Professional Documents
Culture Documents
JOR TOR Hydrology & Hydraulics Petra - RFP - 19 - 11
JOR TOR Hydrology & Hydraulics Petra - RFP - 19 - 11
JOR TOR Hydrology & Hydraulics Petra - RFP - 19 - 11
Ref: JOR/RFP/19/11
(Please quote this UNESCO reference in all correspondence)
8 August 2019
Dear Sir/Madam,
You are invited to submit an offer for the “Surveys, studies and preliminary project design for
developing flood control measures to protect the Petra Archaeological Park against flash
flooding hazards” in accordance with the present solicitation document.
The Request for Proposal (RFP) consists of this cover page and the following Annexes:
Your offer comprising of technical proposal and financial proposal should reach the following email
address no later than 28 August 2019 – 18:00hrs (Amman local time)
Your offer comprising of technical proposal and financial proposal, via an electronic submission
(email), should reach the following address without any copy to any other e-mail addresses.
Offers addressed at any other e-mail accounts will be disqualified.
Reference: JOR/RFP/19/11
“Surveys, studies and preliminary project design for developing flood control measures to
protect the Petra Archaeological Park against flash flooding hazards”
Closing Date and Time: 28 August 2019 – 18:00hrs (Amman local time)
This letter is not to be construed in any way as an offer to contract with your firm/institution. Your
proposal could, however, form the basis for a contract between your company and UNESCO.
You are requested to acknowledge the receipt of this letter and to indicate whether or not you will be
submitting a proposal. For this purpose, and for any requests for technical clarifications, please
contact Ms. Giorgia Cesaro, Project Officer, UNESCO Amman Office; email: g.cesaro@unesco.org
A. INTRODUCTION
1. General
The purpose of this Request for Proposal (RFP) is to invite Sealed Proposals for professional services
to be provided to the United Nations Educational, Scientific and Cultural Organization - UNESCO.
2. Eligible bidders
Bidders should not be associated, or have been associated in the past, directly or indirectly, with a firm
or any of its affiliates which have been engaged by UNESCO to provide consulting services for the
preparation of the Terms of Reference, and other documents to be used for the procurement of
services to be purchased under this Request for Proposal.
This bid is open to all national and international suppliers who are legally constituted, can provide the
requested services.
Bidders are ineligible if at the time of submission of the offer:
(a) The bidder is on the exclusion list published on the global portal for suppliers of the United Nations
Organization, (http://www.ungm.org) due to fraudulent activities.
(b) The name of the bidder appears on the Consolidated United Nations Security Council Sanctions
List which includes all individuals and entities subject to sanctions measures imposed by the Security
Council.
(c)The bidder is excluded by the World Bank Group.
UNESCO requires that bidders, contractors and their subcontractors adhere to the highest standard of
moral and ethical conduct during the procurement and execution of UNESCO contracts and do not
engage in corrupt, fraudulent, collusive, coercive or obstructive practices.
For the purpose of this provision, such practices are collectively referred to as “fraud and corruption”:
• “Unethical practice” means conduct or behaviour that is contrary to Staff or Supplier codes
of conduct, such as those relating to conflict of interest, gifts, hospitality, postemployment
provisions, abuse of authority and harassment.
UNESCO expects that all suppliers who wish to do business with UNESCO will embrace the United
Nations Supplier Code of Conduct
UN Agencies have adopted a zero tolerance policy on gifts and therefore, it is of overriding importance
that UNESCO staff should not be placed in a position where their actions may constitute or could be
reasonably perceived as reflecting favourable treatment of an individual or entity by accepting offers of
gifts, hospitality or other similar favours. Vendors are therefore requested not to send or offer gifts or
hospitality to UNESCO personnel.
UNESCO will:
• Reject a proposal to award a contract if it determines that a vendor recommended for award has
engaged in fraud and corruption in competing for the contract in question.
• Cancel or terminate a contract if it determines that a vendor has engaged in fraud and corruption
in competing for or in executing a UNESCO contract.
• Declare a vendor ineligible, either indefinitely or for a stated period of time, to become a UN
registered vendor if it at any time determines that the vendor has engaged in fraud and corruption
in competing for or in executing a UNESCO contract.
Any concern or evidence that corruption or fraud may have occurred or is occurring related to a
UNESCO contract shall be forwarded to the Office of Internal Oversight. Please refer to how-to-report-
fraud-corruption-or-abuse.
4. Cost of Proposal
The Offeror shall bear all costs associated with the preparation and submission of the Proposal and
UNESCO will in no case be responsible or liable for those costs, regardless of the conduct or outcome
of the solicitation.
B. SOLICITATION DOCUMENTS
C. PREPARATION OF PROPOSALS
The offers received must include information in sufficient scope and detail to allow UNESCO to
consider whether the company has the necessary capability, experience, expertise, financial strength
and the required capacity to perform the services satisfactorily.
