C.M.A.A

REQUEST FOR PROPOSAL

RFP No: 001/CMAA/BMC/CFR/2014

For

Banteay Meanchey Mine Clearance Project

Annex I Instructions to Offerors A. Introduction

1. General

The CMAA is seeking suitably qualified CMAA-accredited operators to conduct Banteay Meanchey Mine Clearance Project as per Statement of Work (SOW) attached in Annex-III.

2. Cost of proposal

The Offeror shall bear all costs associated with the preparation and submission of the Proposal, the CMAA will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the solicitation.

B. Solicitation Documents

3. Contents of solicitation documents

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

4. Clarification of solicitation documents

A prospective Offeror requiring any clarification of the Solicitation Documents may notify the CMAA in writing to [email protected]. The CMAA will respond in writing to any request for clarification of the Solicitation Documents that it receives earlier than 17 February 2014. Written copies of the CMAA’s response (including an explanation of the query but without identifying the source of inquiry) will be sent by email to all prospective Offerors that has received the Solicitation Documents.

5. Amendments of solicitation documents

At any time prior to the deadline for submission of Proposals, the CMAA may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Offeror, modify the Solicitation Documents by amendment.

All prospective Offerors that have received the Solicitation Documents will be notified in writing of all amendments to the Solicitation Documents.

In order to afford prospective Offerors reasonable time in which to take the amendments into account in preparing their offers, the CMAA may, at its discretion, extend the deadline for the submission of Proposals.

C. Preparation of Proposals

6. Language of the proposal

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

7. Documents comprising the proposal

The Proposal shall comprise the following components:

(a) Proposal submission form;

(b) Operational and technical part of the Proposal, including documentation to demonstrate that the Offeror meets all requirements;

(c) Price schedule, completed in accordance with clauses 8, 9 and 10;

8. Proposal form

The Offeror shall structure the operational and technical part of its Proposal as follows:

(a) Management plan

This section should provide corporate orientation to include the year and state/country of incorporation and a brief description of the Offeror’s present activities. It should focus on services related to the Proposal.

This section should also describe the organisational unit(s) that will become responsible for the contract, and the general management approach towards a project of this kind. The Offeror should comment on its experience in similar projects and identify the person(s) representing the Offeror in any future dealing with the CMAA.

(b) Resource plan This should fully explain the Offeror’s resources in terms of personnel and facilities necessary for the performance of this requirement. It should describe the Offeror’s current capabilities/facilities and any plans for their expansion.

(c) Proposed methodology

This section should demonstrate the Offeror’s responsiveness to the specification by identifying the specific components proposed, addressing the requirements, as specified, point by point; providing a detailed description of the essential performance characteristics proposed warranty; and demonstrating how the proposed methodology meets or exceeds the specifications.

Technical and Financial proposals must be submitted in separate sealed envelopes. Operational and Technical Parts of the Proposal that contain any pricing information whatsoever on the services offered will be rejected. Pricing information shall be separated and only contained in the appropriate prices schedule.

It is mandatory that the Offeror’s Proposal numbering system corresponds with the numbering system used in the body of this RFP. All references to descriptive material and brochures should be included in the appropriate response paragraph, though material/documents themselves may be provided as annexes to the Proposal/response .

Information which the Offeror considers proprietary, if any, should be dearly marked “proprietary” next to the relevant part of the text and it will then be treated as such accordingly.

9. Proposal prices

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

10. Proposal currencies

All prices shall be quoted in US dollars.

11. Period of validity of proposals

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

In exceptional circumstances, the CMAA may solicit the Offeror’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. An Offeror granting the request will not be required nor permitted to modify its Proposal.

12. Format and signing of proposals

The Offeror shall prepare two copies of the Proposal, clearly marking each “Original Proposal” and “Copy of Proposal” as appropriate. In the event of any discrepancy between them, the original shall govern.

The two copies of the Proposal shall be typed or written in indelible ink and shall be signed by the Offeror or person duly authorised to bind the Offeror to the contract. The latter authorisation shall be indicated by written power-of-attorney accompanying the Proposal.

A Proposal shall contain no interlineations, erasures, or overwriting except, as necessary to correct errors made by the Offeror, in which case such corrections shall be initialed by the person or persons signing the Proposal.

13. Payment

UNDP shall effect payments to the Service Provider after acceptance by UNDP of the invoices submitted by the Service Provider to the CMAA, upon achievement of the corresponding milestones.

D. Submission of Proposals

14. Sealing and marking of proposals

The Offeror shall seal the Proposal in one outer and two inner envelopes, as detailed below.

(a) The outer envelope shall be:

• addressed to –

Procurement Unit, CMAA, St 273 Corner 516, Sangkat Toul Sangker, Khan Toul Kork, Phnom Penh

and,

• marked with –

“RFP: (insert project name)”

(b) Both inner envelopes shall indicate the name and address of the Offeror. The first inner envelope shall contain the information specified in Clause 8 ( Proposal form ) above, with the copies duly marked “Original” and “Copy”. The second inner envelope shall include the price schedule duly identified as such.

Note, if the inner envelopes are not sealed and marked as per the instructions in this clause, the CMAA will not assume responsibility for the Proposal’s misplacement or premature opening.

Appendix A and B should be provided in hard and soft copy (Excel format) without any restriction to the manipulation of data. In the event of any discrepancy between the soft and hard copy, the hard copy shall govern.

15. Deadline for submission of proposals

Proposals must be received by the CMAA at the address specified under clause Sealing and marking of Proposals no later than 10:00 AM local time on 04 March 2014. The CMAA may, at its own discretion extend this deadline for the submission of Proposals by amending the solicitation documents in accordance with clause Amendments of Solicitation Documents , in which case all rights and obligations of the CMAA and Offerors previously subject to the deadline will thereafter be subject to the deadline as extended.

16. Late Proposals

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

17. Modification and withdrawal of Proposals

The Offeror may withdraw its Proposal after the Proposal’s submission, provided that written notice of the withdrawal is received by the CMAA prior to the deadline prescribed for submission of Proposals.

The Offeror’s withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of clause Deadline for Submission of Proposals . The withdrawal notice may also be sent by telex or fax but followed by a signed confirmation copy.

No Proposal may be modified subsequent to the deadline for submission of proposals.

No Proposal may be withdrawn in the Interval between the deadline for submission of proposals and the expiration of the period of proposal validity specified by the Offeror on the Proposal Submission Form.

E. Opening and Evaluation of Proposals

18. Opening of proposals

The CMAA will open the Proposals in the presence of a Committee formed by the Secretary General of the CMAA. The committee shall include members from UNDP as Observers.

19. Clarification of proposals

To assist in the examination, evaluation and comparison of Proposals, the CMAA may at its discretion, ask the Offeror for clarification of its Proposal by the email or/and phone. The request for clarification and the response shall be provided over the phone with the response then also sent in writing and no change in price or substance of the Proposal shall be sought, offered or permitted. If deemed necessary, the committee can invite the offeror to a meeting to clarify.

20. Preliminary examination

The CMAA will examine the Proposals to determine whether they are complete, whether any computational errors have been made, whether the documents have been properly signed, and whether the Proposals are generally in order.

Arithmetical errors will be rectified on the following basis: If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the Offeror does not accept the correction of errors, its Proposal will be rejected. If there is a discrepancy between words and figures the amount in words will prevail.

Prior to the detailed evaluation, the CMAA will determine the substantial responsiveness of each Proposal to the Request for Proposals (RFP). For purposes of these Clauses, a substantially responsive Proposal is one which conforms to all the terms and conditions of the RFP without material deviations. The CMAAs determination of a Proposal’s responsiveness is based on the contents of the Proposal itself without recourse to extrinsic evidence.

A Proposal determined as not substantially responsive will be rejected by the CMAA and may not subsequently be made responsive by the Offeror by correction of the non- conformity.

21. Evaluation of proposals

Quality and Cost Based Selection method with a weight of 70%:30% is applied for this evaluation . A two-stage procedure is utilised in evaluating the proposals, with evaluation of the technical proposal being completed prior to any price proposal being opened and compared. The price proposal of the Proposals will be opened only for submissions that passed the minimum technical score of 70% of the obtainable score of 1000 points in the evaluation of the technical proposals.

The technical proposal is evaluated on the basis of its responsiveness to the Statement of Work.

The evaluation of technical proposal is in accordance with the following criteria:

- Responsiveness of proposed work plan and approach - Composition of teams (the experience…..) - Organization capability in

In the Second Stage, CMAA will evaluate the proposed price and as a result CMAA will evaluate which offeror/s will be contracted subject to available funding.

Technical Evaluation Criteria

Summary of Technical Proposal Score Weight Points Offeror Entity Evaluation Forms Obtainable A B C D E

1. Expertise of organization 25% 250

2. Proposed Work Plan and Approach 75% 750

Total 1000

The Technical Proposal Evaluation Forms are:

Form 1: Expertise of organization

Form 2: Proposed Work Plan and Approach

Note: The score weights and points obtainable in the evaluation sheet are tentative and should be changed depending on the need or major attributes of technical proposal.

