravel Wearing Course/Pavement Design
(u) Engineering analysis and design shall be undertaken using the results of the soils and materials
tests to determine the gradients of the slopes, compaction requirements, gravel wearing course
and other engineering factors dictated by available natural materials. The methodologies used in
the design of wearing course, earthworks, drainage etc., shall conform to the British Overseas
Road Notes, AASHTO or other National/Regional standards as agreed with UNOPS.
Drainage
(v) All existing data and the results of the field investigations for soils, foundations, hydrology shall be
assessed and used as a basis for the hydraulic design of drainage and water crossing structures.
Detailed hydraulic and structural designs and drawings shall be fully documented;
(w) Detailed designs shall be prepared for all drainage structures having spans of 20ft(6 metres) or
greater. Structures of less than 6 metres shall be specified as standard type structures, which shall
be fully designed.
Traffic Engineering Design
(x) A detailed traffic engineering analysis shall be prepared to specify the design of necessary traffic
control features. This analysis shall include, where appropriate, design traffic forecasts for major
intersections. Based on the traffic assignments, including cattle crossing areas and road side public
facilities such as schools, clinics, markets etc. the IC shall determine the location of traffic signage
and other control features.
Engineering Plans
The IC shall prepare the following engineering plans for the project, using format and title sheets as required
by UNOPS, the original ultimately becoming the property of the Government of the Gambia:
(y) Plan and Profile. Scale 1:2,000.1:500 and 1;200
Showing: natural ground levels; horizontal and vertical curve details, running chainages, cross-
section chainages, side drain location description and references to all drainage and bridge works,
locations of bench marks, details of intersections, traffic signs, guard rails and barriers, utilities,
locations of road furniture, plans with borders of land owners, right of ways, contour lines
superimposed on plans, any other relevant information on the format approved by UNOPS

28
RFP Ref No: UNOPS-GMB-RFP-17-001

(z) Typical Road Cross-Sections, Scale 1:25


Showing: all dimensional details of road cross-sections in cuts and fills, side drains, pavement
thickness and materials, camber, superelevation, and pavement widening;
(aa) Cross-Section, Scale 1:50
Showing: Natural ground level and superimposed road prism;
(bb) Accessories and Details, Scale 1:50,1:20.1:10,1:5.
(cc) Soils Plan
A soils plan shall be produced showing the characteristics of soils for various sections of the route.
(dd) Ancillary Works
A plan for all other ancillary works shall be prepared;
(ee) Maintenance of Traffic Plan
A detailed scheme for maintenance of traffic flow shall be developed to ensure that vehicle and
pedestrian traffic flow is properly maintained during the construction period. The plan shall include
details of the location and design of necessary diversion lanes, temporary structures, barriers,
signing, signals, and other physical features necessary to accommodate traffic flow during
construction. In addition to the design plan, the IC shall prepare a traffic operations plan detailing
the construction sequencing, public information announcements, and other activities designed to
minimize traffic disruption. In view of the anticipated improvements of the existing roads riding
quality and increase in driving speed, there is a risk of road traffic accidents. In this regard, the IC
is required to incorporate in the BOQ (Provisional Sum (PS)), Traffic/Road Safety Lessons at major
schools /villages along the project roads.
(ff) Social and Environmental Monitoring and Management Plan
On the basis of the Social and Environmental Impact Assessment (SEIA) prepared by UNOPS,
Social and Environmental Monitoring and Management Plan (SEMMP) shall be developed by the
IC, which shall be priced in the Bill of Quantities of the final tender documents. In this regard, the
IC is also required to adequately incorporate gender considerations in the Social and/or
Environmental Management plans and overall design and implementation approach as far as
practicable.
Construction Quantities
(gg) The calculated quantities for the construction shall be based on the final design drawings and
method of measurement specified in the specifications. The earthworks quantities shall be derived
from calculations based on the field cross-sections taken along the road centre-line in accordance
with accepted methods of measurements;
(hh) A detailed bill of quantities shall be prepared generally under the following sections and in
conformity with the standard specifications and drawings: Preliminary and general; Clearing and
earthworks including sub-grade preparation; gravel wearing course, drainage, culvert and
protection work, fill material; surfacing; major structures including any drifts/Irish crossings/culverts;
road furniture, ancillary works, contingencies.
Cost Estimates
(ii) In order to make a fair and reasonable estimate of the cost of the project, the IC shall prepare a
unit price analysis of each item using basic cost elements (labour, materials, equipment, tools,
overheads, on-site cost, profit, etc.). He shall show separately the cost of all taxation (direct or
indirect). In addition, the cost of construction supervision by the IC shall be analysed on a unit price
basis and included in the overall cost estimates. The estimated financial cost resulting from this
analysis shall be accurate to within +/- 10%, and shall be compared with costs or previous projects
or similar works executed in the area. Should any differences be found, the causes shall be
identified and studies made to arrive at comparable market prices. Any estimates for the right-of-
way acquisition shall be made on the basis of the unit prices to be furnished by the Government
for each type of land and property utilization;

29
RFP Ref No: UNOPS-GMB-RFP-17-001

(jj) The IC shall provide cost estimates of work items in USD. In addition, the IC shall present
separately the taxes and duties element of these two components;
(kk) In order to assist in budgeting for the required construction period, the IC shall prepare a
construction schedule for the proposed construction contract showing the anticipated annual
expenditure. Due account shall be taken of the climatic and any other conditions/constraints of the
area which may influence the construction schedule. Actual rates of progress of previous works in
the Gambia shall be determined and discussed in the reporting.
Bidding and Contract Documents
(ll) The IC shall prepare the following bidding and contract documents, in accordance with UNOPS
Procurement Manual and ITB for Works templates:
i. General information and Scope of Works;
ii. Prequalification questionnaire;
iii. Bid evaluation criteria including:
1) Equipment requirements (different for machine based and labour based works);
2) Personnel requirements (different for machine based and labour based works;
iv. Construction drawings;
v. Technical specifications for the execution of the works;
vi. Health, Safety & Social and Environmental Management Plans/Guidelines;
vii. Bills of Quantities;
viii. Particular Conditions of Contract to the UNOPS GCC, if any2,
(mm) Tender drawings shall be submitted in A3 size. All other documents shall be submitted in A4 size.
In addition, the IC shall submit to UNOPS an electronic copy of all the documents and drawings in
a compatible software that can be opened and used by UNOPS and Contractors.
Market surveys
(nn) The IC shall conduct country-wide market survey to gather all the required information about (i)
existing companies in the market and their available resources, (ii) sources of locally available
construction materials, (iii) sources of imported road construction materials, together with indicative
market prices.
Liaison with UNOPS
(oo) The IC shall submit his detailed work programme for review and approval prior to commencement
of services not later than 7 calendar days after the signature date of the contract. Accordingly, the
IC shall submit progress report indicating, but not limited, the key activities carried out, progress
against plan, any constraints and challenges etc.;
(pp) As the design progresses, the IC's Project Manager/Team Leader shall maintain close liaison with
UNOPS and shall submit for approval from time to time, according to the work programme, draft
design proposals for alignment, earthworks, pavement, structures, and other technical aspects of
the design prior to proceeding with the detailed design drawings.

3.4 UNOPS’ inputs and responsibilities


(a) Upon signature of the contract UNOPS will provide one-day orientation training for the IC’s team
to provide full background information on the proposed assignment (inclusive of Feasibility Study
Report, the old Design package, Road Formulation studies, etc.) and explain its expectations in
details;
(b) Decision on IC's Submissions - UNOPS shall examine all the reports, sketches, estimates,
specifications, drawings, proposals and other documents presented by the IC and shall render in
writing decisions pertaining thereto within a reasonable time so as not to delay the work of the IC;

2 UNOPS has suite of FIDIC based works contract templates and the IC is required to refer those templates in the preparation of the
tender dossiers.

30
RFP Ref No: UNOPS-GMB-RFP-17-001

(c) UNOPS will also be responsible for overall Quality Assurance (QA) of the assignment, which will
be undertaken through a programme of inspections, data checking and a range of other project
control measures. Details of this programme will be discussed with the selected IC as part of the
preparation and orientation training phase of the contract. However, this does not discharge the
IC from including his own internal QA/QC processes to ensure all work is undertaken in a
consistent, accurate and high-quality manner and details of these will be expected as part of the
ICs work programme submission.

