You are on page 1of 18

Section 6: Returnable Bidding Forms / Checklist

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

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

Technical Proposal Envelope:


Have you duly completed all the Returnable Bidding Forms?
 Form A: Technical Proposal Submission Form ☒
 Form B: Bidder Information Form ☒
 Form C: Joint Venture/Consortium/ Association Information Form ☒
 Form D: Qualification Form ☒
 Form E: Format of Technical Proposal ☒
 Form H: Proposal Security Form ☐
 Form G.1: Bid Security Confirmation ☐
Have you provided the required documents to establish compliance with the

evaluation criteria in Section 4?

Financial Proposal Envelope


(Must be submitted in a separately/password protected email)
 Form F: Financial Proposal Submission Form ☒
 Form G: Financial Proposal Form ☒
Form A: Technical Proposal Submission Form
Name of Bidder: Creative Petroleum Construction Date:

RFP reference: IRQ-RFP-203-21- Support to Micro, Small and Medium Enterprises (MSMEs) in Sinjar and
Sinunni, Ninewa Governorate

We, the undersigned, offer to provide the services for IRQ-RFP-203-21- Support to Micro, Small and Medium
Enterprises (MSMEs) in Sinjar and Sinunni, Ninewa Governorate in accordance with your Request for Proposal No.
IRQ-RFP-203-21 and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal
and our Financial Proposal sealed under a separate envelope.
We hereby declare that our firm, its affiliates or subsidiaries or employees, including any JV/Consortium /Association
members or subcontractors or suppliers for any part of the contract:
a) is not under procurement prohibition by the United Nations, including but not limited to prohibitions
derived from the Compendium of United Nations Security Council Sanctions Lists;
b) have not been suspended, debarred, sanctioned or otherwise identified as ineligible by any UN Organization
or the World Bank Group or any other international Organization;
c) have no conflict of interest in accordance with Instruction to Bidders Clause 4;
d) do not employ, or anticipate employing, any person(s) who is, or has been a UN staff member within the
last year, if said UN staff member has or had prior professional dealings with our firm in his/her capacity as
UN staff member within the last three years of service with the UN (in accordance with UN post-
employment restrictions published in ST/SGB/2006/15);
e) have not declared bankruptcy, are not involved in bankruptcy or receivership proceedings, and there is no
judgment or pending legal action against them that could impair their operations in the foreseeable future;
f) undertake not to engage in proscribed practices, including but not limited to corruption, fraud, coercion,
collusion, obstruction, or any other unethical practice, with the UN or any other party, and to conduct
business in a manner that averts any financial, operational, reputational or other undue risk to the UN and
we embrace the principles of the United Nations Supplier Code of Conduct and adhere to the principles of
the United Nations Global Compact.
We declare that all the information and statements made in this Proposal are true and we accept that any
misinterpretation or misrepresentation contained in this Proposal may lead to our disqualification and/or
sanctioning by the UNDP.
We offer to provide services in conformity with the Bidding documents, including the UNDP General Conditions of
Contract and in accordance with the Terms of Reference
Our Proposal shall be valid and remain binding upon us for the period of time specified in the Bid Data Sheet.
We understand and recognize that you are not bound to accept any Proposal you receive.
I, the undersigned, certify that I am duly authorized by Ahmed Khairadeen Ali to sign this Proposal and bind it should
UNDP accept this Proposal.
Name: Ahmed Khairadeen Ali__________________________________________
Title: CEO of Creative Petroleum Construction Company____________________
Date: June 19 2021__________________________________________________
Signature: _____________________________________________________________
[Stamp with official stamp of the Bidder]

2
Form B: Bidder Information Form
Legal name of Bidder Creative Petroleum Construction

Legal address Duhok, Gre Base, beside Duhok high school, Nobel Hotel, 3rd floor,
apartment 8

