INDIVIDUAL CONSULTANT PROCUREMENT NOTICE

Size: px
Start display at page:

Download "INDIVIDUAL CONSULTANT PROCUREMENT NOTICE"

Transcription

1 INDIVIDUAL CONSULTANT PROCUREMENT NOTICE Country: Description of the Assignment: Related Project Names: Turkey DEMINING OPERATIONS CONSULTANT Ref:DOC Technical Assistance for Socioeconomic Development through Demining and Increasing the Border Surveillance Capacity at the Eastern Borders of Turkey Period of Assignment/Services: Sep 2016 Dec 2017 Proposal should be submitted by to no later than 15 September 2016 COB. Any request for clarification must be sent in writing, or by standard electronic communication to the address or indicated above. UNDP will respond in writing or by standard electronic mail and will send written copies of the response, including an explanation of the query without identifying the source of inquiry, to all consultants. 1 Background Please see Annex 1 (Terms of Reference). 2 Scope of Work, Responsibilities and Description of the Proposed Analytical Work Please see Annex 1 (Terms of Reference). 3 Requirements for Experience and Qualifications Please see Annex 1 (Terms of Reference). 4 Documents to be Included when Submitting the Proposals Interested individual consultant must submit the following documents/information to demonstrate their qualifications: A one-page Letter of Interest, explaining why they are the most suitable for the work Page 1

2 Financial Proposal (please see section 5, below and Annex II) Personal CV (P11 form), including past experience in similar projects and at least 3 references 5 Financial Proposal The interested individual consultant must submit their financial proposals by following the guidance and the standard template provided in Annex 2. Any deviation from the standard text may lead to disqualification. 6 Evaluation The evaluation will be based on cumulative analysis (i.e. technical qualifications and price proposal). The weight of the technical criteria is 70%; the weight of the financial proposal is 30%. Candidates that obtain a minimum of 70 pts out of a maximum 100 pts will be considered for the financial evaluation. Candidates that do not meet the minimum requirements will be disqualified. Criteria Weight Maximum Points Technical 70% 100 pts General Qualifications 10% 20 pts General Professional Experience 20% 30 pts Specific Professional Experience 40% 50 pts Financial 30% 100 pts 7 Payments The contract to be signed between UNDP and candidate will not entail a financial commitment from UNDP. UNDP s financial commitment will be established on an ad-hoc basis every time as services are officially requested by UNDP. Payment terms and conditions will be specified in the specific service requests. Payment terms and conditions along with the daily fee rate (indicated in the contract) and number of days invested (not to exceed maximum number of days in the service request) will be the basis of payment to the IC. Payments will be made against submission of the deliverable(s) in the specific service requests by the IC and approval of such deliverables by UNDP. The consultant will be paid in TRY equivalent of USD in case s/he is Turkish national otherwise in USD upon submission of the deliverables as detailed above. The rate of exchange shall be the official rate applied by the United Nations on the day the UNDP instructs its bank to effect the payment(s). The consultant shall provide IC timesheet together with the deliverables in order to proceed with the payment. Without submission of and approval of the deliverables, the IC holder shall not receive any payment even if he/she invests time for this assignment. The accommodation and all living expenses at the Duty stations (Ankara) will be arranged and borne by the consultant and it must be included in the Price Proposal. There will not be any additional payment to the consultant for such expenses at the Duty Station. The amount paid shall be gross and inclusive of all associated costs such as social security, pension and income tax. Page 2

3 Assignment-related travel (economy class) and accommodation costs (bed and breakfast) outside the duty station will be borne by UNDP in line with UNDP corporate policies, rules and regulations. In case the consultant does not reside at the Duty Station, round trip economy class travel between Consultant s residence city and Ankara or another other city during the contract period will be borne and arranged by UNDP through UNDP contracted travel agency in line with UNDP corporate policies, rules and regulations. Itineraries will be detailed and agreed in specific service requests. Airport transfers only in Ankara will be borne by UNDP. Annexes The following annexes are an integral part of this procurement notice. In case of any conflict between the provisions of the Annex III and the procurement notice and/or Annex I and/or Annex II, the provisions of Annex III are applicable. Annex 1: Terms of Reference Annex 2: Price Proposal Guideline and Template Annex3: General Conditions of Contract for Individual Consultant Page 3