Technical Proposal Evaluation Points Offeror Entity Form 1 obtainable A B C D E

Expertise of institution/firm/NGO submitting proposal

1.1 Reputation of organization and its Staff 50 (Competence /Experience/ Reliability) 1.2 Litigation and Arbitration history 30

1.3 General Organisational Capability in Cambodia 50 which is likely to affect implementation (i.e. size of the organisation, strength of project management support e.g. project financing capacity and project management controls) 1. 4 Experience and Qualification of organization - Previous performance in Cambodia 120 TOTAL PART 1 250

Technical Proposal Evaluation Points Offeror Entity Form 2 Obtainable A B C D E

Proposed Work Plan and Approach

2.1 Does the offeror understand the SOW and 50 demonstrate that in their proposal? 2. 2 Has the workplan been completed accurately 160 and provides the required detail and demonstrate adequate engagement with the planning and prioritization process? 2. 3 Has the offeror understood the requirement 60 for accurate and timely reporting and cooperation with the CMAA? 2. 4 Does the proposal provide sufficient 70 confidence that quality management issues will be addressed in a comprehensive fashion and any NCRs rectified in a timely manner? 2. 5 Is there a clear demonstration of 25 0 understanding the land release methodology including integration of teams ? 2. 6 Is the presentation clear and is the sequence of 50 activities and the planning logical, realistic and promise efficient implementation to the project? 2. 7 Does the proposal provide sufficient evidence 60 that it can achieve the proposed targets? 2. 8 Does the proposal provides enough 50 considerations to gender equality to ensure that all individuals benefit equally from the project TOTAL PART 2 750

Financial Evaluation Criteria

Proposal will receive the maximum score of 1,000 points. The score for each other Financial Proposal is inversely proportional to its cost per square meter and will be computed as follows: Sf = 1,000 x Fm / F where: Sf is the score of the Financial Proposal being evaluated, Fm is the cost per square meter of the lowest priced (per square meter) Financial Proposal, F is the cost per square meter of the Financial Proposal under consideration. Cost per square meter = Total cost of the proposal/ Total number of square meter offered in the proposal

Total Score

Total score of the proposal is a sum of technical score and financial score using the abovementioned weight:

Total score of the proposal= (technical score x 70%) + (financial score x 30%)

F. Award of Contract

22. Award criteria, award of contract

The CMAA reserves the right to accept or reject any Proposal, and to annul the solicitation process and reject all Proposals at any time prior to award of contract, without thereby incurring any liability to the affected Offeror or any obligation to inform the affected Offeror or Offerors of the grounds for the CMAAs action.

Prior to expiration of the period of proposal validity and subject to available funding, the CMAA will award the contract to the qualified Offeror whose Proposal after being evaluated is considered to be the most responsive to the needs of the CMAA and activity concerned.

23. CMAA’s right to vary requirements at time of award

The CMAA reserves the right at the time of award of contract to vary the quantity of services and goods specified in the RFP without any change in price or other terms and conditions. The CMAA recognizes that there may be the requirement to further negotiate costs should the variation in the quantity of services and goods be major .

24. Signing of the contract

Within 7 days of receipt of the contract the successful Offeror shall sign and date the contract and return it to the CMAA.

Annex II General Conditions of Contract

1. LEGAL STATUS

The Service Provider shall be considered as having the legal status of an independent Service Provider vis-à-vis CMAA. The Service Provider's personnel shall not be considered in any respect as being the employees or agents of the CMAA or the UNDP.

2. SOURCE OF INSTRUCTIONS

The Service Provider shall neither seek nor accept instructions from any authority external to CMAA in connection with the performance of its services under this Contract. The Service Provider shall refrain from any action which may adversely affect the CMAA and shall fulfill its commitments with the fullest regard to the interests of the CMAA.

3. SERVICE PROVIDER'S RESPONSIBILITY FOR EMPLOYEES

The Service Provider shall be responsible for the professional and technical competence of its employees and will select, for work under this Contract, reliable individuals who will perform effectively in the implementation of this Contract, respect the local customs, and conform to a high standard of moral and ethical conduct.

4. ASSIGNMENT

The Service Provider shall not assign, transfer, pledge or make other disposition of this Contract or any part thereof, or any of the Service Provider's rights, claims or obligations under this Contract except with the prior written consent of the CMAA.

5. SUB-CONTRACTING

There shall be no sub-contracting accepted.

6. OFFICIALS NOT TO BENEFIT

The Service Provider warrants that no official of the CMAA has received or will be offered by the Service Provider any direct or indirect benefit arising from this Contract or the award thereof. The Service Provider agrees that breach of this provision is a breach of an essential term of this Contract.

7. INDEMNIFICATION

The Service Provider shall indemnify, hold and save harmless, and defend, at its own expense, CMAA, UNDP, its officials, agents, servants and employees from and against all suits, claims, demands, and liability of any nature or kind, including their costs and expenses, arising out of acts or omissions of the Service Provider, or the Service Provider's employees, officers or agents, in the performance of this Contract. This provision shall extend, inter alia, to claims and liability in the nature of workmen's compensation, products liability and liability arising out of the use of patented inventions or devices, copyrighted material or other intellectual property by the Service Provider, its employees, officers, agents and servants. The obligations under this Article do not lapse upon termination of this Contract.

8. INSURANCE AND LIABILITIES TO THIRD PARTIES

8.1 The Service Provider shall provide and thereafter maintain insurance against all risks in respect of its property and any equipment acquired under this Contract. 8.2 The Service Provider shall provide and thereafter maintain all appropriate workmen's compensation insurance, or its equivalent, with respect to its employees to cover claims for personal injury or death in connection with this Contract. 8.3 The Service Provider shall also provide and thereafter maintain liability insurance in an adequate amount to cover third party claims for death or bodily injury, or loss of or damage to property, arising from or in connection with the provision of services under this Contract or the operation of any vehicles, boats, airplanes or other equipment owned or leased by the Service Provider or its agents, servants, employees performing work or services in connection with this Contract. 8.4 Except for the workmen's compensation insurance, the insurance policies under this Article shall:

(i) Name CMAA as additional insured;

(ii) Include a waiver of subrogation of the Service Provider's rights to the insurance carrier against CMAA;

(iii) Provide that CMAA shall receive thirty (30) days written notice from the insurers prior to any cancellation or change of coverage.

8.5 The Service Provider shall, upon request, provide CMAA with satisfactory evidence of the insurance required under this Article.

9. ENCUMBRANCES/LIENS

The Service Provider shall not cause or permit any lien, attachment or other encumbrance by any person to be placed on file or to remain on file in any public office or on file with the CMAA against any monies due or to become due for any work done or materials furnished under this Contract, or by reason of any other claim or demand against the Service Provider.

10. TITLE TO EQUIPMENT

Title to any equipment and supplies that may be furnished by the CMAA shall rest with the CMAA and any such equipment shall be returned to the CMAA at the conclusion of this Contract. Such equipment, when returned to the CMAA, shall be in the same condition as when delivered to the Service Provider, subject to normal wear and tear. The Service Provider shall be liable to compensate the CMAA for equipment determined to be damaged or degraded beyond normal wear and tear.

11. COPYRIGHT, PATENTS AND OTHER PROPRIETARY RIGHTS

The CMAA shall be entitled to all intellectual property and other proprietary rights including but not limited to patents, copyrights, and trademarks, with regard to products, or documents and other materials which bear a direct relation to or are produced or prepared or collected in consequence of or in the course of the execution of this Contract. At the CMAA's request, the Service Provider shall take all necessary steps, execute all necessary documents and generally assist in securing such proprietary rights and transferring them to the CMAA in compliance with the requirements of the applicable law.

12. USE OF NAME, EMBLEM OR OFFICIAL SEAL OF THE CMAA

The Service Provider shall not advertise or otherwise make public the fact that it is a Service Provider with CMAA, nor shall the Service Provider, in any manner whatsoever use the name, emblem or official seal of the CMAA, or any abbreviation of the CMAA in connection with its business or otherwise.

13. CONFIDENTIAL NATURE OF DOCUMENTS AND INFORMATION

13.1 With the exception of documents and information covered in CMAS, all maps, drawings, photographs, plans, reports, recommendations, estimates, documents and all other data compiled by or received by the Service Provider under this Contract shall be the property of the CMAA, shall be treated as confidential and shall be delivered only to CMAA authorized officials on completion of work under this Contract. 13.2 The Service Provider may not communicate at any time to any other person, Government or authority external to the CMAA, any information known to it by reason of its association with CMAA which has not been made public except with the authorization of CMAA; nor shall the Service Provider at any time use such information to private advantage. These obligations do not lapse upon termination of this Contract.

14. FORCE MAJEURE; OTHER CHANGES IN CONDITIONS

14.1 Force majeure, as used in this Article, means acts of God, war (whether declared or not), invasion, revolution, insurrection, or other acts of a similar nature or force which are beyond the control of the Parties. 14.2 In the event of and as soon as possible after the occurrence of any cause constituting force majeure, the Service Provider shall give notice and full particulars in writing to the CMAA, of such occurrence or change if the Service Provider is thereby rendered unable, wholly or in part, to perform its obligations and meet its responsibilities under this Contract. The Service Provider shall also notify CMAA of any other changes in conditions or the occurrence of any event which interferes or threatens to interfere with its performance of this Contract. The notice shall include steps proposed by the Service Provider to be taken including any reasonable alternative means for performance that is not prevented by force majeure. On receipt of the notice required under this Article, CMAA shall take such action as, in its sole discretion, it considers to be appropriate or necessary in the circumstances, including the granting to the Service Provider of a reasonable extension of time in which to perform its obligations under this Contract. 14.3 If the Service Provider is rendered permanently unable, wholly, or in part, by reason of force majeure to perform its obligations and meet its responsibilities under this Contract, CMAA shall have the right to suspend or terminate this Contract on the same terms and conditions as are provided for in Article 15, "Termination", except that the period of notice shall be seven (7) days instead of thirty (30) days.