Year of registration 2018

Bidder’s Authorized Representative Name and Title: Dr.Ahmed Khairadeen Ali/CEO


Information Telephone numbers: +9647504867875
Email: ahmedshingaly@gmail.com

Are you a UNGM registered vendor? ☒ Yes ☐ No [744617]

Are you a UNDP vendor? ☐ Yes ☒ No

Countries of operation [Iraq]

No. of full-time employees [7]

Quality Assurance Certification (e.g. ISO [We are in the process of applying for ISO 9000]
9000 or Equivalent) (If yes, provide a Copy
of the valid Certificate):

Does your Company hold any [We are in the process of applying for ISO 14001 and ISO 14064]
accreditation such as ISO 14001 related
to the environment? (If yes, provide a Copy
of the valid Certificate):

Does your Company have a written [Yes]


Statement of its Environmental Policy? (If
Creative Petroleum Construction
yes, provide a Copy)
Environment Statement
Creative Petroleum Construction (CPC) is an Iraqi construction firm
that manages design and construction projects in a variety of
industry sectors..
The company's management recognizes that its operations have an
environmental impact and is committed to minimizing that impact.
CPC is dedicated to improving the environmental practices on a
continuous basis by establishing concrete priorities and conducting
successful and timely performance reviews.
We will bring our Environmental Policy into action by following
concrete goals, and we will:
Conduct our business in a manner that is environmentally conscious.
Follow all applicable Regulatory and Legislative standards, as well as
Codes of Conduct. Communicate with local stakeholders to minimize
the disruption created by our work. Ensure that our employees are
aware of our company's environmental effects and what is required
of them in order to mitigate these impacts. Ascertain that our
suppliers and contractors are mindful of this policy and that they
follow it with their own jobs.
Environmental Targets;
Implement a waste reduction and recycling policy at our offices and
sites. Distribute this policy to all vendors and allow them to develop
3
their own policy statements.
This strategy and its execution are under the control of the CPC
Board of Directors.
This strategy, as well as the details of specific levels of
accountability, will be updated and reviewed on a regular basis.
For all Sites and Workplaces, this Policy Statement will be
prominently posted. There, employees can get more knowledge on
environmental issues.
Ahmed Khairadeen
Managing Director

Contact person UNDP may contact for Name and Title: [Dr.Ahmed Khairadeen Ali/ CEO of Creative
requests for clarification during Proposal Petroleum Construction company]
evaluation Telephone numbers: [+964(0)7504867875]
Email: [cpccompanyinfo@gmail.com]
Please attach the following documents:  Company Profile, which should not exceed fifteen (15) pages,
including printed brochures and product catalogues relevant to
the goods/services being procured
 Certificate of Incorporation/ Business Registration

 Trade name registration papers, if applicable


 Local Government permit to locate and operate in assignment
location, if applicable
 Official Letter of Appointment as local representative, if Bidder
is submitting a Bid in behalf of an entity located outside the
country
 Power of Attorney
 Bid security

Form C: Joint Venture/Consortium/Association Information Form


Name of Bidder: Creative Petroleum Construction Date:

RFP reference: IRQ-RFP-203-21- Support to Micro, Small and Medium Enterprises (MSMEs) in Sinjar and
Sinunni, Ninewa Governorate
To be completed and returned with your Proposal if the Proposal is submitted as a Joint
Venture/Consortium/Association.
No Name of Partner and contact information (address, Proposed proportion of responsibilities (in %)
telephone numbers, fax numbers, e-mail address) and type of services to be performed

4
3

Name of leading partner

(with authority to bind the JV, Consortium,


Association during the RFP process and, in the
event a Contract is awarded, during contract
execution)

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

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

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

Name of partner: Name of partner:


___________________________________ ___________________________________

Signature: ______________________________ Signature: _______________________________

Date: ___________________________________ Date: ___________________________________

Name of partner: Name of partner:


___________________________________ ___________________________________

Signature: ______________________________ Signature: _______________________________

Date: ___________________________________ Date: ___________________________________