It is mandatory that the Offeror’s Proposal numbering system corresponds with the numbering system
as provided in the TOR. All references to descriptive material and brochures should be included in the
respective paragraph, though material/documents themselves may be provided as annexes to the
Proposal/response.
Your separate price envelop must contain an overall quotation in a single currency. All prices shall be
quoted in Jordanian Dinars (JOD).
15. Payment
In full consideration for the complete and satisfactory performance of the services of the contract,
UNESCO shall effect payments to the Contractor within 30 days after receipt and acceptance of the
invoices submitted by the contractor for services provided.
D. SUBMISSION OF PROPOSALS
NAME OF PDF FILE: [YOUR COMPANY NAME] _JOR/RFP/19/11_ Flood control measures to protect
the Petra Archaeological Park _PRICE PROPOSAL
IMPORTANT:
Financial proposal should be submitted in PDF format with a password protection.
Copying emails other than amman.proc@unesco.org in the submission of proposals
will result in immediate disqualification of submission
UNESCO will contact applicants whose technical proposals those assessed
technically responsive.
To assist in the examination, evaluation and comparison of Proposals, UNESCO may at its discretion,
ask the Offeror for clarification of its Proposal. The request for clarification and the response shall be
in writing and no change in price or substance of the Proposal shall be sought, offered or permitted.
The technical proposal is evaluated on the basis of its responsiveness to the Terms of Reference
(TOR).
The price proposal of all offerors, who have attained minimum 70 % score in the technical evaluation,
will be compared. The contract will be awarded to the offeror that receives the highest score out
of a pre-determined set of weighted technical and financial criteria as specified below.
Evaluation of the price proposals (of all Offerors who have attained minimum 70% score in the
technical evaluation) will be based on the weight scoring method as follows:
- Financial proposals are opened and list of prices is prepared, where the lowest price is ranked as
the first one (receiving highest amount of points) and the most expensive as the last one (receiving
the least amount of points).
- Lowest price is given maximum points (e.g. 300), for other prices the points are assigned based on
the following formula: [Amount of points = lowest price/other price * total points obtainable for
financial proposal]
An example:
- Offeror A – lowest price ranked as 1st in the amount of USD 10,000 = a
- Offeror B – second lowest price ranked as 2nd in the amount of USD 15,000 = b
Points assigned to A = 300 & Points assigned to B = 200 (following formula: a/b * 300 i.e.
10,000/15,000 * 300 = 200 points)
F. AWARD OF CONTRACT
24. Award criteria, award of contract
UNESCO reserves the right to accept or reject any Proposal, and to annul the solicitation process and
reject all Proposals at any time prior to award of contract, without thereby incurring any liability to the
affected Offeror or any obligation to inform the affected Offeror or Offerors of the grounds for such
action.
Prior to expiration of the period of proposal validity, UNESCO will award the contract to the qualified
Offeror whose Proposal after being evaluated is considered to be the most responsive to the needs of
the organisation and activity concerned.
UNESCO reserves the right to undertake further negotiations on the proposed offer.
circumstances, including the granting to the Contractor of a reasonable evidence that payment of such taxes, duties or charges has been made
extension of time in which to perform its obligations under this Contract. and appropriately authorized.
If the Contractor is rendered permanently unable, wholly, or in part, by
reason of force majeure to perform its obligations and meet its 19. CHILD LABOUR
responsibilities under this Contract, UNESCO shall have the right to 19.1 The Contractor represents and warrants that neither it, nor any of
suspend or terminate this Contract on the same terms and conditions its suppliers is engaged in any practice inconsistent with the rights set
as are provided for in Article 15, “Termination”, except that the period of forth in the Convention on the Rights of the Child, including Article 32
notice shall be seven (7) days instead of thirty (30) days. thereof, which, inter-alia, requires that a child shall be protected from
performing any work that is likely to be hazardous or to interfere with the
15. TERMINATION child’s education, or to be harmful to the child’s health or physical mental,
Either party may terminate this Contract for cause, in whole or in part, spiritual, moral or social development.
upon thirty days notice, in writing, to the other party. The initiation of 19.2 Any breach of this representation and warranty shall entitle
arbitral proceedings in accordance with Article 16 “Settlement of UNESCO to terminate this Contract immediately upon notice to the
Disputes” below shall not be deemed a termination of this Contract. Contractor, at no cost to UNESCO.
