Request for Proposal Reference No.: EGY30RFP477 Urban Upgrading Intervention in - Creating A Women Friendly Space

1 | P a g e

17 November 2019

Dear Sir/Madam, Subject: Request for Proposal (RFP) for Urban upgrading intervention in Damietta- creating a women friendly space. The United Nations Entity for Gender Equality and the Empowerment of Women (UN Women) plans to procure Urban upgrading intervention in Damietta- creating a women friendly space as described in this Request for Proposal and its related annexes. UN Women now invites sealed proposals from qualified proposers for providing the requirements as defined in these documents.

1. In order to prepare a responsive proposal, you must carefully review, and understand the contents of the following documents:

▪ This letter (and the included Proposal Instruction Sheet (PIS) ▪ Instructions to Proposers (Annex I ) available from this link: http://www.unwomen.org/- /media/headquarters/attachments/sections/about%20us/procurement/un-women- procurement-rfp-instructions-en.pdf?la=en&vs=3939 ▪ Terms of Reference (TOR) (Annex 2) ▪ Evaluation Methodology and Criteria (Annex 3) ▪ Format of Technical Proposal (Annex 4) ▪ Format of Financial Proposal (Annex 5) ▪ Proposal Submission Form (Annex 6) ▪ Voluntary Agreement for to Promote Gender Equality and Women’s Empowerment (Annex 7) ▪ UN Women Model Forms of Contract (Annex 8) ▪ General Conditions of Contract (Annex 8) ▪ Joint Venture/Consortium/Association Information Form (Annex 9) ▪ Proposal Security Form ▪ Performance Security Form (Annex 10) ▪ Waiver & Release of Indemnity Form (Annex 11) ▪ Submission Checklist (Annex 12)

2. The Proposal Instruction Sheet (PIS) -below- provides the requisite information (with cross reference numbers) which is further detailed in the Instructions to Proposers (Annex I)

0

PROPOSAL INSTRUCTION SHEET (PIS) 3. Detailed Instruction governing below listed summary of the “instructions to proposers” are available in the Annex I (“Instruction to Proposers”) accessible from this link: http://www.unwomen.org/- /media/headquarters/attachments/sections/about%20us/procurement/un-women- procurement-rfp-instructions-en.pdf?la=en&vs=3939 Cross Ref. Specific Requirements as referenced in Annex I Instruction to Proposers to Annex I

4.2 Deadline for Submission of Date and Time: Monday 02 December 2019 11:00 AM Proposals ()

[for local time reference, see www.greenwichmeantime.com]

City and Country: Cairo, .

This is an absolute deadline. Any proposal received after this date and time will be disqualified.

4.1 Manner of Submission ☒ Electronic submission of Proposal

Technical Proposal: [email protected] Financial Proposal: [email protected]

(To secure your financial offer please set up a password which will be used at later stage once the evaluation of the technical proposal is complete. The companies who achieve the minimum score will be requested to provide passwords.) Financial Offers received without a password will be disqualified.

3.1 ☒ English Language of the Proposal:

3.4.2 Proposal Currencies Preferred Currency: ☒EGP

3.5 Proposal Validity Period 90 days commencing after the

deadline for submission of proposals (see 4.2 above)

1 | P a g e

2.4 Clarifications of Requests for clarification shall be submitted 7 days solicitation documents before the deadline for submission of proposal.

UN Women shall endeavor to provide responses to clarifications in an expeditious manner, but any delay in such response shall not cause an obligation on the part of UN Women to extend the deadline date, unless UN Women deems that such an extension is justified and necessary.

Contact address for Requests for clarification should be addressed to the e-mail requesting clarifications on address: [email protected] the solicitation documents Clarification emails should include a subject header in the following format:

“UNW RFP Reference#EGY30-RFP-477, Request for Clarification, Company/Contractor Name” Proposers must not communicate with any other personnel of UN Women regarding this RFP.

The e-mail address above is for clarifications ONLY.

IMPORTANT: Do not send or copy the e-mail address above while submitting a proposal. Doing so will disqualify your proposal.

2.5 Pre-Proposal/Bid Meeting

☒ Not Applicable

3.9 Proposal Security ☒ Not Required

Proposal Security is not foreseen to be required by UN Women at this stage; however, UN Women reserve the rights to request a Proposal Security from the successful proposer at any stage.

2 | P a g e

7.4 Performance Security

☒ Not Required

Performance Security is not foreseen to be required by UN Women at this stage; however, UN Women reserve the rights to request a Performance Security from the successful proposer at any stage.

3.2 Waiver & Release of ☒ Required Return this Waiver to UN Women in advance Indemnity (If there is a site with the offer, to the contact below; visit/inspection) email to: [email protected]

4. The proposer will be selected based on the Evaluation Methodology and Criteria indicated in Annex III. 5. This letter is not to be construed in any way as an offer to contract with your organizatio

Yours sincerely,

Mohamed Harirah

Operations Manager

3 | P a g e

ANNEX 2

TERMS OF REFERENCE (TOR)

I- Background UN Women, grounded in the vision of equality enshrined in the Charter of the United Nations, works for the elimination of discrimination against women and girls; the empowerment of women; and the achievement of equality between women and men as partners and beneficiaries of development, human rights, humanitarian action and peace and security. The UN Women Egypt Country Office is based in Cairo, and works in the following priority areas: • Leadership and Political Participation; • Economic Empowerment; • Ending Violence Against Women;

