<<

REQUEST FOR PROPOSAL (RFP 006/18)

NAME & ADDRESS OF FIRM DATE: February 9, 2018

REFERENCE: Energy Audit of Kindergartens of the Municipality of

Dear Sir / Madam:

We kindly request you to submit your Proposal for the Energy Audit of Kindergartens at the Municipality of Yerevan (the detailed TOR is attached separately as Annex 1a).

Please be guided by the form attached hereto as Annex 2, in preparing your Proposal.

Proposals may be submitted on or before Monday, 26 February 2018, 4:00 pm local Yerevan time (GMT +4) via email, courier mail below (sealed in envelope):

United Nations Development Programme / UNDP 14 Petros Adamyan St., Yerevan 0010, Republic of

Or submit via e‐mail to the following e‐mail address: [email protected]

Please note that proposals received through any other e-mail address will not be considered. Your Proposal must be expressed in the English, and valid for a minimum period of 90 days calendar days.

In the course of preparing your Proposal, it shall remain your responsibility to ensure that it reaches the address above on or before the deadline. Proposals that are received by UNDP after the deadline indicated above, for whatever reason, shall not be considered for evaluation. If you are submitting your Proposal by email, kindly ensure that they are signed and in the .pdf format, and free from any virus or corrupted files.

Services proposed shall be reviewed and evaluated based on completeness and compliance of the Proposal and responsiveness with the requirements of the RFP and all other annexes providing details of UNDP requirements.

The Proposal that complies with all of the requirements, meets all the evaluation criteria and offers the best value for money shall be selected and awarded the contract. Any offer that does not meet the requirements shall be rejected.

1

Any discrepancy between the unit price and the total price shall be re-computed by UNDP, and the unit price shall prevail and the total price shall be corrected. If the Service Provider does not accept the final price based on UNDP’s re-computation and correction of errors, its Proposal will be rejected.

No price variation due to escalation, inflation, fluctuation in exchange rates, or any other market factors shall be accepted by UNDP after it has received the Proposal. At the time of Award of Contract or Purchase Order, UNDP reserves the right to vary (increase or decrease) the quantity of services and/or goods, by up to a maximum twenty five per cent (25%) of the total offer, without any change in the unit price or other terms and conditions.

Any Contract or Purchase Order that will be issued as a result of this RFP shall be subject to the General Terms and Conditions attached hereto. The mere act of submission of a Proposal implies that the Service Provider accepts without question the General Terms and Conditions of UNDP, herein attached as Annex 3.

Please be advised that UNDP is not bound to accept any Proposal, nor award a contract or Purchase Order, nor be responsible for any costs associated with a Service Providers preparation and submission of a Proposal, regardless of the outcome or the manner of conducting the selection process.

UNDP’s vendor protest procedure is intended to afford an opportunity to appeal for persons or firms not awarded a Purchase Order or Contract in a competitive procurement process. In the event that you believe you have not been fairly treated, you can find detailed information about vendor protest procedures in the following link: http://www.undp.org/content/undp/en/home/operations/procurement/protestandsanctions/

UNDP encourages every prospective Service Provider to prevent and avoid conflicts of interest, by disclosing to UNDP if you, or any of your affiliates or personnel, were involved in the preparation of the requirements, design, cost estimates, and other information used in this RFP.

UNDP implements a zero tolerance on fraud and other proscribed practices, and is committed to preventing, identifying and addressing all such acts and practices against UNDP, as well as third parties involved in UNDP activities. UNDP expects its Service Providers to adhere to the UN Supplier Code of Conduct found in this link: http://www.un.org/depts/ptd/pdf/conduct_english.pdf

Thank you and we look forward to receiving your Proposal.

