<<

STANDARD PROCUREMENT DOCUMENT

Selection of Consultants

Request for Expressions of Interest

Employer: ILBANK

Funds from: Agence Française de Développement (AFD) by delegation of the European Union Facility for Refugees in

May 2021

ope-M2092a - Request for Expressions of Interest – V6 Selection of Consultants – Request for Expressions of Interest 1

TURKEY

İLBANK

MUNICIPAL SERVICES PROJECT I

Design Review, Preparation of Bidding Documents and Construction Supervision Services

for

Consultancy Services for Design Review, Preparation of Bidding Documents and Construction Supervision Services for Hatay Dörtyol Drinking Water Project, Akdeniz District -Kazanlı and Homurlu Neighborhood Sewerage Project, Mersin District Tömük-Arpaçbahşiş Neighborhood Sewerage Network, WWTP and Sea Outfall Project (AFD2-C2)

CONSULTING SERVICES Expressions of Interest

İLBANK has applied for a financing from Agence Française de Développement ("AFD"), and intends to use part of the funds thereof for payments under the following project Municipal Services Project II (the content of which is further described in the Appendix 1 below).

 Description of the Services:

The Services of the consultant shall consist of design review, preparation of bidding documents, technical assistance during the bidding stage, and work supervision during construction stage and defects liability period (DLP) services for the following drinking water, waste water network, wastewater treatment plant and sea outfall Sub-project investments.

I. (Hatay) Dörtyol Drinking Water Project

Official 2018 data show that the number of registered Syrian refugees in Hatay is 442,091 (account for 28.07 % of whole Hatay population), which is the one of the highest numbers in Turkey. Population in Dörtyol is estimated to be around 115,000, including 24,000 registered Syrian refugees.

The sub-project area is Dörtyol centrum and its adjacent neighbourhoods - Çaylı, Ocaklı and Özerli. Dörtyol is a district of , 88 km away from Hatay city center, with a surface area of 342 km2. Population in Dörtyol is estimated to be around 115,000, including 24,000 registered Syrian refugees.

The drinking water network in Dörtyol has reached its economic life span; the non revenue water (NRW) rate in the project’s area is above 50%, and should reach 25% after the project’s implementation, according to HATSU’s estimates. The network currently consists of PVC and cement-asbestos pipes, which frequently burst; some of the transmission lines also need to be replaced.

ope-M2092a - Request for Expressions of Interest – V6 Selection of Consultants – Request for Expressions of Interest 2

According to the new drinking water network detailed design approved by ILBANK, the Sub- Project consists of

(i) approximately 240 km of distribution lines (ø 90 / ø 700 mm) and 12 km of transmission lines, (ii) around 11,300 house connections (renewals) and (iii) a new water tank with a capacity of 500 m3.

The Project Owner will be HATSU.

II. (Mersin) Akdeniz District Toroslar-Kazanlı and Homurlu Neighborhood Sewerage Project

Mersin is the 11th most populous province of Turkey and a port on the Mediterranean cost of Turkey. This Sub-Project’s area includes the neighbourhoods of Toroslar, Kazanlı and Homurlu, which are located in Mersin’s Akdeniz district. The combined population of these rather rural neighborhoods reached 5,200 people, within a perimeter of about 14.4 km2. Most of the households in the Sub-Project’s area use septic tanks, which are considered to have a leaky structure. As a consequence, a new sewerage network should be constructed based on sound engineering practices, with the objective of connecting approximately 60% of the people in the project’s area by the end of the implementation period (2025). The Sub-Project will consist in the construction of approximately 67km of sewage network, including around 3,000 house connections.

The treated effluents will be connected to the existing Karaduvar WWTP.

MESKI will be the Project Owner.

III. (Mersin) Erdemli District Tömük-Arpaçbahşiş Neighborhood Sewerage Network, WWTP and Sea Outfall Project

Mersin is the 11th most populous province of Turkey and a port on the Mediterranean cost of Turkey. The Sub-Project targets two neighborhoods, namely Tömük and Arpaçbahşiş, which are located inside the borders of Erdemli district, and account for a total population of approximately 20,000 people in winter and 65,000 people in summer. Syrian refugees are estimated to account for approximately 12% of the population in Mersin. Two different types of settlements characterize the project area: in the north, there is a rural area where the permanent population lives (using mostly individual septic tanks) and, in the south, there is a more urban area containing secondary houses (where wastewater is removed through large-volume collective septic tanks and package wastewater treatment plant). Only 10% of the project area’s population is connected to the network, but the collected wastewater is discharged without proper treatment in the nearest stream.