15. TERMINATION

15.1 Either party may terminate this Contract for cause, in whole or in part, upon thirty days notice, in writing, to the other party. The initiation of arbitral proceedings in accordance with Article 16 "Settlement of Disputes" below shall not be deemed a termination of this Contract. 15.2 CMAA reserves the right to terminate without cause this Contract at any time upon 15 days prior written notice to the Service Provider, in which case CMAA shall reimburse the Service Provider for all reasonable costs incurred by the Service Provider prior to receipt of the notice of termination. 15.3 In the event of any termination by CMAA under this Article, no payment shall be due from CMAA/UNDP to the Service Provider except for work and services satisfactorily performed in conformity with the express terms of this Contract. The Service Provider shall take immediate steps to terminate the work and services in a prompt and orderly manner and to minimize losses and further expenditures. 15.4 Should the Service Provider be adjudged bankrupt, or be liquidated or become insolvent, or should the Service Provider make an assignment for the benefit of its creditors, or should a Receiver be appointed on account of the insolvency of the Service Provider, CMAA may, without prejudice to any other right or remedy it may have, terminate this Contract forthwith. The Service Provider shall immediately inform CMAA of the occurrence of any of the above events.

16. SETTLEMENT OF DISPUTES

16.1. Amicable Settlement

Both parties shall use their best efforts to settle amicably any dispute, controversy or claim arising out of, or relating to this Contract or the breach, termination or invalidity thereof.

16.2. Arbitration

Unless, any such dispute, controversy or claim between the Parties arising out of or relating to this Contract or the breach, termination or invalidity thereof is settled amicably under the preceding paragraph of this Article within sixty (60) days after receipt by one Party of the other Party's request for such amicable settlement, such dispute, controversy or claim shall be referred by either Party to arbitration at a hearing in the presence of the Clearing for Results Project Board. The Parties shall be bound by any arbitration award rendered as a result of such arbitration as the final adjudication of any such controversy, claim or dispute.

17 TAXES

17.1 The Contractor authorizes the CMAA to deduct from the Contractor's invoice any amount representing taxes (excepting personal income tax), duties or charges, unless the Contractor has consulted with the CMAA before the payment thereof and CMAA has, in each instance, specifically authorized the Contractor to pay such taxes, duties or charges under protest. In that event, the Contractor shall provide CMAA with written evidence that payment of such taxes, duties or charges has been made and appropriately authorized.

18 CHILD LABOUR

18.1 The Service Provider represents and warrants that neither it, nor any of its suppliers is engaged in any practice inconsistent with the rights set forth in the Convention on the Rights of the Child, including Article 32 thereof, which, inter alia, requires that a child shall be protected from performing any work that is likely to be hazardous or to interfere with the child's education, or to be harmful to the child's health or physical mental, spiritual, moral or social development.

18.2 Any breach of this representation and warranty shall entitle CMAA to terminate this Contract immediately upon notice to the Service Provider, at no cost to the CMAA.

19. MINES

19.1 The Service Provider represents and warrants that neither it nor any of its suppliers is actively and directly engaged in patent activities, development, assembly, production, trade or manufacture of mines or in such activities in respect of components primarily utilized in the manufacture of Mines. The term "Mines" means those devices defined in Article 2, Paragraphs 1, 4 and 5 of Protocol II annexed to the Convention on Prohibitions and Restrictions on the Use of Certain Conventional Weapons Which May Be Deemed to Be Excessively Injurious or to Have Indiscriminate Effects of 1980.

19.2 Any breach of this representation and warranty shall entitle CMAA to terminate this Contract immediately upon notice to the Service Provider, without any liability for termination charges or any other liability of any kind of CMAA.

20. OBSERVANCE OF THE LAW

The Service Provider shall comply with all laws, ordinances, rules, and regulations bearing upon the performance of its obligations under the terms of this Contract.

21. AUTHORITY TO MODIFY

No modification or change in this Contract, no waiver of any of its provisions or any additional contractual relationship of any kind with the Service Provider shall be valid and enforceable against CMAA unless provided by an amendment to this Contract signed by the authorized official of the CMAA.

22. LANGUAGE OF THE CONTRACT

The official language of the Contract and that of annexes and documents relating to the Contract will be English.

Annex III

Statement of Work Banteay Meanchey Mine Clearance Project From 01 May 2014 To 31 January 2015 (There is possible extension based on needs, funding availability and performance of the operator)

Background 1. Clearing for Results Project covers the period 2011-2015. It aims at strengthening national structures and mechanisms to ensure demining resources are effectively allocated promoting mine clearance for productive use and thereby assist Cambodia to meets its objectives as defined in the National Mine Action Strategy. Clearing for Results is implemented by the CMAA with UNDP and donors support.

2. Clearing for Results has been developed so as to increase transparency, accountability, cost-efficiency and best value for money in the allocation of clearance resources and so as to provide the CMAA with greater control in the management and oversight of clearance resources. At the request of key donors and the RGC, all humanitarian demining services in Cambodia under this project will be contracted through a competitive procurement process managed by the CMAA. Any accredited humanitarian demining service provider shall be eligible to bid on a respective Statement of Work.

3. The decision of the evaluation panel is final and no correspondence or appeal shall be entered into.

Aim

4. The expected aim of this Statement of Work is to provide resources that support the achievement of the National Mine Action Strategy (NMAS), particularly Objectives 1.1 and 2.1.

Area of Operations

5. This project shall require service providers to work closely within the MAPU system and to target the conversion of identified BLS polygons to end state land or C classification. Operators are strongly encouraged to release a complete BLS polygon. Operators are encouraged to include other activities to reduce the risk from explosive hazards in the area of operations. Each project shall have a defined duration but will be a maximum duration of 9 months and will be funded within a maximum ceiling. Any variation to the proposal shall be informed to the CMAA Project Manager prior to changes occurring. Changes made without the prior approval of the CMAA Project Manager shall not be recognized and shall not be subject to retroactive payment. CMAA, through the CMAA Project Manager, may request a change to the proposal at any time, but if this occurs, it is recognized that there may be the requirement to further negotiate costs.

6. Clearing for Results focuses its resources on mine clearance in Banteay Meancheay, Pailin, and Battambang Provinces. For the foreseeable future this practice shall continue.

Scope of Work

7. All Clearance works shall be conducted in accordance with CMAS and the organizations’ accredited SOPs.

8. For each activity the service provider shall provide the following: a. Proof of Accreditation; b. Detailed workplan in accordance with format at Appendix A; c. Team composition by activity; d. CV of the Leader for each activity e. Cost per team as per Appendix B; No team covered by the Clearing for Results Project shall be funded by any other donor or institution during the duration of the project. Any double payment occurring within the CFR shall be subject to the cancellation of the contract. f. Average productivity of each team (including, where appropriate, land cleared and land released as a percentage of an individual task). Proof of such achievement in Cambodia shall be provided. g. Planned Productivity per team. h. Internal Quality Management arrangements. i. Quality Management record by activity for the 12 months preceding this bid, including any actions taken to remedy non compliance. j. Proof of Insurance or insurance arrangements detailed. k. If applicable: Maintenance records of any proposed machines for the 12 months preceding this bid. This shall include over the 6 month period preceding this bid the number of working hours per day achieved, amount of fuel used, and amount of downtime and the nature of the downtime. Any proposed machine shall include the associated engine number and its team ID allocation l. If applicable: MDD logbooks for any proposed dogs for the 12 months preceding this bid.

9. Each proposal must demonstrate a clear description and methodology for the following activities: a. Coordination mechanisms with MAPU and CMAA b. Activity and team integration c. Promotion of land release methodology in accordance with CMAS Chapter 15. d. Data transfer and hard copy record provision (including MAPU approval, Form III Land Release and Operator Completion) to the CMAA. e. Internal QA/QC and corrective action measures. f. Gender equality. Operator may refer to the UN Gender Guidelines for Mine Programmes for examples of gender mainstreaming activities in demining. g. Community involvement during land release and hand-over process

10. A project shall have three distinct phases. These phases shall be clearly articulated in the proposal. The phases are: a. Mobilisation. Mobilisation shall be a maximum of 10 working days and is designed to allow the service provider sufficient time to ensure that they can start the first tasks in accordance with the workplan. It allows time to conduct any maintenance on machines as well as conduct any necessary refresher training, site reconnaissance. b. Implementation. A minimum number of working days defined by the offeror not including mobilisation, demobilisation, and down time. Each working day should be spent on tasks in accordance with the annual workplan at Appendix A. c. Demobilisation. Demobilisation is a maximum of 12 working days and allows for the completion of any outstanding paperwork, and completion of project administration. If there are maintenance requirements they can be conducted during this period. Under exceptional periods the demobilization period may be reduced in duration if an organisation can demonstrate that they can complete the demobilization requirements without any extension to the project duration.

Training

11. Each project shall have a mobilization period of 10 working days. Any refresher training required shall occur within this time frame. Clearing for Results recognize that any teams offered are accredited and therefore, should only require minimum refresher training to fulfill their tasks.

12. Clearing for Results shall not fund any general training activities nor fund trial activities.

Working days

13. The service provider shall provide details of a standard annual working calendar detailing operating days, holidays and stand down periods. The service provider shall provide details of the daily work schedule.

14. The service provider shall be expected to be deployed on minefield tasks for all working calendar days. Variations to working calendar shall be agreed in advance with CMAA Project Manager.

Tasking

15. Each proposal is to provide a detailed workplan using the format provided at Appendix A. On award of contract it means that the successful bid workplan is approved. No variations shall occur without the prior approval of the CMAA Project Manager.

16. The service provider is to select tasks from the MAPU Banteay Meanchey approved list to the maximum value of USD 1,100,000 . The tasks shall only be selected from the list provided in Annex IX of this RFP. Each workplan shall include 10 % additional tasks which will be considered as reserve tasks. Reserve tasks can be used if a workplan is completed early or when for a valid reason a workplan task becomes unavailable.