3.5 Inputs and responsibilities required from the IC


(a) The IC shall be responsible for mobilization, attending the orientation training and supplying all the
amenities required, such as food, lodging and transport for its staff during the aforementioned
training;
(b) All information, data and reports obtained from UNOPS in the execution of the services under the
project shall be properly reviewed and analysed by the IC. All such information, data and reports
shall be treated as confidential;
(c) The IC shall verify the accuracy of all information supplied by UNOPS while undertaking field
surveys and by conducting interviews with the end users or any persons who may have relevant
information, in order to establish the Scope of Works and specifications;
(d) The IC shall ensure that all survey and design works are programmed and undertaken in a manner
that delivers accuracy, consistency and a quality output;
(e) The IC shall be using its own facilities and equipment to provide the services under consideration.
The IC shall also make its own arrangements for document reproduction, printing and reproduction
of all reports and drawing during the course of the project;
(f) Provision of vehicles and other specialized tools and equipment, maintenance, fuel costs and any
related issues as part of undertaking the survey and design works are the sole responsibility of the
IC. Further, it is expected that the appointed IC will have backup measures in place to ensure any
vehicle or equipment unable to proceed with survey works is replaced forthright and within a 24-
hour timeframe to ensure continuity of the works programme. Accordingly, failure of IC’s vehicles
or equipment in any form will not be construed as a reasonable basis for delays in the Contract;
(g) There is to be an overarching Project Manager (PM) in charge of all the survey and design works.
PM will be the focal point for any communications between the IC’s team and UNOPS;
(h) The IC is free to organize his resources as he wishes. However, an indicative 14 person-months
of anticipated staff inputs are likely to be required for the following key experts:

Area of Minimum Person-


Minimum Previous Experience Months
Specialisation Qualifications
Project Manager 5 years experience in the BEng or BSc or BA 1
(1 person) delivery of projects of a similar
nature
Road Engineer 8 Years experience relevant to BEng or BSc in Civil 4
(Feeder Roads) the assignment Engineering or other
(1 person) transport related subject
Materials Engineer 5 years experience in the BEng or BSc in Civil 1.75
(1 person) selection and use of materials Engineering or other
for Feeder Roads subject related to materials
Hydraulic Design 3 years experience in the BEng or BSc in Civil 1.75
Engineer design and sizing of drainage Engineering or other
(1 person) structures subject related to
assignment
Surveyor 3 years experience in the N/A 2.5
(as many as topographical surveying of
necessary) roads.

31
RFP Ref No: UNOPS-GMB-RFP-17-001

Area of Minimum Person-


Minimum Previous Experience Months
Specialisation Qualifications
CAD Technicians 3 years experience in drawing N/A 3
(as many as of road works using
necessary) AUTOCAD Software
(i) The IC shall determine additional human resource requirements for the services and
recruit/resource accordingly;
(j) The IC shall ensure personnel are provided with adequate facilities, equipment, tools such as
softwares, etc. to undertake the works in a timely, effective, consistent and quality manner;
(k) The IC shall raise any concerns regarding their personnel (number, capability or quality) promptly
and assist in rectifying any personnel related issues immediately;
(l) During the bidding process the IC shall assist UNOPS in clarifying any aspect of the documents
prepared by him/her, and also provide all necessary information and advice and attend pretender
meetings, if required to do so;
(m) The IC shall be called upon to participate as observer/adviser in UNOPS technical bid evaluation
committee meetings if required. UNOPS' procedures for bid evaluation and contract awards shall
be closely studied, and all conditions therein, reflected in the bidding documents.

3.6 Schedule and timing


(a) The IC shall have started work on the project on the effective date of the 'notice to proceed'. Where
M is the date of the notice to proceed, the following schedule is applicable to the progress of the
works:
Description Timelines
Date of notice to proceed M
Mobilisation and Inception Report M+0.25 month
Preliminary Engineering/Conceptual Design Report M+1 months
Detailed Engineering Design,
M+2.5 months
Detailed Cost Estimates, Bill of Quantities and Specifications
Final Documents M+3.5 months

3.7 Reports and deliverables


The IC shall prepare and submit the following reports and deliverables in English:
(a) Mobilisation and Inception Report
This shall be submitted to UNOPS within one weeks of the date of notice to proceed. It shall show
the state of mobilisation and indicate the timetable for the work showing any amendments that may
be necessary due to unforeseen conditions. (10 hardcopies and a soft copy).
(b) Preliminary Design/Conceptual Report
This report, which should be clear and concise and contain the Design Brief together with the
preliminary design and cost estimate shall be submitted to UNOPS not later than one month after
the date of the notice to proceed. UNOPS' comments and approval will be conveyed expeditiously.
(10 hardcopies and a soft copy).
(c) Detailed Engineering Design, Drawings, Specifications and Detailed Cost Estimate
The draft detailed engineering design, calculations, drawings, technical specifications, and detailed
cost estimate in the form of detailed priced bills of quantities, along with a design report indicating
the design philosophy, design studies and other pertinent details such as the hydrology/hydraulic
analysis and design, structural design calculations, etc. shall be submitted to UNOPS for comments
and approval not later than 2.5 months after the date of the notice to proceed. UNOPS's comments
and approval will be given expeditiously. (10 hardcopies and a soft copy).

32
RFP Ref No: UNOPS-GMB-RFP-17-001

(d) Final Documents


The final documents including, bidding documents, construction drawings, Topographic Survey
Reports, Material investigation and testing reports, technical specifications, Social and
Environmental Management plans, the unpriced bill of quantities and any input and output
considered in the detailed design, shall be submitted to UNOPS not later than 3.5 months after the
date of the notice to proceed. (10 hardcopies and a soft copy). The IC is required to carry out its
own QA/QC on the adequacy and completeness of design documentations before submission to
UNOPS.

IV. SUPERVISION PHASE

4.1 Description
The objective of this phase is to undertake construction supervision, on behalf of UNOPS, of the associated
construction works for the rehabilitation of the roads specified in section I above. The services shall include,
but not be limited to administration of UNOPS FIDIC based works contracts, site supervision, quality and
quantity assurance and control of the works and all other related activities necessary for the successful
implementation of the project in accordance with the Works contract documents and within the duties and
delegated authorities entrusted to the IC by UNOPS.

4.2 Expected outputs


The following results are expected to be delivered by the IC during the technical supervision phase:
(a) Smooth projects implementation system in place and implemented, including quality assurance
system. The IC shall draft the Construction Supervision Procedures Manual, where supervision
team members have assigned responsibilities, which will be adopted by UNOPS;
(b) All the works are implemented by the Works Contractors in strict compliance with respective works
contracts, within contracts’ timeframes and budgets. Supervision of works carried out properly, all
relevant documentation completed in accordance with the works contracts and relevant UNOPS
normative documents and guidelines;
(c) All technical standards and quality requirements specified in the contract for the works are achieved
and the works executed in accordance with health, safety and environmental requirements;
(d) All risks in terms of design adequacy, potential delays or budgetary issues are identified on timely
manner and professionally managed. Employer’s Representative (UNOPS Project Manager) is
always kept informed of any identified issue that could lead to the changes in the scope, quality
and/or budget of the works. All variation orders to the works’ contractors are issued on timely
manner, with the full knowledge and prior approval of UNOPS;
(e) Contractors’ payment requests and supporting documentation such as the measurements books,
attests are processed, checked and confirmed to comply with the contracts’ conditions;
(f) “As built” drawings checked and “As built” design approved;
(g) All the QA and QC documentations including site daily logs, reports, communications, minutes of
meetings, testing and inspection reports, shop drawings, etc. are maintained and accessible to
UNOPS PM at all times;
(h) All the works are handed-over and taking-over certificates signed by the NRA, following the
technical commissioning/hand over of the works and the final sites’ reports signed by all concerned
parties (Works Contractors, NRA and UNOPS);
(i) All contractual paperwork is in place in time (insurances, guarantees, permits etc.);
(j) All required technical and administrative reports are prepared and submitted to UNOPS on time;
(k) Operations and Maintenance Manuals/Strategy are developed and submitted to the NRA.

33
RFP Ref No: UNOPS-GMB-RFP-17-001

4.3 Detailed scope of services (activities)


The IC shall carry out duties of the Construction Supervision in accordance with the Particular and General
Conditions of the Contract and other technical documents that form the Contract. The following is a non-
exhaustible list of responsibilities and duties.