The Sub-Project aims at the construction of

(i) a wastewater network of approximately 50km, including 6 pumping stations and about 1,700 parcel connections, (ii) a WWTP with advanced biological treatment and a capacity of 23,000m3/day as a first stage (2035), (iii) a deep-sea discharge outlet, on the basis of the total capacity projected for stage 2 (2050), with an expected length of 544 m on the coast (between the pumping station and the sea) and 2,000 m in the sea.

ope-M2092a - Request for Expressions of Interest – V6 Selection of Consultants – Request for Expressions of Interest 3

The sub-project will thus serve both the permanent and secondary housing population of the project area, allowing to reach a 100% connection rate to a safely managed wastewater service.

MESKI will be the Project Owner.

All detailed designs and technical specifications will be available in Turkish. Tender documents are expected to be in Turkish as well. Fluency in English and Turkish will be essential (for at least some members of the team) to the completion of the Consultancy.

The Consultant’s Services will be implemented over following two main phases:

Phase-1 (Lump-Sum): Design Review, Preparation of Bidding Documents and Technical Assistance during the bidding and evaluation period

Phase-2 (Time Based): Supervision of construction works and defects liability period (DLP)

The estimated duration of the Services is seven (7) months for Phase-1 (Design Review & Bidding Document preparation period is 3 months + Bidding & Evaluation period is 4 months) and thirty-six (36) months for Phase-2 including twelve (12) months of Defects Liability Period (DLP). The total required time input for the Key Experts is estimated at this stage to be 500 person-months. This does not include the required time input from personnel other than the Key Experts,

Location of Services

Phase 1: For the design and procurement stage, services may be handled from anywhere, provided regular communication is made possible with ILBANK’s representatives (in ) and representatives of the municipalities in coordination with ILBANK’s representatives. However, site visits (in Hatay and Mersin Cities) may be required in the course of design review.

Phase 2: Substantial presence will be required on site. The location of phase 2 services will be mainly within the region of Hatay and Mersin Cities and around.

İLBANK hereby invites Applicants to show their interest in delivering the Services described above.

This Request for Expressions of Interest is open to:

Consulting firms  Individual consultants

 Joint Venture between NGO(s) and  NGOs consulting firm(s)

Eligibility criteria to AFD financing are specified in sub-clause 1.3 of the "Procurement Guidelines for AFD-Financed Contracts in Foreign Countries", available online on AFD’s website: http://www.afd.fr.

The Applicant shall submit only one application, either in its own name or as a member of a Joint Venture (JV). If an Applicant (including any JV member) submits or participates in more than one application, those applications shall be all rejected. However, the same Subconsultant may participate in several applications.

If the Applicant is a JV, the expression of interest shall include:

 a copy of the JV Agreement entered into by all members,

ope-M2092a - Request for Expressions of Interest – V6 Selection of Consultants – Request for Expressions of Interest 4

or

 a letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal,

In the absence of this document, the other members will be considered as Subconsultants.

Experiences and qualifications of Subconsultants are not taken into account in the evaluation of the applications.

 Specific Content of the Application and Evaluation Criteria

Interested Applicants must submit an Expression of Interest (EoI) written in English Language and shall provide the following information:

(i) Cover Letter, comprising the firm's name, address, contact person, telephone, fax and email if applicable mention the association for this project with a letter of authorization to sign the EoI.

(ii) Presentation of firms showing the firm’s main activities, year of establishment, number of permanent staff and part-timers, fields of expertise, yearly turnover for the previous 3 years (2018 – 2020) and client references (name, address, telephone number, email address of client, (presentation max. 3 pages per firm, without brochures)), as well as the list of its ongoing projects (including the name of experts mobilized). In case of an association, it must include clear statements regarding the nature and type of the association as well as the competence and responsibilities of each association member.

(iii) Statements and Declarations :

- Declaration of Association – presenting the intended contractual arrangement between the joint venture members and/or sub- consultants, nominating the lead consultant and including letters of intent of participating firms (in case of sub-contractors a fax copy of such letter of intent is sufficient) as described above, with regards to JV arrangements. In case of a Joint Venture (JV), all members of the JV will be evaluated jointly for the purpose of short listing and shall be jointly and severally liable for the assignment and shall sign the contract in case award is made to that JV group. - Statement of Integrity signed following the template in Appendix 3. - Statement of Undertaking on Security following the template in Appendix 4.