17. Failure to complete a workplan may adversely affect future project funding decisions or may result in termination of the contract.

Monitoring

18. The service provider shall be monitored against each project delivery using the parameters of the project monitoring tool. This tool will incorporate information that includes the following: a. Planned outputs compared with actual achievement; b. Number of NCRs and Repeat NCRs; c. Timeliness and accuracy of reporting; and d. Cost efficiency.

19. Actual scoring matrix is provided at Appendix D. On a quarterly basis the performance of the service provider shall be reviewed by the Project Manager and service provider and appropriate action taken.

Supervision

20. The service provider is to provide appropriate and suitable on site supervision at each task site in accordance with CMAS and their approved accredited SOPs.

21. The service provider shall appoint a focal point for each project awarded by the CMAA. In the event of multiple projects being awarded, it may be feasible to have a single focal point. The Clearing for Results focal point shall be the CMAA Project Manager. All service providers shall cooperate with CMAA and respond to all reporting requirements in a timely fashion.

International Travel

22. There is no entitlement to international travel under this statement of work.

Medical Support

23. The respective service provider shall be responsible for casualty evacuation. All casevac shall be in compliance with CMAS and casevac drills shall be regularly rehearsed and understood by all appropriate team members, including the medic.

24. All personnel that will be used as medics shall be defined in each proposal. Copies of certification shall be provided demonstrating that appropriate skills are available on each site.

Equipment

25. Any non-expendable equipment procured out of the budget of this project shall remain the property of Clearing for Results. Non-expendable equipment is defined as those items that have a purchase value over 1,000 USD and an anticipated serviceable life of at least three years and special items such as computers, communication equipment (VHF,HF), specialize equipment (such as PPE, detectors etc.), security related equipment. Low value items that are below the above threshold and not included in the above list should not be included.

Service Provider’s Responsibility for Equipment

26. The service provider is responsible for the following: a. The day to day management, routine maintenance as prescribed in the service manual of the equipment, and security of the stores and equipment issued to the service provider. b. The security of equipment while being used by the service provider or stored in premises controlled by the service provider. c. The provision of all user-maintenance, in accordance with the manufacturers’ maintenance manual, on the equipment. d. Reporting and investigating on all equipment lost or damaged under his control. e. Providing training as appropriate and certifying service providers as competent to be operating the equipment. f. Ensuring equipment is operated with due care and with consideration for the safety of the service provider and others in the vicinity of the equipment. g. Providing training to logistical staff in the management of equipment and stores. Handing and taking over between logistical personnel is to be done which will include a 100% stocktaking. h. Facilitate accident/incident investigations conducted by the CMAA team

Loss and Damage: 27. The service provider is responsible for the submission of loss and damage reports for equipment lost or damaged while under his control. Should negligence be the cause of the loss or damage to equipment provided for the service provider use, the service provider shall be required to reimburse the CMAA at the replacement value of the item plus freight and insurance. Financial: 28. The agreed cost per team as per the proposal provided by the service provider, attached Appendix B, is to be followed. No variations to cost shall be accepted without prior consultation with the CMAA Project Manager. The cost of contract shall not be exceeded.

29. Payment schedule shall be based on Appendix E and performance based on Appendix D:

a. On signature of contract - 40,000

b. On Completion of Mobilisation Phase – Quarter one costs.

c. On Completion of Quarter one, successful performance and acceptance of reports by CMAA – Quarter two costs

d. On completion of Quarter two, successful performance and acceptance of reports by CMAA – Quarter three costs less payment in sub para a and e.

e. Final payment on completion of Demobilisation Phase reports – 40,000

30. Payment shall be made within 30 days of CMAA accepting and approving reports from the respective Service Provider. Standards and Methodology: 31. The service provider shall adhere to CMAS.

32. During the life of the Contract, the CMAA may request that service provider to modify their SOPs in order to be in conformance with the changes made to the CMAS during the normal review process.

33. When requested, the service provider shall make available all documentation related to operational and quality assurance activities to the CMAA Project Manager within 5 working days.

34. No trials shall be undertaken using Clearing for Results funds.

35. No Clearing for Results funds and equipment shall be used for work outside the scope of this project.

General Reports:

36. The service provider is required to submit all documentation requirements as per CMAS.

Monthly Reports:

37. The service provider shall report on a monthly basis, within two weeks after the month’s end, to the CMAA Project Manager progress against the workplan.

38. The service provider shall also provide written comments on how it has rectified any cases of major and critical non conformance identified through the quality management process. These shall be provided on occurrence to the CMAA Project Manager.

Quarterly Reports:

39. The service provider is required to submit quarterly reports to the CMAA Project Manager within one month after the quarter’s end based on which acceptance the funds for the next quarter will be released. The report should contain a summary of the achievements per team for the quarter, including challenges, actions taken, and financial expenditure report. Failure to meet the statement of work agreed may result in CMAA withholding payment or cancelling the project.

Audit:

40. The CMAA reserves the right at its own discretion shall order an audit of the Service Provider Financial Report of the CMAA funded project in accordance with Annex VII. The CMAA will inform the Service Provider at least 15 working days prior to the start of the audit. The audit firm will be hired by the CMAA and the audit cost will be covered by the CFR. Division of Responsibilities

Activity Service CMAA Provider Coordination of tasking X Conduct of External quality assurance of operations X Provision of office facilities X Accommodation for Service Providers operational staff X Provision of all equipment to carry out/ meet Service Provider’s X obligations Management of equipment X Repair and maintenance of equipment X Provision of explosives to the Service Provider (free of charge) X Responsibility for providing national operational and support staff X as specified in the proposal Provision of food for operational staff employed by the Service X Provider Training of field and office staff X Supervision and internal QA of operations X Provision of communications for demining operations X Personnel administration to include pay, insurance, leave, X movement Payment of operating costs directly related to the Service X Providers internal administration. Provision of Medical and Casevac Support to operations X Provision of Casevac for Service Providers international staff to X second country locations Local procurement X Provision of insurance i.e. third party, personal and Service X Providers liability Movement of equipment procured by Service Provider to inside X Cambodia Daily Transportation within Cambodia of Service Provider’s X personnel and equipment Appendixes: A. Workplan B. Cost per Team C. Monitoring Scoring D. Payment Schedule

Appendix A - Project Work Plan

Task Info and Location Planned Clearance Actual Clearance Post-clearance land use (m²) Beneficiaries: Resettle and Agriculture Beneficiaries: Infrastructures and others Temple/ Land Requested # of ops Start Postponed Postponed # of ops Road/ Risk Health Admin Commerci Tourist S.N BLS ID BLS size (m²) Village Commune District Province Team ID Start date End date Team ID End date Agriculture Resettle Irrigation Pond/well Pagoda School historical Others Family Person Female PWD Family Person Female PWD Student Class size (m²) days date period start period end days bridge Reduction center office al land site site Appendix B Cost per team Planned Ser Team ID to be Productivity No provided* per team Cost Breakdown per team type Monthly Unit Cost Cost Total Cost Staff (By position by team)

Equipment Technical Equipment** Uniforms Vehicles Operating Costs Fuel Equipment Maintenance (incl equip expendables) Vehicle Maintenance Insurance Medical/Casevac Accommodation/Per diem Management Cost (%) TOTAL

Notes: * Format to be provided (Organisation team type team number) example is EOD01 ** Detailed breakdown must be provided for all new technical equipment purchases Appendix C - Monitoring Scoring

Criteria Description Max Score Measurement Scoring Corrective Actions Example

1 Workplan vs tasks 100 Quarterly percentage of planned tasks on track * Max score If less than 65% reasons why, corrective plan agreed and workplan reassessed. 30 tasks in workplan, 20 on track = 30/20*100 = 67

If more than 15% reasons why over achievement

If less than 50% consider cancellation of contract.

2 Planned productivity vs Actual 100 Quarterly Planned vs actual achieved for period If 840,000 achieved maximum score is applied

81%-119% of planned achieved = Max score

65%-80%, 120%-134% of planned achieved = -25 Reasons why, corrective action agreed, workplan reassessed

less than 65%,more than 135% of planned achieved = -50 Consider cancellation of contract

3 Number of NCRs 100 Quarterly No. of minors for the period x -2 If score less than 80 reasons why, corrective plan agreed 20 minors = -40

No. of majors for the period x -5 If less than 65 consider cancellation of contract 5 majors = -25

No. of criticals for the period x -10 2 critical = -20

4 Repeat NCRs 100 Quarterly No. of repeat per team per period x -25 If score less than 80 reasons why, corrective plan agreed 1 repeat of same NCR for team = -25

No. of repeat within organisation per period x -20 If less than 65 consider cancellation of contract 3 repeats of same NCR within organisation = -60

5 Reporting More than 1 week = -10 If score less than 90, reasons why, corrective action agreed. Report provided 3 days later than agreed week = -10

More than 2 week = -30 If score less than 70, consider cancellation of contract.

More than 3 week = -80 If less than 70 for two periods consider cancellation of contract.