Sincerely yours,

Procurement Unit UNDP Armenia 2/9/2018

2

Annex 1

Description of Requirements

The UNDP-GCF “De-Risking and Scaling-up Investments in Energy Context of the Efficient Building Retrofits“ Project supports Yerevan Energy Requirement Efficiency (YEE) Project” (“The Programme”) implemented by Municipality of Yerevan (MoY) aiming at sustainable energy efficiency improvements in the city. Implementing Partner of Municipality of Yerevan UNDP Brief Description of the Conduct energy audits and develop energy audit reports according Required Services1 to the required format (see Appendix 1.) for up to 29 kindergartens (grouped in 3 LOTs see Annex 1a) (enabling thereafter the preparation of design for implementation of specific energy efficiency (EE) measures). List and Description of Final Energy Audit Report for each institution included in the LOT(s) Expected Outputs to be officially consulted and approved. Delivered For better coordination of work intermediary deliverables to be provided in the course of implementation, and namely:  In 25 workdays after contract signing the company shall provide the draft energy audit reports for 50% of the buildings listed in the contract;  In 45 workdays after contract signing the company shall provide the draft energy audit reports for remaining 50% of buildings;  In 5 workdays after receiving the feedback on the draft document the company shall submit the final versions of the audit reports; Person to Supervise the Project Manager, De-Risking and Scaling-up Investment in Energy Work/Performance of the Efficient Building Retrofits UNDP-GCF Service Provider Frequency of Reporting As per TOR (Annex 1a) implementation schedule Progress Reporting NA Requirements Location of work ☒ Exact Address as provided below ☐ At Contractor’s Location Expected duration of work Within 50 working days after contract signing by both parties. Target start date 15 March 2018 Latest completion date 25 May 2018 Travels Expected NA Special Security ☒ Others Not Required Requirements Facilities to be Provided by ☐ Office space and facilities UNDP (i.e., must be ☐ Land Transportation excluded from Price ☐ Others Proposal)

1 A detailed TOR may be attached if the information listed in this Annex is not sufficient to fully describe the nature of the work and other details of the requirements.

3 Implementation Schedule indicating breakdown and ☒ Required timing of activities/sub- activities Names and curriculum vitae of individuals who ☒ Required will be involved in ☐ Not Required completing the services Currency of Proposal ☒ United States Dollars (USD) ☐ Euro ☒ Local Currency (AMD) (will be converted by the Armenian central bank submission day, www.cba.am) Value Added Tax on Price ☐ must be inclusive of VAT and other applicable indirect taxes Proposal2 ☒ must be exclusive of VAT and other applicable indirect taxes Validity Period of ☐ 60 days Proposals (Counting for ☒ 90 days the last day of submission ☐ 120 days of quotes) In exceptional circumstances, UNDP may request the Proposer to extend the validity of the Proposal beyond what has been initially indicated in this RFP. The Proposal shall then confirm the extension in writing, without any modification whatsoever on the Proposal. Partial Quotes ☒ Not Permitted Proposals can be submitted per each LOT. In case the bidder is interested in more than one LOT, the number of Key experts should be doubled. Payment Terms3 Outputs Percentage Timing Condition for Payment Release Draft 40% 25 workdays Within thirty (30) days Report from the date of Final 60% 50 workdays meeting the following report conditions: a) UNDP’s written acceptance (i.e., not mere receipt) of the quality of the outputs; and b) Receipt of invoice from the Service Provider.

Person(s) to UNDP-GCF Project Manager, UNDP Climate Change Programme review/inspect/ approve Coordinator outputs/completed

2 VAT exemption status varies from one country to another. Pls. check whatever is applicable to the UNDP CO/BU requiring the service. 3 UNDP preference is not to pay any amount in advance upon signing of contract. If the Service Provider strictly requires payment in advance, it will be limited only up to 20% of the total price quoted. For any higher percentage, or any amount advanced exceeding $30,000, UNDP shall require the Service Provider to submit a bank guarantee or bank cheque payable to UNDP, in the same amount as the payment advanced by UNDP to the Service Provider.

4 services and authorize the disbursement of payment Type of Contract to be ☒ Contract for Services Signed Criteria for Contract ☐ Lowest Price Quote among technically responsive offers Award ☒ Highest Combined Score (based on the 70% technical offer and 30% price weight distribution) ☒ Full acceptance of the UNDP Contract General Terms and Conditions (GTC). This is a mandatory criteria and cannot be deleted regardless of the nature of services required. Non acceptance of the GTC may be grounds for the rejection of the Proposal. Criteria for the Technical Proposal (70%) Assessment of Proposal ☒ Expertise of the Firm (max score: 30), including: a. Proven Experience in energy auditing services and number of past projects (max score: 20) b. Relevant Experience for the specific sites. Relevance of past projects in terms of size, scope, and building type (max score: 10). ☒ Methodology, its Appropriateness to the Conditions and Implementation Plan (max score: 30), including: a. Understanding of existing building conditions, systems and operation (max score: 10) b. Approach: Reasonableness of methodologies to determine the baseline and savings. Comprehensiveness and clarity of the technical approach to this project (max score: 10) c. Timetable: appropriateness of workplan, justification of planning, capacity to tackle parallel tasks (max score: 10)

☒ Qualification of Key Personnel (max score: 40), including: a. Team Leader – One of the below Key Experts should act as a Team Leader- with minimum 5 years’ relevant experience in the field and at least five projects with similar scope and level of complexity; b. Key Expert 1. Building Envelope Expert/Architect(s) - with minimum 5 years’ relevant experience in the field and at least three projects with similar scope and level of complexity – (max score: 15); c. Key Expert 2. HVAC Engineer(s) - with minimum 3 years’ relevant experience in the field and at least three projects with similar scope and level of complexity – (max score: 15); d. Expert 3. Renewable Energy Sources and Systems Engineer(s) - with minimum 3 years’ relevant experience in the field and at least three projects with similar scope and level of complexity – (max score: 5); e. Expert 4. Electrical Systems/Lighting Engineer(s) - with minimum 3 years’ relevant experience in the field and at least three projects with similar scope and level of complexity – (max score: 5);