(iv) List of Project References; a minimum of five (5) relevant references (WB format can be used for the submission of references-Appendix 2) on assignments in drinking water and wastewater network, WWTP and sea discharge and sector of a similar size and nature not older than 10 years must be provided in order to satisfy the criteria defined in the table A below. This list shall include the value of consulting services and value of works, location, number of staff involved in the contract, name of the Client, name of partners for contract execution and share of services, source of financing, type of services provided, contract commencement and completion dates, brief description of the contract. The consultants are free to present two different tables, one showing their project specific experience, one showing their regional/local experience.

ope-M2092a - Request for Expressions of Interest – V6 Selection of Consultants – Request for Expressions of Interest 5

(v) Brief CV of Applicant’s staff (CV of experts requested below for these services) who could provide the envisaged services (max. 3 pages per CV), in order to satisfy the criteria defined in the table below. This list shall allow a profound judgement on the consultants' general ability to provide the required personnel having the specific experience for the project in case of an offer. EU format can be used for the submission fo the CV’s),

At this stage, it is expected that the Services will require minimum, below mentioned Key Experts:

For Phase 1:

Key Experts No

Design Project Manager 1

Design and Process Engineer (Civil Engineer/ Environmental Engineer) (for 2 Process calculations and networks)

Geotechnical Engineer 1

Mechanical Engineer 1

Electrical Engineer 1

Survey Engineer 1

Procurement Specialist (preferably engineer) 1

Environmental Expert (Environmental Engineer) 1

Social Expert 1

For Phase 2:

Key Experts No

Project Manager 1

Resident Engineers (Civil/Environmental) 4

Mechanical Engineer 2

Electrical Engineer 2

Payment Certification Control, Quality and Cost Engineer (preferably Civil 1 Engineer)

Survey Engineer 2

Environmental Engineer 1

Social Expert 1

 Interested Applicants are requested to submit concise, clear, but substantial documents and to adhere to the above structure compliance with this invitation. Any surplus of information not specific to the material requested will not be considered.

ope-M2092a - Request for Expressions of Interest – V6 Selection of Consultants – Request for Expressions of Interest 6

 Only Applicants having submitted the necessary documents listed above will be evaluated. Specific evaluation criteria and their individual weight are presented in the following table A:

Table A: Evaluation Criteria

Criteria Points 1. Evidence of relevant experience gained by consultants during 75 the past ten years (experience of the firm)

1.1 Experience in handling similar (on drinking water and wastewater

network, WWTP and sea discharge) projects (reference projects) with key-focus on the following activities (technical):

1. Preparation and/or review of detailed designs 20 2. Preparation of bidding documents and assistance to the 10 Contracting Authority during the bidding process 3. Works supervision 30

1.2 Experience with working conditions in the region (with a preference for 5 Turkey)

International experience (outside of the home region) preferably in 5 similar activities (reference projects)

Experience on projects financed by international donors such as AFD, 5 the World Bank, the EU, etc.

2. Assessment of available technical staff, in the company, with 20 expertise relevant to the scope of works (on drinking water and wastewater network, WWTP and sea discharge) with sufficient , based on the CVs/resumes provided.

Please note that the precise definition of needed expertise will be inserted in the Request for Proposals.

3. Assessment of financial capacity based on the average annual 5 turnover

Total 100

Among the submitted applications, ILBANK will shortlist a maximum of six (6) Applicants, either all the Applicants passing the minimum threshold which is 70 points or the six higest-ranked Applicants if more than six (6) Applicants are above the minimum threshold define above. The Request for Proposals to carry out the Services shall be sent to these shortlisted Applicants.

The Contracting Authority is not bound to select any Applicant. Interested consultants may obtain further information from the e-mail address below during office hours from 10.00 to 16.00 hours (local time).

Expressions of interest must be delivered to the e-mail address below by June 4, 2021 16:00 hrs (local time). The Applications shall be only submitted by e-mail due to the COVID-19 pandemic and Letter of Application as well as with attached documents requested above

ope-M2092a - Request for Expressions of Interest – V6 Selection of Consultants – Request for Expressions of Interest 7

(signed, stamped and scanned) shall be sent through the official e-mail of the Interested Consultants within the specified time. ILBANK will send an e-mail to the applicants within one day after the application due date in order to confirm that the expressions of interests have been received. ILBANK reserves the right to reject the applications received after the above- referenced date.

