JOR TOR Hydrology & Hydraulics Petra - RFP - 19 - 11

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 32

Form AM 10-10 (June 2017)

REQUEST FOR PROPOSAL – RFP


Services

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:

Annex I Instructions to Offerors


Annex II General Conditions of Contract
Annex III Terms of Reference (TOR)
Annex IV Proposal Submission Form
Annex V Price Schedule Form
Annex VI Vendor Information Form
Annex VII History Projects Template
Annex VIII Joint Venture Form
Annex IX Financial Information Form
Annex X Supplier Code of Conduct
Annex XI Vendor Registration Form

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.

UNESCO Amman Office


e-mail address: amman.proc@unesco.org
(Maximum size of email: 10 MB)

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

For and on behalf of UNESCO


Mr. Jawad Shalan, Contracts Officer
Email: amman.proc@unesco.org

Revised: June 2016 BFM/FPC


Form AM 10-10 (June 2017)

ANNEX I – Instructions to Offerors

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.

3. Fraud and corruption

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”:

• “Corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, an


undue advantage, in order that the person receiving the advantage, or a third person, act or
refrain from acting in the exercise of their official duties, or abuse their real or supposed
influence;
• “Fraudulent practice” is a knowing misrepresentation of the truth or concealment of a
material fact aiming at misleading another party in view of obtaining a financial or other
benefit or avoiding an obligation, or in view of having another party act to their detriment ;
• “Collusive practice” means an arrangement between two or more parties designed to
achieve an improper purpose, including influencing improperly the actions of another party ;
• “Coercive practice” means impairing or harming, or threatening to impair or harm, directly or
indirectly, any party or the property of the party to influence improperly the actions of a
party;
• “Obstructive practice” means acts intended to materially impede the exercise of UNESCO’s
contractual rights of audit, investigation and access to information, including destruction,
falsification, alteration or concealment of evidence material to a UNESCO investigation into
allegations of fraud and corruption;

-2- Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

• “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

5. Contents of Solicitation Documents


Proposals must offer services for the total requirement. Proposals offering only part of the requirement
will be rejected. The Offeror is expected to examine all corresponding instructions, forms, terms and
specifications contained in the Solicitation Documents. Failure to comply with these documents will be
at the Offeror’s risk and may affect the evaluation of the Proposal.

6. Clarification of Solicitation Documents


A prospective Offeror requiring any clarification of the Solicitation Documents may notify UNESCO in
writing at the organisation’s mailing address or fax or email number indicated in the RFP. UNESCO
will respond in writing to any request for clarification of the Solicitation Documents that it receives
earlier than two weeks prior to the deadline for the submission of Proposals. Written copies of the
organisation’s response (including an explanation of the query but without identifying the source of
inquiry) may be sent to all prospective Offerors that have received the Solicitation Documents.

7. Amendments of Solicitation Documents


At any time prior to the deadline for submission of Proposals, UNESCO may, for any reason, whether
at its own initiative or in response to a clarification requested by a prospective Offeror, modify the
Solicitation Documents by amendment.
All prospective Offerors that have received the Solicitation Documents will be notified in writing of all
amendments to the Solicitation Documents.
In order to afford prospective Offerors reasonable time in which to take the amendments into account
in preparing their offers, UNESCO may, at its discretion, extend the deadline for the submission of
Proposals.

-3- Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

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.

8. Language of the Proposal


The Proposals prepared by the Offeror and all correspondence and documents relating to the
Proposal exchanged by the Offeror and UNESCO shall be written in English. Any printed literature
furnished by the Offeror may be written in another language so long as accompanied by a translation
of its pertinent passages in which case, for purposes of interpretation of the Proposal, the language as
stated in the Solicitation Documents applies.

9. Documents Comprising the Proposal


The Proposal shall comprise the following components:
a) Proposal submission form;
b) Operational and technical part of the Proposal, including documentation to demonstrate that the
Offeror meets all requirements;
c) Price schedule, completed in accordance with clauses 10 &11;