Financial Proposal (30%) To be computed as a ratio of the Proposal’s offer to the lowest price among the proposals received by UNDP. UNDP will award the contract to:

5 ☒ One or more Service Providers, depending on the following factors: as per maximum number of lots. Annexes to this RFP4 ☒ Detailed TOR (Annex 1) ☒ Form for Submission of Proposal (Annex 2) ☒ General Terms and Conditions / Special Conditions (Annex 3)5 ☐ Others6 Contact Person for Procurement Unit, UNDP Armenia [email protected] Inquiries Any delay in UNDP’s response shall be not used as a reason for (Written inquiries only)7 extending the deadline for submission, unless UNDP determines that such an extension is necessary and communicates a new deadline to the Proposers. Other Information [pls. specify]

4 Where the information is available in the web, a URL for the information may simply be provided. 5 Service Providers are alerted that non-acceptance of the terms of the General Terms and Conditions (GTC) may be grounds for disqualification from this procurement process. 6 A more detailed Terms of Reference in addition to the contents of this RFP may be attached hereto. 7 This contact person and address is officially designated by UNDP. If inquiries are sent to other person/s or address/es, even if they are UNDP staff, UNDP shall have no obligation to respond nor can UNDP confirm that the query was received.

6 Annex 1a

Terms of Reference Energy Audit Reports for Kindergartens at the Municipality of Yerevan

1. Background Information The UNDP-GCF project supports the Municipality of Yerevan (MoY) in implementing the “Yerevan Energy Efficiency (YEE) Project” aiming at sustainable energy efficiency improvements in the city. In the first stage (called “pilot phase”) the Programme will focus on energy efficiency and thermal refurbishment measures in public buildings and in the second phase in the residential buildings, depending on the results of a feasibility study. The Beneficiary of this Programme is the MoY.

2. Sector Information General According to the Armenia Development Strategy for 2014 – 2025, the promotion of energy efficiency in all sectors is a key priority for Armenia and existing legislation supports implementation of energy- saving measures. Armenia is relatively poor in natural resources and imports a large amount of the net energy needs. This dependence on energy imports has important consequences on the countries’ external accounts and poses a risk to macroeconomic stability. This has direct effects on the current account deficit of the country. Improvements in energy efficiency would help the country to reduce external vulnerabilities by making it less dependent on energy imports and thus global commodity shocks. The National Program on Energy Saving and Renewable Energy estimates a 40% potential for energy savings in Armenia’s building sector. The project is prioritized in the MoY Sustainable Energy Action Plan (SEAP) developed with support of UNDP. Municipality of Yerevan joined the Covenant of Mayors (CoM) in September 2014. The SEAP developed under CoM obligation was approved by Yerevan Elders' Council in 2016, and has been approved by the European Commission’s Joint Research Centre in 2017.

3. Scope of work, key tasks and activities of the expert team Scope of work The general task is to conduct energy audits in Yerevan Municipality kindergartens and develop audit reports according to the provided table of contents (see Appendix 1.), which have to include full energy efficiency and EE-integrated renewable energy measures for each kindergarten (maximum up to 29 kindergartens) enabling thereafter the preparation of design for specific EE measures. The audit company (or “the Auditor”) will consider the following legislative and technical regulations in its work: o Construction Norms of Republic of Armenia (Armenian abbreviation HHShN), particularly including but not limited to: ▪ “Thermal Physics of the Buildings’ Envelopes. Design Norms” HHShN II-7.02-95 adopted in 1995 and amended in 2001. These are setting the minimum thermal resistance of the building structures (walls, roof, basement, doors and windows); ▪ “Building Climatology” HHShN II-7.01-2011 adopted in 1997 and updated in 2011; ▪ “Thermal Protection of Buildings” HHShN 24-01-2016; o Law “On energy saving and renewable energy” enforced since 2004 and latest amendments adopted in May 2016 and December 2017.