Mistake -2 1 x Mistake in financial report requiring correction = -2

Project cost divided by planned productivity compared to Project cost 1,000,000USD/1,000,000sqm compared with 1,000,000 USD/840,000sqm = cost 6 Project Cost efficiency 100 divided by actual If less than 80% and more than 110% reasons why efficiency is 84% (ie it will be more expensive to complete the complete list of tasks)

If less than 70% reasons why and consider cancellation of contract

Overall 600 Less than 80% total score Less than 80%

Less than 65% total score Less than 65% consider cancellation of contract

On track performance

Performance not as required, corrective action necessary

Performance not acceptable, cancellation of contract considered by Board Appendix D - Payment Schedule

Quarter 1 Quarter 2 Quarter 3 Annual ser Team ID Month 1 Month 2 Month 3 Cost Month 4 Month 5 Month 6 Cost Month 7 Month 8 Month 9 Cost Total Cost 1 2 3 4 5 6 7 8 9 Total cost Quarter 1 $0 Quarter 2 $0 Quarter 3 $0 $0

No Payment Schedule 1 On signature of Contract $40,000 2 On completion of Mobilisation Phase $0 3 On completion of first quarter $0 4 On completion of second quarter $0 5 On Provision of final acceptable data $40,000 Total Contract Value [Please insert the company letter-head]

Annex IV

PROPOSAL SUBMISSION FORM

Dear Sir / Madam,

Having examined the Solicitation Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide Professional services in respect of “Banteay Meanchey Mine Clearance Project” for the sum as may be ascertained in accordance with the Price Schedule attached herewith and made part of this Proposal.

We undertake, if our Proposal is accepted, to commence and complete delivery of all services specified in the contract within the time fame stipulated.

We agree to abide by this Proposal for a period of 60 days from the date fixed for opening of Proposals in the Invitation for Proposal, and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

We understand that you are not bound to accept any Proposal you may receive.

Dated this day /month of year

Signature

(In the capacity of)

Duly authorised to sign Proposal for and on behalf of

NOTE: WHEN SUBSUBMITTINGMITTING YOUR BID DOCUMENTS, PLEASE CAREFULLYCAREFULLY PLACE THE TECHNICAL AND FINANCIAL PROPOSALS IN SEPARATE ENVELOPES. CMAA WILL NOT BE ABLE TO CONSIDER BIDS THAT CONTAIN THE TECHNICAL AND FINANCIAL PROPOSALS IN ONE ENVELOPE, AND/OR BIDS OF WHICH THE OPERATIONAL AND TECHNICAL PART CONTAINS ANY PRICING INFORMATION WHATSOEVER ON THE SERVICES OFFERED.

[Please insert the company letter-head] Annex V PRICE SCHEDULE

The Service Provider is asked to prepare the Price Schedule as a separate envelope from the rest of the RFP response as indicated in Section D paragraph 14 (b) of the Instruction to Offerors.

All prices/rates quoted must be inclusive of taxes.

The Price Schedule must provide a detailed cost breakdown. Provide separate figures for each functional grouping or category.

The format shown on the following pages should be strictly used in preparing the price schedule. The format includes specific expenditures, which may or may not be required or applicable but are indicated to serve as examples.

Monthly Total Unit Cost Cost Cost Staff (By position by team)

Equipment ** PPE Detector Vehicles

Operating Costs (provide detail) Fuel Equipment Maintenance Medical Uniforms Insurance Medical/Casevac Accommodation/Per diem Management Cost (%) TOTAL

** Detailed breakdown must be provided for all new technical equipment purchases

NOTE: WHEN SUBMITTING YOUR BID DOCUMENTS, PLEASE CAREFULLY PLACE THE TECHNICAL AND FINANCIAL PROPOSALS IN SEPARATE ENVELOPES. CMAA WILL NOT BE ABLE TO CONSIDER BIDS THAT CONTAIN THTHEE TECHNICAL AND FINANCIAL PROPOSALS IN ONE ENVELOPE, AND/OR BIDS OF WHICH THE OPERATIONAL AND TECHNICAL PART CONTAINS ANY PRICINGPRICING INFORMATION WHATSOEVER ON THE SERVICES OFFERED.

[Please insert the company letter-head] Annex VI

ACKNOWLEDGEMENT LETTER

Please type or print legibly and return no later than 28 January 2014

Via email: [email protected]

Date:...... Dear Sir/Madam ,

Subject: (insert project name).

We, the undersigned,

a) £ intend £ do not intend to submit a Proposal for (insert project name) in Cambodia by the deadline specified under Clause 3 of RFP.

Names of our representative(s) 1. ………………………..………….……… ; and designated for this engagement 2. …………………………..………….……

Firm/Company’s name (Offeror):

Address:

City: State: Zip:

Signature of Authorized Representative:

Name: Title:

Phone No.: Ext.: Fax No.:

Annex VII AUDIT TERMS OF REFERENCE

Objective of audit

The objective of auditing the Service Providers is to enable auditors to give an opinion on the Service Provider’s financial report for the CMAA projects. Thus the audit is:

• To review the systems and procedures surrounding the CMAA funded project expenditures • To review the appropriateness of the accounting policies and procedures used in the preparation of financial statements and ensure compliance thereof, • To assess the adequacy and effectiveness of internal controls, • To review budgets and examine the allocation of funds as budgeted

The audit should thus provide reasonable assurance that the financial report gives a true and fair view and has been prepared in accordance with relevant accounting, reporting and other requirements, as outlined in the contract signed between the Service Provider and the CMAA.

Responsibilities of Service Providers

The management of the Service Provider is responsible for ensuring that proper accounting records are maintained for preparing the financial report, and for making available to the auditors, as and when required, all accounting records and other relevant records and related information. The responsibility for safeguarding the assets of the Project and for the prevention and detection of fraud, error and non-compliance with the Project contract agreement rests with the Service Provider.

Responsibilities of Auditors

The auditors will endeavor to plan their audit so that they have a reasonable expectation of detecting material misstatement in the financial statements and accounting records (including those resulting from fraud, error or non-compliance with the contract/project Agreement). The auditors are to provide the CMAA with a general outline of his or her methodology . This may include the proposed analysis and review of internal controls and the extent to which these controls lead to reliance on Contractor administration and financial systems to produce accurate reports. Thus, the auditors will have the responsibility to report on whether, in their opinion, the financial report gives a true and fair view and whether the financial report has been properly prepared in accordance with the accounting policies and other requirements of the service the Service Provider is contacted for. In arriving at the opinion the auditors are required to consider the following issues, and to report on any aspects with which they are not satisfied: • Whether proper accounting records have been kept and adequate information has been received from field, Phnom Penh and Head quarter office (in case of an international Organisation) relating to international procurement, DSA for expats etc) not visited by the auditors. • Whether the financial report presented is in agreement with the accounting records and other relevant data. • Whether all the information and explanations which the auditors consider necessary for the purpose of the audit have been obtained.

Scope of the Audit

The audit should be conducted in accordance with generally accepted auditing standards (GAAS) or International Standards on audit (ISA) and will include, as the auditors consider necessary, tests of transactions and of the existence, ownership and valuation of assets and liabilities. Finance • The auditor will provide an opinion as to the overall financial situation of the project for the period and will certify: ° The signed financial report for the period from 01 May 2014 to 31 January 2015. ° The cash position (under-spent or overspent) reported by the projects as at 31 January 2015; and

° The auditors will expect to obtain sufficient and appropriate evidence to enable them to draw reasonable conclusion there from. This would involve an assessment of: • The accounting records maintained, which normally includes: a general ledger accounting system; bank statements and reconciliations; cash book; and, petty cash book. • The budgetary control system: to ascertain the adequacy of the budgetary control system to monitor actual expenditure against budget on a regular basis; to determine that disbursements are in accordance with budgetary provisions, and that overspent of budget lines above 10% have been properly authorized. • The internal control system, including approval and control of documents in the expenditure cycle: adequate segregation of duties; maintaining and reviewing of control accounts and trial balances; the performance of reconciliations. • The cut-off procedures in Project periods to ensure that only actual disbursements are recorded in the financial report and that no advances were charged as expenditure, that any receivables and payables are disclosed. • The audit work shall cover all cash funds held by the project and review procedures for safeguarding of cash.

Human resources The audit work shall cover the competitiveness, transparency and effectiveness of the recruitment and hiring of personnel and include performance appraisal, attendance control, calculation of salaries and entitlements, payroll preparation and payment, and management of personnel records.

Procurement The audit work shall cover the competitiveness, transparency and effectiveness of the procurement activities of the project in order to ensure that the equipment and services purchased meet the requirement of the Service Provider and the CMAA and include assessment of the following: • As applicable, delegations of authorities, procurement thresholds, call for bids and proposals, evaluation of bids and proposals and approval and purchase orders; • Receiving and inspection procedures to determine the conformity of equipment with the agreed specifications, • Management and control over the variation orders.

Asset Management The audit work shall cover equipment (vehicles, and demining and office equipment) purchased for use of the project. The procedures for receipt, storage, and disposal shall also be reviewed. A review of the use of assets acquired or made available (loaned) under the Project is required in order to assess that their use is in compliance with the Project Agreement. This would involve an assessment that: • Controls are in place to safeguard assets, including: an inventory of the CMAA Project assets; assets are properly maintained; regular physical verification is carried out; assets are used for the intended purposes of the Project under which they have been acquired; and, logbooks are kept which record dates of travel, distance and purpose of the trip. • Assets that are lost or damaged are reported to CMAA within the stipulated period. Further disposal of assets only takes place after prior authorization by CMAA.

If there are particular areas of concern which are not within the scope stated above, the auditors can be requested to carry out this additional service.

Fees The auditor is to provide an estimate of the hours to be spent on the audit, and fees for completing the audit in accordance with this specification;

Other requirements

It is in the interest of both the Service Provider and auditor that the auditor sends an engagement letter, preferably before the commencement of the engagement, to help in avoiding misunderstandings with respect to the engagement. The auditors should documents matters which are important in providing evidence to support the audit opinion and evidence that the audit was carried out in accordance with ISA/GAASs. Thus, the auditor should prepare working papers which are sufficiently complete and detailed to provide an overall understanding of the audit and shared the document with the CMAA. The auditor is also expected to share audit observation, recommendation and management action plan with the CMAA in order for the CMAA to carry out/supervise audit reconciliation and implementation.