4 CO Turkey Annex 1 - Terms of Reference (ToR) DEMINING OPERATIONS CONSULTANT Technical Assistance for Socioeconomic Development through Demining and Increasing the Border Surveillance Capacity at the Eastern Borders of Turkey Demining of the Eastern Borders of Turkey 1 Background and Context Border management is regarded as being one of the most priority areas of EU Accession process for Turkey. After the membership to the EU, as Turkey s eastern borders will be the external borders of the Union, management of a comprehensive border security and its implementation constitutes an important subject. However, management of the eastern borders is not an easy task due to geographical and climate conditions of Turkey in that region. Moreover, this region constitutes a big problem in terms of being the illegal crossing route and in order to provide the border security in this region, landmines had been used mostly to prevent illegal border crossings, smugglings and resulting security challenges. For the time being these land mines constitute a very serious threat for border management in that region. The landmines are generally located in border areas mainly in Armenian, Nakhcevan, Iranian, Iraq and Syrian Borders. This constitutes a very important problem in terms of providing an efficient border management system. These land mines are generally laid along the borders to prevent illegal movements or smuggling activities or for security challenges. Under the current circumstances, in addition to the humanitarian concerns, these landmines limit the operational capacity of Turkey in the border areas. They prevent the establishment of good functioning border surveillance systems and as a result lead to a decrease in the efficiency in the fight against illegal movements, cross-border crimes and smuggling. For these reasons, demining is evaluated as an indispensable part of the border management reforms. Turkey targets to have these landmines cleared to provide a more secure way of protecting the borders by means of technologically supported border surveillance systems and achieve the targets set out by European Union for a good functioning border management system. Within this framework, having an ultimate objective of contributing to the social and economic development through demining and more secure borders in Eastern Turkey, the Technical Assistance for Socioeconomic Development through Demining and Increasing the Border Surveillance Capacity at the Eastern Borders of Turkey Phase I and II was developed. In first phase of the Project, it has been planned to clear the mined areas in the regions of Van-Ağrı- Kars- Iğdır and to introduce more modern border surveillance systems instead. In the second phase, the remaining mined areas in Van and some of the mined areas in Hakkari are planned to be cleared as a pre-condition to control the borders with different methods. The Phase I Project is composed of 3 components: Component A Clearance: This component covers the mine clearance activities for the selected regions.