4.3.1 General
(a) The IC shall administer the works contracts on behalf of UNOPS and as (UNOPS) Employer’s
representative;
(b) The IC is to supervise the construction of the works and ensure that the Contractors comply with
the contract documents including, but not limited to, technical specifications and drawings,
including the Social and Environmental Monitoring and Management Plan (SEMMP) and Health
and Safety requirements;
(c) With regards to the works' supervision and their controls, the IC is the sole agent with the authority
to issue instructions with executory power, but only upon approval of UNOPS;
(d) Liaise with public and private institutions connected with the works, including the NRA, local
government, communities and residents;
(e) Prepare reports (Technical site meetings, weekly, monthly and works completion) as described in
this TOR at the stipulated times;
(f) Carry out any value engineering exercise, that if implemented, can expedite the progress, reduce
the cost or improve the efficiency/functionality of the completed work;
(g) Collaborate with the Contractors (main and/or sub-contractors, where applicable) to optimize
UNOPS and beneficiaries’ interests;
(h) The IC shall perform his duties in accordance with industry best practices. Further, he shall act
upon instructions and delegation of authority given to him by UNOPS concerning the works
schedules, completion dates, order of priority of works, and execution procedures etc. All variations
and determination of claims must be approved by UNOPS;
(i) The IC shall be UNOPS' adviser in the protection of its interests, particularly in the event of any
claims or disputes arising in connection with or directly related to the Works’ Contracts. This
includes the provision of support in the event any formal dispute proceedings arise.
(j) The IC does not have the authority to amend the works contract and to relieve the Contractor of
any duties, obligations and responsibilities under the Contract without the written authorization and
approval of UNOPS.

4.3.2 During the works:


During the execution phase, the IC, in accordance with the powers and responsibilities accorded to him
under his contract with UNOPS, shall:
(a) Supervise the mobilisation of the Contractors and delivery of materials and equipment;
(b) Verify, approve and supervise implementation of Contractors’ proposals for compliance with the
Environmental Management Plans, Health and Safety at work sites;
(c) Establish comprehensive QA and QC plans with clear roles and responsibilities of the IC and the
Works’ Contractors;
(d) Verify and approve construction procedures;
(e) Review shop drawings prepared by the Contractors, sub-contractors and equipment
manufacturers/suppliers;
(f) Monitor the Contractors’ topographic surveys to ensure correct alignment and elevations;

34
RFP Ref No: UNOPS-GMB-RFP-17-001

(g) On a daily basis, supervise, inspect, measure, record and control the quality of the construction
works to ensure strict compliance with drawings and specifications;
(h) Designate tests on materials and/or equipment;
(i) Review and approve test results and materials and/or equipment used in the works;
(j) Identify non-compliant works and give instructions for the rectification of such works;
(k) Inspect and approve all completed works and check Contractors’ completed or as-built schedule
of quantities on a monthly basis;
(l) Maintain records of progress of works and results of inspections and tests of materials & equipment
and submit these to UNOPS on a weekly or monthly basis;
(m) Monitor the Contractors’ programmes including the scheduled completion dates and key
milestones. Compare actuals with scheduled progresses, advice UNOPS of any development that
could delay completion or impact cost and quality and recommend any necessary action to be
taken by the Contractors to facilitate completion of the works within budget, timeframe and quality;
(n) Observe any change or previously unknown conditions that may arise and which may require
modifications to the designs and/or specifications of the works, advise UNOPS of the same and
recommend appropriate actions. Prepare any necessary variation of extra work orders with the
approval of UNOPS;
(o) Verify and certify that progress billings submitted by the Contractor are accurate and reflect
quantities of executed works and, as necessary, introduce any correction to ensure that payments
are in accordance with the Bill of Quantities of the respective Contract;
(p) Analyse the percentage of labour generated by the works contracts on a monthly basis and include
analysis in monthly reports to UNOPS. The records of labour maintained by the IC and the
Contractor will allow analysis to determine the number of person days of work provided, the number
of unique employment opportunities and the gender undertaking the employment.
More specifically, the duties include:
(q) Supervising the execution of the works through a permanent site supervision team at each site;
(r) Undertaking weekly meetings on each site with the respective Contractor’s representative to
identify encountered difficulties, check on the quality of works in progress, measure the quantity of
works performed according to the schedule of prices for payment and give all necessary
instructions to ensure the continued cost-effectiveness of the works. Conclude these visits with a
brief weekly report (to contain the details mentioned hereunder), and ensure the updating of a daily
log to be kept by the Contractors. The IC will also keep a daily log for each Works Contract. The
IC will verify the Contractors’ daily log for the purpose of certifying the compliance and quantities
of completed works, the progress schedule, or making useful recommendations, and more
generally, noting any working conditions which could affect the execution of the works or the safety
conditions;
(s) Checking, certifying invoices and approving the interim certificates for payments to the Contractors
within 1 week of receipt from Contractors, and calculation of delay damages, as appropriate;
(t) Ensure that the Contractors carry out the works in accordance with the provisions of the Social and
Environmental Management Plans. This is important to minimise the negative impacts on the
environment and the community in the vicinity of the works;
(u) Encourage the Contractors to provide job priority for women, particularly in areas where they will
get skill and experience;
(v) Undertaking monthly site meetings and submit minutes of the meetings to all the parties concerned
including UNOPS within one week after the meeting. Invitation to the meeting should be extended
to all the parties concerned (NRA, Contractors and UNOPS);

35
RFP Ref No: UNOPS-GMB-RFP-17-001

(w) The IC shall be responsible for establishing all documentation necessary for the preparation,
monitoring and overseeing of the works executed by the Contractors, and in particular:
i. Ensure that Contractors submit updated and acceptable works programs on a monthly
basis;
ii. Ensure that Contractors stick to their progress schedules of the works and advise UNOPS
of any slippages, including recommendations for getting back on track;
iii. Prepare monthly work statements for UNOPS;
iv. Ensure that all in-situ and laboratory reports on the materials used and workmanship
required by the contract specifications are done & forward results of the tests to UNOPS;
v. Ensure that where test results do not meet the standards set in contract specifications,
the necessary works are identified and a rectification plan is submitted for approval and
actioned as soon as possible;
vi. Prepare reports on quality control of necessary supplies and equipment;
vii. Prepare materials inventory management reports;
viii. Prepare supervision report on materials installation;
ix. Prepare all technical documents on any variations proposed and/or approved by UNOPS;
x. Prepare “as-built” drawings in hard copies & a soft copy and submit them to UNOPS
within 30 days after Substantial Completion;
xi. Review any claims lodged by the Contractors and make recommendations to UNOPS as
to the measures to be taken;
xii. Collate and report health, safety, social and environmental related incidents.

4.3.3 At the end of the works:


The IC shall generally assist UNOPS during the Provisional and Final Acceptance phases including
organizing the necessary inspection visits prior to Acceptance and preparing the Substantial Completion
and Final Acceptance Certificates to be signed by the Contractor, the IC, UNOPS and the NRA
representative. The inspection visits must be attended by all the parties concerned (Contractor, IC, NRA
representative & UNOPS). More specifically:
(a) Substantial Completion
i. The Contractors shall notify the IC and UNOPS of the date of completion of the works
and request provisional acceptance within the time stipulated in the contract;
ii. The IC will assist UNOPS to organise the necessary inspection visits prior to Acceptance
and submit minutes of the visit and punch lists to all parties concerned;
iii. Depending on the results of this visit, the IC in consultation with UNOPS shall then invite
the concerned Contractor to the acceptance proceedings, which should take place as
soon as feasible;
iv. The acceptance proceedings shall take place in the presence of the IC, a representative
of UNOPS and the NRA (or the Owner of the Works). Any observations by the NRA
representative shall be recorded in the minutes of the proceedings;
v. Prepare Substantial Completion Certificate and Hand over documents and submit them
to UNOPS within 30 days after provisional acceptance;
vi. Prepare the final works execution report including preparation of the final detailed account
which must be transmitted to the concerned Contractor within thirty (30) days after the
date of the provisional acceptance visit;

36
RFP Ref No: UNOPS-GMB-RFP-17-001

vii. The IC shall strictly adhere to the works contract requirements in terms of completion and
handover of the works.