UNESCO reserves the right to terminate without cause this Contract at
any time upon 15 days prior written notice to the Contractor, in which 20. MINES
case UNESCO shall reimburse the Contractor for all reasonable costs 20.1 The Contractor represents and warrants that neither it nor any of its
incurred by the Contractor prior to receipt of the notice of termination. In suppliers is actively and directly engaged in patent activities, development,
the event of any termination by UNESCO under this Article, no payment assembly, production, trade or manufacture of mines or in such activities
shall be due from UNESCO to the Contractor except for work and in respect of components primarily utilized in the manufacture of Mines.
services satisfactorily performed in conformity with the express terms of The term “Mines” means those devices defined in Article 2, Paragraphs 1,
this Contract. The Contractor shall take immediate steps to terminate 4 and 5 of Protocol II annexed to the Convention on Prohibitions and
the work and services in a prompt and orderly manner and to minimize Restrictions on the Use of Certain Conventional Weapons Which May Be
losses and further expenditures. Should the Contractor be adjudged Deemed to Be Excessively Injurious or to Have Indiscriminate Effects of
bankrupt, or be liquidated or become insolvent, or should the Contractor 1980.
make an assignment for the benefit of its creditors, or should a Receiver 20.2 Any breach of this representation and warranty shall entitle
be appointed on account of the insolvency of the Contractor, UNESCO UNESCO to terminate this Contract immediately upon notice to the
may, without prejudice to any other right or remedy it may have, Contractor, without any liability for termination charges or any other liability
terminate this Contract forthwith. The Contractor shall immediately of any kind of UNESCO.
inform UNESCO of the occurrence of any of the above events.
21. OBSERVANCE OF THE LAW
16. SETTLEMENT OF DISPUTES The Contractor shall comply with all laws, ordinances, rules, and
16.1 Amicable Settlement regulations bearing upon the performance of its obligations under the
The Parties shall use their best efforts to settle amicably any dispute, terms of this Contract.
controversy or claim arising out of, or relating to this Contract or the
breach, termination or invalidity thereof. Where the parties wish to seek
such an amicable settlement through conciliation, the conciliation shall 22. AUTHORITY TO MODIFY
take place in accordance with the UNCITRAL Conciliation Rules then No modification or change in this Contract, no waiver of any of its
obtaining, or according to such other procedure as may be agreed provisions or any additional contractual relationship of any kind with the
between the parties. Contractor shall be valid and enforceable against UNESCO unless
16.2 Arbitration provided by an amendment to this Contract signed by the authorized
Unless, any such dispute, controversy or claim between the Parties official of UNESCO.
arising out of or relating to this Contract or the breach, termination or
invalidity thereof is settled amicably under the preceding paragraph of 23. SECURITY
this Article within sixty (60) days after receipt by one Party of the other The responsibility for the safety and security of the Contractor and its
Party’s request for such amicable settlement, such dispute, controversy personnel and property, and of UNESCO property in the Contractor’s
or claim shall be referred by either Party to arbitration in accordance custody, rests with the Contractor.
with the UNCITRAL Arbitration Rules then obtaining, including its The Contractor shall:
provisions on applicable law. The arbitral tribunal shall have no (a) put in place an appropriate security plan and maintain the security plan,
authority to award punitive damages. The Parties shall be bound by any taking into account the security situation in the country where the services
arbitration award rendered as a result of such arbitration as the final are being provided;
adjudication of any such controversy, claim or dispute. (b) assume all risks and liabilities related to the Contractor’s security, and
the full implementation of the security plan.
17. PRIVILEGES AND IMMUNITIES UNESCO reserves the right to verify whether such a plan is in place, and
Nothing in or relating to this Contract shall be deemed a waiver, to suggest modifications to the plan when necessary. Failure to maintain
express or implied, of any of the privileges and immunities of UNESCO. and implement an appropriate security plan as required hereunder shall
be deemed a breach of this contract. Notwithstanding the foregoing, the
18. TAX EXEMPTION Contractor shall remain solely responsible for the security of its personnel
18.1 Section 7 of the Convention on the Privileges and Immunities of and for UNESCO property in its custody.
the United Nations provides, inter-alia, that UNESCO, is exempt from all
direct taxes, except charges for public utility services, and is exempt 24. ANTI-TERRORISM
from customs duties and charges of a similar nature in respect of The Contractor agrees to undertake all reasonable efforts to ensure that
articles imported or exported for its official use. In the event any none of the UNESCO funds received under this Contract are used to
governmental authority refuses to recognize the UNESCO exemption provide support to individuals or entities subject to sanctions measures
from such taxes, duties or charges, the Contractor shall immediately imposed by the Security Council and that the recipients of any amounts
consult with UNESCO to determine a mutually acceptable procedure. provided by UNESCO hereunder do not appear on the Consolidated
18.2 Accordingly, the Contractor authorizes UNESCO to deduct from United Nations Security Council Sanctions List, including the UN Security
the Contractor’s invoice any amount representing such taxes, duties or Council Resolution 1267 (1989). The list can be accessed via:
charges, unless the Contractor has consulted with UNESCO before the https://www.un.org/sc/suborg/en/sanctions/un-sc-consolidated-list.
payment thereof and UNESCO has, in each instance, specifically
authorized the Contractor to pay such taxes, duties or charges under This provision must be included in all sub-contracts or sub-agreements
protest. In that event, the Contractor shall provide UNESCO with written entered into under this Contract.