Attn: Mr. Özkan ÇÜÇEN, Manager of Contract Management Unit

ILBANK International Relations Department, Contract Management Unit

Kızılırmak Mahallesi Ufuk Üniversitesi Caddesi No:12

06510 Çukurambar-Çankaya/ANKARA, TURKEY

Telephone: +90 (312) 509 79 05

Email: [email protected]

Web site: http://www.ilbank.gov.tr

Interested Applicants may obtain further information at the address during office hours: 10:00 – 17:00.

ope-M2092a - Request for Expressions of Interest – V6 Selection of Consultants – Request for Expressions of Interest 8

Appendix 1 CONTEXT OF THE PROJECT As a result of increased migration flows, mainly due to the Syrian conflict, Turkey hosts the largest refugee population in the world, almost 4 million people, of whom about 3.6 million are registered Syrians under Temporary Protection (SuTPs). The EU's Facility for Refugees in Turkey (FRiT) aims to help Turkey meet the immediate humanitarian and development needs of refugees and their host communities. On 28 June 2018, the European Council approved the launch of the second tranche of the Facility, with a budget of EUR 3 billion ("FRIT 2"). Of this amount, EUR 380 million has been earmarked for municipal infrastructure, notably in the water and sanitation sector. AFD was selected on the basis of a proposal submitted in the framework of a call for expressions of interest.

OBJECTIVES AND CONTENT OF THE PROJECT The overall objective of the Programme was to participate in the improvement of the living conditions of host communities and Syrian refugees in the South-East of Turkey in terms of access to water and sanitation services. The scope of the Project (Municipal Services Project) has been extended to include solid waste management, based on priority action areas.The specific objectives are as follows:

The specific objectives are as follows:

(i) Provide access for host communities and SuTPs to safely managed drinking water and wastewater and solid waste services. (ii) Participate in the protection of the region’s environment and, in particular, of its resources in fresh water, under stress due to climate change. (iii) Contribute to the mitigation of greenhouse gas emissions through an improved management of municipal solid waste and wastewater. (iv) Support the municipalities and SKI’s in achieving operational and financial sustainability in solid waste, water and sanitation services. The specific objectives (ii), (iii) and (iv) are essential to the first objective’s sustainability.

The Project has three components:

1) A solid waste,water and sanitation infrastructure investment component, comprising 19 projects located in eight provinces (Adiyaman, , Hatay Kilis, , Mardin, Mersin and Sanliurfa);

2) A technical assistance component, including in particular accompanying measures to improve the performance of water and sanitation operators (municipalities and metropolitan municipality water and wastewater administrations called "SKIs"), and to support ILBANK in on-granting and on-lending/loan management of the Project;

3) Communication and visibility actions.

STAKEHOLDERS AND MODUS OPERANDI

The final beneficiaries of the Project are, in fact, 12:

- 6 SKI in Gaziantep (GASKI), Hatay (HATSU), Malatya (MASKI), Mardin (MARSU), Mersin (MESKI) and Şanlıurfa (SUSKI), - 4 non-metropolitan municipalities (the centre of Kilis, the municipalities of Elbeyli and Polateli located in the province of Kilis and Adıyaman), which manage their water and sanitation services directly under their own management. - 2 Metroplitan Municipalities; Gaziantep MM and Sanliurfa MM

ope-M2092a - Request for Expressions of Interest – V6 Selection of Consultants – Request for Expressions of Interest 9

The final beneficiaries of the subject assignment are MESKI(MERSIN) and HATSU(HATAY)

ILBANK, a public bank dedicated to the financing of municipal infrastructures, assumes the role of technical and financial intermediary and the functions of project management assistance to the municipalities / SKI. ILBANK has signed a financing agreement in 2020 with AFD to that end. To finance extended scope, the signed Financing(grant) will be amended, and a loan agreement will also be signed. This contract is included in the extended scope of the project, whose contractualization is still ongoing.

AFD is the main public institution for the implementation of the French Government International Development Cooperation policies. It is both a technical agency and a financial institution, providing loans, grants and technical assistance. AFD has started its operation in Turkey in 2004. It has a main office in and a liaison office in Ankara.