4.3.4 During the defects notification period (DNP)


i. The defects notification period of six months will be stipulated in each Works’ Contract;
ii. The IC will visit the works sites from time to time to see if there are any defects;
iii. If the IC discovers a defect or is informed of a defect by either UNOPS or NRA, the IC
shall immediately instruct the concerned Contractor to remedy the defects within the
shortest possible timeframe and to submit a revised programme to ensure that the action
plan to remedy the defects does not affect or impact the time for completion;
iv. If a Contractor fails to (or refuses to) perform his obligations to remedy defects within the
stipulated timeframe, the Contractor will be deemed to be in breach of Contract. In this
instance, the IC shall assist UNOPS in the process of identifying and engaging a suitable
and capable third party to remedy the defects. In the event that the Contractor is in breach
due to failure to rectify defects, payment will be withheld from the defaulting Contractor's
retention money to cover the third-party rectification costs (including any re-design and
associated costs arising from the breach);
v. Approximately one month before the end of defects notification period, the IC shall
organise a final joint inspection of the works to check if any defects due to either poor
workmanship and / or the use inferior materials have occurred. If any such defects are
found, the IC shall write to the concerned Contractor before the end of defects notification
period instructing the Contractor to correct the defects within a specified period;
vi. The IC will assist UNOPS to organise the necessary inspection visits prior to Acceptance
and submit minutes of the visit to all parties concerned;
vii. Depending on the results of this visit, the IC in consultation with UNOPS, shall then invite
the concerned Contractor to the acceptance proceedings, which shall take place as soon
as feasible;
viii. The Acceptance Proceedings shall take place in the presence of the IC, a representative
of UNOPS and the NRA (or the Owner of the Works). Any observations by the NRA or
any other party shall be recorded in the minutes of the proceedings;
ix. Prepare Final Acceptance Certificate and releases for the Contractors’ retention moneys.

4.4 UNOPS’ inputs and responsibilities


(a) Prior to the start of the assignment UNOPS will provide one-day orientation training for the IC’s
team to provide full background information on the proposed assignment (inclusive of tendering
documents containing all the designs, drawings, BOQs and technical specifications, the signed
Works Contracts with the respective Contractors’ proposals, minutes of negotiations, if any, etc.)
and explain its expectations in details;
(b) Decision on IC's submissions - UNOPS shall examine all the reports, variation requests and other
documents presented by the IC and shall render in writing decisions pertaining thereto within a
reasonable time so as not to delay the works;
(c) UNOPS will also be responsible for overall Quality Assurance (QA) of the assignment, which will
be undertaken through a programme of inspections, data checking and a range of other project
control measures. Details of this programme will be discussed with the selected IC as part of the
preparation and orientation training phase of the contract. However, this does not discharge the
IC from including his own internal QA/QC processes to ensure all work is undertaken in a
consistent, accurate and high-quality manner and details of these will be expected as part of the
ICs work programme submission.

37
RFP Ref No: UNOPS-GMB-RFP-17-001

4.5 Inputs and responsibilities required from the IC


(a) The IC shall be responsible for mobilization, attending the orientation training and supplying all the
amenities required, such as food, lodging and transport for its staff during the aforementioned
orientation training;
(b) All information, data and reports obtained from UNOPS in the execution of the services under the
project shall be properly reviewed and analysed by the IC. All such information, data and reports
shall be treated as confidential;
(c) The IC shall be using its own facilities and equipment to provide the services under consideration.
The IC shall also make its own arrangements for document reproduction, printing and reproduction
of all reports and drawings during the course of the project;
(d) Provision of vehicles and other specialized tools and equipment, maintenance, fuel costs and any
related issues as part of undertaking the assignment are the sole responsibility of the IC. Further,
it is expected that the appointed IC will have backup measures in place to ensure any vehicle or
equipment unable to proceed with construction supervision services is replaced forthright and
within a 24-hour timeframe to ensure continuity of the works programme. Accordingly, failure of
IC’s vehicles or equipment in any form will not be construed as a reasonable basis for delays in the
Contract;
(e) There is to be an overarching Project Manager (PM) in charge of all the construction supervision
services. The PM will be the focal point for any communications between the IC’s team and
UNOPS;
(f) The IC is free to organize his resources as he wishes. However, an indicative 106 person-months
of anticipated staff inputs are likely to be required for the following experts:
Area of Minimum Previous Experience Minimum Person-
Specialisation Qualifications months
Project Manager 5 years experience in the delivery BEng or BSc or BA 6
(1 person) of projects of a similar nature
Road Engineer 8 Years experience relevant to BEng or BSc in Civil 14
(Feeder Roads) the assignment including 2 years Engineering or other
(1 person) supervising gravel roads transport related subject
Road Engineer 8 Years experience relevant to BEng or BSc in Civil 14
(Materials Engineer) the assignment including 2 years Engineering or other subject
(1 person) supervising materials related to materials
Junior Site 3 years experience relevant to Diploma / Certificate in Civil 48
Engineers the assignment Engineering or other subject
(4 persons) related to assignment
Surveyor 3 years experience in the N/A 12
(1 person) topographical surveying of roads.
CAD Technician 3 years experience in drawing of N/A 12
(1 person) road works using AUTOCAD
Software
(g) The IC shall determine additional human resource requirements for the services and
recruit/resource accordingly;
(h) The IC shall ensure personnel are provided with adequate facilities, equipment, etc. to undertake
the works in a timely, effective, consistent and quality manner;
(i) The IC shall raise any concerns regarding their personnel (number, capability or quality) promptly
and assist in rectifying any personnel related issues immediately.

4.6 Schedule and timing


The IC shall perform his duties of supervision until the final acceptance of the works. It is expected that the
Works Contracts will end in 12 months after commencement excluding the specified defect notification
period.

38
RFP Ref No: UNOPS-GMB-RFP-17-001

4.7 Reports and deliverables


The IC shall present to UNOPS periodic reports (weekly, monthly, minutes of site meetings, and project
completion) in the formats indicated below:
(a) Weekly Report in hard copies (10 no.) and a soft copy
It is a summary of the daily site reports giving:
 the progress of the works;
 the amount of work executed;
 the materials used (delivery notes);
 the situation of the workers (time sheet);
 the number of man-hours generated;
 the use of machinery;
 the state of supplies for the site;
 any problems encountered on the site;
 visitors to the site.
(b) Monthly report including progress photos in hard copies (10 no.) and a soft copy
The IC shall submit the report under the following headings:
i. Introduction
 Project Overview and Description;
 Works Contract Details;
 Supervision Contract Services;
 Mobilization Demobilization.
ii. Works Implementation
 Survey and Setting Out;
 Existing Works control and Diversions;
 Utilities and Services;
 Permanent Works;
 Program versus Progress.
iii. Financial Report
 Advance Payment/Repayment;
 Interim Payment Certificates;
 Materials on Site;
 Variation of Price.
 Provisional/P.C. Sums;
 Contract Retention;
 Cash Flow Forecasts.
iv. Design Modifications
 Contract Drawings/Levels;
 Materials;
 Installation Details.
v. Quality Control
 Material Sources/ Construction Materials;
 Compliance Testing on Site;
 Completion of the Works.
vi. Miscellaneous Details
 Climatic and Weather conditions;
 Environmental and Safety Standards;
 Visitors to Site;
 Site Meetings.

39
RFP Ref No: UNOPS-GMB-RFP-17-001

vii. Appendices
 Plant, Equipment and Labour Records;
 Program/Progress and Cash Flow Charts;
 Progress Photographs;
 Correspondence and Minutes;
 The number of jobs generated aggregated with gender.
The monthly Report shall summarize the information given in the weekly reports and shall in
addition provide information on:
 the overall progress of the works;
 the survey of executed quantities;
 the invoicing of the works;
 the financial situation (including an estimate of the works yet to be executed).
The IC shall also give his overall appreciation on the quality of the works and the Contractors’
compliance with the contractual deadlines.
(c) Works Completion Report in hard copies (10 no.) and a soft copy
With regard to the report of the end of the works, the IC shall present it within thirty (30) days of the
provisional acceptance of the works and after the completion of any corrective works.
The final report shall contain the following information:
 the general appreciation of the conduct of the works;
 the performance of the site in terms of compliance with the basic data on:
 the amount of the works
 the contractual deadline
 the number of jobs generated
 the unit costs;
 the financial situation of the site;
 the quality of the works and general opinion about the Contractor.
The final report shall be accompanied by the “as-built” drawings, an Album of photos of the works,
and operation & maintenance manuals, as appropriate.

V. FINANCIAL ARRANGEMENTS
(a) The IC's fee shall be fixed for each phase of the assignment, and covering all expenses and
payments.
(b) All rates must cover:
i. The remuneration actually paid to the experts concerned per working month;
ii. Administrative costs of employing the experts such as allowances, leave, etc.;
iii. Rent of office, rent or purchase of equipment, stationery, etc.;
iv. All the logistics and transportation related expenses to/from the works’ sites;
v. All incidental expenditure incurred during the course of the contract;
vi. Any other expenditure that is required to implement the contract and is not covered
elsewhere;
(c) Expenses incurred for and on behalf of UNOPS, such as payments for laboratory tests, shall be
reimbursed by UNOPS only if they were approved in advance and up to the limits as quoted by the
IC in his financial proposal;
(d) Methods of payment of fees shall be as detailed in the proposed contract format attached to this
RFP.