7 o “The Energy law” enforced since 2001 and latest amendments adopted in May 2016 and December 2017. o Government decision 25.12.2014 N 1504-N “On application of measures directed towards increasing of energy saving and energy efficiency in objects constructed by state means”. o Governmental decree on Energy audit procedure adopted in 2006 (Gov Dec 31.08 2006 N 1399-N) and amended in 2015 (Gov Decision 10.09.2015 N 1026-N). o RA standard on "Energy efficiency. Building energy passport” developed and registered (AST 362-2013), introducing the building energy passport format, energy efficiency certificate (label) format, describing the methodology how to fill in the passport. o RA standard on “Energy Audit Methodology” developed and registered (AST 371-2016) representing the detailed guidelines on performing of different level energy audits of residential and public buildings. o Additional ENs and ISOs harmonized and registered in the field of energy efficiency, calculation of energy savings, useful energy, etc. In addition, the Auditor has to follow guidance with detailed description of building thermal rehabilitation measures developed by the Technical Assistance Consultant.

List of kindergartens subject to the energy audits, grouped in 3 LOTs Building NN LOT No Address Type of Construction Basement space m2* 1. 98 Nor Nork 1 District, Safaryan 8 Stone-bearing walls 1,427 + 2. 102 Nor Nork 2 District, Totovents 8 “ИИС-04” series 909 + 3. 103 Nor Nork 2 District, Totovents 9 Stone-bearing 1,992 +

4. 109 Nor Nork 2 District, b. 6 Stone-bearing walls 1,214 -

1

5. - 110 , ”Mayak” Stone-bearing walls 2,066 +

6. 112 Nor Nork 5 District, Mar 9 Stone-bearing walls 950 + L OL T 7. 118 Nor Nork 8 District, Vilnyus 21 '“ИИС-04” series 1,535 + 8. 100 Nor Nork 1 District, Nansen 22 Stone-bearing walls 1,300 + 9. 108 Nor Nork 2 District, Bakunts 1, 7th Lane Stone-bearing walls 1,785 + 10. 56 Avan-Arinj, 1 Micro-District, N ¼ “ИИС-04” series 2,100 +

TOTAL for LOT-1 15,278 1. 98 Arabkir, Griboyedov 2/2 Stone-bearing walls 1,909 + 2. 23 Arabkir, Vratsakan 19 Stone-bearing walls 1,810 + 3. 24 Arabkir, Qanaqer HPP Stone-bearing walls 796 -

4. 33 Arabkir, Khachatryan 28/1 Stone-bearing walls 1,927 +

2

Qanaqer-Zeytun, M. Avetisyan 2nd 5. - 156 Stone-bearing walls 806 + block

6. 157 Qanaqer-Zeytun, Z. Qanaqertsi 14 Stone-bearing walls 1,950 + L OL T 7. 161 Qanaqer-Zeytun Z. Qanaqertsi 145a “ИИС-04” series 1,950 + 8. 71 Erebuni, 2, b. 45 “ИИС-04” series 2,850 + 9. 74 Erebuni, Jrashen 1 Stone-bearing walls 427 - 10. 75 Erebuni, Mushakan 5 Stone-bearing walls 453 -

TOTAL for LOT-2 14,878

8 1. 98 Ajapnyak, Bashinjaghyan 2nd Lane, 4 Stone-bearing walls 1,760 + 2. 49 Ajapnyak,16 District, Melkumyan Str. Stone-bearing walls 2,477 - Malatia Sebastia, Kurghinyan Str., 11/5 3. 81 “ИИС-04” series 1,404 + Lane

4.

3 83 Malatia Sebastia, Andranik 97 “ИИС-04” series 2,489 +

- 5. 93 Malatia Sebastia, Raffi 69 “ИИС-04” series 2,339 +

6. OL T 129 Shengavit, H. Hovsepyan 17 Stone-bearing walls 750 + 7. 138 Shengavit, Aragats 101 Stone-bearing walls 686 - Reinforced concrete 8. 48 Ajapnyak,16 District, Norashen 2,477 - structure 9. 36 Shengavit, Aragats 101 Stone-bearing walls 1,760 -

TOTAL for LOT-3 16,142 GRAND TOTAL 46,298 *) Building area can slightly differ from actual figures

IMPORTANT NOTES: Considering that the final list of buildings to be audited strongly depends on the outcome of the seismic assessment (ongoing currently), the number of buildings in each LOT can vary. Bidders can compete for all three advertised LOTs, however the technical and financial offers have to be provided separately for each LOT and the cost of energy audit per each object must be provided in price proposal.

Key tasks and activities Energy audits will in general follow the principles stipulated within standard AST 371-2016 “Methodology for performing energy audit in residential and public buildings”. To supplement the above methodology, the selected bidders will be required to deliver the energy audit reports in the Energy Audit Report Template.

More specifically it is expected that the audit will be structured as per following steps:

9 Preliminary Agreement on scope of works-timetable contact Initial information request

Delegation of responsibilities

Start-up meeting Agreement on site visits Finalisation of schedule

Collect historical data on energy consumption, production etc. Data collection Operational parameters, baseline comfort levels, compliance with norms (heating, light, ventilation, etc.) Past studies, blueprints, technical specifications of installed energy devices, etc.