At least the team leader of the auditors should be a licensed CA/ACCA/CPA to carry out the audit function. Annex VIII

STANDARD FORM OF CONTRACT Contract No. ..

MEMORANDUM OF CONTRACT MADE (DD/MM/YYYY) __/__/201_, between the Cambodian Mine Action and Victim Assistance Authority (hereinafter referred to as "the CMAA") and [name] (hereinafter referred to as "the Service Provider") whose address is: ...... in the framework of the Clearing for Results Project Phase II according to the provisions of the Project Document 25/01/2011 and the Standard Letter of Agreement dated 04/02/2011 between the Government of Cambodia and the United Nations Development Programme (hereinafter referred to as UNDP).

WHEREAS

(a) the CMAA has requested the Service Provider to provide mine clearance services in Banteay Meanchey Province as defined in this Contract (hereinafter called the “Services”);

(b) the Service Provider, having represented to the CMAA that it has the required professional skills, and personnel and technical resources, has agreed to provide the Services on the terms and conditions set forth in this Contract;

NOW, therefore, the CMAA and the Service Provider (hereinafter collectively the “Parties”) agree as follows:

1. The following documents attached hereto shall be deemed to form an integral part of this Contract:

(a) General Conditions of Contract; (b) Statement of Work; (c) The following Appendices:

Appendix A: Workplan Appendix B: Cost per Team Appendix C: Monitoring Scoring Appendix D: Payment Schedule Appendix E: Audit Terms of Reference

2. The mutual rights and obligations of the CMAA and the Service Provider shall be as set forth in the Contract, in particular:

(a) the Service Provider shall carry out the Services in accordance with the provisions of the Contract; (b) the CMAA shall make payments to the Service Provider in accordance with the provisions of the Contract; (c) payments under this Contract shall not exceed …… ([amount in words]) to be paid in US Dollars except as otherwise agreed between the CMAA and the Service Provider;

I have read and understood the details of this Contract and its documents mentioned in paragraph 1 above.

By: ______By: ______

For the CMAA: For the Service Provider:

Date: ______Date: ______

List of minefields for bidding in 2014 (Banteay Meanchey) Annex IX Task Minefields Location Land Use Plan Beneficiaries CIP/Rolling/Additional No MAPU Code Land Grid Reference Requested Area Land Risk Agriculture Housing or Agriculture Physical infrastructure BLS Code Minefields' Name BLS Area Village Code Village Commune District Plan Classification XY in BLS Management Reduction Area Families Persons Women PWD Families Persons Women PWD Students 1 INV/CMAA/20602 BS/CMAA/20602 Boeng Krolor Thmey A2 278972 1560960 56,297 56,297 01070113 Prasat Tbaeng CIP Private Land 56,297 2 10 5 0 2 INV/CMAA/20603 BS/CMAA/20603 Trapaeng Snaor 1 A2 278198 1560673 44,747 44,747 01070113 Prasat Tbaeng Banteay Chhmar Thma Puok CIP Private Land 44,747 3 12 7 0 3 INV/CMAA/20604 BS/CMAA/20604 Trapaeng Snaor 2 A2 278080 1560855 48,321 48,321 01070113 Prasat Tbaeng Banteay Chhmar Thma Puok CIP Private Land 48,321 3 11 6 0 4 INV/CMAA/20605 BS/CMAA/20605 Trapaeng Snaor 3 A2 277967 1561120 65,136 65,136 01070113 Prasat Tbaeng Banteay Chhmar Thma Puok CIP Private Land 65,136 3 13 6 0 5 INV/CMAA/20606 BS/CMAA/20606 Trapaeng Snaor 4 A2 278282 1561081 42,030 42,030 01070113 Prasat Tbaeng Banteay Chhmar Thma Puok CIP Private Land 42,030 3 1 6 0 6 INV/CMAA/20507 BS/CMAA/20507 South of Boeng Kralar Thmei 1 A2 278282 1560510 51,542 51,542 01070113 Prasat Tbaeng Banteay Chhmar Thma Puok CIP Private Land 51,542 3 10 5 0 7 INV/CMAA/20620 BS/CMAA/20620 Boeng Kralar Thmei 2 A2 278650 1560655 48,788 48,788 01070113 Prasat Tbaeng Banteay Chhmar Thma Puok CIP Private Land 48,788 3 13 5 0 8 INV/CMAA/20074 BS/CMAA/20074 Old Road of Prasat Tbaeng Village A2 278298 1560387 66,700 66,700 01070113 Prasat Tbaeng Banteay Chhmar Thma Puok After CIP Public State Land 66,700 487 1,815 893 18 9 INV/CMAA/20510 BS/CMAA/20510 West of Trapeang Kralar 1 A2 278590 1559920 52,929 52,929 01070113 Prasat Tbaeng Banteay Chhmar Thma Puok After CIP Private Land 52,929 3 10 5 0 10 INV/CMAA/20509 BS/CMAA/20509 West of Trapeang Kralar 2 A2 278505 1560095 50,508 50,508 01070113 Prasat Tbaeng Banteay Chhmar Thma Puok After CIP Private Land 50,508 3 11 5 0 11 INV/CMAA/20459 BS/CMAA/20459 West of Trapeang Kralar 3 A3 278410 1560095 51,218 51,218 01070113 Prasat Tbaeng Banteay Chhmar Thma Puok After CIP Private Land 51,218 3 12 5 0 12 INV/CMAA/20508 BS/CMAA/20508 West of Trapeang Kralar 4 A2 278390 1560290 51,262 51,262 01070113 Prasat Tbaeng Banteay Chhmar Thma Puok After CIP Private Land 51,262 4 11 5 0 13 INV/CMAA/20541 BS/CMAA/20541 West of Trapeang Kralar 5 A3 278560 1559750 55,138 55,138 01070113 Prasat Tbaeng Banteay Chhmar Thma Puok After CIP Private Land 55,138 3 11 6 0 14 INV/CMAA/20542 BS/CMAA/20542 West of Trapeang Kralar 6 A3 278560 1559475 55,492 55,492 01070113 Prasat Tbaeng Banteay Chhmar Thma Puok After CIP Private Land 55,492 3 10 5 0 15 INV/CMAA/20668 BS/CMAA/20668 West of Trapeang Kralar 7 A2 278695 1559760 55,706 55,706 01070113 Prasat Tbaeng Banteay Chhmar Thma Puok After CIP Private Land 55,706 3 10 5 0 16 INV/CMAA/20540 BS/CMAA/20540 West of Trapeang Kralar 8 A3 278410 1559750 54,000 54,000 01070113 Prasat Tbaeng Banteay Chhmar Thma Puok After CIP Private Land 54,000 3 12 6 0 17 INV/CMAA/20143 BS/CMAA/20143 West of Srah Yeay Khe 2 A4 280880 1566555 104,659 104,659 01070112 Dang Raek Banteay Chhmar Thma Puok CIP Public State Land 104,659 130 504 242 13 18 INV/CMAA/20409 BS/CMAA/20409 Ou Ti Bei 1 A4 280585 1568575 86,766 86,766 01070112 Dang Raek Banteay Chhmar Thma Puok After CIP Public State Land 86,766 130 504 242 13 19 INV/CMAA/20134 BS/CMAA/20134 Ou Ti Bei 2 A4 280585 1568575 84,628 84,628 01070112 Dang Raek Banteay Chhmar Thma Puok After CIP Public State Land 84,628 130 504 242 13 20 INV/CMAA/20410 BS/CMAA/20410 Ou Ti Bei 3 A4 280760 1568710 82,260 82,260 01070112 Dang Raek Banteay Chhmar Thma Puok After CIP Public State Land 82,260 130 504 242 13 21 INV/CMAA/20735 BS/CMAA/20735 South of Tuol Khvav 1 A4 274810 1558425 100,055 100,055 01070222 Ta Maing Kouk Romeit Thma Puok CIP Private Land 100,055 11 57 26 22 INV/CMAA/20737 BS/CMAA/20737 South of Tuol Khvav 2 A4 275120 1558175 101,768 101,768 01070222 Ta Maing Kouk Romeit Thma Puok CIP Private Land 101,768 7 27 9 23 INV/CMAA/20739 BS/CMAA/20739 South of Tuol Khvav 4 A4 275375 1558010 87,930 87,930 01070222 Ta Maing Kouk Romeit Thma Puok CIP Private Land 87,930 6 21 11 24 INV/CMAA/23313 BS/CMAA/23313 Prasat Samraong 6 A2 266185 1536450 53,627 53,627 01080410 Khvav Lech Svay Chek CIP Private Land 53,627 3 18 12 3 25 INV/CMAA/23314 BS/CMAA/23314 Prasat Samraong 7 A2 266065 1536190 55,913 55,913 01080410 Khvav Lech Svay Chek Svay Chek CIP Private Land 55,913 3 17 11 3 26 INV/CMAA/23315 BS/CMAA/23315 Prasat Samraong 8 A2 266035 1536250 45,500 45,500 01080410 Khvav Lech Svay Chek Svay Chek CIP Private Land 45,500 3 19 13 3 27 INV/CMAA/23316 BS/CMAA/23316 Prasat Samraong 9 A2 265595 1536250 51,031 51,031 01080410 Khvav Lech Svay Chek Svay Chek CIP Private Land 51,031 3 17 11 3 28 INV/CMAA/23317 BS/CMAA/23317 Prasat Samraong 10 A2 265600 1536355 28,000 28,000 01080410 Khvav Lech Svay Chek Svay Chek CIP Private Land 28,000 2 11 8 2 29 IVN/CMAA/23318 BS/CMAA/23318 Prasat Samraong 11 A2 265600 1536355 55,153 55,153 01080410 Khvav Lech Svay Chek Svay Chek CIP Private Land 55,153 3 18 12 3 30 INV/CMAA/23319 BS/CMAA/23319 Prasat Samraong 12 A2 265610 1536210 47,032 47,032 01080410 Khvav Lech Svay Chek Svay Chek CIP Private Land 47,032 3 18 12 3 31 INV/CMAA/23320 BS/CMAA/23320 Prasat Samraong 13 A2 265805 1536005 61,193 61,193 01080410 Khvav Lech Svay Chek Svay Chek CIP Private Land 61,193 3 18 12 3 32 INV/CMAA/23321 BS/CMAA/23321 Prasat Samraong 14 A2 265900 1536005 49,448 49,448 01080410 Khvav Lech Svay Chek Svay Chek CIP Private Land 49,448 3 17 11 3 33 INV/CMAA/23475 BS/CMAA/23475 Prasat Samraong 18 A2 265400 1536005 49,539 49,539 01080410 Khvav Lech Svay Chek Svay Chek CIP Private Land 49,539 3 15 9 3 34 INV/CMAA/23480 BS/CMAA/23480 Prasat Samraong 22 A2 267250 1536160 65,892 65,892 01080410 Khvav Lech Svay Chek Svay Chek CIP Private Land 65,892 4 24 12 4 35 INV/CMAA/22919 BS/CMAA/22919 Snaorkeab 9 A2 270760 1536395 50800 50,800 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 50,800 4 16 8 0 36 INV/CMAA/22920 BS/CMAA/22920 Snaorkeab 10 A2 271050 1536395 51,833 51,833 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 51,833 3 16 5 0 37 INV/CMAA/22923 BS/CMAA/22923 Prasat Sdau A2 270530 1536395 47,841 47,841 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 47,841 3 15 7 0 38 INV/CMAA/22924 BS/CMAA/22924 Prasat Sdau 1 A2 270560 1536610 52,830 52,830 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 52,830 3 16 7 0 39 INV/CMAA/22925 BS/CMAA/22925 Prasat Sdau 2 A2 270680 1536930 50,271 50,271 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 50,271 2 9 3 0 40 INV/CMAA/23052 BS/CMAA/23052 Prasat Sdau 3 A2 270310 1537375 55,277 55,277 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 55,277 3 16 7 0 41 INV/CMAA/22947 BS/CMAA/22947 Prasat Sdau 4 A2 271285 1536905 49,618 49,618 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 49,618 2 9 3 0 42 INV/CMAA/22912 BS/CMAA/22912 Snaorkeab 1 A2 270615 1536003 52,447 52,447 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 52,447 3 14 8 0 43 INV/CMAA/22911 BS/CMAA/22911 Snaorkeab 2 A2 270420 1535935 47,303 47,303 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 47,303 3 11 5 0 44 INV/CMAA/22910 BS/CMAA/22910 Snaorkeab 3 A2 270850 1535780 49,258 49,258 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 49,258 3 8 4 0 45 INV/CMAA/22915 BS/CMAA/22915 Snaorkeab 4 A2 270530 1536395 45,455 45,455 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 45,455 3 10 5 0 46 INV/CMAA/22907 BS/CMAA/22907 Snaorkeab 5 A2 270900 1535810 36,364 36,364 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 36,364 3 14 11 0 47 INV/CMAA/22913 BS/CMAA/22913 Snaorkeab 8 A2 270850 1536003 41,652 41,652 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 41,652 3 10 6 0 48 INV/CMAA/23392 BS/CMAA/23392 Russey 1 A2 266330 1535350 49,963 49,963 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 49,963 3 9 5 0 49 INV/CMAA/23393 BS/CMAA/23393 Roluos Russey 2 A2 266025 1535630 49,837 49,837 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 49,837 3 13 8 0 50 INV/CMAA/23135 BS/CMAA/23135 Ampil Kaong 2 A2 266790 1534975 45,385 45,385 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 45,385 2 8 4 0 51 INV/CMAA/23293 BS/CMAA/23293 Ampil Kaong 3 A2 267320 1535275 59,859 59,859 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 59,859 3 12 7 0 52 INV/CMAA/23294 BS/CMAA/23294 Ampil Kaong 4 A2 266855 1535120 50,699 50,699 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 50,699 3 10 6 0 53 INV/CMAA/23299 BS/CMAA/23299 Ampil Kaong 7 A2 267055 1535350 51,000 51,000 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 51,000 3 10 6 0 54 INV/CMAA/23297 BS/CMAA/23297 Kouk Sbaeng A2 266330 1535350 56,012 56,012 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 56,012 3 13 8 0 55 INV/CMAA/23287 BS/CMAA/23287 Trapaeng Sramaoch A2 267320 1535275 54,815 54,815 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 54,815 3 15 6 0 56 INV/CMAA/23288 BS/CMAA/23288 Tram Trasar A2 267275 1535475 45,820 45,820 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 45,820 3 11 7 0 57 INV/CMAA/23137 BS/CMAA/23137 Trapaeng Ta Ye 1 A2 266790 1534975 48,547 48,547 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 48,547 3 9 5 0 58 INV/CMAA/23138 BS/CMAA/23138 Trapaeng Ta Ye 2 A2 266400 1534975 63,712 63,712 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 63,712 4 15 11 0 59 INV/CMAA/23130 BS/CMAA/23130 Prei Tor Toeng 1 A2 267020 1534330 52,581 52,581 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 52,581 3 10 6 0 60 INV/CMAA/23131 BS/CMAA/23131 Prei Tor Toeng 2 A2 267020 1534465 58,807 58,807 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 58,807 3 14 8 0 61 INV/CMAA/23289 BS/CMAA/23289 South of Akpivoth 3 A2 267510 1535625 48,665 48,665 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 48,665 3 11 5 0 62 INV/CMAA/23388 