II- Introduction Egypt has made significant progress in advancing gender equality and women’s empowerment over the last two decades. Since 2000, legislative reforms were introduced to the Personal Status Laws (Family Law) that have positively impacted the legal rights of women in the domain of marriage and family. For example, family courts were established with mediation offices staffed with trained social workers; a no-fault divorce, known as Khul’a divorce, was introduced; a government fund to support alimony payments was established; and the Nationality Law was amended to enable Egyptian mothers to confer their nationality to their children. More recently, the Penal Code was amended (2014) to introduce an article that explicitly criminalizes sexual harassment in addition to amendment of the law criminalizing FGM/C (2016) to become a felony with harsher penalties and amendment of the Inheritance law (2018) to impose stricter penalties for those that deny a family member their lawful inheritance rights. Furthermore, in 2018, the Law on the Rights of Persons with Disabilities was passed that introduced wide-reaching reforms to the legal rights of persons with disabilities in Egypt. It should be noted that the crime of sexual harassment was not explicitly mentioned in any of the provisions of the Egyptian law prior to the amendment of the Penal Code in 2014, which required the prosecution and courts, prior to the issuance of the law, to be creative in applying articles of other applicable laws to prosecute cases of sexual harassment in public spaces. However, there are challenges with regards to the enforcement of the law such as the lack of a comprehensive definition or a unified understanding of the concept of sexual harassment by the actors in the justice chain i.e. police, prosecutors, and judges. Furthermore, sexual harassment is understood as occurring in public spaces and does not cover sexual harassment occurring in the private domain or in the workplace. The law also neglects to increase the punishment for crimes of violence against women who are physically or mentally disabled.

These legislative reforms were catalysed by the issuance of a progressive constitution (2014) recognizing gender equality and non-discrimination guarantees. Furthermore, cognizant of women’s empowerment being a precondition for inclusive growth and social justice, the government launched the 2030 National Strategy for Women’s Empowerment (NSWE). With its four pillars - namely: (a) women’s leadership and

4 | P a g e

political participation; (b) women’s economic empowerment; (c) women’s social empowerment; and (d) protection of women, with ‘changing prevailing cultural norms’ and ‘legislative change’ as enablers of this four-pronged approach – the NSWE, in conjunction with the country’s Sustainable Development Strategy/Vision 2030, provides a roadmap to achieve the Sustainable Development Goals (SDG). Although violence in the private domain is now widely recognized as a human rights violation, violence against women and girls, especially the issue of sexual harassment in public spaces remains a largely neglected issue, often tolerated because it’s perceived as a ‘normal’ part of social life, with few laws, policies or programmes in place to effectively prevent and address it. The defining characteristic of violence against women in public spaces is its ordinary and continuous nature. While there are more violent crimes that occur, it is the everyday nature of violence and its normalization that mark it. The implementation of the Global Programme in Cairo was successful in tackling those issues and contributed to putting the problem of sexual harassment and other forms of violence against women in public spaces at the forefront of the local public policy agenda. Nevertheless, the programme has been implemented in mainly two neighbourhoods in and one in . To enhance women and girls’ access to their rights to a life free from violence in public spaces and gain increased autonomous mobility, there is a need to scale up the programme in other intervention areas. The governorate of , second largest in Egypt by its population size, is considered as a potential strategic new interventioneliverables area based on data generated from national surveys and studies on this issue. The governorate of Damietta that has seen the appointment of a woman Governor will also provide a good opportunity to work on safe public spaces in a mostly rural setting. Scaling up the programme to these new areas is critical to ensure wider progress of Egypt towards the goals of the 2030 Agenda for Sustainable Development, particularly Goal 5 on gender equality and Goal 11 on sustainable cities and communities. In addition, enlarging the implementation of the programme to a different area will be useful to support evidence-based policy support to address violence against women. The Safe Cities and Safe Public Spaces Free of Violence against Women and Girls programme aims to achieve the following outcomes:

(1) Gender-responsive locally relevant and owned interventions identified: Local ownership is the cornerstone for this flagship. This outcome focuses on building this ownership by creating multi- stakeholder partnerships and providing the evidence-base for stakeholders to identify solutions. The scoping study is an essential component. It is designed to provide valid and specific data to ensure a deep understanding of local forms of SVAWG in public spaces and the context in which it occurs. Programme design workshops are used to engage key stakeholders in active reflections on the findings of the scoping study, and to enable them to develop programmes with a specific set of results, based on the local context, vision, and joint stakeholders’ accountability. (2) Comprehensive legislation and policies to prevent and respond to SVAWG in public spaces: The capacity of local stakeholders will be assessed and enhanced to ensure that comprehensive legislation and policies to prevent and respond to SVAWG in public spaces are developed, and effectively implemented including strengthening the capacity of services providers and institutions. (3) Investments in the safety and economic viability of public spaces, including public infrastructure and economic development and with special concern for creating economic opportunities for women in the renewed public spaces. This includes building capacity of local governments to invest in engendering urban planning, including public infrastructure, such as markets, public transport, street lighting, social

5 | P a g e

services, sanitation, that provide safety, and economic empowerment for women and girls and benefits for the communities. (4) Social and cultural transformation – to ensure that attitudes and behaviors related to women’s and girls’ rights to enjoy public spaces free from SV improved, including through activities at community, institutional and individual level, engaging girls and boys and other influential champions in transformative activities in schools, and other venues that promote respectful gender relationships, gender equality and safety in public spaces.

III- Scope of the Assignment: Under the programme’s third outcome, strong partnerships are forged with local and national government and women’s rights NGOs to conduct urban landscape developments to ensure a woman- friendly physical environment in Damietta with the guidelines developed by UN Women in this regard.