Field work Site visits, inspection of installations- Discussions with key staff Measurements

Breakdown of energy use Assessment of comfort conditions Benchmarking Analysis Proposals of EE measures and utilizaiton of RES Financial indicators and investment analysis Assessment of greenhouse gas emission reduction Sensitivity analysis Reporting Compilation of results-draft report

Review comments

Finalisation

Based on the result of a preliminary techno-economic assessment performed for a prioritized list of buildings including the current ones, it is recommended for energy auditors to analyze the following general measures: a. Measures for thermal insulation of building envelope; b. Measures to rehabilitate the lighting system; c. Measures to rehabilitate/improve the efficiency of the heat supply and distribution system; d. Measures to improve the cost-effectiveness of domestic hot water preparation; e. Measures to rehabilitate or build up a ventilation (and cooling) systems using e.g. heat recovery equipment; f. Building energy systems’ automation and control (for lighting and heating based on occupancy, operational schedules, weather conditions and comfort levels); g. Other applicable measures (PV, solar water heating, heat pumps etc.).).

Indicative actions and Energy Efficiency Measures (EEMs) (not exhaustive) are presented below: a) Measures for thermal insulation of envelope (up to a minimum level of compliance with local codes/regulations requirements) ▪ insulation of facades to reach compliance with local codes/regulations requirements (to reach the minimum norm compliance level and any level beyond, if cost-optimal);; ▪ thermal insulation and waterproofing of flat roof or thermal insulation of attic or technical floor in case of a pitched roof;

10 ▪ insulation of basements; ▪ replacement of inefficient glazing; ▪ optimization of glazing (i.e. partial replacement of glazing with insulated walls); ▪ replacement or thermal insulation of doors (considering wind-porch).

The auditor is to provide a list of envelope components specifying the following: - construction element/layer; - thermal properties of each layer; - calculation of R-value (and/or U-value), openings and glazing; - reference to the location of each envelope component in the building.

The auditor should provide: - Data regarding indoor comfort levels (from temperature data loggers to be provided by UNDP-GCF project) for selected buildings. - Analysis to be done based on actual comfort level and normative requirements for in- door temperature and hot water use norms for kindergartens. b) Measures to rehabilitate the lighting system ▪ Replacement of incandescent or fluorescent bulbs with LED bulbs; ▪ Usage of daylight & motion sensors, dimmers, automation modules to adjust the light intensity etc. where economically justifiable; ▪ Replacement of luminaires where needed, seeking for possibilities to refurbish existing luminaries to work with LED bulbs.

As a baseline for evaluation, average daily operation of the luminaries for each area and type must be specified in cooperation with the buildings management. Duly consideration should be given to actual norms for illumination for each specific area in kindergartens. c) Measures for the rehabilitation of heating systems ▪ Insulation of indoor and outdoor heating and hot water pipes and the system; ▪ Revamping of heat boiler units including new condensing boilers; ▪ Weather compensation systems; heat generation controls, distribution controls; ▪ Installation of solar thermal (water heating) systems where technically and economically justifiable. d) Measures for the rehabilitation of DHW systems

▪ Refurbishment of DHW boilers; ▪ Water flow controls; ▪ Installation of solar thermal (water heating) systems. e) Measures for optimization of ventilation system ▪ Cost-optimal (locally mounted) mechanical systems to ensure compliance with norms ; ▪ Passive or active ventilation (and cooling) measures (or combination of both) should be taken into account; The auditor should provide: o Analysis of normative requirements for cooling and ventilation; o Estimation of energy saving potential for heat-recovery with specification of the technical parameters for the heat recovery unit.

g) Other applicable measures (PV, heat pumps etc.)

11 ▪ Rooftop solar PV system for electricity generation: in compliance with electrical load of the facility and according to the appropriate place available on the roof or in the yard (shading, roof repair works etc. should be considered as well); ▪ Heat pumps and other technically and economically justifiable measures.

Reporting

The audit and audit report is to be executed and documented according to the national standards for energy audit and reporting and must consider the European best practices. The final report template will be provided by the contracting body upon signing of the contract.