The ancient city of Petra is one of Jordan World Heritage Sites, inscribed in the UNESCO list
in 1985. Located in the South of Jordan, in the vicinity of the town of Wadi Musa, the site is
one of the major tourist attractions in Jordan and frequently witnesses flash flood events
associated with heavy precipitation.
The ancient city is a major tourist attraction with over 800,000 tourists visiting annually.
Additionally, the site is the major income source for the citizens of Wadi Musa and the
neighboring area which has a population of approximately 20,000 inhabitants. The Petra
region, which includes the Petra Archaeological Park and the town of Wadi Musa is
administered by the Petra Development and Tourism Regional Authority (PDTRA), which is
responsible for the economic development of the Petra region, development of tourism and
heritage management and protection.
The World Heritage site of Petra is located at the downstream end of the Wadi Musa
catchment basin (an approximately 50 km2 watershed area) and it is highly exposed to floods
risk. During rainfall events, the Wadi Musa carries runoff from the Wadi Musa watershed east
of the town of Wadi Musa towards the west passing through the town and the ancient city
towards Wadi Arabah.
The combination of complexity of the site’s hydro-morphology and geology along with the
higher likelihood of weather extremes due to climate change phenomena has increased the
high probability of flash-floods on yearly basis.
During the year 2018 two flash-floods struck the World Heritage Site. On April 27th, the flood
water flow headed directly towards the Treasury and the ‘Siq’ of Petra, a situation that imposed
serious risks to the heritage site and endangered the lives of 6,000 tourists. On November 9 th,
another flood event occurred at the ancient city and more than 3,700 tourists had to be
evacuated after being trapped at the site.
The existing flood protection system consists of an excavated channel located within the
heritage site and a flood diversion dam constructed by the ancient Nabataeans, both part of
the World Heritage Site. During the last significant flood event, the flood protection channel
and culvert were overtopped by the flood waters, a situation that resulted in blocking the
entrance of the ‘Siq’ and trapping tourists inside. This also resulted in a portion of the flood
flowing into the ‘Siq’ and risking the lives of the tourists and the integrity of the heritage site.
Flooding of the ‘Siq’ and the ancient city has occurred frequently and is well recorded since
1963 when a flooding event resulted in the tragic death of 23 visitors of the city. Since that
date at least ten (10) events that caused deaths and/or significant damages have been
recorded. Additionally, there is evidence of major floods occurring in the ancient city since the
city was constructed including evidence of catastrophic flooding occurring in the 5th – 6th
century period.
The overall objective of the project is the execution of the necessary surveys and studies to
develop an integrated hydrological and hydraulic model and to prepare a comprehensive
preliminary project design for the implementation of flood control measures to protect the Petra
Archaeological Park from flash floods hazard.
The integrated hydrological hydraulic model will be utilized for the following tasks:
1. Mapping the flood plain of the design flood event along the Wadi Musa channel and
in the Petra Archeological Park;
2. Identifying the high hazard locations along the channel and within the Petra
Archeological Park to develop emergency response plans and structural mitigation
measures;
3. Designing, evaluating and utilizing the model in the implementation of a flood
warning and response system;
4. Identifying locations within the watershed and along the channel where structural
mitigation measures can be implemented;
5. Sizing and designing the structural measures and evaluating the effectiveness of
the proposed designs.
The integrated hydrological and hydraulic model will consist of two sub models linked together:
a hydrological model aimed at modeling the watershed characteristics to simulate the rainfall
runoff from the watershed to the Wadi Musa channel and a hydraulic model aimed at modeling
the Wadi Musa channel flow from the upstream end of the channel (at the confluence of Wadi
Magir, Wadi Jelwakh, Wadi Khalil and Wadi Alssadir in the town of Wadi Musa) to the
downstream end of the Petra Archeological Park near Qasr Al-Bint temple.
The hydraulic model should include the reach of the Petra Archeological Park core area and
along the main tourist trail, and precisely from Point 2 (Siq entrance) to Point 3 (Qasr Al Bint
area) of the below schematic map of the hydrological system of the Wadi Musa basin. from
Point-2 identified in the Section 4 above through the ‘Siq’ and down to the path’s confluence
with Wadi Musa at Point-3. Therefore, the hydraulic model should be capable of simulating at
least 2 dimensional flows (minimum 2-D model).