A) Urban Upgrading of Women Friendly Space affiliated with Egypt Public Library in :

An intervention that will be subject to gender sensitive urban planning in cooperation with Damietta Governorate and Egypt Public Library, is “A Women Friendly Space” (WFS) that is planned to be upgraded, in Ezbet El-Borg city, Damietta governorate, on an extended area of 55 *25 meters, which is 1375 square meters. It is located behind Ezbet Elborg city council. The allocated space has different potentials to ensure women’s empowerment and provision of women and family friendly space. UN Women and Damietta Governorate are planning to invest resources in this intervention area to develop a comprehensive “women friendly centre and family community”. The intervention area may be used for several purposes such as provision of recreational spaces for hundreds of women and girls primarily and the local community generally. It may as well provide a space for women to sell their own handcrafted products that are produced in the local community of Ezbet ElBorg and in Damietta, and it can also be used for sports days for young girls and boys.

Damietta Governorate and UN Women seek to engage a qualified company to conduct a multidisciplinary study to assess potentialities of this public space informing a gender sensitive design for its planning. The multidisciplinary study should produce multiple choices for the spatial options allowing for needs of different targetd groups to be fulfilled. The developed design should be based on equitable participation and involvement of all groups, stimulating community involvement, social cohesion and ownership of this space especially for those who are often underrepresented, e.g. elderly women and children with low mobility, not only from the intervention area but also from its surroundings.

The multidisciplinary study is expected to be conducted by a comprehensive team of relevant experts Thereafter, a complete engineering design, tender documents, site supervision, commissioning of works and documentation for before and after progress as an integral part of the scope of assignments. The multidisciplinary study is expected to analyse site of interventions and surrounding factors from: urban, economic, gender, environmental and social aspects in order to result in developing a concept design, schematic design then a detailed design informing the upgrade of the intervention area: The space

6 | P a g e

surrounding Egypt Public Library in Ezbet El-Borg, Site supervision of urban upgrading of the women- friendly space in Ezbet El-Borg affiliated with Egypt Public Library in Damietta Governorate:

In close cooperation with Damietta Governorate, UN Women will finalize the process of developing a gender sensitive design for urban planning of a public space in Ezbet El-Borg area. The produced tender design has proposed a green family public garden allowing social cohesion and interaction within a safe and clean space. In light of the completed tender documents, UN Women and Damietta Governorate seek to hire a company to ensure site supervision of civil works in the selected area. The selected company is expected to be responsible for project management, site supervision proper follow and monitor of the contractor till completion of work and full site hand over.

B) Key tasks:

In the previously mentioned interevention area, the selected qualified company will be working under the direct supervision of the UN Women Egypt Country Office in close cooperation with Damietta Governorate and Egypt Public Library. While developing the upgrading schemes, the company should consider the following criteria: 1. Efficiency and functionality of using available outdoor spaces; 2. Safe and barrier free design inclusive of different groups; 3. Safety and security for the users; 4. Gender sensitivity and privacy for the users, as well as privacy from the surroundings; 5. Environmental sustainability (use of environmentally friendly materials and resource efficient approaches); 6. Compliance with the Egyptian codes and regulations, and with international quality standards and human rights-based principles; 7. Social Cohesion and community engagement, 8. Accessibility for people with low mobility: children, elderly and people with special needs;

Company’s Responsibilities The hired company will be responsible for the following in the intervention site (the WFS in Ezbet El- Borg): 1. Multidisciplinary Study: The selected team is expected to mobilize a range of complementary quantitative and qualitative tools, such as desk review for the requirements of the intervention area and the design of their surroundings as well as any previously conducted study/assessment relevant to selected areas. The conducted study shall inform developing: i) concept and schematic design; ii) detailed design; and iii) bidding documents - all informing the upgrade of the intervention area (the WFS in Ezbet El-Borg).

7 | P a g e

2. Conducting desktop research, participatory needs assessment and site surveys; 3. Developing multidisciplinary concept, schematic, and detailed designs for the intervention sites in close coordination with UN Women and the relevant authorities; 4. Preparing tender documents for the bidding process of the proposed interventions (including: Construction Drawings, Bills of Quantities, Specifications, etc.); 5. Support the tender action carried out by UN Women in terms of responding to contractors’ queries; conducting site visits with the tenderers; and evaluating the different bids; 6. Project management, site supervision and proper follow-up on the selected contractor(s). 7. Contract management, including contract administration and advice, review of executed works, review of submitted contractors’ invoices, settlement of potential claims, etc. 8. Commissioning and issuing Taking-Over Certificates (TOCs) following the satisfactory completion of the implementation/construction works implemented by the selected contractor(s), in close coordination with UN Women and the relevant authorities; 9. Follow up and commissioning of a complete set of “As-Built” drawings for all executed site works; 10. Provide contractual and technical support during the 12 months of the defect’s liability period for the executed works, including: o Providing contract management and follow up, as well as managing the final handing-over of the project, o Management and follow up on any defects and/or malfunctioning of the project’s equipment, material and/or construction with the main contractor and subcontractors, as well as preparation and management of the required inspections, and technical reporting, o Project management and site supervision of any related repairs, fixations and/or constructions, 11. Document the entire upgrading process reflecting the different phases (before, during and after intervention) - reflecting progress of implementation activities and recommendations for future initiatives.