Indicative Table of contents of the audit report is presented in Appendix 1. ▪ The energy audits must be based on up-to-date operational or measured data on energy consumption; ▪ The auditor should seek most recent and detailed information on energy consumption of the building and use this as baseline for calculation of savings; ▪ As reference information, the auditor should correct and normalize the energy consumption to comfort levels (as of the acting codes), and calculate the energy consumption level necessary for maintaining adequate thermal and lighting comfort (based on heated/lit area, hours, levels); ▪ The audit report should include a detailed review and breakdown of energy consumption per use; ▪ The auditor should provide a concise technical description of the potential EE measures; ▪ The auditor is to estimate the investment and return of investment (for Base and Normalized options); ▪ The parameters for the cost-benefit analysis will comprise of a simple payback calculation as well the annuity method. The calculation parameters for the annuity method will be provided by the contracting body; ▪ The auditor is to stipulate in the report if any of the measures proposed could have an implication on the sanitary and fire safety in the building; ▪ The auditor shall provide analysis on the improvement of comfort levels and improved conditions for the operation of the building; ▪ The auditor shall provide breakdown of net EEMs, as well auxiliary and adjacent measures, i.e. construction works supporting the main EEMs and additional actions/works/expenses required but not ensuring energy savings; ▪ Cash flow projections-profitability analysis (NPV, IRR, and PB) of the preferred EEM package should be provided for both Base and Normalized options; ▪ Comprehensive analysis of GHG reduction potential (for Base and Normalized options) aimed to systematically de-carbonize the existing building stock while achieving sustainable development benefits; ▪ The auditor shall develop and provide energy efficiency labels (RA standard on "Energy efficiency. Building energy passport” developed and registered (AST 362-2013)) and energy performance indicators of the audited buildings, based on actual condition and normalized level of comfort.

As an annex to the audit report, the following documents are to be included: • Owner Project Requirements (specification of operational set points and other requirements e.g. indoor temperatures, equipment operations schedules etc.); • Layouts/ List of envelope components; • Equipment list with relevant technical requirement for technical components proposed (boilers, valves, air-handling-units, heat-exchangers, lamps and luminaires, controls and sensors etc.); • Sheets with detailed technical and financial calculations; • Sheets from any modeling tools used; • An energy performance label of the building.

12 Location Buildings are located in different administrative . The company shall consider the visit of the objects. The first visit of the auditor to the project site will be organized by UNDP and MoY representatives. The following working visits of the energy audit company may, also, be attended by MoY representatives, EIB/LDK and UNDP consultants.

Time frame The service shall be provided within maximum of 50 working days after contract signing by both parties, based on the deliverables mentioned below.

Reporting and Deliverables The auditor shall provide the following deliverables:

1) Final Energy Audit Report for each site/building officially consulted; For better coordination of work intermediary deliverables will be provided, and namely:  Deliverable 1 - within 25 working days after contract signing the company shall provide the preliminary energy audit results and list of identified EE measures for 50% of objects listed in the contract for consultation with UNDP/PMG;  Deliverable 2 - within 45 working days after contract signing the company shall provide the first draft of energy audits and list of identified EE measures for the rest of the buildings ;  Deliverable 3 - in 5 working days after receiving the feedback on the draft document the company shall submit the final version of the audit reports. 2) All associated input data including calculation worksheets, thermal imaging data, monitoring information, etc. in electronic format.

Coordination issues The company will fulfil the tasks in close cooperation and coordination with UNDP.

Implementation of the assignment and contact persons The assignment will be fulfilled at auditor’s office and in the field.

Result description, formats and language Work result description Formats Language Initial list of identified/proposed Doc, PDF, Excel sheets English (Summary in Armenian) EE measures for each object Draft Energy Audit Report Doc, Excel sheets (or English (Summary in Armenian) software used) Final report Doc, PDF, hard copy English (Summary in Armenian)

Professional Experience The selected auditor should comply with following requirements: • A specialized company with the valid Registration; • Minimum 2 years of practical professional experience in conducting energy audits, energy performance monitoring, GHG reduction calculations (especially in buildings), implementation of energy efficiency related projects, (reference letters from contractors, on request); • Minimum 3 similar projects successfully implemented during last 5 years (reference letters from contractors, on request); • Knowledge in energy policies and energy management procedures of Armenia, professional experience in energy sector;

13 • Capacity to assess buildings energy performance and provide solid audit reports, working experience in the building energy data collection and analysis, experience in identification of CO2 emissions from energy consumed in buildings; • Experience of working with international organizations/clients will be an advantage; • Experience in buildings project design and implementation, maintenance and operation, monitoring and evaluation of energy savings, property/facility management, renewable energy, HVAC systems and/or equipment supply, and /or provision of service will be an advantage; • Experience in development of the regulatory, methodological documents and guidance for energy audit will be an advantage.