FINANCING

The Project is financed exclusively by a grant delegated to AFD from the European Union's FRIT 2 budget and loan from AFD.

ope-M2092a - Request for Expressions of Interest – V6 Selection of Consultants – Request for Expressions of Interest 10

Appendix 2

REFERENCE PROJECT

Assignment name: Country:

Project location within country: Professional staff provided by firm:

Name of client: No. of staff (total):

Address: No. of person-months:

Duration of assignment:

Start date: Completion date: Approx. value of services:

(month/year) (month/year)

Capital investment:

Name of associated firm(s) if any: Person-months of professional staff from associated firm(s):

Name of senior staff (project director/coordinator, team leader) and their functions:

Short description of project:

Detailed narrative description of project:

Services provided by company:

Technical data:

ope-M2092a - Request for Expressions of Interest – V6 Selection of Consultants – Request for Expressions of Interest 11

Appendix 3 (To be submitted with the application, signed and unaltered)

Statement of Integrity, Eligibility and Environmental and Social Responsibility

Reference of the bid or proposal ______(the "Contract")

To: ______(the "Contracting Authority")

1. We recognise and accept that Agence Française de Développement ("AFD") only finances projects of the Contracting Authority subject to its own conditions which are set out in the Financing Agreement which benefits directly or indirectly to the Contracting Authority. As a matter of consequence, no legal relationship exists between AFD and our company, our joint venture or our suppliers, contractors, subcontractors, consultants or subconsultants. The Contracting Authority retains exclusive responsibility for the preparation and implementation of the procurement process and performance of the contract. The Contracting Authority means the Purchaser, the Employer, the Client, as the case may be, for the procurement of goods, works, plants, consulting services or non-consulting services.

2. We hereby certify that neither we nor any other member of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations:

2.1 Being bankrupt, wound up or ceasing our activities, having our activities administered by the courts, having entered into receivership, reorganisation or being in any analogous situation arising from any similar procedure;

2.2 Having been:

a) convicted, within the past five years by a court decision, which has the force of res judicata in the country where the Contract is implemented, of fraud, corruption or of any other offense committed during a procurement process or performance of a contract (in the event of such conviction, you may attach to this Statement of Integrity supporting information showing that this conviction is not relevant in the context of this Contract);

b) subject to an administrative sanction within the past five years by the European Union or by the competent authorities of the country where we are constituted, for fraud, corruption or for any other offense committed during a procurement process or performance of a contract (in the event of such sanction, you may attach to this Statement of Integrity supporting information showing that this sanction is not relevant in the context of this Contract);

c) convicted, within the past five years by a court decision, which has the force of res judicata, of fraud, corruption or of any other offense committed during the procurement process or performance of an AFD-financed contract;

2.3 Being listed for financial sanctions by the United Nations, the European Union and/or France for the purposes of fight-against-terrorist financing or threat to international peace and security;

2.4 Having been subject within the past five years to a contract termination fully settled against us for significant or persistent failure to comply with our contractual obligations during contract performance, unless this termination was challenged and dispute resolution is still pending or has not confirmed a full settlement against us;

ope-M2092a - Request for Expressions of Interest – V6 Selection of Consultants – Request for Expressions of Interest 12

2.5 Not having fulfilled our fiscal obligations regarding payments of taxes in accordance with the legal provisions of either the country where we are constituted or the Contracting Authority's country;

2.6 Being subject to an exclusion decision of the World Bank and being listed on the website http://www.worldbank.org/debarr (in the event of such exclusion, you may attach to this Statement of Integrity supporting information showing that this exclusion is not relevant in the context of this Contract);

2.7 Having created false documents or committed misrepresentation in documentation requested by the Contracting Authority as part of the procurement process of this Contract.