10. Proposal Form - Presentation of the technical proposal


The Offeror shall structure the technical part of its Proposal as follows:
10.1. Description of the firm/institution and its qualifications
(a) Management Structure
This Section should provide corporate orientation to include company’s profile (year and country of
incorporation – copy of certificate of incorporation), a brief description of present activities focusing on
services related to the Proposal as well as an outline of recent experience on similar projects,
including experience in the country.
The firm/institution should describe the organizational unit(s) that will become responsible for the
contract, and the general management approach towards a project of this kind. The Offeror should
identify the person(s) representing the Offeror in any future dealing with UNESCO.
Offeror to provide supporting information as to firm’s technical reliability, financial and managerial
capacity to perform the services.
(b) Resource Plan
This Section should fully explain the Offeror’s resources in terms of personnel and facilities necessary
for the performance of the requirements, and any plans for their expansion. It should describe
Offeror’s current capabilities/facilities and any plans for their expansion.
10.2. Proposed Approach, Methodology, Timing and Outputs
This section should demonstrate the Offeror’s responsiveness to the TOR and include detailed
description of the manner in which the firm/institution would respond to the TOR, addressing the
requirements, as specified, point by point. You should include the number of person-working days in
each specialization that you consider necessary to carry out all work required.
For assessment of your understanding of the requirements please include any assumptions as well as
comments on the data, support services and facilities to be provided by the beneficiary as indicated in
the Statement of Requirements/TOR, or as you may otherwise believe to be necessary.
10.3. Proposed Personnel
In this section, the offeror should reflect the project staffing including the work tasks to be assigned to
each staff member as well as their qualifications with reference to practical experience relating to
specialization area of the project for each proposed staff. The complete CV’s of proposed staff is to be
submitted.
If applicable, this staffing proposal should be supported by an organigram illustrating the reporting
lines, together with a description of such organization structure.
The technical part of the Proposal should not contain any pricing information whatsoever on the
services offered. Pricing information shall be separated and only contained in the appropriate Price
Schedule.

-4- Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

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.

11. Price Proposal


The Offeror shall indicate on an appropriate Price Schedule, an example of which is contained in the
Price Schedule sheet, the prices of services it proposes to supply under the contract, if selected.

12. Proposal currencies

Your separate price envelop must contain an overall quotation in a single currency. All prices shall be
quoted in Jordanian Dinars (JOD).

13. Period of validity of proposals


Proposals shall remain valid for ninety (90) days after the date of Proposal submission prescribed by
UNESCO, pursuant to the deadline clause. A Proposal valid for a shorter period may be rejected by
UNESCO on the grounds that it is non-responsive.

14. Format and signing of proposals


The Offeror shall prepare two copies of the Proposal, clearly marking each “Original” and “Copy” as
appropriate. In the event of any discrepancy between them, the original shall govern. The two copies
of the Proposal shall be typed and shall be signed by the Offeror or a person or persons duly
authorised. A Proposal shall contain no interlineations, erasures, or overwriting except, as necessary
to correct errors made by the Offeror, in which case such corrections shall be initialled by the person
or persons signing the Proposal.

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

16. Marking and submission of proposals


The Offeror shall submit electronically a SIGNED technical and financial proposals by 28 August
2019 – 18hrs00 (Amman local time) in two separate emails. The maximum size of a single email is
10MB. Sample works can be submitted via DROPBOX or WETRANSFER.

-5- Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

Technical proposal to be submitted ONLY to:


E-MAIL ADDRESS: amman.proc@unesco.org
(Without any copy to any other e-mail addresses. Offers addressed at any other e-mail accounts will
be disqualified) Maximum size of email: 10 MB
SUBJECT EMAIL: JOR/RFP/19/11 (TECHNICAL PROPOSAL)

NAME OF PDF FILE: [YOUR COMPANY NAME]_JOR/RFP/1911_Flood control measures to protect


the Petra Archaeological Park_TECH PROPOSAL

Financial proposal (password protected) to be submitted ONLY to:


EMAIL ADDRESS: amman.proc@unesco.org
(Without any copy to any other e-mail addresses. Offers addressed at any other e-mail accounts will
be disqualified) Maximum size of email: 10 MB

SUBJECT EMAIL: JOR/RFP/19/11 (FINANCIAL PROPOSAL)

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.

17. Deadline for submission of proposals


Proposals must be received on or before the date and time specified on the cover page of these
Solicitation Documents.
UNESCO may, at its own discretion extend this deadline for the submission of Proposals by amending
the solicitation documents in accordance with clause Amendments of Solicitation Documents.

18. Late Proposals


Any Proposal received by UNESCO after the deadline for submission of proposals, pursuant to clause
Deadline for the submission of proposals, will be rejected.