The selected auditor should have following staff:

• Team Leader - one of the Key Experts should act as a Team Leader - with minimum 5 years’ relevant experience in the field (including 3 years of managerial experience); at least five projects with similar scope and level of complexity; experience in conducting the financial/economic analysis (familiarity with NPV, IRR, ERR, PB etc.); • Key Expert 1. Building Envelope Expert(s)/Architect(s)/Civil Engineer(s) - with minimum 5 years’ relevant experience in the field and at least three projects with similar scope and level of complexity; • Key Expert 2. HVAC Engineer(s) - with minimum 3 years’ relevant experience in the field and at least three projects with similar scope and level of complexity; • Expert 3. Renewable Energy Sources and Systems Engineer(s) - with minimum 3 years’ relevant experience in the field and at least three projects with similar scope and level of complexity; • Expert 4. Electrical Systems/Lighting Engineer(s) - with minimum 3 years’ relevant experience in the field and at least three projects with similar scope and level of complexity; • In case of bidding for both LOTs the number of key experts (Key Experts 1 and 2) should be doubled; • Staff should have excellent knowledge of Armenian and good writing skills; • Task Leader should have Good knowledge of English and good report writing skills.

14 Appendix 1. Building Energy Audit Report Format

PROJECT SYNOPSIS EXECUTIVE SUMMARY 1. INTRODUCTION 1.1 Project rationale 1.2 Methodology followed 2. DESCRIPTION OF SITE 2.1 Overview 2.2 Brief description of the building 2.3 Operational regime/modes (including thermal and lighting comfort (based on heated/lit area, hours, levels, compliance with norms (heating, light, ventilation, etc.) 2.4 Energy production-supplies 2.4.1 Energy (electric and thermal energy) 2.4.2 Fuels 2.5 Description of installations 2.5.1 Building envelope 2.5.2 Heating 2.5.3 Sanitary hot water 2.5.4 Ventilation - AC 2.5.5 Lighting 2.5.6 Other equipment 3. CONSUMPTION OF ENERGY AND OTHER UTILITIES 3.1 Electrical Energy 3.2 Thermal Energy 3.3 Breakdown-baseline energy consumption 3.4 Energy Costs 3.5 Specific Consumption-Benchmarking 4. ENERGY EFFICIENCY PROJECTS 4.1 Baseline electricity and thermal energy 4.2 Energy efficiency Measures (EEM) Package 4.2.1 EEM 1 4.2.2 EEM 2 EEM …. 3..4 4.3 GHG emissions reduction 5. FINANCIAL ANALYSIS 5.1 Profitability analysis of proposed projects 5.1.1 Assumptions – financial model 5.1.2 Cash flow projections-profitability analysis 5.2 Sensitivity analysis 6. CONCLUSIONS-RECOMMENDATIONS 6.1 Ranking of projects 6.2 Final conclusions-follow up actions References Abbreviations ANNEXES Annex 1. EE projects factsheet Annex 2. Financial analysis Annex 3. Layouts of installations Annex 4. Sheets from modelling tools Annex 5. Energy Efficiency label

15 Annex 2

Annex 2 - FORM FOR SUBMITTING SERVICE PROVIDER’S PROPOSAL8

(This Form must be submitted only using the Service Provider’s Official Letterhead/Stationery9)

[insert: Location]. [insert: Date]

To: [insert: Name and Address of UNDP focal point]

Dear Sir/Madam:

We, the undersigned, hereby offer to render the following services to UNDP in conformity with the requirements defined in the RFP dated [specify date] , and all of its attachments, as well as the provisions of the UNDP General Contract Terms and Conditions:

A. Qualifications of the Service Provider

The Service Provider must describe and explain how and why they are the best entity that can deliver the requirements of UNDP by indicating the following:

a) Profile – describing the nature of business, field of expertise, licenses, certifications, accreditations; b) Business Licenses – Registration Papers, Tax Payment Certification, etc. c) Latest Audited Financial Statement – income statement or balance sheet to indicate Its financial stability, liquidity, credit standing, and market reputation, etc. ; d) Track Record – list of clients for similar services as those required by UNDP, indicating description of contract scope, contract duration, contract value, contact references; e) Certificates and Accreditation – including Quality Certificates, Patent Registrations, Environmental Sustainability Certificates, etc. f) Written Self-Declaration that the company is not in the UN Security Council 1267/1989 List, UN Procurement Division List or Other UN Ineligibility List.

B. Proposed Methodology for the Completion of Services

The Service Provider must describe how it will address/deliver the demands of the RFP; providing a detailed description of the essential performance characteristics, reporting conditions and quality assurance mechanisms that will be put in place, while demonstrating that the proposed methodology will be appropriate to the local conditions and context of the work.

8 This serves as a guide to the Service Provider in preparing the Proposal. 9 Official Letterhead/Stationery must indicate contact details – addresses, email, phone and fax numbers – for verification purposes

16 C. Qualifications of Key Personnel

If required by the RFP, the Service Provider must provide:

a) Names and qualifications of the key personnel that will perform the services indicating who is Team Leader, who are experts, etc.; b) CVs demonstrating qualifications must be submitted; and c) Written confirmation from each personnel that they are available for the entire duration of the contract.