The following steps and standards should be followed in developing the integrated model:
1. Study and evaluate the daily rainfall records for the stations in the vicinity of the
watershed. Evaluate the quality of the data, check for trends and correlations
between the records of the stations utilizing statistical time series analysis in the
quality control and trend and correlation analyses.
2. Apply statistical probability theory and frequency analysis to determine the 24-hour
rainfall event for a range of return intervals (probability of exceedance). The range
should cover the 2-year to 1000-year storms.
3. Determine the appropriate design storm to be used for the mitigation measures
based on UNESCO standards, PDTRA standards, regulatory standards applied in
Jordan and International Standards for similar sites and hazard level. Utilize the
highest return interval of the above standards. The design storm shall not be less
than the 200-year storm.
4. Determine the appropriate design rainfall event temporal distribution based on
statistical analysis of hourly rainfall records for the rainfall stations in the vicinity of
the watershed or of similar rainfall patterns in the general area of southern Jordan.
5. Determine the appropriate storm duration to be used for the design based on the
watershed area and time of concentration values.
6. Provide documentation showing the analyses performed, the data, the methodology
applied and the references for the analyses performed to determine the design
rainfall event and its duration.
7. Utilize DEM data with a minimum 10x10 m resolution to delineate the watershed,
the sub- watersheds and sub-sub-watersheds of Wadi Musa channel, determine
the runoff paths and calculate the slopes of the water paths within the watershed.
8. Calculate the time of concentration (Tc) and lag time for each sub-sub-watershed
utilizing the NRCS method for sheet, shallow concentrated and channel flows. The
data used in the Tc calculations should be based on the detailed study of the
topography of each sub-sub-watershed, study of areal images and conducting field
investigation studies to measure the water path dimensions and identify change in
slope of water path locations.
9. Determine the appropriate Curve Number (CN) value to be used for each sub-sub-
watershed. The CN value should be based on the geologic and geomorphologic
study of the land cover, the land use and type of soil and rock formations in the
watershed, published CN values for similar soil and land use and field infiltration
tests. The field infiltration tests (Double-ring test) per ASTM D3385. Perform a
minimum of one test per soil or rock type identified in the watershed.
10. Build a hydrologic model utilizing the NRCS Unit Hydrograph methods or a method
approved by UNESCO.
11. Perform sensitivity analysis on the model and calibrate the model utilizing available
gauge data records, images and video of past flooding events.
12. Simulate the design rainfall event with the determined appropriate storm duration
utilizing the model and determine the flow hydrograph for each sub-sub-watershed
and for Point-1, Point-2, Point-3 and Point-4 and other points identified in the
hydrological analysis.
13. Validate the results of the hydrological model by conducting sediment analysis on
samples of the bed and bank material at select locations along the Wadi Musa and
utilizing fluvial geomorphological analysis to estimate magnitudes and frequencies
of past flood events.
14. Provide documentation showing the analyses performed, the data, the methodology
applied and the references for the analyses performed to determine the
hydrographs.
1. Perform a site topographical survey (Land Survey) to map the Wadi Musa channel
centerline, banks and floodplain. The survey should extend from the upstream end
of the Wadi Musa including the downstream ends of the feeding wadis (Wadi Magir,
Wadi Jelwakh & Khalil and Wadi Alssadir) incorporating the downstream culverts of
each feeding wadi to the downstream end of Petra Archeological Park (downstream
of the confluence of Wadi Kharubit with Wadi Musa approximately 500 meters
downstream of the culvert in front of Qasr Al-Bint temple). The survey should
include the ‘Siq’ from its entrance to its exist at the Treasury and the tourist path
from the Treasury to Qasr Al-Bint temple passing in front of the Theater and the
Great Temple. The topographical survey should conform to the following standards:
2. Model the geometry of the channel and floodplain utilizing the topographical
information from the survey described above after conducting quality checks and
needed field verifications.
3. Select appropriate roughness, exit and entrance coefficients for each cross section
based on the survey information described above and on field visits and
verifications.
4. Conduct a steady state flow analysis for a subcritical flow regime using the peak
flow values of the design rainfall event from the hydrological model to determine the
flood levels, top widths and other properties at each cross section.
5. Utilize the steady state flow analysis results above to create a floodplain map for
the design event.
6. Conduct unsteady state flow analysis on Wadi Musa utilizing the hydrographs from
the hydrological model to simulate the dynamics and progression of the flood flow
resulting from the design rainfall event.
7. Incorporate the proposed flood control measures into the integrated hydrologic –
hydraulic model and measure their effectiveness by conducting an unsteady state
flow analysis on the Wadi Musa flood flow with controls versus current conditions.