Form D: Qualification Form


Name of Bidder: Creative Petroleum Construction Date:

RFP reference: IRQ-RFP-203-21- Support to Micro, Small and Medium Enterprises (MSMEs) in Sinjar and
Sinunni, Ninewa Governorate

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

Historical Contract Non-Performance


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

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


Year Non- performed Contract Identification Total Contract Amount

5
portion of contract (current value in US$)

Name of Client:

Address of Client:

Reason(s) for non-performance:

Litigation History (including pending litigation)


☒ No litigation history for the last 3 years

☐ Litigation History as indicated below


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

Name of Client:

Address of Client:

Matter in dispute:

Party who initiated the dispute:

Status of dispute:

Party awarded if resolved:

Previous Relevant Experience


Please list only previous similar assignments successfully completed in the last 3 years.

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

Project name & Client & Reference Contract Value Period of Types of activities
Country of Contact Details activity and undertaken
Assignment status
Zozan City / Iraq Chiay Ararat 1500 USD per 2 years Dr.Ahmed Khairadeen
Company Ltd, Eng. month was a site supervisor of
Zaid Basil: +964 750 21 Villa units in Zozan
191 8721 city complex.
Kukhi Village road Gulf Keyston 270000 USD 6 months Dr.Ahmed Khairadeen
6
Construction/ Iraq Company Ali constructed a road
for the Kukhi village in
contract with
GulfKeyston oil
company when he was
working for Anar
logistic company
Shekhan Police KٌRG- Ministry of 470,000 USD 1 year Eng. Sardar Mohammed
Station/ Iraq Interior constructed a police
station in Shekhan for
the beneficiaries of
Ministry of Interior in
KRG region

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

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

Financial Standing

Annual Turnover for the last 4 years Year       USD      
Year       USD      
Year 2018 USD 7500
Year       USD      
Year       USD      

Latest Credit Rating (if any), indicate the


source

Financial information Historic information for the last 5 years


(in US$ equivalent)
Year 1 Year 2 Year 3 Year 4 Year 5
Information from Balance Sheet

Total Assets (TA)


Total Liabilities (TL)
Current Assets (CA)
Current Liabilities (CL)
Information from Income Statement
Total / Gross Revenue (TR)
Profits Before Taxes (PBT)
Net Profit
Current Ratio

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

7
a) Must reflect the financial situation of the Bidder or party to a JV, and not sister or parent companies;
b) Historic financial statements must be audited by a certified public accountant;
c) Historic financial statements must correspond to accounting periods already completed and audited. No
statements for partial periods shall be accepted.

8
Form E: Format of Technical Proposal
Name of Bidder: Creative Petroleum Construction Date:

RFP reference: IRQ-RFP-203-21- Support to Micro, Small and Medium Enterprises (MSMEs) in Sinjar and
Sinunni, Ninewa Governorate

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

SECTION 1: Bidder’s qualification, capacity and expertise

1.1 Brief description of the organization, including the year and country of incorporation, and types of activities
undertaken.
1.2 General organizational capability which is likely to affect implementation: management structure, financial
stability and project financing capacity, project management controls, extent to which any work would be
subcontracted (if so, provide details).
1.3 Relevance of specialized knowledge and experience on similar engagements done in the region/country.
1.4 Quality assurance procedures and risk mitigation measures.
1.5 Organization’s commitment to sustainability.