D. Cost Breakdown per Deliverable*

Deliverables Percentage of Price [list them as referred to in the RFP] Total Price (Weight (Lump Sum, for payment) All Inclusive) 1 Deliverable 1: In 25 workdays after contract signing the 40% draft energy audit reports for 50% of the buildings listed in the contract are provided. 2 Deliverable 2: In 45 workdays after contract signing the 60% draft energy audit reports for remaining 50% of buildings are provided and in 5 workdays after receiving the feedback on the draft document the final versions of the audit reports are submitted. Total 100% *This shall be the basis of the payment tranches

E. Cost Breakdown by Cost Component [This is only an Example]: Description of Activity Remuneration Total Period of No. of Total Rate per Unit of Time Engagement Personnel I. Personnel Services 1. Services from Home Office a. Key Expert 1 b. Key Expert 2 c. Expert 3 d. Expert 4 2. Services from Field Offices a. Key Expert 1 b. Key Expert 2 c. Expert 3 d. Expert 4 3. Services from Overseas a. Expertise 1 b. Expertise 2 II. Out of Pocket Expenses 1. Travel Costs 2. Daily Allowance 3. Communications 4. Reproduction 5. Equipment Lease 6. Others III. Other Related Costs

17 F. Cost breakdown by kindergartens/LOTs

Building Cost of Energy NN LOT No Address Type of Construction space m2* Audit 11. 98 Nor Nork 1 District, Safaryan 8 Stone-bearing walls 1,427 12. 102 Nor Nork 2 District, Totovents 8 “ИИС-04” series 909 13. 103 Nor Nork 2 District, Totovents 9 Stone-bearing 1,992

14. 109 Nor Nork 2 District, b. 6 Stone-bearing walls 1,214

1

15. - 110 Nor Nork District, ”Mayak” Stone-bearing walls 2,066

16. 112 Nor Nork 5 District, Mar 9 Stone-bearing walls 950 L OL T 17. 118 Nor Nork 8 District, Vilnyus 21 '“ИИС-04” series 1,535 18. 100 Nor Nork 1 District, Nansen 22 Stone-bearing walls 1,300 19. 108 Nor Nork 2 District, Bakunts 1, 7th Lane Stone-bearing walls 1,785 20. 56 Avan-Arinj, 1 Micro-District, N 1/4 “ИИС-04” series 2,100 TOTAL for LOT-1 15,278 11. 98 Arabkir, Griboyedov 2/2 Stone-bearing walls 1,909 12. 23 Arabkir, Vratsakan 19 Stone-bearing walls 1,810 13. 24 Arabkir, Qanaqer HPP Stone-bearing walls 796

14. 33 Arabkir, Khachatryan 28/1 Stone-bearing walls 1,927

2 Qanaqer-Zeytun, M. Avetisyan 2nd - 156 Stone-bearing walls 806 15. block

16. 157 Qanaqer-Zeytun, Z. Qanaqertsi 14 Stone-bearing walls 1,950 L OL T 17. 161 Qanaqer-Zeytun Z. Qanaqertsi 145a “ИИС-04” series 1,950 18. 71 Erebuni, Nor Aresh 2, b. 45 “ИИС-04” series 2,850 19. 74 Erebuni, Jrashen 1 Stone-bearing walls 427 20. 75 Erebuni, Mushakan 5 Stone-bearing walls 453 TOTAL for LOT-2 14,878 10. 98 Ajapnyak, Bashinjaghyan 2nd Lane, 4 Stone-bearing walls 1,760 11. 49 Ajapnyak,16 District, Melkumyan Str. Stone-bearing walls 2,477 Malatia Sebastia, Kurghinyan Str., 11/5 81 “ИИС-04” series 1,404

12. Lane

3

13. 83 Malatia Sebastia, Andranik 97 “ИИС-04” series 2,489 - 14. 93 Malatia Sebastia, Raffi 69 “ИИС-04” series 2,339

15. OL T 129 Shengavit, H. Hovsepyan 17 Stone-bearing walls 750 16. 138 Shengavit, Aragats 101 Stone-bearing walls 686 Reinforced concrete 48 Ajapnyak,16 District, Norashen 2,477 17. structure 18. 36 Shengavit, Aragats 101 Stone-bearing walls 1,760 TOTAL for LOT-3 16,142 GRAND TOTAL 46,298

[Name and Signature of the Service Provider’s Authorized Person]

[Designation]

[Date]

18

Annex 3- UNDP GENERAL CONDITIONS OF CONTRACT FOR SERVICES

(attached separately)

19