19. Modification and withdrawal of Proposals


The Offeror may withdraw its Proposal after the Proposal’s submission, provided that written notice of
the withdrawal is received by UNESCO prior to the deadline specified in the RFP. Proposals may not
be modified or withdrawn after that time.

E. OPENING AND EVALUATION OF PROPOSALS

20. Opening of proposals


UNESCO representatives will open all Proposals after the deadline for submissions and in accordance
with the rules and regulations of the organization.

21. Clarification of proposals

-6- Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

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.

22. Preliminary examination


UNESCO will examine the Proposals to determine whether they are complete, whether any
computational errors have been made, whether the documents have been properly signed, and
whether the Proposals are generally in order.
Prior to the detailed evaluation, UNESCO will determine the substantial responsiveness of each
Proposal to the Request for Proposals (RFP). For purposes of these Clauses, a substantially
responsive Proposal is one, which conforms to all the terms and conditions of the RFP without
material deviations. The determination of a Proposal’s responsiveness is based on the contents of the
Proposal itself without recourse to extrinsic evidence.
A Proposal determined as not substantially responsive will be rejected by UNESCO.

23. Evaluation and comparison of proposals


A two-stage procedure will be used in evaluating the proposals, with evaluation of the technical
component being completed prior to any price component being opened and compared. The Price
Component will be opened only for submissions that passed the minimum score of 70 % of the total
points obtainable for the technical evaluation.

The technical proposal is evaluated on the basis of its responsiveness to the Terms of Reference
(TOR).

-7- Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

HIGHEST TOTAL SCORE OF WEIGHTED TEHCHNICAL AND FINANCIAL CRITERIA

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.

Technical Proposal Evaluation Form


Points Name of Firm / Institution
Sample: Summary of Technical Proposal Evaluation Forms
Obtainable A B C
1. Expertise of Firm / Institution submitting Proposal 150
2. Proposed Work Plan and Approach 300
3. Personnel 250
Sub-total for Technical Evaluation 700

Financial Proposal Evaluation Form


Points Name of Firm / Institution
Sample: Summary of Financial Proposal
Obtainable A B C
Financial Proposal 300
Sub-total for Financial Evaluation 300

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)

Combined Technical and Financial Evaluation Form

Sample: Summary of Financial Points Name of Firm / Institution


Proposal Evaluation Forms Obtainable A B C D
Sub-total Technical Proposal 700
Sub-total Financial Proposal 300
Total 1000

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.

-8- Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

25. Purchaser’s right to vary requirements at time of award and to negotiate


UNESCO reserves the right at the time of award of contract to increase or decrease by up to 20% the
quantity of services and goods specified in the RFP without any change in hourly/daily or any other
rates or prices proposed by the Bidders or other terms and conditions.

UNESCO reserves the right to undertake further negotiations on the proposed offer.