40
RFP Ref No: UNOPS-GMB-RFP-17-001

VI. LIST OF ACRONYMS


AADT – Annual average daily traffic
AASHTO – American Association of State Highway and Transportation Officials
ASTM – American Society for Testing and Materials
BA – Bachelor of Arts
BEng – Bachelor of Engineering
BOQ – Bills of Quantities
BS – British Standards
BSc – Bachelor of Science
CAD – Computer Aided Design
CBR – California Bearing Ratio
CRR – Central River Division
DCP – Dynamic Cone Penetrometer
EUD – European Union’s Delegation
FIDIC – International Federation of Consulting Engineers
FPP – First Principles Pricing
GCC – General Conditions of Contract
HEC-RAS – Hydrologic Engineering Centre's River Analysis System
HQ – Headquarters
IC – Implementation Consultant
ITB – Invitation to Bid
ISO – International Organisation for Standardisation
NBR – North Bank Division
NRA – National Road Authority of the Gambia
PM – Project Manager
PS – Provisional Sum
QA – Quality Assurance
QC – Quality Control
SEIA – Social and Environmental Impact Assessment
SEMMP – Social and Environmental Monitoring and Management Plan
TOR – Terms of Reference
UNOPS – United Nations Office for Project Services
URR – Upper River Division
USD – United States Dollars

41
RFP Ref No: UNOPS-GMB-RFP-17-001

Section V: Returnable Bidding Forms

Note to Offerors: Instructions to complete each Form are highlighted in blue in each Form. Please
complete the Returnable Bidding Forms as instructed and return them as part of your Proposal
submission.

This Section comprises the following Returnable Bidding Forms:


o Form A: Proposal/No Proposal Confirmation Form
o Form B: Checklist Form
o Form C: Offeror Information Form
o Form D: Joint Venture Partner Information Form
o Form E: Proposal Submission Form
o Form F: Financial Proposal Form
o Form G: Technical Proposal Form
o Form H: Format for Resume of Proposed Key Personnel
o Form I: Performance Statement Form
o Form J: No Adverse Action Confirmation Form
o Form K: Statement of Exclusivity and Availability
o Form L: Insurances
o Form M: Declaration
o Form N: Conflict of Interests
o Form O: Dispute details

42
RFP Ref No: UNOPS-GMB-RFP-17-001

Form A: Proposal/No Proposal Confirmation Form

If after assessing this opportunity you have made the determination not to submit your proposal, we would
appreciate if you could return this form indicating your reasons for non-participation.

Date:
To: UNOPS GHOH, Gambia Office
Attn: Davronbek Akhmadbekov
Email: davronbeka@unops.org
From: [Insert name of Offeror]

Subject RFP reference No.: UNOPS-GMB-RFP-17-001

Insert an X where
Description
applicable
YES, we intend to submit a proposal.
NO. We are unable to submit a competitive offer for the requested goods/services at
the moment

If you selected NO above, please state the reason(s) below:

Insert an X where
Description
applicable
The requested goods/services are not within our range of supply
We are unable to submit a competitive offer for the requested products at the
moment
The requested products are not available at the moment
We cannot meet the requested specifications/terms of reference
We cannot offer the requested type of packing
We can only offer FCA prices
The information provided for quotation purposes is insufficient
Your RFP is too complicated
Insufficient time is allowed to prepare a bid
We cannot meet the delivery requirements
We cannot adhere to your terms and conditions (please specify: payment terms,
request for performance security, etc.)
Sustainability criteria/requirements are too stringent (if applicable)
We do not export
We do not sell to the UN
Your volume is too small and does not meet our order quantity
Our production capacity is currently full
We are closed during the holiday season
We had to give priority to other clients’ requests
We do not sell directly but through distributors
We have no after-sales service available
The person handling the bids is away from the office
Other (please provide reasons):
We would like to receive future RFPs for this type of goods
We don’t want to receive RFPs for this type of goods

If UNOPS has questions to the Offeror concerning this NO BID, UNOPS should contact Mr./Ms.
(_______________), phone (_______________), email (_______________), who will be able to assist.

43
RFP Ref No: UNOPS-GMB-RFP-17-001

Form B: Checklist Form


Offerors are requested to complete this form and return it as part of their Proposal submission.

RFP reference no: UNOPS-GMB-RFP-17-001


Name of Offeror: [insert name of Offeror]
Date: [insert submission date]

Before submitting your Proposal, please ensure compliance with the instructions included in
Section I: RFP Particulars, Article 23, Proposal Submission.
TECHNICAL PROPOSAL ENVELOPE:
Page # in
If NO provide
Activity Yes/No/NA your
comment
Proposal
Have you duly completed all the Returnable
☐ YES ☐ NO ☐ NA
Bidding Forms?
 Form B: Checklist Form ☐ YES ☐ NO ☐ NA
 Form C: Offeror Information Form ☐ YES ☐ NO ☐ NA
 Form D: Joint Venture Partner Information Form ☐ YES ☐ NO ☐ NA
 Form E: Proposal Submission Form ☐ YES ☐ NO ☐ NA
 Form G: Technical Proposal Form ☐ YES ☐ NO ☐ NA
 Form H: Format for Resume of Proposed Key
☐ YES ☐ NO ☐ NA
Personnel
 Form I: Performance Statement Form ☐ YES ☐ NO ☐ NA
 Form J: No Adverse Action Confirmation Form ☐ YES ☐ NO ☐ NA
 Form K: Statements of Exclusivity and
Availability separately signed by each proposed ☐ YES ☐ NO ☐ NA
key expert
 Form L: Insurances ☐ YES ☐ NO ☐ NA
 Form M: Declaration ☐ YES ☐ NO ☐ NA
 Form N: Conflict of Interests ☐ YES ☐ NO ☐ NA
 Form O: Dispute details ☐ YES ☐ NO ☐ NA
Have you provided the required documents to
establish compliance with the evaluation ☐ YES ☐ NO ☐ NA
criteria established in Section III?
 Copy of audited financial statements of the last
☐ YES ☐ NO ☐ NA
three years

FINANCIAL PROPOSAL ENVELOPE (to be submitted in a separate envelope/email)


Page # in
If NO provide
Activity Yes/No/NA your
comment
Proposal
 Form F: Financial Proposal Form ☐ YES ☐ NO ☐ NA

44
RFP Ref No: UNOPS-GMB-RFP-17-001

Form C: Offeror Information Form


The Offeror shall fill in this Form in accordance with the instructions indicated below. No alterations to its
format shall be permitted and no substitutions shall be accepted.

RFP reference no: UNOPS-GMB-RFP-17-001


Name of Offeror: [insert name of Offeror]
Date: [insert submission date]

1. Background and Expertise of Organization:

Full legal name of Offeror [complete]


What year was your firm/organization
[complete]
established?
Address of registered office [complete]

Name of Offeror Representative complete]


Has your firm/organization ever filed or
petitioned for bankruptcy? (If YES,
[complete]
explain in detail the reasons why, filing
date, and current status.)
Does your firm have an actual or
potential conflict of interest in this
[Insert either “No”, or “Yes” in which case please provide
procurement process? (Refer to Section
details on your actual or potential conflict of interest here]
II: Instructions to Offerors, Article 4, for
details on conflict of interest)

2. UNGM Registration and UNOPS Vendors

As part of the Proposal, it is desired that the Offeror goes to the United Nations Global Marketplace (UNGM)
registration website: https://www.ungm.org/Registration/RegisterSupplier.aspx and fills out the registration.
If the Offeror is already registered with UNGM, please provide your UNGM registration number in the table
below and please ensure that your firm’s information on UNGM is current.

The Offeror may still Proposal even if not registered with the UNGM. However, if the Offeror is selected for
Contract award, the Offeror must register on the UNGM prior to Contract signature.

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

Are you a UNOPS vendor? ☐ Yes ☐ No If yes, [insert UNOPS vendor ID]

3. Contact details of persons that UNOPS may contact for requests for clarification during
Proposal evaluation:

Name/Surname [complete]

Title [complete]

Tel Number (direct) [complete]

Email address (direct): [complete]

PS: This person must be available during the next two weeks following receipt of the Proposal.