5 Component B Certification/Quality Control (QA/QC): This component covers the quality assurance, quality control and post-clearance certification to provide confidence (to the beneficiary and the implementation agency) that clearance and quality requirements defined in the standards have been met and that cleared land is indeed safe for use. Component C: Post-clearance: This component aims to identify the lessons-learned which are relevant to the planning, preparation and clearance phases of the operation through the conduct of a formal post project review (PPR). The expected results of the Demining Phase II are defined as follows: 1. Demining the border regions of Van-Hakkari is completed, 2. Demined areas are certified in compliance with the international and applicable Turkish mine action standards 3. Post project review is conducted, 4. Institutional capacity on border management is enhanced. The Ministry of National Defence - National Mine Action Center, Ministry of Interior (MoI) and Turkish General Staff (Land Forces Command) are the main beneficiaries of the Project. UNDP will provide technical assistance for the efficient and effective implementation of the Project through the Grant Contract, to be signed between CFCU (Central Finance and Contracts Unit) and UNDP and endorsed by the Delegation of the European Union to Turkey (EUD). This Terms of Reference is for the Technical Consultant for Demining Operations, who will provide technical assistance to the UNDP and National Mine Action Centre on preparation of tendering process and mine clearance operations and QA/QC activities, under the overall guidance and supervision of the UNDP Chief Technical Advisor and Project Manager. 2. Objectives The objective of the assignment is for the consultant to provide technical assistance to the UNDP and National Mine Action Centre (NMAC) for the planning, execution and monitoring of ongoing demining operations and related QA/QC activities in Phase I in order to reflect lessons learned to Phase II besides contributing in the planning, execution and monitoring of upcoming demining operations and related QA/QC activities in Phase II. This includes technical assistance to UNDP Turkey in terms of implementation of the project in general, and particularly in coordination with the UNDP s contractors for mine clearance and QA/QC as well as the Project beneficiaries. 3. Scope & Required Field of Specialization As noted in Section 2, UNDP will mobilize one individual consultant on a framework contract basis. The following duties and responsibilities defined for the IC are indicative and subject to further detailing through specific service requests to be made by UNDP during the course of the contract duration. Under the overall supervision of the UNDP Chief Technical Advisor and Project Manager, the Technical Consultant for Demining Operations is expected to provide consultancy services for the below listed generic activities under Phase I and Phase 2 tendering, planning, execution and monitoring processes: 1. Review the contractors work plans to ensure they are up-to-date and include information on the deployment of mine clearance assets and projected start date, duration and end date of operations for each task area. 2. Produce a comprehensive overall work schedule for mıne clearance operations for the total project perıod in close collaboration with the mine clearance contractor and the QA/QC contractor Page 5

6 3. Ensure that the plan is regularly updated to reflect the reality in the fıeld and that this updated informatıon is shared and agreed by all relevant parties 4. Provide a monitoring plan to ensure that the schedule of the workplan ıs maıntaıned by the contractors and updated on a regular basis by the Technical Consultant and UNDP Field Coordinators 5. Provide technical assistance to the CTA/PM on operatıonal issues to ensure safe, efficient and effectıve clearance operatıons 6. Review the applıcatıon of the Eastern Border Mine Clearance Standards (EBMCS) and provide recommendations to UNDP for the revision of the standards if requıred 7. Review and analyse the clearance methodology employed by the contractors and provide recommendations to UNDP to ensure the safest, most effıcıent and effectıve methodologies are utılısed 8. Work closely with the UNDP Field Coordinators and conduct technıcal mentorıng on humanıtarıan mınefıeld clearance 9. Providing technical assistance for tendering, planning, execution and monitoring processes of Phase II. 4. Timing, Duration and Place of Work The IC is expected to invest a maximum 288 days in total to provide the deliverables to be specified in service requests. The assignments are expected to be launched in early September 2016 and be completed by the end of December Place of work for the assignment is Ankara (Duty Station). The Consultant is expected to travel frequently to Igdir and Van Turkey to observe and monitor demining operations by the UNDP contractors. The travel schedule will be determined through mutual agreement by the UNDP and the Consultant. The accommodation and all living expenses at the Duty station (Ankara) will be arranged and borne by the consultant and it must be included in the Price Proposal. Flights to and from the consultants place of residence to the duty station wıll be borne by UNDP. Travel related costs (incl. economy class transportation and BB accommodation) outside of Ankara will be borne by UNDP in line with UNDP s corporate rules and regulations. 5. Services and Facilities to be provided by UNDP UNDP will provide project documents and background information. The meetings planned for the assignment will be organized by the project. Assignment-related travel will be arranged by the UNDP Project. 6. Deliverables The Assignment will include interim and final deliverables, which will be defined in the specific service requests to be made by UNDP to the IC. The expected deliverables will include but not be limited to review of the contractors work plans, Revised Work Plan for Demining Operations and Monitoring Plan, progress reports, review of the application of the EBMCS, review and analyse of the clearance methodology. Page 6