-9- Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

ANNEX II – General Terms and Conditions

1. LEGAL STATUS 8.1 Name UNESCO as additional insured;


The Contractor shall be considered as having the legal status of an 8.2 Include a waiver of subrogation of the Contractor’s rights to the
independent contractor vis-à-vis UNESCO. The Contractor’s personnel insurance carrier against UNESCO;
and sub-contractors shall not be considered in any respect as being the 8.3 Provide that UNESCO shall receive thirty (30) days written notice from
employees or agents of UNESCO. the insurers prior to any cancellation or change of coverage8.4 The
Contractor shall, upon request, provide UNESCO with satisfactory
2. SOURCE OF INSTRUCTIONS evidence of the insurance required under this Article.
The Contractor shall neither seek nor accept instructions from any
authority external to UNESCO in connection with the performance of its 9. ENCUMBRANCES/LIENS
services under this Contract. The Contractor shall refrain from any The Contractor shall not cause or permit any lien, attachment or other
action, which may adversely affect UNESCO or the United Nations and encumbrance by any person to be placed on file or to remain on file in any
shall fulfill its commitments with the fullest regard to the interests of public office or on file with UNESCO against any monies due or to become
UNESCO. due for any work done or materials furnished under this Contract, or by
3. CONTRACTOR’S RESPONSIBILITY FOR EMPLOYEES reason of any other claim or demand against the Contractor.
The Contractor shall be responsible for the professional and technical 10. TITLE TO EQUIPMENT
competence of its employees and will select, for work under this Title to any equipment and supplies that may be furnished by UNESCO
Contract, reliable individuals who will perform effectively in the shall rest with UNESCO and any such equipment shall be returned to
implementation of this Contract, respect the local customs, and conform UNESCO at the conclusion of this Contract or when no longer needed by
to a high standard of moral and ethical conduct. the Contractor. Such equipment, when returned to UNESCO, shall be in
4. ASSIGNMENT the same condition as when delivered to the Contractor, subject to normal
The Contractor shall not assign, transfer, pledge or make other wear and tear. The Contractor shall be liable to compensate UNESCO for
disposition of this Contract or any part thereof, or any of the equipment determined to be damaged or degraded beyond normal wear
Contractor’s rights, claims or obligations under this Contract except with and tear.
the prior written consent of UNESCO.
11. COPYRIGHT, PATENTS AND OTHER PROPRIETARY RIGHTS
5. SUB-CONTRACTING UNESCO shall be entitled to all intellectual property and other proprietary
In the event the Contractor requires the services of sub-contractors, the rights including but not limited to patents, copyrights, and trademarks, with
Contractor shall obtain the prior written approval and clearance of regard to products, or documents and other materials which bear a direct
UNESCO for all sub-contractors. The approval of UNESCO of a sub- relation to or are produced or prepared or collected in consequence of or
contractor shall not relieve the Contractor of any of its obligations under in the course of the execution of this Contract. At UNESCO’s request, the
this Contract. The terms of any sub-contract shall be subject to and Contractor shall take all necessary steps, execute all necessary
conform with the provisions of this Contract. documents and generally assist in securing such proprietary rights and
transferring them to UNESCO in compliance with the requirements of the
6. OFFICIALS NOT TO BENEFIT applicable law
The Contractor warrants that no official of UNESCO has received or will
be offered by the Contractor any direct or indirect benefit arising from 12. USE OF NAME, EMBLEM OR OFFICIAL SEAL OF UNESCO OR
this Contract or the award thereof. The Contractor agrees that breach of THE UN
this provision is a breach of an essential term of this Contract. The Contractor shall not advertise or otherwise make public the fact that it
is a Contractor with UNESCO, nor shall the Contractor, in any manner
7. INDEMNIFICATION whatsoever use the name, emblem or official seal of UNESCO, or any
The Contractor shall indemnify, hold and save harmless, and defend, at abbreviation of the name of UNESCO in connection with its business or
its own expense, UNESCO, its officials, agents, and employees from otherwise.
and against all suits, claims, demands, and liability of any nature or
kind, including their costs and expenses, arising out of acts or 13. CONFIDENTIAL NATURE OF DOCUMENTS AND INFORMATION
omissions of the Contractor, or the Contractor’s employees, officers, Drawings, photographs, plans, reports, recommendations, estimates,
agents or sub-contractors, in the performance of this Contract. This documents and all other data compiled by or received by the Contractor
provision shall extend, inter-alia, to claims and liability in the nature of under this Contract shall be the property of UNESCO, shall be treated as
workmen’s compensation, products liability and liability arising out of the confidential and shall be delivered only to UNESCO authorized officials on
use of patented inventions or devices, copyrighted material or other completion of work under this Contract. The Contractor may not
intellectual property by the Contractor, its employees, officers, agents, communicate at any time to any other person, Government or authority
servants or sub-contractors. The obligations under this Article do not external to UNESCO, any information known to it by reason of its
lapse upon termination of this Contract. association with UNESCO, which has not been made public except with
the authorization of UNESCO; nor shall the Contractor at any time use
8. INSURANCE AND LIABILITIES TO THIRD PARTIES such information to private advantage. These obligations do not lapse
The Contractor shall provide and thereafter maintain insurance against upon termination of this Contract.
all risks in respect of its property and any equipment used for the
execution of this Contract. The Contractor shall provide and thereafter 14. FORCE MAJEURE; OTHER CHANGES IN CONDITIONS
maintain all appropriate workmen’s compensation insurance, or its Force majeure, as used in this Article, means acts of God, war (whether
equivalent, with respect to its employees to cover claims for personal declared or not), invasion, revolution, insurrection, or other acts of a
injury or death in connection with this Contract. The Contractor shall similar nature or force, which are beyond the control of the Parties. In the
also provide and thereafter maintain liability insurance in an adequate event of and as soon as possible after the occurrence of any cause
amount to cover third party claims for death or bodily injury, or loss of or constituting force majeure, the Contractor shall give notice and full
damage to property, arising from or in connection with the provision of particulars in writing to UNESCO, of such occurrence or change if the
services under this Contract or the operation of any vehicles, The Contractor is thereby rendered unable, wholly or in part, to perform its
Contractor shall provide and thereafter maintain all appropriate obligations and meet its responsibilities under this Contract. The
workmen's compensation insurance, or its equivalent, with respect to its Contractor shall also notify UNESCO of any other changes in conditions or
employees to cover claims for personal injury or death in connection the occurrence of any event, which interferes or threatens to interfere with
with this Contract or the operation of any vehicles, boats, airplanes or its performance of this Contract. The notice shall include steps proposed
other equipment owned or leased by the Contractor or its agents, by the Contractor to be taken including any reasonable alternative means
servants, employees or sub-contractors performing work or services in for performance that is not prevented by force majeure. On receipt of the
connection with this Contract. Except for the workmen’s compensation notice required under this Article, UNESCO shall take such action as, in its
insurance, the insurance policies under this Article shall: sole discretion, it considers to be appropriate or necessary in the