45
RFP Ref No: UNOPS-GMB-RFP-17-001

Form D: Joint Venture Partner Information Form


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

RFP reference no: UNOPS-GMB-RFP-17-001


Name of Offeror: [insert name of Offeror]
Date: [insert submission date]

JV / Consortium/ Association Information

Name [complete]

Names of each partner and contact


information
[complete]
(address, telephone numbers, fax
numbers, e-mail address)

Name of leading partner (with authority


to bind the JV, Consortium, Association
during the RFP process and, in the [complete]
event a Contract is awarded, during
contract execution)

Proposed proportion of
responsibilities between partners (in
[complete]
%) with indication of the type of the
services to be performed by each

Signatures of all partners of the JV:

We hereby confirm that if the contract is awarded, all parties of the Joint Venture/Consortium/Association
shall be jointly and severally liable to UNOPS 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: ________________________

46
RFP Ref No: UNOPS-GMB-RFP-17-001

Form E: Proposal Submission Form


The Offeror is requested to complete this form, sign it and return it as part of his Proposal submission. The
Offeror shall fill in this form in accordance with the instructions indicated. No alterations to its format is
permitted and no substitutions shall be accepted.

Date: [Insert submission date]

Subject: Request for Proposals for the Provision of Design and Construction Supervision Services
for the rehabilitation of gravel feeder roads in the Gambia – RFP Ref No.: UNOPS-GMB-RFP-17-001,
dated 05 December 2017

We, the undersigned, declare that:

a. We have examined and have no reservations to the Bidding documents, including amendments
No.: [Insert the number and issuing date of each amendment];
b. We offer to supply in conformity with the Bidding documents, including the UNOPS Consultant
Services Contract for Works and in accordance with the Schedule of Requirements;
c. Our Proposal shall be valid for the period of time of [insert number of days which shall not be less
than the specified in Section I: RFP Particulars, Period of Validity of Proposals] from the date fixed
for the Proposal submission deadline as set out in the RFP, and it shall remain binding upon us
and may be accepted at any time before the expiration of that period;
d. If our Proposal is accepted, and if so requested in Section I: RFP Particulars, we commit to obtain
a performance security, in accordance with Instructions to Offerors, Article 35 and the UNOPS
Consultant Services Contract for Works;
e. We have no conflict of interest in any activity that would put it, if selected for this assignment, in
a conflict of interest with UNOPS;
f. We 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;
g. Our firm confirms that the offeror and sub-contractors have not been associated, or had been
involved in any way, directly or indirectly, with the preparation of the design, terms of references
and/or other documents used as a part of this solicitation;
h. We embrace the principles of the United Nations Supplier Code of Conduct and adhere to the
principles of the United Nations Global Compact;
i. Our firm, its affiliates or subsidiaries – including any subcontractors or suppliers for any part of
the contract – has not been declared ineligible by UNOPS, nor is included in the
suspended/ineligibility list of the UN/PD, other UN Agencies, the UN Security Council, and the
World Bank, in accordance with Instructions to Offerors Article 4, Eligibility;
j. We have not offered and will not offer fees, gifts and/or favours of kind in exchange for this RFP
and will not engage in any such activity during the performance of any contract awarded;
k. We understand that you are not bound to accept the lowest evaluated Proposal or any other
Proposal that you may receive.
I, the undersigned, certify that I am duly authorized by [insert name of Offeror] to sign this Proposal and
bind [insert name of Offeror] should UNOPS accept this Proposal:

Name : _____________________________________________________________
Title : _____________________________________________________________
Date : _____________________________________________________________
Signature : _____________________________________________________________

[Stamp form of Proposal with official stamp of the Offeror]

47
RFP Ref No: UNOPS-GMB-RFP-17-001

Form F: Financial Proposal Form


RFP reference no: UNOPS-GMB-RFP-17-001
Name of Offeror: [insert name of offeror]

Note to Offerors: The Financial Proposal must be prepared following the below format and be submitted
in an envelope separate from the rest of the Proposal, as indicated in the Instructions to Offerors. The
Financial Proposal must be submitted in United States Dollars (USD).
Both tables below must be filled in, for which the total amounts must match. Table 1 shall contain Offeror’s
cost breakdown per deliverable and Table 2 shall provide a detailed cost breakdown by categories of the
expenditures. Since Table 2 includes specific expenditures, which may or may not be required or applicable,
Offerors may adjust the details of expenditures under Table 2 as necessary.
Table 1: Cost breakdown per deliverable/output
Percentage of Total Price [USD]
Item
Deliverables Price (Lump Sum, All
No
(Weight for payment) Inclusive)
Phase I (Design services)
Mobilisation (i.e. upon acceptance of the 5%
1.1 [Offeror to insert price]
Mobilisation and Inception Report) of total cost of Phase I
10%
1.2 Road Condition and Inventory Survey Report [Offeror to insert price]
of total cost of Phase I
Preliminary Design and Conceptual Report
(inclusive of complete Design Brief, 20%
1.3 [Offeror to insert price]
preliminary cost estimates and other of total cost of Phase I
associated documents)
Detailed Engineering Design, Drawings, 35%
1.4 [Offeror to insert price]
Specifications and Detailed Cost Estimates of total cost of Phase I
Final documents (including bidding
documents, construction drawings,
20%
1.5 topographic survey reports, materials’ testing [Offeror to insert price]
of total cost of Phase I
reports, market survey reports, all of the
engineering plans, etc.)
Assistance during tendering and evaluation of
Works’ Contracts (upon conclusion of 10%
1.6 [Offeror to insert price]
activities, as defined in sections 3.5(L) and of total cost of Phase I
3.5(M) of the Terms of Reference)
100% (the total cost) [insert sub-total lump
Sub-total for Phase I of the Services
of Phase I sum price]
Phase II (Construction Supervision services)
Mobilisation of the IC’s personnel and
5%
2.1 adoption of IC’s Construction Supervision [Offeror to insert price]
of total cost of Phase II
Procedures’ Manual by UNOPS
Supervision of all the Works’ Contractors
(over a 9-12 months period based on the
65%
2.2 actual number of personnel deployed for the [Offeror to insert price]
of total cost of Phase II
task and their monthly time-sheets, as
certified by Employer’s Representative)
Hand-over of all the completed roads to NRA
(signature of all the Taking Over Certificates
15%
2.3 by NRA); development and submission of all [Offeror to insert price]
of total cost of Phase II
the Operations and Maintenance
Manuals/Strategy to the NRA
Final completion of all the works (after the 15%
[Offeror to insert price]
defects notification period) of total cost of Phase II
100% (the total cost) [insert sub-total lump
Sub-total for Phase II of the Services
of Phase II sum price]
100% (the total cost) [insert total lump
Total financial proposal in USD
of the Services sum price]

48
RFP Ref No: UNOPS-GMB-RFP-17-001

Table 2: Cost breakdown per component

Offerors are requested to provide the cost breakdown for the above given prices based on the following
format. UNOPS shall use the cost breakdown for the price reasonability assessment purposes as well as
the calculation of price in the event that both parties agree to a contract amendment on the future.

No. of Remuneration Total Rate for


Cost component Qty.
Personnel per Unit the Period
Project Manager
Road Engineer (Feeder Roads)
Materials Engineer
Hydraulic Design Engineer
Surveyor
CAD Technician
Junior Site Engineer
Sub-total personnel costs
Travel costs
Allowances
Communications
Printing
Office and field survey equipment
Laboratory tests
Professional Indemnity Insurance
Public Liability Insurance
Employer’s Liability Insurance
Other costs (provide details)
Sub-total other expenses
Total financial proposal [USD]

The discounts offered, if applicable, and the methodology for their application are:
 Discounts: If our proposal is accepted, the following discounts shall apply. [Specify in detail each
discount offered and the specific item of the Schedule of Requirements to which it applies,
including if applicable discounts for accelerated payment.]
 Methodology of application of the discounts: The discounts shall be applied using the
following method: [Specify in detail the method that shall be used to apply the discounts];

List of subcontractors or suppliers

Offeror must identify the names of all subcontractors/suppliers who will be providing good/services under
this contract and the type of work being subcontracted, if applicable.