BS/CMAA/23388 South of Akpivoth 4 A2 266025 1536005 49,875 49,875 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 49,875 3 15 7 0 63 INV/CMAA/23323 BS/CMAA/23323 South of Akpivoth 5 A2 266250 1535720 52,526 52,526 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 52,526 4 23 9 0 64 INV/CMAA/23291 BS/CMAA/23291 South of Akpivoth 11 A2 267125 1535900 42,945 42,945 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 42,945 3 16 6 0 65 INV/CMAA/23290 BS/CMAA/23290 South of Akpivoth 12 A2 267520 1535775 46,809 46,809 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 46,809 3 16 6 0 66 INV/CMAA/23389 BS/CMAA/23389 South of Akpivoth 13 A2 265850 1536005 42,585 42,585 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 42,585 3 11 5 0 67 INV/CMAA/23295 BS/CMAA/23295 South of Akpivoth 14 A2 267275 1535475 45,833 45,833 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 45,833 3 13 5 0 68 INV/CMAA/23395 BS/CMAA/23395 Prasat Samraong 24 A2 265320 1536355 54,334 54,334 01080410 Khvav Lech Svay Chek Svay Chek CIP Private Land 54,334 3 15 9 3 69 INV/CMAA/23296 BS/CMAA/23296 Ampil Kaong 5 A2 266800 1535140 43,805 43,805 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 43,805 2 7 4 0 Task Minefields Location Land Use Plan Beneficiaries CIP/Rolling/Additional No MAPU Code Land Grid Reference Requested Area Land Risk Agriculture Housing or Agriculture Physical infrastructure BLS Code Minefields' Name BLS Area Village Code Village Commune District Plan Classification XY in BLS Management Reduction Area Families Persons Women PWD Families Persons Women PWD Students 70 INV/CMAA/23324 BS/CMAA/23324 Trapeang Bun Pinh 3 A2 265130 1534670 42,048 42,048 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 42,048 2 6 2 0 71 INV/CMAA/23300 BS/CMAA/23300 South of Akpivoth 15 A2 267055 1535550 51,000 51,000 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 51,000 5 24 12 0 72 INV/CMAA/23302 BS/CMAA/23302 South of Akpivoth 17 A2 266225 1535550 53,210 53,210 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 53,210 6 25 15 0 73 INV/CMAA/23301 BS/CMAA/23301 South of Akpivoth 16 A2 266550 1535550 50,000 50,000 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 50,000 3 20 9 0 74 INV/CMAA/23391 BS/CMAA/23391 South of Akpivoth 18 A2 266275 1535425 44,085 44,085 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 44,085 4 23 9 0 75 INV/CMAA/23390 BS/CMAA/23390 South of Akpivoth 19 A2 265680 1536005 43,180 43,180 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 43,180 3 12 5 0 76 INV/CMAA/22851 BS/CMAA/22851 Trapeang Bun Pinh 1 A3 265475 1534365 52,116 52,116 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 52,116 3 12 6 0 77 INV/CMAA/22852 BS/CMAA/22852 Trapeang Bun Pinh 2 A3 265320 1534355 71,485 71,485 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 71,485 5 18 8 0 78 INV/CMAA/22853 BS/CMAA/22853 Kouk Ta Mul 1 A3 265335 1534860 47,823 47,823 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 47,823 3 11 4 0 79 INV/CMAA/22854 BS/CMAA/22854 Kouk Ta Mul 2 A3 265600 1535180 44,733 44,733 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 44,733 2 5 2 0 80 INV/CMAA/22855 BS/CMAA/22855 Kouk Ta Mul 3 A3 265600 1535180 45,637 45,637 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 45,637 3 10 4 0 81 INV/CMAA/22957 BS/CMAA/22957 Ou Kambut 8 A2 270300 1537095 44,775 44,775 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 44,775 2 11 4 0 82 INV/CMAA/22958 BS/CMAA/22958 Ou Kambut 9 A2 270105 1537095 42,588 42,588 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 42,588 2 10 5 0 83 INV/CMAA/22959 BS/CMAA/22959 Ou Kambut 10 A2 270115 1537000 54,725 54,725 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 54,725 3 16 7 0 84 INV/CMAA/22964 BS/CMAA/22964 Ou Kambut 11 A2 270150 1536900 56,093 56,093 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 56,093 3 16 7 0 85 INV/CMAA/22965 BS/CMAA/22965 Ou Kambut 12 A2 270165 1536800 49,594 49,594 01080410 Khvav Lech Svay Chek Svay Chek CIP Public State Land 49,594 3 16 7 0 86 INV/CMAA/23030 BS/CMAA/23030 Kouk Raeng A2 265805 1534060 91,930 91,930 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 91,930 6 22 11 0 87 INV/CMAA/23029 BS/CMAA/23029 Prean Meakh 2 A2 266195 1534110 79,392 79,392 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 79,392 6 26 11 0 88 INV/CMAA/23032 BS/CMAA/23032 Ou Kambut 1 A2 266998 1533950 59,743 59,743 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 59,743 3 12 7 0 89 INV/CMAA/23033 BS/CMAA/23033 Ou Kambut 2 A2 266830 1534500 54,475 54,475 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 54,475 4 12 6 0 90 INV/CMAA/23127 BS/CMAA/23127 Ou Kambut 3 A2 266735 1534475 54,525 54,525 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 54,525 3 12 7 0 91 INV/CMAA/23128 BS/CMAA/23128 Ou Kambut 4 A2 266210 1534445 48,240 48,240 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 48,240 2 7 6 0 92 INV/CMAA/23129 BS/CMAA/23129 Ou Kambut 5 A2 266195 1534410 82,059 82,059 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 82,059 5 19 13 0 93 INV/CMAA/23136 BS/CMAA/23136 Ou Kambut 6 A2 266430 1534640 56,727 56,727 01080410 Khvav Lech Svay Chek Svay Chek After CIP Public State Land 56,727 3 12 7 0 94 INV/CMAA/22870 BS/CMAA/22870 Trapaeng 1 A2 273130 1535360 58,700 58,700 01080411 Samraong Svay Chek Svay Chek CIP Private Land 58,700 4 13 5 0 95 INV/CMAA/22841 BS/CMAA/22841 Trapaeng Treas 2 A2 274440 1534145 83,849 83,849 01080411 Samraong Svay Chek Svay Chek CIP Public State Land 83,849 125 428 211 6 96 INV/CMAA/22848 BS/CMAA/22848 Chumrov Pring 1 A2 272785 1535583 52,548 52,548 01080411 Samraong Svay Chek Svay Chek CIP Private Land 52,548 3 11 6 0 97 INV/CMAA/22849 BS/CMAA/22849 Chumrov Pring 2 A2 272610 1535902 52,398 52,398 01080411 Samraong Svay Chek Svay Chek CIP Private Land 52,398 3 11 6 0 98 INV/CMAA/22847 BS/CMAA/22847 Chumrov Pring 3 A2 273255 1535610 48,463 48,463 01080411 Samraong Svay Chek Svay Chek CIP Private Land 48,463 4 19 9 0 99 INV/CMAA/22867 BS/CMAA/22867 Chumrov Pring 4 A2 272225 1535940 55,551 55,551 01080411 Samraong Svay Chek Svay Chek CIP Public State Land 55,551 4 12 6 0 100 INV/CMAA/22872 BS/CMAA/22872 Chumrov Pring 5 A2 272940 1535620 51,276 51,276 01080411 Samraong Svay Chek Svay Chek CIP Private Land 51,276 3 11 7 0 101 INV/CMAA/22869 BS/CMAA/22869 Chumrov Pring 6 A2 272335 1535930 61,026 61,026 01080411 Samraong Svay Chek Svay Chek CIP Public State Land 61,026 3 11 7 0 102 INV/CMAA/22868 BS/CMAA/22868 Chumrov Pring 7 A2 272445 1535920 53,979 53,979 01080411 Samraong Svay Chek Svay Chek CIP Public State Land 53,979 4 15 11 0 103 INV/CMAA/22873 BS/CMAA/22873 Thluk Khtam 1 A2 273175 1535695 55,987 55,987 01080411 Samraong Svay Chek Svay Chek CIP Private Land 55,987 4 12 6 0 104 INV/CMAA/22842 BS/CMAA/22842 Thluk Khtam 2 A2 273410 1535345 54,395 54,395 01080411 Samraong Svay Chek Svay Chek CIP Private Land 54,395 4 22 10 0 105 INV/CMAA/23374 BS/CMAA/23374 South of the Trail A2 265020 1535820 58,382 58,382 01080412 Chamkar Ko Svay Chek Svay Chek CIP Private Land 58,382 3 15 9 0 106 INV/CMAA/23396 BS/CMAA/23396 South of the road next to stream A2 265850 1535720 49,287 49,287 01080412 Chamkar Ko Svay Chek Svay Chek CIP Private Land 49,287 3 15 4 0 107 INV/CMAA/23691 BS/CMAA/23691 Trapaeng Kraol 4 A2 273481 1538499 18,811 18,811 01080701 Thmei Treas Svay Chek CIP Public State Land 18,811 2 8 4 0 108 INV/CMAA/23805 BS/CMAA/23805 East of Ong Temple A4 274345 1536300 87,921 87,921 01080703 Doun Nouy Treas Svay Chek CIP Public State Land 87,921 6 22 13 1 109 INV/CMAA/23790 BS/CMAA/23790 Prei Veng 1 A2 272900 1538480 45,884 45,884 01080703 Doun Nouy Treas Svay Chek CIP Public State Land 45,884 3 9 3 0 110 INV/CMAA/23791 BS/CMAA/23791 Prei Veng 2 A2 272900 1538480 53,076 53,076 01080703 Doun Nouy Treas Svay Chek CIP Public State Land 53,076 4 11 7 0 111 INV/CMAA/23792 BS/CMAA/23792 Prei Veng 3 A2 273135 1538480 48,268 48,268 01080703 Doun Nouy Treas Svay Chek CIP Public State Land 48,268 3 10 6 0 112 INV/CMAA/23788 BS/CMAA/23788 Prei Veng 4 A2 273195 1538275 41,182 41,182 01080703 Doun Nouy Treas Svay Chek CIP Public State Land 41,182 3 10 5 0 113 INV/CMAA/23706 BS/CMAA/23706 Prei Veng 5 A2 272900 1538130 41,995 41,995 01080703 Doun Nouy Treas Svay Chek CIP Public State Land 41,995 3 10 6 0 114 INV/CMAA/23822 BS/CMAA/23822 Trapeang Trei Slounh 1 A4 274230 1535825 25,088 25,088 01080703 Doun Nouy Treas Svay Chek CIP Public State Land 25,088 2 7 5 0 115 INV/CMAA/23838 BS/CMAA/23838 Trapeang Trei Slounh 2 A4 275950 1536430 16,790 16,790 01080703 Doun Nouy Treas Svay Chek CIP Public State Land 16,790 2 7 4 0 116 INV/CMAA/21650 BS/CMAA/21650 South of Ta Cheam Potato Tent A4 234095 1500212 94,894 94,894 01090301 Tuol Pongro CIP Private Land 94,894 5 22 10 - 117 INV/CMAA/21939 BS/CMAA/21939 Ou Kes 2 A2 236625 1497395 51,558 51,558 01090306 Ou Ampil Tuol Pongro Malai CIP Private Land 51,558 3 12 5 - 118 INV/CMAA/21794 BS/CMAA/21794 West of Pen Sok Khan house A2 233370 1499175 45,629 45,629 01090503 Khla Ngoab Tuol Pongro Malai 2013 Rolling Private Land 45,629 4 16 9 0 119 INV/CMAA/22528 BS/CMAA/22528 West Pagoda A2 247075 1518480 100,524 100,524 01050907 Seila Khmer Ou Beichoan Ou Chrov CIP Private Land 100,524 5 19 7 0 120 INV/CMAA/22558 BS/CMAA/22558 West of Village Chief House A2 255765 1521570 104,343 104,343 01050904 Prasat Ou Beichoan Ou Chrov CIP Public State Land 104,343 111 425 199 3 121 INV/CMAA/22554 BS/CMAA/22554 West of Red House 1 A4 255835 1521500 111,201 111,201 01050904 Prasat Ou Beichoan Ou Chrov After CIP Private Land 111,201 8 35 17 0 122 INV/CMAA/22555 BS/CMAA/22555 West of Red House 2 A4 255565 1521340 92,236 92,236 01050904 Prasat Ou Beichoan Ou Chrov After CIP Private Land 92,236 4 14 7 0 123 INV/CMAA/22586 BS/CMAA/22586 West of Police Station 3 A4 253770 1522580 100,085 100,085 01050902 Chouk Chey Ou Beichoan Ou Chrov CIP Private Land 100,085 5 21 12 0 124 INV/CMAA/22587 BS/CMAA/22587 West of Police Station 4 A4 253605 1522650 99,120 99,120 01050902 Chouk Chey Ou Beichoan Ou Chrov CIP Private Land 99,120 4 17 10 0 Grand Total 124 Mfs 7,040,200 7,040,200