SECTION 2: Proposed Methodology, Approach and Implementation Plan


This section should demonstrate the bidder’s responsiveness to the TOR by identifying the specific components
proposed, addressing the requirements, providing a detailed description of the essential performance characteristics
proposed and demonstrating how the proposed approach and methodology meets or exceeds the requirements. All
important aspects should be addressed in sufficient detail and different components of the project should be
adequately weighted relative to one another.
2.1 A detailed description of the approach and methodology for how the Bidder will achieve the Terms of
Reference of the project, keeping in mind the appropriateness to local conditions and project environment.
Details how the different service elements shall be organized, controlled and delivered.
2.2 The methodology shall also include details of the Bidder’s internal technical and quality assurance review
mechanisms.
2.3 Explain whether any work would be subcontracted, to whom, how much percentage of the work, the
rationale for such, and the roles of the proposed sub-contractors and how everyone will function as a team.
2.4 Description of available performance monitoring and evaluation mechanisms and tools; how they shall be
adopted and used for a specific requirement.
2.5 Implementation plan including a Gantt Chart or Project Schedule indicating the detailed sequence of activities
that will be undertaken and their corresponding timing.
2.6 Demonstrate how you plan to integrate sustainability measures in the execution of the contract.
2.7 Any other comments or information regarding the project approach and methodology that will be adopted.

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


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

9
SECTION 3: Management Structure and Key Personnel

3.1 Describe the overall management approach toward planning and implementing the project. Include an
organization chart for the management of the project describing the relationship of key positions and
designations. Provide a spreadsheet to show the activities of each personnel and the time allocated for
his/her involvement.
3.2 Provide CVs for key personnel that will be provided to support the implementation of this project using the
format below. CVs should demonstrate qualifications in areas relevant to the Scope of Services.

Format for CV of Proposed Key Personnel


Name of Personnel Dr. Ahmed Khairadeen Ali
Position for this assignment Project Manager
Nationality Iraqi

Language proficiency Kurdish-Arabic-English-Korean


[Summarize college/university and other specialized education of personnel member, giving
names of schools, dates attended, and degrees/qualifications obtained.]
Chung-Ang University, Seoul|South Korea — P.hD in Architecture Robotics
Sep 2018 - Feb 2021
Konyang University, Nonsan|South Korea — Proficiency in the Korean
Language
Aug 2017 - Jun 2018
Education/ Qualifications Texas Tech University, Texas|United States — M.Sc in Architecture Post
Profession
Aug 2015 - Dec 2016
Portland State University, Oregon|United States — Pre-Academic Intensive
Program
Jun 2015 - Aug 2015
University of Duhok, Duhok|Iraq — B.Sc in Architecture Engineering
Oct 2007 - Jul 2011
[Provide details of professional certifications relevant to the scope of services]
 The American Institute of Architects [AIA Assoc] since 2020 ref:39248011
 Nonsan City Honorary Citizenship in 2017
 Fulbright scholarship program Alumni class of 2015
 Korean Government Scholarship Program Alumni class of 2017
Professional certifications
 Gamma Beta Phi fraternity alumni of 2016
 AIAS Texas Tech Chapter 2015
 Kurdistan Engineering Union member since 2011
 Best paper award Korean Institute of Construction Engineering and
Management (KICEM), at Seoul National University, Seoul, South Korea.
Employment Record/ HAENGLIM ARCHITECTURE AND ENGINEERING, SEOUL|SOUTH KOREA — AI
Experience PROGRAM MANAGER
01 2019 - 03 2021
● Developing Facade design tool using artificial intelligence, specialty
machine learning using python coding language.
● Built interactive city map for iFACADE project using javascript, and Html
ref( https://ionemap.netlify.app/, https://ione.netlify.app/)
● hold robot arm, VR, visual programming workshops to train new architects
in the company. ref:https://www.youtube.com/watch?v=kSg0KiyGNNA
● Built an interactive design tool online using three js and open GL.
● I developed a Grasshopper (visual programming) tool that generates a