7 7. Required Qualifications General Qualifications - A university degree or equıvalent ın mılıtary engineering and/or other fields relevant to the assignment - Excellent oral and written skills in English. General Professional Experience - A minimum of fifteen (15) years of professional experience - A minimum 5 years of NATO military engineering experience at officer level is an asset Specific Professional Experience - At least 5 years of hands-on work experience in the field of mine-action - Proven track record in the provision of high level advice to national governments and/or international organizations in mine-action related programs - Understanding the dynamics of border management and demining programs promoted by UNDP is an asset - Ability and demonstrated experience in working with multi-disciplinary teams Page 7

8 Annex II: Price Proposal Guideline and Template The prospective IC should take the following explanations into account during submission of his/her price proposal. 1) You are asked to propose your professional daily fee rate, for the deliverables indicated in Terms of Reference 2) The fee rate should be indicated in United States Dollar (USD). 3) The fee rate should be indicated in gross terms and hence should be inclusive of costs related to tax, social security premium, pension, visa (if needed) etc. 4) UNDP will not make any further clarification on costs related to tax, social security premium, pension, visa etc. It is the applicants responsibility to make necessary inquiries on these matters. 5) The accommodation and all living expenses at the Duty Stations (Ankara, Iğdır and Van) will be arranged and borne by the consultant and it must be included in the Price Proposal. There will not be any additional payment to the consultant for such expenses at the Duty Stations. 6) Assignment-related travel (economy class) costs outside the duty station will be borne by UNDP in line with UNDP corporate policies, rules and regulations. In case the consultant does not reside at the Duty Stations, round trip economy class travel between Consultant s residence city and Ankara or another city during the contract period will be borne and arranged by UNDP through UNDP contracted travel agency in line with UNDP corporate policies, rules and regulations. Airport transfers only in Ankara will be borne by UNDP. Travel related costs outside of duty station will be borne by UNDP. 7) As per UNDP corporate procurement rules and regulations, Individual contractors whose assignments require travel and who are over 62 years of age are required, at their own expense, to undergo a full medical examination, including x-rays, and obtain medical clearance from a UN-approved doctor prior to taking up their assignment. UN approved doctor list including contact information will be provided to the successful candidate. Where there is no UN office nor a UN medical doctor present in the location of the individual contractor prior to travel, the individual contractor may choose his/her own preferred physician to obtain the required medical clearance. The cost of the medical clearance shall be taken into consideration while calculating and submitting the price proposal. 8) Once proposed and accepted, the fee rate cannot be changed. 9) Please (a) copy the below text into a word processor, (b) indicate your daily fee rate as explained above, (c) do not change any part of the standard text (changing the standard text may lead to disqualification), (d) sign the document, (e) scan the signed version of the price proposal, and (f) send it as an attachment back to UNDP by replying to this . Page 8

9 Price Proposal Submission Form for ICs To: Ref: Demining Operations Consultant Dear Sir / Madam, I, the undersigned, offer to provide professional consulting services to UNDP within the scope of the referred Assignment. I have reviewed the Procurement Notice and attachments thereto, and I agree to provide the duties and responsibilities of the individual Consultant(s)s (Section 3 of the Terms of Reference), listed therein, within the deliverables (Section 6 of the Terms of Reference), indicated also therein. Having examined, understood and agreed to the Procurement Notice and its annexes, the receipt of which are hereby duly acknowledged, I, the undersigned, offer to deliver professional services, in conformity with Annex I (Terms of Reference) of the Procurement Notice. My daily fee for the above selected position is: USD I confirm that my financial proposal will remain unchanged. I also confirm that the price that I quote is gross, and is inclusive of all legal expenses, including but not limited to social security, income tax, pension, visa etc., which shall be required applicable laws. I agree that my proposal shall remain binding upon me for 30 days. I understand that you are not bound to accept any proposal you may receive. [Signature] Date: Name: Address: Telephone/Fax: Page 9