- 10 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

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.

- 11 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

ANNEX III – Terms of Reference (TOR)

A. Background and justification

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.

B. Objectives, activities and outputs

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.

- 12 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

In details, the contractor will be performing the following tasks:

Development of an integrated Hydrological Hydraulic model

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:

A. Standards for developing the hydrological 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.

- 13 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

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.

B. Standards for developing the hydraulic model:

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:

a. The survey should include cross sections perpendicular to the channel


centerline and the contours of the floodplain at the location of each cross
section.
b. Each cross section should extend horizontally on each side of the channel to
a distance where the vertical rise is at least 1 meter above the water level of
the design flow.

- 14 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

c. Cross sections should be located at the upstream and downstream ends of


the hydraulic study extent and at a minimum 150 meter intervals.
Additionally, a cross section should be located at the confluence with
feeding wadis, directly upstream, downstream and on top of each culvert
that crosses the channel, at channel shape change locations, at slope
change locations and at channels change in direction.
d. Cross sections should also be located across the Siq path and the path from
the Treasury to the Qasr Al-Bint using the same spacing and extent
standards mentioned above.
e. The accuracy of the survey should be to the nearest 0.01 m.
f. The cross section stations should provide the elevation information at the
start and end of the cross section, at a minimum of 1 meter intervals, at the
centerline of the channel, at the channel bed extents at the channel banks
and at significant change of elevation points along the cross section.
g. The cross section stationing shall start from the left end of the cross section
looking downstream in the direction of the flow.
h. The topographical information for each cross section shall be reported in
both graphical and tabular form and accompanied by a description on the
channel bed, banks material and condition, the floodplain material and
condition and photographs of the channel and floodplain in the location of
each cross section.
i. The survey information for each culvert shall include the culvert type, number
and shape of the openings, the opening sizes, the invert elevation for each
opening at the upstream and downstream ends, the height and elevation of
the headwall, the elevation of the road above, the width of the road above,
the distance of the road edges from the culvert entrance and exit and the
topographical information of the road above to a horizontal extent where the
vertical rise is at least 1 meter above the water level of the design flow.
j. The topographical information for each culvert shall be reported in both
graphical and tabular form and accompanied by a description on the culvert
condition, the floodplain material and condition and photographs of the
culvert and floodplain in the location of each culvert.
k. All survey points shall be referenced to the officially adopted coordinate
system.

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

- 15 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

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.

The integrated hydrologic-hydraulic model should be designed and developed as a dynamic


model. This dynamic model is to be used as flood mitigation tool that can assist in the design,
evaluation and assessment of the effectiveness of the control measures.

Preliminary design of structural flood control measures

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.