Expected Deliverables:

The selected company is expected to deliver the following for the intervention site: 1. Multidisciplinary Study:

▪ The selected team is expected to mobilize a range of complementary quantitative and qualitative tools, such as desk review for the requirements of the intervention area and the design of their surroundings as well as any previously conducted study/assessment relevant to selected areas. The conducted study shall inform developing: i) concept and schematic design; ii) detailed design; and iii) bidding documents - all informing the upgrade of the intervention area

8 | P a g e

2.Preliminary Assessment and Intervention Options Report: for the intervention site, including, but not limited to:

▪ Suggested methodology, mobilized team members and qualitative/quantitative tools for site analysis; ▪ Assessment of the existing conditions of the site, based on a user-centred approach ensuring full engagement of survivors of violence and users of the intervention area, residents of its surroundings as well as respective governmental responsible; ▪ Suggested timeframe for multidisciplinary analysis, supervision and documentation of progress, customized to the intervention area; ▪ Preparation of several options Concept Designs to suit programme’s and users’ requirements, including at least two iterations based on feedback on the submitted options, 3.Multi-disciplinary Design Report: for the intervention site, including, but not limited to:

▪ Schematic and Detailed Designs proposing spatial arrangements, required interventions, options for construction and finishing materials, technical specifications, detailed drawings, bills of quantities, expected implementation timeframe and budget, etc. - covering architectural, structural, electro-mechanical and interior design interventions; 4.Tender Documents Package: for the intervention site:

▪ Based on the feedback and approval received from UN Women and the relevant authorities on the Multi-disciplinary Design Report, the company should prepare a tender package including, but not limited to: Construction Drawings, Bills of Quantities, Specifications, etc. 5.Site supervision and project management:

▪ Project management, site supervision and proper follow-up on the selected contractor(s). ▪ Contract management, including contract administration and advice, review of executed works, review of submitted contractors’ invoices, settlement of potential claims, etc. 6.Preliminary and Final Handing-Over Reports: for the intervention site, including, but not limited to:

▪ Commissioning and preliminary/final Taking-Over Certificates (TOCs); ▪ Complete/reviewed set of “As-Built” drawings for all executed site works (as-built drawings will be carried out by the Contractor); ▪ Defects and/or malfunctioning of the project’s equipment, material and/or construction with the main contractor and subcontractors; 7.Documentation Report: for the intervention site, including, but not limited to:

▪ Drawings, photographs and narrative documenting the entire upgrading process reflecting the different phases (before, during and after intervention) - reflecting progress of implementation activities and recommendations for future initiatives. 8.Monthly Progress Report: for the entire project reflecting the progress of the project’s different activities (assessments, design, tendering, implementation works, handing over, meetings with different parties, etc.)

9 | P a g e

10 | P a g e

ANNEX 3

EVALUATION METHODOLOGY AND CRITERIA 1. Preliminary Evaluation The preliminary evaluation is done to determine whether the offers meet the administrative requirements and Eligibility Criteria of the RFP. The standard eligibility criteria for suppliers wishing to engage in a contract are laid out below. Further information on doing business with UN Women/ how to become UN Women vendor can be found on UN Women’s website. Legal Capacity: Bidders may be a private, public or government-owned legal entity or any association with legal capacity to enter into a binding Contract with the United Nations Entity for Gender Equality and the Empowerment of Women (UN Women). Conflict of Interest: Bidders must disclose any actual or potential conflict of interest and they shall be deemed ineligible for this procurement process unless such conflict of interest is resolved in a manner acceptable to UN Women. Conflict of interest is present when:

• A Bidder has a close business or family relationship with a UN Women personnel who: (i) are directly or indirectly involved in the preparation of the bidding documents or specifications of the contract, and/or the bid evaluation process of such contract; or (ii) would be involved in the implementation or supervision of such contract;

• A Bidder is associated, or has been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by UN Women to provide consulting services for the preparation of the design, specifications, Terms of Reference, and other documents to be used for the procurement of the goods, services or works required in the present procurement process;

• A Bidder has an interest in other bidders, including when they have common ownership and/or management. Bidders shall not submit more than one bid, except for alternative offers, if permitted. This will result in the disqualification of all bids in which the Bidder is involved. This includes situations where a firm is the Bidder in one bid and a sub- contractor on another; however, this does not limit the inclusion of a firm as a sub- contractor in more than one bid. Failure to disclose any actual or potential conflict of interest may lead to the Bidder being sanctioned further by UN Women. Ineligibility Lists: A Bidder shall not be eligible to submit an offer if and when at the time of quotation submission, the Bidder:

11 | P a g e

• is included in the Ineligibility List, hosted by UNGM, that aggregates information disclosed by Agencies, Funds or Programs of the UN System;

• is included in the Consolidated United Nations Security Council Sanctions List, including the UN Security Council Resolution 1267/1989 list;

• is included in any other Ineligibility List from a UN Women partner and if so listed in the RFP Instructions;

• is currently suspended from doing business with UN Women and removed from its vendor database(s). Code of Conduct: All Bidders are expected to embrace the principles of the United Nations Supplier Code of Conduct, reflecting the core values of the Charter of the United Nations. UN Women also expects all its suppliers to adhere to the principles of the United Nations Global Compact and recommends signing up to the Womes Empowerment Principles. Other Formal Requirements:

▪ The offer is submitted as per the instructions to proposers ref: 4.1 and detailed in the Proposal Instruction Sheet above; ▪ Submitting companies are not included among United Nations suspended companies; ▪ Offers are signed by an authorized party, including Power of Attorney if stipulated; ▪ The offer is valid; ▪ The offer is complete and eligible. ▪ All local companies must be registered in Egypt and submit the commercial registration and tax card. ▪ International companies may apply if they have a registered office in Egypt and submit the office’s commercial registration and tax card. ▪ Proposal Submission form is filled and signed. ▪ Acceptance of UN Women General Conditions. ▪ Independently audited financial reports for year 2017, 2018. ▪ A cover letter with a brief presentation of your consultancy explaining the firm’s previous experiences in similar tasks and suitability for the work; ▪ A brief methodology on how you will approach and conduct the work ▪ CVs of the entire team conducting the work.

2. Cumulative Analysis Methodology: A proposal is selected on the basis of cumulative analysis; the total score is obtained by combining technical and financial attributes.