(A) _[Full legal name and address of subcontractors]___________

(B) _________________________________________________

(C) _________________________________________________

(D) _________________________________________________

(E) _________________________________________________

49
RFP Ref No: UNOPS-GMB-RFP-17-001

I, the undersigned, certify that I am duly authorized by [insert full name of Offeror] to sign this Proposal
and bind [insert full name of Offeror] should UNOPS accept this Proposal:

Name : _____________________________________________________________

Title : _____________________________________________________________

Date : _____________________________________________________________

Signature : _____________________________________________________________

50
RFP Ref No: UNOPS-GMB-RFP-17-001

Form G: Technical Proposal Form


RFP reference no: UNOPS-GMB-RFP-17-001
Name of Offeror: [insert name of offeror]

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

Technical Proposal Evaluation sections:

Section 1: Offeror’s qualification, capacity and expertise


Brief description of the organization, including the year and country of incorporation,
and types of activities undertaken
1.1
[Insert your response here following the guidance in the RFP Section III – Evaluation Criteria]

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)
1.2
[Insert your response here following the guidance in the RFP Section III – Evaluation Criteria]

Relevance of specialised knowledge and experience on similar engagements done in the


region/country
1.3
[Insert your response here following the guidance in the RFP Section III – Evaluation Criteria]

Quality assurance procedures and risk mitigation measures


1.4
[Insert your response here following the guidance in the RFP Section III – Evaluation Criteria]

Organization’s commitment to Sustainability and United Nations Global Compact

1.5 [Insert your response here following the guidance in the RFP Section III – Evaluation Criteria]

Section 2: Proposed Methodology, Approach and Implementation Plan


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?
2.1
[Insert your response here following the guidance in the RFP Section III – Evaluation Criteria]

Description of the Offeror’s approach and methodology for meeting or exceeding the
requirements of the Terms of Reference
2.2
[Insert your response here following the guidance in the RFP Section III – Evaluation Criteria]

Details how the different service elements shall be organized, controlled and
delivered
2.3
[Insert your response here following the guidance in the RFP Section III – Evaluation Criteria]

Description of available quality management systems, performance monitoring and


evaluation mechanisms and tools; how they shall be adopted and used for a specific
2.4 requirement

[Insert your response here following the guidance in the RFP Section III – Evaluation Criteria]

51
RFP Ref No: UNOPS-GMB-RFP-17-001

Assessment of the implementation plan proposed including whether the activities are
properly sequenced and if these are logical and realistic
2.5
[Insert your response here following the guidance in the RFP Section III – Evaluation Criteria]

Demonstrate how you plan to integrate sustainability and gender mainstreaming


measures in the execution of the contract to provide the services
2.6
[Insert your response here following the guidance in the RFP Section III – Evaluation Criteria]

Section 3: Key personnel proposed

Composition and structure of the team proposed. Are the proposed roles of the
management and the team of key personnel suitable for the provision of the necessary
services?

[Insert your response here following the guidance in the RFP Section III – Evaluation Criteria]

Name and Position to be Assumed in Requirements as per Terms of


Nationality this Contract reference
Copy the requirements in the TOR. If
you are proposing additional
3.1 [Insert] Project Manager personnel not included in the min.
structure, please make this column
as N/A
Road Engineer
[Insert]
(Feeder roads)
[Insert] Materials Engineer
[Insert] Hydraulic Design Engineer
[Insert] Junior Site Engineer(s)
[Insert] Surveyor(s)
[Insert] CAD Technician(s)

Qualifications of key personnel proposed

[For each of the names identified above, attach his/her CV using the format in Form H: Format
3.2
for Resume of Proposed Key Personnel. If so required in Section I, also attach his/her Form K:
Statement of Exclusivity and Availability]

I, the undersigned, certify that I am duly authorized by [insert full name of Offeror] to sign this Proposal
and bind [insert full name of Offeror] should UNOPS accept this Proposal:

Name : _____________________________________________________________

Title : _____________________________________________________________

Date : _____________________________________________________________

Signature : _____________________________________________________________

52
RFP Ref No: UNOPS-GMB-RFP-17-001

Form H: Format for Resume of Proposed Key Personnel

RFP reference no: UNOPS-GMB-RFP-17-001


Name of Offeror: [insert name of Offeror]

Position [Insert]
Name of
[Insert]
Personnel
Title [Insert]

Years with Firm [Insert]

Nationality [Insert]
Language
[Insert]
proficiency

[Summarize college/university and other specialized education of personnel


Education/ member, giving names of schools, dates attended, and degrees/qualifications
Qualifications obtained.]

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


Professional  Name of institution: [Insert]
certifications  Date of certification: [Insert]

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

[Provide names, addresses, phone and email contact information for two (2)
references]
References
Reference 1:

Reference 2:

I, the undersigned, certify to the best of my knowledge and belief, this bio-date is accurate.

________________________________________ ___________________
Signature of Personnel (individual) or firm representative Date (Day/Month/Year)

53
RFP Ref No: UNOPS-GMB-RFP-17-001

Form I: Performance Statement Form

RFP reference no: UNOPS-GMB-RFP-17-001


Name of Offeror: [insert name of Offeror]
Date: [insert submission date]

Date of completion Remarks


Order
Description of delivery indicating Was the
placed by Order Value
& quantity reasons of provision of
[Full no. & of
of ordered As per late services
address of date order Actual
services Contract delivery, if satisfactory?
purchaser]
any

Name : _____________________________________________________________

Title : _____________________________________________________________

Date : _____________________________________________________________

Signature : _____________________________________________________________

54
RFP Ref No: UNOPS-GMB-RFP-17-001

Form J: No Adverse Action Confirmation Form

RFP reference no: UNOPS-GMB-RFP-17-001


Name of Offeror: [insert name of Offeror]
Date: [insert submission date]

This is to certify that [delete unwanted option]:

a. No adverse action has been taken against the Offeror [insert Offeror’s name] and the
manufacturers [insert manufacturer’s names] whose products are being offered by the
Offeror against this Request for Proposals, in the last 5 (Five) years.

b. The following instances of previous past performance have resulted in adverse actions
taken against the Offeror [insert Offeror’s name] and the manufacturers [insert
manufacturer’s names] whose products are being offered by the Offeror, in the last 5
(Five) years. Such adverse actions included:

[Indicate date and reasons for adverse actions and result of adverse actions, i.e.
suspension or cancellation of manufacturing license by regulatory authorities, product
recalls, blacklisting, debarment from submitting a proposal etc.]

Name : _____________________________________________________________

Title : _____________________________________________________________

Date : _____________________________________________________________

Signature : _____________________________________________________________

55
RFP Ref No: UNOPS-GMB-RFP-17-001

Form K: Statement of Exclusivity and Availability

RFP reference no: UNOPS-GMB-RFP-17-001


Name of Offeror: [insert name of Offeror]
Date: [insert submission date]

I, the undersigned, hereby declare that I agree to participate exclusively with the Offeror [insert Offeror
name] in the above-mentioned RFP. I further declare that I am able and willing to work for the period(s)
foreseen for the position for which my CV has been included in the event that this proposal is successful,
namely:

From To
[start of period 1] [end of period 1]
[start of period 2] [end of period 2]
[etc.]

I confirm that I am not engaged in other projects in a position for which my services are required during the
periods where my services are required under this RFP.

By making this declaration, I understand that I am not allowed to present myself as a candidate to any other
Offeror submitting a proposal for this RFP. I am fully aware that if I do so, I will be excluded from this RFP,
the proposals may be rejected, and I may also be subject to exclusion from other UNOPS tender procedures
and contracts.

Furthermore, should this proposal be successful, I am fully aware that if I am not available at the expected
start date of my services for reasons other than ill-health or force majeure, I may be subject to exclusion
from UNOPS other tenders and contracts and that the notification of award of contract to the Offeror may
be rendered null and void.

Name : _____________________________________________________________

Title : _____________________________________________________________

Date : _____________________________________________________________

Signature : _____________________________________________________________

56
RFP Ref No: UNOPS-GMB-RFP-17-001

Form L: Insurances

RFP reference no: UNOPS-GMB-RFP-17-001


Name of Offeror: [insert name of Offeror]
Date: [insert submission date]

Signature: ________________________

Note to Offerors: Below are the insurance requirements you will have to comply with if you are selected. If
you already have qualifying insurance, please share information with UNOPS.

1. Professional Indemnity Insurance

1.1 Scope of cover

Indemnify the Implementation Consultant against any liability of the Implementation Consultant
(and its subcontractors/subconsultants) as a result of any negligent act, error or omission in
providing the Services (including the costs of redesign, reconstruction, rectification or any other
liability the Implementation Consultant may have to the Employer as a result of such negligent act,
error or omission).

1.2 Insured Parties

The Implementation Consultant (and its subcontractors/subcontractors undertaking professional


activities).

1.3 Term

As required by Law but at least from the Date of the Contract until 2 [two] years from Final
Completion the Services.