10
quick picture database of buildings. ref:https://www.youtube.com/watch?
v=TTmlttenwns&t=5s
● Training and developing the 2D image to 3D model script using Generative
Adversarial Networks (GAN) in deep learning.
Ref:https://www.youtube.com/watch?v=TDwELoWSpDs&t=1s
AJOU UNIVERSITY, SOWAN|SOUTH KOREA — BIM APPLICATION DEVELOPER
Jan 2019 - Dec 2019
● I built this interactive map for Seongnam city, south Korea real estate
values calculations after renovation. The goal was to give community citizens
a tool to easily calculate and visualize land values with statistical analysis on
individual land and city levels.
● Ref (https://ahmedshingaly.shinyapps.io/appkonov28/)
● Developed BIM models for remodeling projects using NavisWorks and
Revit.
CHUNG-ANG UNIVERSITY, SEOUL|SOUTH KOREA — BIM TEACHER
ASSISTANT
Feb 2020 - Jun 2020
● Developed presentation slides for all class lectures
● Trained 3rd stage architecture engineering students to use Revit,
Navisworks, and BIM 360 software
● Conducted every week of software teaching sessions and assignment
assessment.
CONTIL LAB, SEOUL|SOUTH KOREA — RESEARCHER
Aug 2018 - Jun 2020
● Wrote academic papers in the field of safety in construction
● Developed lab website (contil.cau.ac.kr)
● Collaborated with other lab researchers in various academic conferences
AL-TAHREER ASSOCIATION FOR DEVELOPMENT, MOSUL|IRAQ — PROJECT
MANAGER
Mar 2017 - Aug 2017
● Project manager of CFS in Talyara & Bo’weza as a partner with UNICEF
● A coordinate returning working group with IOM
● Conducted Child Protection and GBV workshops with other NGOs and
Unicef
ANAR LOGISTICS, ERBIL|IRAQ — HEADENGINEER
Sep 2014 - Jun 2015
● Constructing 7 Kilometer of Kukhi Village Road for Gulf-Keystone Gas
company
● Directing Logistics of transporting oil from Gulf-Keystone to Turkey using
trailers.
● Distributing Gas barrels to the displaced families in Zakho, Duhok in
association with QANDIL
● The operator of tenders of Oil &Gas companies and worked with HKN,
TAQA, DNO Companies as a subcontractor.
TAC ARCHITECTURE OFFICE, DUHOK|IRAQ — FOUNDER
Jul 2012 - Jan 2014
● Owner of TAC (The Architectural Collaborative) bureau.
● Designed and constructed residential and commercial buildings in Duhok
city Provence.
● Designed the interior of a Mosque in Karbala city.
UNIVERSITY OF DUHOK, DUHOK|IRAQ — TEACHING ASSISTANT
Nov 2011 - Jul 2015

11
● Teaching software design programs such as (3d max, AutoCAD, Sketch-up,
Photoshop) for third stage-undergraduate students.
● Assistant Supervised design labs of second stage-third stage-fourth stage
and interior landscape design in the past years.
● Teaching Design thesis of first stage-undergraduate students and Urban
infill-fifth stage-undergraduate students.
CHIYA ARARAT CO. FOR GENERAL CONSTRUCTION, DUHOK|IRAQ —
ARCHITECT
Aug 2011 - Feb 2013
● Worked as an architect and construction supervisor of 21 villas of the
project.
● Designed villa interiors, landscape, outside recreation buildings, Mosque,
and building gates.
● Designed Kurdistan Contractors Union-Duhok building project.
Training
 Understanding the Architect’s Standard of Care
NCARB, USA, April 16th, 2020
 AXP Portfolio Supervisor Training,
NCARB, USA, Jan 4th, 2020
 KUKA robot KRL scripting language program, KUKA center,
Anyang, South Korea 2019
 Gender Equality and Human rights CAU, Seoul, S.Korea 19-
20/12/2018
 Participated in “Case management and Caring for Child Survivors”
training program Duhok, Iraq May 7th-11th Save the Children
 Participated in “Psychological First Aid (PFA)” training program
 Duhok, Iraq April 26th-27th Save the Children
 Participated in “Child Resilience” training program
Duhok, Iraq April 2nd -5th Save the Children
 “Alternative Care in Emergency” training program
Duhok, Iraq April 13th, 14th Save the Children
 Participated in “Case Management” training program
Duhok, Iraq April 16th, 17th ACTED
[Provide names, addresses, phone and email contact information for two (2) references]
Reference 1:
References Eng. Zaid Basil +964 750 191 8721