A two-stage procedure will be utilized in evaluating the proposals; the technical proposal will be evaluated with a minimum pass requirement of [70%] of the obtainable 700 points assigned for technical proposal. A proposal shall be rejected at this stage if it fails to achieve the minimum technical threshold of [70%] of the obtainable score of 700 points prior to any price proposal

12 | P a g e

being opened and compared. The financial proposal will be opened only for those entities whose technical proposal achieved the minimum technical threshold of [70%] of the obtainable score of 700 points and are determined to be compliant. Non-compliant proposals will not be eligible for further consideration. The total number of points (“maximum number of points”) which a firm/institution may obtain for its proposal is as follows: Technical proposal: 700 points Financial proposal: 300 points Total number of points: 1000 points Evaluation of financial proposal: In this methodology, the maximum number of points assigned to the financial proposal is allocated to the lowest price proposal. All other price proposals receive points in inverse proportion. A formula is as follows: p = y (μ/z) Where: p = points for the financial proposal being evaluated y = maximum number of points for the financial proposal μ = price of the lowest priced proposal z = price of the proposal being evaluated The contract shall be awarded to the proposal obtaining the overall highest score after adding the score of the technical proposal and the financial proposal. Evaluation of technical proposal: The technical proposal is evaluated and examined to determine its responsiveness and compliancy with the requirements specified in this solicitation documents. The quality of each technical proposal will be evaluated in accordance with the following technical evaluation criteria and the associated weighting (total possible value of 700 points):

13 | P a g e

1.0 Expertise and Capability of Proposer Points Expertise of organization submitting proposal obtainable General Organizational Capability which is likely to affect performance (i.e. size 1.1 of the organization, strength of management support) 30 Extent to which any work would be subcontracted (subcontracting carries 1.2 additional risks which may affect delivery, but properly done it offers a chance 20 to access specialized skills.) 1.3 Quality assurance procedures, monitoring mechanisms 30 A proven ability to liaise with a myriad of stakeholders and partners, including government, civil society, international organizations and grassroots 1.4 40 organizations.

Sound knowledge of international standards on women’s rights, gender mainstreaming and related instruments; Familiarity with women issues in public space such as exposure to violence 1.5 against women, access to ervices, freedom and safety of navigation in public 50 spaces,

A proven ability of strong analytical, reporting, communication, documentation 1.6 and presentation skills 30 Relevance of:

- Specialized knowledge, - Experience on similar programme/project of conducting similar engineering assignments and multidisciplinary studies)

- Experience on projects requiring coordination with government entitiess, 1.5 230 - Experience in Similar gender sensitive and survivor centered approach programmes/projects, - Capability statement of the firm, - Work for UN Women/ UN agencies/ major multilateral/ or bilateral programmes,

- Good knowledge of rights-based approach and result-based management. 430 2.0 Proposed Work Plan and Approach Points Proposed methodology obtainable o To what degree does the offeror understand the task? 2.1 o Does the proposal address the needs of the project and the 120 important aspects of the task on detail?

14 | P a g e

o Is the conceptual framework adopted appropriate to the task? o Is the proposed methodology considers a relevant analysis and ensures efficient mobilization of qualitative and quantitative tools? o Is the presentation clear and the sequence of activities and planning logical, realistic and promise efficient implementation?

2.2 o Management Services – Timeline and deliverables. 50 170 3.0 Resource Plan, Key Personnel Points Qualification and competencies of proposed personnel obtainable

o Task manager o General qualification of the staff assigned to the task, including:

3.1 Suitability for the task, international experience, professional experience in the 70 area of specialization, experience in designing public spaces, knowledge of the Egyptian context (specifically ) and Langauge qualifications.

Curriculum vitae of the proposed team that will be involved either full or part 30 time [70%] of [700] pts = [490] pts needed to pass technical 100

A proposal shall be rejected at this stage if it fails to achieve the minimum technical threshold of 70% of the obtainable score of 700 points for the technical proposal.

15 | P a g e

ANNEX 4

FORMAT OF TECHNICAL PROPOSAL

Technical Proposals not submitted in this format may be rejected. Financial Proposals must be submitted in a separate envelope or attached in a separate e- mail to a different e-mail address where electronic submission is required.

Proposer is requested to include a half page value statement indicating why they are most suitable to carry out the assignment.

Name of Proposing Organization:

Country of Registration:

Type of Legal entity:

Name of Contact Person for this Proposal:

Address:

Phone:

E-mail:

Section 1.0: Expertise and Capability of Proposer

1.1 Organizational Architecture

• Background: Provide a brief description of the organization submitting the proposal, including if relevant the year and country of incorporation, types of activities undertaken, and approximate annual revenue. • Financial capacity: The Proposer shall demonstrate its financial capacity and reliability with regard to the requirements of the Terms of Reference, which can be established by supporting documentation including for example the most recent Audited Financial Statements duly certified by a public accountant. [Request for financial capacity of intuition should depend on the nature/complexity of the work, as defined in the TOR]

1.2 Adverse judgments or awards

• Include reference to any adverse judgment or award.