8. Develop a flood hazard map that categorizes the hazard level based on the flow
velocity and flow depth outputs of the unsteady state analysis for the floodplain
resulting from the design event. Any future urban and landuse plans for the Wadi
Musa area shall be taken into account when designing the map.
9. Provide documentation showing the analyses performed, the data, the methodology
applied and the references for the analyses performed.
Three main types (A, B and C) of structural measures are considered the most suitable to
mitigate flooding at Petra Archeological Park. These structural flood control measures will
mainly aim at reducing the peak flow or modifying the flow conveyance system and prevent
flooding of the areas requiring flood protection.
A. Flood control dams that temporarily detain the runoff water and slowly release the
detained water through a hydraulic control structure (i.e culvert or weir) to reduce the
peak flow.
To select and develop flood control dams effective in reducing the flood impact of the
design event on Wadi Musa and Petra Archeological Park the following steps and
standards should be followed.
performed and the results in a matrix form that include for each scenario, the
simulated effect of the scenario in reducing the flood flow properties, the cost of
construction, the cost of land and the area required for water detention.
7. Provide recommendations on selecting the optimal scenario (dam or combination of
dams).
B. Diversion channels that direct the flood flow through excavated channels away from the
Archeological Park to bypass the current high risk high hazard areas.
This solution may not be feasible due to the topography of the area near the park and
the high cost of excavating through such topography and formation. However, this
structural measure should be investigated as follows:
1. Identify relatively short paths that will bypass the areas identified as high risk high
hazard at the upstream end of the Petra Archeological Park and divert the flow
towards existing water paths to carry the flow away from the high risk high hazard
areas (i.e the 'Siq' entrance).
2. Utilizing the topographic data available for the path areas and estimated channel
size requirements, calculate the volume of cut needed to excavate a gravity flow
channel and/or tunnel through the topography to an existing water path at an
elevation lower than that of the diversion start point.
3. Optimize the tunnel and open channel lengths for each path by performing
optimization analysis of the excavation cost.
4. Incorporate each identified path individually into the integrated model and
determine the size of the channel required to carry the design event flow through
the identified path.
5. Provide a cost estimate for the cost of construction of each identified path. The cost
estimate should be based on the optimized excavation design, land cost of the
path.
6. Provide documentation showing the analysis and calculations performed, the data
used in the analysis, the methodology applied, the references for the analyses
performed and the cost.
7. Provide recommendations on selecting the optimal path.
C. Modifications of the existing channel and hydraulic structures to improve the efficiency
of water conveyance through the channel with the objective to increase the efficiency
of the water conveyance in the channel, thus reducing the impact of the flood
properties at the high risk high hazard along Wadi Musa and in the Petra Archeological
Park. In particular, the channel section near the entrance of the 'Siq' and the culvert
located at the 'Siq' entrance should be investigated.
1. Identify the sections of Wadi Musa with high conveyance losses, such as sections
with high bed roughness, sudden changes in cross sectional shape, sudden
changes in direction or sudden reduction in cross sectional area.
2. Propose improvements to reduce the loss coefficients and/or roughness
coefficients.
3. Incorporate the proposed improvements into the integrated model and simulate the
flood flow from the design event using both steady and unsteady state flow analysis
to calculate the flood properties at the Wadi Musa channel and the Petra
Archeological Park.
4. Provide a table showing the effect of each improvement at each section on the
flood properties at the Wadi Musa channel and the Petra Archeological Park.
5. Provide a cost estimate of the cost of implementing the proposed improvements at
each of the identified sections. The cost estimate should be performed for each
proposed improvement at each identified section.
6. Provide documentation showing the analysis and calculations performed, the data
used in the analysis, the methodology applied, the references for the analyses
performed and the results in a matrix form that include for each proposed
improvement, the simulated effect of the proposed improvement on the flood flow
properties and the cost of construction.
7. Provide recommendations on the improvements to be implemented and obtain
feedback from the responsible authorities on the selected improvements.
It shall be taken into consideration that an optimal design to mitigate the flooding impacts along
the Wadi Musa channel and at the Petra Archeological Park may be a combination of these
measures (and others). In order to achieve an optimal design, all proposed measures and their
combinations should be incorporated into an integrated model as scenarios. Each scenario
should be incorporated in the intergraded model individually to simulate its effect on the flood
flows. The reduction of flood flow magnitude calculated from the simulations should be
associated with a numerical value representing the reduction of risk. The results should be
presented in a matrix form that include the simulated effect of each scenario in reducing the
flood flow properties its cost and its impact on the risk.
As part of the preliminary project, the contractor will also provide all the necessary information
to deliver a complete set of documents that will be used to prepare construction and tender
documents. The complete preliminary project design, in addition to the aforementioned items,
shall comprise also and at least the following: detailed work-plan (Gantt chart); first indications
for the maintenance plan; first indications for the safety plan.