Reference 2:
Eng Hashim Mohammed Ali +964 750 420 8010

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

________________________________________ ____19 / 6 / 2021______


Signature of Personnel Date (Day/Month/Year)

12
Form F: Financial Proposal Submission Form
Name of Bidder: Creative Petroleum Construction Date:

RFP reference: IRQ-RFP-203-21- Support to Micro, Small and Medium Enterprises (MSMEs) in Sinjar and
Sinunni, Ninewa Governorate

We, the undersigned, offer to provide the services for IRQ-RFP-203-21-Support to Micro, Small and Medium
Enterprises (MSMEs) in Sinjar and Sinunni, Ninewa Governorate in accordance with your Request for Proposal No.
IRQ-RFP-203-21 and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal
and our Financial Proposal sealed under a separate envelope.
Our attached Financial Proposal is for the sum of [five hundred twenty thousand seven hundred seventy eight US
dollar (520,778 USD)].

Our Proposal shall be valid and remain binding upon us for the period of time specified in the Bid Data Sheet.
We understand you are not bound to accept any Proposal you receive.

Name: Ahmed Khairadeen Ali___________________________________________


Title: CEO of Creative Petroleum Construction Company____________________
Date: June 19 2021___________________________________________________
Signature: _____________________________________________________________
[Stamp with official stamp of the Bidder]

13
Form G: Financial Proposal Form
Name of Bidder: Creative Petroleum Construction Date:

RFP reference: IRQ-RFP-203-21- Support to Micro, Small and Medium Enterprises (MSMEs) in Sinjar and
Sinunni, Ninewa Governorate

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

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

Currency of the proposal: USD

Table 1: Summary of Overall Prices


Amount(s)

Professional Fees (from Table 2) 485,400$

Other Costs (from Table 3) 35,378$

Total Amount of Financial Proposal 520,778$

Table 2 and 3: Breakdown of Professional Fees and Other Costs


Justification
(how it relates
# of Unit Cost Total in
Budget Item Description Unit to the project,
Units (USD) USD
and how is
calculated)

1) Human Resources        

1.1 Project Staff (Core Staff)        

Project Manager – Team Leader One


8 1,900$ 15,200$
100% Person/Month

One
Business Support Expert - 100% 8 1,600$ 12,800$
Person/Month

One
Field Coordinator 100% 8 1,300$ 10,400$
Person/Month

Procurement and Finance Assistant - One


8 900$ 7,200$
40% Person/Month

14
Justification
(how it relates
# of Unit Cost Total in
Budget Item Description Unit to the project,
Units (USD) USD
and how is
calculated)

1.2 Support Staff e.g.*  

1.2 Country Management Staff (e.g.


country director, deputy country One
2 2,500$ 5,000$
director, head of programmes, head of Person/Month
finance etc.)*

Human Resources Total  

2) Travel Expenses*  

1.2 Local transportation (Fuel) L.s 4,000$ 4,000$

Travel Total  

3) Equipment and Supplies* (e.g:  

3.1 Consumables - office supplies L.s 3,200$ 3,200$

3.2 Other services


(telecommunication fees, mobile L.s 1,100$ 1,100$
fees, maintenance fees etc.)