1. Select potential locations to construct flood control dams at each sub-sub-


watershed based on the hydrological study conducted and the simulation results of
the integrated model. The selection of these locations should take into account the
area storage volume by studying the topography of the local area immediately
upstream of the location, and the dam size by studying the topography of the
location point.
2. Using the topographical data utilized in the hydrological study in addition to
topographic data and measurements collected by conducting field visits to the
proposed location, develop preliminary flood control dam designs at the proposed
locations. The preliminary design should include dam dimensions (i.e. height,
length, width, side slopes) and hydraulic control structure sizing (i.e. culvert/weir
dimensions, elevation, entrance and exit details, emergency spillway dimensions,
etc.) with type of materials to be used.
3. Incorporate the proposed flood control dams 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. Perform several scenario simulations using the integrated model. Each scenario
should consist of a single or combination of dams at several feasible locations and
provide a table showing the effect of each scenario in reducing the flood flow of the
design event.
5. Provide a cost estimate for the cost of construction of each flood control dam and
each combination of dams scenario. The cost estimate should be based on the
preliminary design (including the dam and flow control structures) and should
include in a separate manner the cost of the land where the dam will be constructed
and the area and cost of the land where the dam pond water will be temporarily
detained.
6. Provide documentation showing the analysis and calculations performed, the data
used in the analysis, the methodology applied, the references for the analyses

- 16 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

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.

These improvements to the existing channel should be investigated as follows:

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.

- 17 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

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.

D. Eligibility criteria for the firm

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.

# Requirement Eligibility criteria and documentation required


1 Legal status Should be a registered firm with no restriction or limitations to carry out business
activities in Jordan.
2 Areas of Should be a local, regional, or international firm specialized in hydraulic and civil

- 18 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

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).

Letter by bank providing bank account information is a must.


7 Not to be listed Offerors (including personnel/experts) shall not be eligible to submit a Proposal
in the UN 1267 if at the time of the submission: The Offeror is listed as suspended on United
list Nations Global Marketplace (http://www.ungm.org) as a result of having
committed fraudulent activities, The Offeror’s name should is mentioned in the
UN 1267 list issued by the Security Council resolution 1267 that establishes a
sanctions regime to cover individuals and entities associated with Al-Qaida
and/or the Taliban; The Offeror is debarred by the World Bank Group, or the
Offeror is included in the UNPD Suspended Vendor List as well
8 Mandatory - Registration/ incorporation certificate of the entity (Originals + English copies)
documentation/ - Organizational chart of the Offeror
Supporting - Offeror profile/ Business CV
documents - CVs and profile of key staff (management)
- History of previous projects
- Reference letters (2 general and at least for 1 similar project)
- Audited financial statement for 2016 and 2017; and 2018
- CVs of proposed Experts (project)
- Information on financial standing of the entity
- Technical proposal
- Financial proposal (password protected PDF file)

E. Minimum qualifications for the firm and proposed project personnel:

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.

Technical criteria Points

1. Expertise of Firm / Institution submitting Proposal 150


a General experience of the offeror and relevance to the work assignment (mandatory) 20
b Previous experience of similar nature and size – 1st project (mandatory) 20
c Previous experience of similar nature and size – 2nd project (desirable) 50
d Previous experience of similar nature and size – 3rd project (desirable) 50
e Sound financial position (mandatory) 10
2. Quality of technical proposal, methodology and work plan 300
General understanding and compliance with the ToR and comprehensiveness of the proposal
a 50
(mandatory)
Approach and methodologies to develop a comprehensive and detailed hydrological and hydraulic
b model that considers all the parameters and characteristics identified and illustrates exhaustively 30
the actual conditions of the site and the effect of the solutions proposed (mandatory)

- 19 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

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

- 20 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

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.

Skills and competencies:


 Excellent English writing and communication and analytical skills are required; understanding,
speaking and reading Arabic language is a plus;
 Demonstrated proficiency in hydrological and hydraulic modelling software;
 Work under pressure against strict deadlines.

Minimum qualifications/ experience


Education:
 At least a Masters degree, preferably a Doctorate, in Civil engineering.

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.

Desired qualifications/ experience


 Previous experience within a World Heritage Site;

- 21 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

Minimum qualifications/ experience


Education:
 At least a Masters degree in Geotechnical engineering.

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.

Desired qualifications/ experience


 Previous experience within a World Heritage Site;

Minimum qualifications/ experience


Education:
 At least a Masters degree in Geology.

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.

Skills and competencies:


 Excellent English writing and communication and analytical skills are required; understanding,
speaking and reading Arabic language is a plus;
 Work under pressure against strict deadlines.

Desired qualifications/ experience


 Previous experience within a World Heritage Site;

- 22 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

Minimum qualifications/ experience


Education:
 At least a Bachelor Degree in Civil Engineering, Architecture and/or related fields.

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.

5 Surveyor Skills and competencies:


 Excellent English writing and communication and analytical skills are required; understanding,
speaking and reading Arabic language is a plus;
 Work under pressure against strict deadlines.