In addition to the abovementioned requirements, the choices of the preliminary project design
must be considered within a very sensitive context that is a World Heritage Site. For this
reason, all the solutions that will be provided as outcomes of the preliminary project design
must be based on the principles of minimum intervention, maximum compatibility with the site
and, where is possible, potential reversibility. In order to explain how these principles have
been taken into consideration, the contractor will draft, as part of the preliminary project
design, a report on the impact of the works and their physical and aesthetical compatibility with
the site.
C. Timing
The total duration of the assignment is 45 days after the signature of the contract.
The Offeror (i.e. the service provider) can be either a non-for-profit entity or a for-profit entity
(but not an individual consultant) with full respect to the following minimum eligibility criteria.
The provider shall ensure that the following supporting documentation and evidence are part of
the technical proposal.
Expertise/ engineering.
mandate Total number years of experience should be 10 years minimum.
(firm/ entity registrations documents should be provided)
3 History of Proven successful completion of at least one similar assignments, in terms of
similar extension, complexity and context.
assignments
Reference letters (in English) by previous projects owners/contracts awarding
entity will be required as part of the submission.
4 Working English language is a must; Arabic language is an advantage
languages
5 Financial Annual turnover of US$100,000 (minimum)
capacity
6 Bank account Valid bank account with name of account holder matches the name of Offeror
(i.e. not a personal account).
The technical proposal will be evaluated thoroughly according to the following criteria: relevant
experience of the Offeror, technical capacity of the Offeror, the technical approach proposed
by the Offeror, and the proposed key personnel.
Approach and methodologies proposed to conduct the design process based on the outcomes of
the model developed, the studies and the survey. It will be positively evaluated the consistent offer
c 100
that will propose the effective number and quality of solutions to address the criticalities identified
(mandatory)
Approaches and solutions that take into account the impact mitigation and the compatibility of the
d 25
works with the specific site (World Heritage Site) (mandatory)
Reasonable and clear work-plan optimized to guarantee the execution of all the activities foreseen
e 20
under the contract within the UNESCO deadline (desirable)
Detailed list of the equipment necessary to carry out the field activities (survey, diagnostic, etc.) that
f shall include the technical details of the items, such as brand, year of production and if it is owned 20
by the firm or to be leased (desirable)
Timeline of implementation are carefully programmed in line with the project duration and external
g 35
factors (mandatory)
The technical proposal is detailing methodology of reporting to UNESCO, including providing
h templates of reports structures and classification of information and communications procedures 10
(desirable)
Clear application of international practices of project management methodology is demonstrated in
i 10
the technical proposal and work plan (desirable)
3. Personnel 250
Experience of the minimum personnel required to conduct the activities foreseen under the contract 200
Additional personnel that shall complement the expertise of the group, with a particular focus on the
50
approach to be adopted within a World Heritage Sites
Sub-total for Technical Evaluation 700
Minimum passing score for technical criteria (70%) 490
The company shall identify a Project Manager among the key personnel proposed below
(mandatory requirements – 200 points in total)
# Role Qualifications
Minimum qualifications/ experience
1 Education:
At least a Masters degree, preferably a Doctorate, in Hydrology/Hydraulic engineering.
Professional Experience:
A minimum of 15 years relevant experience in providing specialized expertise in designing
hydraulic engineering projects, conducting thorough hydrological and hydraulic studies and
producing complex hydrological/hydraulic models is required;
Substantive experience in producing detailed hydrological and hydraulic studies and models
Senior and in conducting hydraulic engineering projects within a multidisciplinary professional team;
Hydraulic Knowledge of the regional and national context related to hydrological aspects, especially in
Engineer the region of Petra;
Experience within a World Heritage Site is an asset;
Proven experience in producing coherent, clear analytic reports and knowledge pieces is a
requirement.
Professional Experience:
A minimum of 15 years relevant experience in providing specialized expertise in designing
civil engineering projects, preferably related to hydraulic engineering works;
Substantive experience in conducting civil engineering projects within a multidisciplinary
professional team;
Experience within a World Heritage Site is an asset;
Senior
Proven experience in producing coherent, clear analytic reports and knowledge pieces is a
2 Civil requirement.
Engineer
Skills and competencies:
Excellent English writing and communication and analytical skills are required; understanding,
speaking and reading Arabic language is a plus;
Demonstrated proficiency with the common engineering and calculation softwares;
Work under pressure against strict deadlines.
Professional Experience:
A minimum of 5 years relevant experience in providing specialized expertise in designing
civil engineering projects, preferably related to hydraulic engineering works;
Substantive experience in conducting civil engineering projects within a multidisciplinary
professional team;
Geotechnical Experience within a World Heritage Site is an asset;
3 Engineer
Skills and competencies:
Excellent English writing and communication and analytical skills are required;
understanding, speaking and reading Arabic language is a plus;
Demonstrated proficiency with the common engineering and calculation softwares;
Work under pressure against strict deadlines.