16 | P a g e

1.3 General Organizational Capability

• Outline General Organizational Capability which is likely to affect performance (i.e. size of the organization, strength of project management support e.g. project management controls, global networking, financial stability). • Include a description of past and present experience and relationships that have a direct relationship to the performance of the TOR. Include relevant collaborative efforts the organization may have participated in. • Explain any partnerships with local or other organizations relevant to the performance of the TOR. Special attention should be given to providing a clear picture of roles, responsibilities, reporting lines and accountability. Letters of commitment from partners and an indication of whether some or all have worked together previously. • Highlight the existence or lack thereof of prior approval from the Government to work in the governorate mentioned in the proposal. 1.4 Subcontracting

• Explain whether any work would be subcontracted, to whom, how much percentage of the work, the rationale for such, and the roles of the proposed sub-contractors. Special attention should be given to providing a clear picture of the role of roles, responsibilities, reporting lines and accountability. 1.5 Quality assurance procedures, risk and mitigation measures

• Describe the potential risks for the performance of the TOR that may impact achievement and timely completion of expected results as well as their quality. Describe measures that will be put in place to mitigate these risks. Provide monitoring indicators and tools that will be used to track progress of the project activities. 1.6 A proven ability to liaise with a myriad of stakeholders and partners, including government, civil society, international organizations and grassroots organization: Relevance of Specialized Knowledge and Experience on Similar Projects

Relevance of:

- Conducting evaluation or assessment assignments with strong analytical skills, - Conducting consultancy assignments with government organizations,

- Experience in Similar Programme / Projects - Capability statement of the firm, and list of similar research tasks. - Work for other UN agencies/ major multilateral/ or bilateral programmes - Good knowledge of rights-based approach and result-based management.

1.7 Relevance of Specialized Knowledge and Experience on Similar Projects

• Detail any specialized knowledge that may be applied to performance of the TOR. Include experiences in the region. • Describe the experience of the organization performing similar goods/services/works. Experience with another UN organizations/ major multilateral / or bilateral programmes is highly desirable. • Provide at least 3 references

17 | P a g e

Project Client Contract Value Period of Role in relation to Reference performa undertaking the Contact Details nce goods/services/works (Name, Phone, (from/to) Email)

1-

2-

3-

Section 2.0: Proposed Work Plan and Approach

2.1 Analysis approach, methodology

• Analysis Approach, proposed evaluation Methodology-sampling size and selection methodology, including Proposer’s understanding of UN Women’s work, adherence to procurement principles and TOR Provide a description of the organization’s approach, methodology, and timeline for how the organization will achieve the TOR. Reference should be made to the approach on the different trainings needed. • Explain the organization’s understanding of UN Women’s needs for the goods/services/works. • Identify any gaps/overlaps in UN Women’s coverage based on the information provided. • Describe how your organization will adhere to UN Women’s procurement principles in acquiring services on behalf of UN Women. UN Women’s general procurement principles: a) Best Value for money b) Fairness, integrity and transparency c) Effective competition d) The best interests of UN Women 2.2 Management - timeline, deliverables and reporting

• Provide a detailed description of how the management for the requested goods/services/works will be implemented in regard to the TOR 2.3 Environment-related approach to the service/work required

• Please provide a detailed description of the methodology for how the organization/firm will achieve the Terms of Reference of the project, keeping in mind the appropriateness to local conditions and project environment. Section 3.0: Resource Plan, Key Personnel

3.1 Composition of the team proposed to perform TOR, and the work tasks (including supervisory)

Describe the availability of resources in terms of personnel and facilities required for the TOR. Describe the structure of the proposed team/personnel, and the work tasks (including supervisory) which would be assigned to each. An organigram illustrating the office location (city and country), reporting lines, together with a description of such organization of the team structure, should be submitted.

18 | P a g e

Provide Curriculum vitae of the proposed personnel that will be involved either full time or part time.

Highlight the relevant academic qualifications, specialized trainings and pertinent work experience.

Substitution of key personnel shall only be permitted in accordance with section 2.4 of the General Conditions of Contract.

Please use the format below, with each CV no more than THREE pages in length.

Sample CV template:

Name:

Position for this Assignment:

Nationality:

Language Skills:

Educational and other Qualifications

Employment Record: [Insert details of as many other appropriate records as necessary] From [Year]: To [Year]: Employer:

Positions held:

Relevant Experience (From most recent; Among the assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the tasks listed under the TOR) [Insert details of as many other appropriate assignments as necessary]

Period: From - To Name of Job Title, main project features, and project/organization: Activities undertaken

References (minimum (Name/Title/Organization/Contact Information – Phone; Email) 3)

19 | P a g e

ANNEX 5

FORMAT OF FINANCIAL PROPOSAL

The financial proposal must be prepared as a separate PDF file from the rest of the RFP response as indicated in Clause 3.4.1 of the Instruction to Proposers. The components comprising the total price must provide sufficient detail to allow UN Women to determine compliance of proposal with requirements as per TOR of this RFP. The proposer shall include a complete breakdown of the cost elements associated with each line item and those costs associated with any proposed subcontract/sub-awards (separate breakdown) for the duration of the contract. Provide separate figures for each functional grouping or category. Estimates for cost-reimbursable items, if any, such as travel, and out-of-pocket expenses should be listed separately. In case of an equipment component to the service provided, the financial proposal should include figures for both purchase and lease/rent options. UN Women reserves the option to either lease/rent or purchase outright the equipment through the contractor. In addition, the financial proposal must include, but not necessarily be limited to, the following documents: 1. A summary of the price in words and figures i. Price breakdown: The price must cover all the services to be provided and must itemize the following:

a. An all-inclusive fee rate per working day for each expert to be assigned to the team. The fee rate must include remuneration of each expert, all administrative costs of employing the expert and the margin covering the proposer’s overhead and backstopping facilities. b. An all-inclusive daily subsistence allowance (DSA) rate (otherwise known as a “per diem rate”) for every day in which the experts shall be in the field for purposes of the assignment. c. An all-inclusive amount for necessary international travel and related expenses by the most appropriate means of transport and the most direct economy class practicable route. The breakdown shall indicate the number of round trips per team member. d. An all-inclusive amount for local travel, if applicable. e. If applicable, other costs required for purposes of the assignment not covered in the foregoing or beneath paragraphs such as communication, printing and dispatching of reports to be produced during the assignment, rental and freight of any instruments or

20 | P a g e

equipment required to be provided by the proposer for the purposes of the services, office accommodation, investigations, surveys, etc. f. Summary of total cost for the services proposed. ii. Schedule of payments: Proposed schedule of payment might be expressed by the proposer, and payment will be made by UN Women in the currency of the proposal. The payment schedule must be linked to the delivery of the outputs specified in your technical component.