Desired qualifications/ experience


 Previous experience within a World Heritage Site;

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.

- 23 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

ANNEX IV – Proposal Submission Form

TO: UNESCO
To form an integral part of your technical proposal

RFP reference: IRQ/RFP/19/11

Dear Sir / Madam,

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:

Name & title of Authorised


Signature:
Date:

- 24 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

ANNEX V – Price Schedule Form

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.

Part One: Price Breakdown

Financial Proposal / Price Schedule

Request for Proposal Ref: JOR/RFP/19/11


Total Financial Proposal [JOD amount]:
Date of Submission:
Authorized Signature:

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

2. Preliminary project design


Design and calculations of the
2.1
proposed solutions
Graphic and technical
2.2
documentation
2.3 Cost estimate
2.4 Reports

3. Other expenses
3.1 Travel/ transportation
3.2 Equipment for survey
3.3 Others (please specify)

- 25 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

Part Two: Payment schedule per deliverables

(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

- 26 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

ANNEX VI – Vendor Information Form

General Information

Company Name:

City, Country

Web Site URL:

Contact Person:

Title:

Phone:

Email Address:

Expertise of the Bidder

Line of Business, area of expertise:

Type of business (manufacturer, distributor,


etc):

Years of company experience:

Main export countries/area:

Past Contracts with other UN organizations:

References: Please provide at least three references including contact details for contracts for
similar services to the one requested under this consultancy:

Organization Name/Country: Contact person: Telephone: Email:

1.

2.

3.

- 27 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

ANNEX VII – History Projects Template

Project Ref#: Project Title:

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:

Contact Person (Name/ Functional Title/ email or telephone address):

References: Please provide at least three references including contact details for contracts for similar
services to the one requested under this consultancy:

Organization Name/Country: Contact person: Telephone: Email:

1.

2.

3.

- 28 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

ANNEX VIII – Joint-Venture Form

(To be filled in case of Joint Venture or Consortium)

[To be completed and returned with your proposal if the proposal is submitted as a Joint
Venture/Consortium/Association]

JV / Consortium/ Association Information

Name

Names of each partner


and contact information
(address, telephone
numbers, fax numbers,
e-mail address)
Name of leading
partner (with authority
to bind the JV,
Consortium,
Association during the
Bidding process and, in
the event a contract is
awarded, during
contract execution)
Proposed proportion of
responsibilities
between partners
(in %) with indication of
the type of the activities
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 UNESCO for the fulfilment of the provisions of the
Contract.

Name of partner: ____________________ Name of partner: _________________________

Signature: _________________________ Signature: ______________________________

Date: ___________ Date: ___________

Stamp: Stamp:

- 29 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

ANNEX IX – Financial Information

Y2016 Y2017 Y2018


Description
(JOD) (JOD) (JOD)

Total annual turnover

Total annual operation cost

Total annual salaries and wages for fixed-term


staff

Value of fixed assets

Net outstanding debt

Net annual profit

- 30 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

ANNEX X – UN Supplier Code of Conduct

Please print and sign the enclosed UN supplier code of conduct

- 31 - Revised: June 2017 BFM/FPC


Form AM 10-10 (June 2017)

ANNEX XI – Vendor Registration Form

Please provide 1) copy of firm’s registration document in English 2) Letter by your bank stating your bank details
(in English)

VENDOR INFORMATION (please use capital letters)


Title (Mr, Mrs, Ms , Company,
Organization) :
Name / Company name :
Date and place of birth :
Nationality :
Profession / Area of expertise :
Street name / House Number :
Postal Code / City :
P.O. Box :
Country :
Telephone :
Fax :
Email :
Language of correspondence :
Tax Code 1 / Tax Code 2 :
Contact 1
Contact 2
BANK INFORMATION (please attach copy of bank details which you should obtain from your bank)
Full bank name :
Full agency name :
Full bank address :
Bank Postal code / Bank City :
Bank country :
SWIFT/BIC code :
IBAN
Bank code & branch code :
Bank account Number :
Control Key (if applicable) :
Account holder name :
Account currency :
Additional banking information :
(i.e. CHIPS UID, ABA, PayThru, etc…)
ADDITIONAL INFORMATION (Please add any comment that may facilitate your identification)

Financial Information Sheet

- 32 - Revised: June 2017 BFM/FPC

You might also like