Professional Experience:
A minimum of 10 years relevant experience in providing specialized expertise in designing
civil engineering projects, preferably related to hydraulic engineering works;
Substantive experience in conducting geological studies within a multidisciplinary
professional team;
Experience within a World Heritage Site is an asset;
Proven experience in producing coherent, clear analytic reports and knowledge pieces is a
4 Geologist
requirement.
Professional Experience:
A minimum of 5 years relevant experience in topographical survey and drawing;
Proven experience in producing coherent, clear and accurate drawings/model is a
requirement.
It will be positively evaluated a professional team that will include also personnel that can
provide specialized expertise in fields related to cultural heritage and which demonstrates the
ability of the offeror to perform activities with a comprehensive approach within a World
Heritage Site (i.e. archaeologists, architects, conservation architects).
Roles and functions of any additional resources (if required) should be provided in details
along with CVs of proposed personnel.
TO: UNESCO
To form an integral part of your technical proposal
Having examined the Solicitation Documents, the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to provide Professional Services for the sum as may
be ascertained in accordance with the Price Schedule attached herewith and made part of this
Proposal.
We undertake, if our Proposal is accepted, to commence and complete delivery of all services
specified in the contract within the time frame stipulated.
We agree to abide by this Proposal for a period of 90 days from the Proposal Closing Date as
stipulated in the Solicitation Documents, and it shall remain binding upon us and may be
accepted at any time before the expiration of that period.
We understand that you are not bound to accept any Proposal you may receive.
Name of Bidder:
Address of Bidder:
Authorised Signature:
GENERAL INSTRUCTIONS
1. The Bidder is asked to prepare the Price Schedule as a separate envelope from the rest of the RFP
response as indicated in paragraph 16 (b) of the Instructions to Offerors.
2. All prices/rates quoted must be exclusive of all taxes, since the UNESCO is exempt from taxes as
detailed in Annex II, Clause 18.
3. The Price Schedule must provide a detailed cost breakdown. Provide separate figures for each
functional grouping or category. If the contractor is required to travel in order to perform the work
described in the TOR, a lump sum must be included in the total amount or to be listed separately. No
travel shall be reimbursed.
4. It is the policy of UNESCO not to grant advance payments except in unusual situations where the
potential contractor whether a private firm, NGO or a government or other entity, specifies in the
proposal that there are special circumstances warranting an advance payment. UNESCO, at its
discretion, may however determine that such payment is not warranted or determine the conditions
under which such payment would be made.
Any request for an advance payment is to be justified and documented and must be submitted with the
financial proposal. This justification shall explain the need for the advance payment, itemise the amount
requested and provide a time-schedule for utilisation of said amount.
No of No of man- Total
Description of Activity/Item Rate per Day [JOD]
Consultants days [JOD]
Hydrological and hydraulic
1.
study
Hydrological and hydraulic model
1.1
and study
1.2 Topographic land survey
Graphic and technical
1.3
documentation, reports
3. Other expenses
3.1 Travel/ transportation
3.2 Equipment for survey
3.3 Others (please specify)
(Please fill in below against concrete and measurable deliverables to be charged to UNESCO against
successful undertaking).
Service area 1:
Payment
# Description of deliverable Amount/ JOD
due by
1
2
…
Total amount
Service area 2:
Payment
# Description of deliverable Amount/ JOD
due by
1
2
…
Total amount
Service area 3:
Payment
# Description of deliverable Amount/ JOD
due by
1
2
…
Total amount
General Information
Company Name:
City, Country
Contact Person:
Title:
Phone:
Email Address:
References: Please provide at least three references including contact details for contracts for
similar services to the one requested under this consultancy:
1.
2.
3.
Name Country Original Closing Proportion % of Nº of Staff Name Origin of Dates Name of
of legal Project Project carried out by completion provided of Funding (Start/End) Partners (if
entity Value Value your Firm (%) Client any)
(US$) (US$)
Detailed description of the project (please type below) Type of services provided:
References: Please provide at least three references including contact details for contracts for similar
services to the one requested under this consultancy:
1.
2.
3.
[To be completed and returned with your proposal if the proposal is submitted as a Joint
Venture/Consortium/Association]
Name
We hereby confirm that, if the contract is awarded, all parties of the Joint Venture/Consortium/
Association shall be jointly and severally liable to UNESCO for the fulfilment of the provisions of the
Contract.
Stamp: Stamp:
Please provide 1) copy of firm’s registration document in English 2) Letter by your bank stating your bank details
(in English)