In case two (2) proposals are evaluated and found to be equal in terms of technical competency and price, UN Women will award contract to the company that is either women-owned or has women in the majority in support of UN Women’s core mandate. In the case that both companies are women-owned or have women in the majority, UN Women will request best and final offer from both proposers and shall make a final comparison of the competing proposers. Payment Schedule:

Payment will be based on the completion of each milestone.

Note that travel required to any of the intervention areas should also be included in the financial proposal submitted by the bidder. UN Women does not pay for travel time to get to intervention sites.

A. Cost Breakdown per Deliverables

Milestones: Unit Rate QTY Total Time Line including all applicable taxes 1 Milestone 1 1.1 Multidisciplinary Study - 27 February 2020 Total Milestone 1

2 Milestone 2 2.1 Preliminary Assessment and Intervention Options 31 March 2020 Report Total Milestone 2 3 Milestone 3

3.1 31 March 2020 1. Multi-disciplinary Design Report Total Milestone 3 4 Milestone 4

4.1 Tender Documents Package 15 May 2020 Total Milestone 4

5 Milestone 5

21 | P a g e

5.1 Site supervision and project management Four months starting from 1 July 2020 Total Milestone 5 6 Milestone 6

6.1 Preliminary and Final Handing-Over Reports 31 October 2020 Total Milestone 6 7 Milestone 7

7.1 Documentation Report 30 November 2020 Total Milestone 7 8 Milestone 8

8.1 Monthly reports Four months starting from 30 July 2020 Total Milestone 8 TOTAL BUDGET including all applicable taxes and service fees.

Signature of Financial Proposal The Financial Proposal should be authorized and signed as follows: "Duly authorized to sign the Proposal for and on behalf of ______(Name of Organization) ______Signature/Stamp of Entity/Date

Name of representative: ______Address: ______

Telephone: ______Email: ______

22 | P a g e

ANNEX 6

PROPOSAL SUBMISSION FORM

[The proposer shall fill in this form in accordance with the instructions indicated. No alterations to its format shall be permitted and no substitutions shall be accepted.]

To: UN Women Date: 21 El Nahda St. Maadi, Cairo, Egypt.

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Proposal Solicitation Documents; (b) We offer to supply in conformity with the Proposal Solicitation Documents the following Urban upgrading intervention in Damietta- creating a women friendly space and undertake, if our proposal is accepted, to commence and complete delivery of all services specified in the contract within the time frame stipulated. (c) We ensure any due diligence regarding the legal review and ability to be compliant to all contract terms and conditions has been undertaken prior to the submission of our offer. Submission of this offer is confirmation of accepting a UN Women contract included herein. (d) We offer to supply for the sum as may be ascertained in accordance with the Financial Proposal submitted in accordance with the instructions under the Proposal Instruction Sheet; (e) Our proposal shall be valid for a period of [90] days from the date fixed for opening of proposals in the Request for Proposal, and it shall remain binding upon us and may be accepted at any time before the expiration of that period; (f) If our proposal is accepted, we commit to obtain a performance security with the instructions under the Proposal Instruction Sheet; (g) We, including any subcontractors or suppliers for any part of the contract, have nationality from countries …………..

(h) We have no conflict of interest in accordance with Clause 1.2 (Eligible Proposers) of the RFP Instructions to Proposers; (i) Our firm, its affiliates or subsidiaries—including any subcontractors or suppliers for any part of the contract—has not been declared ineligible by UN Women, in accordance with Clause 1.2 (Eligible Proposers) of the RFP Instructions to Proposers; (j) We understand that you are not bound to accept the lowest evaluated proposal or any other proposal that you may receive.

Signed: ______In the capacity of ______Name: ______Duly authorized to sign the proposal for and on behalf of: _____ Dated on ______day of ______, ______

23 | P a g e

ANNEX 7

VOLUNTARY AGREEMENT

Voluntary Agreement to Promote Gender Equality and Women’s Empowerment Between (Name of the Contractor) And The United Nations Entity for Gender Equality and the Empowerment of Women The United Nations Entity for Gender Equality and the Empowerment of Women, a composite entity of the United Nations established by the United Nations General Assembly by its resolution 64/289 of 2 July 2010 (hereinafter referred to as “UN Women”) strongly encourages (Name of the Contractor) (hereinafter referred to as the “Contractor”) to partake in achieving the following objectives:

☐ Acknowledge values & principles of gender equality and women’s empowerment; ☐ Provide information and statistical data (that relates to policies and initiatives that promote gender equality and women empowerment), upon request; ☐ Participate in dialogue with UN Women to promote gender equality and women’s empowerment in their location, industry and organization; ☐ Establish high-level corporate leadership for gender equality; ☐ Treat women and men fairly at work and respect and support human rights and nondiscrimination; ☐ Ensure health, safety and wellbeing of all women and men workers; ☐ Promote education, training and professional development for women; ☐ Implement enterprise development, supply chain and marketing practices that empower women; ☐ Promote equality through community initiatives and advocacy; ☐ Measure and publicly report on progress to achieve gender equality.