3. We hereby certify that neither we, nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations of conflict of interest:

3.1 Being an affiliate controlled by the Contracting Authority or a shareholder controlling the Contracting Authority, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;

3.2 Having a business or family relationship with a Contracting Authority's staff involved in the procurement process or the supervision of the resulting Contract, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;

3.3 Being controlled by or controlling another bidder or consultant, or being under common control with another bidder or consultant, or receiving from or granting subsidies directly or indirectly to another bidder or consultant, having the same legal representative as another bidder or consultant, maintaining direct or indirect contacts with another bidder or consultant which allows us to have or give access to information contained in the respective applications, bids or proposals, influencing them or influencing decisions of the Contracting Authority;

3.4 Being engaged in a consulting services activity, which, by its nature, may be in conflict with the assignments that we would carry out for the Contracting Authority;

3.5 In the case of procurement of goods, works or plants:

a) Having prepared or having been associated with a consultant who prepared specifications, drawings, calculations and other documentation to be used in the procurement process of this Contract;

b) Having been recruited (or being proposed to be recruited) ourselves or any of our affiliates, to carry out works supervision or inspection for this Contract.

4. If we are a state-owned entity, and to compete in a procurement process, we certify that we have legal and financial autonomy and that we operate under commercial laws and regulations.

5. We undertake to bring to the attention of the Contracting Authority, which will inform AFD, any change in situation with regard to points 2 to 4 here above.

6. In the context of the procurement process and performance of the corresponding contract:

6.1 We have not and we will not engage in any dishonest conduct (act or omission) deliberately indented to deceive others, to intentionally conceal items, to violate or vitiate someone's consent, to make them circumvent legal or regulatory requirements and/or to violate their internal rules in order to obtain illegitimate profit;

6.2 We have not and we will not engage in any dishonest conduct (act or omission) contrary to our legal or regulatory obligations or our internal rules in order to obtain illegitimate profit;

ope-M2092a - Request for Expressions of Interest – V6 Selection of Consultants – Request for Expressions of Interest 13

6.3 We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to (i) any Person who holds a legislative, executive, administrative or judicial mandate within the State of the Contracting Authority regardless of whether that Person was nominated or elected, regardless of the permanent or temporary, paid or unpaid nature of the position and regardless of the hierarchical level the Person occupies, (ii) any other Person who performs a public function, including for a State institution or a State-owned company, or who provides a public service, or (iii) any other person defined as a Public Officer by the national laws of the Contracting Authority’s country, an undue advantage of any kind, for himself or for another Person or entity, for such Public Officer to act or refrain from acting in his official capacity;

6.4 We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to any Person who occupies an executive position in a private sector entity or works for such an entity, regardless of the nature of his/her capacity, any undue advantage of any kind, for himself or another Person or entity for such Person to perform or refrain from performing any act in breach of its legal, contractual or professional obligations;

6.5 We have not and we will not engage in any practice likely to influence the contract award process to the detriment of the Contracting Authority and, in particular, in any anti-competitive practice having for object or for effect to prevent, restrict or distort competition, namely by limiting access to the market or the free exercise of competition by other undertakings;

6.6 Neither we nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants shall acquire or supply any equipment nor operate in any sectors under an embargo of the United Nations, the European Union or France;

6.7 We commit ourselves to comply with and ensure that all of our suppliers, contractors, subcontractors, consultants or subconsultants comply with international environmental and labour standards, consistent with laws and regulations applicable in the country of implementation of the Contract, including the fundamental conventions of the International Labour Organisation (ILO) and international environmental treaties. Moreover, we shall implement environmental and social risks mitigation measures when specified in the environmental and social commitment plan (ESCP) provided by the Contracting Authority.

7. We, as well as members of our joint venture and our suppliers, contractors, subcontractors, consultants or subconsultants authorise AFD to inspect accounts, records and other documents relating to the procurement process and performance of the contract and to have them audited by auditors appointed by AFD.

Name: ______In the capacity of: ______

Duly empowered to sign in the name and on behalf of1: ______

Signature: ______

Dated: ______

1 In case of joint venture, insert the name of the joint venture. The person who will sign the application, bid or proposal on behalf of the applicant, bidder or consultant shall attach a power of attorney from the applicant, bidder or consultant.

ope-M2092a - Request for Expressions of Interest – V6 Selection of Consultants – Request for Expressions of Interest 14

Appendix 4: Statement of Undertaking - Security

We acknowledge that we remain responsible for the security of the staff and equipment we would mobilize to implement the Services envisaged in relation with the MUNICIPAL SERVICES PROJECT I and that we have examined the security conditions and assessed the associated risks pertaining to the execution of such Services.

We undertake to implement security measures that are deemed necessary and sufficient to us to ensure the security of these staff and equipment.

[Signature]

[insert name], Company Director [insert company name]

ope-M2092a - Request for Expressions of Interest – V6