Equipment and Supplies Total  

   

4) Cost of Project Activities  

4.1 Market Needs Assessment Studies 2 1300$ 2,600$

4.2 Outreach & Beneficiaries


Per Beneficiary 150 70$ 10,500$
Selection

4.3 Business Skills- Training  

4.2.1 Training Materials and


Per Beneficiary 150 130$ 19,500$
Stationery

4.2.2 Trainers Fees (150 splits in


Per Trainer/Day 60 25$ 1,500$
groups of 25 max) *10 days

4.2.3 Training Venue Per session 60 40$ 2,400$

4.4 Small Business Grant Provision

4.3.1 Small Business Grant Per Beneficiary 100 $3,500 350,000$

4.5 Mentoring and Coaching

15
Justification
(how it relates
# of Unit Cost Total in
Budget Item Description Unit to the project,
Units (USD) USD
and how is
calculated)

4.5.1 Coaching and Mentoring


sessions (5 sessions per beneficiary Per Session 500 80$ 40,000$
who received Small Business Grant)

Total Cost of Project Activities  

5) Other Costs  

5.1 Communication and Visibility Lump Sum 1,400$ 1,400$

Total Other expenses  

Total Programmable Expenses  

Indirect cost (maximum 7%)*   33,978$ 33,978$

Grand Total  

* Project management cost includes the following budget categories: Support and Country Office Staff, Social
Security for Support and Country Office Staff, Office Equipment & Supplies, Bank Fees, and the Indirect Cost
(maximum 18%).

The applicant can add the necessary budget lines (rows) under the respective sub-budget categories.

Table 4: Breakdown of Price per Deliverable/Activity


Milestone activities Deliverable Target due date
Payment terms
Phase 1: Inception Submission and approval of the inception report
Report that will include:
 Updated methodology of project
implementation.
 Detailed work plan Seven (7) weeks
First tranche
 Market Needs Assessment from the contract
(15%)
signature
 Beneficiaries selection criteria
Activities: 1.1 / 1.2

Phase 2: Submission and approval of the report (including


Community supporting documents) confirming the outreach
outreach & campaign and beneficiary’s identification and Thirteen (13)
beneficiary selection that include: weeks from the Second tranche
identification and Activities: 1.3 / 1.4 contract (15%)
selection signature

16
Phase 3: Submission and approval of the report (including
Training roll-out supporting documents) confirming training roll-out
and grants and first tranches of grants disbursement that
disbursement include:
 Training activities completed Fourteen (14)
weeks from the Third tranche
Activity: 1.5
contract (25%)
 Beneficiaries benefiting from business
signature
grant identified and first tranches
disbursed
Activity: 1.6

Phase 4: Submission and approval of the report (including Twenty-two (22) Fourth tranche
Completion of supporting documents) confirming completion of weeks from the (25%)
Training and grants grants disbursement and first month of coaching contract
disbursement and mentoring that include: signature
 Completion of grant disbursement
Activity: 1.6
 Coaching and mentoring 30% of sessions
achieved Activity 1.7

Phase 5: Submission and approval of the final report Thirty-two (32) Fifth tranche
Closure/final (including supporting documents) confirming weeks from the (20%)
reporting completion of all activities and including: contract
 The completion of coaching and signature
mentoring sessions. Activity 1.7

17
Form H: Form of Proposal Security (Not Required)
Proposal Security must be issued using the official letterhead of the Issuing Bank.
Except for indicated fields, no changes may be made on this template.

To: UNDP

[Insert contact information as provided in Data Sheet]

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

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

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


b) Withdraws its Proposal after the date of the opening of the Proposals;
c) Fails to comply with UNDP’s variation of requirement, as per RFP instructions; or
d) Fails to furnish Performance Security, insurances, or other documents that UNDP may require as
a condition to rendering the contract effective.

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

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Bidder, up to a total of Amount such sum being payable in the types and proportions of currencies
in which the Price Proposal is payable, and we undertake to pay you, upon your first written demand and
without cavil or argument, any sum or sums within the limits of [amount of guarantee as aforesaid]
without your needing to prove or to show grounds or reasons for your demand for the sum specified
therein.

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

SIGNATURE AND SEAL OF THE GUARANTOR BANK

Signature: _____________________________________________________________
Name: _____________________________________________________________
Title: _____________________________________________________________
Date: _____________________________________________________________
Name of Bank __________________________________________________________
Address ________________________________________________________________
[Stamp with official stamp of the Bank]

18

You might also like