1.4 Limit of Indemnity

As required by Law but at least USD 100,000 (United States Dollars One Hundred Thousand only)
per occurrence.

1.5 Deductibles

As required by Law but no greater than 15%.

2. Public Liability Insurance

2.1 Scope of Cover

Indemnity in respect of legal liability of the Implementation Consultant (and its subcontractors /
subconsultants) to third parties for or arising from:
(i) bodily injury, illness, death;
(ii) physical loss or damage to the property; and
(iii) interference, trespass, loss of amenities, nuisance, infringement, obstruction, arising out of
or in connection with the Services.
2.2 Insured Parties

(a) the Employer;


(b) the Implementation Consultant (and its subcontractors/subconsultants);
each for their respective rights and interests.

57
RFP Ref No: UNOPS-GMB-RFP-17-001

2.3 Term

As required by Law but at least from the Date of the Contract to 2 [two] years after Final Completion
of the Services.

2.4 Limit of Indemnity

As required by Law but at least USD 10,000 (United States Dollars Ten Thousand only).

2.5 Deductibles

As required by Law but no greater than 15% of the Implementation Consultant’s fee.

3. Employer's Liability Insurance

3.1 Scope of Cover


Indemnify in respect of legal liability of the Implementation Consultant (and its subcontractors /
subconsultants resulting from bodily injury, illness, death of the Implementation Consultant’s (and
its subcontractors/subconsultants’) personnel as a result of providing the Services or as may be
required by Law.

3.2 Insured Parties

The Implementation Consultant (and its subcontractors/subconsultants)

3.3 Term

From the Date of the Contract until Final Completion of the Services

3.3 Limit of Indemnity

As required by Law.

3.4 Deductibles

As required by Law.

58
RFP Ref No: UNOPS-GMB-RFP-17-001

Form M: Declaration

United Nations Office for Project Services


Ghana Operational Hub
Gambia Office
House No.5 (Opposite West Africa Tours), 2nd Road East, Fajara - Gambia

Dear Sir/Madam,

Subject: Request for proposal for the provision of Design and Construction Supervision Services
for the rehabilitation of gravel feeder roads in the Gambia – RFP Ref No.: UNOPS-GMB-RFP-17-001.

I, [insert name and title], [insert title], do solemnly and sincerely declare that:

1. I am duly authorised by [Insert name of offeror] (the Offeror) to make this declaration on its behalf.

2. I make this declaration on behalf of the Offeror.

3. Before the Offeror submitted its proposal, neither the Offeror, nor any of its employees or agents,
had knowledge of the proposal (including the technical and financial proposals) made by any other
offeror who submitted, or of any person, company, other body corporate or firm that proposed to
submit, a proposal in response to this RFP.

4. Before the Deadline for Proposal Submission of this bid process, neither the Offeror, nor any of its
employees or agents, disclosed the Offeror’s proposal (including the technical and financial
proposals) to:

(i) any other offeror who submitted a proposal in response to this RFP;

(ii) any person, company, other body corporate or firm proposing to submit a proposal in
response to this RFP.

5. Neither the Offeror, nor any of its employees or agents, has provided information to:

(i) any other offeror who has submitted a proposal in response to this RFP;

(ii) any person, company, other body corporate or firm proposing to submit a proposal in
response to this RFP; or

(iii) any other person, company, body corporate or firm for the purpose of assisting in the
preparation of a proposal in response to this RFP.

6. The Offeror is genuinely competing for the Contract.

7. Neither the Offeror, nor any of its employees or agents, has entered into any contract, agreement,
arrangement or understanding, other than as disclosed to UNOPS in the proposal, that the
successful offeror for the Contract shall pay any money to, or provide any other benefit or other
financial advantage to, an industry association in respect of the Contract.

8. Neither the Offeror, nor any of its employees or agents, has entered into any contract, agreement,
arrangement or understanding that the successful offeror for the Contract shall pay any money to,
or provide any other benefit or other financial advantage to, any other offeror who unsuccessfully
tendered for the Contract.

9. Neither the Offeror, nor any of its employees or agents, has entered into any contract, agreement,
arrangement or understanding that offerors for the Contract would include an identical or similar
condition or qualification in their proposals.

I acknowledge that this declaration is true and correct, and I make it in the belief that a person making a
false declaration is liable to penalties.

59
RFP Ref No: UNOPS-GMB-RFP-17-001

DECLARED at [insert place] on [insert date] before me:


_______________________________________________________________________
Signature of authorised witness

_______________________________________________________________________
Name of authorised witness (capital letters)

_________________________________________________________________________
Address of authorised witness

________________________________________________________________________
Witness’ Occupation

_________________________________________________________________________
Signature of declarant

60
RFP Ref No: UNOPS-GMB-RFP-17-001

Form N: Conflict of Interests

RFP reference no: UNOPS-GMB-RFP-17-001


Name of Offeror: [insert name of Offeror]
Date: [insert submission date]

Signature: ________________________

Note to Offerors: Offeror shall declare any actual or potential conflicts of interest which may arise with
respect to the project as between:

(i) UNOPS and the offeror; and

(ii) UNOPS and any subcontractor proposed by the offeror

61
RFP Ref No: UNOPS-GMB-RFP-17-001

Form O: Dispute details

RFP reference no: UNOPS-GMB-RFP-17-001


Name of Offeror: [insert name of Offeror]
Date: [insert submission date]

Signature: ________________________

Note to Offerors: Offerors shall submit a statement below providing details of any current contract dispute
and/or arbitral or legal proceeding involving the offeror. The statement shall include details of any dispute
which has been, or is reasonably likely to be, referred to formal dispute proceedings (e.g. mediation or
arbitration) or is the subject of litigation in any court locally or overseas. This information shall be provided
regardless of whether such action has been instigated by the offeror against a client or a client of the offeror
against the offeror.

62
RFP Ref No: UNOPS-GMB-RFP-17-001

Section VI: Contract Forms

VI-1: UNOPS sample Consultant Services Contract for Works

In the event of a Contract, the following contract template including its General and Special Conditions
will apply:
https://www.unops.org/SiteCollectionDocuments/Procurement/Contracts%20for%20works/UNOPS-
Contract_Consultant_Services_for_Works_EN.pdf

63
RFP Ref No: UNOPS-GMB-RFP-17-001

VI-2: Advance Payment Guarantee Form (BANK GUARANTEE)

Note to Offerors: This form, when required, shall only be completed by the successful Offeror after contract
award. The bank, as requested by the successful Offeror, shall fill in this form in accordance with the
instructions indicated.

Date: [Insert date (as day, month, and year) of submission]


RFP No. and title: [xx-xxx and title of the RFP]
[Bank’s letterhead]
Beneficiary: [Insert legal name and address of UNOPS]
Advance payment guarantee no.: [Insert Performance Guarantee number]
We, [insert legal name and address of bank], have been informed that [insert complete name and address
of supplier] (hereinafter called “the supplier”) has entered into Contract No. [Insert number] dated [insert
date of agreement] with you, for the supply of [Insert types of goods to be delivered] (hereinafter called “the
contract”).
Furthermore, we understand that, according to the conditions of the contract, an advance is to be made
against an advance payment guarantee.
At the request of the supplier, we hereby irrevocably and unconditionally agree to pay you on demand any
sum or sums not exceeding in total an amount of [insert amount(s)3 in figures and words], upon receipt by
us of your first demand in writing declaring that the supplier is in breach of its obligation under the contract.
It is a condition for any claim and payment under this guarantee to be made, that the advance payment
referred to above must have been received by the supplier in its account [insert number and domicile of the
account]
This guarantee shall remain valid and in full effect from the date of the advance payment received by the
supplier under the contract until [Insert date]4.
This guarantee is subject to the Uniform Rules for Demand Guarantees (2010 Revision), International
Chamber of Commerce Publication No. 758, except that the supporting statement under article 15(a) is
excluded.
_____________________
[Signatures of authorized representative(s) of the bank]

3 The bank shall insert the amount(s) specified in the SCG and denominated, as specified in the SCG, either in the
currency(ies) of the contract or a freely convertible currency acceptable to UNOPS.
4 Insert the delivery date stipulated in the Contract Delivery Schedule. UNOPS should note that in the event of an
extension of the time to perform the contract, UNOPS would need to request an extension of this guarantee from
the bank. Such request must be in writing and must be made prior to the expiration date established in the
guarantee. In preparing this guarantee, UNOPS might consider adding the following text to the form, at the end
of the penultimate paragraph: “We agree to a one-time extension of this guarantee.”

64

You might also like