On behalf of the contractor: Name : ______, Title : ______Address : ______Signature : ______Date: ______

24 | P a g e

ANNEX 8

GENERAL CONDITIONS OF CONTRACT UN Women General Conditions can be accessed at: http://www.unwomen.org/-/media/headquarters/attachments/sections/about%20us/procurement/un- women-general-conditions-of-contract-services-en.pdf?la=en&vs=5729

Model form of Contract: http://www.unwomen.org/-/media/headquarters/attachments/sections/about%20us/procurement/un- women-model-professional-service-contract-en.pdf?la=en&vs=400

25 | P a g e

ANNEX 9

JOINT VENTURE/CONSORTIUM/ASSOCIATION INFORMATION FORM (to be completed and returned with your technical proposal)

JV / Consortium/ Association Information

Name of leading partner (with authority to bind [insert name, address, telephone/fax or cell the JV, Consortium/Association during the Bidding number, and the e-mail address] process and, in the event a Contract is awarded, during contract execution)

[insert JV’s Party legal name] {Attach original copy JV’s Party Legal Name: of document of incorporation/registration of the JV, in accordance with Clause 3 (Eligible Bidders)

JV’s Party Country of Registration: [insert JV’s Party country of registration]

JV’s Party Year of Registration: [insert JV’s Part year of registration]

[insert JV’s Party legal address in country of JV’s Party Legal Address in Country of Registration: registration]

Consortium/Association’s names of each partner/authorized representative and contact information

Name of partner: ______Name of partner: ______Address : ______Address : ______Phone Number(s) : ______Phone Number(s) : ______Email Address(es) : ______Email Address(es) : ______

Name of partner: ______Name of partner: ______Address : ______Address : ______Phone Number(s) : ______Phone Number(s) : ______Email Address(es) : ______Email Address(es) : ______

26 | P a g e

Attached are copies of original documents of: [check the box(es) of the attached original documents]

 Articles of Incorporation or Registration of Consortium/Association Agreement firm named in 2, above, in accordance with Clause 3 (Eligible Bidders).  JV Agreement, or letter of intent to enter into such an Agreement, signed by the legally authorized signatories of all the parties

Signatures of all partners/authorized representatives: We hereby confirm that if the contract is awarded, all parties of the Joint Venture, or Consortium/Association shall be jointly and severally liable to UN Women for the fulfillment of the provisions of the Contract.

Name of partner: ______Name of partner: ______

Signature: ______Signature: ______

Date: ______Date: ______

Name of partner: ______Name of partner: ______

Signature: ______Signature: ______

Date: ______Date: ______

27 | P a g e

ANNEX 10

SECURITY INSTRUMENTS

The Proposal and Performance Security Forms can be accessed by the proposer by following the below link. http://www2.unwomen.org/~/media/commoncontent/procurement/un-women-procurement- rfp-security-instruments-en.docx

28 | P a g e

ANNEX 11

RELEASE AND WAIVER OF LIABILITY

This Release and Waiver of Liability (the “Release”) is executed by NAME: [ ] (the “Visitor”) in favor of the United Nations Entity for Gender Equality and the Empowerment of Women (“UN Women”), a composite entity of the United Nations established by the United Nations General Assembly by its resolution 64/289 of 2 July 2010, and its officials, representatives, staff and agents. In consideration of being granted access to the property located at [insert address] (the “Site”), the Visitor acknowledges, agrees and represent the below:

1. The Visitor acknowledges that the Site is a dangerous environment and safety hazards may be present despite safety precautions taken, and accessing the Site involves risks of injury, illness, death, and/or damage to his/her property.

2. The Visitor assumes full responsibility for any risks of personal injury, illness, death, and/or damage to his/her property arising from or in any way connected to his/her access to the Site.

3. THE VISITOR UNDERSTANDS THAT THIS RELEASE DISCHARGES UN WOMEN FROM ANY AND ALL LIABILITY, CLAIMS, AND DEMANDS OF WHATEVER KIND OR NATURE WITH RESPECT TO ANY PERSONAL INJURY, ILLNESS, DEATH, AND/OR DAMAGE TO HIS/HER PROPERTY ARISING FROM OR IN ANY WAY CONNECTED TO VISITOR'S ACCESS TO THE SITE, WHETHER CAUSED BY THE NEGLIGENCE OF UN WOMEN OR ITS OFFICIALS, REPRESENTATIVES, STAFF OR AGENT OR OTHERWISE. VISITOR ALSO UNDERSTANDS THAT UN WOMEN DOES NOT ASSUME ANY RESPONSIBILITY FOR OR OBLIGATION TO PROVIDE FINANCIAL ASSISTANCE OR OTHER ASSISTANCE, INCLUDING BUT NOT LIMITED TO MEDICAL, HEALTH, OR DISABILITY INSURANCE IN THE EVENT OF INJURY OR ILLNESS.

I hereby attest that I have read and, intending to be legally bound, agree to the above on the date indicated below. Name: ______Address: ______

Emergency Contact Name: ______Relationship to you: ______Phone Number: ______Email address: ______

Signature: ______Date: [DD]/[MM]/[YYYY]

29 | P a g e

ANNEX 12

SUBMISSION CHECKLIST For email submissions:

Technical Proposal PDF sent to the technical e-mail address specified in the Invitation Letter includes: • Technical Proposal • Proposal Submission form • Joint Venture Form (if a joint venture) • Voluntary Agreement to Promote GE & WE (Voluntary) • Proposal Security Form (if required) • Performance Security Form (if required) Financial Proposal PDF sent to the financial e-mail address specified in the Invitation Letter includes: • Financial Proposal • Financial Excel Spreadsheet (if required)

Please check-off to confirm the below: MODEL FORM OF CONTRACT HAS BEEN READ AND UNDERSTOOD THE GENERAL CONDITIONS OF THE CONTRACT HAVE BEEN READ, UNDERSTOOD, DULY REVIEWED BY A LEGAL ENTITY FOR MY ORGANIZATION’S ABILITY TO COMPLY AND ACCEPT ALL TERMS.

30 | P a g e